You are on page 1of 440

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-YN-MR- 0 RFQ COVERING LETTER 3
2820-5086-RFQ
LTRAUTH 0 Proforma of Letter of Authority 11
A307_Proforma for 0 Proforma for Pre-Bid Queries 12
Pre-Bid Queries
Annexure-I-E- 0 E-TENDERING+METHODOLOGY 13
TENDERING+METH
ODOLOGY
INSTRUCTIONS_FO 0 Procedure for obtaing DSC by Fgn Vendor 16
R_+DSC_For_Foreig
nBidders+%281%29
A307-ATCIND-5086 0 ATC INDIGENOUS 27
A307-ATCFORIN- 0 ATC FOREIGN 35
5086
A307_SIB_Rev 6_14 0 SIB 42
02 2014
GPCIND 0 GPC Indigenous 62
GPC IMPORT 0 GPC IMPORT 70
A307-T&C-SITE- 0 T&C-SITE-WORK 78
WORK
A307HSE&HydraCra 0 HSE SPEC 86
ne
SPLPKGRQMNT.FO 0 Special Packaging Requirements 179
RGN
Tax Residency 0 Tax Residency Certificatee 180
Certificatee with
Form 10B
A3075086PRICESC 0 PRICE SCHEDULE 182
HEDULE
A307-0IY-YN-MR- C Tank Farm Management Syst em 208
2820
A307-0IY-16-51-SI- 2 SPECIAL INSTRUCTION TO VENDOR 212
2820
A307-0IY-16-51- 0 VENDOR DATA REQUIREMENTS 221
VDR-2820
A307-0IY-YL-TQS- C TECHNICAL QUESTIONAIRE 224
2820
A307-0IY-16-51-DS- 2 DATA SHEET INDEX WITH DATASHEETS 225
2820
A307-0IY-16-51-SK- 0 TYPICAL SYSTEM CONFIGURATION FOR TANK FARM 311
282 MANAGEMENT SYSTEM
A307-0IY-16-51- 0 Typical intermediate Junction box & power JB layout 313
0827
A307-0IY-16-51-SP- 0 JOB SPECIFICATION FOR TANK FARM MANAGEMENT 314
2820 SYSTEM
A307-0IY-16-51- 1 SCOPE OF WORKS 330
SOW-2820
A307-0IY-16-51-OD- 1 LOCATION DETAILS FOR RADAR &SERVO LEVEL GAUGES 336
2820
A307-0IY-YL-RC- A RESPONSIBILITY CHART 338
2820
6-52-0014 3 Standard specification for tank level instruments. 342
6-52-0046 6 Standard specification for signal cables. 355
6-81-2014 2 ITP for tank level instruments. 363
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 368
6-78-0003 0 Specification for Documentation Requirement from Suppliers 377
A307-0IY-16-51-CF- 2 COMPLIANCE FORMAT 389
2820

Page 1 of 440
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-YL-LSF- B LOGISTIC SUPPORT FORMAT 391
2820
A307-0IY-16-51- 1 POWER CONSUMPTION & UPS REQUIREMENTS _VENDOR 394
PCV-2820
A307-0IY-16-51-OD- 2 TANK MECHANICAL DATA SHEETS 396
2822
A307-0IY-16-51-IS48 0 INSTALLATION DRAWING 429
A307-0IY-16-51- 0 OVERALL INSTRUMENT CABLE DUCT & TRENCH LAYOUT 430
0800
A307-0IY-16-51-SI- 0 Break-up price schedule for Scope of supply & works (Annexure- 431
ANIV IV to SIV)

Page 2 of 440
क्षेऽीय कायार्लय ,चेन्नई Regional Office, Chennai
இஞ்சினியர்ஸ் இந்தியா லிமிெடட், பிராந்திய அலுவலகம் - ெசன்ைன
“उत्कृ ष्टता के आधार हमारे कमीर्” “Delivering Excellence through People”
तालमुत्थु नटराजन िबिल्डं ग,सीएमडीए टावर-1,5वां तल(वेःट िवंग),गांधी-इरिवन सालै , एग्मोर, चेन्नई-600008
th
5 Floor, CMDA Tower-1, Thalamuthu Natarajan Building, No.1, Gandhi Irwin Salai, Egmore, Chennai-600 008
दरू भाष सं./Phone Nos.044-28576018 / 28576090; फ़ैक्स सं./Fax No.28543080

REQUEST FOR QUOTATION (RFQ)


RFQ* No.: PM/A307-IY-YN-MR-2820/5086 Date: 19.05.2014
To, Client: BHARAT PETROLEUM CORPORATION. LTD.,
M/s_______________________
Project: INTEGRATED REFINERY EXPANSION
PROJECT AT KOCHI REFINERY
MR No.: A307-IY-YN-MR-2820 Rev.C
Item: TANK FARM MANAGEMENT SYSTEM
Due Date & Time: Up to 1200 Hrs. (IST) on 16.06.2014
At 1000 Hours (IST) on 28.05.2014 (at EIL- RO, Chennai)
Pre-Bid Meeting Last date for submission of Pre-Bid Queries : 26.05.2014
UNPRICED BID OPENING: At 1400 Hours (IST) on 16.06.2014 (at Engineers India
Limited, 5th Floor, West Wing, CMDA Tower-I,
Thalamuthu Natarajan Building, No.1, Gandhi Irwin
Road, Egmore, Chennai-600 008, India) (In case the bid
due date happens to fall on Holiday, the next working day
shall be deemed to be due date)
TIME & VENUE SHALL BE INTIMATED LATER
PRICED BID OPENING:
Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-
procurement system for the subject item in total compliance to technical specifications, scope,
terms & conditions of enquiry documents / attachments
1 Bidder should submit their bids strictly as per the requirements outlined hereunder and as
specified in the Material Requisition.
2. Bidders can download the complete enquiry document from the web address
http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app

3. The bidders are required to submit soft copies of their bids electronically on the CPP
Portal only (URL: https://eprocure.gov.in/eprocure/app) using valid Digital Signature
Certificates, on or before the bid submission date and time. Bidders are required to register
themselves at https://eprocure.gov.in/eprocure/app).

Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed


instructions on registration and online bid submission.

Page 1 of 8

पंजीकृ त कायार्लय:ई.आई.भवन,1,भीकाईजी कामा प्लेस, नई िदल्ली-110066


REGD OFFICE : EI BHAWAN, 1, Bhikaiji Cama Place, New Delhi-110 066
दरू भाष/Phone : 011-26762121,फ़ैक्स/Fax : 26192693
Page 3 of 440
4 Special Notes for e-tendering:
a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry
is being issued through EIL Tender Portal (http://tenders.eil.co.in) and Bidders can
download the complete RFQ documents from the EIL Tender Portal only. And
bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/app) only
.
b. All those vendors who have still not registered on the NIC Portal are required to
register on the same (immediately after issue of enquiry on EIL Tender portal but not
later than ten days before the bid due date) for facilitating uploading of their bids
on the NIC Portal failing which it will not be possible for them to upload their bids.
Pursuant to registration, the vendors are required to inform regarding NIC registration
details.
c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all
those bidders who have not complied with the above registration requirements will
not be eligible to bid. NIC registered bidders will be able to upload their bids from
about one week before the bid due date up to Bid Due Date. However, an EIL
enlisted vendor for the subject Limited RFQ who completes their NIC Registration
(including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two)
working days prior to the Final Bid Due Date shall be allowed to upload their bids
through a Corrigendum issued by EIL in the NIC Portal, provided such request from
the concerned Vendor is received in EIL through E-mail by concerned Dealing
Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date.
Request for extension in due date of submission of bids due to non registration or
delayed registration in NIC portal shall not be entertained.
d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders
to upload their bids on account of not completing the registration with NIC portal as
mentioned above will not be a reason for seeking BDD extension.
e. Enlisted vendors of EIL who have completed the registration on NIC shall only be
allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the
bidders that they register on the NIC Portal at the earliest.
f. The vendor registration on NIC Portal is a very user friendly process. However, in
case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact
No. 1800 233 7315 or Mr. Amrit Chaswal at Ph. No. +91-7532022483 and E-mail: 
support.nic@eil.co.in
5 Bidders are required to quote their price details forming part of evaluation strictly in the
EIL price schedule format for Indian Bidders/ Foreign bidders (as applicable) only.
6 Bidders in their own interest are requested to register on CPP Portal and upload/submit
their bid well in time. Bidder will be responsible for any delay due to other issues.
7 Bidders are required to upload the complete bid comprising of Part-I: - Unpriced Bid
along with all supporting documents & Part-II: - Priced Bid on the CPP Portal
(https://eprocure.gov.in/eprocure/app) only. Refer E-Tendering Methodology
(ANNEXURE-I) enclosed with RFQ documents.
8 Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date &
time of submission of the bid with all other relevant details. The bid summary has to be
printed and kept as an acknowledgment of the submission of bid. This acknowledgment
may be used as an entry pass for attending the un-priced bid opening, if bidders so
desire.
Page 2 of 8

Page 4 of 440
9 Bidder to ensure that they are able to download the bid documents / price schedule on e-
tendering website atleast two days before Bid Due Date (BDD).
10 Only e-Bids uploaded in the e-tendering portal (https://eprocure.gov.in/eprocure/app)
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not
be accepted.

11 Technical specification should be strictly as per the Material Requisition attached. It may
be noted that the Bid shall be evaluated as received and technical queries may not be
issued.
12 Commercial requirements are specified in the Special Instructions to Bidders, General
Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ
documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned
duly signed and stamped along with copy of your un-priced bid.
13 The order, if placed, will be issued by our above-mentioned client.

14 If not bidding, please submit regret letter within the due date & time, with reasons(s) of
not participating in the RFQ. In case there is no response, names of such bidder
may not be considered for issuance of future enquiries.
15 Direct bids only, without the intermediary of an Indian Agent will be considered from
Foreign Bidder.
16 Delivery Period for Supply / Time Period of Completion for Site Work:
16.1 For Indian Bidders: Within 6 (Six) Months from the date of issue of Fax of Acceptance
(FOA) on FOT-Site (BPCL-KR) Basis. Date of receipt of material at site shall be
considered as the date of Delivery.

For Foreign Bidders: Within 05 (Five) Months from the date of issue of Fax of
Acceptance (FOA) on FOB International Sea Port of Exit Basis. Date of clean Bill of
Lading shall be considered as the date of delivery.

16.2 Time Period of Completion for Site Work :

a) Works within control rooms for each of the control room shall be started within 30
days of intimation of site readiness and shall be completed within 60 days of
intimation.
b) Work from the dyke Junction Box to control room shall be started within 30 days of
intimation of site readiness and shall be completed within 4 months of intimation
c) Works within the dyke for each tank upto and including installation of dyke junction
box shall be started within 15 days of intimation of site readiness and shall be
completed within 60 days of intimation by the radar gauge vendor.
d) Works within the dyke for each tank upto and including installation of dyke junction
box shall be started within 15 days of intimation of site readiness and shall be
completed within 45 days of intimation by the servo gauge vendor.

The date of handing over of equipment at site to owner after successful


completion of site activities as per MR/PR shall be considered as date of
completion of site work.

Purchaser intimation regarding readiness of site shall be given 15 (Fifteen) days in


advance for mobilization of supplier’s crew.

Page 3 of 8

Page 5 of 440
17 Payment Terms :-
For Indian Bidders:- Payment Terms for Indian suppliers shall be as per Clause No. 1.3,
Clause No.1.7, Clause No.2.3.1 & Clause No.2.4 of Special Instructions to Bidders.

Clause No.1.3.1.4 of Special Instructions to Bidders of RFQ document shall stands


modified as follows :-

1.3.1.4: 10% payment after completion of Site Work on pro-rata basis and submission
of final Technical documents as specified in the Purchase Requisition against
EIL’s Certification and submission of Performance Bank Guarantee for 10% of
Total Order Value (Supply plus Site Work), valid till full guarantee period plus
three months claim period.

In case of delay in start of the site work beyond 6 months, the above 10%
Payment shall be released against submission of Bank Guarantee of equivalent
amount valid initially for 1 year and subject to extension upto completion of the
site work. However, in the event of delay in the site work, the Supplier is not
relieved of his responsibility to carry out the same.

In tanks where site work front has been handed over within 6 months from receipt of
materials at site, this 10% would be released as per first para of 1.3.1.4 (after completion
of site work) of Special Instructions to Bidders.

For tanks where site work could not be handed over within 6 months period, this 10%
payment could be released against equivalent BG as per 2nd para of 1.3.1.4 of Special
Instructions to Bidders.

For Foreign Bidders:- The payment to foreign bidders shall be made in accordance with
Clause No.2.2 & Clause No.2.3, Clause No.2.3.1 & Clause No.2.4 Under Section A of
Special Instruction to Bidders (SIB).

18 The offer should be valid for 4 (Four) months from final bid due date/extended due date.
19 The bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser/Consultant shall in no case be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.
20 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
21 The E-bids received online shall be opened at EIL office on due date and time as
specified above. Bidder can view online the name of the other bidders who have
submitted their e-bids after opening is performed by EIL
22 All technically and commercially acceptable bidders will be advised of venue, date and
time of priced bid opening. Bids shall be opened online, hence bidders may review
opening status at their offices/ places. Interested bidder may sent their representatives
(duly authorised by a competent person and having the Letter of Authority as per
proforma enclosed), of such technically and commercially acceptable bidders. Time and
Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a
later date.
23 As Purchaser intends to contract directly with suppliers of the goods for which bids are
invited, the bids should be prepared by the suppliers and submitted directly. Purchaser
reserves the right to reject offers made by intermediaries
24 Addendum / corrigendum to the RFQ documents if issued must be signed and submitted
along with the bid.
25 Bidders to note that price changes against Technical / commercial clarifications, in line
with terms & conditions of enquiry documents are not allowed. In case any bidder gives
revised prices / price implications against such clarifications, their bid shall be liable for
rejection.
Page 4 of 8
Page 6 of 440
26 EIL reserves the right to use in-house information for assessment of bidder’s capability
for consideration of bid.
27 In case any bidder is found to be involved in cartel formation, his bid will not be
considered for evaluation/ placement of order. Such bidder will also be debarred from
bidding in future.
28 The bidder who is providing the technology from the company which is recently acquired
/ taken over by them or purchasing the technology by other companies, shall be provide
proper documentary evidence. In the absence of the same their offer shall be liable for
rejection.
29 Bidders are requested to quote as per their capability as registered in EIL, as on the date
of issue of RFQ.
30 PRE-BID MEETING
30.1 Bidders’ authorized representative(s), shall attend the Pre-Bid meeting on the prescribed
day at the given venue. During the Pre-Bid meeting, all the technical and commercial
issues shall be discussed and concluded to ensure that the bid received subsequent to
Pre-Bid meeting shall be without any deviations to terms and conditions. Hence, bidders
shall treat the Pre-Bid meeting as utmost important and depute competent & senior
person capable of taking on the spot decision to sort out all the technical and commercial
issues.
However, in case any bidder do not attend the Pre- Bid meeting, it shall be understood
that the bidder has a clear understanding of the scope & terms & conditions of the
bidding document and does not have any comments/ deviations to the requirements of
the bidding document
30.2
Bidder may contact the following person at site for site visit purpose, if any:
Mr. V. John Paul, Resident Construction Manager (RCM)
Engineers India Limited, BPCL-Kochi Refinery, Ambalamugal, Kochi, Kerala (India)
Phone No.: 0484-2720313; Fax No.: 0484-2720800
E-mail: z_kr_eitsitercm@bharatpetroleum.in
30.3 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to
submit any Queries/clarification/information pertaining to Bidding document in writing
delivered by hand or by fax/ email as per format enclosed in the Bidding Document so as
to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid
meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to
prepare replies to the queries against each query in the same format expeditiously.
30.4 The bidders are required to participate in the Pre-Bid meeting with the following essential
documents, so that the same can reviewed & discussed during the meeting to avoid any
techno-commercial clarifications/ discussions post bid
a) Latest annual report including Profit & loss account
b) Details of work experience meeting the BQC (if applicable)
c) Technical details, documents, design, filled datasheets as per MR.
d) Any other relevant document/ details.
30.5 Record notes of meeting, including the questions raised and the responses given will be
furnished as expeditiously as possible to all the bidders and shall also be uploaded on
the website. After pre-bid meeting, no further queries will be entertained from the bidders

30.6 Any modification of the Bidding Document, which may become necessary as a result of
the pre-bid discussion, shall be intimated to all bidders through the issue of an
Addendum/Amendment.
30.7 Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance
shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting,
no deviation shall be accepted and if any deviation is found in the bid of such bidder, their
offer shall be liable to be rejected without raising any technical/ commercial queries.

Page 5 of 8
Page 7 of 440
30.8 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.

31 Technical/ Commercial queries shall not be issued once the bid have been opened.
However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the
cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based
on the information available upto cut-off date for CQ/ TQ replies.

32 Extension in bid due date shall not generally be granted.

33 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled Tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the
existing Govt. policy. Bidder to submit documentary evidence for the same duly certified
by Statutory Auditor of the bidder or a practicing Charted Account (not being an
employee or a Director or not having any interest in the Bidder’s company / firm) where
audited accounts are not mandatory as per law.). In this regard, item wise quantity may
be splitted and the quoted price shall remain valid.

If the bidder does not provide the appropriate document or any evidence to substantiate
the above, then, it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy, 2012.

34 The Net Worth of the bidder should be positive as per the immediate preceding year's
audited financial results. If the bidder is not meeting the above criteria their bid shall not
be evaluated further. Bidders are therefore requested to furnish the Audited Financial
Statement for the immediate preceding year including Profit & Loss Account.

Bidders are required to submit the complete audited financial report for the preceding
financial year including audit report, balance sheet, profit and loss statements along with
all relevant annexures & schedules required to access the positive net worth of the bidder
in that financial year. Failure to submit the same may render your bid liable for rejection.

35 Integrity Pact is applicable for this RFQ. Bidder shall submit Integrity Pact duly
signed, stamped along with their unpriced offer.

36 RFQ Document Fee/EMD/Bid Security : Not applicable.

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

38 Category of MR:

i) Please note that this is a Category-I MR whereby no technical offers are invited
and no correspondence shall be entered into or entertained after bid submission.

ii) No technical details of any nature shall be included in the offer and if the offer
contains any technical deviations or clarifications or stipulates any technical
specifications, the offer shall be liable for rejection.

iii) The submission of prices by vendor shall be construed to mean that the vendor
has confirmed compliance with all technical specifications of the correspondence
item.
 

Page 6 of 8

Page 8 of 440
39 Contact Persons for this RFQ are:

a) Mr P.Murugesan, Asst. General Manager (C&P) Phone No. 0091-44-28576018 &


e-mail : p.murugesan@eil.co.in
b) Mr S.Padmanathan, Sr. Manager (C&P) Phone No. 0091-44-28576017 & e-mail :
s.padmanathan@eil.co.in
c) Mr A.E.V. Prasad, Dy. Manager (C&P) Phone No. 0091-44-28576015 & e-mail :
varaprasad.atta@eil.co.in

* Please specify RFQ Ref. No. in all Correspondence.


THIS IS NOT AN ORDER Very truly yours
For & on behalf of Bharat Petroleum Corporation Limited

(P.MURUGESAN)
Asst. General Manager (Contracts & Purchase)
Engineers India Limited

Enclosures: As per List Attached.

Page 7 of 8

Page 9 of 440
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Proforma for Bidder’s Query (Pre-Bid)
D) Provisions for Micro And Small Enterprises under PPP, 2012
E) Special Notes
F) Commercial Section:
i) Annexure-I (e-tendering methodology)
ii) Procedure for obtaining Digital Signature by Foreign Vendors
iii) Agreed Terms & Conditions (ATC) (For Indian Bidders)
iv) Agreed Terms & Conditions (ATC) (For Foreign Bidders)
v) Special Instructions to Bidder (SIB)
vi) General Purchase Conditions (Indigenous)
vii) General Purchase Conditions (Imported)
viii) Terms and Conditions for Site Work
ix) Standard Specification for Health, Safety & Environment Management at Construction
Sites and Procedure for safe operation with Hydracrane for IREP, BPCL-Kochi.
x) Special Packaging Requirements (for Foreign Bidders)
xi) Tax Residency Certificate (TRC) format
xii) Price Schedule
G) Technical Section:
i) Material Requisition (MR) No.: A307-IY-YN-MR-2820 Rev. C along with its
attachments

Page 8 of 8

Page 10 of 440
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst. General Manager (C&P)


Engineers India Ltd.,
5th Floor, West Wing, CMDA Tower-1
Thalamuthu Natarajan Building
No.1, Gandhi Irwin Road
Egmore, Chennai-600 008
Phone: 044-28576000 / 28576090; Extn: 6018

Attn: Mr. P. Murugesan, Asst. General Manager (C&P)

Dear Sir,

We …………………………………………………… hereby authorise following representative(s)


to attend the Unpriced / Priced Bid Opening against your RFQ
No……………………………………………. for ………………………………………………………………
(Item Name)

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

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

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

Yours Faithfully,

Signature_____________________

Name & Designation____________

For & on behalf of______________

Note:

This letter of Authority should be on the letterhead of the bidder and should be signed by a person
competent and having the Power of Attorney to bind the bidder.

Page 11 of 440
BIDDER’S QUERIES (PRE-BID)
Page 12 of 440

Item : _______________________________________
RFQ No. : _______________________________________

RFQ DOCUMENT
SL.
PART/ PAGE NO. CLAUSE NO. SUBJECT BIDDER'S QUERY REPLY
NO.
VOL.

NOTE:
1. Bidder’s Queries (Pre-bid) may be sent by fax to 044-28543080 or by e-mail to p.murugesan@eil.co.in / s.padmanathan@eil.co.in

This form is not to be submitted along with the bid.


SIGNATURE OF BIDDER : ____________________________

NAME OF BIDDER : ____________________________

COMPANY SEAL : ____________________________


Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app .

REGISTRATION

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

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

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

Page 13 of 440
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

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

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

SUBMISSION OF BIDS

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

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

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

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

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

Page 14 of 440
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

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

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

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

RETENDER

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

ASSISTANCE TO BIDDERS

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

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

Page 15 of 440
Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

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

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

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

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

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

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

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

 GNFC
 Tata Consultancy Services
 eMudhra

DSC for F oPage


r e i 16
g of
n 440
Nationals Version 1.0
Page 17 of 440
Page 18 of 440
Page 19 of 440
Page 20 of 440
Page 21 of 440
Page 22 of 440
Page 23 of 440
Page 24 of 440
Page 25 of 440
Page 26 of 440
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ e-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND
NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.
4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN
“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.
5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING
COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM,
IF ANY.

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point Confirmed
basis inclusive of Packing & Forwarding.

ii) Specify Despatch Point for Supplies


………………..

iii) Freight Charges:


a) Confirm firm transportation charges inclusive of
Service Tax and Ed Cess, upto project site,
has been quoted separately by you in Price Indicated in Price Schedule
Schedule.
b) No Variation on any account (including
Statutory Variation) on Service Tax on
Transportation Charges shall be paid by the Confirmed
owner. Confirm compliance.
iv) Insurance:
a) For Supply Only
Applicable / Not Applicable
Transit/Marine Insurance of Equipment/Item
has been taken care by the Owner & charges
Confirmed
of the same have not been included in the
quoted prices.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 27 of 440
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b) For Supply + Site Work
Applicable / Not Applicable
Comprehensive Insurance (Transit/Marine-
cum-storage-cum-erection till handing over of
equipment) has been taken care by the Seller Confirmed
& charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a) Specify Excise Tariff Sub-Heading No.


…………………
b) Present Rate of Excise Duty & Edu. Cess payable
extra on finished goods (including Spares)
………..%
c) Any variations in Excise Duty & Edu. Cess at the
time of supplies for any reasons including variation
Confirmed
due to Turnover shall be borne by the Seller. Only
Statutory Variations within the Contractual Delivery /
completion period shall be borne by Purchaser.
d) If Excise Duty & Edu. Cess is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Seller if it becomes applicable later.
e) Confirm Excise Duty & Edu. Cess will not be
Confirmed
applicable on transportation charges.
f) If Excise Duty & Edu. Cess is Nil or not applicable
on transportation charges presently, and if it
becomes applicable at the time of delivery due to Confirmed
any reasons other than statutory, the same will be
borne by the Supplier. Confirm acceptance.
g) Non Cenvatable Excise Duty, if any is included
in quoted prices & no variation on any account
Confirmed
(including statutory variation) shall be paid by
Owner.
h) Only Statutory Variations, if any, in the present rate
of Excise Duty, upto the Contractual Delivery Date /
Completion Period shall be to Owner’s account Confirmed
subject to documentary evidence to be furnished by
Seller.
3. Sales Tax applicable extra on finished goods:
a) Central Sales Tax against Concessional Form “C” Applicable / Not Applicable
payable extra on finished goods (including spares)
is applicable & the present rate (in %age) is …………%
indicated
b) Kerala VAT payable extra on finished goods Applicable / Not Applicable
(including spares) without concessional form is
applicable & the present rate (in %age) is indicated ………….%
c) If CST / Kerala VAT is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Supplier if it becomes applicable later.
d) Confirm CST/ Kerala VAT will not be applicable on
Confirmed
transportation charges.
e) If CST / Kerala VAT is Nil or not applicable on
transportation charges presently, and if it becomes
applicable at the time of delivery due to any reasons
other than statutory, the same will be borne by the Confirmed
Supplier. Confirm acceptance.
f) Only Statutory Variations, if any, in the present rate
of CST / Kerala VAT, upto the Contractual Delivery Confirmed
Date / Completion Period shall be to Owner’s

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 28 of 440
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
account subject to documentary evidence to be
furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas Confirmed
any corresponding decrease in the existing Cenvatable
taxes/ duties shall be passed on to the Owner.
Spares Parts:
6.
a) Confirm item wise unit price (FOT Despatch Point)
of following spare parts as required in Material Confirmed
Requisition (MR) have been quoted/included
indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares
is also furnished.

b) i) Recommended Spares for Two Years


Operation & Maintenance
Recommended Spares for Two Years
Operation & Maintenance, as specified in MR
Confirmed (if Applicable as per MR)
have been quoted separately with Price
validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List
of such spares has been furnished in the
Unpriced Bid.
ii) Firm Freight charges upto Site for the
Recommended O & M Spares as per Sl. No. (i) Indicated in Price Schedule
above, is indicated (in %age)
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive of
Service Tax & Edu. Cess but inclusive of VAT on
Confirmed
Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
……..%
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the
Confirmed
VAT on Works Contract payable for enabling Owner
to deduct the same from Supplier Invoices & make
payment to the tax authorities. TDS Certificate

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 29 of 440
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
towards VAT on Works Contract shall be provided
by Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including
statutory) on such entry tax shall be paid by the
Owner.
8. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Supervision / Training. Service
Tax on supervision / Training charges quoted shall Quoted in Price Schedule
be considered for comparison/evaluation as detailed
in Special Instructions to Bidders (SIB)
c) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
d) Where erection/ testing/ commissioning supervision,
commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5 Noted & Confirmed
times the per diem rate for each day of delay of
reporting to site and shall be in addition to price
reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over and
above 10% PBG to cover compensation for delay in
mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the Noted & Confirmed
erection/ commissioning personnel reporting at site.
This BG shall be furnished along with last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by Owner.
9. Confirm documentation charges as per MR are included in Confirmed
quoted prices.

10. Price Reduction for delay in completion / delivery:


a) Confirm acceptance of price reduction schedule for
delay in deliveries / completion as specified in GPC
& Special Instructions to Bidders (SIB) enclosed in Confirmed
RFQ Document. Liquidated damages or penalty are
not acceptable.
b) In case of delay, vendor will reduce the invoice Confirmed
amount by applicable reduction.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 30 of 440
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in Confirmed
the RFQ Covering Letter

12. Payment Terms: Confirmed


Confirm acceptance of “Terms and Mode of Payment” as
per respective clause(s) given in SIB and RFQ covering
letter.
12.1 In case, quantity tolerance is specified in the Material Confirmed
Requisition(MR) then, payment shall be released for
the actual quantity supplied and accepted as per MR
specifications. Confirm compliance.
13. Part Order:
a) Confirm acceptance of Part Order clause as per Confirmed.
GPC (Indigenous).
b) The quantities against a particular item will not be
split. Any charges quoted extra as lumpsum shall be Confirmed
applicable prorata on value basis in the event of part
order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of
Performance Bank Guarantee for 10% of total order Confirmed
value valid till full guarantee period plus 3 (Three)
months.
b) The Performance Bank Guarantee shall be strictly
as per enclosed proforma and shall be from any
Indian Scheduled Bank or branch of an International Confirmed
Bank situated in India and registered with Reserve
Bank of India as scheduled foreign Bank.
16. Guarantee / Warranty: Confirmed
Confirm acceptance to Guarantee / Warranty clause as
mentioned in the GPC/SIB.

17. Firmness of prices:


Confirm quoted prices shall remain firm and fixed till Confirmed
complete execution of order. Price Variation shall not be
considered on any account.

18. Testing and Inspection charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by EIL and no extra
charges shall be payable by Owner towards the Confirmed
same. Travel, Living and Personnel expenses of
EIL’s Representative shall be borne by Owner.
b) Quoted prices are:
i) Inclusive of all testing and inspection charges Confirmed
(if applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 31 of 440
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

iii) Inclusive of all statutory certification charges


PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition

c) Is your shop approved by IBR/CCE authority, if yes,


indicate validity.
i) IBR Validity Upto :__________________

ii) CCE Validity Upto: __________________

iii) It is the responsibility of supplier to get the


entire imported materials and the built in
imported contents inspected by TPIA (i.e.
M/s.Certification Engineers International Ltd.
(CEIL)/M/s.Lloyds Register of Industrial Confirmed
Services (LRIS)/ M/s.Det Norske
Veritas(DNV)/ M/s.Bureau Veritas (BV) /
M/s.TUV) in the country of origin and the
quoted prices are inclusive of charges
towards the same.
19. Import Content:
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify (Please tick whichever is applicable)
the following :
a) Confirm that quoted prices are based on Merit rate
of Customs duty, CVD, Educational Cess and SAD Confirmed
as applicable.
b) Indicate rate of Import Duties considered and Refer Annexure to Price Schedule
included in the quoted prices.
c) Indicate brief description / specification with
itemised CIF value and country of origin of imported Refer Annexure to Price Schedule
material.
d) Indicate classification with tariff no. under which Refer Annexure to Price Schedule
Vendor intends to import.
e) Confirm prices shall be firm on account of variation Confirmed
in foreign exchange rate.
f) Owner shall not provide any import licence. Noted

g) Quoted prices are after considering the benefit of


CENVAT on CVD including Edu. Cess. In case Confirmed
material is shipped directly to Port/Project Site,
quoted prices are excluding CENVAT benefit.
h) In case material is directly dispatched from port,
CVD amount shall be reimbursed subject to Confirmed
submission of bill of entry documents along with
CVD invoice.
i) Any upward variation due to change in Customs
Duty classifications shall be absorbed by the
vendor. However, any reduction in customs duty Confirmed
due to change in classification shall be passed on to
Owner.
j) Statutory variations, if any, in the rate of Import
rd Confirmed
Duties upto 2/3 contractual delivery period shall be
to Owner’s account.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 32 of 440
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

k) Any increase in price due to increase in the rate of


Import Duties, due to any reasons, whatsoever,
beyond the 2/3 rd contractual delivery period, shall Confirmed
be to vendor's account. However, any decrease in
Import Duties rate at the time of actual clearance of
imported materials shall be passed on to Owner.
l) The CIF Value(s) indicated by the vendor shall be
deemed to be the maximum value(s) for the Confirmed
purpose of payment of variation in custom duty
and/or other statutory variations, if any, thereon.
m) Variation in price due to Customs duty rate will be
dealt separately after receipt of material at site, Confirmed
against documentary evidence.
20. Validity of Bid:

Confirm Bid validity as stipulated in RFQ covering letter Confirmed


from the final due date of bid submission.
21. Compliance to RFQ documents:
a) Confirm your offer is in total compliance with RFQ
Document containing technical specifications
including General / Technical notes, scope of
Confirmed
supply/services/site work (as applicable) including
documentation as per Material Requisition (MR) and
subsequent amendment and corrigendum, if any.
b) Confirm your offer is in total compliance with RFQ
documentation containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE Confirmed(if applicable)
v) Integrity Pact Confirmed
vi) Terms & Conditions for Supervision services Confirmed
vii) Commercial / Technical Amendments, if any Confirmed

22. Whether any of the Directors of Bidder is a relative of any


Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Confirmed No relation
Bidder is a private company in which any director of
Owner/EIL is a member or Director.
23. Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly
Not Banned
stated. This does not necessarily mean cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.
24. Please confirm your offer contains the following:
Confirmed
24.1 UNPRICED OFFER- without any Deviations
24.2 PRICED OFFER
Confirmed
Duly filled Price Schedule with relevant annexures
25. Please confirm that you have quoted strictly for items Confirmed
based on your registration/approval with EIL as on date of
issue of RFQ.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 33 of 440
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

26. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the date of
last despatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s
audited financial results & Immediate preceding year’s
audited annual financial results has been submitted along
with unpriced bid.
29. Confirm acceptance to Technical Confirmed
Specifications/Notes, etc., as per Material Requisition
(MR) without any deviation, failing which offer shall be
liable for rejection as the Material Requisition being a
category-I.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 34 of 440
A307_ATC (F) Page 1 of 7

M/s BHARAT PETROLEUM CORPORATION LIMITED


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND


NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN


“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING


COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES
AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF
ANY.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1 a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit
…………………
c) Indicate the HSN Code of the Items
…………………
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership Agreement
(CEPA) / Treaty between Bidders country Govt. &
Indian Government for availing custom duty
exemption / concession. If bidder will not
specifically mention the same, it is to be
considered that there is no specific Agreement / …………………
Treaty between Govt. of Bidders & Purchasers
Country.
e) Confirm that ocean freight charges upto port of
entry- Kochi, (India) has been quoted separately Confirmed , Quoted in Price
by you in the price schedule. Schedule
f) In case you have not indicated the ocean freight
charges separately in the price schedule please
quote the same in terms of Percentage of the …………….%
quoted FOB Price.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 35 of 440
A307_ATC (F) Page 2 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a)
For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
Applicable / Not Applicable
same shall be arranged by the Owner. However all
marine insurance charges for inland transit upto
Confirmed
FOB International Port of Exit must be included by
you in your prices.
b)
For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum- Applicable / Not Applicable
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the Confirmed
quoted prices.
3. Owner reserves the option to place order either on FOB
or CFR basis. Confirmed
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from the
Confirmed
date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR basis).
5. Taxes & Duties:
a) All taxes, duties and levies of any kind payable
upto FOB International Port of Exit shall be borne Confirmed
by Bidder.
b) Export permit/licence if required shall be vendor’s
responsibility & any expenditure towards same will Confirmed
be borne by Bidder.
6. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope
Confirmed, Quoted in Price
of the Bidder as per MR have been indicated by
Schedule
bidder separately in the Price Schedule.
b) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
c)
It is mandatory for the foreign supplier / contractor
/ consultant to indicate Permanent Account
Number (PAN) as per the Indian Income Tax
requirements, failing which the Supplier / ____________
Contractor / Consultant shall be responsible for
any additional tax deduction at source as per the
provisions of the Indian Income Tax Act / Rules
and the same shall be deducted from the payment
made to Supplier / Contractor / Consultant .
d) Where erection/testing/commissioning
supervision, commissioning assistance is required
as per RFQ Documents / Material Requisition,
penalty for non mobilization/delay in mobilization Noted & Confirmed
as per order shall be applicable. The penalty shall
generally be 1.5 times the per diem rate for each
day of delay of reporting to site and shall be in

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 36 of 440
A307_ATC (F) Page 3 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
addition to price reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over
and above 10% PBG to cover compensation for
delay in mobilizing the erection/ commissioning
personnel. This BG will be released to the Noted & Confirmed
bidder upon the erection/ commissioning
personnel reporting at site. This BG shall be
furnished along with dispatch documents which
shall be initially valid up to six months which shall
be extended based on the request by BPCL.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive
of Service Tax & Edu. Cess but inclusive of VAT Confirmed
on Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
……………..%
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating
the VAT on Works Contract payable for enabling
Owner to deduct the same from Supplier Invoices Confirmed
& make payment to the tax authorities. TDS
Certificate towards VAT on Works Contract shall
be provided by Owner. Statutory variation on VAT
on Works Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is
included in the quoted prices. No variation
(including statutory) on such entry tax shall be
paid by the Owner.
8. Validity:
Confirm Bid validity as stipulated in RFQ covering letter Confirmed
from the final due date of bid submission.
9. Manufacturer’s Name and Address, Phone No., Fax
No., email ID, etc.,

10. Inspection Charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e.
Certification Engineers International Ltd. Confirmed.
(CEIL)/Lloyds Register of Industrial
Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas
(BV)/M/s.TUV in the country of origin and

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 37 of 440
A307_ATC (F) Page 4 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
charges of the same shall be included in quoted
price and it is supplier’s responsibility to arrange
for the same.
b) Quoted prices are:

i) Inclusive of all testing and inspection charges


(if applicable) as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition.
11. Country of Origin:
Country of origin from where the goods have been
offered. …………………………
12. Currency of Quote:
Furnish the currency of quote. Change in currency once
quoted will not be allowed. Bidder shall quote either
in USD / Euro / INR only. Bids submitted in any …………………………
other currency shall be liable for rejection.
13. Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit
basis) of following spare parts as required in
Confirmed
Material Requisition (MR) have been
quoted/included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR
Confirmed (if Applicable as per MR)
are included in the quoted Price.
iii) Special Tools & Tackles as specified in the
Confirmed (if Applicable as per MR)
MR are included in the quoted prices.
iv) Confirm spares wherever required have been
included in the quoted price and list of spares Confirmed (if Applicable as per MR)
is also furnished.
b) Recommended Spares for Two Years Operation &
Maintenance, as specified in MR have been
quoted separately with Price validity of One (1)
year from Contractual Delivery Date for Main
Confirmed (if Applicable as per MR)
Items/Equipment & List of such spares has been
furnished in the Un-priced Bid. Also item wise
Ocean freight charges up to port of entry, Kochi
(India) for the spares has been quoted.
14. Confirm documentation charges as per MR are
inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

16. Indicate shipping weight (net and gross) and volume of


the consignment.
---------------------------
17. Performance Bank Guarantee:

a) Confirm goods to be supplied by you shall be


guaranteed for performance as per the General
Purchase Conditions (Imports) & Special Confirmed
Instructions to Bidders (SIB) and the Bank
Guarantee towards Performance of 15% of Order

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 38 of 440
A307_ATC (F) Page 5 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Value shall be valid till full guarantee period plus 3
(Three) Months.

b) i) The Performance Bank Guarantee shall be


strictly as per proforma enclosed with the
GPC document and shall be from any Indian
Scheduled Bank or any reputed International Confirmed
Bank and shall be submitted within 15 days
from date of FOA.

ii) However, if Performance Bank Guarantee


are furnished other than the Nationalised
Indian Bank, the banks where BGs are
furnished, must be Commercial Bank having
net worth in excess of Rs. 100 crore or USD Confirmed
22 Millions and any declaration to this effect
will be furnished by such Commercial Bank
either in the bank guarantee itself or
separately on a letter head.
18. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause as Confirmed
mentioned in the General Purchase Conditions &
Special Instructions to Bidders.

19. Firmness of prices:


Confirm quoted prices shall remain firm and fixed till
complete execution of order. Price Variation shall not Confirmed
be considered on any account.

20. Part Order:


a) Confirm acceptance of Part Order clause as per
Confirmed
GPC (Imports).
b) The Quantities against a particular item will not be
split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Confirmed
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
21. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SIB/GPC/Material Requisition.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC) Confirmed
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.
b) In case of delay, vendor will reduce the invoice
Confirmed
amount by applicable reduction.
23. Payment Terms:
Confirm acceptance of payment terms as per “Payment
Terms and Mode of Payment” specified in Special Confirmed
Instructions to Bidders and RFQ covering letter.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 39 of 440
A307_ATC (F) Page 6 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
24. a) Letter of Credit shall be opened after receipt of
unconditional order acknowledgement along with
15% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per Confirmed
General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt. of
India Nationalised/ Scheduled Bank and hence
need not be confirmed. Confirmed L/C not required
OR

c) However, if you still insist for confirmed L/C,


confirmation charges shall be borne by you. Noted & Confirmed
Please confirm.
25. All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne by Confirmed
you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
26. Please indicate name and address of your Bankers for
L/C opening, telephone/E-mail address.

27. a) Confirm your offer is in total compliance with RFQ


Document containing technical specifications
including General / Technical notes, scope of
supply/services/site work (as applicable) including Confirmed
documentation as per Material Requisition (MR)
and subsequent amendment and corrigendum, if
any, without any deviation.
b) Confirm your offer is in total compliance with RFQ
documents containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders(SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions for Supervision Confirmed (if Applicable as per MR)
v) Terms & Conditions for Site work, GCC & Confirmed (if Site Work is Applicable
HSE as per MR)
vi) Integrity Pact Confirmed
vii) Commercial / Technical Amendments, if any Confirmed
28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must be
clearly stated. This does not necessarily be cause for
disqualification. However if this declaration is not Not Banned
furnished the bid shall be rejected as non-responsive.

30. Please confirm your offer contains the following:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 40 of 440
A307_ATC (F) Page 7 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
30.1 Unpriced offer- without any deviations Confirmed
30.2 Priced Offer
Confirmed
Price Schedule with relevant annexures
31. Any claim arising out of order shall be sent to Owner in
writing with a copy to EIL within 3 months from the date
of last despatch. In case the claim is received after 3 Confirmed
months, the same shall not be entertained by consultant
/ Owner.

32. Printed terms and conditions, if any, appearing in


quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations
Confirmed
given above and terms & conditions mentioned
elsewhere in the offer, the confirmation given/confirmed
herein above shall prevail.
33. Confirm that Net worth of the Bidder’s company is
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited Confirmed & Submitted
annual financial results has been submitted along with
unpriced bid.
34. Bidder to confirm compliance to Annexure-A attached
with Special Instructions to Bidder (SIB) for Indian Confirmed.
Source items (if applicable)
35.
Confirm acceptance to Technical Specifications/Notes, Confirmed
etc., as per Material Requisition (MR) without any
deviation, failing which offer shall be liable for rejection
as the Material Requisition being a category-I.

VENDOR’S NAME:

SIGNATURE & SEAL:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 41 of 440
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


OF
M/s BHARAT PETROLEUM CORPORATION LTD,
KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 42 of 440
BPCL-KR
Job: A307

INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

Annexure-A ( Terms & Conditions For Indian Sourced Components / Services By


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 43 of 440
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work


1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by
EIL.
1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

1.4 Fabricated Items (Vessels, Columns, Heat Exchangers, etc.)


1.4.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 44 of 440
BPCL-KR
Job: A307

1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

1.5 Other Items (Pumps, Compressors, Switchgears, etc.)


1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.5.2 75% Payment against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the
Supplier in case pro-rata payments are required.
1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus three months claim period
1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if
applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent
amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the
Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of Supplier to Site for demonstrating the performance,
if the same is included in the scope of Supplier.
For items where supervision during erection, testing and commissioning is not required, the last 10%
Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 45 of 440
BPCL-KR
Job: A307

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


2.1 Where the Material Requisition is only for Supply of materials
2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission
of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of
Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
For PGTR cases only
In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply
amount shall be released against successful demonstration of Performance Guarantee Test Run &
submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of
delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the
same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)


2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test
Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on
completion of Erection or Site Work at site as per Purchase Order against submission of Certificate
for Completion of Work by EIL Site.
The Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total
Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 46 of 440
BPCL-KR
Job: A307

period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.3 For Training


2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of
training.
2.4 Annual Maintenance Contract
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on
completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by
Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India)
and passport (showing Name and Nationality of the personnel). Payment shall be made after
deducting Income Tax at applicable rate.
2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.

2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:


3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through
their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight
Forwarder at the designated Port of Exit.
3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to
ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight
rates.
3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis.
In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to
convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 47 of 440
BPCL-KR
Job: A307

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third
Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL
minus CENVAT/ Set Off benefit available to BPCL.
Commercial loading shall be done on FOT Dispatch Point price.
If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as
quoted by the other bidders.
Taxes/Duties:
Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/
Excise Duty is not applicable at present or quotes lesser percentage stating the same will be
charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest
rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less – Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.

6.0 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON:


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Page 48 of 440
BPCL-KR
Job: A307

Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.

Sl. No. Head Basis


1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Add – Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis


6 Add – Inland Freight Charges 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
7 Add – L/C charges @ 1% of FOB Price
8 Commercial Loading, if any On FOB Value
9 Less – Cenvatable Duties
10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.

The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.

Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 49 of 440
BPCL-KR
Job: A307

Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be
specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily from a part of shipping documents.

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as
applicable during the contractual delivery period, shall be paid by the supplier and the same
shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be
issued for all applicable cases. However no concessional form is applicable for Kerala VAT.
(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on
Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be
considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be
done to extent of 80% of VAT rate (since VAT credit is available for 20% only)
In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to
the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for
Price evaluation.
(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as
well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess
shall be considered and necessary credit shall be given for evaluation and comparison of

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 50 of 440
BPCL-KR
Job: A307

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.

(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


i. For Indigenous Vendor:
a) In case item involving supply and site work:-
Price Reduction Schedule towards delay in delivery for domestic bidder shall be applicable as per
clause no. 9.0 of GPC Indigenous of RFQ subject to following modification:

“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.

b) In case item involving only supply:-


Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:


c) In case item involving supply and site work:-

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:

“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.

a) In case item involving only supply:-


Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.”

