You are on page 1of 5

QUALITY QUERIES ON OFFER FOR COOLING WATER TREATMENT DOSING SYSTEM

Owner : Farabi Yanbu Petrochemicals Company Technical Queries (TQ) No : TQ-01


Project Title : Farabi Normal Paraffin and Derivatives Date : 06/11/2017
Equipment : Cooling Water Treatment Dosing Supplier :
System M/s Ion Exchange (I) Ltd.
Requisition (MR) No. : G446-2999-MR-0100-0010 Offer reference : IEI- 1763/12/IND-SAU/3131/GD
Addendums : As Applicable Offer Date : 12/10/2017

MR/Spec/Supplier offer Supplier's Reply


Status Sr No. Rev. No. LTHE Query Remark
Reference (18-11-2017)

Vendor to confirm compliance to Vendor Shop Inspection Procedure G446-2999-PP-0080-1201, Rev-02.


Open QA01 00 General Noted.
The same has been attached along with this TQ.

Vendor to comply all the testing and Inspection requirements as mentioned in MR, its addendums and attachments.
Deviation, if any, shall be listed only in deviation list and shall be furnished separately.
Inspection & Testing will be carried out as per ITP approved
Open QA02 00 General
by LTHE.
Deviation with the project specifications is subject to approval by FYPC. In case of non acceptance, vendor to supply
material as per MR/PR without any time and cost implications.
Vendor shall ensure compliance to testing and Inspection requirements as mentioned in MR, its addendums and
attachments for the equipment supplied by Sub-Vendors. Inspection & Testing will be carried out as per per approved
ITP provided by LTHE.
Vendor shall be responsible for coordinating the inspection and testing of Sub-Vendor supplied equipment, and for We will co-ordinate for Inspection and
Open QA03 00 General ensuring that the Purchaser's representatives are given the necessary access for inspection, and adequate advance Testing of Sub-Vendor supplied equipment.
notice of inspection and witness tests. As per Approved ITP Inspection will
be carried out, hence any witness test will be mentioned in
approved ITP will be offer as required.

Post order, Vendor to submit some of the pertinent documents relevant to package such as ITP and quality
procedure prior to scheduling the PIM.

Vendor to also consider submission of below QA documents as minimum, for approval by FYPC & LTHE.
- Inspection and Test Plan(s) for Package and any other boughtout items if required.
- NDE Procedures
- PMI Test Procedure - if applicable
Open QA04 00 ITPs and QA procedures - Pressure/Leak Test Procedures Noted.
- Factory Acceptance Test Procedure for Control System - As applicable
- Site Acceptance test procedures - if applicable
etc.

Vendor to confirm.

Post order, Vendor shall submit a detailed Welding Data Book to LTHE at the time of WPS/PQR submittal.
Fabrication shall not start until the Welding Data Book is returned with agreement to proceed. The Welding Data
Book shall include the following documents.
• A cover sheet with title block dedicated to the project
• A Weld Map / Weld Key Form
Open QA05 00 WPS/PQR's • Welding Procedure Specifications (WPS) Noted.
• Procedure Qualification Records (PQR)

For mechanical testing, laboratories shall have a quality system in compliance with BS EN ISO / IEC17025.

FCAW welding process is not acceptable on pressure containing parts. This processes may be used on structural
non-pressure parts after obtaining prior approval from LTHE.

For pressure retaining welds only machine (automat) GMAW shall be allowed after obtaining prior approval from
LTHE.
Open QA06 00 Welding Processes Noted.
GMAW process application shall be limited to non-pressure parts in the spray transfer mode. However, GMAW
process in the short-circuiting mode may be used for back welds, temporary attachments and other applications
where the weld made by this process is completely removed or newly melted.

File Name:394989074.xlsx Page 1 of 5


QUALITY QUERIES ON OFFER FOR COOLING WATER TREATMENT DOSING SYSTEM

Owner : Farabi Yanbu Petrochemicals Company Technical Queries (TQ) No : TQ-01


Project Title : Farabi Normal Paraffin and Derivatives Date : 06/11/2017
Equipment : Cooling Water Treatment Dosing Supplier :
System M/s Ion Exchange (I) Ltd.
Requisition (MR) No. : G446-2999-MR-0100-0010 Offer reference : IEI- 1763/12/IND-SAU/3131/GD
Addendums : As Applicable Offer Date : 12/10/2017

MR/Spec/Supplier offer Supplier's Reply


Status Sr No. Rev. No. LTHE Query Remark
Reference (18-11-2017)

Vendor to submit all applicable NDE procedures duly reviewed by ASNT NDT level III.