10.0 Guarantee / Warranty Period :-


i) For Indigenous Vendor:
a) In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 30 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

Page 51 of 440
BPCL-KR
Job: A307

ii) For Foreign Vendor:


a. In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

c. In case item involving only supply:-


Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

SECTION-C: COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

11.0 BASIS OF LOADING:


The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on
FOT Despatch Point prices.
12.0 PAYMENT TERMS:
i. Any differential payment terms offered by an Indian supplier as against the terms specified in the
RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under:
Drawing approval : 80% of the delivery period
Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendor’s works : 50% of the delivery period
Final 10% also against dispatch documents : one month
Period of any other stage shall be suitably decided at the time of evaluation.

In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):


i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is
provided in GPC, loading shall be done for the differential amount and/ or the differential period. For
differential period/ amount, the following example will amplify the methodology of loading (if GPC
specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):
For differential period:
Period offered by Bidder Loading
10% for 21 months - No loading
10% for 18 months - 10% x 3/21 = 1.43%
10% for 12 months - 10% x 9/21 = 4.29%
10% for 6 months - 10% x 15/21 = 7.14%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till
the guarantee period.
iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the
offer shall be liable for rejection.
14.0 DELAYED DELIVERIES:
i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value
(TOV)]

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 52 of 440
BPCL-KR
Job: A307

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading


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

c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL’s approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCL’s
approval)

16.0 FREIGHT CHARGES:


i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until
unless specified otherwise in the RFQ documents.
17.0 INDIAN TAXES/ DUTIES:
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable.

18.0 DELIVERY/COMPLETION PERIOD:


The required delivery / completion period will be stipulated in the RFQ and the bids with longer than
required delivery shall be liable for rejection.

19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 53 of 440
BPCL-KR
Job: A307

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. 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.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s 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 BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

21.0 VAT ON WORKS CONTRACTS/ SERVICE TAX/ SPLITTING OF ORDERS:


i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works
Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority
stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct
the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax
authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to
supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid
certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no
circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any
loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from
Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay
in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not
be split and only single order covering the entire scope of work on each supplier shall be placed.
ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax.
Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail
credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only.
Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for
service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:


Entry Tax is not applicable presently in the State of Kerala and Bidder’s should not include the
same in their quoted rates/prices. In case Entry Tax is leviable at a later date, the same shall be
borne by Owner.

23.0 REJECTION CRITERIA:


Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered
non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of
RFQ/Bidding document:
i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of
Bid security. However this shall not be applicable in case Bid security is not required as per
RFQ/Bidding Document.
ii) Advance payment along with FOA/ PO.
iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.
iv) Price change/implication against TQ/CQ when there is no change in scope of work,
specification and terms & conditions of MR/RFQ.
v) Delivery / completion schedule.
vi) Guarantee/ Defects Liability Period
vii) Inadequate Bid Validity
viii) Performance bank Guarantee or any other bank guarantee mandatorily required against
Milestone or supervision or Price Reduction Schedule (PRS)

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 54 of 440
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:


For all RFQs/ enquiries of value exceeding Rs 1 (One) Crore, the bidder shall comply with the
requirements of the Integrity Pact (IP) and Integrity Pact of RFQ/Bidding document shall be
accepted and Bidder must submit the same duly signed & stamped along with their bid. Failure to
submit the Integrity Pact shall lead to outright rejection of Bid.
Bidding shall be through E-tendering methodology as per Enclosed Annexure-I to RFQ..

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or
other remedies available to the purchaser in RFQ documents.
iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no.
17 of GPC (Imported) and mentioned in RFQ Covering letter.
(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.
(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material
at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean
bill of Lading shall be considered as date of Delivery.
(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes &
duties, applicable upto FOB port of exit.
28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:
i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.
ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately
after shipment is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.
 LR/ GR
 Packing List
 Test Certificates (NDT reports, MTC, etc. as per MR)
 Certificate of Measurement and Weight
 List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by EIL.

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 55 of 440
BPCL-KR
Job: A307

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

30.0 RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX:


In case of Indian Bidders, if the Statutory Variation entitles the employer to recover the amount
(irrespective of contractual delivery) such amount will be recovered from any bill of the Supplier
immediately on enforcement of such variation under intimation to the Supplier.

31.0 GOVERNING LAW:


Laws of India will govern the Agreement. All matters relating to this contract are subject to the
exclusive jurisdiction of the Courts situated in Kochi, Ambalamugal (District), Kerala (India).

32.0 PURCHASER’S RIGHTS AND REMEDIES:


Without prejudice to PURCHASER’s right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the PURCHASER,
SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the PURCHASER
may terminate the AGREEMENT in full or part at SUPPLIER’s default and may get supplies from
other sources at SUPPLIER’s risk and cost.

33.0 DEDUCTION AT SOURCE:


i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate
to supplier.
ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

Page 56 of 440
BPCL-KR
Job: A307

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

35.0 LIEN:
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at
his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from
such disputes of title/liens, costs, consequences etc.

36.0 LIMITATION OF LIABILITY:


Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the
Agreement or otherwise shall be limited to 100% of Agreement/ Order price. However, neither party
shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of
production.

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

Note:
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the Owner of the benefits of free and open competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

Page 57 of 440
BPCL-KR
Job: A307

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:


a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any document furnished by the bidder may be written in another language so
long as accompanied by an English translation, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 58 of 440
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.
b) No bid shall be modified subsequent to the deadline for submission of bids.
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EIL’s action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning “Copy of the FOA” duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 59 of 440
BPCL-KR
Job: A307

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

48.0 TAX RESIDENCY CERTIFICATE (TRC) FORMAT FOR FOREIGN BIDDER:


Foreign Bidder shall submit Tax Residency Certificate (TRC) duly filled in detailed format enclosed
with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


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

50.0 Order of Precedence of Commercial Documents:


In case of an irreconcilable conflict between RFQ, Special Instructions to Bidders & General
Purchase Conditions (GPC), the following shall prevail to the extent of such irreconcilable conflict in
order of precedence:
i) RFQ
ii) Special Instructions to Bidders
iii) General Purchase Conditions (GPC)

SECTION-F: ADDITIONAL CLAUSES TO GPC

51.0 The following is additional to Clause No. 38.0 of GPC(Indigenous):


Settlement of dispute between CPSEs or CPSEs & Government Departments
In the event of any dispute or difference relating to the interpretation and application of the provisions of
the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon
the parties to the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall be decided by
the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law
Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will
share equally the cost of arbitration as intimated by the Arbitrator.

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 60 of 440
BPCL-KR
Job: A307

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES:


PRS for delay in deliver / services shall be applicable on total order value including Indian sourced
component / Service.

5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE


Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order
value including value of items source from India.

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 61 of 440
Page 62 of 440
Page 63 of 440
Page 64 of 440
Page 65 of 440
Page 66 of 440
Page 67 of 440
Page 68 of 440
Page 69 of 440
Sham
PatroleUI"

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
GENERAL PURCHASE CONDITIONS
FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.

-1-

Page 70 of 440 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-

Page 71 of 440 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
AMBALAMUGAl
KOCHI-682302
From

To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight: Kgs.

Gross Weight: Kgs.


Case No. of Total Cases:

Dimensions:

-3-

Page 72 of 440 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4

special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-


Page 73 of 440
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-

Page 74 of 440 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-

Page 75 of 440 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and

-7-

Page 76 of 440 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) a
supply contract In terms Interalia, of the Company's Purchase Order No dated and the
General Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
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 Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,

-8-

Page 77 of 440 •
BPCL-KR
Job No.: A307

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY


INTEGRATED REFINERY EXPANSION PROJECT

Terms and Conditions for Site Work

1. LOCATION OF WORKSITE:
M/s Bharat Petroleum Corporation Limited-Kochi Refinery (BPCL-KR) is setting up Integrated Refinery
Expansion Project (IREP) at its existing Refinery complex at Ambalamugal, Kochi in the state of
Kerala, India. The intending Bidder should inspect the site and make himself familiar with site
conditions and available communication facilities.
2. WATER SUPPLY:
The Owner shall allow the Contractor to draw the water within the premises of the Refinery, at one
point near Site. However, the Contractor shall make his own arrangement for the distribution pipe
network from source of supply and such distribution pipe network shall have prior approval of the
Owner/Engineer-In-Charge, so as not to interfere with the layout and progress of other Construction
activities.
Water for Hydro-testing shall be provided by Owner.
3. POWER SUPPLY:
Construction Power shall be made available by the Owner free of cost.
4. ACCOMODATION FOR CONTRACTOR ‘S SUPERVISORY STAFF AND LABOUR ETC.:
The Contractor shall make his own arrangements for the accommodation of labour,
Engineers/Supervisors deputed for carrying out Site Works.
5. LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORK SHOP:
The Owner will, at his discretion and convenience and for the duration of the execution of work,
make available, land for construction of Contractor’s Field Office, Workshop / Fabrication Yard
required for execution of the Contract. The Contractor shall at his own cost construct all these
temporary buildings/structure and provide suitable water supply and sanitary arrangement, duly
approved by Engineer-In-Charge.
On completion of the work undertaken by Contractor, he shall remove all temporary works/shed
erected by him and have the Site cleaned as directed by Engineer-In-Charge. If the Contractor shall
fail to comply with these requirements, the Engineer-In-Charge may at the expense of the
Contractor, remove such surplus and rubbish material, dispose off the same as he deems fit and get
the Site cleared as aforesaid; and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid.
But the Owner reserves the right to ask the Contractor any time during the pendency of the Contract,
to vacate the Land by giving 7 days notice on security reasons or on material interest, otherwise.
6. EQUIPMENTS, TOOLS AND PLANT:
All equipment, vehicles, tools and plants and materials brought to site by the contractor from his
resources shall have distinctive identification marks and the description and quantity of such inflow
shall be intimated to BPCL in writing by the contractor. All construction materials brought by the
contractor shall have prior approval regarding quality and quantity by BPCL. The contractor shall also
provide without extra cost necessary enclosures, containers and protective materials for proper
storage of materials inside, whenever so instructed by BPCL without any extra cost.
No material or equipment or tools etc. shall be taken out of the work-site without the written consent
of BPCL.
BPCL shall not be responsible for the safety to protection of the materials of the contractor and the
contractor shall make his own arrangements for proper watch and ward for his materials.
7. RULES AND REGULATIONS AT SITE:
The contractor shall ensure that all rules and regulations as effected from time to time by the Owner
and/or EIL are strictly observed by the Contractor’s personnel.

A307_T&C-SITE-WORK Rev. 1 Page 1 of 8

Page 78 of 440
BPCL-KR
Job No.: A307

The contractor shall not permit the entry to the site of any person not directly connected with the
execution of the Contract without prior permission of the Engineer-in charge.
8. WORKMANSHIP:
The entire job shall be done in accordance with the approved drawings and specifications. The
drawings and specifications are intended to be self-explanatory but should any discrepancy arise on
any thing contained therein, explanation shall be sought from BPCL.
All the work covered under this requisition shall be done to the entire satisfaction of BPCL who shall
determine the quality, acceptability and fitness of the work. The contractor shall provide necessary
and sufficient tools, plant, equipment etc. for proper execution of work to the satisfaction of BPCL.
9. WORK ON HOLIDAYS AND OUTSIDE NORMAL WORKING HOURS:
The contractor shall generally restrict his working hour to the normal working hours but may be
permitted to work extra hours and on Sunday and holidays on prior request at least 24 hours in
advance and around the clock depending upon the urgency of the work.
10. SUB-CONTRACTORS:
No part or whole of this work covered in the requisition or interest therein shall in any manner be
assigned or sublet by the contractor except where BPCL has given written consent therefor.
11. CONTRACTOR’S LIABILITY NOT LIMITED BY SUB-CONTRACT:
Notwithstanding and subletting with such approval the Contractor shall be and shall remain solely
responsible for the quality and quantity of materials and workmanship and for the proper and
expeditious execution of the work as if such sub-letting has not taken place.
If any sub-Contractor engaged upon the work executes any work, which in the opinion of BPCL is not
in accordance with the specifications, BPCL may, by written notice to the contractor require him to
terminate such sub-contract and sub-contractor shall immediately leave the work. No action by BPCL
under the above clause shall relieve the contractor of any of his liabilities or give rise to any right to
compensation, extension of time or otherwise.
11. OTHER AGENCIES AT WORKS:
The contractor may have to execute work in such a place and condition where other agencies also
will be engaged for other work. No claim shall be entertained for execution of work under such
circumstances. However, completion time for erection agreed will be subject to the condition that
contractor’s work is not hampered by other agencies.
12. SUPERVISION:
The contractor shall provide to the satisfaction of BPCL sufficient and qualified staff to superintendent
the execution of works. Such staff shall give to BPCL or his representative all necessary information
and facilities for such inspection or testing and examining any part of works.
The contractor shall ensure that all his supervisor’s staff and workmen conduct themselves in a
proper manner. They shall all be persons who are familiar with and skilled at the jobs allocated to
them. If and whenever any of the Contractor’s staff is found guilty of any misconduct or be
incompetent or insufficiently qualified in the performance of his duties the vendor shall remove him
from the site at once if directed by BPCL.
The contractor shall ensure that replacements for such persons removed from site are provided
immediately and the work is not allowed to suffer delay on that account.
13. INSPECTION OF WORKS:
BPCL and or EIL will have full power and authority to inspect the works at any time, either on the site
or at the contractor’s premises. The contractor shall afford or procure for the purchase every facility
and assistance to carry out such inspection. On no account will the contractor be allowed to proceed
with work of any type unless such work has been inspected and entries are made in the site
inspection register by BPCL / EIL.
14. ASSISTANCE TO BPCL:
The contractor shall render such assistance and supply such labour as may be required by BPCL in
connection with the works, cost of off all such assistance and requirements shall be deemed to be
included and covered by the prices quoted in the offer. The contractor shall make available to BPCL

A307_T&C-SITE-WORK Rev. 1 Page 2 of 8

Page 79 of 440
BPCL-KR
Job No.: A307

all necessary instruments and assistance in checking the setting out of works of and taking
measurements of works without extra cost to BPCL.
15. ACTION IN CASE OF BAD OR DELAYED WORK
Where it is found by BPCL, the performance of work by the contractor is not satisfactory in respect of
workmanship, deployment of sufficient labour or equipment delay, in execution of work or any other
matter, BPCL shall have the right to engage labour at normal ruling rates and get the work executed
through his own or any other agency and debit the cost in excess of the value as per order to the
contractor and the contractor shall have no right to claim compensation thereof. In such a case
BPCL shall have the right to utilise the materials and tools brought by the contractors for the same
work.
16. NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT:
Should the Contractor consider that he is entitled to any extra payment or compensation or making
any claims whatsoever in respect of the works, he shall forthwith give notice in writing to BPCL that
he intends to claim extra payment. Such notice shall be given to BPCL within ten days from the
ordering of any work or happening of any event upon which the contractor bases such claims and
such notice shall contain full particulars of the nature of such claims with full details and amount
claimed. Failure on the part of the contractor to put forward any claim with the necessary particulars
as above within the time above specified shall be an absolute waiver thereof. No commission by
BPCL to reject any such claim and no delay in dealing therewith shall be waiver by BPCL of any rights
in respect thereof.
17. INSURANCE:
Marine – cum – Transit Insurance shall be arranged and borne by Vendor/Contractor. Any other
insurance including but not limited to workmen compensation, third party liability etc., as required by
the applicable laws shall be arranged by the vendor and the quoted price is inclusive of the charges
for the same.
18. PERMITS, LICENCES ETC.:
The contractor shall obtain all permits, licences or other authorisations as are required for his work in
terms of the order, from local State or Central Authorities. He shall comply with all rules, regulations
and other statutory obligations under the State of Union Legislative enactments. The contractor shall
pay all fees and other legally demandable compensation to any person, body or firm. BPCL shall not
be responsible, either directly or indirectly, in any manner whatsoever for any omissions of the
Contractor under this clause.
19. LOCAL AND OTHER AUTHORITIES NOTICES AND FEES:
The contractor shall comply with and give notices required by any Act or by any Regulation or bye-
law of any local or other public authority who have any jurisdiction with regard to the contractor’s
work and shall pay and indemnify BPCL against any fees/or charges legally demandable under such
Act, regulation or bye law in respect of the works.
20. CONTRACTOR’S LIABILITY:
It is the responsibility of the Contractor to meet all claims for compensation under the workmen’s
Compensation Act or under any other law in respect of accidents or injury including death suffered by
workmen engaged by him for carrying out the work undertaken by the contractor. The Contractor
will also be responsible and liable in respect of clams for damage to property or persons arising from
or in the course of execution of the work undertaken by him. The contractor shall keep BPCL fully
indemnified in respect of claims under the Workmen’s Compensation Act and all other claims
aforesaid and the contractor shall not under any circumstances raise any dispute with regard to the
same.
21. CONTRACTOR’S EQUIPMENT:
a) A list of equipment, which the contractor purposes to bring to Site to carry out the Work has been
made part of this Contract. The contractor shall ensure that these equipment as well as such other
equipment required to carry out the work are brought to site at the appropriate time to achieve the
promised completion date.
b) Equipment brought to Site will remain at Site and shall not be allowed to be taken out without the
written consent of the Engineer-in-charge. Certified capacity charts for heavy equipment should be
submitted to EIL prior to operation of the equipment.
A307_T&C-SITE-WORK Rev. 1 Page 3 of 8

Page 80 of 440
BPCL-KR
Job No.: A307

c) The contractor shall clearly mark all his tools and equipment with an identification symbol and/or
number.
22. CONTRACTOR’S CONSTRUCTION SCHEDULE AND MANPOWER, MACHIERY AND MATERIALS
REQUIREMENT CHART:
i) The Construction Schedule and Manpower, Machinery and Materials requirement chart agreed
between EIL and the contractor is made part of this contract. The following comprise the
Construction Schedule and Manpower, Machinery and Materials requirement chart.
(a) Construction Schedule showing Chart and finish dates for various Operations involved in the
execution of the Contract and how the various start and finish dates are tied up with the completion
date.
(b) Manpower requirement (separately for Supervisory and non-supervisory manpower) at various
phases of Contract execution.
(c) Machinery and Construction equipment requirement at various phases of Contract execution.
(d) Procurement Schedule for materials in the contractor’s scope of supply.
(e) Contractor’s organization chart.
The contractor shall ensure compliance with the Construction Schedule and Manpower, Machinery
and Materials Schedule and make every effort to bring in additional manpower, machinery and
materials as required to ensure timely completion of the work.
23. MATERIALS FURNISHED BY OWNER/EIL:
a) The Owner/EIL shall issue from their stores at site such materials, if any, agreed to be furnished to
the contractor elsewhere in this Contract. The contractor shall collect such materials from the stores
and transport to his work site at the contractor’s cost.
b) The contractor shall inspect such materials as soon as received by the contractor and shall bring to
the attention of the Engineer-in-charge any shortage/damage or other defects noticed before taking
over the materials. Materials once taken over will be deemed to have been received in good condition
and in correct quantities except for intrinstic defects, which cannot be observed by visual and
dimensional inspection and weighment.
c) Upon receipt by the contractor the responsibility for any and all loss, damage and/or misuse of such
materials shall rest with the contractor.
d) All materials furnished by Owner/EIL shall be properly stored and systematic records of receipts,
issue and disposal will be maintained. Periodic inventory shall be made available to Owner/EIL
whenever so required by Engineer-incharge.
e) All materials furnished by Owner/EIL shall be utilized as directed by Engineer-in-charge or in the
absence of such direction most economically. The contractor shall be responsible for the return to the
Owner/EIL of all surplus materials, as determined by the Engineer-in-charge.
f) For materials furnished by the Owner/EIL that is lost, damaged or unaccounted, deductions shall be
made from payments to the contractor at rates specified elsewhere in the Contractor in the absence
of such a provision in the contract at a rate determined by the Engineer-in-charge, which shall
includes besides the cost of materials, levies, taxes and duties paid, procurement expanses, freight
(air, sea and land) handling charges, insurance, expediting and inspection charges as per the
Schedule of rates of the Owner/EIL.
g) Surplus from materials furnished by the contractor shall after acceptance of work revert to the
Ownership of the contractor.
24. PROTECTION TO WORK NOT TAKEN OVER BY OWNER/EIL:
Until such time the work is taken over by Owner/EIL, the contractor shall be responsible for proper
protection including proper fencing, guarding, lighting, flagging, watching and for the provision of
temporary foot-ways, guards, and fences as far as may be rendered necessary by reason of the
work, for the protection of foot passengers, vehicles, animals and to the properties of the Owner/EIL,
occupiers of adjoining property and the public. The contractor shall during the progress of work
properly cover up and protect any part of the work liable to damage by exposure to the weather and
shall take every reasonable precaution against accident or damage to the work from any cause.

A307_T&C-SITE-WORK Rev. 1 Page 4 of 8

Page 81 of 440
BPCL-KR
Job No.: A307

25. COMMUNICATION FACILITIES:


If available, the Contractor may use the Owner’s or EIL’s communication facilities (telex, telegram,
telephone, postal etc,) at the specified charges. However, the owner or EIL does not guarantee such
facilities and the sub-contractor shall if required arrange for such facilities at his own cost and
expense. Lack of communication facilities will not form ground for extension to completion date.
26. EMPLOYMENT LIABILITY:
The contractor shall be solely and exclusively responsible for engaging or employing persons for the
execution of work. All employees engaged by the contractor shall be on his/their pay roll and paid by
him/them. All disputes or differences between contractor and/his/their employees shall be settled by
him/them. BPCL has absolutely no liability whatsoever concerning the employees of the contractor.
The contractor shall indemnify BPCL against all loss or damage or liability arising out of or in course
of his/their employing persons or relations with his/their employees.
The contractor shall make regular and full payment of wages and salaries to his employees and
furnish necessary proof wherever required by BPCL. In case of any complaint by any employees of
the contractor or his sub-contractor regarding non-payment of wages, salaries or other dues, BPCL
reserves the right to make such payments directly to such employee or sub-contractor of the
contractor and recover the amount in full from the bills of the contractor and the contractor shall not
claim any compensation or reimbursement thereof. The contractor shall comply with the Minimum
Wages of his employees and also of employees of his sub-contractor.
27. SAFETY SECURITY:
The contractor shall adhere to and enforce all safety and fire protection rules in force during the
performance of the work. The contractor shall take immediate steps to safety and security for each
different type of works as required to guard against accident and hazardous and unsafe working
conditions and shall comply promptly with BPCL’s additional instructions when given. BPCL reserves
the right to reject entry to the Contractor’s workmen either individually or wholly without assigning
any reason.
Prior to commencement of the awarded work, the Contractor shall furnish a list of employees whom
he intends to take in for his job to the Engineer-in-charge of BPCL.
28. FIRST AID FACILITIES:
The Owner/EIL shall establish First Aid Station at Site. Assistance from the First Aid Station will be
available to the contractor at an agreed charge. Contractor shall inform EIL in advance whether he
wishes to make use of this facility and confirm acceptance of the charges. Unless so notified earlier
the First Aid personnel will not treat contractor’s casualties except in the emergency.
29. HOUSE KEEPING
During the work in progress, the contractor should maintain good housekeeping at the work-site and
after completion of the work, leave the buildings, etc, with the adjacent area cleared.
Also, after erection the area should be cleared of any temporary structures built by the vendor.
30. NOTICE FOR ERECTION
The contractor shall start the erection work within 7 days of receipt of request from BPCL to
commence erection.
31. OTHER FACILITIES:
Unless specifically agreed elsewhere in the Contract, the Owner/EIL shall not provide any other
facilities to the contractor and the contractor shall arrange at his own cost and expense for plumbing,
lighting, construction air or steam, sanitary facilities, petrol and other fuels and lubricants for all
contractor’s equipments temporary construction of buildings, construction and fabrication equipment,
storage materials, tools, machinery (including consumables, costly and sophisticated fittings,
instruments, etc.), scaffolding, temporary erection bolts, all hand tools as required, welding
equipment, packers and shims, and all other items required to complete the work.
32. DEWATERING:
The contractor will keep his assigned areas free of water and must assume the costs for all pumping
conditions including shoring and shuttering as required. The contractor will tie in all his dumping
operations to the existing sewer or drain system all as directed by the Engineer-in-charge. The

A307_T&C-SITE-WORK Rev. 1 Page 5 of 8

Page 82 of 440
BPCL-KR
Job No.: A307

contractor will be held responsible for all damage which may be caused of result from water backing
up or flowing over through floor or any part of the work or which any of his operation may cause to
flow elsewhere.
33. COMPLIANCE WITH STATUTORY REGULATIONS:
a) The contractor shall be assumed to be familiar with all central, state and local regulations in force as
applicable to the operations he is performing.
b) It shall be sole responsibility of the contractor to execute the Contract in strict accordance with such
statutory regulations in force and or to obtain necessary exemption certificates.
c) Any modifications/alterations deletion and/or addition that has to be carried out to meet statutory
requirements shall be done at the cost and expense of the contractor. The contractor shall not be
entitled to any extension in completion date to carry out changes, in order to meet statutory
requirements.
d) The contractor shall at his cost and expense, obtain and furnish Owner/EIL with all statutory
certificates/permits, and/or exemption certificates by that are required, to put into operation, the
work completed by the contractor.
34. HYPOTHECATION BOND:
For free issue material, the Contractor shall furnish a hypothecation bond as per proforma enclosed
before commencement of despatches. This bond shall be executed on a Stamp paper.
35. GENERAL CONDITIONS OF CONTRACT (GCC):
The General Conditions of Contract (GCC) shall be applicable to Site Works.
36. MEDICAL FITNESS CERTIFICATES:
The contractor shall ensure the following at time of working at higher elevation:-
a. Doctor’s fitness certificate for contract workers shall be insisted for working at a height more
than 30 meters using temporary structures.
b. Executing department shall forward the list of contract workers engaged for working at heights
more than 30 meters to OHC for medical examination.
c. Tests / Parameters for medical fitness shall be as per CMO (OHC).
d. BPCL-KR medical officer will issue the fitness certificate with validity (6 months) and shall
endorse in the entry pass.
e. The fitness certificate shall be renewed every 6 months.
f. The necessity of medical fitness for those who employed in working at heights as per the guide
lines shall be included in the work permit given for such jobs.
g. The executing department, permit issuer and safety personnel shall ensure the compliance of the
safety guide lines.

A307_T&C-SITE-WORK Rev. 1 Page 6 of 8

Page 83 of 440
BPCL-KR
Job No.: A307

DRAFT FOR HYPOTHECATION BOND

AN AGREEMENT made this ______________ day of ______________two thousand and ____________


BETWEEN ________________________________LIMITED a Company incorporated under the Indian
Companies Act and having its Registered Office at _______________ (hereinafter called “the Contractor”) of
the one part and BPCL, A company incorporated under the Indian Companies Act 1956 and having its
registered office at ________________, hereinafter called “the Owner” of the other part.

WHEREAS
(1) The Owner has entered into an agreement with the Contractor for _______________ upon the terms
and conditions detailed in the Contract No. ____________ dated____________.
(2) One of the terms and conditions of the said Contract is that the Owner shall advance to the
Contractor a sum of Rs. _______________ of the contract price against despatch of materials.
(3) The Owner has at the request of the Contractor agreed to advance to the Contractor the said sum of
Rs. ______________ against hypothecation of materials despatched by the Contractor for purpose of
the said contract.
NOW IT IS HEREBY AGREED AS FOLLOWS
(1) THAT in pursuance of the said agreement and in consideration of the promises the whole of the
contractor’s materials which are now or hereinafter from time to time during the continuance of this
security shall be brought to or stored in or being or about the Owner’s lands and buildings at
________________ in the district of ___________ or wherever also the name may be (including any
materials in course of transit) hereinafter called the “said materials”) with the benefits of all rights
relating hereto shall be and stand hypothecated to the Owner and its assign by way of the said sum
of Rs. _________________ in manner hereinafter appearing together with all relative interest
charges and costs (as between attorney and client) and expenses.
(2) THAT the Contractor shall refund to the Owner the said sum of Rs_____________ on demand by the
Owner if the contractor shall commit any breach of the said contract or if the said sum becomes
otherwise refundable to the Owner under the said Contract.
(3) THAT subject as hereinafter provided the Contractor shall not except with the prior written consent of
the Owner during the continuance of this security, pledge or otherwise charge of encumber the said
materials or any part thereof over which the charge hereby created in favour of the Owner shall
extend or be expressed or intended to extend nor do or permit any act whereby the security here
before expressed to be given to the Owner shall be in any way prejudicially affected.
(4) THAT the contractor shall at all times and from time to time insure the said materials//keep it insured
to its full value against fire, strikes, riots and civil commotion and all other risk as required by the
Owner with Insurance Companies approved of by the Owner and the Contractor will on demand
produce the policies of insurance and the receipts for insurance premium to the Owner. If the
Contractor shall fail to insure or produce the policies or Insurance and Insurance premium receipts as
aforesaid the contractor shall be liable to refund the entire amount remaining outstanding out of the
advance on the date of such failure.
(5) THAT in the event of loss, destruction by fire or otherwise or damages to the said materials or any
part thereof the Owner shall be entitled to recover and receive all moneys payable in respect of the
insurance. In the event of the Owner nor receiving the amount payable in respect of the insurance
wholly or partially for any reason whatsoever the Contractor shall be bound to pay to the Owner on
demand the said sum,

(6) THAT all sums of money recovered or received under the last preceding clause may at the option of
the Owner be applied towards the liquidation and satisfaction of the said sum and if any part of the
insurance moneys shall remain in the hand of the Owner after such application thereof as aforesaid

A307_T&C-SITE-WORK Rev. 1 Page 7 of 8

Page 84 of 440
BPCL-KR
Job No.: A307

the Owner shall be entitled to apply the same towards any other sum or sums of money which may
be due from the Contractor to the Owner on any other account or any other transaction or
transactions whatsoever. If after settlement of all claims of the Owner against the Contractor any
surplus shall remain, such surplus shall remain at the disposal of the Contractor but if the sum or
sums realised from the insurance be insufficient to cover the moneys due to the Owner as aforesaid
the Contractor agrees to forthwith repay to the Owner the deficiency.
(7) THAT the Owner, its agents and nominees shall be entitled at all times and without notice to the
contractor but at the contractor’ s risk and expense and if so required as attorney and the name of
the contractor to enter any place where the said materials may be and inspect value and/or
possession of (so that they become pledged) all or any part of the said materials if the said sum or
any part thereof become payable under clause 2 hereof and to recover receive or remove and/or sell
by public auction or private contractor or otherwise dispose of or deal with all or any part of the said
materials and to enforce realise settle compromise and deal with any rights aforesaid without being
bound to exercise any of these powers or being liable for any losses in the exercise thereof and
without prejudice to the Owner’s rights and remedies of suit or otherwise and notwithstanding there
may be any pending suit or other proceeding.
(8) THAT in the event of any conflict between the provisions of these presents and the said contract the
provisions of these presents shall prevail and in the event or any dispute or difference arising over
the construction of effect of these presents the settlement of which has not been hereinbefore
expressly provided for, the same shall be referred to the Arbitrators as per General Purchase
Conditions, whose decision shall be final and provisions of these Indian Arbitration Act for the time
being in force shall apply to any such reference.

IN WITNESS WHERE OF the said Contractor and the Owner have hereunto set their respective hands
the day and year first above written.
Signed, sealed and delivered in the presence of :

Witness:

Signature
Name
Address

Signed for and on behalf of BPCL INDIA LIMITED in the presence of :


Witness:

Signature
Name
Address

A307_T&C-SITE-WORK Rev. 1 Page 8 of 8

Page 85 of 440
SPECIFICATION No.
SPECIFICATION FOR
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI Page 1 of 83

SPECIFICATION FOR

HEALTH, SAFETY & ENVIRONMENT

(HSE) MANAGEMENT

AT IREP BPCL KOCHI

0 12.09.2012 ISSUED AS JOB SPECIFICATION SM SM RKD

Rev Date Purpose Prepared by Checked by Approved by

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


Page 86 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 2 of 83

Abbreviations:

AERB : Atomic Energy Regulatory Board


ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HV : High Voltage
IS : Indian Standard
IE : Indian Electricity
JSA : Job Safety Analysis
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
PPE : Personal Protective Equipment
RCM : Resident Construction Manager or Site-in-Charge, as applicable
ROW : Right of Way
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
TBM : Tool Box Meeting

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


Page 87 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 3 of 83

CONTENTS
PAGE
CLAUSE TITLE
NO.
1.0 Scope 5
2.0 References 5
3.0 Requirement of Health, Safety and Environment (HSE) 5
Management System to be complied by Bidders
3.1 Management Responsibility 5
3.1.1 HSE Policy & Objective 5
3.1.2 Management System 5
3.1.3 Indemnification 5
3.1.4 Deployment & Qualification of Safety 6
Personnel
3.1.5 Implementation, Inspection & 7
Monitoring
3.1.6 Behavior Based Safety 8
3.1.7 Awareness 9
3.1.8 Fire prevention & First-Aid 9
3.1.9 Documentation 9
3.1.10 Audit 9
3.1.11 Meetings 10
3.1.12 Intoxicating drinks & drugs and 11
smoking
3.1.13 Penalty 11
3.1.14 Accident/Incident investigation 13
3.2 House Keeping 14
3.3 HSE Measures 14
3.3.1 Construction Hazards 14
3.3.2 Accessibility 15
3.3.3 Personal Protective Equipments 16
(PPEs)
3.3.4 Working at height 16
3.3.5 Scaffoldings 18
3.3.6 Electrical installations 19
3.3.7 Welding/Gas cutting 21
3.3.8 Ergonomics and tools & tackles 21
3.3.9 Occupational Health 22
3.3.10 Hazardous substances 22
3.3.11 Slips, trips & falls 23
3.3.12 Radiation exposure 23
3.3.13 Explosives/Blasting operations 23
3.3.14 Demolition/Dismantling 23
3.3.15 Road Safety 24
3.3.16 Welfare measures 25
Contd to page 4 …

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


Page 88 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 4 of 83

CONTENTS (contd. from page 3)


3.3.17 Environment Protection 25
3.3.18 Rules & Regulations 25
3.3.19 Weather Protection 25
3.3.20 Communication 25
3.3.21 Confined Space Entry 26
3.3.22 Heavy Lifts 26
3.3.23 Key performance indicators 27
3.3.24 Unsuitable Land Conditions 27
3.3.25 Under Water Inspection 27
3.4 Tool Box talks 28
3.5 Training & Induction Programme 28
3.6 Additional safety requirements for working Inside a 29
3.7 running
Self plant and Enhancement
Assessment 30
3.8 HSE Promotion 31
3.9 LOTO for isolation of energy source 31
4.0 Details of HSE Management System by Contractor
4.1 On Award of Contract 31
4.2 During Job Execution 32
4.3 During short listing of the sub-contractors 33
5.0 Records 33
Appendices
1. Standards/Codes on HSE Appendix-A
2. Details of First AID Box Appendix-B
3. Types of Fire Extinguishers & their Appln. Appendix-C
4. Indicative List of statutory Acts & Rules Appendix-D
5. Construction Hazards and their mitigation Appendix-E
6. Training subjects / topics Appendix-F
7. Construction Power Board ( typ) Appendix-G
8. List of HSE procedures Appendix-H
Attachments (Reporting Formats)
I. Safety Walk through Report HSE-1 Rev.0
II. Accident/Incident Report HSE-2 Rev.0
III. Suppl. Accident/Incident Investigation HSE-3 Rev.0
Report
IV. Near Miss Incident Report/Dangerous HSE-4 Rev.0
occurence
V. Monthly HSE Report HSE-5 Rev.0
VI. Permit for Working at height HSE-6 Rev.0
VII. Permit for Working in Confined Space HSE-7 Rev.0
VIII. Permit for Radiation work HSE-8 Rev.0
IX. Permit for Demolishing/ Dismantling HSE-9 Rev.0
X Daily Safety Checklist HSE-10 Rev.0
XI Housekeeping assessment & compliance HSE-11 Rev.0
XII Inspection of temporary electrical booth / HSE-12 Rev.0
installation
XIII Inspection for scaffolding HSE-13 Rev.0
XIV Permit for erection / modification & HSE-14 Rev.0
dismantling of scaffolding
XV Permit for heavy lift/critical erection HSE-15 Rev.0
XVI Permit Energy Isolation & De-Isolation HSE-16 Rev 0

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


Page 89 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 5 of 83

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub
vendors during construction.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/legislations, General Conditions of Contract (GCC),
Special Conditions of Contract (SCC) and Job (Technical) Specifications. Where different
documents stipulate different requirements, the most stringent shall apply.

2.0 REFERENCES

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Building and other construction workers Act,
- Factories Act
- Job (Technical) specifications
- Relevant International / National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction
Machineries

3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT


SYSTEM TO BE COMPLIED BY BIDDERS

3.1 MANAGEMENT RESPONSIBILITY

3.1.1 HSE Policy & Objectives

The Contractor should have a documented HSE policy duly & objectives to demonstrate
commitment of their organization to ensure health, safety and environment aspects in their line
of operations.
HSE Policy shall be made available to Owner / EIL at the place of execution of specific contract
works, as a valid document.

3.1.2 Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what are specified under clause 1.0
and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan from EIL /
Owner prior to commencement of any site works. Corporate as well as Site management of the
Contractor shall ensure compliance of their HSE Plan at work sites in its entirety & in true
spirit.

3.1.3 Indemnification
Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 90 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 6 of 83

3.1.4 Deployment & qualifications of Safety personnel

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engr what is indicated in relevant statute of
BOCW Act i.e deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards etc. would facilitate the HSE tasks at grass root level for
construction sites and shall assist Safety Officer / Engineers.

a) Safety Steward

For every 250 workmen, one safety steward shall be deployed.

As a minimum, he shall preferably possess High School leaving Certificate (of Class
XII with Physics & Chemistry etc.) and trained in fire-fighting as well as in
safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and preferably have adequate knowledge
of the language spoken by majority of the workers at the construction site.

b) Safety Supervisor

For every 500workmen, one safety Supervisor shall be deployed.

As a minimum, he shall possess a recognized Degree in Science (with Physics &


Chemistry) or a diploma in Engg. or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.

c) Safety Officer / Safety Engineer

One for every 1000 workers or part thereof shall be deployed.

Safety officer/Engineer Should Possess following Qualification & Experience :


(i) Recognized degree in any branch of Engg. or Tech. or Architecture with
practical experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of building or other construction
work in supervisory capacity for a period of not less than five years.

(ii) Recognized degree or diploma in Industrial safety with one paper in Construction
Safety
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.

Alternately

(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by AICTE
or State Council of Tech. Education of any Indian State) with practical experience of
working in a building, plant or other construction works (as Safety Officer, in line with
Indian Factories Act, 1958) for a period of not less than five years, may be considered
as Safety Officer, in case Owner/Client of the project agrees for /approves the same.

d) HSE In-Charge

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


Page 91 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 7 of 83

In case there is more than one Safety Officer at any project construction site, one of
them, who is senior most by experience (in HSE discipline), may be designated as HSE
In-Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and
contractors.

In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like the
Building and Other Construction Workers’ Regulation of Employment and Conditions of
Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.

Contractors shall ensure physical availability of safety personnel at the place of specific work
location, where Hot Work Permit is required / granted. No work shall be started at any of the
project sites until above safety personnel & concerned Site Engineer of Contractor are
physically deployed at site. The Contractor shall submit a HSE organogram clearly indicating
the lines of responsibility and reporting system and elaborate the responsibilities of safety
personnel in their HSE Manual / Program/ Plan.

The Contractor shall verify & authenticate credentials of such safety personnel and furnish Bio-
Data/ Resume/ Curriculum Vitae of the safety personnel as above for EIL/Owner’s approval, at
least 1 month before the mobilization. The Contractor, whenever required, shall arrange
submission of original testimonials/certificates of their Safety personnel, to EIL/Owner (for
verification/scrutiny, etc.)

Imposition / Realization of penalty shall not absolve the Contractor from his/her responsibility
of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor so
that field activities do not get affected because of non-deployment of competent & qualified
safety people in appropriate numbers.

3.1.5 Implementation, Inspection/Monitoring

The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
The Contractor shall ensure physical presence of their field engineers / supervisors,
during the continuation of their contract works / site activities including all material
transportation activities. Physical absence of experienced field engineers / supervisors
of Contractor at critical work spot during the course of work, may invite severe
penalization as per the discretion of EIC, including halting / stoppage of work.
Contractor shall furnish their annual Inspection Plan, with regard to project issues
/subjects, frequency and performers to EIL/Owner.
The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
The Contractor shall ensure important safety checks right from beginning of works at
every work site locations and to this effect format No: HSE-10 “Daily Safety Check
List” shall be prepared by field engineer & duly checked by safety personnel for
conformance.
The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipments as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.

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


Page 92 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 8 of 83

To demonstrate involvement/commitment of site management of Contractor, at least


one Safety Walk through in a month shall be carried out by Contractor’s head of site
(along with his area manager/field engineers) and a report shall be furnished to
EIL/Owner as per format No: HSE-1” Safety walk through report” followed by
compliance for unsatisfactory remarks.
As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected
and examined by competent people (approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during extension, modification,
elongation/reduction of machine/parts, etc.) as per relevant statutes. Hydra, cranes,
lifting machinery, mobile equipments / machinery / vehicles, etc. shall be inspected
regularly by only competent / experienced personnel at site and requisite records for
such inspections shall be maintained by every contractor. Contractor shall also maintain
records of maintenance of all other site machinery (e.g. generators, rectifiers,
compressors, cutters, etc.) & portable tools/equipments being used at project related
works (e.g. drills, abrasive wheels, punches, chisels, spanners, etc.).
Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards,
etc. and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, site washing facilities, First-aid centers, urinals/toilets, etc. should
be periodically inspected by Contractor (preferably utilizing HR/Admn. personnel to
inspect site welfare facilities) and records to be maintained.

3.16 Behaviour Based Safety

The contractor shall develop a system to implement Behaviour-Based Safety (BBS)


through which work groups can identify, measure and change the behaviours of
employees and workers
The BBS process shall include the following:
- Identify the behaviours critical to obtaining required safety performance.
- Communicate the behaviours and how they are performed correctly to all
- Observe the work force and record safe/at risk behaviours. Intervene with
workers to give positive reinforcement when safe behaviours are observed.
Provide coaching/correction when at risk behaviours are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behaviour improvements occur
- Change behaviours to be observed or change activators or change consequences
as appropriate.
- Communicate any changes to workforce
Contractor through its own HSE committee shall implement the above process.
The necessary procedures and reporting formats shall be developed by the contractor
for approval by EIL/Owner.
The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for following as a minimum:-
- PPE
- Tools & equipment
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work At height
- Stacking & storage
- Ergonomics
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 93 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 9 of 83

- Procedures
3.1.7 Awareness and Motivation

The Contractor shall promote and develop awareness on Health, Safety and
Environment protection among all personnel working for the Contractor.
Regular awareness programs and fabrication shop / work site meetings at least on
monthly basis shall be arranged on HSE activities to cover hazards/risks involved in
various operations during construction.
Contractor to motivate & encourage the workmen & supervisory staff by issuing /
awarding them with tokens/ gifts/ mementos/ monetary incentives / certificates, etc.
3.1.8 Fire prevention & First-Aid

The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), trained personnel/nurse (male) to administer First Aid, stand-
by Ambulance vehicle and
Install fire protection measures such as adequate number of steel buckets with sand &
water and adequate number of appropriate portable fire extinguishers (Refer Appendix-
C for details) to the satisfaction of EIL/Owner.
The Contractor shall deploy trained supervisory personnel / field engineers to cater to
any emergency situation.

In case the number of workers exceeds 500, the Contractor shall position an Ambulance
/ vehicle on round the clock basis very close to the worksite.

The Contractor shall arrange FIRE DRILL at each site at least once in three months,
involving site workmen and site supervisory personnel & engineers. The Contractor
shall maintain adequate record of such fire drills at project site

3.1.9 Documentation

The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is
attached as Appendix :H
- Inspections and Test Plan
- Risk Assessment & Job Safety Analysis Report.
The monitoring for implementation shall be done by regular inspections and compliance
of the observations thereof. The Contractor shall get similar HSE requirements
implemented at his sub-contractor(s) work site/office. However, compliance of HSE
requirements shall be the responsibility of the Contractor. Any review/approval by
EIL/Owner shall not absolve contractor of his responsibility/liability in relation to
fulfilling all HSE requirements.

3.1.10 Audit

The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:
Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors (Lead Auditor Course :OSHA 18001).
External HSE audits regularly at least on every six months by engaging qualified
external auditors (Lead Auditor Course :OSHA 18001)
All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit internal
audit team, as well as by EIL/Owner’s representative shall be resolved forthwith ( generally
within a week) by Contractor & compliance report shall be submitted to EIL/Owner.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 94 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 10 of 83

Failure to carry-out HSE Audits & its compliance (internal & external) by Contractor, shall
invite penalization.

3.1.11 Meetings

The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer / Project Manager / Site-in-Charge) in Safety
Committee / HSE Committee meetings arranged by EIL/Owner usually on monthly
basis or as and when called for. In case Contractor’s top most executive at site is not in
a position to attend such meeting, he shall inform EIL/Owner in writing before the
commencement of such meeting indicating reasons of his absence and nominate his
representative – failure to do so may invite very stringent penalization against the
specific Contractor, as deemed fit in Contract. The obligation of compliance of any
observations during the meeting shall be always time bound. The Contractor shall
always assist EIL/Owner to achieve the targets set by them on HSE management during
the project implementation.

In addition, the Contractor shall also arrange internal HSE meetings chaired by his top
most executive at site on weekly basis and maintain records. Such internal HSE
meetings shall essentially be attended by field engineers / supervisors (& not by safety
personnel only) of the Contractor and its associates. Records of such internal HSE
meetings shall be maintained by the Contractor for review by EIL/Owner or for any
HSE Audits.

Agenda of internal HSE meeting should broadly cover: -

a) Confirmation of record notes / minutes of previous meeting


b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site sub Contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs

The time frame for such HSE meeting shall be religiously maintained by one and all.

3.1.12 Intoxicating drinks & drugs and Smoking

The Contractor shall ensure that his staff members & workers (permanent as well
casual) shall not be in a state of intoxication during working hours and shall abide by
any law relating to consumption & possession of intoxicating drinks or drugs in force.
The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.

The Contractor shall ensure that all personnel working for him comply with “No-
Smoking” requirements of the Owner as notified from time to time. Cigarettes, lighters,
auto ignition tools or appliances as well as intoxicating drugs, dry tobacco powder, etc.
shall not be allowed inside the project / plant complex.

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


Page 95 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 11 of 83

Smoking shall be permitted only inside smoking booths exclusively designated &
authorized by the Owner/EIL.

3.1.13 Penalty

The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.

The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative


limit of

2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1, 00, 00, 000 (Rupees One crore)

0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10, 00.00.000 (Rupees ten crores)

This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.

The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:

Sl.
Violation of HSE norms Penalty Amount
No.
For not using personal protective equipment
1. (Helmet, Shoes, Goggles, Gloves, Full body Rs 500/- per day/ Item / Person.
harness, Face shield, Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs 20000/- per occasion
Execution of work without deployment of
3 requisite field engineer / supervisor at work Rs. 5000/- per violation per day
spot
Unsafe electrical practices (not installing
ELCB, using poor joints of cables, using
4. naked wire without top plug into socket, Rs 10000/- per item per day.
laying wire/cables on the roads, electrical jobs
by incompetent person, etc.)
Working at height without full body harness,
using non-standard/ rejected scaffolding and
5. not arranging fall protection arrangement as Rs. 10000/- per case per day.
required, like hand-rails, life-lines, Safety
Nets etc.
Unsafe handling of compressed gas cylinders
6. (No trolley, jubilee clips double gauge Rs 500/- per item per day.
regulator, improper storage/handling).
Use of domestic LPG for cutting purpose / not
7. using flash back arresters on both the Rs. 3000/- per occasion.
hoses/tubes on both ends.
No fencing/barricading of excavated areas /
8. Rs.1, 000/- 3000/- per occasion.
trenches.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 96 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 12 of 83

Not providing shoring/strutting/proper slope


9. and not keeping the excavated earth at least Rs.5, 000/- per occasion.
1.5M away from excavated area.
Non display of scaffold tags, caution boards,
10. list of hospitals, emergency services available Rs.1000/- per occasion.
at work locations.
Traffic rules violations like over speeding of
vehicles, rash driving, talking on mobile
phones during vehicle driving, wrong parking,
11. Rs. 2000/- per occasion.
not using seat belts, vehicles not fitted with
reverse horn / warning alarms / flicker lamps
during foggy weather.
Absence of Contractor’s RCM/SIC or his
nominated representative (prior approval must
be taken for each meeting for nomination)
12. from site HSE meetings whenever called by Rs10000/- per meeting.
EIL/Owner & failure to nominate his
immediate deputy (in the site-organogram) for
such HSE meetings.
Failure to maintain HSE records by Contractor
13. Safety personnel, in line with approved HSE Rs 10000/- per month.
Plan/Procedures/Contract specifications..
Failure to conduct daily site safety inspection
(by Contractor’s safety engineers/safety
officers), internal HSE meeting, internal HSE
14. Rs.10000/- per occasion.
Awareness/Motivation Program, Site HSE
Training and HSE audit at predefined
frequencies (as approved in HSE Plan).
Failure to submit the monthly HSE report by
Rs. 10000/- per occasion and Rs.
15. 5th of subsequent month to Project’s Engineer-
1000/- per day of further delay.
in-Charge / Owner
Rs. 5000/- per occasion per
16. Poor House Keeping
subject
Failure to report & follow up accident
17. (including Near Miss) reporting system within Rs. 20000/- per occasion
specific time-frame.
Degradation of environment (not confining
18. toxic spills, spilling oil/lubricants onto Rs10000/- per occasion
ground)
Not medically examining the workers before
allowing them to work at height / to work in
confined space / to work in shot-blasting / to
work for painting / to work in bitumen or Rs 5000/- per occasion per
19.
asphalt works, not providing ear muffs while worker
allowing them to work in noise polluted areas,
made them to work in air polluted areas
without respiratory protective devices, etc.

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


Page 97 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 13 of 83

Violation of any other safety condition as per


job HSE plan / work permit and HSE
conditions of contract (e.g. using crowbar on
20. cable trenches, improper welding booth, not Rs. 5000/- per occasion
keeping fire extinguisher ready at hot work
site, unsafe rigging practices, non-availability
of First-Aid box at site, etc.)
Failure to carry-out Safety audit in time
21. Rs. 20,000/- per occasion
(internal & external)
Carrying out sand blasting instead of shot
22. Rs. 50,000/- per day
blasting
Failure to deploy adequately qualified and
23. Rs. 10000/- per day per Officer
competent Safety Officer
Utilization of hydra for material shifting or
24. Rs 25,000/- per occasion
any other unauthorized /unsafe lifting works
Any incident / accident at project site has been
caused because of willful negligence or gross
25. violation of safety measures / provisions on Rs 10,00,000/-per occasion
the part of the Contractor or any of its sub-
agencies
26. Any violation not covered above To be decided by EIL/Owner.

The Contractor shall make his field engineers/supervisors fully aware of the fact that
they keep track with the site workmen for their behavior and compliance of various
HSE requirements. Safety lapses / defects of project construction site shall be
attributable to the concerned job supervisor / engineer of the Contractor, (who remains
directly responsible for safely executing field works). For repeated HSE violations,
concerned job supervisor / engineer shall be reprimanded or appropriate action, as
deemed fit, shall be initiated (with an information to EIL & Owner) by the concerned
Contractor.

Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall
call for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings &/or in HSE Awareness
program.

3.1.14 Accident/ Incident investigation

All accidents / incidents shall be informed to EIL/Owner at least telephonically by Contractor


immediately and in writing within 24 hours on Format No. HSE-2 as applicable , by Contractor.
Thereafter, a Supplementary Accident / Incident investigation Report on Format No. HSE-3
shall be submitted to EIL/Owner within 72 hours. Near Miss incident(s),Dangerous
accidents/incident shall also be reported on Format No. HSE-4 within 24 hours. The accident/
incident shall be investigated by a team of Contractor’s senior Site personnel (involving Site-in-
Charge or at least by his deputy) for establishing root-cause and recommending corrective &
preventive actions. Findings shall be documented and suitable actions taken to avoid
recurrences shall be communicated to EIL/Owner. Owner/EIL shall have the liberty to
independently investigate such occurrences and the Contractor shall extend all necessary help

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


Page 98 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 14 of 83

and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.

3.2 HOUSE KEEPING

The Contractor shall ensure that a high degree of house keeping is maintained and shall ensure
inter alia; the followings:

a) All surplus earth and debris are removed/disposed off from the working areas to
designated location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places
within the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips
and bricks etc shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for
erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc shall be allowed on roads, which
may obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the
working areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in
breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms / confined
spaces etc.
l) Welding cables and the power cable must be segregated and properly stored and used
.The same shall be laid away from the area of movement and shall be free from
obstruction.
m) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same.

3.3 HSE MEASURES

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out Job Safety Analysis (JSA) specifically for high risk jobs, like

a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations & trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts.
with or without crane.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 99 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 15 of 83

h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with
Crane of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives & Blasting operations
s) Demolishing / dismantling activities
t) Welding / gas cutting jobs at height (+2.0 Mts.)
u) Lifting / placing roof-girders at height (+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipments/vessels at heights (+2.0 Mts) with & without
using cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning

and take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity & also shall be maintained during the course of works, by the
Contractor. Copies of such JSAs shall be kept available at work sites by the Contractor to enable
all concerned carrying out checks / verification.

A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

The Contractor shall provide safe means of access & efficient exit to any working place
including provisions of suitable and sufficient scaffolding at various stages during all
operations of the work for the safety of his workmen and EIL/Owner.

The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters” , “safety nets” etc. during the course of using all
safe accesses & exits, so that in no case any individual remains at risk of slip & fall
during their travel.

The access to operating plant / project complex shall be strictly regulated. Any person
or vehicle entering such complex shall undergo identification check, as per the
procedures in force / requirement of EIL/Owner.

Accessibility to ‘confined space’ shall be governed by specific system / regulation, as


established at project site.

3.3.3 Personal Protective Equipments (PPEs)


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 100 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 16 of 83

The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape
strap type safety helmets preferably with head & sweat band with ¾” cotton chin
strap (made of industrial HDPE), safety shoes with steel toe cap and antiskid sole, full
body harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear
muffs, respiratory protective devices, etc. All these gadgets shall conform to applicable
IS Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged /
unserviceable PPEs shall be replaced forthwith.

Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall
choose any colour other than white (for Owner) or blue (for EIL) All HSE personnel
shall preferably wear dark green band on their helmet so that workmen can approach
them for guidance during emergencies. HSE personnel shall preferably wear such
dresses with fluorescent stripes, which are noticeable during night, when light falls on
them.

For shot blasting, the usage of protective face shield and helmets, gauntlet and
protective clothing is mandatory. Such protective clothing should conform relevant IS
Specification.

For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all
time.

An indicative list of HSE standards/codes is given under Appendix-A.

Contractor shall ensure procurement & usage of following safety equipments/


accessories (conforming to applicable IS mark / CE standard) by their staff, workmen &
visitors including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-
a. PPEs (Helmet, Spectacle, Ear-muff, Face shield, Hand gloves, Safety Shoes, Gum boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Life-lines (steel wire-rope, dia not less than 8.0 mm)
g. Full body harness
h. Retractable fall arresters (various length)
i. Portable fire extinguishers (DCP type) – 5 kg capacity
j. Portable Multi Gas detector
k. Sound level meter
l. Digital Lux meter
m. Fire hoses & flow nozzles
n. Fire blankets / Fire retardant cloth (with eyelets)

3.3.4 Working at height

The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipments.
Contractor’s Safety Officer shall verify compliance status of the items of permit
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 101 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 17 of 83

document after implementation of action is completed by Contractor’s execution / field


engineers at work site. Job Safety Analysis (JSA) for specific works at height duly
commented by EIL/Owner, shall be kept attached with particular Permit for Work
(PFW) at site for ready reference & follow-up.

Such PFW shall be initially issued for one single shift or expected duration of normal
work and extended further for balance duration, if required. EIL/Owner can devise
block-permit system at any specific area, in consultation with project specific HSE
Committee to specify the time-period of validity of such PFW or its renewal. This
permit shall be applicable in areas where specific clearance from Owner’s operation
Deptt. /Safety Deptt. is not required. EIL / Owner’s field Engineers/Safety
Officers/Area Coordinators may verify and counter sign this permit (as an evidence of
verification) during the execution of the job.

All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once
in six months.

In case work is undertaken without taking sufficient precautions as given in the permit,
EIL /Owner Engineers may exercise their authority to cancel such permit and stop the
work till satisfactory compliance/rectification is arranged made. Contractors are
expected to maintain a register for issuance of permit and extensions thereof including
preserving the used permits for verification during audits etc.

The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or
vessels / columns etc. These arresters should lock automatically against the anchorage
line, restricting free fall of the user. The device is to be provided with a double security
opening system to ensure safe attachment or release of the user at any point of rope. In
order to avoid shock, the system should be capable of keeping the person in vertical
position in case of a fall.

The Contractor shall ensure that Full body harnesses conforming EN361 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards
and life lines should have enough tensile strength to take the load of the worker in case
of a fall. One end of the lanyard shall be firmly tied with the harnesses and the other end
with life line. The harness should be capable of keeping the workman vertical in case of
a fall, enabling him to rescue himself.

The Contractor shall provide Roof Top Walk Ladders for carrying out activities on
sloping roofs in order to reduce the chances of slippages and falls.

The Contractor shall ensure that a proper Safety Net System is used wherever the
hazard of fall from height is present. The safety net, preferably a knotted one with
mesh ropes conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of
minimum 12mm dia. The Safety Net shall be located not more than 6.0 meters below
the working surface extending on either side up to sufficient margin to arrest fall of
persons working at different heights.

In case of accidental fall of person on such Safety Net, the bottom most portion of
Safety Net should not touch any structure, object or ground.

The Contractor shall ensure positive isolation while working at different levels like in
the pipe rack areas. The working platforms with toe boards & hand rails shall be
sufficiently strong & shall have sufficient space to hold the workmen and tools &

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


Page 102 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 18 of 83

tackles including the equipments required for executing the job. Such working
platforms shall have mid-rails, to enable people work safely in sitting posture.

3.3.5 Scaffoldings & Barricading

Suitable scaffoldings shall be provided to workmen for all works that cannot be safely
done from the ground or from solid construction except such short period work that can
be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the
ladder.

The Contractor shall ensure that the scaffolds used during construction activities shall
be strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold & SWL (from competent designers)
free of charge, before they are being installed / constructed at site. Owner/EIL reserves
the right to ask the Contractor to submit certification and or design calculations from
his HQ / Design/ Engineering expert regarding load carrying capacity of the
scaffoldings.

All scaffolds shall be inspected by a competent Scaffolding Inspector of the Contractor.


He shall paste a GREEN tag (duly signed by competent Scaffolding Inspector) on each
scaffold found safe and a RED tag (duly signed by competent Scaffolding Inspector)
on each scaffold found unsafe. Scaffolds with GREEN tag only shall be permitted to be
used and Scaffolds with RED ones shall immediately be made inaccessible. Work
being found continuing on scaffolds with RED tag shall be considered unauthorized
work by Contractor and may invite penalization from EIL/Owner. For every 120-125
m2 /m3 area / volume or its parts thereof minimum one TAG shall be provided.

The Contractor shall ensure positive barricading (indicative as well as protective) of


the excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing
and other such areas. Sufficient warning signs shall be displayed along the barricading
areas.

3.3.6 Electrical installations


All electrical installations/ connections shall be carried out as per the provisions of
latest revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules & regulations:

- OISD STD 173: Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

All electrical installations shall be approved by the concerned statutory authorities.

All temporary electrical installations / facilities shall be regularly checked by the


licensed/competent electricians of the Contractor and appropriate records shall be
maintained in format no: HSE-12” Inspection of temporary electrical booth/installation
at project construction site”. Such inspection records are to be made available to
EIL/Owner, whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:

a. Shall make Single Line Diagram (SLD) for providing connection to each equipments &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front
face of DBs (distribution boards) or JBs (Junction boxes) at every site. ( A typical
Switch Board Sketch is attached as Appendix -G )

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


Page 103 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 19 of 83

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per
provisions of the latest revision of the Indian Electrical/ applicable international
regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for
regular inspection of construction power distribution system/points including their
earthing. A copy of the license shall be submitted to EIL / Owner for records.
Availability of at least one competent (ITI qualified) / licensed electrician (by State
Elec. authorities) shall be ensured at site round the clock to attend to the
normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/
with rain shed protection. The shed shall be elevated from the existing ground level to
avoid water logging inside the shed . Installation of electrical switch board must be
done taking care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable
materials shall not be stored in and around electrical equipment / switchboard.
Adequate clearances and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without


obtaining safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

j. All welders shall use hand gloves irrespective of holder voltage.

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts
and instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near
all distribution boards / local panels.

l. Operation of earth leakage device shall be checked regularly by temporarily connecting


series test lamp (2 bulbs of equal rating connected in series) between phase and earth.

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during
construction phase by the contractor:

Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall
not exceed 1.5 M. The main switch shall be connected to the point of supply by means
of armoured cable.

The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads
in a three phase circuit shall be balanced as far as possible and load on neutral should
not exceed 20% of load in the phase.

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


Page 104 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 20 of 83

The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC
type. Use of rewirable fuses shall be strictly prohibited. The earth leakage device shall
have an operating current not exceeding 30 mA.

All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of
1.5 mm2 copper shall be used for all single phase hand tools.

Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

All power cables shall be terminated with compression type cable glands. Tinned
copper lugs shall be used for multi-strand wires / cables.

Cables shall be free from any insulation damage.

Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm
for HV cables. These cables shall be laid over a sand layer and covered with sand, brick
& soil for ensuring mechanical protection. Cables shall not be laid in waterlogged area
as far as practicable. Cable route markers shall be provided at every 25 M of buried
trench route. When laid above ground, cables shall be properly cleated or supported on
rigid poles of at least 2.1 M high. Minimum head clearance of 6 meters shall be
provided at road crossings.

Under ground road crossings for cables shall be avoided to the extent feasible. In any
case no under ground power cable shall be allowed to cross the roads without pipe
sleeve.

All cable joints shall be done with proper jointing kit. No taped/ temporary joints shall
be used.

An independent earthing facility should preferably be established within the temporary


installation premises. All appliances and equipment shall be adequately earthed. In case
of armoured cables, the armour shall be bonded to the earthing system.

All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.

In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green
colour.

Separate core shall be provided for neutral. Earth / Structures shall not be used as a
neutral in any case.

ON/OFF position of all switches shall be clearly designated / painted for easy isolation
in emergency.

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


Page 105 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 21 of 83

3.3.7 Welding/ Gas cutting

Contractor shall ensure that flash back arrestors conforming to BS: 6158 or equivalent
are installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
All cylinders shall be mounted on trolleys and provided with a closing key.
The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
At end of work, the cylinders in use shall be closed and hoses depressurized.
Cutting of metals using gases, other than oxygen & acetylene, shall require written
concurrence from Owner.
All welding machines shall have effective earthing at least at distinctly isolated two
points.
In order to help maintain good housekeeping, and to reduce fire hazard, live electrode
bits shall be contained safely and shall not be thrown directly on the ground.
The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner
which can avoid contact with cranes, hydra or other mobile construction machinery.
Hot spatters shall be contained / restricted appropriately (by making use of effective
fire-retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
The Contractor shall arrange adequate systems & practices for accumulation / collection
of metal & other scraps and remnant electrodes and their safe disposal at regular
interval so as to maintain the fabrication and other areas satisfactorily clean & tidy.

3.3.8 Ergonomics and tools & tackles

The Contractor shall assign to his workmen, tasks commensurate with their
qualification, experience and state of health.
All lifting tools, tackles, equipment, accessories including cranes shall be tested
periodically by statutory/competent authority for their condition and load carrying
capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, accessories and cranes are used.
The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
Wherever required the Contractor shall make use of Elevated Work Platforms (EWP)
or Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and
workmen shall be debarred to board such elevated platform during the course of their
shifting / transportation.
Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in
use) to minimize overloading risk. SLI shall have capability to continuously monitor
and display the load on the hook, and automatically compare it with the rated crane
capacity at the operating condition of the crane. The system shall also provide visual
and audible warnings at set capacity levels to alert the operator in case of violations.
The contractor shall be responsible for safe operations of different equipments
mobilized and used by him at the workplace like transport vehicles, engines, cranes,
mobile ladders, scaffoldings, work tools, etc.
The Contractor shall arrange periodical training for the operators of hydra, crane,
excavator, mobile machinery, etc. at site by utilizing services from renowned
manufacturers

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


Page 106 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 22 of 83

3.3.9 Occupational Health

The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.

For surface cleaning operations, sand blasting shall not be permitted even if not
explicitly stated elsewhere in the contract.

To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.

Appropriate respiratory protective devices shall be used to protect workmen from


inhalation of air borne contaminants like silica, asbestos, gases, fumes, etc.

Workmen shall be made aware of correct methods for lifting, carrying, pushing &
pulling of heavy loads. Wherever possible, manual handling shall be replaced by
mechanical lifting equipments.

For jobs like drilling/demolishing/dismantling where noise pollution exceeds the


specified limit of 85 decibels, ear muffs shall be provided to the workers.

To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition
to minimize their vibrating effects and personnel using these tools shall be taught how
to operate them safely & how to maintain good blood circulation in hands.

The Contractor shall arrange health check up (by registered medical practitioner) for all
the workers at the time of induction. Health check may have to be repeated if the nature
of duty assigned to him is changed necessitating health check or doubt arises about his
wellness. EIL/Owner reserves the right to ask the contractor to submit medical test
reports. Regular health check-ups are mandatory for the workers assigned with
Welding, Radiography, Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the
health check-ups shall be conducted by registered Medical practitioner and records are
to be maintained by the Contractor.

The Contractor shall ensure vaccination of all the workers including their families,
during the course of entire project span.

3.3.10 Hazardous substances

Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good
ventilated area. These containers shall be labeled with the name of the materials
highlighting the hazards associated with its use and necessary precautions to be taken.
Respective MSDS (Material Safety Data Sheet) shall be made available at site & may
be referred whenever problem arises.

Where contact or exposure of hazardous materials are likely to exceed the specified
limit or otherwise have harmful affects, appropriate personal protective equipments
such as gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc.
shall be used.

The work place shall be checked prior to start of activities to identify the location, type
and condition of any asbestos materials which could be disturbed during the work. In
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 107 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 23 of 83

case asbestos material is detected, usage of appropriate PPEs by all personnel shall be
ensured and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

The contractor shall establish a regular cleaning and basic housekeeping programme
that covers all aspects of the workplace to help minimize the risk of slips, trips & falls.
The contractor shall take positive measures like keeping the work area tidy, storing
waste in suitable containers & harmful items separately, keeping passages, stairways,
entrances & exits especially emergency ones clear, cleaning up spillages immediately
and replacing damaged carpet/ floor tiles, mats & rugs at once to avoid slips, trips &
falls.

3.3.12 Radiation exposure

All personnel exposed to physical agents such as ionizing & non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with
adequate shielding or protection commensurate with the type of exposure involved.

For ionizing radiation, requirements of Bhabha Atomic Research Centre (BARC)/


Atomic Energy Regulatory Board (AERB) shall be followed.

The Contractor shall implement an effective system of control at site for handling
radiography-sources & for avoiding its misuse.

The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.

3.3.13 Explosives/Blasting operations

Blasting operations shall be carried out as per latest Explosive Rules (Indian /
International) with prior permission. The Contractor shall obtain license from Chief
Controller of Explosives (CCoE) for collection, transportation, storage of explosives as
well as for carrying out blasting operations.
The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency
without the involvement of competent supervisor and licensed blaster / shot blaster.

3.3.14 Demolition/ Dismantling

The contractor shall adhere to safe demolishing/ dismantling practices at all stages of
work to guard against unsafe working practices.
The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
Before carrying out any demolition/ dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in
operating plants where location of underground utilities is not known with certainty, the
contractor shall depute an experienced engineer for supervision and shall make
adequate arrangements for Fire fighting & First-Aid during the execution of these
activities.
The Contractor shall arrange approved Job Safety Analysis (JSA) / Method Statement
for the specific demolition / dismantling task and corresponding action plan
commensurate with hazards / risks associated therein. In no case any activity related to

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


Page 108 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 24 of 83

demolition / dismantling shall be carried out by the Contractor without engaging own
supervision / field engineer.

3.3.15 Road Safety

The Contractor shall ensure adequately planned road transport safety management
system.
The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights
and usage of seat belts shall be ensured.
The Contractor shall also ensure a separate pedestrian route for safety of the workers
and comply with all traffic rules & regulations, including maintaining speed limit of 20
kmph or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at
project site routes / roads/ accesses, to alert reversing movement of vehicles &
machinery as well as pedestrians.

Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and
also to & from the labour colony to & from project sites.

Hydras shall only be allowed for handling the materials at fabrication/ storage yards and
in no case shall be allowed to transport the materials over project / plant roads.

The Contractor shall not deploy any such mobile machinery / equipments, which do not
have competent operator and / or experienced banks-man / signal-man. Such machinery
/ equipments shall have effective limit-switches, reverse-alarm, front & rear-end lights
etc. and shall be maintained in good working order.

The Contractor shall not carry-out maintenance of vehicles / mobile machinery


occupying space on project / plant roads and shall always arrange close supervision for
such works.

For pipeline jobs, the contractor shall submit a comprehensive plan covering
transportation, loading / unloading of pipes, movement of side booms, movement of
vehicles on the ROW, etc.

3.3.16 Welfare measures

Contractor shall, at the minimum, ensure the following facilities at work sites:

A crèche at site where 10 or more female workers are having children below the age of 6
years.
Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens shall also be made and regular review shall be made to maintain the
ambience satisfactorily hygienic & shall also comply with all applicable statutory
requirements.
Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws / Legislation.

3.3.17 Environment Protection


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 109 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 25 of 83

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials,
such as metals, plastics, glass, paper, oil & solvents. The waste that can not be minimized,
reused or recovered shall be stored and disposed of safely. In no way, toxic spills shall be
allowed to percolate into the ground. The contractor shall not use the empty areas for dumping
the wastes.

The contractor shall strive to conserve energy and water wherever feasible.

The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.

The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.

For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.

For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection

Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning the construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.

3.3.20 Communication

All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down) –

a. Quality Policy
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 110 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 26 of 83

b. HSE Policy contents


c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any
k. H & S publicity
l. Suggestions

Inside the Company (Bottom to up) –

a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

3.3.21 Confined Space Entry

The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. All appropriate
PPEs and air quality parameters shall be checked before entering a confined space. It shall be
ensured that the piping of the equipment which has to be opened is pressure- free by checking
that blinds are in place, vents are open and volume is drained. Inside confined space works, only
electrical facilities / installations of 24V shall be permitted. Contactor shall ensure usage of safe
& suitable arrangement of oxygen supply for individual workmen (during the course of work in
confined space), if oxygen concentration is found to be less than 19.5% (v/v) there.

3.3.22 Heavy Lifts

The contractor shall submit detailed rigging studies plan for EIL/ Owner approval prior
to lifting equipment which cannot be erected with a crane of approx. 100 MT capacity
due to constraints of its dimensions, location of foundation height, approach & weight.
Contractor shall generate the format no:HSE-15 “Permit for heavy lift/critical erection”

Prior to actual lifting activities, contractor shall check the validity of the crane
inspection certificate issued by statutory/ competent authority. This requirement shall
also apply to all rigging equipments utilized for the job.

The contractor shall, at all times, be responsible for all rigging activities.

Adequate safety measures such as positive barricading, usage of appropriate PPEs,


permit to work, etc. shall be taken during all heavy or critical lifts.

For lifting any material (irrespective of shape, size or volume), at any height, it is
always advisable to prepare a Plan of Erection (PoE) taking into consideration hazards
& risks associated therein – this can enable people to put their own experiences of
various natures & side-by-side establish a practical method for risk-free erection / lifts.
The contractor shall prepare PoE & shall document the same, when risks are identified
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 111 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 27 of 83

as “medium” or “high” and the same shall be approved by its competent / qualified
engineer.

3.3.23 Key Performance Indicators

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.

Leading Indicators viz:-:

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor & closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field
engineers.
- Suggestions for improvement

Trailing Indicators viz:-:

- Calculation of HSE statistics viz frequency rate, severity rate, LAT free manhours,etc
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-
 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions

Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection

Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

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


Page 112 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 28 of 83

3.4 TOOL BOX TALKS (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

TOOL BOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

3.5 TRAINING & INDUCTION PROGRAMME

Initial induction of workers into Construction oriented activities and appraising them
about the methodology of works and how to carry-out the same safely should not be
inter mixed with Tool Box Talks or HSE Training. In this regard careful action should
be made & maintained for imparting HSE induction to every individual, irrespective of
his task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once –
for example, Riggers must be trained for working at heights, welders must be trained
for work in confined space, fitters/carpenters, mesons must be trained for work at
heights, etc.

Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

The Contractor shall brief the visitors about the HSE precautions which are required to
be taken before their proceeding to site and make necessary arrangements to issue
appropriate PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his
visitors. The Contractor shall always maintain relevant acknowledgement from visitor
on providing him brief information on HSE actions.

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


Page 113 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 29 of 83

Contractor shall ensure that all his personnel possess appropriate training to carry out
the assigned job safely. The training should be imparted in a language understood by
them and should specifically be trained about

- Potential hazards to which they may be exposed at their workplace


- Measures available for prevention and elimination of these hazards

The topics during training shall cover, at the minimum: -

- Why safety should be considered during work - explanation


- Education about hazards and precautions required
- Employees’ duties & responsibilities
- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.

Records of the training shall be kept and submitted to EIL/ Owner.

The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix
–F) shall be furnished by the Contractor in its HSE Plan .

For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing,
use of radio communication etc. from an agency acceptable to Owner/EIL.

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force
and mock drills shall be carried out for Rescue operations/First-Aid measures.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 114 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 30 of 83

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The
height and overall design of the barricading structure shall be finalized in consultation with
the Owner and shall be got approved from the Owner.

h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.

k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of Gas/
Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.

n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.


Closing of valve will not be considered sufficient for isolation.

o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.

p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.

q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.

r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.

s) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.

3.7 SELF ASSESSMENT AND ENHANCEMENT

The contractor shall develop a method of check & balance through self assessment &
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.

3.8 HSE PROMOTION

The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programmes, celebrating HSE awareness weeks &
National Safety Day, conducting quizzes & essay competitions, distributing pamphlets, posters
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 115 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 31 of 83

& material on HSE, providing incentives for maintaining good HSE practices and granting
incentives / bonus for completing the job without any lost time accident.

3.9 LOCK OUT AND TAG OUT (LOTO) for isolation of energy source

Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner ie. “Brown field”
For all the other energy source (not under purview of client/owner) i.e “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
- Identification of all energy source viz
electrical,mechanical,hydraulic,pneumatic,chemical,thermal,gravitational,radiation and
other forms of stored or kinetic energy.
- Establishing the energy isolation devices viz: manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc
- Installation of Lock Out devices for preventing the inadvertent release of stored energy
and Tag Out devices ( “Danger”, “Do Not operate” or Do not Remove” tags) to indicate
that testing, maintenance or servicing is underway and the device cannot be operated
until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format NO: HSE-16
- Availability of competent persons.
Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
After the completion of job, contractor shall ensure all tools and tackles are removed
and nobody is present in the working area and signing on LOTO log book.
Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 ON AWARD OF CONTRACT

The Contractor shall submit a comprehensive Health, Safety and Environment Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:

- HSE policy & Objectives


- Job procedure to be followed by the Contractor for construction activities including
handling of equipments, scaffolding, electric installations, etc. describing the risks involved,
actions to be taken and methodology for monitoring each activity. Indicative list of
procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Job Safety Analysis for high risk jobs
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programmes at project site
- HSE Awareness programmes, at project site
- Reference to Rules, Regulations and statutory requirements.
- HSE documentation viz reporting, analysis & record keeping.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 116 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 32 of 83

4.2 DURING JOB EXECUTION

Contractor shall implement approved Health, Safety and Environment management programme
including but not limited to as brought out under para 3.0. Contractor shall also ensure:

to arrange workmen compensation insurance, registration under ESI Act, third party liability
insurance, registration under BOCW Act, etc, as applicable.

to arrange all HSE permits before start of activities (as applicable), like permits for hot work,
working at heights (Refer Format No. HSE-6), confined space (Refer Format No. HSE-7),
Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling Work Permit
(Refer Format No. HSE-9),Permit for erection/modification & dismantling of scaffolding(Refer
Format No:HSE-14), Permit for heavy lift/critical erection (Refer Format No:HSE-15) ,Permit
for energy Isolation & De-isolation” (HSE-16) ,storage of chemical / explosive materials & its
use and implement all precautions mentioned therein. In this regard, requirements of Oil
industry Safety Directorate Standard No. Std -105 "Work Permit Systems” shall be complied
with while working in existing Oil or Gas processing plants.

to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.

that his top most executive at site attends all the Safety Committee/HSE meetings arranged by
EIL/Owner and carries out safety walk through regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and communicated to
EIL/Owner for performing the above tasks.

display at site office and at prominent locations HSE Policy, caution boards, list of hospitals,
emergency services available, safety signs like Men at work, Speed Limits, Hazardous Area,
various do’s & don’ts, etc.

provide posters, banners for safe working to promote safety consciousness.

identify, assess, analyze & mitigate the construction hazards & incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk Analysis
and Control).

arrange testing, examination, inspection of own as well as borrowed construction equipments /


machinery (stationary & mobile) before being used at site and also at periodical interval,
through own resources and also by 3rd party competent agencies (as deemed fit in statutes).
Records of such test, examination etc. shall be maintained & shall be submitted to EIL/Owner
as & when asked for.

carryout audits/inspection (internal & external) at his works as well as sub contractor works as
per approved HSE plan/procedure/programme & submit the compliance reports of identified
shortfalls for EIL/Owner review.

arranging HSE training for site workmen (of his own & sub contractors) through internal or
external faculty at periodical intervals.

assistance & cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.

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


Page 117 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 33 of 83

generate & submit of HSE records/report as per this specification.

apprise EIL/Owner on HSE activities at site regularly.

carry-out all dismantling activities safely, with prior approval of EIL/Owner representative.

4.3 DURING SHORT LISTING OF THE SUB-CONTRACTORS

The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.

5.0 RECORDS

At the minimum, the contractor shall maintain/ submit HSE records in the following
reporting formats/:

Safety Walk Through Report HSE-1


Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
House keeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of HSE-14
scaffolding
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Inspection reports of Equipment/tools/tackles *
Report of Toolbox talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *

(*) The formats shall be developed in consultation with EIL/Owner

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 118 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 34 of 83

IS: 1989 (Pt -II) Leather safety boots and shoes


IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 119 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 35 of 83

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808 , BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z 49.1

Safe handling of compressed: P-1 (Compressed Gas Association Gases in cylinders 1235
Jefferson Davis Highway,
Arlington VA 22202 - USA)

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


Page 120 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 36 of 83

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English & Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

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


Page 121 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 37 of 83

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Fire
Multi purpose
Water Foam CO2 Dry Powder
Extinguisher (ABC)

Originated from can control can control


  minor surface minor 
paper, clothes, wood surface
fires fires

Inflammable liquids
like alcohol, diesel,
    
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H2

Electrical fires     

LEGEND :  : CAN BE USED

 : NOT TO BE USED

Note: Fire extinguishing equipment must be checked at least once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection date is
given. Type of extinguisher shall clearly be marked on it.

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


Page 122 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 38 of 83

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of
service) Act
- Other statutory acts Like EPF, ESIS, Minimum Wage Act.

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


Page 123 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 39 of 83

APPENDIX-E (Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATIO signal
N Provide at least two entries/ exits.
Provide escape ladders.
Pit Excavation Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
upto 3.0m Breathlessness required.
Buried Keep soil heaps away from the edge equivalent to
1.5m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain at least 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of 0.5m
width at every 1.5m depth of excavation in all
soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Start digging manually to locate the exact
Pipelines position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method from
vicinity of may collapse local authorities.
existing Building/ Loss of health & Use under-pining method
Structure wealth Construct retaining wall side by side.
Movement of May cause cave-in Barricade the excavated area with proper lighting
vehicles/ or slides. arrangements
equipments close Persons may get Maintain at least 2m distance from edge of cut
to the edge of cut. buried. and use stop blocks to prevent over-run
Strengthen shoring and strutting

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


Page 124 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 40 of 83

APPENDIX-E: (Sheet 2 of 12)


CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)
ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above May cause severe Battering/benching of sides
excavations for plus injuries or prove Provide escape ladders
pipelines, etc. Frequent cave-in fatal
or slides
Flooding due to May arise drowning Same as above plus
Hydro- static situation Bail out accumulated water
testing Maintain adequate ventilation.
Rock by Improper May prove fatal Ensure proper storage, handling & carrying of
excavation handling of explosives by trained personnel.
blasting explosives Comply with the applicable explosive acts &
rules.
Uncontrolled May cause severe Allow only authorized persons to perform
explosion injuries or prove blasting operations.
fatal Smoking and open flames are to be strictly
prohibited
Scattering of Can hurt people Use PPE like goggles, face mask, helmets etc.
stone pieces in
atmosphere
Rock Entrapping of May cause severe Barricade the area with red flags and blow siren
excavation by persons/ animals. injuries or prove before blasting.
blasting fatal
(Contd) Misfire May explode Do not return to site for at least 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before the
driving beginning of each shift.
equipment
Noise pollution Can cause deafness Use personal protective equipments like ear
and psychological plugs, muffs, etc.
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-Electricity as
vicinity of 'Live- electrocution/ per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose with
CONCRETING cement Respiratory System wet cloth.
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Use Provide platform above reinforcement for
reinforcement injured movement of workers.
rods.

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


Page 125 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 41 of 83

APPENDIX-E : (Sheet 3 of 12)


CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours
Continuous Cause tiredness of Insist on shift pattern
pouring by same workers and may Provide adequate rest to workers between
gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of vibrator
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering material
plus may collapse and Check the design and strength of shuttering
Deflection in prove fatal material before commencement of work
props or Rectify immediately the deflection noted during
shuttering concreting.
material
Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc.
REINFOR- binding of rods injured Avoid usage of shift tools
CEMENT Carrying of rods Workers may get Provide suitable pads on shoulders and use safety
for short injured their hands gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring rods,
clear distance/ injure the fingers etc.
cover with hands
Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell unnecessarily on cantilever rods
standing on down Avoid wearing of loose clothes
cantilever rods.

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


Page 126 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 42 of 83

APPENDIX-E: (Sheet 4 of 12)


CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets

Transportation of Protruded rods may Use red flags/lights at the ends


rods by trucks/ hit the persons Do not protrude the rods in front of or by the side
trailers of driver's cabin.
Do not extend the rods 1/3rd of deck length or
1.5m whichever is less
(D)WELDING Welding radiates Radiation can Use specified shielding devices and other PPE of
AND GAS invisible damage eyes and correct specifications.
CUTTING ultraviolet and skin. Avoid thoriated tungsten electrodes for GTAW
infra-red rays
Improper Explosion may occur Move out any leaking cylinder
placement of Keep cylinders in vertical position
oxygen and Use trolley for transportation of cylinders and
acetylene cylinders chain them
Use flashback arrestors
Leakage/ cuts in May cause fire Purge regulators immediately and then turn off
hoses Never use grease or oil on oxygen line
connections and copper fittings on acetylene lines
Inspect regularly gas carrying hoses
Always use red hose for acetylene & other
fuel gases and black for oxygen
Opening-up of Cylinder may burst Always stand back from the regulator while
cylinder opening the cylinder
Turn valve slowly to avoid bursting
Cover the lug terminals to prevent short
circuiting
Welding of tanks, Explosion may occur Empty & purge them before welding
container or pipes Never attach the ground cable to tanks, container
storing flammable or pipe storing flammable liquids
liquids Never use LPG for gas cutting

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


Page 127 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 43 of 83

APPENDIX-E: (Sheet 5 of 12)


CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES …(Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
(E) Ionizing Radiations may react Ensure Safety regulations as per BARC/AERB
RADIOGRAPHY radiation with the skin and can before commencement of job.
cause cancer, skin Cordon off the area and install Radiation warning
irritation, dermatitis, symbols
etc. Restrict the entry of unauthorized persons
Wear appropriate PPE and film badges issued by
BARC/AERB

Transpor-tation Same as above Never touch or handle radiography source with


and Storage of hands
Radiog-raphy Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil
Aviation is required for booking radio isotopes
with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
isotope Inform BARC/AERB (*)
(F) ELECTRICAL Short circuiting Can cause Use rubberized hand gloves and other PPE
INSTALLATION Electrocution or Fire Don't lay wires under carpets, mats or door ways.
AND USAGE Allow only licensed electricians to perform on
electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and
equipments
Do not use damaged cords and avoid
temporary connections
Use spark-proof/flame proof type field
distribution boxes.
(*) Atomic Energy Regulatory Board (AERB),
Bhabha Atomic Research Centre (BARC)
Anushaktinagar, Mumbai – 400 094

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


Page 128 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 44 of 83

APPENDIX-E: (Sheet 6 of 12)


CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Do not allow open/bare connections
Provide all connections through ELCB
Protect electrical cables/equipment's from water
and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees
underground prove fatal Maintain at least 3m distance from HT cables
transmission All temporary cables should be laid at least 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
PREVENTION become big ones and may prove fatal and shout "Fire, Fire"
AND and may spread Keep buckets full of sand & water/ fire
PROTECTION to the extinguishing equipment near hazardous
surrounding locations
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of fire
Keep fire doors/shutters, passages and exit doors
unobstructed
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B)
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures
Stop all electrical motors with internal
combustion

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


Page 129 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 45 of 83

APPENDIX-E : (Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Move the vehicles from dangerous locations
Remove the load hanging from the crane booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher meant
selection of Fire extinguish the fire for the specified fire (for details refer Appendix-
extinguisher C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam cylinders/CO2/sand
or earth.
Improper storage Same as above Maintain safe distance of flammable substances
of highly from source of ignition
inflammable Restrict the distribution of flammable materials
substances to only min. necessary amount
Construct specifically designed fuel storage
facilities
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation
Before welding operation, remove or shield the
flammable material properly
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door ways
of electrical Can cause Use one socket for one appliance.
system Electrocution Use only fully insulated wires or cables
Do not allow open/bare connections
Provide all connections through ELCB
Ensure earthing of machineries and equipments
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver
Use seat belts/helmets
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition
Do not overtake on curves, bridges and slopes
Adverse weather Same as Above Read the road ahead and ride to the left
condition Keep the wind screen and lights clean
Do not turn at speed.
Recognize the hazard, understand the defense
and act correctly in time.

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


Page 130 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 46 of 83

APPENDIX-E : (Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Consuming Same as above
Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a passenger.
Otherwise take sufficient rest and then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm..
failure Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval
(HYDROSTATI Collapse of Provide separate gauge for pressurizing pump
C /PNEUMATIC tanks and piping/equipment
TESTING) Tanks flying off Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range
Provide safety relief valve (set at pressure
slightly higher than test pressure) while testing
with air/ nitrogen
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.