Open QA07 00 NDE All NDE shall be performed by personnel certified in accordance with ASNT RP SNT-TC-1A or equivalent such as Noted.
the European norm EN 473 or the vendor's own certification program that has been authorized by LTHE.

PMI examination for alloy materials and welds are required in accordance with Farabi spec 067401-0000-JSS-6300-
004. As already mentioned in the above spec, %C shall be tested when specifically indicated on the data sheet or
purchase documents for specific grades.
Open QA08 00 PMI Noted.
Vendor to confirm compliance to the same.

Unless otherwise specified in the project specifications, material certification shall comply following requirement as
minimum.
1. All pressure retaining parts and all elements directly welded on pressure parts shall have EN10204 Type 3.1
Certification.
Open QA09 00 Material Certification 2. All Alloy Steel and non-ferrous materials shall have EN10204 Type 3.1 Certification. Noted.
3. All other material / Non pressure parts shall have EN10204 Type 2.2 Certification.

Vendor to confirm compliance.

Minimum requirements related to inspection and testing shall be as per API 675 and Farabi Job Spec FPC- 2000
Positive Displacement JSS 00 006 & . Inspection & Testing will be carried out as per per approved
Open QA10 00 Pumps - Controlled ITP provided by LTHE. The requirements will be covered under
Volume Vendor to confirm compliance. ITP.

Vendor to arrange Pre- Inspection meeting at their works along with FYPC, LTHE and LTHE-TPIA.

Open QA11 00 General Presence of sub vendors' Representative is required during the PIM. Vendor to take note of the same. Participation Prior Invitation will be provided for PIM.
in PIM by Sub-Vendors through Video Conference can be considered.

Third Party inspection agency (TPIA) for performing inspection at vendor's and sub-vendor's works shall be Noted for co-ordination. U stamp vessel - not applicable.
appointed by LTHE. Inspection co-ordination with TPIA is in Vendor’s scope.
Open QA12 00 General
For Code Stamp vessels, appointment of AI for "U / U2" stamp and Design Verification shall be in vendor's scope &
cost for the same shall be borne by vendor.

Authorized Inspection
Open QA13 00 Post order, Vendor to inform the name of Authorized Agency(AIA) that will be contracted for our Coded Vessels. Not-Applicable
Agency

Vendor to confirm compliance to Indicative Inspection & Test Plan for Dosing System, FPDC-LTHE-QA-MECH-IITP-
041 Rev. 0, as a minimum. The same has been attached along with this TQ.
Open QA14 00 Indicative ITP Refer Attached Comments on Indicative ITP.
Vendor to note that this is an indicative ITP and is not exhaustive. Post order, vendor to submit project specific
detailed ITP prepared in line with approved POEP/MR/Data sheet/GAD etc. and the same shall be subject to final
approval by LTHE/FYPC.

LTHE / FYPC shall carry out audit at Vendor's facilities at any stage of manufacturing in line with project
Open QA15 00 General specifications. Prior Intimation required for same.

All spare parts shall be subject to the same inspection standards and full material certification as per the purchase
Open QA16 00 Spares order requirements. Noted.

File Name:394989074.xlsx Page 2 of 5


QUALITY QUERIES ON OFFER FOR COOLING WATER TREATMENT DOSING SYSTEM

Owner : Farabi Yanbu Petrochemicals Company Technical Queries (TQ) No : TQ-01


Project Title : Farabi Normal Paraffin and Derivatives Date : 06/11/2017
Equipment : Cooling Water Treatment Dosing Supplier :
System M/s Ion Exchange (I) Ltd.
Requisition (MR) No. : G446-2999-MR-0100-0010 Offer reference : IEI- 1763/12/IND-SAU/3131/GD
Addendums : As Applicable Offer Date : 12/10/2017

MR/Spec/Supplier offer Supplier's Reply


Status Sr No. Rev. No. LTHE Query Remark
Reference (18-11-2017)

TPIA shall be arranged by LTHE.