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


Page 131 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 47 of 83

APPENDIX-E : (Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters
Fall arrest and safety nets, etc. must be installed
Provide adequate working space (min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment
levels and prove from height. I.e. do not bomb materials
fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels
(K) CONFINED Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
SPACES drowning death Avoid over crowding inside a confined space
Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc
Fulfill conditions of the permit

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


Page 132 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 48 of 83

APPENDIX-E: (Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Check for presence of hydrocarbons, O2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange

Presence of Inhalation can pose Same as above plus


foul smell and threat to life Check for hydrocarbon and Aromatic compounds
toxic before entering a confined space
substances Depute one person outside the confined space for
continuous monitoring and for extending help in
case of an emergency
Ignition/ flame Person may sustain Keep fire extinguishers at a hand distance
can cause fire burn injuries or Remove surplus material and scrap immediately
explosion may occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipments at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipments tyre pressure of all moving machinery
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles, wire
ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points
Do not allow crane to tilt its boom while moving
Install Safe Load Indicator
Ensure certification by applicable
authority

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


Page 133 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 49 of 83

APPENDIX-E : (Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Overloading of Same as above Safe lifting capacity of derricks and winches
lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipments
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical wires electrocution and come within 3m reach of overhead HT cables
fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can fall Person May sustain Provide guard rails for working at height
SCAFFOLDI down severe injuries and Face ladder while climbing and use both hands.
NG, prove fatal Ladders shall extend about 1m above landing for
FORMWOR easy access and tying up purpose
K Do not place ladders against movable objects and
AND maintain base at 1/4 unit of the working length of
LADDERS the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes
No loose planks shall be allowed
Use PPE, like helmets, safety shoes,etc
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not more
than 300mm
Don't overload the scaffolds
Do not splice short ladders to make a longer one.
Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately
fall down lower level gets Carry the tools in a tool-kit bag only
injured Provide safety nets

APPENDIX-E: (Sheet 12 of 12)


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 134 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 50 of 83

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTUR negligence and casualty machines or electrical distribution system.
AL WORKS danger of fall Avoid walking on beams at height
Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations
Cover or mark the sharp and projected edges
Do not stand within the operating radius of
cranes
Lifting/ slipping Same as above Do not stand under the lifted load
of material Stack properly all the materials. Avoid slippage
during handling
Control longer pieces lifted up by cranes from
both ends
Remove loose materials from height
Ensure tightening of all nuts & bolts
(O) Erection/ Can cause injury Do not stand under the lifted load
PIPELINE lowering failure Do not allow any person to come within the
WORKS radii of the side boom handling pipes
Check the load carrying capacity of the lifting
tools & tackles
Use safe Load Indicators
Use appropriate PPEs
Other Same as above Wear gum boots in marshy areas
Allow only one person to perform signaling
operations while lowering of pipes
Provide night caps on pipes
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations

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


Page 135 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 51 of 83

APPENDIX-F

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards /
Life-line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection

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


Page 136 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 52 of 83

APPENDIX - G
CONSTRUCTION POWER BOARD( typ)

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


Page 137 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 53 of 83

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:


HSE Risk Management (including JSA/HIRA)
HSE Legal Compliance and Other Requirements
HSE Objectives & Performance
HSE Training and Competence
HSE Motivation & Award Scheme
HSE Audits
HSE Meetings
HSE Sub Contractor Management
HSE Emergency Management
HSE Incidents Reporting and Management
HSE Reports
HSE Management System Review
HSE Change Management
HSE procedure for Behaviour based Safety
First Aid & Management
Roles, Responsibility, accountabilities and Authorities

B. Job procedures/Safe Operating procedures

Setting Up Site & Signage’s


Handling of Electrical Appliances
Working at Height & Confined Space Entry
Permit to Work (including hot works)
Housekeeping
Lifting Operations
Transportation of materials including Manual Handling
Compressed Air Tools and Units
Earthmoving Operations & excavation
Scaffolding
Fire extinguisher
Personal Protective Equipment
Hazardous Substance handling & Storage

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


Page 138 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 54 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)

Project : _____________ Report no. : ___________

Date : _____________ Contractor : ___________

Inspection by :_____________ Owner : ___________

Frequency : Monthly Job no. : ___________

Note : Write ‘NA’ wherever the item is not applicable


SL. Satisafc Non
NO. ITEM tory/ satisfac Remarks Action
Yes tory/No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean

c) Passageways and Walkways Clear

d) General neatness of working areas

e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT

a) Goggles; Shields
b) Face protection

Hearing protection

Foot protection
e) Hand protection

f) Respiratory Masks etc.

g) Full body harness conforming to CЄ, EN 361

h) Hard hat (HDPE)

i) Other

3. EXCAVATIONS/OPENINGS

a) Openings properly covered or barricaded


b) Excavations shored

c) Excavations barricaded

d) Overnight lighting provided

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

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


Page 139 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 55 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Satisafc Non
ITEM tory/ satisfac Remarks Action
Yes tory/No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place

d) Adequate shoring

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

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


Page 140 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 56 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Sl. Satisafc Non


No. ITEM tory/ satisfac Remarks Action
Yes tory/No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes O.K.

c) Inspection and maintenance log-books


maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 141 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 57 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Sl. Satisafc Non


No ITEM tory/ satisfac Remarks Action
Yes tory/No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use of


facility
b) Fire extinguishers checked periodically & record
maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed Clear

e) Other Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through ELCB

d) Natural Earthing at the source of power (Main DB)

e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels and


other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed electrician


engaged at site

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 142 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 58 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)

Satisafc Non
Sl.
ITEM tory/ satisfac Remarks Action
No
Yes tory/No
14. HANDLING AND STORAGE OF MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
15. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from fire
b) Safe storage & transportation arrangement made

c) Fire extinguishers positioned nearby


d) Facilities kept away from electric spark, hot
spatters & ignition source.
16. WORKING AT HEIGHT
a) Approved Erection plan and work permit in place

b) Safe access, Safe work platform & Safety nets


provided
c) Life lines, Fall arrester, Full body harness and with
double lanyards used;
d) Health Check record available for workers going
up?
e) Protective handrails arranged around floor
openings
17. CONFINED SPACE
a) Work Permit obtained from requisite authority
b) Test for toxic gas and sufficient availability of
oxygen conducted & status
c) Supervisor present at site & at least one person
outside the confined space for monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit maintained)
e) Fire extinguisher and first-aid facility ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
18. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized radiographer
available)
b) Work permit obtained

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 143 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 59 of 83

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)
Satisafc Non
ITEM tory/ satisfac Remarks Action
Yes tory/No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors imparted
during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

19. HEALTH CHECKS

a) All Workers medically examined and found be fit


for working at heights (slinging, rigging, painting
etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents

c) Proper sanitation at site, office and labour camps

d) Arrangement of medical facilities.

e) Measures for dealing with illness at site & labour


camps.
f) Availability of Potable drinking water for workmen
& staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
20. ENVIRONMENT

a) Chemical and Other Effluents properly disposed

b) Cleaning liquid of pipes disposed off properly

c) Seawater used for hydro-testing disposed off as per


agreed procedure
d) Lubricant Waste/Engine oils properly disposed
e) Waste from Canteen, offices, sanitation etc disposed
properly
f) Disposal of surplus earth, stripping materials, Oily
rags and combustible materials done properly
g) Green belt protection

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 144 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 60 of 83

FORMAT NO. : HSE-2 REV 0 (Sheet 1 of 3)

ACCIDENT / INCIDENT REPORT

(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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


Page 145 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 61 of 83

FORMAT NO. : HSE-2 REV 0 (Sheet 2 of 3)


Activity / Works that was continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

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


Page 146 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 62 of 83

FORMAT NO. : HSE-2 REV 0 (Sheet 3 of 3)

Medical Aid provided: - (indicate specific aids / treatment etc.)-


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

_____________________________________________________________________________

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager, EIL, through RCM

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


Page 147 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 63 of 83

FORMAT NO. : HSE-3 REV 0 (Sheet 1 of 5)

SUPPLEMENTARY INCIDENT / ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONE AS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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


Page 148 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 64 of 83

FORMAT NO. :HSE-3 REV 0 (Sheet 2 of 5)


Activity / Works that was continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused):
……………………………………………………………………………………….
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

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


Page 149 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 65 of 83

FORMAT NO. :HSE-3 REV 0 (Sheet 3 of 5)


Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: ---------------------------------------

Name & Telephone number of Hospital where the victim was treated_________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim
/Company……………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc……………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper Working on dangerous
(excess noise/ space illumination/Moving on oval equipment
constraint/ inadequate surface
ventilation

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


Page 150 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 66 of 83

FORMAT NO.:HSE-3 REV 0 (Sheet 4 of 5)


Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer / Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_____________________________________________________________

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


Page 151 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 67 of 83

FORMAT NO. : HSE-3 REV 0 (Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM// Site-in-charge of EIL (3 copies)
Divisional Head (Constn) through RCM
Project Manager EIL, through RCM

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


Page 152 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 68 of 83

FORMAT NO. : HSE-4 REV 0


NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE
SUGGESTED PROFORMA
(to be submitted within 24 hours)
Near Miss : Human injury escaped & no damage to property, equipment
or interruption to work.
Dangerous Occurrence: Damage to property, equipment or interruption of work, but not
resulting in personal injury/illness, e.g. Fire incident, collapse of structure, crane failure,
etc
Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________

__________________________________________________________________________________

Incident reported by :

Date & Time of Incident :

Location :

__________________________________________________________________________________

Brief description of incident

__________________________________________________________________________________

Probable cause of incident

__________________________________________________________________________________

Suggested corrective action

__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager EIL, through RCM

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


Page 153 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 69 of 83

FORMAT NO. : HSE-5 REV 0


MONTHLY HEALTH, SAFETY & ENVIRONMENT (HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on : ______________________
Name of Work : _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based
package(www.eil.co.in/conthse) only.
UPTO
THIS
ITEM PREVIOUS CUMULATIVE
MONTH
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2) Man-hours worked
3) Number of Induction programmes conducted
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Lost Time Accidents (LTA) Fatal
Other LTA
8) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
9) Number of Non-Loss Time Accidents
10) Number of First Aid Cases
11) Number of Near Miss Incidents
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen

14) Man-days lost due to accidents


15) LTA Free man-hours i.e. LTA free man-hours counted from the
Last LTA (enter date: ……….)
16) Frequency Rate (No. of LTA per 2 lacs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lacs man-hours
worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
worked)
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner

22) No. of Audits conducted

23) No. of pending NCs in above Audits


24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) Whether workmen compensation policy taken Yes No
27) Whether workmen compensation policy is valid Yes No
28) Whether workmen registered under ESI Act, as applicable Yes No
Remarks, if any
Date:
Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
To : - OWNER
- RCM EIL (2 copies)

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


Page 154 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 70 of 83

FORMAT NO. : HSE-6 REV 0


PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)
(In duplicate to be issued daily for site and for office)
Permit No…………….. Name of Main Contractor……………………
Name of work executing agency / sub agency / vendor:…………………………………………………...
Date……………… Exact Location of work……………………………………
Nature of work ……………………………………..Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit……………………………………………………………
(List may be enclosed with name & gate pass numbers.)

Status of
Sl.
Items / Subjects compliance
No.
(Yes / No)
1 Work areas / Equipments inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and
6
control measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines
11
etc.) are satisfactorily incorporated
12 Openings on platform / floors are effectively cordoned / covered
Use of following safety gadgets by people working at area under this
permit, is checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the
15 ground level, when simultaneous works are permitted overhead at that
very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work
18
spot for overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is
permitted to start / continue at the above-mentioned location. Work shall not start till identified
lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

AT THE END OF THE DAY/WORK:


All works at height are completed & workmen have returned safely from work location at
(time)………….. (date)……………
(Sig. Contractor Engineer)

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


Page 155 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 71 of 83

FORMAT NO. :
HSE-7 REV 0
CONFINED SPACE ENTRY PERMIT
Project site ___________________________ Sr.No.
_________________________
Name of the work ______________________ Date
___________________________
Name of Contractor ____________________ Nature of work
___________________
Exact location of work _____________
Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY
(A) Has the equipment been ?
Y NR Y NR Y NR
  Isolated from   water flushed &/or   radiation sources
power/steam/air steamed removed
  isolated from liquid or   Man ways open &   proper lighting
gases ventilated provided
  depressurized &/or   cont. inert gas flow  
drained arranged
  blanked/ blinded/   adequately cooled  
disconnected
(B) Expected Residual Hazards
  lack of O2   combustible gas/ liquid   H2S / toxic gases
  corrosive chemicals   pyrophoric iron / scales   electricity / static
  heat/ steam / frost   high humidity   ionizing radiation
     
(C) Protection Measures
  gloves   ear plug / muff   goggles / face shield
  protective clothing   dust / gas / air line mask   personal gas alarm
  grounded air duct/blower   attendant with SCBA/air   rescue
/AC mask equipment/team
  Fire fighting arrangements   safety harness & lifeline   communication
equipment
     
Authorization / Renewal (It is safe to enter the confined space)
D Signature Time Signature
No.a of Contractor's Contractor's From To Workman
persons
t Name of persons allowed Supervisor Safety Officer
allowed
e

Permit Closure :
(A) Entry  was closed  stopped  will continue on ...

(B)  Site left in a safe condition  Housekeeping done

(C) Multilock  removed  key transferred


 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

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


Page 156 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 72 of 83

FORMAT NO. : HSE-8 REV 0


RADIATION WORK PERMIT

Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. No. Item description Done


Safety regulations as per BARC/AERB ensured while source in use/in transit & during
storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority of site contractor)

Name :Designation: Date:


Permit renewal:
Sign of issuing authority with
Permit extended up to Additional precautions required, if any
date (of site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)
Name & Signature of site contractor:

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


Page 157 of 440
STANDARD
STANDARD SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT
6-82-0001 Rev. 5
MANAGEMENT AT CONSTN SITES
Page 73 of 83

FORMAT NO. : HSE-9 REV 0


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Item description Done Not


No Applicable
.
Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighbouring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting

(Contractor’s Supervisor) (Contractor’s Safety Officer)

Permission is granted.

(Permit issuing authority)

Name :
Date :

Completion report :

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority)

CONTRACTOR’s NAME

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


Page 158 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 74 of 83

FORMAT NO. : HSE-10 REV 0


DAILY SAFETY CHECKLIST
(To make use of before start of day’s work)

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

Use of PPE / Safety Gadgets

Sl. Compliance (Yes


Compliance Sl.
N PPEs PPEs / No)
(Yes / No) No
o
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made
5 Safety Goggles 10 of steel wire, (dia not
less than 8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Rope ladders tied-up on tall steel structures, long before are removed to get
7
rid of their use
8 Any Other
Indicate actions taken, if status of any of the above items is found “No”
………………………………
……………………………………………………………………………………………………………….

Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………
………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 159 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 75 of 83

FORMAT NO. : HSE-11 REV 0 (Sheet 1 of 2)


HOUSEKEEPING ASSESSMENT & COMPLIANCE
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly
Sl Satisafctory/ Non
No. Subjects of Review Remarks Action
Yes satisfactory/No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access / egress to Electrical Distribution Boards
/ Panels clear from wires / cables / earth-strips
etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and not
used for storing dress / clothes, tiffin-box or
bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear & tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or their
packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials, excess
earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-bars,
steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available,

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


Page 160 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 76 of 83

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)
Sl Satisafctory/ Non
No. Subjects of Review Remarks Action
Yes satisfactory/No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 161 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 77 of 83

FORMAT NO. : HSE-12 REV 0


INSPECTION OF TEMPORARY ELECTRICAL BOOTH /
INSTALLATION
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted & other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 162 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 78 of 83

FORMAT NO. : HSE-13 REV 0


INSPECTION FOR SCAFFOLDING (Sheet 1 of 2)

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

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


Page 163 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 79 of 83

FORMAT NO. :HSE-13 REV 0 (Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 164 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 80 of 83

FORMAT NO. : HSE-14 REV 0 (sheet 1 of 2)


PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OF
SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
SL. NOT
SUBJECTS / ITEMS DONE
No. DONE REMARKS
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after
carrying-out jobs).
People engaged in doing the job are identified & are certified by Names to
2
Job Engineer of Main Contractor as experienced / trained. be noted
Concerned persons are alerted by the Job Engineer of Main
3 Contractor in connection with possible hazards & what the
workmen MUST do / MUST not do.
Verification by Job Engineer of Main Contractor made for
confirming that all persons permitted to carry-out the jobs are
4
making use of Helmet, Safety Shoes, Goggles, Gloves & Double
lanyard safety harness and other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps /
couplings etc. appropriate ropes / pulleys/ chains etc. have been
6
arranged for use (not to throw any item) & the same have been
verified as “fit for purpose”.
Items / members of scaffold, being lowered are removed from the
7
area & stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their
8
certifications as well as physical conditions have been found O.K,
before signing this PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position
9 and Job Engineer has found working conditions favourable for
activities to start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected /
11
engaged in Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people
12
around the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job
15 Engineers of Main contractor as genuinely good and tied-up at
height (to prevent their fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made &
17
followed too.
18 Emergency vehicle has been arranged at work locations.
This permit for work shall be available at specific work location all the time.
After completion of work, permit shall be returned to safety cell of main contractor, without fail.
This Permit shall be issued maximum upto (Monday to Sunday).
Additional Precautions, if any
…………………………………………………………………………………………………………………
ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 165 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 81 of 83

FORMAT NO. : HSE-14 REV 0 (sheet 2of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same .

MOND TUESD WEDNES THURSD FRID SATURD SUND


Name / Sign.
AY AY DAY AY AY AY AY
Site
Engr.
Safety
Off.

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


Page 166 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 82 of 83

FORMAT NO. : HSE-15 REV 0


PERMIT FOR HEAVY LIFT/CRITCAL ERECTION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected :
SL. COMPLIANCE STATUS Remarks
Description of Item
NO. Yes No Not
applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane have the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved JSA for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie talkies,etc are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?

Inspected & Issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

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


Page 167 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 83 of 83

FORMAT NO. : HSE-16 REV 0


PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
Clearance required from:…..Hrs ………Date To …. ..Hrs ….Date
Name of equipment/ energy source etc ………………………………………………………………….
Nature of job to be done: ……………………………………………………………………………….
Area………………………….Location:…………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel(performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Area –Incharge/RCM
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock,tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down ,de energize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools
4. Apply lock ,tag and locking and/or tagging ,equipments danger zone is clear of workers
devices 4. Reposition the safety devices(interlocks,
5. *Any other job specific precautions valves, guards, covers ,sensors, as applicable, etc)
6. Verify effectiveness of lockout by 5. *Any other job specific normalizing details
attempting to restart. 6. Remove lock, tag and locking and/or tagging
7. Proper PPE is ensured devices.
7. Re energize.
I certify that the energy source mentioned above is 8. Confirm system is operating properly& safely
isolated from all sources and is safe to start the work. 9. I certify that the energy source mentioned above is
isolated from all sources and is safe to start the work.
Tag No:…… Lock No:………….
Tag No:…… Lock No:………….
Issuing authority Issuing authority
Area –Incharge/RCM Area –Incharge/RCM
Signature: Date: Signature: Date:
Name: Name:
(*to be included by contractor in consultation with (*to be included by contractor in consultation with
EIL/owner) EIL/owner)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel(performer) I herby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation.(Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Area –Incharge/RCM Name:
Signature: Date:
Name: Countersigned by Issuing authority

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


Page 168 of 440
Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 1 of 10

PROCEDURE

FOR SAFE OPERATION

WITH

HYDRA CRANE

IREP BPCL KOCHI

0 12.09.2012 ISSUED AS JOB PROCEDURE SM SM RKD


Reviewed Approved
Rev. No Date Purpose Prepared by
by by

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved


Page 169 of 440
Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 2 of 10

Abbreviations: -

BPCL : Bharat Petroleum Corporation Limited


Constn : Construction
EIL : Engineers India Limited
HSE : Health, Safety & Environment
IREP : Integrated Refinery Expansion project
ITP : Inspection & Test Plan
Owner : Client / Custodian / Project authority
RCM : Resident Construction Manager
SIC : Site In Charge
SWL : Safe Working Load
WH : Ware House

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

Page 170 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 3 of 10

CONTENTS

1. PURPOSE

2. SCOPE

3. REFERENCE

4. DEFINITIONS

5. METHODOLOGY & CONTROL

6. IMPLEMENTATION & MONITORING OF SAFE WORK PRACTICES

7. DOCUMENTATION AND RECORDS

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

Page 171 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 4 of 10

1.0 Purpose

The purpose of this procedure is to provide a methodology during construction phase of IREP
project of M/s BPCL Kochi

- Integrating Health, Safety & Environment protection measures during execution of


construction activities while making use of Hydra crane.

- Creating an awareness of Safety aspects at every level and promote participation of all
personnel working at construction sites in ensuring safe handling & operation of Hydra
crane.

- Providing guidelines & recommendations for implementing HSE management system


during handling & operation of Hydra crane

- Review and approval of Contractor’s system for handling & operating Hydra crane

- Surveillance & audit of Contractor’s (including sub contractors) systems & procedures for
handling Hydra crane

2.0 Scope

This procedure shall be applicable to all the construction contracts/PO’s (involving site works) of
IREP Kochi project at Construction Sites & Warehouses .

3.0 Reference

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- EIL Standard Specification for HSE Management at Construction sites (6-82-0001)
- Building & Other Construction Workers Act, 1996
- Manufacturer’s operation manual & Recommendation
- Owner’s HSE Rules and regulations

4.0 Definitions

Banks-man - A skilled person who provides direction of movement of crane from the point
where loads are attached or detached.

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

Page 172 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 5 of 10

Boom - A long pole or fabricated framework, extending upward at an angle from the
base structure of a crane or from mast of a derrick to support or guide objects
being lifted or suspended.

Competency - Adequate knowledge, skill and ability (physical) for successful operation of a
machine (i.e. Hydra crane) and possessing valid (license) for driving Heavy
Motor Vehicle (HMV) in the country with at least one years experience as a
hydra operator. Competent Hydra operator should have competency
certificate from the manufacturer of Hydra machine that he drives.

Critical lifting - A lift by a crane that exceeds 90% of its rated capacity while it is lifting the
load at a load radius of more than 50% of its maximum permitted load radius,
taking into account its position & configuration during the lift. The dimension /
geometrical asymmetry of the item handled need to be taken into
consideration while designating a critical lifting.

Hydraulic crane – The crane whose boom is controlled by hydraulic pistons that have a much
lighter, more delicate touch to the controls and are comparatively better in
“lifting” operations where precision movement is required.
It is different than Friction crane whose booms are stiffer & boom controls are
gear / clutch driven. Normally the load lifting capacity of such cranes ranges
from 1T to 18T.

Hydra Operator - A person who has the competency (As explained above) to operate a Hydra
crane (including steering the machine) to safely lift and position loads (e.g.
machinery, equipment, product, solid or bulk materials etc.) using hoisting
attachments, such as hook, sling, clip & other lifting tackles.

Lifting hook - A lifting hook is usually equipped with a safety latch to prevent the
disengagement of the lifting wire rope sling, chain or rope to which the load is
attached.

Materials - Materials means items such as steel rods / bars, boxes / cartoons, cement
bags, equipment, machinery, machine parts, pipes, pipe fittings, flanges,
fabricated structures, electrical equipments, instruments & accessories etc. in
isolation or in bunch / lot

Plant - Plant means the whole of the off-sites, plant & non-plant buildings, process
units of CUSTOMER or Owner.

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

Page 173 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 6 of 10

Site - Site means the place (s) so designed by the OWNER for construction of the
PLANT including such place (s) adjacent thereto which are for storage and
assembly of equipments & materials.

Tandem lifting – Lifting of load with the help of simultaneous use of more than one crane,
hoists or other pieces of powered lifting equipment

Ware House - A place for storing goods, materials with adequate protection facility.

Wheel stoppers - Device (pre-cast concrete or wooden) for stopping wheels during parking of
mobile vehicular machinery / equipments.

5. 0 Methodology and Control

Following actions shall be taken at each project site:

5.1 Contractor shall mobilize Hydra machines of latest make and having Valid registration
certificate and in any case date of manufacture should not be older than 10 years.

5.2 Contractor shall engage Hydra crane with sound condition & having requisite balance of
the machine during its operation.

5.3 Contractor shall deploy Hydra crane at project site for lifting, lowering, handling, shifting &
placement of loads. No Hydra crane shall be permitted to be used by any Contractor for
pulling loads anywhere or for transporting loads or materials of any nature over project /
plant roads or warehouse.

5.4 Contractor shall not engage Hydra crane which do not have operator’s cabin, effective
brake system, reverse warning alarms (coupled with gear), front & rear lamps / blinking
lights, limit switches (for long & short travel), rear mirror, load indicator, hook latch (dog-
clamp).

5.5 Contractor shall not engage any person other than competent operator as explained in
4.0 above to drive / operate Hydra crane.

5.6 Contractor shall ensure that the Hydra Operator possesses HMV (heavy Motor Vehicle)
license (original) from statutory authority and also valid document (original) certifying his
training / competency from manufacturer of Hydra crane (in original).

5.7 Contractor shall arrange valid test & fitness certificates for Hydra crane from the
applicable authority & shall allow them to be reviewed / verified by EIL / Owner before

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

Page 174 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 7 of 10

Hydra crane is used. The Contractor shall allow EIL / Owner to witness test / examination
of Hydra by competent authority, whenever required.

5.8 Contractor shall arrange periodical test & examination of all lifting tools, tackles,
equipment, accessories including Hydra crane by statutory / competent authority for their
operational condition & load carrying capacity.
5.9 Contractor shall arrange physical availability of original documents in support of test &
examination of Hydra crane being carried-out by statutory / competent authority.

5.10 Contractor shall arrange clear display of validity date of certification of SWL (approved by
statutory / competent authority) on the chassis of the Hydra crane.

5.11 Contractor shall take all necessary action to prevent the Hydra crane operator to smoke
or remain under the influence of intoxicating / narcotic drinks or drugs or psychotropic
substance while handling the machine.

5.12 Contractor shall arrange medical fitness (with test reports) of Hydra crane operator from
registered medical practitioner every half-year.

5.13 Contractor shall arrange test & examination of Hydra crane by statutory / competent
authority every time after incorporating any alteration / change / modification of Hydra at
site (being a statutory requirement)

5.14 Contractor shall arrange banks-man / signal man with the Hydra crane for safe working
with the machine.

5.15 Contractor to ensure barricading-off the area, where handling of material / load is to be
carried out.

5.16 Contractor shall follow correct ‘slinging” practices & correct slinging devices during lifting
or lowering of load. Wherever necessary, adequate “packing” shall be provided by
Contractor at the time of wrapping / attaching sling around load to avoid slippage or
damage to the load.

5.17 Contractor shall ensure effectively using “outriggers” for Hydra crane for safe operation
and adequate/necessary compaction of grade level underneath.

5.18 Contractor shall not allow Hydra operator to use mobile phone or any audio/video gadget
during the course of operation of machine.

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

Page 175 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 8 of 10

5.19 Contractor shall not allow / encourage Hydra crane operator to drive the machine at
speed higher than 20 kmph within project or plant premises.

5.20 Contractor shall not allow tandem lifting using Hydra crane.

5.21 Contractor shall follow PERMIT for WORK regulations for carrying out lifting / erection
works involving pipe, structure, equipment, machine parts, tools, tackle, etc. wherever
required.
5.22 Contractor shall arrange clear marking for max permissible load on lifting hook position on
the boom of Hydra crane.

5.23 Contractor shall not engage Hydra crane for pulling-out any load (horizontally, vertically or
obliquely).

5.24 Contractor shall not allow other people to remain inside the cabin during the course of its
travel or during other operation (e.g. travel, lifting, lowering of load etc.)

5.25 Contractor shall not make use of the flat deck (between front & back pair of wheels) for
any purpose other than carrying slings, tools/tackles, lifting accessories (never to carry
people or gas cylinders).

5.26 Contractor shall always insist Hydra crane operator to balance the “load” during lifting or
lowering operation.

5.27 Contractor shall ensure that “Tag-line” or “Drag-line” is compulsorily used for controlling
unnecessary swing of load during lifting / lowering / shifting.

5.28 Contractor shall ensure that during the operation of Hydra crane on slope (gradient) the
operator ensures dynamics of load to prevent toppling of machine.

5.29 Contractor shall ensure regular maintenance of Hydra crane and all relevant records shall
be maintained in a LOG BOOK.

5.30 Any rigging operation planned by engaging hydra should be with prior permission and
under strict supervision of experienced riggers only.

6. 0 Implementation & monitoring of Safe work practices

Following actions shall be taken care of by each Contractor at site:

6.1 Conduct Safety Induction to crane operator, banks-man/signal-man and maintain records.

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

Page 176 of 440


Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 9 of 10

6.2 Arrange necessary tools & tackles for safe operation of the Hydra crane

6.3 Implement regular inspection of Hydra crane and maintain record as per format no: A307-
5-1940-9500 F1

6.4 Arrange periodical motivational program to encourage safe operation of Hydra crane

6.5 Arrange training of operator through specialist / manufacturer of Hydra crane at site

6.6 Include safe performance of Hydra crane during site safety audit.

7. 0 Documentation and Records

Following records shall be maintained at site by Contractors:

7.1 Record of Safety Induction to Hydra operator

7.2 Record of inspection of Hydra crane

7.3 Record of Training & Motivational Program conducted at site

7.4 Record of Training program at site for Hydra crane operator

7.5 Record of Safety Audit & its compliance

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

Page 177 of 440


INSPECTION FORMAT FOR
HYDRA CRANE Document No.

Regn. No. of Hydra crane : Make / Model of Hydra crane :


Date of engagement of Hydra crane at site :
Contractor with whom presently working : Supplier of Hydra crane:
Date of Inspection: Location:
Status
Sl. No Subjects Remarks
(Yes / No)
Identification number of Hydra crane boldly scribed in front and rear
1
end of machine
Hydra Operator has got adequate document in support of his
2
competency (i.e. HMV driving license, knowledge & training)
3 Marking of SWL on hook position is clearly visible
Test & examination of Hydra crane by statutory / competent authority
4
is carried out & document is valid
Documents involving competency of operator and valid 3rd party
5
certification of Hydra available on demand
Hydra Operator is medically examined every six months period and
6
records available
7 Brakes & parking brakes are in good working order
(Over) Hoist Limit switch & (Over-load) Boom Limit switch available &
8
in good working order
9 Crane hooks have got smooth surface and no dent
10 Hook-latch / Dog-clamp in hook is effective
Front & back lights, turn indicators, parking lights, fog-lamps in
11
position and are in working order
12 Front & reverse horns are in good working order
13 Front & reverse gears are in good working order
Condition of wheel tyres (all) are in good condition & pressure on all
14
the tyres are satisfactory
16 Over-load indicator available & is in working order
17 Electrical connections in Hydra for lights, horns are in order
18 Wire ropes / slings are in good working condition
19 Rope drum / sheaves are in good working condition
20 Hydra cabin body and frame of machine is in good order
21 Mirrors / Reflectors on both sides are present
Front glass pane of the Hydra operator’s cabin is clean & clear (i.e.
22
not cracked / damaged / broken)
Wind-shield & wiper is mounted on hydra cabin and are in good
23
working order
24 Hydraulic system in the machine is in good working order
There is no oil leakage in the machine (during its stationary & working
25
condition)
26 Steering mechanism of the crane is in good working order
27 Wheel chokes are present and are used whenever required
Foot-steps and hand-holds are in good working condition for exit /
28
enter in to cabin

Signature –
Name / Designation -

Format no: A307-5-1940-9500 F1 Copyrights EIL – All rights reserved

Page 178 of 440


Job No. : A307
BPCL-KR - IREP

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.

The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.

However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

SPR-Foreign Page 1 of 1

Page 179 of 440


Tax Residency Certificate (TRC) Format for Foreign Bidder

Sl. No. Description Details


1
Name of the assessee
2
Status (Individual, Company, Firm, etc) of the
assessee
3
Nationality (In case of individual)
4
Country / Specified territory of incorporation /
registration
5
Assessee’s tax identification number in the country /
specified territory of residence or in case no such
number, then, a unique number on the basis of
which the person is identified by the Govt. of the
country or the specified territory
6
Residential status for the purpose of tax
7
Period for which the certificate is applicable
8
Address of the applicant for the period for which the
certificate is applicable

Note :-

It is mandatory for the foreign supplier / contractor / consultant to furnish the following information in
case his receipts are subject to tax deduction at source in India:-

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

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

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

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

Page 180 of 440


Page 181 of 440
Project: IREP,Kochi RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 182 of 440

Client: BPCL-KR ITEM : TANK FARM MANAGEMENT SYSTEM

NAME OF BIDDER: M/s.______________________________________________________________

PRICE SCHEDULE

1) Preamble to Price Schedule

2) Form - 1 : Price Schedule

3) Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (Applicable only for Indian Bidders)

4) Form - 3 : Mandatory Spares as per Material RequisitionTwo Years Operation & Maintenance Spares As Per Vendor Recommendations
5) Form - 4 : Two Years Operation & Maintenance Spares As Per Vendor Recommendations
6) Form - 5 : Unit Rates Of Items For Addition / Deletion Purpose As Per Instructions To Vendors Of Material Requisition
7) FORM-6: Optional Price as per Clause No.B30 of Special Instructions to Vendors of Material Requisition
8) FORM-7: Price Break-up for Supply & Site works

Page 1 of 26
PRICE SCHEDULE FOR TANK FARM MANAGEMENT SYSTEM
RFQ NO. PM/A307-IY-YN-MR-2820/5086
PREAMBLE TO PRICE SCHEDULE
Page 183 of 440

INDIAN BIDDERS
1 Indian Bidders shall quote in Indian Rupees only.
2 Indian Bidders must quote Freight charges in the space provided in the price schedule.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2.
FOREIGN BIDDERS
1 Foreign Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency shall not be considered for further evaluation & summarily rejected.

2 Foreign Bidder shall quote ocean freight charges in the space provided in the price schedule.
3 Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Certification Engineers International Ltd. (CEIL)/Lloyds Register of Industrial Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas (BV)/TUV in the country of origin and charges of the same shall be included in the quoted prices.
4 Foreign Bidder's quoted prices shall be exclusive of Import duties like Customs Duty, CVD, SAD & Cess and shall be inclusive of all other applicable taxes, duties, levies, etc.
5 Initially the PO, if any, shall be placed on FOB basis. However, BPCL reserves the right to place the order on CFR basis at the above quoted Ocean Freight within Contractual Delivery Date.
6 Necessary Tax Registration, if any for site activities shall be done by bidder and cost for the same shall be included in the quoted price.

GENERAL - APPLICABLE FOR BOTH INDIAN AND FOREIGN BIDDERS


1 Bidder’s quoted prices shall be deemed to include bidder’s entire scope of work and all obligations and responsibilities, as specified in the Material Requisition and RFQ document.

2 Bidder shall furnish prices/details as above, in accordance with Special Instructions To Bidders/ Request for Quotation.
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.

4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidder must quote considering the contents of the Preamble to Price Schedule, Price Schedule, RFQ, Material Requisition etc without any deviation.
7 Bidder must submit signed and stamped un-priced copy of Price Schedule indicating "Quoted or Not Quoted" against each item is in their unpriced offer.
8 Evaluation shall be done on groupwise basis as per Material Requisition.

9 Unit Rates for Addition/Deletion and optional price shall not be considered for evaluation.
10 Vendor shall furnish lump sum price for group-A & B covering all the items/tags in respective group in the MR. Vendor shall furnish detailed price break-up for vendor supplied items and scope of work as per
Annexure-IV (A307-0IY-YN-SI-2820 ANN-IV) of Material Requisition for Group-A and Group-B separately in Form-7

Page 2 of 26
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 184 of 440

ITEM : TANK FARM MANAGEMENT SYSTEM


NAME OF BIDDER: M/s.___________________________________________

ITEM SL. NO. TAG NO./ ITEM CODE [ID.


DESCRIPTION QTY UOM Rate Amount
AS PER MR. NO.]

Specify Currency _______________


1 Design, engineering, manufacture, procurement of materials and bought out
components, assembly at shop, inspection, testing at manufacturer's works,
supply of commissioning spares, packing & forwarding, documentation as
per the enclosed EIL standard specifications, instructions to vendors, job
specification, data sheets etc., as per Material Requisition/RFQ documents:-

1.01 GROUP-A Radar Level Gauges and its associated items as per MR 1 Lot
1.02 GROUP-B Servo Level gauges and its associated items as per MR 1 Lot
2 Transportation from owner's store to work site,storage at site,assembly at
site, installation of vendor supplied items at site and associated field work
such as installation of instruments, junction boxes, cable laying etc as per
MR, testing, loop checking, pre-commissioning, painting, insulation,
commissioning, performance gurantee run, handing over to client, supply of
commisioning spares & consummable spares for the following,as per the
enclosed EIL standard speciations, Special instructions to vendors, job
specification,data sheets etc as per Material Requisition/RFQ documents:-

2.01 {2}GROUP-A For Item 1.01 1 Lot


2.02 {2}GROUP-B For Item 1.02 1 Lot
3 Transportation for the following as per the enclosed EIL standard
specifications,Special instructions to vendors,job specification,data sheet
etc as per Material Requisition/RFQ documents:-

3.01 {3}GROUP-A For Item 1.01 Lot


1
3.02 {3}GROUP-B For Item 1.02
1 Lot
04.00 Supply of Mandatory Spares as per clause B42 of SIV of Material
Requisition/RFQ documents:-
4A Supply of Mandatory Spares for Group- A as per clause B42 of SIV
1 Lot
Furnished, tagwise in Form-3.
4B Supply of Mandatory Spares for Group- B as per clause B42 of SIV
1 Lot
5 Supply of two years operation and Maintenance Spares,as per enclosed
Special instructions to vendor of Material Requisition / RFQ documents:- -- Lot Furnished, tagwise in Form-4

Page 3 of 26
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 185 of 440

ITEM : TANK FARM MANAGEMENT SYSTEM


NAME OF BIDDER: M/s.___________________________________________

ITEM SL. NO. TAG NO./ ITEM CODE [ID.


DESCRIPTION QTY UOM Rate Amount
AS PER MR. NO.]

6 Unit Rates/optional price as per Material Requisition / RFQ documents


:-
6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed
Special instructions to vendor. of Material Requisition / RFQ documents:- -- -- Furnished, tagwise in Form-5

6.002 Optional price as per clause no.B30 in Special instruction to vendor of


Material Requisition / RFQ documents:- -- -- Furnished, tagwise in Form-6

7 Five Years Post Warranty Annual Maintenance Contract as per the


MR/RFQ for the following :-
7A Radar Level gauges and its tankfarm management system (Group-A)
as per Material Requisition / RFQ documents:-
For First Year of PWAMC 1 Lot
For Second Year of PWAMC 1 Lot
For Third Year of PWAMC
1 Lot
For Fourth Year of PWAMC 1 Lot
For Fifth Year of PWAMC
1 Lot
7B Servo Level gauges and its tankfarm management system (Group-B)
as per Material Requisition / RFQ documents:-
For First Year of PWAMC
1 Lot
For Second Year of PWAMC 1 Lot
For Third Year of PWAMC
1 Lot
For Fourth Year of PWAMC 1 Lot
For Fifth Year of PWAMC 1 Lot
Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
8 Training of Owner's personnel as per Special instructions to vendors
(clause no B37) as per Material Requisition / RFQ documents:-

8A For Radar level gauges and its tankfarm management system as per MR
(Group-A) 1 Lot
8B For Servo Level Gauges and its tankfarm management system as per MR
(Group-B) 1 Lot
Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)

Page 4 of 26
Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (applicable only for Indian Bidders)
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 186 of 440

NAME OF BIDDER: M/s.___________________________________________


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH

DESCRIPTION CIF value of Import RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Sl . Description of Qty. Content included in CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL CUSTOM DUTY (%)
No. /Tag No. as Imported Items (Unit____) quoted supply prices for TARIFF NO. CUSTOMS DUTY CESS ON CVD ON CUSTOM
per MR *(1) column (2) Qty. (%) (%) DUTY (%)
(In Rs)

1 2 3 4 5 6 7 8 9
i)_____

ii)_____
1.01/GROUP-A iii)_____

Total For Item


S.No.

i)_____

ii)_____
1.02/GROUP-B
iii)_____
Total For Item
S.No.

TOTAL CIF VALUE


NOTE:
1 Unit to be specified by the Bidder.
2 Bidder to furnish the above details separately for each item Sl. No. of MR.
3 Bidder to quote their prices after considering the benefit of CENVAT on CVD including Edu. Cess.
4 The above details are for the purpose of Statutory Variation in Import Content only.

Page 5 of 26
Form - 3 : Mandatory Spares as per Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 187 of 440

NAME OF BIDDER: M/s.___________________________________________

Sl No. Part Description as per Material Requisition Qty UOM Rate Amount

Specify Currency ________________


Group-A
1 Radar gauges 2 Nos
2 Servo gauge 1 No

3 Pressure transmitter 2 Nos


4 Field interface unit (FIU) 1 No
5 Tank side Indicator 10% of total quantity subject to
minimum ( for each type)
6 Antenna 10% of the each type of tank level
instruments subject to minimum 1
number

7 Multi element Temperature Sensor along with water cut probe 10% or minimum 2 nos (1 no. for
minimum range and 1 no. for
maximum range of measurement)
temperature assemblies shall be
provided
8 Prefabricated Cables 2 sets with connectors for each type
of peripherals and hardware

9 Power switch 10% of total quantity

Page 6 of 26
Form - 3 : Mandatory Spares as per Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 188 of 440

NAME OF BIDDER: M/s.___________________________________________


Sl No. Part Description as per Material Requisition Qty UOM Rate Amount
Specify Currency ________________
Group-B
1 Radar gauges 2 Nos
2 Servo gauge 1 No
3 Pressure transmitter 2 Nos
4 Field interface unit (FIU) 1 No

5 Tank side Indicator 10% of total quantity subject to


minimum ( for each type)
6 Antenna 10% of the each type of tank level
instruments subject to minimum 1
number
7 Multi element Temperature Sensor along with water cut probe 10% or minimum 2 nos (1 no. for
minimum range and 1 no. for
maximum range of measurement)
temperature assemblies shall be
provided
8 Prefabricated Cables 2 sets with connectors for each type
of peripherals and hardware

9 Power switch 10% of total quantity

Page 7 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 189 of 440

ITEM : TANK FARM MANAGEMENT SYSTEM


NAME OF BIDDER: M/s.___________________________________________
Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
GROUP-A

Page 8 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 190 of 440

NAME OF BIDDER: M/s.___________________________________________


Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
GROUP-B

Page 9 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 191 of 440

NAME OF BIDDER: M/s.___________________________________________


Notes:-
1 Vendor’s quoted prices in Form-1 of Price Schedule shall be exclusive of vendor recommended two years spares. Vendor shall quote two years spares separately in the above proforma.
Indian Bidders
1 Firm freight charges exclusive of Ed. Cess and Service Tax extra applicable for two years spares ____________% (applicable only in case of two years spares ordered separately.
2 Ed. Cess and Service Tax extra applicable on freight charges for two years spares ____________% (applicable only in case of two years spares ordered separately.
3 Excise Duty (ED) applicable extra on two year spares _______________%.

4 Central Sales Tax (CST) against Form-C applicable extra on two year spares _______________%.
5 Kerala VAT, if applicable extra on two year spares _______________%

6 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOT-Despatch Point basis. Date of LR/GR shall be considered as the date of delivery.

Foreign Bidders
1 Ocean freight charges upto port of entry-Kochi(India) shall be applicable extra @ _____________ % on the rates quoted for two years spares in case they are ordered separately.
2 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOB-Port of Shipment basis. Date of clean bill of lading shall be considered as the date of
delivery.

Page 10 of 26
FORM-5 : Unit Rates Of Items For Addition / Deletion Purpose As Per Instructions To Vendors Of Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 192 of 440

ITEM : TANK FARM MANAGEMENT SYSTEM


NAME OF BIDDER: M/s.___________________________________________
Sl. No. Description Unit of Measurement Unit Rate
Specify Currency _____________
Group-A
a) Radar gauge
b) Multiple temperature detector
c) Servo gauge
d) Field interface unit

Group-B
a) Radar gauge
b) Multiple temperature detector
c) Servo gauge
d) Field interface unit

Notes:-
1 The unit rates mentioned above shall be utilized for adjusting the order value for any addition / deletion

Page 11 of 26
FORM-6 : Optional Price as per Clause No.B30 of Special Instructions to Vendors of Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 193 of 440

NAME OF BIDDER: M/s.___________________________________________


Sl. No. Description Unit of Measurement Unit Rate
Specify Currency _____________
a) HH configurator
b) Additional IR port in gauges for connecting the HHC

Page 12 of 26
FORM-7: Price Break-up for Supply & Site works
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 194 of 440

ITEM : TANK FARM MANAGEMENT SYSTEM

NAME OF BIDDER: M/s.___________________________________________


Rate
Sl. No. Tag No./ Item Code [ID. NO.]/Group Details Description Qty
Specify Currency ________________

Supply items- Break-up price details


Design ,engineering,manufacture,procurement of materials and bought out components, assembly at
shop,inspection,testing at manufacturer's works, commisioning spares, packing & forwarding,
documentation as per the enclosed EIL standard specifications, instructions to vendors, job specification,
data sheets etc.
1.01 Group-A: Radar Level gauges & its associated items as per MR
1 TF1 YT-25 0IY-LT-1301 Radar Level Instruments & its associated items
1 No.
2 YT-26 0IY-LT-1302 Radar Level Instruments & its associated items
1 No.
3 TF2 YT-29 0IY-LT-1401 Radar Level Instruments & its associated items
1 No.
4 YT-28 0IY-LT-1501 Radar Level Instruments & its associated items
1 No.
5 YT-383 0IY-LT-4003 Radar Level Instruments & its associated items
1 No.
6 YT-384 0IY-LT-4004 Radar Level Instruments & its associated items
1 No.
7 YT-440 0IY-LT-4001 Radar Level Instruments & its associated items
1 No.
8 YT-450 0IY-LT-4002 Radar Level Instruments & its associated items
1 No.
9 YT-22 YT-22LT1R Radar Level Instruments & its associated items
1 No.
10 TF3 YT-341 0IY-LT-1601 Radar Level Instruments & its associated items
1 No.
0IY-LT-1602 Radar Level Instruments & its associated items
1 No.
11 YT-342 0IY-LT-1603 Radar Level Instruments & its associated items
1 No.
0IY-LT-1604 Radar Level Instruments & its associated items
1 No.
12 YT-343 0IY-LT-1701 Radar Level Instruments & its associated items
1 No.
0IY-LT-1702 Radar Level Instruments & its associated items
1 No.
13 YT-344 0IY-LT-1703 Radar Level Instruments & its associated items
1 No.

Page 13 of 26
0IY-LT-1704 Radar Level Instruments & its associated items
1 No.
14 TF4 YT-107 0IY-LT-2501 Radar Level Instruments & its associated items
Page 195 of 440

1 No.
15 YT-108 0IY-LT-2502 Radar Level Instruments & its associated items
1 No.
16 YT-291 0IY-LT-2601 Radar Level Instruments & its associated items
1 No.
17 YT-115 0IY-LT-2701 Radar Level Instruments & its associated items
1 No.
18 YT-116 0IY-LT-2702 Radar Level Instruments & its associated items
1 No.
19 TF5 YT-111 0IY-LT-2301 Radar Level Instruments & its associated items
1 No.
20 YT-112 0IY-LT-2302 Radar Level Instruments & its associated items
1 No.
21 YT-113 0IY-LT-2401 Radar Level Instruments & its associated items
1 No.
22 YT-114 0IY-LT-2402 Radar Level Instruments & its associated items
1 No.
23 TF6 YT-44 0IY-LT-1801 Radar Level Instruments & its associated items
1 No.
0IY-LT-1803 Radar Level Instruments & its associated items
1 No.
24 YT-45 0IY-LT-1802 Radar Level Instruments & its associated items
1 No.
0IY-LT-1804 Radar Level Instruments & its associated items
1 No.
25 HCGO YT-46 0IY-LT-1901 Radar Level Instruments & its associated items
1 No.
0IY-LT-1902 Radar Level Instruments & its associated items
1 No.
26 YT-47 0IY-LT-1903 Radar Level Instruments & its associated items
1 No.
0IY-LT-1904 Radar Level Instruments & its associated items
1 No.
27 YT-32 0IY-LT-2001 Radar Level Instruments & its associated items
1 No.
0IY-LT-2003 Radar Level Instruments & its associated items
1 No.
28 YT-33 0IY-LT-2002 Radar Level Instruments & its associated items
1 No.
0IY-LT-2004 Radar Level Instruments & its associated items
1 No.
29 YT-340 0IY-LT-5001 Radar Level Instruments & its associated items
1 No.
0IY-LT-5002 Radar Level Instruments & its associated items
1 No.

Page 14 of 26
30 YT-12 YT-12LT1R Radar Level Instruments & its associated items
1 No.
31 YT-15 YT-15LT1R Radar Level Instruments & its associated items
Page 196 of 440

1 No.
32 YT-16 YT-16LT1R Radar Level Instruments & its associated items
1 No.
33 YT-17 YT-17LT1R Radar Level Instruments & its associated items
1 No.
34 YT-18 YT-18LT1R Radar Level Instruments & its associated items
1 No.
35 YT-70 YT-70LT1R Radar Level Instruments & its associated items
1 No.
36 YT-150 0IY-LT-2201 Radar Level Instruments & its associated items
1 No.
37 YT-350 YT-350LT1R Radar Level Instruments & its associated items
1 No.
38 TFMS panel, TFMS PC & its accessories, power JBs/
Interface JBs, signal cables, power cables, cable trays,
instrument supports, hook-up materials, Serial cables
& other hardware required for interface with DCS and
all other items as per vendor's scope of supply as per
MR
1 Lot
1.02 Group-B: Servo Level gauges & its associated items as per MR

1 TF1 YT-25 0IY-LT-1303 Servo Level Instruments & its associated items

1 No.
2 YT-26 0IY-LT-1304 Servo Level Instruments & its associated items

1 No.
3 TF2 YT-29 0IY-LT-1402 Servo Level Instruments & its associated items
1 No.
4 YT-28 0IY-LT-1502 Servo Level Instruments & its associated items
1 No.
5 YT-383 0IY-LT-4007 Servo Level Instruments & its associated items
1 No.
6 YT-384 0IY-LT-4008 Servo Level Instruments & its associated items
1 No.
7 YT-440 0IY-LT-4005 Servo Level Instruments & its associated items
1 No.
8 YT-450 0IY-LT-4006 Servo Level Instruments & its associated items
1 No.
9 YT-22 YT-22-LT2S Servo Level Instruments & its associated items
1 No.
10 TF4 YT-107 0IY-LT-2501 Servo Level Instruments & its associated items
1 No.
11 YT-108 0IY-LT-2502 Servo Level Instruments & its associated items
1 No.
12 YT-291 0IY-LT-2601 Servo Level Instruments & its associated items
1 No.

Page 15 of 26
13 YT-115 0IY-LT-2701 Servo Level Instruments & its associated items
1 No.
14 YT-116 0IY-LT-2702 Servo Level Instruments & its associated items
1 No.
Page 197 of 440

15 TF5 YT-111 0IY-LT-2301 Servo Level Instruments & its associated items
1 No.
16 YT-112 0IY-LT-2302 Servo Level Instruments & its associated items
1 No.
17 YT-113 0IY-LT-2401 Servo Level Instruments & its associated items
1 No.
18 YT-114 0IY-LT-2402 Servo Level Instruments & its associated items
1 No.
19 YT-12 YT-12LT2S Servo Level Instruments & its associated items
1 No.
20 YT-15 YT-15LT2S Servo Level Instruments & its associated items
1 No.
21 YT-16 YT-16LT2S Servo Level Instruments & its associated items
1 No.
22 YT-17 YT-17LT2S Servo Level Instruments & its associated items
1 No.
23 YT-18 YT-18LT2S Servo Level Instruments & its associated items
1 No.
24 YT-70 YT-70LT2S Servo Level Instruments & its associated items
1 No.
25 YT-150 0IY-LT-2202 Servo Level Instruments & its associated items
1 No.
26 YT-350 YT-350LT2S Servo Level Instruments & its associated items
1 No.
27 TFMS panel, TFMS PC & its accessories, power JBs/
Interface JBs, signal cables, power cables,instrument
supports, hook-up materials, Serial cables & other
hardware required for interface with DCS and all other
items in vendor's scope of supply as per MR

1 Lot
Site work- Break-up price details

Transportation from owner's store to work site,storage at site,assembly at site, installation of vendor supplied items at site and associated field work such as
installation of instruments, junction boxes, cable laying etc as per MR, testing, loop checking, pre-commissioning, painting, insulation, commissioning,
performance gurantee run,handing over to client, supply of commisioning spares & consummable spares for the following,as per the enclosed EIL standard
speciations, Special instructions to vendors,job specification,data sheets etc. as per Material Requisition

2.01 {2}GROUP-A For Item 1.01

2.01.01 {2}GROUP-A Cable laying from each power & interface Junction box
outside the dyke to respective control rooms (TFMC &
ACTP C/R)

1 TF1 YT-25 0IY-LT-1301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
YT-26 0IY-LT-1302 1 Lot

Page 16 of 26
2 TF2 YT-29 0IY-LT-1401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
YT 28 0IY LT 1501
Page 198 of 440

3 YT-383 0IY-LT-4003 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
4 YT-384 0IY-LT-4004 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
5 YT-440 0IY-LT-4001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
6 YT-450 0IY-LT-4002 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
7 YT-22 YT-22LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
8 TF3 YT-341 0IY-LT-1601 Cable laying from each power & interface Junction box
0IY-LT-1602 outside the dyke to respective control room (TFMC
YT-342 0IY-LT-1603 C/R)

0IY-LT-1604
YT-343 0IY-LT-1701
0IY-LT-1702
YT-344 0IY-LT-1703
0IY-LT-1704 1 Lot
9 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box
YT-108 0IY-LT-2502 outside the dyke to respective control room (TFMC
C/R)
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702 1 Lot
10 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
11 TF-6 YT-44 0IY-LT-1801 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-1803

Page 17 of 26
YT-45 0IY-LT-1802

0IY-LT-1804
Page 199 of 440

1 Lot

Page 18 of 26
12 HCGO YT-46 0IY-LT-1901 Cable laying from each power & interface Junction box
0IY-LT-1902 outside the dyke to respective control room (TFMC
C/R)
YT-47 0IY-LT-1903
Page 200 of 440

0IY-LT-1904 1 Lot
13 YT-32 0IY-LT-2001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-2003
1 Lot
14 YT-33 0IY-LT-2002 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-2004 1 Lot
15 YT-340 0IY-LT-5001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-5002
1 Lot
16 YT-12 YT-12LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
17 YT-15 YT-15LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
18 YT-16 YT-16LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
19 YT-17 YT-17LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
20 YT-18 YT-18LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
21 YT-70 YT-70LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
22 YT-150 0IY-LT-2201 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
23 YT-350 YT-350LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot

Page 19 of 26
2.01.02 {2}GROUP-A All the site works inside the control rooms (ACTP &
TFMC) as per MR requirements including fabrication
of base frame for TFMS panel installation, installation
of TFMS panel, installation of TFMS PC & its
Page 201 of 440

accessories, cable tray routing inside control rooms,


laying of all types of cables inside control room, cable
termination, ferruling, & cable dressing inside the
panel, loop checking for signal cables & testing of
signal integrity for communication cables etc.

1 ACTP Control room


1 Lot
2 TFMC Control room 1 Lot
2.01.03 {2}GROUP-A Installation of radar level instruments, tank side
indicators, multi point avg temp elements, pressure
transmitters etc. including fabrication & installation of
required yoke supports, hook-ups etc., Cable tray
routing with in the dyke (between each radar & servo
level instruments, tank side indicators, pressure
transmitters, multi point temperature elements) &
outside the dyke (between each radar & servo level
instruments & interface/ Power JBs), signal & power
cable laying between radar level instruments and
interface/power JBs located outside the dyke, painting
of instruments supports, hook-ups, identifications of
instrument tags, cable termination & ferrulling and all
other site activities as per MR

1 TF1 YT-25 0IY-LT-1301

YT-26 0IY-LT-1302
1 Lot
2 TF2 YT-29 0IY-LT-1401

YT-28 0IY-LT-1501
1 Lot
3 YT-383 0IY-LT-4003
1 Lot
4 YT-384 0IY-LT-4004
1 Lot

Page 20 of 26
5 YT-440 0IY-LT-4001
1 Lot
6 YT-450 0IY-LT-4002
1 Lot
Page 202 of 440

7 YT-22 YT-22LT1R
1 Lot
8 TF3 YT-341 0IY-LT-1601

0IY-LT-1602

YT-342 0IY-LT-1603

0IY-LT-1604

YT-343 0IY-LT-1701

0IY-LT-1702

YT-344 0IY-LT-1703

0IY-LT-1704
1 Lot
9 TF4 YT-107 0IY-LT-2501

YT-108 0IY-LT-2502

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702
1 Lot
10 TF5 YT-111 0IY-LT-2301
1 Lot
YT-112 0IY-LT-2302
1 Lot
YT-113 0IY-LT-2401
1 Lot
YT-114 0IY-LT-2402
1 Lot
11 TF-6 YT-44 0IY-LT-1801

0IY-LT-1803

YT-45 0IY-LT-1802

0IY-LT-1804
1 Lot
12 HCGO YT-46 0IY-LT-1901

0IY-LT-1902

YT-47 0IY-LT-1903

Page 21 of 26
0IY-LT-1904
1 Lot
Page 203 of 440

Page 22 of 26
13 YT-32 0IY-LT-2001

0IY-LT-2003
1 Lot
Page 204 of 440

14 YT-33 0IY-LT-2002

0IY-LT-2004
1 Lot
15 YT-340 0IY-LT-5001

0IY-LT-5002
1 Lot
16 YT-12 YT-12LT1R
1 Lot
17 YT-15 YT-15LT1R
1 Lot
18 YT-16 YT-16LT1R
1 Lot
19 YT-17 YT-17LT1R
1 Lot
20 YT-18 YT-18LT1R
1 Lot
21 YT-70 YT-70LT1R
1 Lot
22 YT-150 0IY-LT-2201
1 Lot
23 YT-350 YT-350LT1R
1 Lot
2.02 {2}GROUP-B For Item 1.02
2.02.01 {2}GROUP-B Cable laying from each power & interface Junction box
outside the dyke to respective control rooms (TFMC &
ACTP C/R)

1 TF1 YT-25 0IY-LT-1303 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
YT-26 0IY-LT-1304 C/R)
1 Lot
2 TF2 YT-29 0IY-LT-1402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
YT-28 0IY-LT-1502 C/R)
1 Lot
3 YT-383 0IY-LT-4007 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
4 YT-384 0IY-LT-4008 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
5 YT-440 0IY-LT-4005 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
6 YT-450 0IY-LT-4006 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot

Page 23 of 26
7 YT-22 YT-22-LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
Page 205 of 440

8 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
YT-108 0IY-LT-2502 C/R)

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702
1 Lot
9 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
10 YT-12 YT-12LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
11 YT-15 YT-15LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
12 YT-16 YT-16LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
13 YT-17 YT-17LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
14 YT-18 YT-18LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
15 YT-70 YT-70LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
16 YT-150 0IY-LT-2202 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot

Page 24 of 26
17 YT-350 YT-350LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
Page 206 of 440

2.02.02 {2}GROUP-B All the site works inside the control rooms (ACTP &
TFMC) as per MR requirements including fabrication
of base frame for TFMS panel installation, installation
of TFMS panel, installation of TFMS PC & its
accessories, cable tray routing inside control rooms,
laying of all types of cables inside control room, cable
termination, ferruling, & cable dressing inside the
panel, loop checking for signal cables & testing of
signal integrity for communication cables etc.

1 ACTP Control room


1 Lot
2 TFMC Control room
1 Lot
2.02.03 {2}GROUP-B Installation of servo level instruments, tank side
indicators etc. including fabrication & installation of
required yoke supports etc., signal & power cable
laying between servo level instruments and
interface/power JBs located outside the dyke, painting
of instruments supports, hook-ups etc., identifications
of instrument tags, cable termination & ferrulling and
all other site activities as per MR (supply & laying of
cable trays for group-B also included in the Group-A
scope)

1 TF1 YT-25 0IY-LT-1303

YT-26 0IY-LT-1304
1 Lot
2 TF2 YT-29 0IY-LT-1402

YT-28 0IY-LT-1502
1 Lot
3 YT-383 0IY-LT-4007
1 Lot
4 YT-384 0IY-LT-4008
1 Lot
5 YT-440 0IY-LT-4005
1 Lot
6 YT-450 0IY-LT-4006
1 Lot
7 YT-22 YT-22-LT2S
1 Lot
8 TF4 YT-107 0IY-LT-2501

Page 25 of 26
YT-108 0IY-LT-2502

YT-291 0IY-LT-2601
Page 207 of 440

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702
1 Lot
9 TF5 YT-111 0IY-LT-2301
1 Lot
YT-112 0IY-LT-2302
1 Lot
YT-113 0IY-LT-2401
1 Lot
YT-114 0IY-LT-2402
1 Lot
10 YT-12 YT-12LT2S
1 Lot
11 YT-15 YT-15LT2S
1 Lot
12 YT-16 YT-16LT2S
1 Lot
13 YT-17 YT-17LT2S
1 Lot
14 YT-18 YT-18LT2S
1 Lot
15 YT-70 YT-70LT2S
1 Lot
16 YT-150 0IY-LT-2202
1 Lot
17 YT-350 YT-350LT2S
1 Lot

Page 26 of 26
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: Tank Farm Management System
GROUP ITEM CODE 15OH DESTINATION : KOCHI REFINERY, KOCHI, KER
ITEM CATEGORY II DELIVERY PERIOD :

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

A307 IY YN MR 2820 C 02/05/2014 16 51


copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

JOB NO UNIT/ MAIN DOC. SR.NO. REV DIVN. DEPT.


COST CODE DATE
ORIGINATOR

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

REV DATE BY CHK APPD DETAILS


A 16/10/2013 AK DP PS Issued For Bids (Total no of sheets 215 including Top sheet)

B 09/12/2013 AK DP PS Issued For Bids (Total no of sheets 215 including Top sheet)

C 02/05/2014 DP DP PS Issued For Bids (Total no of sheets 234 including Top sheet)

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

Project : IREP
ENGINEERS INDIA LIMITED
Client : BPCL-KOCHI Sheet 1 Of 4
NEW DELHI
Page 208 of 440
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Design ,engineering,manufacture,procurement of materials and


bought out components, assembly at shop,inspection,testing at
manufacturer's works, supply of commisioning spares, packing,
delivery, documentation as per the enclosed EIL standard
specifications, instructions to vendors, job specification, data sheets
etc

1.01 GROUP-A Radar Level Gauges and its associated items as per MR 1 Lot
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

1.02 GROUP-B Servo Level gauges and its associated items as per MR 1 Lot
2 Unloading, handling at site, Transportation from owner's store to
work site,storage at site,assembly at site, installation of vendor
supplied items at site and associated field work such as installation of
instruments, junction boxes, cable laying etc as per MR, testing, loop
checking, pre-commissioning, painting, insulation, commissioning,
performance gurantee run,handing over to client, supply of
commisioning spares & consummable spares for the following,as per
the enclosed EIL standard speciations, Special instructions to
vendors,job specification,data sheets etc.
2.01 {2}GROUP-A For Item 1.01 1 Lot
2.02 {2}GROUP-B For Item 1.02 1 Lot
3 Transportation for the following as per the enclosed EIL standard
specifications,Special instructions to vendors,job specification,data
sheet etc
3.01 {3}GROUP-A For Item 1.01 1 Lot
3.02 {3}GROUP-B For Item 1.02 1 Lot
4 Supply of Mandatory Spares as per clause B42 of SIV
4A Supply of Mandatory Spares for Group- A as per clause B42 of SIV
4B Supply of Mandatory Spares for Group- B as per clause B42 of SIV
5 Supply of two years operation and Maintenance Spares,as per
enclosed Special instructions to vendor
6 Unit Rates/optional price
6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed 1 Lot
Special instructions to vendor.
6.002 Optional price as per clause no.B30 in Special instruction to vendor. 1 Lot
7 Five Years Post Warranty Annual Maintenance Contract as per the
MR for the following:
7A Radar Level gauges and its tankfarm management system (Group-A)
7B Servo Level gauges and its tankfarm management system (Group-B)
8 Training of Owner's personnel as per Special instructions to vendors
(clause no B37)
8A For Radar level gauges and its tankfarm management system as per MR
(Group-A)
8B For Servo Level Gauges and its tankfarm management system as per MR
(Group-B)

Vendors shall quote prices against these items in their price schedule
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and
meant for store purpose only.Items shall be tagged as per equipment Tag No. only.

Project : IREP REQUISITION No. REV


ENGINEERS INDIA LIMITED
A307-IY-YN-MR-2820 C
NEW DELHI Client : BPCL-KOCHI
Page 209 of 440 Sheet 2 Of 4
LIST OF ATTACHMENTS
S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Special Instruction to Vendor A307-IY-YN-SI-2820 2 02/05/2014 9

2 Vendor Data requirements for Tank farm A307-0IY-16-51-VDR-2820 A 18/09/2013 3


management system
3 Technical Questionarrie A307-IY-YN-TM-2820 C 02/05/2014 1

4 Datasheet Index With Datasheets A307-0IY-YN-ID-2820 2 25/04/2014 86

5 Standard specification for Tank Level 6-52-0014 3 12/12/2011 13


Indicators
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

6 ITP for tank level indicators 6-81-2014 2 22/03/2012 5

7 Standard specification for Signal Cables 6-52-0046 6 15/12/2010 8

8 Spec. for quality management sys.req. 6-78-0001 0 04/06/2009 9


from bidders
9 Spec. for documentation requirements 6-78-0003 0 04/06/2009 12
from supplier
10 Job Specification for Tank Farm A307-0IY-16-51-SP-2820 0 18/09/2013 16
Manement system
11 Scope of Work/ Responsibility chart for A307-0IY-16-51-SOW-2820 1 25/04/2014 6
Tank farm management system
12 Typical System configuration drawing for A307-0IY-16-51-SK-2820 0 18/09/2013 2
Tank farm management system
13 Typical Intermediate JB & Power JB layout A307-0IY-16-51-0827 0 18/09/2013 1
for Radar & Servo Level Gauges
14 Location details of Radar & Servo Level A307-0IY-16-51-OD-2820 0 25/04/2014 2
gauges
15 Mechanical datasheets for Tanks A307-0IY-16-51-OD-2822 2 25/04/2014 33

16 Compliance Statement A307-0IY-16-51-CF-2820 2 25/04/2014 2

17 Logistic Support Format A307-0IY-YN-LSF-2820 1 25/04/2014 3

18 Power Consumption Details for UPS A307-0IY-16-51-PCV-2820 1 25/04/2014 3


power (Field & Control room)
19 Responsibility Chart A307-0IY-YL-RC-2820 0 18/09/2013 4

20 Over All Cable Routing Layout A307-0IY-16-51-0800 0 21/08/2013 1

21 Installation std for Dia seal type Pressure A307-000-16-51-IS48 0 16/04/2013 1


Instruments on vessel
22 Price break-up details for vendor supplied A307-0IY-YN-SI-2820ANN-IV 0 25/04/2014 10
items & scope of work for group-A & B

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

Project : IREP REQUISITION No. REV


ENGINEERS INDIA LIMITED
A307-IY-YN-MR-2820 C
NEW DELHI Client : BPCL-KOCHI
Page 210 of 440 Sheet 3 Of 4
Engineers India Limited Vendor Drawing/ Document Submission Schedule
Client/ Project:BPCL-KOCHI/ IREP Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:

Item Description:Tank Farm PR No.: Review Status Code:


Management System 1. No Comments
Date of LOI:
2. Proceed with manufacture/ fabrication as per commented document.
PO No.: Revised document required.
3. Document does not conform to basic requirements as marked.

Page 211 of 440


Date of PO: Resubmit for Review. R: Retained for Reference V: Void
EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor


Schedule
Drg/ Doc. Nomenclature Vendor Drg/ Doc No. Category Date of 1st Actual (Act) Date of submission by vendor Form
S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks
Requirement Records(I) (Rev. 0) (E)/ Print (P)
Title Review Status (Code)
Rev. 0 Rev. 1 Rev. 2 Rev. 3
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Form No. EIL-1641-1923 Rev.1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

Part A:

PART.A
A1.Vendor is responsible for the selection of the instruments and control systems including accessories and it's suitability to
meet the specifications in toto. If at any stage, till the completion of the order, the offered instruments & accessories are
found unsuitable for the specified operating and design conditions, the vendor shall replace the same with a suitable model
no. meeting the specifications without any schedule/cost implication.

A2.All the items being supplied under this requisition shall be field proven for atleast a period of 4000 hours in Hydrocarbon
applications similar to those
indicated in the MR on the bid closing date. Vendor shall furnish the following information as a minimum along with their offer
to support the proneness of the Tank Farm Management System being offered by them.
- Model no. of the supplied instruments, equipments
- Name of the Plant & Customer
- Year of supply & commissioning
- Name, address, telephone/fax no., e-mail of the contact person.
- Application details

Vendor shall furnish the above information positively in the offer. Items not having proven references in similar applications or
references provided
without complete information as asked or ambiguous references shall not be acceptable.

A3.Vendor shall fill, sign and stamp each and every sheet of the Material Requisition including:
i) Vendor Data Requirement
ii) Special Instructions to Vendor
iii) Data Sheets
iv) Standard Specifications
v) Estimated Power consumption (110 VAC, UPS) (ANNEXURE-I)
vi) Logistic Support Certificate for offered items as per ANNEXURE- II
vii) Responsibility Chart for the offered items as per ANNEXURE-III
Viii) Compliance statement

A4.Vendor shall furnish a technical deviation list for the deviations, if any, in the offer. Deviations shall be highlighted tag
wise/ clause wise. If discrepancy exists between the deviation list and any other part of offer, deviation list shall prevail. If
deviation list is not furnished in the offer it shall be considered that no deviations exist. Generally, deviations are not accepted
and Owner reserves the right to reject the offer without any further clarifications.

A5.Vendor shall mark in the appropriate Box in the Data sheets indicating "Deviation" or "No Deviation".

A6.The Vendor shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the offer. Answers to the
contents of this Technical
Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without the filled-in Technical
Questionnaire or
with vague, non-committal replies or referenced reply to some catalogue etc.,without specific page and paragraph no. shall
be considered incomplete and is liable for rejection.

A7.Bidder to note that a pre bid meeting shall be held in which the vendor can seek any clarification if required. Bidder to
ensure that this conference is attended by both technical and commercial of the vendor who should have thoroughly
scrutinized the MR before hand so that all the issues are finally resolved in the meeting .

Part B:

B1.The Tank Farm Management System (TFMS) mentioned in this MR shall be supplied for Storage tanks pertaining to
IREP of BPCL KR .

B2.The Tank farm management system of this MR shall be integrated with existing Invensys make DCS in TFMC control
room and ACTP control room.

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 1 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 212 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

B3.This MR consist of two groups , Group-A shall have radar level instruments with associated items, Group-B shall have
servo level instruments with associated items.

B4. Bidder to note that the evaluation shall be carried out on bottom line basis for each group including mandatory spares
and other requirements mentioned in the MR. All the items mentioned in one group shall be ordered together to one vendor.
Evaluation shall be carried out based on the lumpsum price for each group seperately covering all the items, accessories ,
mandatory spares for that group. In addition to that vendor to furnish detailed price break up for vendor supplied items and
scope of work as per Annexure-IV (A307-0IY-YN-SI-2820ANN-IV)

B5.The Job Standard Specifications for Tank Farm management system (A307-0IY-16-51-SP-2820) and standard
specification for tank level instruments 6-52-14 attached in this M.R. must be complied by the vendor. In case of conflict, the
data sheets and this Special Instruction to Vendors shall override in general; however, it shall be obligatory on the vendor's
part to bring to the notice of the purchaser all such conflicts, wherein the purchaser's decision shall be final.

B6.The requisition together with all the attachments covers the purchaser minimum requirements for design, engineering,
manufacturing, testing, supply and erection & commissioning, training of Tank farm management system along with Radar,
Servo gauge operated Tank level instruments, Multi-Element Averaging Temperature sensor, Local Indicators, all
interconnecting cabling, communication Interface Units(FIU), Serial communication Links,TFMS PC's with software loaded ,
Furnitures for PC.

B7.Vendor shall accept full responsibility for all supplied hardware, operating and application software, mandatory and
Commissioning spares etc. and site activities for the construction staging , installation, pre-commissioning and
commissioning until successful handover to the purchaser.

The Vendor's responsibility includes, but not limited to the following:


- System Engineering and Design
- System Hardware including basic operating software
- Database Configuration
- Interfacing of all devices
- Application Software
- System Documentation
- Factory Acceptance Testing
- Packing, shipping and storage at job site
- Installation and cable laying
- Loop Checking and Pre-commissioning
- Commissioning
- Handover of complete Working system
- Training
- Warranty

B8.Bidder to note that there are 21 nos of new tanks in IREP (TF-1,2,3,4,5,6) ; 7 nos of existing tanks which are going to be
under major modifications; 9 nos of existing tanks for which minor modification work is involved which will be executed by
BPCL KR during maintenance work.The details are clearly indicated in the Distance Table Document no.A307-0IY-YN-16-
51-OD-2820.

B9.The tank farm management system shall consist of the following.

a)Radar Type Tank Level Instruments (1 no. on each tank) -


b)Servo type level instrument (1 no. on each tank)- (wherever applicable) with calibration chamber of appropriate size and
end connection.
c)Local Display Unit for both radar and servo (1 no. for each type).
d) Multi element Averaging Temperature Sensor (1 no on each tank) and water cut probe (wherever specified) connected to
radar type level instruments in field. (1 No. on each tank).
e)Pressure transmitter (Wherever pressure transmitter is mentioned in data sheet).
f)Field junction box for hooking up the radar tank gauge signals to field interface units(FIU).
Field junction box for hooking up the servo tank gauge signals to field interface unit (FIU)
g)Field interface Units for Tank Farm Management along with cabinet and its
associated Software. The grouping of tanks, number of field communication units, location of Field interface unit for each field
bus group & cable distance from the field JB are mentioned in the Distance table.

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 2 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 213 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

h)Tank Farm Management PC with Printer to be located in TFMC & ACTP control room respectively.
i)All interconnecting cables including serial link cables with cable glands,
connectors, converters as required and power cables.

B10.Field interface unit shall be provided for the following.

a)FIU is to facilitate communication link between field radar level gauge /servo gauge instruments to TFMS PC & DCS( two
independent outputs).
b)The protocol & data exchange shall be employed through data security control
combined with cyclic redundancy checks to ensure data integrity.
c) FIU shall be used as a stand alone unit for test & maintenance purposes.
d) FIU unit shall be used for calibration.
e). Vendor shall provide at least 20% (minimum two) spare port in each FIU.
a)All FIU's shall be hot standby redundant.

B11.Vendor shall supply pressure transmitter (Wherever pressure transmitter is mentioned in data sheet) with hook-up
fittings. The hook-up drawing (Tag wise) shall be submitted for review during the detailed engineering.

B12.Looping of tanks shall be done to form groups as per the enclosed Distance table. No. of tanks per group shall be
decided by vendor and accordingly vendor shall supply the intermediate junction boxes. However, the number of tanks per
group shall not exceed the figures given in Distance Table. The field communication network from each of the intermediate
junction boxes shall be connected to the field interface units (FIU) whose location for the respective groups is mentioned in
the Distance table. All cables including cable glands between radar /servo level instruments & intermediate junction boxes
and Field Interface Units shall be in vendor's scope. Vendor shall provide terminals in the offered intermediate junction boxes
to the actual no. of tanks that can be connected in a loop for adding tanks in future.

B13.Junction boxes, cable glands and accessories shall be weather proof for intrinsically safe signals. Junction boxes, cable
glands and accessories shall be weather proof and flameproof for flameproof instruments. Slipper type PVC hoods shall be
used over cable glands for all cable entries in junction boxes to avoid water entry in junction boxes. All cable entries shall be
from bottom of the junction box. Allen screws (made of SS304) type fasteners shall be used for fixing covers and shall be self
locking type to ensure that they do not falloff when cover is opened. All junction boxes shall be weatherproof to IP65.
Electrical cable entry connections shall be through NPT threads. Cable glands with washer and PVC hoods shall be provided.
All cable glands and plugs shall be made of Nickel-plated brass only.

B14.Junction box shall have tag number engraved on the front cover.
Vendor shall refer to the tank data sheets & drawings attached with this MR for the selection of instrument dimensions
suitable for the mentioned nozzle schedule. Wherever nozzle schedule is not mentioned in the tank data sheet/drawings, the
same shall be considered as 'Schedule-80'.

B15.The typical system configuration diagram (Drawing no.A307-IY-16-51-SK-2820) is attached for reference. Vendor shall
develop the actual system configuration for the offered system and furnish the same along with the offer.

B16.Vendor shall supply free standing cabinets for mounting FIUs ( 2200 mm height , Rittal make) , power distribution unit
and other accessories, the cabinets shall be supplied fully wired, installed with all the items and complete in all respects.
Since the FIU cabinets are to be located in existing TFMC control room & ACTP control room along with other cabinets,
dimensions including colour of the FIU cabinets shall be matched with other cabinets.

B17.Purchaser shall supply one no. feeder of 110 V AC ± 10%, 50 Hz ± 3% UPS power supply at TFMC control room and
ACTP control room for FIU cabinets.Further conversion (if required) / distribution within the cabinet & to other FIU
cabinets,other components (Eg TFMS PC, media converters, hubs etc ) shall be in vendor's scope including power cable.

B18.Purchaser shall provide 110 V AC ± 10%, 50 Hz ± 3% UPS power supply for each tank farm area at TFMC control room
& ACTP control room in UPS ACDB . Radar & servo level gauge vendor shall provide common power JBs near each dyke
area for further distribution to individual radar & servo level gauges. Common power JB shall be separate for radar & servo
level gauges. Respective vendor shall take the power upto common power JB near the dyke from UPS PDB and further
distribution to individual power switch for each tank . Looping shall be done separately by each vendor within the tanks of
each tank farm/group of tanks (radar & servo separate). No. of level gauges looped from one power JB shall be restricted to
four or less. However same shall be reviewed case to case basis during detailed engineering. Vendor to provide the power
consumption details in the offer for each tank farm area /group of tanks for sizing the feeder.Vendor to provide the sizing

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 3 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 214 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

calculation for power cable supplied by vendor. Power switches provided by each vendor shall be double compartment type.
Vendor to note that allowable volage drop due to cable impedence shall be 5% maximum for power cable size calculation.

B19.Vendor shall provide special tools and tackles for maintenance, calibration etc.if any. The list of special tools and tackles
considered shall be submitted along with the offer.

B20.The following information/data shall be displayed on the TFMS PC as a minimum.

a) Product and Tank Identification


b) Type of Tank
c) Level
d) Temperature
e) Gross Volume
f) Net Volume at 15 Deg C by applying volume correction factor
g) Density
h) Mass
i) High and Very High alarms.
j) Low and Very Low alarms
k) Volume in/out movement (Calculated from difference in level between start and close of stock)
l) High and Low temperature alarms
m) Safe filling height
n) Maintenance list to facilitate trouble shooting
o) Display on PC shall be user definable. However, the following displays shall be configured as a minimum.
i)Overview display (all the tanks in tank farm)
j)Individual tank status/product status display
k)Group displays
l)Alarm summary (only acknowledged alarms)
m)Alarm history (both acknowledged and non acknowledged alarms)
n)Maintenance list

Vendor to ensure that the capability of TFMS software loaded in the TFMS PC at TFMC & ACTP control room ( 2 nos PC) is
such that it can cater to the total number of tanks in each control room is possible, which can be connected to the number of
field interface units (FIU's) supplied.

B21.Vendor shall consider following links from FIU units.


a)Redundant serial link RS-485 Modbus from the FIU to Foxboro DCS system (M/s Invensys ) at TFMC control room /ACTP
control room
b)Redundant connectivity TCP /IP between TFMS PC to FIU

B22.Vendor shall supply the signal cables, power cables, serial link cables & network communication cables along with cable
glands required for the following interconnections.
a)Signal cable between radar tank gauge & tank side indicator
b)Signal cable between radar tank gauge & multi element temperature element + water cut probe.
c)Signal cable between radar tank gauge & pressure transmitter (Wherever pressure transmitter is mentioned in data sheet).
d)Signal cable from radar tank gauge / tank side indicator to field JB.
e)Signal cable between servo tank gauge & tank side indicator
f)Signal cable from servo tank gauge / tank side indicator to field JB.
g)Signal cable from field JB to FIU unit located in TFMC control room/ACTP control room depending upon the field device
bus group as mentioned in the A307-0IY-16-51-OD-2820.
h)Signal cable from FIU's located in TFMC control room/ACTP control room to to TFMS PC located in TFMC control
room/ACTP control room
(All necessary accessories like hubs, media converters etc required for successful networking of the FIU's with TFMS PC
shall be supplied by the
vendor).
i)TFMS PC to printer communication cable.
j)Network communication cables for Modbus link from field interface unit (FIU) to DCS system at TFMC control room &
ACTP control room (80 meters each shall be considered).
l)Power cable from ACDB at TFMC CR/ACTP CR to common power JB, intermediate power JB for looping, power JB to
power switch , power switch to radar tank gauge / servo gauge/tank side indicator.

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 4 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 215 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

Approximate Signal or Power Cable required = Range/Height of the tank to be measured as indicated in the respective data
sheet + Circumference of the respective tank + 15 meters.
Vendor shall refer to A307-0IY-16-51-OD-2820 for the cable lengths from respective tanks to field junction box, field junction
box to FIU cabinets located in TFMC/ACTP control room. Vendor shall supply cable lengths considering 20 % of the cable
length as engineering spares for all the type of cables.
The length of interconnecting cabling, as required, between the radar level instruments,water cut probe and temperature
elements shall be calculated by vendor based on the above/ tank dimensions furnished elsewhere & tank drawings attached
elsewhere in the requisition.

B23. All the interconnecting cables including cable glands required between radar level instruments/servo gauge/ tank side
indicator & intermediate junction boxes and between intermediate junction boxes & FIU's shall be supplied by vendor and the
distance between the respective tank gauges and field Junction boxes and from field Junction box to FIU location is as
mentioned in Distance table.

B24.Vendor shall supply tank farm management system PC 2nos with printer for each type of gauges and shall be located
in TFMC & ACTP control room.

B25.Vendor to note that the overall instrument cable duct layout drawing (A307-0IY-16-51-0800 Rev 0) is attached with the
MR for the vendor to get a conceptual idea about the tank locations, location of TFMC & ACTP control room and the cable
duct routing. However vendor shall carryout the site survey to ascertain the exact quantum of work & locations during detailed
engineering.

B26.Vendor shall supply isolation ball valve for pressurized tank (nitrogen blanketed) , requirement as specified in the
respective data sheets and the specification for the same shall be as below as a minimum.

a. Type of body: Ball


b. Body size & port: 12" for servo
c. Guiding: Trunnion
d. Number of ports: Single
e. End connection: 12", 300#, RF 125AARH Flanged
f. Body material: ASTM A 352 Gr LCB/ASTM A 350 Gr LF2
g. Bonnet type: Plain
h. Packing material: Teflon
i. Trim form: On-Off
j. Trim & other wetted parts material: SS 316
k. Body seat:- RPTFE
l. Hand wheel: Top

B27.Multi temperature element shall be provided for all radar level instrument tags (Refer clause 2.3.10 of attached standard
specification for tank level instruments 6-52-14). Water cut probe shall also be provided at the multi temperature element
bottom as per the requirement specified in the data sheets.

B28.Density measurement shall be provided for tags wherever pressure transmitter is interfaced to the radar tank gauge as
per the data sheets.For ATF tanks (YT-383, YT-384, YT-440, YT-450), density shall be calculated in Servo gauges .Vendor to
quote the model accordingly.

B29. Vendor shall provide pre fabricated FRP canopy with box type enclosure for all electronic equipments provided in the
field, However units with display units shall have glass window on the front display side. Prior approval shall be obtained from
the purchaser for sample canopies to be supplied by vendor.

Radar level gauge vendor shall provide the supply & route the cable trays from tank top to bottom and upto junction boxes
outside the dyke for both radar & servo gauges (i.e Cable trays required for both group A & B shall be in Group-A vendor's
scope). MOC of the cable tray shall be GRP. Cable Laying shall be done by respective radar and servo vendor upto their
junction boxes and upto FIU cabinet. Cable dressing, ferruling, glanding, termination etc. shall be in respective vendor's
scope. Suitable cable clamps shall be provided for binding the cables at every 500 mm for horizontal & vertical runs. From
Intermedite junction box/ common power JB to main cable duct, purchaser shall provide the required tray/trench to route the
cable to reach the purchaser supplied main duct.

B30.Vendor to note that the offered Gauges shall be fully configurable from field and separate calibrator. Vendor to provide

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 5 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 216 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

separate HH configurator suitable for hazardous locations in tank farm area , one each in TFMC area ACTP area. Vendor to
provide the HHC with IR ports/interfacing devices so as to connect the HHC to the gauges without opening the gauges.
Vendor to provide optional price for (i) HH configurator and (ii) additional IR port in gauges for connecting the HHC.This may
not be included for evaluation.

B31. All accessories including mounting brackets required for installation of tank gauges, tank side indicator & power
switches and their interconnectivity shall be supplied by vendor. Tank side indicators shall be mounted on a 2" yoke.

B32.The Radar Tank level instruments, temperature elements, water cut probes shall be installed in Hazardous area. The
electrical area classification for all equipment outside the tank shall be Zone-1, Gr.IIA/IIB, Temperature Class T3 as per IEC.
For all electrical equipments inside tank, electrical area classification shall be considered as Zone-0, Gas Gr. IIA/IIB.
Instruments & enclosures, junction boxes, cable glands etc being supplied by vendor shall be weather proof to NEMA 4 / IP
65 and flame proof (EEx'd'). The multipoint temperature element + water bottom probe shall be certified intrinsically safe for
zone-0 installation.

B33.The requirement of statutory approvals for usage of equipment/instruments/ systems in electrically hazardous areas
shall be as follows:

a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all instruments.

b) Equipment/instrument located in electrically hazardous areas shall be certified for use by statutory authorities for their use
in the area of their installation. In general, the following certification shall be provided by the vendor:

- For all intrinsically safe/ flameproof/ protected by other methods, equipment/instrument, which are manufactured abroad
(outside India) and certified by anyapproving authority like BASEEFA, FM, UL, PTB, LCIE etc., certification by the Indian
authorities - Chief Controller of Explosives (CCE), Nagpur, India is mandatory.

- For all flameproof equipment manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses - Central Institute of Mines and fuel research (CIMFR) / ERTL etc. The item shall in addition bear the valid
certification from CCE and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) licence.

- For all intrinsically safe equipment manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses - Central Institute of Mines and fuel research (CIMFR) / ERTL etc. The item shall in addition bear the valid
certification from CCE.

B34.Drawings for all tanks are attached for reference in the document A307-0IY-16-51-OD-2822. Vendor to note that height
indicated in the respective radar & servo LT datasheet is the working height of tha tanks and not the LT nozzle elevations
from the bottom of tanks. Vendor to select suitable model to cover additional height of cone/ dome of tanks & nozzle
projection height. The process connection details of the radar type level transmitters, multipoint temperature element+ water
bottom probe is indicated in the data sheet.

B35.Vendor shall furnish all details like pin configuration and tag number wise MODBUS address mapping list etc. for smooth
interfacing of all communication links with DCS/other control system.

B36.Vendor shall provide all necessary hardware, software etc. in vendor's supplied systems and other details required for
interfacing of their system with DCS/other control system. Vendor shall be fully responsible for proper integration of their
supplied systems and also integration with purchaser's DCS / other control system at site and Vendor shall provide all
necessary assistance to respective foreign device vendor for establishing all the serial links with tank farm management
system fully functional & operational.

B37.Vendor shall arrange training for owner's operation & instrument maintenance engineers at site. Training of 50 mandays
at site shall be considered for each groups (Group-A & Group-B). 5 batches of 5 personnel each for a period of 2 days for
each batch.

B38. The Radar Operated Tank Level indicators /servo level instruments shall be supplied as manufactured tested and
calibrated from original manufacturer's works. A test report shall be furnished by vendor in line with clause no 4.0 of Standard
Specifications for Tank Level Indicators.

B39.Factory acceptance test shall be performed at manufacturer's works in which proper functioning of the complete system

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 6 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 217 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

and its components shall be demonstrated by the vendor. Owner may participate in full or part in the same.

B40.Panel for mounting field communication unit along with hub, power supply modules etc shall be tested during FAT.
Integrated testing along with panel shall be demonstrated during FAT at principal's works TFMS software
features/performance test shall be demonstrated during FAT.
Vendor shall also provide full assistance to DCS vendor for the implementation of TFMS system interfaces with DCS system
as per the requirements. The proper functioning of the interfaces shall be demonstrated by the vendor during site acceptance
tests.

B41. Cables shall be as per the standard specifications for signal cables 6-52-46 attached with the MR. Cable dimensions
shall be furnished by the vendor during detailed engineering, Power cables shall be 2C x 2.5 Sq mm as a minimum. Power
cable core material shall be copper for up to 16mm2 size and aluminium for cable size more than 16mm2.

B42. Vendor shall supply all the following items (as applicable to group) as mandatory spares for the offered items. Price for
these items shall be provided in the price schedule given in the MR. This shall be included for evaluation.
-Radar gauges 2nos
-Servo gauge -1 no.
-Pressure transmitter - 2nos
-Field interface unit (FIU) - 1 no
-Tank side Indicator - 10% of total quantity subject to minimum ( for each type)
-Antenna - 10% of the each type of tank level instruments subject to minimum 1 number.
-Multi element Temperature Sensor along with water cut probe - 10% or minimum 2 nos (1 no. for minimum range and 1 no.
for maximum range of measurement) temperature assemblies shall be provided.
-Prefabricated Cables: 2 sets with connectors for each type of peripherals and hardware.
-Power switch-10% of total quantity

B43.Radar gauge:
In addition to the above common points , following specific points pertaining to radar gauges shall be provided.
1)Vendor to note that still well in tanks shall be provided by purchaser. Diameter of still well for radar gauge shall be 8" NB
and 3" NB for temperature elements. 2" NB temperature elements for 8 nos of tanks where BPCL is undertaking modification
work (indicated in the respective data sheet). Vendor to ensure that the type of antenna selected is suitable for the specified
application.
2)Separate redundant FIU shall be provided for radar gauges. The number of FIU shall be worked out based on the
guidelines given in the specifications.
3)Radar gauges shall be treated as primary instrument for inventory measurement.
4)Individual power switch for each radar gauges shall be considered , power supply shall be fed from power JB supplied by
vendor. Looping shall be considered for near by tanks .
5.Cable tray (perforated- GRP) shall be supplied and laid for both radar & servo gauge signals upto junction boxes near
dyke.
6)All the radar gauges are indicated in Group-A along with TFMS PC and associated items including software license etc.,

B44.Servo gauges:
In addition to the above common points , following specific points pertaining to servo gauges shall be provided.
1)Vendor to note that still well in tanks shall be provided by purchaser. Diameter of still well for servo gauge shall be 12" NB
upto the calibration chamber. Further it can be reduced to 6" to match with instrument connection.
2)Separate redundant FIU shall be provided for servo gauges.The number of FIU shall be worked out based on the
guidelines given in the specifications.
3)All the servo gauges are indicated in Group-B along with TFMS PC and associated items including software license etc.,
4)For each servo gauges calibration chamber shall be provided separately along with servo gauges.

B45.Vendor to quote for unit price for the following items for addition deletion purpose.This shall not be considered for
evaluation.
a.Radar gauge
b.Multiple temperature detector
c.Servo gauge
d.Field interface unit

B46.Vendor to quote for two years operational and maintenance spares if required.

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 7 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 218 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

B47. The MDS for storage tanks (A307-0IY-16-51-OD-2822) enclosed in the MR for reference with respect to tank height,
diameter and other details. For flange rating of Radar LT, servo LT, Multi-point Avg temperature element, & Pressure
transmitter, vendor to consider respective instrument datasheets only. This shall override any other specification specified
elsewhere in the requisition.

Part C.

VENDOR LIST

The vendor list to be followed for instruments and other accessories is as follows

1.Pressure transmitters
a. ABB limited, Faridabad, India
b. ABB automation Ltd, UK
c. Emerson process management Asia pacific Pte Ltd, Singapore
d. Emerson process management India Pvt ltd
e. Fuji electric systems company Ltd, Japan
f. Honeywell automation India Ltd
g. Honeywell inc USA
h. Yokogawa electric corporation, Japan
i. Yokogawa India limited, India

2.Cable glands

a. Comet brass product


b. Comet industries
c. EX-Protecta
d. Baliga lighting equipment Pvt Ltd
e. FGC Flame proof control gears Pvt Ltd
f. FGC power industries Pvt Ltd
g. Flameproof equipments Pvt Ltd
h. Flexpro electrical Pvt Ltd
i. Prompt engineering works
j. Standard metal industries
k. Sudhir switch gears Pvt Ltd

3.Instrument junction boxes & cable glands

a. EX-Protecta
b. Baliga lighting equipment Pvt Ltd
c. Govan industries (India) Pvt Ltd
d. Flexpro electrical Pvt Ltd
e. FGC Flame proof control gears Pvt Ltd
f. FGC power industries Pvt Ltd
g. Prompt engineering works
h. Sudhir switch gears Pvt Ltd
i. Hensel
j. Rittal

4.MCB

a. Havell's India Pvt Ltd


b. Indiana current control Ltd
c. Indo Asian fuse gear Ltd
d. Legrand (India) Pvt Ltd
e. Standard electricals Ltd

5.Signal Cables

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 8 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 219 of 440
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

a. Associated cables Pvt Ltd, India


b. Associated flexible & wires Ltd, India
c. CMI Ltd, India
d. Cords cable industries Ltd, India
e. Delton cables ltd, India
f. Elkay telelinks ltd, India
g. Fine core cables Pvt Ltd, India
h. Goyolene fibers india Pvt Ltd, India
i. KEI industries Ltd, India
j. Nicco corporation Ltd, India
k. Paramount communications Ltd, India
l. Polycab wires Pvt Ltd, India
m. Radiant corporation Pvt Ltd, India
n. Suyog electrical Ltd, India
o. Thermo cables Ltd, India
p. Universal cables Ltd, India

6.Power Cables

a. Associated flexible & wires Ltd, India


b. Finolex cables Ltd
c. Gemscab industries Ltd
d. Industrials cables (India) Ltd
e. Ravin cables Ltd
f. Torrent cables Ltd
g. KEI industries Ltd, India
h. Nicco corporation Ltd, India
i. Polycab wires Pvt Ltd, India
j. Radiant cables Pvt Ltd, India
k. Universal cables Ltd, India

7.Optical fibre cables

a. ABB industri as, Norway


b. Birla ericsson optical Ltd, India
c. Finolex cables ltd, India
d. Himachal futiristic communication Ltd, India
e. Kabel Rheydt, Germany
f. Pirelli cavy Spa, Italy
g. UM cables ltd, India
h. Uniflex cables Ltd, Indiai. Sterlite optical technologies Ltd, India
j. Vindhya telelinks ltd, India

Vendor to note that the actual model of instruments selected shall meet the proven track record requirements and shall be
suitable for the specified process conditions.