However any extra incurred TPIA visit charges, resulting due to vendor/sub-vendor negligence, material rejections,
TPI visit charges non-readiness of equipments & test facility / instruments, short notice cancellation (less than 48 working hrs) of
Open QA17 00 of inspection visits, shall be on vendors account and are to be borne by vendor. All such charges will be back charged Noted.
abortive visits by LTHE to vendor.

Vendor to ensure and confirm.

Inspections & testing of AC powered items shall be carried out individually as per rated supply & frequency i.e. 60Hz,
in accordance with approved datasheet / GAD. Only Dual frequencies / 60Hz certificate will be provided as
applicable.
All certified test certificates shall be submitted to show that the equipment meets the performance requirements at Please note the following :-
Material Requisition / the rated duties. Accordingly Manufacturer test reports, test certificates for offered instrument items shall be Generally AC powered Instruments are with mentioned range -
Factory testing of AC ensured. AC specifications
supply powered Rated power supply: 100 to 240 V AC, 50/60 Hz (Operating
Open QA18 00 Vendor / sub-vendors to confirm.
Instrument items voltage range: 80 to 264 V AC & 50-60Hz)
at rated supply and
frequency (60 Hz) Depending on the Manufacturer Factory Country of Origin,
We can provide test certificate for review with 60Hz. Otherwise
Vendor Standard Test Certificate will be available with 50Hz.

Vendor shall ensure all witness/review inspections of involved bought out instrument items as per approved ITP.

Accordingly shall ensure to submit all specified QA records like Material TC, Manufacturer test reports of offered
Bought out Instrumentation items, calibration certificates of instruments, necessary IEC-Ex certificates for offered Models of all Inspection & Testing will be carried out as per ITP approved
Open QA19 00 Ex items etc.
instrument items by LTHE.
Vendor to confirm.

For any involved Ex certified Instrumentation items, vendor shall ensure submission of valid IEC-Ex certificates as
per latest HCIS SAF-12 Electrical Safety Directive. Vendor to confirm. Valid IEC-Ex certificates as per latest HCIS SAF-12 Electrical
Hazardous area
Open QA20 00 Safety Directive are available for additional cost & limited
certification
[ NOTE : ATEX certified items will not be accepted by FYPC / Royal Commission of KSA for installation at site. ] Vendors with country of origin.

Manufacturer's Test certificate will be provided, which


For involved instruments items, vendor shall submit IP rating certificate in accordance with approved datasheet /
Open QA21 00 IP certification highlights the requirement of IP rating as per the approved
GAD requirement. Vendor to confirm.
datasheet/GAD.
Vendor shall confirm compliance to inspections and testing requirements ( including any applicable iFAT with
Job Specification
ICSS/DCS ) of " Specification of Instrument for Packages" as per job specification attachment of MR, in their offer.
SPECIFICATION OF Prior to IFAT, SUPPLIER will perform internal tests for its own
Open QA22 00 INSTRUMENTATION control equipment cabinet, according to his test procedure
For iFAT, supplier to provide quote as per final requirement of LTHE-Engineering/SCM.
FOR approved by ENGINEERING CONTRACTOR.
PACKAGES

File Name:394989074.xlsx Page 3 of 5


QUALITY QUERIES ON OFFER FOR COOLING WATER TREATMENT DOSING SYSTEM

Owner : Farabi Yanbu Petrochemicals Company Technical Queries (TQ) No : TQ-01


Project Title : Farabi Normal Paraffin and Derivatives Date : 06/11/2017
Equipment : Cooling Water Treatment Dosing Supplier :
System M/s Ion Exchange (I) Ltd.
Requisition (MR) No. : G446-2999-MR-0100-0010 Offer reference : IEI- 1763/12/IND-SAU/3131/GD
Addendums : As Applicable Offer Date : 12/10/2017

MR/Spec/Supplier offer Supplier's Reply


Status Sr No. Rev. No. LTHE Query Remark
Reference (18-11-2017)

For offered instrumentation valves, vendor shall confirm compliance to inspections and testing requirements
specified in clause of Company job specifications attachments of MR as minimum, in their offer.

These shall include and shall not be limited to cl 13 to 19 of Project specification doc no. G446-2999-DB-0695-0001
Instrumentation Valves BASIS OF DESIGN – INSTRUMENTATION.
/ Control Valves / Inspection & Testing will be carried out as per ITP approved
Open QA23 00
Actuated ON-Off Ball Material testing will be in accordance with applicable pipe/valve specifications and relevant codes and standards. by LTHE.
Valves
Vendor to confirm.