Part D: SITE CONDITIONS:


The Tank farm management system with associated instruments are covered in the MR shall be suitable for unprotected
installation in Hot, Humid and Corrosive environment having following ambient condition.
The site environmental conditions at Kochi are as follows:
Ambient temperature (Max//min.): 38deg C / 20 deg C.
Relative Humidity: 95% (max) at max 38 deg C
Maximum recorded rainfall: 179 mm in 1 hour.

2 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


1 09/12/2013 AK DP PS Page 9 Of 9
210x297

ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-SI-2820 2
CLIENT BPCL-KOCHI
Page 220 of 440
Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-2820
FOR Rev. A
TANK FARM MANAGEMENT SYSTEM Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
TANK FARM MANAGEMENT SYSTEM

A 09-DEC-2013 Issued for Bids AK DP PS


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 221 of 440


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-2820
FOR Rev. A
TANK FARM MANAGEMENT SYSTEM Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Drawing and Document Schedule
2. Sub-Vendor List for Instruments and
accessories
3. Utility requirements
4. Panel front arrangement
5. Power Supply Distribution
6. Wiring diagram for panels
7. Configuration diagram
8. Instrument Cable Schedule
9. Instrument Location Plans
10. Instrument Installation Drawings
11. Bill Of Material for installation items
12. Spare part list for 2 years operation
13. Spare part list for Start up, Commissioning &
Consumables
14. Spare part list for Mandatory Spares
15. Inspection and test procedure
16. Complete catalogues with part list for all vendor
supplied instruments, control, etc.
17. Installation, operation, Programming and
maintenance manuals
18. Proven Track record
19. Compliance Statement & deviation list (if any)
20. Power Consumption details
21. Test Certificates & certificaties from Statutory
bodies
22. Final Documentation in soft copies (CD) as per
MR.

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 222 of 440


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-51-VDR-2820
FOR Rev. A
TANK FARM MANAGEMENT SYSTEM Page 3 of 3

5. Refer - 6-78-0001: Specification for quality management system from Bidders.


6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 223 of 440


TECHNICAL QUESTIONNAIRE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will

This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE


-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1. Have you any deviations to the following:


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

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

C 02/05/2014 DP DP PS REQ. NO. : A307-IY-YN-MR-2820


B 09/12/2013 AK DP PS ORDER NO. : Page 1 Of 1

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : IY
NEW DELHI A307-IY-YN-TM-2820 C
CLIENT BPCL-KOCHI
Page 224 of 440
Document No.
DATASHEET INDEX WITH A307-0IY-YN-ID-2820
GROUPING DETAILS Rev 2
Page 1 of 2

GROUP-A: RADAR LEVEL GAUGE

S.NO TAG NO DATASHEET NO REVISION QUANITY


1 0IY-LT-1301 A307-IY-YL-DS-2001 1 1 No.
2 0IY-LT-1302 A307-IY-YL-DS-2002 1 1 No.
3 0IY-LT-1401 A307-IY-YL-DS-2003 2 1 No.
4 0IY-LT-1501 A307-IY-YL-DS-2004 2 1 No.
5 0IY-LT-1601 A307-IY-YL-DS-2005 1 1 No.
6 0IY-LT-1602 A307-IY-YL-DS-2006 1 1 No.
7 0IY-LT-1603 A307-IY-YL-DS-2007 1 1 No.
8 0IY-LT-1604 A307-IY-YL-DS-2008 1 1 No.
9 0IY-LT-1701 A307-IY-YL-DS-2009 1 1 No.
10 0IY-LT-1702 A307-IY-YL-DS-2010 1 1 No.
11 0IY-LT-1703 A307-IY-YL-DS-2011 1 1 No.
12 0IY-LT-1704 A307-IY-YL-DS-2012 1 1 No.
13 0IY-LT-1801 A307-IY-YL-DS-2013 1 1 No.
14 0IY-LT-1802 A307-IY-YL-DS-2014 1 1 No.
15 0IY-LT-1803 A307-IY-YL-DS-2015 1 1 No.
16 0IY-LT-1804 A307-IY-YL-DS-2016 1 1 No.
17 0IY-LT-1901 A307-IY-YL-DS-2017 1 1 No.
18 0IY-LT-1902 A307-IY-YL-DS-2018 1 1 No.
19 0IY-LT-1903 A307-IY-YL-DS-2019 1 1 No.
20 0IY-LT-1904 A307-IY-YL-DS-2020 1 1 No.
21 0IY-LT-2001 A307-IY-YL-DS-2021 2 1 No.
22 0IY-LT-2002 A307-IY-YL-DS-2022 2 1 No.
23 0IY-LT-2003 A307-IY-YL-DS-2023 2 1 No.
24 0IY-LT-2004 A307-IY-YL-DS-2024 2 1 No.
25 0IY-LT-2301 A307-IY-YL-DS-2025 1 1 No.
26 0IY-LT-2302 A307-IY-YL-DS-2026 1 1 No.
27 0IY-LT-2401 A307-IY-YL-DS-2027 1 1 No.
28 0IY-LT-2402 A307-IY-YL-DS-2028 1 1 No.
29 0IY-LT-2501 A307-IY-YL-DS-2029 1 1 No.
30 0IY-LT-2502 A307-IY-YL-DS-2030 1 1 No.
31 0IY-LT-2601 A307-IY-YL-DS-2031 1 1 No.
32 0IY-LT-2701 A307-IY-YL-DS-2032 1 1 No.
33 0IY-LT-2702 A307-IY-YL-DS-2033 1 1 No.
34 0IY-LT-5001 A307-IY-YL-DS-2034 2 1 No.
35 0IY-LT-5002 A307-IY-YL-DS-2035 2 1 No.
35 0IY-LT-4001 A307-IY-YL-DS-2036 2 1 No.
36 0IY-LT-4002 A307-IY-YL-DS-2037 2 1 No.
37 0IY-LT-4003 A307-IY-YL-DS-2038 2 1 No.
38 0IY-LT-4004 A307-IY-YL-DS-2039 2 1 No.
39 YT-12LT1R A307-IY-YL-DS-2040 0 1 No.
40 YT-15LT1R A307-IY-YL-DS-2041 0 1 No.
41 YT-16LT1R A307-IY-YL-DS-2042 0 1 No.
42 YT-17LT1R A307-IY-YL-DS-2043 0 1 No.
43 YT-18LT1R A307-IY-YL-DS-2044 0 1 No.
44 YT-22LT1R A307-IY-YL-DS-2045 0 1 No.
45 LT-70LT1R A307-IY-YL-DS-2046 0 1 No.
46 0IY-LT-2201 A307-IY-YL-DS-2047 1 1 No.
47 YT-350LT1R A307-IY-YL-DS-2048 0 1 No.

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


Page 225 of 440
Document No.
DATASHEET INDEX WITH A307-0IY-YN-ID-2820
GROUPING DETAILS Rev 2
Page 2 of 2

GROUP-B: SERVO LEVEL GAUGE

S.NO TAG NO DATASHEET NO REVISION QUANITY


1 0IY-LT-1303 A307-IY-YL-DS-2061 1 1 No.
2 0IY-LT-1304 A307-IY-YL-DS-2062 1 1 No.
3 0IY-LT-1402 A307-IY-YL-DS-2063 2 1 No.
4 0IY-LT-1502 A307-IY-YL-DS-2064 1 1 No.
5 0IY-LT-2303 A307-IY-YL-DS-2065 1 1 No.
6 0IY-LT-2304 A307-IY-YL-DS-2066 1 1 No.
7 0IY-LT-2403 A307-IY-YL-DS-2067 1 1 No.
8 0IY-LT-2404 A307-IY-YL-DS-2068 1 1 No.
9 0IY-LT-2503 A307-IY-YL-DS-2069 1 1 No.
10 0IY-LT-2504 A307-IY-YL-DS-2070 1 1 No.
11 0IY-LT-2602 A307-IY-YL-DS-2071 1 1 No.
12 0IY-LT-2703 A307-IY-YL-DS-2072 1 1 No.
13 0IY-LT-2704 A307-IY-YL-DS-2073 1 1 No.
14 0IY-LT-4005 A307-IY-YL-DS-2074 2 1 No.
15 0IY-LT-4006 A307-IY-YL-DS-2075 2 1 No.
16 0IY-LT-4007 A307-IY-YL-DS-2076 2 1 No.
17 0IY-LT-4008 A307-IY-YL-DS-2077 2 1 No.
18 YT-12LT2S A307-IY-YL-DS-2078 0 1 No.
19 YT-15LT2S A307-IY-YL-DS-2079 0 1 No.
20 YT-16LT2S A307-IY-YL-DS-2080 0 1 No.
21 YT-17LT2S A307-IY-YL-DS-2081 0 1 No.
22 YT-18LT2S A307-IY-YL-DS-2082 0 1 No.
23 YT-22LT2S A307-IY-YL-DS-2083 0 1 No.
24 LT-70LT2S A307-IY-YL-DS-2084 0 1 No.
25 0IY-LT-2202 A307-IY-YL-DS-2085 1 1 No.
26 YT-350LT2S A307-IY-YL-DS-2086 0 1 No.

DATASHEET FOR ACCESSORIES

S.NO TAG NO DATASHEET NO REVISION QUANITITY


1 Tank Side Indicator A307-0IY-YI-DS-4301 1 As per Radar & Servo
gauge datasheets
2 Multi-point Avg. A307-0IY-YT-DS-4301 1 As per Radar gauge
Temperature Element Datasheets
3 Pressure Transmitter A307-0IY-YI-DS-1002 2 Refer datasheet & Radar
Datasheet level gauge datasheets
4 Pressure Transmitter A307-0IY-YI-DS-1003 0 Refer datasheet & Radar
Datasheet level gauge datasheets
5 Field Interface Unit A307-0IY-YI-DS-4302 0
(FIU)
6 Remote loop powered A307-0IY-YI-DS-3600 0 1 No. (Tag no 0IY-LI-
indicators 1501B).

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


Page 226 of 440
Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1301
General 2 Tank / Equipment No. Crude Storage Tank YT-25
3 Service Crude Oil
4 Type Floating Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 (Note-11) 79000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring g
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note-5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required (2 no.) (Note-12)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Crude
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.8648-0.884
55 Operating Viscosity cP 15.91-55.3
56 Corrosive Constituents Sulphur (2.83 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). Stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1306 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-400mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3201 enclosed with the MR.
12. Relay contact output for high-high & low-low alarm shall be provided. Contact outputs shall be SIL-2 certified.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2001 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 227 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1302
General 2 Tank / Equipment No. Crude Storage Tank YT-26
3 Service Crude Oil
4 Type Floating Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 (Note-11) 79000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring g
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required (2 no.) (Note-12)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Crude
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.8648-0.884
55 Operating Viscosity cP 15.91-55.3
56 Corrosive Constituents Sulphur (2.83 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1306 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-400mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3201 enclosed with the MR.
12. Relay contact output for high-high & low-low alarm shall be provided. Contact outputs shall be SIL-2 certified.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2014 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2002 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 228 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1401
General 2 Tank / Equipment No. Surge Relief Storage Tank YT-28
3 Service Crude Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 11000 (Note-11) 12000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Crude
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid+ 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.8648-0.884
55 Operating Viscosity cP 15.91-55.3
56 Corrosive Constituents Sulphur (2.83 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level measuring facility.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1403 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3210 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.2014 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2003 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 229 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1501
General 2 Tank / Equipment No. Crude water drain tank YT-29
3 Service Crude +water
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 18300 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Water
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid +25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.864-1
55 Operating Viscosity cP 3.28-5.35
56 Corrosive Constituents Sulphur (2.83 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level measuring facility.
4. Radar LT shall provide level, temperature and alarm signal on serial link. Additional 4-20mA analog output shall be provided
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). Stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1504 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement for full range.
10. Vacuum design pressure of the tank is 50mmWC. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3202 enclosed with the MR.
11. 4-20mA analog output shall be connected to loop powered indicator 0IY-LI-1501B mounted near pumps YP-1P/Q.
FILE- MR: A307-0IY-YL-MR-2820 25.04.2014 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2004 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 230 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1601 (Primary Tag for Tank level measurement)
General 2 Tank / Equipment No. DCU Feed Tank YT-341
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1603 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2005 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 231 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1602 (Primary tag for Tank level measurement)
General 2 Tank / Equipment No. DCU Feed Tank YT-342
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor. This tag no. is Secondry level instrument
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1604 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2006 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 232 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1603 (Secondary Tag for Tank Level Mesure.)
General 2 Tank / Equipment No. DCU Feed Tank YT-341
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required (2 no.) (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2007 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 233 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1604 (Secondar Tag for Tank level measure.)
General 2 Tank / Equipment No. DCU Feed Tank YT-342
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2008 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 234 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1701 (Primary Tag for Tank level mesurement)
General 2 Tank / Equipment No. DCU Feed Tank YT-343
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1701 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002.
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2009 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 235 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1702 (Primary Tag for Tank Level Mesurement)
General 2 Tank / Equipment No. DCU Feed Tank YT-344
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1702 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2010 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 236 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1703 (Secondary Tag for Tank Level measure.)
General 2 Tank / Equipment No. DCU Feed Tank YT-343
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2011 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 237 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1704 (Secondary Tag for Tank Level measure.)
General 2 Tank / Equipment No. DCU Feed Tank YT-344
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 32100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin Required
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.972-0.991
55 Operating Viscosity cP 224-300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2012 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 238 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1801 (Primary Tag for Tank Level measurement)
General 2 Tank / Equipment No. VGO Storage Tank YT-44
3 Service Vacuum Gas Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 33100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin Required
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.897-0.914
55 Operating Viscosity cP 10.83-22
56 Corrosive Constituents Sulphur (3.12 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1803 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2013 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 239 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1802 (Primary Tag for Tank Level Measurement)
General 2 Tank / Equipment No. VGO Storage Tank YT-45
3 Service Vacuum Gas Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 33100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin Required
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.897-0.914
55 Operating Viscosity cP 10.83-22
56 Corrosive Constituents Sulphur (3.12 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1804 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2014 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 240 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1803 (Secondary Tag for Tank level measure.)
General 2 Tank / Equipment No. VGO Storage Tanks YT-44
3 Service Vacuum Gas Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 33100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.897-0.914
55 Operating Viscosity cP 10.83-22
56 Corrosive Constituents Sulphur (3.12 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2015 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 241 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1804
General 2 Tank / Equipment No. VGO Storage Tanks YT-45
3 Service Vacuum Gas Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 33100 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.897-0.914
55 Operating Viscosity cP 10.83-22
56 Corrosive Constituents Sulphur (3.12 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2016 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 242 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1901 (Primary Tag for Tank level measurement)
General 2 Tank / Equipment No. HCGO Storage Tank YT-46
3 Service HCGO
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 20000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Heavy Coker Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.908-0.920
55 Operating Viscosity cP 11.3-14
56 Corrosive Constituents Sulphur (4.71 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1905 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1003
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2017 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 243 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1902 (Secondary tag for Tank level measure.)
General 2 Tank / Equipment No. HCGO Storage Tank YT-46
3 Service HCGO
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 20000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required , 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Heavy Coker Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.908-0.920
55 Operating Viscosity cP 11.3-14
56 Corrosive Constituents Sulphur (4.71 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2018 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 244 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1903 (Primary Tag for Tank level measure.)
General 2 Tank / Equipment No. HCGO Storage Tank YT-47
3 Service HCGO
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 20000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Heavy Coker Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.908-0.920
55 Operating Viscosity cP 11.3-14
56 Corrosive Constituents Sulphur (4.71 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-1906 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1003
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2019 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 245 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-1904 (Secondary Tag for Tank level measure.)
General 2 Tank / Equipment No. HCGO Storage Tank YT-47
3 Service HCGO
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 20000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Heavy Coker Gas Oil
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.908-0.920
55 Operating Viscosity cP 11.3-14
56 Corrosive Constituents Sulphur (4.71 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2020 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 246 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2001 (Primary tag for Tank level measurement)
General 2 Tank / Equipment No. FCC-PC Feed Storage Tanks YT-32
3 Service FCC Feed
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 34000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid FCC Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.8573-0.88
55 Operating Viscosity cP 8.3-13.5
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link. Additional 4-20mA analog output shall be provided
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2003 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2021 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 247 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2002 (Primary Tag for tank level measurement)
General 2 Tank / Equipment No. FCC-PC Feed Storage Tanks YT-33
3 Service FCC Feed
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 34000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid FCC Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.8573-0.88
55 Operating Viscosity cP 8.3-13.5
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level,density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link. Additional 4-20mA analog output shall be provided
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2004 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2022 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 248 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2003 (Secondary Tag for tank level measure.)
General 2 Tank / Equipment No. FCC-PC Feed Storage Tanks YT-32
3 Service FCC Feed
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 34000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid FCC Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.8573-0.88
55 Operating Viscosity cP 8.3-13.5
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link. Additional 4-20mA analog output shall be provided.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2023 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 249 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2004 (Secondary Tag for tank level measure.)
General 2 Tank / Equipment No. FCC-PC Feed Storage Tanks YT-33
3 Service FCC Feed
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 34000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required, 2 no. (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid FCC Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 80 100
Service
54 Operation S.G. 0.8573-0.88
55 Operating Viscosity cP 8.3-13.5
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link. Additional 4-20mA analog output shall be provided
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2024 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 250 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2301
General 2 Tank / Equipment No. DHDT Feed Tank YT-111
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Coker (Naphtha+ Diesel)
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.695-0.842
55 Operating Viscosity cP 0.3-1.9
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2303 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2025 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 251 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2302
General 2 Tank / Equipment No. DHDT Feed Tank YT-112
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Coker (Naphtha+ Diesel)
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.695-0.842
55 Operating Viscosity cP 0.3-1.9
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2304 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2026 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 252 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2401
General 2 Tank / Equipment No. DHDT Feed Tank YT-113
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Coker (Naphtha+ Diesel)
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.695-0.842
55 Operating Viscosity cP 0.3-1.9
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2401 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2027 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 253 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2402
General 2 Tank / Equipment No. DHDT Feed Tank YT-114
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Coker (Naphtha+ Diesel)
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.695-0.842
55 Operating Viscosity cP 0.3-1.9
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2402 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2028 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 254 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2501
General 2 Tank / Equipment No. NHT Feed Storage Tanks YT-107
3 Service NHT Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-11) 13800 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid NHT Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2gFull of Liquid +1 Kg/cm2(g)(Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.61-0.75
55 Operating Viscosity cP 0.33-0.67
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2503 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3207 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2029 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 255 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2502
General 2 Tank / Equipment No. NHT Feed Storage Tanks YT-108
3 Service NHT Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-11) 13800 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid NHT Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2gFull of Liquid +1 Kg/cm2(g)(Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.61-0.75
55 Operating Viscosity cP 0.33-0.67
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2504 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3207 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2030 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 256 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2601
General 2 Tank / Equipment No. ISOM Feed Tank YT-291
3 Service ISOM Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 11000 (Note-11) 12000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid ISOM Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2gFull of Liquid +1 Kg/cm2(g)(Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.635
55 Operating Viscosity cP 0.36
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe..
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2603 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interface level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3208 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2031 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 257 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2701
General 2 Tank / Equipment No. Isomerate Storage Tank YT-115
3 Service Isomerate
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-11) 15500 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Isomerate
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2gFull of Liquid +1 Kg/cm2(g)(Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.61-0.75
55 Operating Viscosity cP 0.36
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2703 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interface level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3209 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2032 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 258 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-2702
General 2 Tank / Equipment No. Isomerate Storage Tank YT-116
3 Service Isomerate
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-11) 15500 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Isomerate
52 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2gFull of Liquid +1 Kg/cm2(g)(Note-10)
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.61-0.75
55 Operating Viscosity cP 0.36
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2704 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interface level measurement facility with range 0-250mm.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3209 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2033 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 259 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-5001 (Primary Tag for Tank level measure.)
General 2 Tank / Equipment No. VR Storage Tank YT-340
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12192 (Note-11) 36576 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required (Note-8)
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.989
55 Operating Viscosity cP 300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature, density and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-5001 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3016 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2034 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 260 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-5002 (Secondary Tag for tank level measure.)
General 2 Tank / Equipment No. VR Storage Tank YT-340
3 Service Vacuum Residue
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12192 (Note-11) 36576 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Not Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type
33 Element type I No. of elements
Temperature element 34 connection size and rating
35 Element Anchoring
36 Sheath material
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note- 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts Required (2 no.) (Note-3)
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Vacuum Residue
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25mmWC (Note-10)
53 Temp. °C Oper. ¦ Max. DegC 160 180
Service
54 Operation S.G. 0.989
55 Operating Viscosity cP 300
56 Corrosive Constituents Sulphur (5.37 % WT)
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Radar LT shall provide level and alarm signal on serial link.
5. Deleted

6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3016 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2035 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 261 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-4001
General 2 Tank / Equipment No. ATF Storage Tank YT-440
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid ATF Liquid
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.77-0.811
55 Operating Viscosity cP 0.84
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3251 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2036 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 262 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-4002
General 2 Tank / Equipment No. ATF Storage Tank YT-450
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-11) 22000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid ATF Liquid
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.77-0.811
55 Operating Viscosity cP 0.84
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3251 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2037 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 263 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-4003
General 2 Tank / Equipment No. ATF Storage Tank YT-383
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15500 (Note-11) 36000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid ATF Liquid
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.77-0.811
55 Operating Viscosity cP 0.84
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3252 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2038 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 264 of 440


Tank Level Indicators (Radar Type)
1 Tag No. IY-LT-4004
General 2 Tank / Equipment No. ATF Storage Tank YT-384
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15500 (Note-11) 36000 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Not Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type
Water cut probe 38 Dedicated I with Temp probe
39 Level
40 calibration pin
41 Still Well Required (Note-5 & 6)
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid ATF Liquid
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
53 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
54 Operation S.G. 0.77-0.811
55 Operating Viscosity cP 0.84
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3252 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2039 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 265 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-12LT1R
General 2 Tank / Equipment No. YT-12
3 Service HSD-IV
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14970 66750
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid HSD-IV
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC Amb
Service
54 Operation S.G. 0.82-0.845
55 Operating Viscosity cP 2.0-7.0
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2040 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 266 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-15LT1R
General 2 Tank / Equipment No. YT-15
3 Service HSD-IV
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14970 66750
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid HSD-IV
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC amb
Service
54 Operation S.G. 0.820-0.845
55 Operating Viscosity cP 2.0-7.0
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2041 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 267 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-16LT1R
General 2 Tank / Equipment No. YT-16
3 Service Naphtha
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14380 66750
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Naphtha
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC amb
Service
54 Operation S.G. 0.6726
55 Operating Viscosity cP 0.3
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2042 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 268 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-17LT1R
General 2 Tank / Equipment No. YT-17
3 Service Naphtha
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15110 79000
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Naphtha
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC Amb
Service
54 Operation S.G. 0.6726
55 Operating Viscosity cP 0.3
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2043 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 269 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-18LT1R
General 2 Tank / Equipment No. YT-18
3 Service Naphtha
4 Type Floating roof tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14380 79000
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter
50 -Power cable between gauge head & indicator Required
51 Fluid Naphtha
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC Amb
Service
54 Operation S.G. 0.6726
55 Operating Viscosity cP 0.3
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2044 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 270 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-22LT1R
General 2 Tank / Equipment No. YT-22
3 Service Crude
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 79000
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Crude
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid
53 Temp. °C Oper. ¦ Max. DegC Amb 65
Service
54 Operation S.G. 0.8648-0.884
55 Operating Viscosity cP 18.4-64
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2045 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 271 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-70LT1R
General 2 Tank / Equipment No. YT-70
3 Service Gasoline-IV
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12450 30480
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid Gasoline-IV
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC Amb
Service
54 Operation S.G. 0.72-0.775
55 Operating Viscosity cP 0.5-1.0
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2046 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 272 of 440


Tank Level Indicators (Radar Type)
1 Tag No. 0IY-LT-2201
General 2 Tank / Equipment No. YT-150
3 Service KERO/LGO/HGO/VAC DIESEL
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12730 (Note-11) 42670 (Note-11)
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 300# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 3" 300# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid DHDT Feed
52 Pressure Oper. ¦ Max. Kg/cm2(g) atm Full of Liquid
53 Temp. °C Oper. ¦ Max. DegC Amb 65
Service
54 Operation S.G. 0.831
55 Operating Viscosity cP 1.6
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, density, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, density, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (3" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Pressure Transmitter PT-2204 to be supplied by the vendor. For specification refer Datasheet A307-IY-YI-DS-1002
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-3015 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.2014 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2047 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 273 of 440


Tank Level Indicators (Radar Type)
1 Tag No. YT-350LT1R
General 2 Tank / Equipment No. YT-350
3 Service HSD-V
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14120 36580
Haz. Location 6 Electrical Area classification IEC Zone-1 Gas Gr. IIA/IIB, Temp class T3
7 Type Antenna Type
8 Function-Indicating/Transmit. Indicating & Transmitting
9 Gauge Head Location Top of Tank
10 Range mm Full Height of Tank
11 Accuracy mm ±1mm over the entire measuring range
12 Electrical Cable Entry *
Gauge
13 Power Supply 110VAC, 50 Hz UPS power supply
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Vendor Standard
16 Gauge Head Connections & Ratings 8" 150# RF 125AARH
17 Gauge Head Material Manufacturer's Std
18 Body material SS 316
19 Type Digital LCD Display
20 Location Grade Level
Local
21 Graduations mm
22 Enclosure | Cable Entry Note-1 *
23 Output Note-4
24 Enclosure Class Note-1
25 Intrinsically Safe
26 Power Supply From Gauge
Transmitter 27 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
28 - Interface Devices
29 Temperature element Required
30 Pressure Transmitter Not Required
31 Water cut probe Required
32 Type Multi Point Average Temperature Element
33 Element type I No. of elements RTD PT-100
Temperature element 34 connection size and rating 2" 150# RF 125AARH
35 Element Anchoring
36 Sheath material Flexible SS 316, Head- CS
37 Type Capacitance Type
Water cut probe 38 Dedicated I with Temp probe Yes
39 Level
40 calibration pin
41 Still Well Note 5 & 6
42 Power switch Required
43 Mounting Brackets Required
44 Built in alarm contacts
Options 45 Inter connecting cable between
46 - Tank side indicator & Gauge Head Required
47 - Gauge Head & Multi point Avg Temp element Required
48 -Tank Gauge & water cut probe Required
49 -cable between gauge & Pressure transmitter Required
50 -Power cable between gauge head & indicator Required
51 Fluid HSD-V
52 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
53 Temp. °C Oper. ¦ Max. DegC Amb
Service
54 Operation S.G. 0.82-0.845
55 Operating Viscosity cP 2.0-7.0
56 Corrosive Constituents
57 Statutory
Certification
58 Others
59 Manufacture
Others
60 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Radar level transmitter shall have Level, Interface level, liquid temperature & vapour temperature measuring facility.
4. Radar LT shall provide level, interface level, temperature and alarm signal on serial link.
5. Multi point Temperature sensor with thermowell shall be provided .(For details refer DS No. A307-IY-YT-DS-4301). stillwell (2" size) to be
provided by the purchaser for multipoint temperature element/water cut probe.
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Radar LT shall have water interphase level measurement facility
10. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2048 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 274 of 440


Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-1303
General 2 Tank / Equipment No. Crude Storage Tank YT-25
3 Service Crude Oil
4 Type Floating Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 (Note-10) 79000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Crude Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.8648-0.884
59 Operating Viscosity cP 15.91-55.3
60 Corrosive Constituents Sulphur (2.83 % WT)
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3201 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2061 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 275 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-1304
General 2 Tank / Equipment No. Crude Storage Tank YT-26
3 Service Crude Oil
4 Type Floating Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 (Note-10) 79000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Crude Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.8648-0.884
59 Operating Viscosity cP 15.91-55.3
60 Corrosive Constituents Sulphur (2.83 % WT)
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3201 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2062 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 276 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-1402
General 2 Tank / Equipment No. Surge Relief Storage Tank YT-28
3 Service Crude Oil
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 11000 (Note-10) 12000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Crude Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid+ 25mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.8648-0.884
59 Operating Viscosity cP 15.91-55.3
60 Corrosive Constituents Sulphur (2.83 % WT)
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3210 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2063 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 277 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-1502
General 2 Tank / Equipment No. Crude water drain tank YT-29
3 Service Crude +water
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-10) 18300 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Water Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid +25mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.864-1
59 Operating Viscosity cP 3.28-5.35
60 Corrosive Constituents Sulphur (2.83 % WT)
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3202 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2064 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 278 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2303
General 2 Tank / Equipment No. DHDT Feed Tank YT-111
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Coker (Naphtha+ Diesel) Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.695-0.842
59 Operating Viscosity cP 0.3-1.9
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2065 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 279 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2304
General 2 Tank / Equipment No. DHDT Feed Tank YT-112
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Coker (Naphtha+ Diesel) Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.695-0.842
59 Operating Viscosity cP 0.3-1.9
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2066 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 280 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2403
General 2 Tank / Equipment No. DHDT Feed Tank YT-113
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Coker (Naphtha+ Diesel) Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.695-0.842
59 Operating Viscosity cP 0.3-1.9
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2067 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 281 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2404
General 2 Tank / Equipment No. DHDT Feed Tank YT-114
3 Service Coker Naphtha + Coker Diesel
4 Type Cone Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Coker (Naphtha+ Diesel) Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+70mmWC Full of Liquid + 150mmWC (Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.695-0.842
59 Operating Viscosity cP 0.3-1.9
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3206 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2068 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 282 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2503
General 2 Tank / Equipment No. NHT Feed Storage Tanks YT-107
3 Service NHT Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-10) 13800 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State NHT Feed Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2g Full of Liquid +1 Kg/cm2(g)(Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.61-0.75
59 Operating Viscosity cP 0.33-0.67
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3207 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2069 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 283 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2504
General 2 Tank / Equipment No. NHT Feed Storage Tanks YT-108
3 Service NHT Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-10) 13800 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State NHT Feed Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2g Full of Liquid +1 Kg/cm2(g)(Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.61-0.75
59 Operating Viscosity cP 0.33-0.67
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3207 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2070 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 284 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2602
General 2 Tank / Equipment No. ISOM Feed Tank YT-291
3 Service ISOM Feed
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 11000 (Note-10) 12000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State ISOM Feed Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2g Full of Liquid +1 Kg/cm2(g)(Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.635
59 Operating Viscosity cP 0.36
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3208 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2071 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 285 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2703
General 2 Tank / Equipment No. Isomerate Storage Tank YT-115
3 Service Isomerate
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-10) 15500 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Isomerate Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2g Full of Liquid +1 Kg/cm2(g)(Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.61-0.75
59 Operating Viscosity cP 0.36
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3209 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2072 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 286 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-2704
General 2 Tank / Equipment No. Isomerate Storage Tank YT-116
3 Service Isomerate
4 Type Dome Roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12000 (Note-10) 15500 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Required (Note-5)
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Isomerate Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Full Liq+0.5Kg/cm2g Full of Liquid +1 Kg/cm2(g)(Note-9)
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.61-0.75
59 Operating Viscosity cP 0.36
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH. Isolation ball valve size shall be 12" 300# & with MOC of SS 316 body & trim.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3209 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2073 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 287 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-4005
General 2 Tank / Equipment No. ATF Storage Tank YT-440
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level & ± 0.005gm/cc for density
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State ATF Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.77-0.811
59 Operating Viscosity cP 0.84
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall have level & density measuring facility. Servo LT shall provide level, density and alarm indications on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3251 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2074 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 288 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-4006
General 2 Tank / Equipment No. ATF Storage Tank YT-441
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 17000 (Note-10) 22000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level & ± 0.005gm/cc for density
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State ATF Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.77-0.811
59 Operating Viscosity cP 0.84
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall have level & density measuring facility. Servo LT shall provide level, density and alarm indications on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
10. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3251 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2075 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 289 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-4007
General 2 Tank / Equipment No. ATF Storage Tank YT-383
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15500 (Note-10) 36000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level & ± 0.005gm/cc for density
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State ATF Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.77-0.811
59 Operating Viscosity cP 0.84
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall have level & density measuring facility. Servo LT shall provide level, density and alarm indications on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3252 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2076 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 290 of 440
Tank Level Indicators (Servo Type)
1 Tag No. IY-LT-4008
General 2 Tank / Equipment No. ATF Storage Tank YT-384
3 Service ATF
4 Type Internal Floating roof
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15500 (Note-10) 36000 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (indicator at Grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level & ± 0.005gm/cc for density
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State ATF Liquid
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid + 25 mmWC
57 Temp. °C Oper. ¦ Max. DegC Ambient 65
Service
58 Operation S.G. 0.77-0.811
59 Operating Viscosity cP 0.84
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall have level & density measuring facility. Servo LT shall provide level, density and alarm indications on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Vacuum design pressure of the tank is 50mmWC.
11. For tank details, Please refer Drawing A307-0IY-16-46-DS-3252 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2077 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 291 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-12LT2S
General 2 Tank / Equipment No. YT-12
3 Service HSD-IV
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14970 66750
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State HSD-IV
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.82-0.845
59 Operating Viscosity cP 2.0-7.0
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2078 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 292 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-15LT2S
General 2 Tank / Equipment No. YT-15
3 Service HSD-IV
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14970 66750
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin Required
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State HSD-IV
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC amb
Service
58 Operation S.G. 0.820-0.845
59 Operating Viscosity cP 2.0-7.0
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2079 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 293 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-16LT1R
General 2 Tank / Equipment No. YT-16
3 Service Naphtha
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14380 66750
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Naphtha
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC amb
Service
58 Operation S.G. 0.6726
59 Operating Viscosity cP 0.3
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2080 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 294 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-17LT2S
General 2 Tank / Equipment No. YT-17
3 Service Naphtha
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 15110 79000
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Naphtha
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.6726
59 Operating Viscosity cP 0.3
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2081 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 295 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-18LT2S
General 2 Tank / Equipment No. YT-18
3 Service Naphtha
4 Type Floating roof tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14380 79000
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Naphtha
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.6726
59 Operating Viscosity cP 0.3
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2082 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 296 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-22LT2S
General 2 Tank / Equipment No. YT-22
3 Service Crude
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14200 79000
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Crude
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm Full of Liquid
57 Temp. °C Oper. ¦ Max. DegC Amb 65
Service
58 Operation S.G. 0.8648-0.884
59 Operating Viscosity cP 18.4-64
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2083 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 297 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-70LT2S
General 2 Tank / Equipment No. YT-70
3 Service Gasoline-IV
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12450 30480
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State Gasoline-IV
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.72-0.775
59 Operating Viscosity cP 0.5-1.0
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2084 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 298 of 440
Tank Level Indicators (Servo Type)
1 Tag No. 0IY-LT-2202
General 2 Tank / Equipment No. YT-150
3 Service KERO/LGO/HGO/VAC DIESEL
4 Type Floating Roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 12730 (Note-10) 42670 (Note-10)
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 300# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State DHDT Feed
56 Pressure Oper. ¦ Max. Kg/cm2(g) atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.831
59 Operating Viscosity cP 1.6
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 12" 300# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 12" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (12" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
11. For tank details, Please refer Drawing A307-0IY-16-46-3015 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2085 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 299 of 440
Tank Level Indicators (Servo Type)
1 Tag No. YT-350LT2S
General 2 Tank / Equipment No. YT-350
3 Service HSD-V
4 Type Floating roof Tank
Tank / Equipment
5 Height ¦ Internal Dia. Mm. mm 14120 36580
Haz. Location 6 Electrical Area classification IEC Zone 1, Gr. IIA / IIB Temp Class T3
7 Type Servo Operated
8 Function-Indicating/Transmit. Indicating & Transmitting (Indicator at grade level)
9 Gauge Head Location Top of Tank
10 Range mm Full Height of tank
11 Accuracy mm Better than ± 0.1mm for Level
12 Electrical Cable Entry *
13 Power Supply 110VAC, 50Hz UPS Power supply
Gauge
14 Enclosure Note-1
15 Refer Assembly Drwg. No. Manufacture's Std
16 Gauge Head Connections & Ratings Flanged 150# RF 125 AARH with size as per Man. std
17 Gauge Head Material ¦ Wetted Part Material Cast Aluminium SS 316
18 Float/ Displacer Material SS 316
19 Tape/Wire Material ¦ Guide Wire Material SS 316 SS 316
20 Body material SS 316
21 Type Digital LCD Display
22 Location Grade Level
Local
23 Graduations mm
24 Enclosure | Cable Entry Note-1 *
25 Output Note-4
26 Enclosure Class Note-1
27 Intrinsically Safe
28 Power Supply From Gauge
Transmitter 29 Cable Entry signal | Cable Entry Power 1/2" NPT(F) 3/4" NPT(F)
30 - Interface Devices
31 Temperature element Not Required
32 Pressure Transmitter Not Required
33 Water cut probe Not Required
34 Type
35 yp I No. of elements
Element type
Temperature element 36 connection size and rating
37 Element Anchoring
38 Sheath material
39 Type
Water cut probe 40 Dedicated I with Temp probe
41 Level
42 Interface Unit
43 Calibration Chamber Required (Note-6)
44 Calibration pin
45 Still Well Note-7
46 Power switch Required
47 Mounting Brackets I Isolation Ball valve Required Not Required
Options 48 Built in alarm contacts I Operation Checker Required, 2 no. (Note-3) Required
49 Liquid Seal I Expansion Joint
50 Inter connecting cable between
51 - Tank side indicator & Gauge Head Required
52 - Gauge Head & Temp element
53 -Tank Gauge & water cut probe
54 -Power cable between gauge head & indicator Required
55 Fluid ¦ State HSD-V
56 Pressure Oper. ¦ Max. Kg/cm2(g) Atm
57 Temp. °C Oper. ¦ Max. DegC Amb
Service
58 Operation S.G. 0.82-0.845
59 Operating Viscosity cP 2.0-7.0
60 Corrosive Constituents
61 Statutory
Certification
62 Others
63 Manufacture
Others
64 Model no
Notes:- * By vendor.
1. Weatherproof and Ex.proof proof to NEMA-4 & 7 respectively.Statutory body approval certificates inclusive of PESO/CCOE shall be provided.
2. Local Digital indicator shall be provided at tank bottom at grade level. For specification refer A307-0IY-YI-DS-4301.
3. Relay contact output for high & low alarm shall be provided. Contact outputs shall be SIL-2 certified.
4. Servo LT shall provide level and alarm signal on serial link.
5. Tank Nozzle size for servo LT shall be 8" 150# 125AARH.
6. Calibration chamber pipe / flange material shall be SS 316. Chamber shall be 8" fl at tank side and suitable size for matching with Servo LT at LT side.
7. Stillwell for Servo LT (8" Size) shall be provided by the purchaser.
8. Tank side indicator & power supply isolation switch shall be provided.
9. Deleted
10. For tank details, Please refer Drawing A307-0IY-16-51-0827 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 18.09.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PLANT: OFFSITES (0IY) DATA SHEET NO REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2086 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrow
Page 300 of 440
TANK SIDE INDICATORS
1 Tag Nos. Refer Note-2
2 Function Indicate
3 Mounting
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

4 (a) Location Local at Grade (Tank Side)


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

5 (b) Type Yoke


6 Area Classification IEC Zone 1 Gr. IIA/IIB, T3
7 Enclosure IP65 & E Ex d/ Intrinsically safe
8 Enclosure Material Epoxy Painted Cast Aluminium
9 Display LCD
10 Display Unit mm for Level & DegC for Avg. Temperature
11 Power Supply 110VAC ± 10%, 50 Hz±3% UPS
12 Cable entry
13 Signal | Power * | *
Outside Signals for communicating
with the vendor supplied FIU for Digital Pulse output for Level, Averaging Temperature,
14
TFMS from Radar/ Servo Level gauge Density, Interface and other parameters as required
head/ Tank Side indicator
15 Diagnostic Display Required
Terminals for Incoming and outgoing
16 Required
cables
Interconnecting cables between Radar/
17 Servo Gauge and tank side indicator Required
located at bottom of the tank
Interconnecting power cable between
18 power switch and tank side Required
indicator/Radar or servo gauge
Interconnecting cables between Tank
19 side indicator/Radar/servo gauge head Required
and control room
One number against each Radar gauge & Servo gauge as
20 Quantity
per the requirement specified in the respective datasheet

Notes:

1. The instrument shall be weatherproof to IP65 as per IEC 60529 and flame proof (EEx d) as per IEC
6079 & intrinsically safe for the specified hazardous area classification.
2. The Tag no. shall be 0IY-LI-XXXX. Where XXXX- is the tag no. of radar & servo level gauge.
3. Vendor to note that one no. feeder of 110VAC, 50 Hz UPS power supply for each tank farm area shall
be provided at TFMC/ACTP control room for radar & servo level gauges separately. Respective vendor
to take the power upto power JB and further distribute to power switch of each gauge including supply
of power cable by vendor. Vendor to refer Drawing A307-0IY-16-51-0827 enclosed with the MR for
PJB location & cable routing.
4. The following cables/cable glands shall be in vendor’s scope and cable entry sizes/quantity shall be
decided by the vendor.
a. For interconnecting vendor’s supplied signal cable between Tank side indicator and radar or servo
level gauge head, Temperature element/water cut probe (as applicable) and between tank side
indicator/ radar or servo level gauge and FIUs in control room.
b. For interconnecting vendor supplied power cables between tank side indicator and radar or servo
level gauge head, power cable between tank side indicator and power switch, power switch to
power JB, Power JB to feeder at control room.

1 18/09/13 ISSUED WITH BIDS AK DP PS


REV. DATE REVISIONS BY CHECKED APPROVED

SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-4301 1
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 301 of 440
MULTI ELEMENT AVERAGING TEMPERATURE SENSOR
1 Type Multi element Averaging type
RTD-3 wire PT-100 (common Return/
2 Element Type
thermocouple as per vendor std
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

3 Resistance at 0 degC 100 Ω


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

4 Number of Elements As per Tank Height (Note-1)


5 Calibration As per IEC 6751/60584
Element
6 Sheath material SS 316
7 Flange material SS 316
8 Process Connection
9 Size 3” (Note-2)
10 Rating | Finish 300# (Note-2) | RF 125 AARH
11 Insulation MgO
12 Head Cover Type -
13 Head material Cast Aluminium
Head 14 Cable entry *
15 No. Of entries *
16 Enclosure IP65/ NEMA-4
17 Still Well Provided By Purchaser (Note-6)
18 Intrinsically Safe Yes (Note-3)
Others
Area Classification (External to the
19 IEC Zone 1 Gr. IIA/IIB with Temp class T3
tanks)

Notes:

1. Multi Element Averaging Temperature Sensor shall cover the entire tank range. Number of elements
shall be as per clause 2.7 of ‘Standard specification for tank level instruments’ (6-52-0014). Vendor
shall indicate the no. of elements considered for each tag number. Data acquisition unit required for the
same shall be supplied by vendor.
2. Process connection size for multi-element Averaging temperature sensor shall be 3”( both with and
without water cut probe) for all new tanks and tanks under modification by EIL (including YT-150).
The process connection size 2” shall be provided for 8 nos of tanks (YT-12,15,16,17,18,22,70,350) for
which 2” still well is already installed in the tanks. This may have water cut probe also. Vendor to
provide suitable model to match with 2” size.
3. Measuring circuit along with sensor shall be intrinsically safe for the specified area classification. The
Intrinsic safe barriers for RTDs shall be provided by vendor in the respective gauge head / Tank side
indicator.
4. The interconnecting cables & cable glands between multi element averaging temperature sensor and
Radar gauge head shall be supplied by vendor.
5. The temperature sensors shall be provided with integral Water Level Sensor wherever specified in the
data sheets.
6. Stillwell size shall be 3” for all multi-element Averaging Temp sensors with/without water probe.
Wherever 2” nozzle size provided for multi point avg temperature element, then Stillwell size shall also
be 2” only.
7. For the requirement of Multi-element Averaging temperature element, refer each Radar level gauge
datasheet. The Tag no. shall be 0IY-TE-XXXX (XXXX- is the tag no. of radar level gauge).

1 25/04/14 ISSUED WITH BIDS AK DP PS


REV. DATE REVISIONS BY CHECKED APPROVED

SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YT-DS-4301 1
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 302 of 440
1 Tag Number SEE LIST
2 Service SEE LIST
3 Type P&ID No. Electronic- Smart (HART) A166-04-41-0IY-1116 REV-2
4 Function Power Supply Indicating & Transmitting 24VDC 2 WIRE
5 Mounting Case Yoke
GENERAL 6 Area Classification IEC ZONE-1 Gr. IIA/IIB, TEMP CLASS T3
7 Enclosure Intrinsic Safety Weatherproof to IP 65
8 Accuracy Cable Entry 0.25% of Span 1/2" NPTF
9 Output Type Driving Voltage
10 Protocol
11 Fluid SEE LIST
PROCESS 12 Pressure Oper. Des. UOM SEE LIST SEE LIST SEE LIST
CONDITIONS 13 Temp. Oper. Des UOM SEE LIST SEE LIST °C
14 Oper. Spec. Gravity Oper. Viscosity cP
15 Inst.Range Min. Max. UOM SEE LIST kgf/cm² SEE LISTSEE LIST SEE LISTbar
16 Cal.Range Min. Max. UOM 0 bar 0 kgf/cm²
17 Elevation Suppresion
18 Element Type Diaphragm
19 Body Material SS 316
MEASURING 20 Element Material SS 316
UNIT 21 Body Rating
22 Over Range Protection As per Flange rating
23 Process Connection 1/2" NPTF
24 Connection Location Man. Std
25 Dia. Seal Type Required Capillary
26 Wetted Part Material SS 316
27 Other Material SS 316
28 Process Connection:
29 Size & Rating 2" 300#
30 Facing & Finish RF 125AARH
DIAPHRAGM 31 Capillary Material SS 304
SEAL 32 Capillary Length 3 m
33 Armour Type No
34 Armour Material
35 Flange Material SS 316
36 Gasket Material Sp. Wnd SS 316+ Grafil
37 Bolt Material Nut Material A193 Gr. B7 A194 Gr. 2H
38 Flushing/Filling Connection with Plug Refer Note-4
(a) Air Filter Regulator SEE LIST
(b) Output Meter (Instrinsically Safe)
(c) Manifold 2 valve
(d) Condensate Pots
OPTIONS (e) Adjustable Dampner
(f) Test Jack, Calibrating
(g) Mounting Accessories
CCOE Approval Required
CERTIFICATION Stautory Certificaiton Requirement
SEE LIST
39 Requisition Number
40 Manufacturer
41 Model
PURCHASE 42 Purchase Order Number
43 Price Item Number
44 Serial Number Remarks
Notes:

INSTRUMENT SPECIFICATION
Pressure Instruments
2 AK 4/25/2014 ISSUED FOR BIDS Project: IREP, BPCL-KR
1 AK 12/5/2013 ISSUED FOR BIDS Job No : A307
0 AK 8/28/2013 Issued for Bids Unit No :0IY-Offsite Facilities Sheet 1 of 3
No. By Date Description Code: 98 Doc. No.: A307-0IY-YI-DS-1002 Rev.: 2

Page 303 of 440


Tag Number : SEE LIST

1. Two no Cable entry shall be provided. One entry shall be plugged with suitable weatherproof & Ex proof certified plug. Plug material shall be
SS316.
2. Transmitter output type shall be 4-20mA HART (latest version), suitable for integration with Radar level gauge.
3. All the pressure values are in Kg/cm2(g) unit.
4. Installation standard A307-000-16-51-IS48 enclosed with the MR for reference by TFMS vendor for flushing/filling connection. Pipe & pipe fitting
material shall be carbon steel. Piping material specification shall be furnished to the successful bidder.
5. Long Bolt & nut required for installation of dia seal PT shall also be supplied by the vendor.

INSTRUMENT SPECIFICATION

2 AK 4/25/2014 ISSUED FOR BIDS Pressure Instruments


1 AK 12/5/2013 ISSUED FOR BIDS
0 AK 8/28/2013 Issued for Bids Sheet 2 of 3
No. By Date Revision Code: 98 Dwg. No.: A307-0IY-YI-DS-1002 Rev.: 2

Page 304 of 440


Tag Number Range Min Range Max UOM_RangRange_FPress_Opr Press Design Press_UOM Temp Max. UOM_Temp Service Options Notes
0IY-PT -1306 0 2 kgf/cm² 1.26 65 °C Crude Storage Tank YT-25 b,g
0IY-PT -1307 0 2 kgf/cm² 1.26 65 °C Crude Storage Tank YT-26 b,g
0IY-PT -1403 0 2 kgf/cm² 0.975 65 °C Crude on Surge Relief Storage b,g
Page 305 of 440

tank YT-28
0IY-PT -1504 0 2 kgf/cm² 1.5 65 °C Crude Water Drain tank YT-29 b,g
0IY-PT -1603 0 2 kgf/cm² 1.49 180 °C DCU Feed tank YT-341 b,g
0IY-PT -1604 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-342 b.g
0IY-PT -1701 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-343 b,g
0IY-PT -1702 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-344 b,g
0IY-PT -1803 0 2 kgf/cm² 1.38 100 °C VGO Storage Tank YT-44 b,g
0IY-PT -1804 0 2 kgf/cm² 1.38 100 °C VGO Storage tank YT-45 b,g
0IY-PT -2003 0 2 kgf/cm² 1.32 100 °C FCC PC Feed Storage Tank b,g
YT-32
0IY-PT -2004 0 2 kgf/cm² 1.32 100 °C FCC-PC Feed Storage Tank b,g
YT-33
0IY-PT -2204 0 2 kgf/cm² 1.06 65 °C DHDT Feed Tank YT-150 b,g
0IY-PT -2306 0 2 kgf/cm² 1.28 65 °C DHDT Feed Tank YT-111 b,g
0IY-PT -2307 0 2 kgf/cm² 1.28 65 °C DHDT feed tank YT-112 b,g
0IY-PT -2403 0 2 kgf/cm² 1.28 65 °C DHDT Feed Tank YT-113 b,g
0IY-PT -2404 0 2 kgf/cm² 1.28 65 °C DHDT feed Tank YT-114 b,g
0IY-PT -2503 0 2 kgf/cm² 1.9 65 °C NHT Feed Tank YT-107 b,g
0IY-PT -2504 0 2 kgf/cm² 1.9 65 °C NHT Feed Tank YT-108 b,g
0IY-PT -2603 0 2 kgf/cm² 1.7 65 °C ISOM Feed Tank YT-291 b,g
0IY-PT -2703 0 2 kgf/cm² 1.9 65 °C Isomerate Storage Tank YT-115 b,g
0IY-PT -2704 0 2 kgf/cm² 1.9 65 °C Isomerate Storage Tank YT-116 b,g
0IY-PT -5001 0 2 kgf/cm² 1.19 180 °C VR Storage tank YT-340 b,g

INSTRUMENT SPECIFICATION
Multiple Items List
2 AK 4/25/2014 ISSUED FOR BIDS
1 AK 12/5/2013 ISSUED FOR BIDS Pressure Instruments
0 AK 8/28/2013 Issued for Bids SEE LIST Sheet 3 of 3
No. By Date Description Code: 98 Dwg. No.: A307-0IY-YI-DS-1002 Rev: 2
1 Tag Number SEE LIST
2 Service SEE LIST
3 Type P&ID No. Electronic- Smart (HART) A166-04-41-0IY-1119 REV-1
4 Function Indicating & Transmitting
5 Mounting Case Yoke
GENERAL 6 Area Classification IEC ZONE-1 Gr. IIA/IIB, TEMP CLASS T3
7 Enclosure Intrinsic Safety Weatherproof to IP 65 | Required
8 Accuracy 0.25% of Span
9 Air Supply Power Supply 24VDC 2 WIRE
10 Cable Entry 1/2" NPTF
11 Fluid SEE LIST
PROCESS 12 Pressure Oper. Des. UOM SEE LIST SEE LIST
CONDITIONS 13 Temp. Oper. Des UOM SEE LIST SEE LIST °C
14 Oper. Spec. Gravity Oper. Viscosity cP
15 Inst.Range Min. Max. UOM SEE LIST SEE LIST SEE LIST SEE LISTbar
16 Cal.Range Min. Max. UOM 0 bar 0 kgf/cm²
17 Elevation Suppresion
18 Element Type Diaphragm
19 Body Material SS 316
MEASURING 20 Element Material SS 316
UNIT 21 Body Rating
22 Over Range Protection As per Flange rating
23 Instrument Connection 1/2" NPTF
24 Connection Location Man. Std
25 Dia. Seal Type Required Capillary
26 Wetted Part Material SS 316
27 Other Material SS 316
28 Process Connection:
29 Size & Rating 2" 300#
30 Facing & Finish RF 125AARH
DIAPHRAGM 31 Capillary Material SS 304
SEAL 32 Capillary Length 3 m
33 Armour Type No
34 Armour Material
35 Flange Material SS 316
36 Gasket Material Sp. Wnd SS 316+ Grafil
37 Bolt Material Nut Material A193 Gr. B7 A194 Gr. 2H
38 Flushing/Filling Connection with Plug Refer Note-4
(a) Air Filter Regulator SEE LIST
(b) Output Meter (Instrinsically Safe)
(c) Manifold 2 valve
(d) Condensate Pots
OPTIONS (e) Adjustable Dampner
(f) Test Jack, Calibrating
(g) Mounting Accessories
CCOE Approval Required
CERTIFICATION Stautory Certificaiton Requirement
SEE LIST
39 Requisition Number
40 Manufacturer
41 Model
PURCHASE 42 Purchase Order Number
43 Price Item Number
44 Serial Number Remarks
Notes:

INSTRUMENT SPECIFICATION
Pressure Instruments
Project: IREP, BPCL-KR
Job No : A307
0 AK 8/28/2013 Issued for Bids Unit No :0IY-Offsite Facilities Sheet 1 of 3
No. By Date Description Code: 98 Doc. No.: A307-0IY-YI-DS-1003 Rev.: 0

Page 306 of 440


Tag Number : SEE LIST

1. Two no Cable entry shall be provided. One entry shall be plugged with suitable weatherproof & Ex proof certified plug. Plug material shall be
SS316.
2. Transmitter output type shall be 4-20mA HART (latest version), suitable for integration with Radar level gauge.
3. All the pressure values are in Kg/cm2(g) unit.
4. Installation standard A307-000-16-51-IS48 enclosed with the MR for reference by TFMS vendor for flushing/filling connection. Pipe & pipe
fitting material shall be carbon steel. Piping material specification shall be furnished to the successful bidder.
5. Long bolt & nut required for installation of dia seal PT shall also be provided by the vendor.

INSTRUMENT SPECIFICATION

Pressure Instruments

0 AK 8/28/2013 Issued for Bids Sheet 2 of 3


No. By Date Revision Code: 98 Dwg. No.: A307-0IY-YI-DS-1003 Rev.: 0

Page 307 of 440


Tag Number Range Min Range Max UOM_RangPress Opr. Press Design UOM_PressTemp Max. UOM_Temp Service Options Notes
0IY-PT -1905 0 2 kgf/cm² 1.387 1.4 kgf/cm² 100 °C HCGO Storage Tank YT-46 b,g 3
0IY-PT -1906 0 2 kgf/cm² 1.387 1.4 kgf/cm² 100 °C HCGO Storage Tank YT-47 b,g 3
Page 308 of 440

INSTRUMENT SPECIFICATION
Multiple Items List

Pressure Instruments
0 AK 8/28/2013 Issued for Bids SEE LIST Sheet 3 of 3
No. By Date Description Code: 98 Dwg. No.: A307-0IY-YI-DS-1003 Rev: 0
FIELD INTERFACE UNIT (FOR RADAR/SERVO LEVEL GAUGES)
1 Tag Nos. -
General 2 Tank/Equipment No. Offsite Tankage
3 Service
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

4 Type Microprocessor Based


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

5 Field Interface Unit


6 (a) Servo Level gauge Yes
7 (b) Radar Level gauge Yes
8 Mechanical
9 HTG
10 No. Of ports Required/ Capacity *
11 No. of Gauges/port *
12 Actual Capacity *
13 Port Configuration Note-4
14 Location Note-1
15 Display Note-5
Field 16 Keyboard Note-5
Interface 17 Function
Unit 18 (a) Gauge Select Required (As applicable)
19 (b) Gauge Operation Required
20 (c) Tank Data Display Required
21 (d) Diagnostic Display Required
22 (e) Gauge Calibration Required
23 Host Interface Required
24 Host Type TFMS PC & DCS
25 Output Requirements
26 (a) 4-20mA DC -
27 (b) Contact -
28 (c) Serial link Required (Note-2)
29 (d) Serial link Standard TCP/IP or RS 485 Modbus
30 Power supply 110VAC ±10%, 50 Hz ±3% UPS
31 Make
Others
32 Model

Notes:

1. The location of Field interface unit is mentioned in the document A307-0IY-16-51-OD-2180.


2. The tank grouping & no of serial links shall be provided by the vendor as per SIV, job specifications for
TFMS & configuration drawing and accordingly the no. of FIUs shall be decided by the vendor for each
tank farm management system.
3. The field interface units shall be mounted by vendor in a free standing cabinet.
4. Refer TFMS configuration drawing (A307-0IY-16-51-SK-2820 Rev 0)

0 18/09/13 ISSUED WITH BIDS AK DP PS


REV. DATE REVISIONS BY CHECKED APPROVED

SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-4302 0
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 309 of 440
LOOP POWERED INDICATORS
1 Tag Nos. Refer Table-1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

2 Function Indicated in Field


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

3 Type Electronics, LCD type (Digital) (Note-2)


4 Dial Size Mfd. Std.
5 Dial Colour Mfd. Std.
6 Case Material Die cast Aluminium
7 Window Material Mfd. Std.
8 Mounting 2” Yoke
9 Enclosure Ex- proof & Weather-Proof to IP-65
10 Area Classification IEC, Zone 2 Gas Gr. IIA/B, T3
11 Intrinsically Safe Not Required
12 Power supply 24V DC, 2-Wire
13 Power for transmitters 24V DC, 2-Wire
14 Signal cable entry ½” NPT
15 Input signal 4-20 mA DC, 2-wire
16 Signal Input resistance Not greater than 10 ohm
17 Accuracy 1% of FSD
18 Graduation Note-2
19 Scale Refer Table-1
20 Accessories Required for 2” yoke mounting
21 Quantity Refer Table-1
22 Model No.
Options: a) Mounting accessories for 2” NB pipe
b) CCOE Approval

Note1: Vendor to furnish certificates for intrinsic safety from a statutory body indicating the intrinsic
parameters.
Note 2: For level, display shall be 0-100% linear scales.

Note-3: 0IY-LI-1501B shall be mounted near pumps YP-1P/Q so that level in the tank YT-29 can be
monitored during pumping.

Note-4: 4-20mA output from Radar LT (0IY-LT-1501) shall be wired to 0IY-LI-1501B. Installation of
Loop powered indicator & cabling from 0IY-LT-1501 to 0IY-LI-1501B shall be in Group-A vendor’s
scope.

TABLE-1

S.No Tag No. Range Options


1. 0IY-LI-1501B (Note-3 & 4) 0-100% level a,b

0 05.12.13 ISSUED WITH MR AK DP PS

REV. DATE REVISIONS BY CHECKED APPROVED

SPECIFICATION REV.
PLANT: Offsite unit (0IY)
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-3600 0
NEW DELHI
CLIENT: BPCL-KR
Page 1 of 1
Page 310 of 440
Page 311 of 440
Page 312 of 440
Page 313 of 440
DOCUMENT No.
Job specification for Tank
Farm Management system A307-0IY-16-51-SP- 2820 Rev.0
Page 1 of 16

JOB SPECIFICATIONS FOR TANK FARM MANAGEMENT


SYSTEM

0 18/09/13 Issued with Bids AK DP PS


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 314 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 2 of 16

PART-I : SPECIFICATION OF TANK FARM MANAGEMENT SYSTEM.

PART-II : TESTING, AND CONTENTS ACCEPTANCE OF TANK FARM


MANAGEMENT SYSTEM.

PART-III : GENERAL REQUIREMENTS OF TANK FARM MANAGEMENT


SYSTEM

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 315 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 3 of 16

SPECIFICATION OF TANK FARM MANAGEMENT SYSTEM (TFMS)

1.0 GENERAL

1.1 This specification together with data sheets, special instructions to vendor,
herewith defines the minimum requirements for the design, engineering, supply,
testing of Tank Farm Management System for IREP at Kochi refinery.

1.2 In the event of any conflict between these specifications, related standards,
codes etc., the vendor should refer the matter to the purchaser for clarification
and only after obtaining the same should proceed with the engineering/
manufacture of the items in question.

1.3 The system shall be designed fault avoidant in nature by selecting high-grade
components of proven quality and shall be able to provide maximum reliability
and availability with maximum on line time and minimum maintenance.

1.4 The system shall have high MTBF value and shall have a well-proven record of
operating satisfactorily in hydrocarbon processing plant for a minimum period of
one year. No prototype instruments/ system of experimental nature shall be
offered.

1.5 The control room instruments of Tank Farm Management System shall be able to
operate satisfactorily from 15˚ C to 30˚ C and 20% to 80% non-condensing
humidity. Control room instruments of TFMS shall also operate satisfactorily in
the event of failure of control room air conditioning system atleast upto a
temperature of 45 degrees.TFMS items shall be designed accordingly.

1.6 The TFMS system shall be of modular construction and expandable in future by
adding additional modules (Software and/ or Hardware).

1.7 The system shall offer complete and comprehensive diagnostics up to the gauge
level. It shall also be possible to print out diagnostic history report etc FROM
NETWORK PRINTER supplied by vendor.

1.8 The tank farm management system shall comply to the requirements of OIML R
85 and applicable API MPMS standards for automatic tank gauging system.

1.9 The tank farm management system shall be equipped with adequate lighting and
surge protection techniques to prevent damages due to lighting and transients.
The field equipment shall be provided with galvanic isolation on communication
and main power supply.

1.10 The selected model of tank farm management system shall be of latest proven
Version/model.

2.0 FUNCTIONAL SPECIFICATION

2.1 FUNCTIONAL REQUIREMENTS.

Tank farm Management system is to be designed to provide all necessary


information to the operator for automatic gauging.The system as a
minimum shall perform the following functions:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 316 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 4 of 16

a) Continuous and automatic data acquisition of level, density, interface level and
temperature from field mounted Tank gauging equipment.

b) Real time Volume and Mass calculations from Tank level, interface level,
Temperature and capacity tables by taking into account Volume correction
factor.

c) Density calculation from the tank level and pressure transmitter input.

d) Measurement of Interface level.

e) Different Data Screen representation for Tank Details, Level, Mass,


Temperature, density, volume, interface level etc. and summary of all details
including histograms, inventory, capacities, volume correction factors etc.

f) Continuous on-screen event listing for significant happenings, occurring during


run-time.

g) Comprehensive programmable logging of all alarms, events and summary of all


details without disturbing scanning sequences.

h) System initialization and set up parameter for entry of data bases for tank farm
specifications including system security with user friendly interface.

i) System configuration for enabling and disabling of system facilities.

j) Programmable alarms for high and low level, temperature, volume and leak
through audio visual displays.

k) Tantalization of volume and masses for group of tanks selected.

l) User friendly man-machine interface by way of easy command structures,


Windows, close cursor control and help facilities.

m) Communication facility to enable Tank farm Computer system to communicate


with external system.

n) Selectable scan rates and prioritization of selected tanks for shorter scans.

o) Trending facility for level and density and temperature including both real time
and historic. TFMS PC hardware configuration shall be selected to support all
trending facility mentioned above.

p) Archival and retrieval facility of selected tank data.

2.2. OPERATIONAL FEATURES

Tank farm computer shall have the following operational features:

i) It should support the following programmable parameters


- Tank identification.
- Specific level and temperature inputs.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 317 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 5 of 16

- Programmable alarm settings.


- Product description.
- User friendly screen formats for VDU display & printouts
.- Strapping tables for volume calculations.
- Hysteresis and delta values for programmable alarms.
- Foreground/ background screen.

ii) It should support prioritized scanning for specific tanks to follow


continuous movements in detail based on operator selectable shorter
scan rates.

iii) Remote testing of repeatability and recalibration of level gauge by


a command from VDU keyboard.

iv) Remote locking facility for specific level gauge on either high or
low level limits.

v) Comprehensive alarm status handling capability, including First


out sequences, Tank wise, product wise alarm reports etc.

3.0 SYSTEM DESCRIPTION

The Tank Farm Management System shall broadly comprise of:

3.1 a) Field Instruments which shall include

(i) Radar type tank level gauge


(ii) Servo type Tank level gauges.
(ii) Multi-element Averaging type Temperature elements for radar
Gauges.
(iii) Water cut probes (wherever specified)
(iv) Tank side Indicator at the tank bottom for radar/Servo gauges.
(v) Field mounted Junction boxes and Power isolation switch.
(vi) All interconnecting cables and cable glands.

b) Control room mounted Field Interface Units.


c) Tank Farm Computer including peripherals such as VDU, Keyboard,
Printers etc.
d) Tank Farm Management PC at TFMC /ACTP control room with all
required software.
d) Additional Hardware/Software for interfacing the Tank farm
management system to owners DCS (Invensys system).
g) Hand held calibrator for programming & Configuration of radar, Servo
gauges, if required.

3.2 Radar & Servo type level gauges shall be connected to TFMS and calculation
shall be based on radar type level gauges are used.
3.3 The scan time for the central processor unit (CPU) shall be one-second/ five
tanks or better.
3.4 It shall be possible to configure the CPU from tank farm computer.
3.5 Vendor to indicate maximum possible capacity of the system offered
(Maximum number of level and temperature instruments which can be connected
to it.)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 318 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 6 of 16

4.0 SYSTEM HARDWARE REQUIREMENTS (MINIMUM)

a) Tank Farm Computer(Latest):-

Normal Server grade machine shall be provided.(DELL is not


acceptable.)
Processor type – Latest core i7
RAM - 4 GB (minimum)
L3 Cache - 8 MB
Disk controller - Intelligent, external hardware controller
Power supply - Redundant / hot swappable with rear access
System Capability - Real time clock
- OPC compliant
- Hardware priority interrupt
- General purpose register
- Flexible addressing mode
- Hardware bootstrap loader
- Power fail protection and auto start
- Memory management and protection
- Serial / parallel communication port
- Serial Interface to DCS/Blending system
- Ethernet 100Mbps
- Built in Graphic accelerator
Mounting - Table top
Secondary storage -Disk sub system
Type - Ultra SCSI
Formatted - 1000 GB
Capacity Controller capacity - 2 drives
DVD read/write drive
Formatted - 4.7 GB Capacity
Controller - 1 drive capacity

Video Display unit


Screen size - 21" Diagonal
Type - Non glare, Colour TFT monitor
Display resolution - 1280 X 1024
Mounting - Table top
Mouse - Optical
Make - Reputed as per vendor’s recommendation (DELL is not
acceptable)

b) Interfacing requirement with purchaser’s DCS

The FIU shall be directly connected to Invensys make DCS,


necessary interfacing requirements shall be provided.
The tank farm gauges shall able to communicate with the software
provided by the DCS vendor.
The functions mentioned for tank farm computer shall be possible
in the software provided by the DCS vendor also. If any
reservation, vendor to clearly indicate in the offer itself.
The operator should able to monitor/control the tank farm details
in DCS as well as TFMS computer.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 319 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 7 of 16

c) FIELD INTERFACE UNIT

Location : Control Room


Type : Microprocessor based
Power supply : 110 V AC ±10%,50Hzs ±3%,UPS
Input signal : Serially from radar & Servo Gauge
Output signal : TCP/IP to TFMS PC, RS 485 Modbus for DCS
Mounting : In a cabinet to be supplied by vendor.
Model no. : Specified by vendor

• Field interface unit is to facilitate communication between field (Radar & Servo)
gauge instruments, tank farm computer & DCS.
• FIU should have redundant TCP IP for TFMS PC and RS 485 Modbus for DCS.
• The protocol and data exchange shall be employed through data security
controlled to ensure data integrity.
• Isolated field circuits shall be provided.
• The field interface unit shall able to scan all real time data such as level,
temperature, etc. from field instruments with modulation & demodulation of
transmission signals between filed equipment ,Tank farm computer and DCS.
• This electronic shall be housed in general-purpose 19" rack mounting type-
mounted cabinet.
• All FIU's shall be hot standby redundant
• Independent FIU shall be provided for servo & radar gauges, common FIU’s are
not acceptable.
• Each input port should have maximum of 4 numbers of gauges multi-droped,
more than 4 nos are not acceptable.

5.0 SYSTEM SOFTWARE REQUIREMENTS

a) Tank Farm Computer shall be able to scan level, water cut level & temperature
data received from signal conditioner (Field interface unit), updating the data
base and performing gross volume, density and mass calculations based on the
tank calibration chart, tank level and temp. Standard density and volume at 15 C,
by applying volume correction factor. Mass of oil movement shall also be
calculated from the difference between start and close of the stock.

b) Tank specifications are to be entered through set up program and all data bases
shall be stored in to the hard disk along with operator entered variables.

c) A menu driven program shall facilitate user to make all entry operations.

d) All variable data shall be kept in live databases, which shall be continuously
updated from the field.

e) It shall be possible to identify a particular tank or group of tanks in priority mode


and scan them at a shorter scan rate.

f) The system shall have the facility to divide the Tank farm in various groups of
tanks and each one of these groups shall be accessible with maximum two key
operations. Each tank may be a member or more than one group and each
group may contain as many as the max. number of tanks available in the system.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 320 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 8 of 16

g) Operator/ Engineer shall be able to configure the selection of tank and the
membership of groups through set-up program.

h) The system shall display the following screens as a minimum for operation
monitoring of Tank Farm.

Video display unit, containing -


- Product and Tank identification
- Type of tank (cone roof or floating)
- Level
-Temperature
- Water Interface (wherever water cut probe is specified)
- Total volume based on Tank Calibration chart
- Net volume at 15 C by applying volume correction factor (from measured
temperature).
- High & Low alarms for level & temp.
- Mass
- Specific gravity
- Density

The above information shall be available on the operator interface subsystem (tank farm
computer) on real time basis.

Inventory screen - This shall contain details about the mass in each tank, mass in/ out
calculation from difference in level between start and close of stock.

Tank Capacities Screen - This shall indicate various capacities such as low capacity,
Gross capacity, working capacity etc. for each tank.

Inventory Screen - This shall give details of the amount of product entering or leaving
each tank.

Volume bar graph screen for each tank to indicate relative magnitude of quantities and
amount of products in each tank.

Trending screen for fluctuations of product measurement such as level density, interface
level & temperature over a selected period for selected tank or group of tanks. Screen
for Tank specification details.

Set point details screen for representing an inventory of all alarm points set by operator/
supervisor for specified tank. Event screen for chronological listing of all events such as
command initiation, system start up etc.

Group overview for listing all groups and number of tanks attached to each group
Display of all tanks in a selected group.

Alarm summary (only unacknowledged alarms) and alarm history (both acknowledged &
unacknowledged alarms).

Maintenance list

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 321 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 9 of 16

i) All screens shall be identified with different colours and different display patterns
for viewing and also status information of the system. All video displays shall be
user definable.

j) Self diagnostic alarm messages on malfunctioning of both control room and


field units.

k) A conversational user-friendly software shall be used for operation,


configuration and maintenance.

l) The following key-board functions shall be possible from tank farm computer.
Selection of logging printout, alarm and event printout including freeze log
capability.
Change of data base configuration
Alarm inhibit for a tank under maintenance
Change of product data
Change in scan rate
Calling of detailed self-diagnostics/ maintenance list for maintenance aid.
Key lock switches or password shall be provided for all maintenance functions to
prevent unauthorized operations. On line configuration shall be possible from
the system,

m) Display update rate of all screens shall not be more than 1second.

n) It shall be possible to dump the contents of database to storage device (DVD) for
future retrieval operations.

o) Date and time shall be displayed on each screen and the real time clock shall
be crystal controlled so that it is independent of line frequency.

p) Process and system alarm messages shall be displayed on the screen as and
when they occur on priority basis and all inputs in alarm shall be identified by
flashing and audible alarm. Audible alarm shall be silenced by
acknowledgement. Flashing will disappear when alarm conditions return to
normal.

q) The system shall have simple command structures with the password protection.
All commands such as inserting and removing of a tank in a group taking a tank
out of scanning sequence and putting it back in, scan time increment etc shall be
possible through minimum no of key strokes. Other commands shall enable to
measure values of tank selected, information on events & trends to be selected
and viewed & printout.

r) User selectable supplementary information shall be displayed through windows


on superimposing main display screen.

s) Alarm station changes shall be displayed through alarm windows with


diagrammatic representation.

t) The logging function shall enable user to obtain various print outs of tank
inventory at any time. The different types of log shall be as follows:
Full log with various pages
* Inventory page

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 322 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 10 of 16

* Differential Inventory page


* Product total page

Group log for selected groups and selected pages.


Freeze log for particular tank/ product or group of tanks.

u) The other print outs and reports as follows shall be possible from the system as a
minimum
Process & system alarms reports as and when alarm occurs.
Alarm history report for each shift operation.
Event listing all log & report formats shall be user definable.

v) Vendor shall supply the operating system software and all tank farm application
software on CD.

w) Vendor shall provide software for maintenance and diagnostic of level


instruments.Vendor shall clearly indicate in the offer regarding the software with
respect to functional requirements.

x) All log reports, alarm & event reports shall be printed through network printer ( to
be provided by Purchaser ). Vendor shall provide all hardware / software in PC
for interfacing to Ethernet network.

y) Operating system Software MS window (latest) windows 2000/XP/NT/ with latest


antivirus software shall be provided by vendor. Tank farm software shall be
window based.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 323 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 11 of 16

PART-II

FACTOTY ACCEPTANCE TEST OF TANK FARM MANAGEMENT SYSTEM

1.0 GENERAL

1.1 On the basis of guidelines specified in this specification, vendor shall submit their
own FACTORY ACCEPTANCE TEST procedure. For hardware, the procedures
shall include purpose of test, test definition of input, procedure, results expected
and acceptance criteria. For software it shall include details of the method, lists
of tests, sequence of execution, results expected and acceptance criteria.

1.2 The testing and acceptance of the system shall be carried out on the mutually
agreed procedures and criteria based on these guidelines and vendor standard
procedures.

2.0 FACTORY ACCEPTANCE TEST (FAT) & ACCEPTANCE (OF COMPLETE


SYSTEM INCLUDING FIELD UNITS)

2.1 Vendor shall demonstrate functional integrity of the system hardware and
software. No material or equipment shall be transported until all required tests
are successfully completed and certified "Ready for shipment” by owner/
consultant.

2.2 Owner/ consultant reserve the right to involve and satisfy him at each and every
stage of testing. They shall be free to request any specific test on equipment
considered necessary by him, although not listed in this specification. The cost of
performing all tests shall be borne by the vendor.

2.3 Vendor to note that acceptance of any equipment or the exemption of inspection/
testing in no way absolves the vendor of delivering the equipment meeting all
the requirements specified.

2.4 It shall be vendor’s responsibility to modify and/or replace any hardware or


software if the specified functions are not completely achieved satisfactorily
during FAT.

2.5 Schedule of FAT shall be indicated by vendor.

2.6 Vendor shall not replace any component/module/subsystem unless it has failed
and a log of such failures shall be maintained during FAT. If a subsystem fails
during FAT and is not repaired and made successfully operational within 4 Hours
of active repair time after the failure, the test shall be suspended and restarted all
over again only after vendor has replaced the device and bought the system into
a acceptable operational condition.

2.7 Testing and FAT shall be carried out in two phases. The minimum requirements
for testing during these two phases shall be as follows:

2.7.1 Under first phase, Vendor shall perform test at his works to ensure that all
components function in accordance with the specifications for each type of test.
A test report shall be submitted for owner/consultant review within two weeks of

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 324 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 12 of 16

completion of this test. All subsystem shall undergo a minimum of 30 days burn
out period. Following tests shall be performed by the vendor and reports shall be
forwarded to owner/consultant.

a) Quality control test which shall be carried out to ensure quality of all
components and modules.

b) System pre-heat which shall be of physical check of all modules, racks,


cabinets etc.
c) System power up test which test functionality of all hardware and software.

2.7.2 Second phase of testing shall systematically, fully and functionally test all
hardware and software in the presence of owner/consultant. All subsystem
shall be interconnected to simulate, as close as possible, the total integrated
system. Following minimum test shall be carried out:

a) Visual and mechanical testing.

b) High voltage and insulation testing.

c) Functional testing. This shall include the simulation of each input and
output to verify proper system response. The testing, as a minimum shall
include:

i) Complete system configuration.

ii) Demonstration of all system builder functions including addition/deletion


of an input/output generation of dynamic graphics and other views, report
generation etc.

iii) 100% checking of graphics. Alarm screens, log reports configured in the
tank farm system.

iv) Checking of scan time.

v) Checking of all tank farm system console displays, keyboard and its
operation, printer/hard copier functions etc.

vi) System diagnostic checking for all subsystems on local level as well as
on console.

vii) Checking of output status on processor failure.

viii) Simulation of power failure & system restart self booting up of system
configuration and program after power restoration.

2.8 Vendor shall notify the owner/consultant at least three weeks prior to factory
acceptance test. In the event that representative arrives and the system is not
ready for testing, the vendor shall be liable for back charges for any extra time
and expenses incurred.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 325 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 13 of 16

PART-III

GENERAL REQUIREMENTS OF TANK FARM MANAGEMENT SYSTEM

Vendor must comply fully the general requirements to tank farm system including logistic
support services, documentation, warranty, maintenance contract and shipping
instructions.

1.0 LOGISTIC SUPPORT SERVICES

1.1 The requirement of training for owner/ consultant personnel (One group
consisting of operators & the other group consisting of hardware/ software
engineers) in the operation of the equipment, hardware maintenance, software
maintenance, and operational software and diagnostics programs as set forth
herein.

1.2 Vendor shall be responsible for furnishing details of course outlines, manuals of
training, equipment necessary for training, exercise to evaluate trainee’s
progress. Vendor shall also be responsible for any other requirements necessary
to train the engineers and operators deputed by owner within a time limit so that
the acquire the necessary expertise to maintain and operate the software and the
hardware supplied.

1.3 Vendor shall be provided per diem rate for above training facilities at his works
(in house) and at site separately.

1.4 The vendor shall warrant that spare parts for the system would be available for a
minimum of Ten years. After this period if vendor discontinues the production of
spare parts, vendor shall give at least 24 months notice prior to such is
continuance so that owner may order his requirements of spares in one lot.

2.0 DOCUMENTATION

2.1 Vendor shall furnish all Documents required as per Vendor Data Requirements
enclosed in the bid package, with quotation, after order placement for
review/approval and as final documentation.

2.2 As a minimum the documentation w.r.t. to the items quoted shall include the
following

a) General specification.
b) Technical information.
c) Operating and maintenance manuals
d) Installation manuals
e) Test plans and test reports
f) Parts list catalogs with recommended spare parts.
g) Software manuals
h) Work sheets, Engineering drawings, and documentation prepared for the
configuration of the offered system.
i) Loop drawing containing full information of each loop with field
Termination, junction box nos., cables no. device address, power supply
connection etc.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 326 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 14 of 16

2.3 All these documentation shall be furnished in hard cover loose ring folders in 'A'
size (216mm x 239mm).

2.4 Final as built documents shall be furnished within one month of final acceptance
after incorporating all modifications at site, if any.

3.0 WARRANTY

3.1 Vendor shall be responsible for the manufacture in respect of proper design,
quality, workmanship, and maintenance of all equipment, accessories etc.,
supplied by the vendor including all services, spares and consumables for a
period specified in the commercial terms and conditions of the requisition. To
fulfill the same, it shall be obligatory on part of vendor to modify / upgrade and/ or
replace any hardware from the supplied equipments and modify / upgrade the
operating system software, Tank farm software, MMI software and application
software, other software, supply the required spares and consumables and
attend to the maintenance of the system, free of cost, during start-up and on-line
operation & maintenance of Tank farm management system, within the Warranty
Period. Any modifications/up gradations or replacement of any hardware &
software during warranty shall not affect the performance & functionality of the
system.

3.2 During warranty period, as a minimum for preventive maintenance Tank Farm
vendor shall make quarterly visits (4 visits per year). Further the replacement /
maintenance requirements of the total system shall be attended on call basis
within 24 hours from the first service call by COMPANY. After reporting at site,
the TFMS vendor shall resolve reported problems of TFMS by the purchaser
with 24 hours of his arrival at site. otherwise warranty period shall be suitably
extended. The lump sump price shall be inclusive of relevant specialists and
covering all aspects of traveling, allowances etc. during the duration of the
warranty, for attending to preventive and breakdown maintenance of complete
system hardware and software.

3.3 The above points shall be covered in the quotation of the Tank Farm vendor, as
a part of lump sum price of the system.

3.4 As soon as the Warranty phase has been successfully completed and the tank
farm vendor fulfils his obligation he shall be eligible to apply for COMPLETION
CERTIFICATE. The COMPANY shall issue to the Tank Farm Vendor the
COMPLETION CERTIFICATE after receiving an application from Tank Farm
Vendor after verifying that works have been completed in accordance with the
contract document.

4.0 POST WARRANTY MAINTENANCE AND SPARES MANAGEMENT


CONTRACT

a) The bidder shall include proposal at the time of bid for providing post warranty
maintenance for 5 years after completion of warranty period and provide the total
non comprehensive type without spares of the system like TFMS including radar/
Servo Gauge and any other system/subsystem which is part of this MR.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 327 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 15 of 16

b) The proposal shall include supply of maintenance spares, tools and tackle as
required; travel, boarding & lodging of service engineer. The bid shall be made
year wise up to 5years and the price validity shall be available for the entire
period of contract.

c) In the event of any malfunction of the system hardware/system software,


experienced service engineer shall be made available at site within 24 hours on
the receipt of such information from owner.

d) Owner personnel will work on system day-to-day basis and wherever possible,
owner shall inform the type of failure of hardware /software to vendor based on
diagnostic available with the system. However vendor shall be fully responsible
to attend and rectify the root cause and the failure at the shortest possible time.

e) Vendor may utilize the spare modules available with owner if necessary and
available with owner at site, which is part of mandatory spares supplied with
system as per this MR.
However if vendor desires, additional spares other than what is available as
mandatory spares may be stored at client premises to meet the schedule of
rectification of fault during emergency/maintenance.

In case any hardware /software used from owner stock, it shall be replaced by
vendor within 7 days with no cost to owner. Vendor shall maintain a record of all
faults during post warranty period.

f) The services under Post Warranty Maintenance Agreement, including supply of


spare parts and services shall broadly comprise of:

i. Preventive Maintenance.
ii. Periodic Maintenance.
iii. Emergency Service.
iv. Software Support.

i) Preventive Maintenance:
Once in a year during planned shutdown, client will inform the vendor one month
in advance for shutdown dates. Preventive maintenance shall involve complete
overhaul of the system, inspection of hardware and software, fault prediction,
inspection of power supply quality, environmental operating condition checks,
calibration checks, major repairs/replacements, replacement of cards and
accessories because of expected ageing failure and detailed reporting, manual
cleaning of each card and cabinet filters.
This visit is in addition to visit required for periodic maintenance.

j) Periodic Maintenance:
Site visits, minimum three times in a year , schedule of visits to be discussed and
finalized jointly between vendor and client after placement of order/delivery. It
shall include inspection of general healthiness of the system, study and advice
on daily maintenance, inspection of H/W & S/W, if any problem is reported, and
running of test programs, on-line servicing and solving reported problems.
Checks shall be conducted on running system i.e. (a) On-line sub-system (b)
Power supply checks (c) TFT

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 328 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 16 of 16

(d) Printer etc. Cleaning of cabinet filters, minor modification/addition related to


system configuration/data base. Vendor shall take backup in 2 copies of last
updated software also.

k) Emergency Service:
In the event of any malfunction of the TFMS hardware/system software during
this period, Service Engineer must report at site within 24 hrs. of report of failure,
with necessary spares.
The system must be brought back within 24 hours after reporting at site.

NOTE:
1. Vendor to note that while carrying out the Post Warranty Maintenance Contract
Activities, BPCL KR engineers shall associate with the bidder. On-job training of
these associated engineers shall be covered under this scope.

2. This shall include all items being supplied by vendor, including any bought out
items but not limited to the following:
i) Labor and materials, at no additional cost, to repair any system devices
including radar Servo gauges, communication devices, computers and
related equipment, network devices, printers etc.,
ii) Labor and materials, at no additional cost, to provide tests, and adjustment to
system devices including printers.
ii) Regular checkups to ensure that a correct procedure is established for data
base backup and archiving.

l) Software Maintenance/Support:
Vendor to maintain the existing operating & application software to improve upon
performance of the system. Software modification and up gradation, as & when
required shall also be covered under this scope at no extra cost.

5.0 PACKING & SHIPPING

5.1 All the materials used for packing, wrapping, seals, moisture resistant barriers
and corrosion prevention shall be of recognized brands and shall conform to the
best standard for the articles, which are packed.

5.2 Workmanship shall be in accordance with the best commercial practices and
requirements of applicable specifications. There shall be no defects, imperfection
or omissions which would tend to impair the protection offered by the package as
a whole.

5.3 The packing shall be suitable for storing in tropicalised condition, as specified in
data sheets.

5.4 Shipment shall be thoroughly checked for completeness before final packing and
shipment. Vendor shall be fully responsible for any delay in installation or
commissioning schedule because of incomplete supply of equipments.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 329 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820,
TANK FARM MANAGEMENT
Rev 1
SYSTEM
Page 1 of 6

SCOPE OF WORK

FOR

TANK FARM MANAGEMENT SYSTEM

1 25/04/14 Issued for bids AK DP PS

0 09/10/13 Issued for bids AK DP PS

Rev Prepared Checked Approved


Date Purpose
No by by by

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


Page 330 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820, Rev
TANK FARM MANAGEMENT
0
SYSTEM
Page 2 of 6

SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
I Design, engineering, manufacturing,
factory testing, integration, Factory
Acceptance Test, packing &
transportation, installation, calibration,
commissioning, site acceptance testing of
complete Tank farm management system
as per MR .
1 Scope of supply for Group-A/ Group-B
1.1 Supply of radar level instruments X
1.2 Supply of servo level instruments X
1.3 Supply of multi element temperature probe
& water cut probe (Wherever specified in X
the data sheet)
1.4 Supply of pressure transmitter (Wherever
X
specified in the data sheet)
1.5 Supply of tank side indicator for each type X X

1.6 Supply of ball valves (Wherever X


mentioned in data sheets)
1.7 a Supply of intermediate junction boxes X X
1.7b Supply of common power JBs X X
1.8 Supply of signal cables with cable glands
from radar level transmitter to multi
element temperature probe & water cut X X
probe (Wherever specified in the data
sheet).
1.9 Supply of signal cable with cable glands
from radar level transmitter to pressure
X X
transmitter (Wherever specified in the data
sheet).
1.10 Supply of signal cable with cable glands
from radar, servo level transmitter to tank X X
side indicator.
1.11 Supply of signal cable with cable glands
from radar/servo tank gauge / tank side X X
indicator to field JB.
1.12 Supply of signal cable with cable glands
X X
from field JB to FIUs in TFMC.
1.13 Supply of power switch for each gauge X X
1.14 Supply of power cable with cable glands
from common power JB to power switch X X
& from power switch to tank side

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


Page 331 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820, Rev
TANK FARM MANAGEMENT
0
SYSTEM
Page 3 of 6

SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
indicator.
1.15 Supply of power cable with cable glands
from tank side indicator to radar & servo X X
tank gauge.
1.16 Supply of power cable (110 VAC UPS)
from power distribution board (TFMC &
X X
ACTP CR) to common power JBs located
near the tank dykes
1.17 Supply of power cable (110 VAC UPS)
from power distribution board (TFMC &
X X
ACTP CR ) to FIU cabinets in TFMC
/ACTP CR.
1.18 Supply of power cable (110 VAC UPS)
from FIU cabinet to configuration PC X X
TFMS.
Supply of power cable (230V AC non
UPS) from PDB to FIU in TFMC/ACTP X X
1.19
CR.
Supply of perforated cable trays for
routing signal cables from radar tank
1.20
gauge to multi element temperature probe/
water cut probe & pressure transmitter,
X
radar level gauge & servo gauge to
respective tank side indicators, radar tank
gauge / servo gauge/ tank side indicator to
field JB.
1.21 Supply of perforated cable trays for
routing signal cables/power cables from
field JB/ power JBs located outside the
X
dyke to main cable duct (Supplied by
owner) to TFMC/ACTP CR for Group-A
& Group-B
1.22 Supply of perforated cable trays for
routing power cable from power switch to
X
radar tank gauge /servo tank gauge/ tank
side indicator.
1.23 Supply of perforated cable trays for
routing power cable from radar tank X
gauge, servo gauge to tank side indicator.
1.24 Supply of erection materials for the
installation of JB’s, tank side indicators, X X
power switch, etc.
1.25 Supply of FIUs & panel for mounting
X X
FIU’s
1.26 Supply of TFMS PC with required
X X
software.