For offered Safety Valves, vendor shall confirm compliance to inspections and testing requirements specified in
Company job specifications attachments of MR as minimum, in their offer.

These shall include and shall not be limited to cl 20 of Project specification doc no. G446-2999-DB-0695-0001
BASIS OF DESIGN – INSTRUMENTATION.
Inspection & Testing will be carried out as per ITP approved
Open QA24 00 Safety Valves
Material testing will be in accordance with applicable pipe/valve specifications and relevant codes and standards. by LTHE.

Vendor to confirm.

Vendor to confirm compliance to inspection & testing requirements of Electrical Motors as per MR, Project, UOP
Specifications.
LTHE's indicative LV and MV Motors tests are listed. Vendor to confirm compliance. 1) Routine Test as per IEC60034 shall be performed,
2) Type test report/cerficates of similar model / rating review
For LV Motors ( < 55KW ) : 3) Frame, dimension & Painting Report.
Open QA25 00 Electrical Motors - IEC60034 Routine tests : 100% by manufacturer and routine test report review by LTHE/TPIA, FPC/ TPIA during final 4) Test certificates for specified area classification
inspection of driven equipment. 5) VFC Compatible motor certification shall be IEC-Ex as
- IEC60034 Type tests : Type test report of similar model / rating review by LTHE/TPIA, FPC/ TPIA.
- Test certificates for specified area classification IEC-Ex, type, of enclosure, increased safety, pressurised motors. stated earlier.
- Frame, dimension & Painting Report. 6) Test shall be as per Manufacturer approved ITP
- Electrical Motors driven by Variable Frequency Converter and installed in hazardous areas needs additional certification for
driven by Variable Frequency Converter by independent approved testing authority.

Company job
Vendor shall confirm compliance to inspections and testing requirements specified in clause 38 of Company job
specification G446-2999-
specifications G446-2999-DB-0695-0001 attachment of MR as minimum. Complied. All instruments and instrument systems SHALL be
DB-0695-0001
Open QA26 00 tested, as a minimum, in accordance with the Manufacturer's
Vendor to confirm compliance to above specified requirements and shall confirm to submit necessary test reports / Quality Control Plan
BASIS OF DESIGN –
certificates (as applicable) of offered cables for review as per approved datasheet / GAD.
INSTRUMENTATION

LTHE Queries / Comments against Vendor's Offer

File Name:394989074.xlsx Page 4 of 5


QUALITY QUERIES ON OFFER FOR COOLING WATER TREATMENT DOSING SYSTEM

Owner : Farabi Yanbu Petrochemicals Company Technical Queries (TQ) No : TQ-01


Project Title : Farabi Normal Paraffin and Derivatives Date : 06/11/2017
Equipment : Cooling Water Treatment Dosing Supplier :
System M/s Ion Exchange (I) Ltd.
Requisition (MR) No. : G446-2999-MR-0100-0010 Offer reference : IEI- 1763/12/IND-SAU/3131/GD
Addendums : As Applicable Offer Date : 12/10/2017

MR/Spec/Supplier offer Supplier's Reply


Status Sr No. Rev. No. LTHE Query Remark
Reference (18-11-2017)

Vendor Offer - IEI-


1763/12/IND- Vendor to refer Scope of work (Table 1), LTHE IITP (TQ QA14) and other relevant job specifications attached with Noted , however ITP will be generated based on provided job
SAU/3131/GD the MR for inspection and testing requirements. specification and Inspection and testing requirement will be
Open QA27 00
covered as required. For each equipment/ Package final LTHE
Annexure-6 Deviation In view of the above, vendor to remove deviation mentioned under Sr. No. 2 of the Deviation list. approved ITP will be followed.
List (Sr. No. 2)

Vendor Offer - IEI-


1763/12/IND- Vendor to refer Clause "ALLOY MATERIAL COMPONENTS NOT SUBJECT TO PMI" of PMI Job specification
SAU/3131/GD (067401-0000-JSS-6300-004) and accordingly consider PMI scope.
Open QA28 00 Noted.
Annexure-6 Deviation In view of the above, vendor to remove deviation mentioned under Sr. No. 6 of the Deviation list.
List (Sr. No. 6)

File Name:394989074.xlsx Page 5 of 5

You might also like