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


Page 332 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820, Rev
TANK FARM MANAGEMENT
0
SYSTEM
Page 4 of 6

SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
1.27 Supply of any other material which
X X
required for completing the work.
II Design & detailed engineering X X
III Factory acceptance testing X X
IV Packing, forwarding, transportation and
storage at site of complete tank farm X X
management system
V Installation
1.1 Installation of radar tank gauge & servo X X
tank gauge
1.2 Installation of multi element temperature X
probe & water cut probe
1.3 Installation of pressure transmitter X
(Wherever specified in the data sheet)
1.4 Installation of tank side indicator X X

1.5 Installation of field JB X X


1.6 Installation of cable trays for routing signal X
cables from radar tank gauge to multi
element temperature probe/ water cut
probe & Pressure transmitter, radar tank
gauge to tank side indicator, servo LT to
Tank side indicator, radar tank gauge /
servo gauge /tank side indicator to field
JB.
Installation of cable trays for routing X X
power cables from power switch to radar
1.7
tank gauge/servo gauge / tank side
indicator
1.8 Installation of cable trays / ducts for
routing signal cables from field JB/ Power X
JBs to TFMC/ ACTP C/Rs
1.9 Laying, glanding and termination of X X
signal cable between radar tank gauge &
multi element temperature probe & water
cut probe.
1.10 Laying, glanding and termination of X X
signal cable between radar tank gauge &
pressure transmitter.
1.11 Laying, glanding and termination of signal X X
cable between radar tank gauge/ servo tank
gauges to respective tank side indicators.
1.12 Laying, glanding and termination of power X X
cable between power switch & tank side

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


Page 333 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820, Rev
TANK FARM MANAGEMENT
0
SYSTEM
Page 5 of 6

SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
indicator.
Laying, glanding and termination of power X X
cable between radar tank gauge, servo tank
1.13
gauge & tank side indicator.
Laying, glanding and termination of X X
signal cable between radar tank
1.14
gauge/servo gauge, tank side indicator to
field JB
1.15 Installation of FIU cabinet in TFMC & X X
ACTP CR.
1.16 Laying, glanding and termination of signal X X
cable from field JB to FIU at respective
Control rooms (TFMC/ ACTP C/Rs).
1.17 Laying of 110 VAC power cable from X X
UPS PDB to FIU panel.
1.18 Glanding & termination of 110 VAC X X
power cable from UPS PDB to FIU panel.
1.19 Laying of 230 VAC power cable from 230 X X
VAC non-UPS PDB to FIU panels.
1.20 Glanding & termination of 230 VAC X X
power cable from 230 VAC non UPS PDB
to FIU panels
Laying, glanding & termination of 110 X X
VAC UPS & 230 VAC non-UPS supply
from FIU cabinets in TFMC /ACTP CR to
1.21
TFMS vendor supplied systems (TFMS
PC, panel lights & fans etc).
1.22 Laying, glanding & termination of X X
110VAC UPS power supply cable from
PDB at TFMC C/R & ACTP C/R to
common power JBs located near tank dyke
area
Redundant serial link cable Laying, X X
glanding & termination from FIU cabinet
1.23
at TFMC & ACTP CR to Invensys
(augmented) DCS system at TFMC &
ACTP CR
1.24 Grounding of FIU cabinets (supply & X X
installation of all accessories like earth
bus, earthing cable etc.) in TFMS vendor
scope
1.25 Field testing, calibration & commissioning X X
of complete tank farm management system
(TFMS)
1.26 Co-ordination with DCS vendor for X X
successful integration of the TFMS system

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


Page 334 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820, Rev
TANK FARM MANAGEMENT
0
SYSTEM
Page 6 of 6

SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
VI Site acceptance testing X X
VII Site training X X
VIII Warranty maintenance X X
IX System documentation X X

X Supply of special tools and test X X


equipments required for testing,
maintenance and calibration of system
XI Supply of start-up, commissioning and X X
consumable spares as per MR
requirements
XII Any other item or/ and activity not listed/ X X
indicated specifically but necessary for
successful operation of Tank farm
management system.

Vendor Seal & Signature

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


Page 335 of 440
Document no
Location details of Radar & Servo Level Transmitter A307-0IY-16-51-OD-2820 Rev 1

Sl no. Tank Details Control Radar LT Servo LT tag Intermdiate Intermediat Intermediate JB Cable length from Field device FIU location
Room tag no no Junction e Junction location (Refer each tank gauges cable length
box- Radar box- Servo TFMS to intermediate JB from
Tank no. Type of New service Tank farm no. intermediate intermdeiate
roof junction box JBR & JBS
layout drawing) to FIU

I DHDS AREA

1 YT-25 FR crude TF1 new ACTP CR 0IY-LT-1301 0IY-LT-1303 IJBR-1 IJBS-1 Outside TF-1 400 750 (IJBR-1 & ACTP CR
Dyke wall in IJBS-1)
2 YT-26 FR crude ACTP CR 0IY-LT-1302 0IY-LT-1304 IJBR-1 IJBS-1 North-west 400 ACTP CR
3 YT-29 CR crude water drain TF2 new ACTP CR 0IY-LT-1401 0IY-LT-1402 IJBR-1 IJBS-1 corner. Common 300 ACTP CR
tank Juntction box
4 YT-28 CR Surge releif tank(1) new ACTP CR 0IY-LT-1501 0IY-LT-1502 IJBR-1 IJBS-1 300 ACTP CR

5 YT-383 IFR with ATF existing HSD/ATF/SKO tank existing is ACTP CR 0IY-LT-4003 0IY-LT-4007 IJBR-12 IJBS-4 West side of YT- 350 450 (IJBR-12 ACTP CR
fixed roof farm modified 440 out side dyke & IJBS-4)
6 YT-384 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4004 0IY-LT-4008 IJBR-12 IJBS-4 area, near pipe 350 ACTP CR
fixed roof farm sleeper
7 YT-440 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4001 0IY-LT-4005 IJBR-12 IJBS-4 250 ACTP CR
fixed roof farm
8 YT-450 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4002 0IY-LT-4006 IJBR-12 IJBS-4 250 ACTP CR
fixed roof farm
9 YT-22 CRUDE Crude tank farm ACTP CR YT-22-LT1R YT-22LT2S IJBR-13 IJBR-5 North of tank YT- 200 700 (IJBR-13 ACTP CR
22 outside dyke & IJBS-5)
wall
II REFINERY AREA

1 YT-341 CR DCU feed TF-3 New TFMC CR 0IY-LT-1601 IJBR-2 North side YT- 180 750 (IJBR-2 & TFMC CR
0IY-LT-1602 IJBR-3 342/343 outside 180 IJBR-3)
dyke area
2 YT-342 CR DCU feed New TFMC CR 0IY-LT-1603 IJBR-2 180
0IY-LT-1604 IJBR-3 180
3 YT-343 CR DCU feed New TFMC CR 0IY-LT-1701 IJBR-2 180
0IY-LT-1702 IJBR-3 180
4 YT-344 CR DCU feed New TFMC CR 0IY-LT-1703 IJBR-2 180
0IY-LT-1704 IJBR-3 180
5 YT-107 DR NHT feed TF-4 New TFMC CR 0IY-LT-2501 0IY-LT-2503 IJBR-11 IJBS-3 North of YT- 160 1400 (IJBR- TFMC CR
6 YT-108 DR NHT feed New TFMC CR 0IY-LT-2502 0IY-LT-2504 IJBR-11 IJBS-3 116/YT-107 160 11 & IJBS-3)
outside Dyke wall
7 YT-291 DR Isom feed New TFMC CR 0IY-LT-2601 0IY-LT-2602 IJBR-11 IJBS-3 160
8 YT-115 DR Isomerate New TFMC CR 0IY-LT-2701 0IY-LT-2703 IJBR-11 IJBS-3 160
9 YT-116 DR Isomerate New TFMC CR 0IY-LT-2702 0IY-LT-2704 IJBR-11 IJBS-3 160
10 YT-111 CR coker TF-5 New TFMC CR 0IY-LT-2301 0IY-LT-2303 IJBR-10 IJBS-2 North of YT- 200 1700 (IJBR- TFMC CR
naphtha/coker 112/YT-113, 10 & IJBS-2)
11 YT-112 CR diesel
coker New TFMC CR 0IY-LT-2302 0IY-LT-2304 IJBR-10 IJBS-2 outside dyke wall 160
naphtha/coker
12 YT-113 CR diesel
coker New TFMC CR 0IY-LT-2401 0IY-LT-2403 IJBR-10 IJBS-2 160
naphtha/coker
13 YT-114 CR diesel
coker New TFMC CR 0IY-LT-2402 0IY-LT-2404 IJBR-10 IJBS-2 200
naphtha/coker
14 YT-44 CR diesel
VGO-HDT TF-6 New TFMC CR 0IY-LT-1801 IJBR-4 Between TF-6 & 250 1600 (IJBR-4 TFMC CR
0IY-LT-1803 IJBR-5 main control 250 & IJBR-5)
15 YT-45 CR VGO-HDT New TFMC CR 0IY-LT-1802 IJBR-4 room, outside 250
Dyke wall
0IY-LT-1804 IJBR-5 250

1 of 2
Page 336 of 440
Document no
Location details of Radar & Servo Level Transmitter A307-0IY-16-51-OD-2820 Rev 1

Sl no. Tank Details Control Radar LT Servo LT tag Intermdiate Intermediat Intermediate JB Cable length from Field device FIU location
Room tag no no Junction e Junction location (Refer each tank gauges cable length
box- Radar box- Servo TFMS to intermediate JB from
Tank no. Type of New service Tank farm no. intermediate intermdeiate
roof junction box JBR & JBS
layout drawing) to FIU

16 YT-46 CR HCGO HCGO New TFMC CR 0IY-LT-1901 IJBR-6 West side of YT- 150 450 (IJBR-6 & TFMC CR
0IY-LT-1902 IJBR-7 46/47 near new 150 IJBR-7)
17 YT-47 CR HCGO HCGO New TFMC CR 0IY-LT-1903 IJBR-6 pipe rack 150
0IY-LT-1904 IJBR-7 150
18 YT-32 CR FCC-PC FEED existing FCC-PC FEED Tank existing tank TFMC CR 0IY-LT-2001 IJBR-8 West side of tank 200 1300 (IJBR-8 TFMS CR
farm dismantled and 0IY-LT-2003 IJBR-9 YT-32/33, 200 & IJBR-9)
19 YT-33 CR FCC-PC FEED existing FCC-PC FEED Tank new fabricated TFMC CR 0IY-LT-2002 IJBR-8 outside dyke wall 200
farm in that location 0IY-LT-2004 IJBR-9 200
20 YT-340 BBU FEED TANK existing tank TFMC CR 0IY-LT-5001 IJBR-6 West side of YT- 500 450 (IJBR-6 & TFMS CR
dismantled and 46/47 near new IJBR-7)
new fabricated pipe rack
0IY-LT-5002 IJBR-7 500
in that location
(HOLD)
21 YT-12 FR HSD-IV Existing Crude tank farm existing tank, TFMC CR YT-12LT1R YT-12LT2S IJBR-14 IJBS-6 North of YT-12 200 900 (IJBR-14 TFMS CR
modification by near existing pipe & IJBS-6)
22 YT-15 FR HSD-IV BPCL KR TFMC CR YT-15LT1R YT-15LT2S IJBR-14 IJBS-6 sleeper 350 TFMS CR

23 YT-16 FR Naphtha Existiing Naphtha tank farm during TFMC CR YT-16LT1R YT-16LT2S IJBR-15 IJBS-7 South of YT-16, 200 550 (IJBR-15 TFMS CR
maintenance outside dyke wall & IJBS-7)
24 YT-17 FR Naphtha Existiing Naphtha tank farm TFMC CR YT-17LT1R YT-17LT2S IJBR-15 IJBS-7 600 TFMS CR
work
25 YT-18 FR Naphtha Existiing Naphtha tank farm TFMC CR YT-18LT1R YT-18LT2S IJBR-15 IJBS-7 500 TFMS CR
26 YT-70 FR Gasolene IV Existing gasolene tank farm TFMC CR YT-70LT1R YT-70LT2S IJBR-6 IJBS-8 West side of YT- 600 450 (IJBR-7 & TFMS CR
46/47 near new IJBS-8)
pipe rack
27 YT-150 CR+N2 VAC. DIESEL existing HSD/ATF/SKO tank TFMC CR 0IY-LT-2201 0IY-LT-2202 IJBR-15 IJBS-7 South of YT-16, 700 550 (IJBR-15 TFMS CR
farm outside dyke wall & IJBS-7)

28 YT-350 FR HSD-V Existing Intermediate tank TFMC CR YT-350LT1R YT-350LT2S IJBR-7 IJBS-8 West side of YT- 500 450 (IJBR-7 & TFMS CR
farm 46/47 near new IJBS-8)
pipe rack

2 of 2
Page 337 of 440
TANK FARM MANAGEMENT SYSTEM FOR
INTEGRATED REFINERY EXPANSION PROJECT Annexure III to
A307-0IY-YN-SI-2820 Rev. 0
KOCHI REFINERY – BPCL KR
Page 1 of 4

ANNEXURE III
(RESPONSIBILITY CHART)

0 18/09/13 ISSUED FOR BIDS AK DP PS


Rev.
Date Purpose Prepared by Checked by Approved by
No

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


Page 338 of 440
TANK FARM MANAGEMENT SYSTEM FOR
INTEGRATED REFINERY EXPANSION PROJECT Annexure III to
A307-0IY-YN-SI-2820 Rev. 0
KOCHI REFINERY – BPCL KR
Page 2 of 4

1.1 Vendor must indicate clearly the responsibilities of each of the agencies in the format attached
(Responsibility Chart) along with definition of various agencies as described below.

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

b) Manufacturer - The agency who manufactures the TFMS/ any other item located at the manufacturer
works. Affiliate, sales offices, joint ventures, country office etc. shall not be considered as manufacturer.

1.2 The responsibility assigned in the format shall be from the agency or location, which meets proveness criteria.

SL. DESCRIPTION RESPONSIBILITY ACTIVITY REMARKS


NO VENDOR MANUFACTURER LOCATION
SOURCE OF SUPPLY
a. Radar level transmitters

b. Multi element temperature sensor


& water cut probe

c. Tank side indicators

d. Field junction boxes & cable


glands

e. Signal cables & Power cables

f. System / Fibre optic cables

g. Ex-Proof isolation switch

h. Field interface unit

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


Page 339 of 440
TANK FARM MANAGEMENT SYSTEM FOR
INTEGRATED REFINERY EXPANSION PROJECT Annexure III to
A307-0IY-YN-SI-2820 Rev. 0
KOCHI REFINERY – BPCL KR
Page 3 of 4

SL. DESCRIPTION RESPONSIBILITY ACTIVITY REMARKS


NO i. Panel for mounting field interface LOCATION
units

j. Tank farm management software

k. Canopy for field units

l. TFMS PC with 21” TFT monitor

m. Printer

n. PC table & chair

DESIGN & DETAILED ENGINEERING

FACTORY ACCEPTANCE TEST

INSTALLATION AT SITE

INSTALLATION AT SITE

FIELD CALIBRATION, TESTING &COMMISIONING

SITE ACCEPTANCE TEST

SITE TRAINING

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


Page 340 of 440
TANK FARM MANAGEMENT SYSTEM FOR
INTEGRATED REFINERY EXPANSION PROJECT Annexure III to
A307-0IY-YN-SI-2820 Rev. 0
KOCHI REFINERY – BPCL KR
Page 4 of 4

SL. DESCRIPTION RESPONSIBILITY ACTIVITY REMARKS


NO LOCATION
WARANTY, MAINTENANCE

SYSTEM DOCUMENTATION

POST WARRANTY MAINTENANCE

OVERALL SINGLE PONT RESPONSIBILITY

NOTES

1. Wherever the responsibility is other than the vendor for any brought out items, the sub supplier’s written
backup guarantee in the area of design, engineering, supply, testing, commissioning and maintenance
support shall be furnished.

2. Vendor shall also submit the sub-supplier’s written commitment with respect to supply of spares directly or through the bidder or directly to the
purchaser/owner.

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


Page 341 of 440
STANDARD SPECIFICATION STANDARD SPECIFICATION No.

g arei ENGINEERS
5f Tar Rateg INDIA LIMITED
G.A Undenak.9)
FOR TANK LEVEL
INSTRUMENTS
6-52-0014 Rev. 3
Pace 1 of 13

A g o 15:41 * fffg
9114) q 1 kill
STANDARD SPECIFICATION FOR
TANK LEVEL INSTRUMENTS

3 12.12.11 Revised and Reissued as Standard Specification RP/JMS DM

2 31.03.06 Revised and Reissued as Standard Specification AM TGM PM VJN

1 15.01.82 Revised and Reissued as Standard Specification RK BRS RB AS

0 11.03.85 Issued as Standard Specification PVS TSN AKV AK


Standards Standards
Prepared Checked Committee Bureau
Rev. Purpose Convenor Chairman
Date by by
No
Approved by

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

Page 342 of 440


OSPzieT ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lai5leg INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
IA Go, of now unoortak•nO/ INSTRUMENTS Pa ge 2 of 13

Abbreviations:

AARH Arithmetic Average Roughness Height

DCS Distributed Control System

DPDT Double Pole Double Throw

MAWP Maximum Allowable Working Pressure

MgO Magnesium Oxide

NPT National Pipe Thread

PTFE Poly Tetra Fluoro Ethylene

RIU Remote Interface Unit

SPDT Single Pole Double Throw

SS Stainless Steel

RTD Resistance Temperature Detector

Instrumentation Standards Committee

Convener: Ms. R. Priyamvada


Members: Mr.P.K.Sahay
Mr.S.Bhowal
Mr. M. Nandi
Ms. R. Shanthi Devi
Mr. M.P Jain (Proj.)

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

Page 343 of 440


afdae? trt-) ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

51g-iarialAtu, INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3


INSTRUMENTS Page 3 of 13

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 6

3.0 NAMEPLATE 13

4.0 INSPECTION AND TESTING 13

5.0 SHIPPING 13

6.0 REJECTION 13

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

Page 344 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.

s'iltr oft
ENCJNEERS
INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
01. Go, ol India undertaking,
INSTRUMENTS Page 4 of 13

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets covers the requirements for the design,
materials, nameplate marking, inspection, testing and shipping of tank level instruments
complete with accessories.

1.1.2 The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of the purchaser's enquiry:

ASME American Society of Mechanical Engineers.


1.20.1 Pipe Threads General Purpose (Inch)
16.5 Pipe Flanges and Flanged Fittings
16.20 Metallic Gaskets for Pipe Flanges, Ring Joint, Spiral
wound and Jacketed.
B 16.34 Valves - Flanged, Threaded and Welding ends

API American Petroleum Institute


MPMS Manual of Petroleum Measurement Standards - Chapter 7.4
Static Temperature Determination Using Fixed Automatic
Tank Thermometers
EN European Standards
10204 Inspection Documents For Metallic Products.
IS/IEC Indian Standards/ International Electrotechnical Commission
IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmospheres.
IS/IEC 60529 Degree of Protection Provided by Enclosures (IP Code).
IEC 61000-4 Electromagnetic Compatibility (EMC) for Industrial
Process Measurement and Control Equipment
IEC 61158 Fieldbus Standard for use in Industrial Control System
IEC 61158-2 Physical Layer Specification and service definition for
Fieldbus
IEC 61508 Functional Safety of Electrical/Electronic/Programmable
Electronic Safety related Systems.
IEC 61511 Functional safety instrumented system for the process
industry sector

1.1.3 In the event of any conflict between this specification, Job Specifications / data sheets,
statutory regulations, related standards, codes etc., the following order of priority shall
govern:
Statutory Regulations
Job Specifications / Data Sheets
Standard Specification
Codes and Standards
1.1.4 In addition to compliance to purchaser's specification in totality, vendors extent of
responsibility shall include the following:
a) Purchaser's data sheets specify the minimum acceptable materials for the wetted
parts such as gauge head, float/displacer, antenna, temperature element sensor,
Isolation ball valve, calibration chamber etc. Alternate superior material of
construction shall also be acceptable provided vendor assumes complete
responsibility for the selected materials for their compatibility with the specified
fluid and its operating conditions
Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 345 of 440


16i1P-ael
o7 fol9e ^ ENGINEERS
INDIA LIMITED
Govi pi India undenning)
STANDARD SPECIFICATION
FOR TANK LEVEL
INSTRUMENTS
STANDARD SPECIFICATION No.
6-52-0014 Rev. 3
Page 5 of 13

Selection of proper type of antenna for radar type of tank level instruments based
on the service and specified operating conditions.
Purchaser's data sheets specify the provision of still-well wherever envisaged. It
shall be vendor's responsibility to verify the adequacy of still-well for the offered
tank level instrument. Vendor shall also indicate the requirement of still-well for
tanks/equipments where this is not indicated in the purchaser's data sheet.
1.2 Bids
1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the material requisition.
1.2.2 Whenever a detailed technical offer is required, vendor's quotation shall include the
following:
Compliance to the specifications.
Whenever the requirement of detailed specification sheet for tank level instruments
is specifically indicated, a detailed specification sheet for each tank level
instrument shall be furnished, which shall provide all the details regarding type,
material of construction for body/displacer/float, type of antenna, specification of
transmitter/ switch and accessories like ball valve, calibration chamber, multipoint
temperature element, water probe, tank side indicator, remote interface unit etc. as
applicable. The material specifications and the units of measurement for various
parts in vendor's specification sheet shall be to the same standards as those
indicated in purchaser's data sheet.
Special cable required, if any, along with cable specifications and maximum
allowable cable length between tank level instrument and remote interface unit.
Proven references for each offered model of tank level instrument inline with
clause 1.2.3 of this specification.
e) A copy of approval from local statutory authority, as applicable such as Petroleum
& Explosives Safety Organisation (PESO) / Chief Controller of Explosives (CCE),
Nagpur or Director General of Mines Safety (DGMS) in India, for the electronic
instruments installed in electrically hazardous area along with:
Test certificate from recognised test house like Central Institute of Mining
and Fuel Research (CIMFR) / Electronics Regional Testing Laboratory
(ERTL) etc. for flameproof enclosure/intrinsic safety, as specified in the data
sheet, as per relevant standard for all Indian manufactured equipments or for
items requiring Director General of Mines Safety DGMS approval.
Certificate of conformity from agencies like Laboratorie Central Des
Industries Electriques (LCIE), British Approval Service for Electrical
Equipment in Flammable Atmospheres (Baseefa), Factory
Mutual (FM), Physikalisch-Technische Bundesanstalt (PTB) , Canadian
Standards Association (CSA), Underwriters Laboratories (UL) etc. for
compliance to ATEX directives or other equivalent standards for all
equipments manufactured outside India
0 Deviations on technical requirements shall not be entertained. In case vendor has
any valid technical reason, they must include a list of deviations tag number wise,
summing up all the deviations from the purchaser's data sheets and other technical
specifications along with the technical reasons for each of these deviations.

g) Catalogues giving detailed technical specifications, model decoding details and


other related information for each type of tank level instrument covered in the bid.
1.2.3 All items, as offered, shall be field proven and should have completed trouble free
satisfactory operation for a period of minimum 4000 hours on the bid due date in the similar
application with the process conditions similar to those as specified in the purchaser's data
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 346 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Ofdae? ENGINEERS
FOR TANK LEVEL
1a5tag INDIA LIMITED 6-52-0014 Rev. 3
INSTRUMENTS Page 6 of 13

sheets. Items with proto-type design or items not meeting provenness criteria specified
above shall not be offered.
1.2.4 All documentation submitted by vendor including their quotation, catalogues, drawings,
installation, operation and maintenance manual etc. shall be in English language only.
1.2.5 Whenever specified, vendor must furnish certified values of failure rates, Probability of
failure on demand (PFD) with test intervals for offered items for safety integrity level
analysis.
1.2.6 Vendor shall also quote for the following:
Two years operational spares for each level instrument and its accessories, which
shall include electronic modules, output meter, antenna, temperature element,
measuring wire/tape, gaskets/o-ring, fuses etc. as a minimum.
Unit rate of any special cable.
c) Any special tools and tackles needed for maintenance work. In case no special
tools are necessary for maintenance for the offered level instruments, vendor must
certify the same in their offer.
1.3 Drawings and Data
1.3.1 Detailed drawings, data, catalogues and manuals required from the vendor are indicated by
the purchaser in vendor data requirement sheets. The required number of prints and soft
copies shall be dispatched to the address mentioned, adhering to the time limits indicated.
1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. submitted by vendor after placement of purchase order shall
include the following, as a minimum:
Specification sheet for each level instrument and its accessories.
Certified drawing for each level instrument which shall provide following details;
Orientation and distance between centre lines of connecting flanges (in
case of mechanical float operated tank level instrument).
Overall dimensions of the complete top work instrument in millimetres.
Dimensions of displacer/float/antenna, water interface probe, temperature
element, isolation ball valve and calibration chamber in millimetres.
Dimensions and mounting details of tank side instrument i.e. tank side
indicator, power on-off switch etc.
Still-well details, wherever required.
Clearance space required for maintenance work.
vii) Wiring diagram for the complete assembly including terminal numbers and
cable type.
Copy of type test certificates
Copy of the test certificates for all tests indicated in clause 4.0 of this specification.
e) Installation procedure for tank level instruments.
0 Calibration and maintenance procedure including replacement of its pans/internals
wherever it is applicable.
2.0 DESIGN AND CONSTRUCTION
2.1 General requirements
2.1.1 The type of tank level instrument shall be as specified in purchaser's data sheet and shall be
supplied complete with head mounted local indicator, transmitter and tank side indicators.
Switch assembly shall be supplied when specified in purchaser's datasheet.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 347 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
oa fame-,
d01 2i ENGINEERS
INDIA LIMITED
IA G" of inch Undela€09/
FOR TANK LEVEL
INSTRUMENTS
6-52-0014 Rev. 3
Page 7 of 13

2.1.2 The tank level instrument shall be suitable for the design pressure and temperature specified
in the purchaser's data sheets.

2.1.3 Displacer/float of tank level instrument shall be designed considering;


The specific gravity of upper and lower fluids.
Design pressure/ temperature condition specified in the data sheets.

c) Internal diameter of the equipment nozzle and still-well.

2.1.4 Unless specifically indicated otherwise in the purchaser's data sheet, the material of
construction of tank level instrument shall be as follows as a minimum:
All wetted metallicparts like float, displacer, tape, wire, etc. shall be of 316 SS and
soft parts like seals etc. shall be of PTFE.
Instrument top work consisting of instrument flange and measuring chamber shall
be of stainless steel. Expander/ Reducer assembly, if required, shall also be of
stainless steel.
c) Electronics housing shall be metallic only, e.g. of anodised aluminium.

2.1.5 Unless otherwise specified, the local digital readout provided at the gauge head and at tank
side shall read in millimetre. All digital indicators shall have a test push button to check the
illumination of all the seven segments of the indicator.
2.1.6 Each level instrument shall be provided with a power on-off switch, which shall be located
near the tank side indicator.

2.1.7 In general, tank level instrument shall be configurable either from gauge head /tank side
indicator or from a separate configurator. Where separate configurator is required, vendor
shall supply minimum two numbers of configurators unless otherwise specified in the
purchaser's datasheets. This requirement shall not be applicable for float operated tank level
instruments.
2.1.8 The design of electronic instruments shall be in compliance with the electromagnetic
compatibility requirements as per 1EC 61000-4.

2.1.9 End Connection


2.1.9.1 Tank level instruments shall be flanged type with size and rating as specified in purchaser's
data sheet.
2.1.9.2 In case end connection of vendor's standard instrument is different than that specified in the
purchaser's data sheet, vendor shall include the required expander/reducer assembly in their
scope of supply.
2.1.9.3 Unless otherwise specified, end connection details shall be as below:
Threaded end connections shall be to NPT as per ASME B 1.20.1.
Flanged end connections shall be as per ASME B 16.5.

c) Flange face finish shall be as per ASME B16.5. The face finish shall be as follows:

125 AARH : 125 to 250 micro inch AARH

63 AARH : 32 to 63 micro inch AARH

2.1.10 Power Supply


Unless otherwise specified, the tank level instrument shall be suitable to operate at
power supply level of 110V / 230 V, 50Hz.
The supply voltage fluctuation of +10% and supply frequency fluctuation of ±3Hz
from the specified value, shall not affect the instrument performance.

2.1.11 Whenever the purchaser's data sheet indicates the requirement of switch assembly, it shall
meet the following requirements:
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 348 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
$8i1Pzi-e? F ENGINEERS
f&Pag INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
IA Cow of India undertaking)
INSTRUMENTS Page 8 of 13

The switch assembly shall be integral to the gauge head/tank side indicator.
The switch assembly shall provide one set of DPDT (or two sets of SPDT)
contacts.
Unless otherwise specified, the contacts shall be rated as follows:
For explosion proof application: 2A, 110V DC
For Intrinsically safe application: 0.5A, 30VDC
All switch contacts except those used in Intrinsically safe circuit shall be Silver
plated. Switch contacts in Intrinsically safe circuit shall be suitable for the
application.
The alarm set points shall be freely configurable.
2.1.12 Terminal Housing
The terminal housing shall be suitable for the area classification indicated in the
purchaser's data sheets. Unless otherwise specified, the enclosure shall comply
with the following requirements as a minimum:
Weather proof housing: IP 65 as per IEC 60529
Flameproof housing: Flameproof/Explosion proof i.e., Ex (d) as per IEC
60079 for explosion proof construction
Flameproof housing shall also be made weather proof.
All cables shall terminate on the terminal blocks in all vendor supplied equipments
including gauge head, tank side indicator, power switch, temperature element,
water probe, transmitter etc. Separate terminal blocks shall be provided for power
and signal cables. Unless otherwise specified, terminals shall be suitable for
terminating following conductor sizes, as a minimum:
Signal cables : 2.5 sq. mm
Power cables : 6 sq. mm
Separate terminal box shall be provided in case instrument terminals available as
standard are not suitable to accommodate the specified conductor sizes.
2.1.13 Purchaser's data sheet specifies the size of still-well provided in the tank equipment. In case,
vendor's standard product requires still-well size smaller than that specified, vendor shall
include the supply of such still-well in their scope along with all mounting accessories, as
necessary, which shall fit into the specified still-well.
2.1.14 Accessories and Interconnections
All accessories including mounting brackets required for installation of tank
gauges and tank side indicator shall be supplied by vendor.
All signal cables/ power cable and related accessories like junction boxes, cable
glands etc., required for interconnection between gauge head, tank side indicator,
power on-off switch, multipoint temperature element and water probe etc. shall be
supplied by the vendor. Unless specified otherwise , Signal or Power Cable of
length equal to Range/Height of the tank to be measured as indicated in the
respective data sheet + Circumference of the respective tank + 15 meter shall be
supplied by the vendor.
c) All junction/ terminal boxes, power on-off switches, cables glands etc. shall meet
the requirements specified in the clause no.2.1.12 (a) of this specification.
2.2 Float Operated Tank Level Instruments
2.2.1 Unless otherwise specified, float type tank level instrument typically shall have level
accuracy of +2 mm.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 349 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Ifaae? ENGINEERS
taiWteg INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
INSTRUMENTS Pa ge 9 of 13

2.2.2 Purchaser shall provide three (3) numbers of nozzles on the tank top each of 11/2" flanged
with rating as specified in the purchaser's data sheet. Vendor supplied instrument shall suit
the above nozzle sizes.
2.2.3 The anchor bar shall be welded to the tank bottom. Instrument designed with unwelded solid
Weights holding the guide wires taut at the tank bottom shall not be supplied.
2.2.4 Springs of spring housing assemblies shall be cadmium or nickel plated, as a minimum.
2.2.5 Where liquid seals have been specified, vendor shall select a suitable fill fluid which is
compatible with the process fluid.
2.2.6 For tank level measurements in pressurised tanks/ equipments where purchaser's data sheet
does not specify liquid seal, the tank side indicator shall have inbuilt sealing to avoid ingress
of process vapours in the tank side indicator.
2.2.7 Vendor shall be responsible to supply complete pipe work and related fittings from tank top
to tank side indicator. The pipes shall be hot dip galvanised, as a minimum.
2.2.8 Unless otherwise specified, the transmitter when specified shall provide 4-20 mA output
from the tank side indicator.
2.3 Servo Operated Tank Level Instruments
2.3.1 All servo operated tank level instruments shall be installed on a 6" flanged equipment nozzle
with 12" size still-well. The flange rating of the equipment flange shall be as per purchaser's
data sheet.
2.3.2 The requirement of isolation ball valve shall be specified in the respective data sheets.
Unless specified other wise, the isolation valve shall be full bore ball type of 6" size.
Minimum Body Wall Thickness shall not be less than specified in ASME BI6.34.
2.3.3 Material of construction of drum housing/drum chamber compartment shall be stainless
steel, as a minimum.
2.3.4 Each servo level instrument shall be provided with a calibration chamber with a viewable
window of blast proof glass. The calibration chamber can be either integral to the
instrument or separate. Whenever calibration chamber is separate i.e. not integral to the tank
level instrument, the material of construction of calibration chamber shall be stainless steel.
The calibration chamber shall also permit insertion / removal of displacer for maintenance
without removing the instruments.
2.3.5 Raising or lowering of displacer for calibration shall be possible on-line with the design of
still-well indicated in the material requisition.
2.3.6 As a standard, high and low level limit stop shall be provided to prevent the level sensor
from being driven beyond the working range.
2.3.7 The instrument measurement shall not be sensitive to pressure variation seen by the
instrument in the measuring chamber.
2.3.8 It shall be possible to raise or lower the displacer remotely i.e. from tank side indicator.
Where the level instrument is serially interfaced to remote interface unit, this facility shall
also be available at the remote interface unit.
2.3.9 The servo type tank level transmitter shall be capable of providing the following outputs,
Serial output as per vendor standard protocol or field bus protocol as per IEC 61158.
Analogue 4-20 mA DC current output.
However, the output as required from the servo type level instrument shall be as specified in
purchaser's data sheet.
2.3.10 The tank level instrument shall be capable of accepting input from multi element tank
temperature sensors (either thermocouple or resistance temperature detectors) and transmit
the same as a part of serial signal from the transmitter.
Copyright EIL — All rights reserved
Format No. 8-00-0001-F1 Rev. 0

Page 350 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
sig7taiR,
lallaareT ENGINEERS
INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
INSTRUMENTS Page 10 of 13

The tank level instrument electronic shall automatically determine the average termperature
by identifying;
all the submerged elements in case of spot type sensors.
Longest fully submerged temperature element in case of variable length type sensor.
In case, the vendor standard tank level instrument does not meet this requirement separate
field mounted electronics shall be offered to meet this requirement.
2.3.11 The servo level instrument shall be capable of measuring water level interface and product
density. This data whenever required shall be transmitted as a part of serial signal.
2.3.12 Performance Requirements
The accuracy of servo type of tank level instrument inclusive of linearity, repeatability and
hysteresis shall be as follows:
Level accuracy shall bet 1mm over the entire tank height.
Density accuracy shall be +0.005gm/cc over the complete set density range.
2.4 Radar type Tank Level Instrument
2.4.1 The type of antenna shall be as specified in the purchaser's data sheet. Where type is not
indicated in purchaser's data sheet, vendor shall select suitable type of antenna for the
specified process conditions including dielectric constant, viscosity and performance
requirements.
2.4.2 Purchaser's data sheet indicates the nozzle size and rating of the equipment for radar type of
level instrument. The size and rating of the tank level instrument shall be same as the tank
nozzle requirement specified in the purchaser's data sheet.
2.4.3 The radar type tank level transmitters shall be capable of providing following outputs:
Serial output as per vendor standard protocol or field bus protocols as per IEC 61158
Analogue 4-20 mA DC current output.
However, the output as required shall be specified in the purchaser's data sheets.
2.4.4 The tank level instrument shall be capable of accepting inputs from averaging type of tank
temperature sensors (either thermocouple or resistance temperature detectors) and transmit
the same as part of serial signal.
The tank level instrument electronic shall automatically determine the average temperature
by identifying;
All the submerged elements in case of spot type sensors.
Longest fully submerged temperature element in case of variable length type sensor.
In case, the vendor standard tank level instrument does not meet this requirement separate
field mounted electronics shall be offered to meet this requirement.
In addition to temperature sensor inputs, the transmitter shall also be capable of accepting
water probe input and pressure transmitter input, carry-out calculations and transmit the
signals as required, as part of serial interface.
2.4.5 For pressurised liquified gas level measurement, if required, the tank level instrument shall
have a built in pressure transmitter to compensate for the pressure variations inside the
equipment to maintain the performance requirement. Calibration pin shall be provided for
the on-line verification of the calibration of level instrument.
2.4.6 Performance Requirements
The accuracy of radar type of tank level instruments inclusive of linearity, repeatability and
hysteresis shall be as follows:
a) Level accuracy shall be ± I mm over the entire tank height.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 351 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
azdaei ENGINEERS
$1=e-ar INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
(A 4o. of India Under miaow
INSTRUMENTS Page 11 of 13

b) Level accuracy in case of pressurised liquified gases shall be +1.5 mm over the entire
tank height.
2.5 Remote Interface Unit (RIU)
2.5.1 Remote interface unit shall be microprocessor based programmable device capable of
accepting data from the tank level instruments over a serial network.
2.5.2 The remote interface unit shall have a display unit and a keyboard for operation,
maintenance and configurational requirements of tank level instrument.
2.5.3 Remote interface unit shall facilitate the following operational requirements;
Communication between field level instruments and purchaser's host system.
Ensure data integrity through data security control.
c) Provide to display for the following:
Process parameters like level, temperature density and water interface as
applicable.
Diagnostic alarms of tank level instruments.
Command display for tank level instruments.
Mode display.
Separate personal computer shall be provided if the interface unit does not have built-
in display and/or keyboard as per specifications.
Hoisting mechanism for servo type tank level instruments for verification of level
calibration, density measurement and interface level measurement.
Calibration of any level instrument connected to the interface units.
2.5.4 Interface unit shall provide a redundant MODBUS (RTU) with RS 485 serial output for
interface with host.
2.5.5 Interface unit shall be supplied complete with all hardware and software capable of
monitoring and system diagnostics. Zero checking of the level instruments shall also be
possible from remote interface unit.
2.5.6 The interface units shall be supplied pre-installed and pre-wired in interface unit cabinets
unless specified otherwise in the material requisition.
2.6 Tank-side indicator:
2.6.1 Tank-side indicator shall provide a digital display and shall display the following
information:
Display for level, density and interface level, as applicable for the type of tank level
instrument.
Average tank temperature when multipoint temperature elements are also installed
along with the tank level instrument.
c) Status of tank level instruments.
The parameter to be displayed shall be selectable from the tank side indicator or through
separate hand held terminal.
2.6.2 A test switch shall be available with tank side indicator to test the integrity of display.
Where no switch is provided, the testing should be possible from a hand held terminal.
2.6.3 Unless specifically indicated otherwise, both certified intrinsically safe or explosion proof
tank side indicator shall be acceptable for hazardous area installation.
2.6.4 Tank side indicator shall be suitable for 2" pipe mounting. Accessories required for pipe
installation shall be supplied by the vendor.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 352 of 440


SW-4e?
ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

Igate2eg WA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3


IA Can of India Uneenaking)
INSTRUMENTS Pa e 12 of 13

2.7 Water Interface Sensor


2.7.1 Whenever specified, vendor shall offer an independent water interface sensor which shall be
capable of measuring interface between water and oil. An integrated water interface-cum-
temperature probe shall be offered when specified.
2.7.2 The water interface sensor/probe shall be suitable for the pressure and temperature
conditions specified in the purchaser's data sheet.
2.7.3 The length of water interface level probe shall be as specified in the data sheet.
2.7.4 Unless otherwise specified, the material of construction of wetted parts i.e. sensor/probe,
insertion rope/wire etc. shall be SS 316, as a minimum.
2.7.5 The water interface probe shall be top mounted with end connections as 2" flanged. The
rating and type of flange shall be as specified in the data sheet.
2.7.6 The sensor/probe shall have suitable anchoring facility to it straight and avoid its transverse
movement.
2.7.7 The sensor shall be connected to either tank level instrument electronics or to a separate
electronics as per vendor standard product.
2.7.8 Performance Requirements:
The water interface measurement shall meet the following performance requirements:
Accuracy: ± 0.3% of full scale
Repeatability: f 0.1 % of full scale.
2.8 Multi - element tank temperature sensor
2.8.1 Multi-element tank temperature sensor, when specified, shall be used for measurement of
average temperature in the equipment/tank. An integrated interface level-cum-temperature
element shall be offered when specified.
2.8.2 The multi-element temperature element shall be either multiple spot type or variable length
type. The type of temperature elements shall be as follows:
Spot type element: RTD type Pt100 or Thermocouple type E'
Variable length type element RTD type Cu90
Other type of elements can also be offered provided they meet the performance
requirements specified in clause 2.8.8 of this specification.
2.8.3 The length of the multi element temperature sensor shall be decided based on the
equipment/tank height. However number of elements within the temperature sensor shall
meet the following requirements.
2.8.3.1 Unless otherwise specified in the purchaser's data sheets, the number of temperature
elements in case of spot type multi-element temperature sensor shall be as follows:
The first element i.e. the bottom most element shall not be placed more than
I 000mm above the tank bottom.
All elements, other than the first element, shall be located typically at every 10% of
the tank height with minimum and maximum distance between two successive
elements as 1000mm and 3000mm respectively.
2.8.3.2 Unless otherwise specified in purchaser's data sheets, the number of elements in case of
variable length type temperature sensor shall be provided based on the lengths indicated in
Table 2 of API MPMS chapter 7.4.
2.8.4 Each temperature element shall MgO filled with SS sheath. All elements within the
temperature sensor shall be bundled together within a flexible protection tube. The material
of construction of protection tube shall be SS 316, unless otherwise specified.

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

Page 353 of 440


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
sara-ae? ENGINEERS
INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
51WirilLjteg IA CoN or Underisongk
INSTRUMENTS Page 13 of 13

2.8.5 The end connections for the installation of temperature element on the equipment/Tank shall
be 2" flanged, unless otherwise specified, with rating and type as indicated in purchaser's
data sheet. The flange material shall be SS 316, unless otherwise specified.
Provision of anchoring the free-end of the temperature element shall be provided either by
providing
Anchoring weights of suitable size. The material of construction of weights shall be
SS 316, as a minimum.
Bolted anchor, when specifically indicated or whenever integrated water interface-
cum-temperature sensor is specified.
2.8.6 The temperature element shall be installed in a slotted still-well of 2" size.
Thermowell shall be provided, whenever specified. The material of construction of
Thermowell shall be SS 316, as a minimum. Fill fluid shall be supplied whenever
Thermowell installation is specified.
2.8.7 The multi-element temperature sensor shall be connected to either tank level instrument
electronics or to a separate electronics as per vendor standard product.
2.8.8 Performance Requirements
Unless otherwise specified the multi-element temperature sensor shall have a measurement
accuracy of +0.5 deg°C throughout its measurement range.
3.0 NAMEPLATE
3.1 Each tank level indicator shall have a stainless steel nameplate attached firmly to it at a
visible place, furnishing the following information:
Tag number as per purchaser's data sheet.
Manufacturer's serial number and model number.
Manufacturer's name/trade mark.
Range of level measurement in millimetres.
e) Nominal end connection size in inches and rating.
1) Area classification in which the equipment can be used.
g) Hazardous area certificate number.
4.0 INSPECTION AND TESTING
Purchaser reserves the right to inspect and witness testing of all the items at the vendor's
works in line with the inspection test plan and approved quality documents for tank level
instruments. All these tests shall be completed by the vendor and test reports shall be
submitted to Purchaser for scrutiny.
5.0 SHIPPING
5.1 All threaded and flanged openings shall be suitably covered to prevent entry of foreign
material.
5.2 All the items comprising a tank level indicator system shall be individually packed and
shipped in the same crate.
6.0 REJECTION
6.1 Vendor shall prepare their offer strictly as per clause 1.2 of this specification and shall attach
only those documents, which are specifically indicated in the material requisition.
6.2 Any offer not conforming to the above requirements, shall be summarily rejected.

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

Page 354 of 440


Page 355 of 440
Page 356 of 440
Page 357 of 440
Page 358 of 440
Page 359 of 440
Page 360 of 440
Page 361 of 440
Page 362 of 440
STANDARD SPECIFICATION NO.
IfillitadaENGINEER.S
INSPECTION AND TEST PLAN
Ef151-agW INDIA LIMITED FOR 6-81- 2014 Rev. 2
+Wen eleePirenAITAI I ACv. al NOS Unfiellakingl TANK LEVEL INSTRUMENTS Page 1 of 5

ftriteze t
ffitawr tftcrur
INSPECTION AND TEST PLAN
FOR
TANK LEVEL INSTRUMENTS

2 22.03.12 Revised and Re-issued GS KC DM

1 02.01.08 Revised and Re-issued SA CRM MVKK VC

0 29.11.02 Issued for implementation RG AKC AKB GRR

Standards Committee Standards Bureau


Rev. Prepared Checked Convenor Chairman
Date Purpose by by
No.
Approved by

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

Page 363 of 440


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ffittazreie ENGINEERS
Igar €151e-ciir INDIA LIMITED FOR 6-81-2014 Rev. 2
.en erxwe N awn) IA 6ort ol MM UnCataluna)
TANK LEVEL INSTRUMENTS Page 2 of 5

Abbreviations
AS Alloy Steel MRT Mechanical Run Test
BASEEFA British Approval Service for Electrical Equipment in Flammable MPT/MT Magnetic Particle Testing
Atmospheres MTC Material Test Certificates
BIS Bureau of Indian Standards MOC Material of Construction
CCE or CCOE Chief Controller of Explosives NPSH Net Positive Suction Head
CELL Certification Engineers International Limited NDT Non Destructive Testing
CIMFR Central Institute of Mining & Fuel Research NEMA National Electrical Manufacturers Association
CE Carbon Equivalent PO Purchase Order
DFT Dry Film Thickness PESO Petroleum Explosive Safety Organization
DT : Destructive Testing PQR Procedure Qualification Record
DP or DPT : Dye Penetrate Testing PR Purchase Requisition
ERTL Electronics Regional Test Laboratory PMI : Positive Material Identification
FCRI : Fluid Control Research Institute PTB Physikalisch-Technische Bundesanstalt
FM : Factory Mutual QC Quality Control
FLP : Flame Proof RT : Radiography Testing
HART : Highway Addressable Remote Transducer SS Stainless Steel
HV : High Voltage TC : Test Certificate
ITP : Inspection and Test Plan TPI or TPIA : Third Party Inspection Agency
IP : Ingress Protection UT : Ultrasonic Testing
IC : Inspection Certification UL : Under writer Laboratories
IR : Insulation Resistance VDR : Vendor Data Requirement
IEC : International Electro technical Commission WPS : Welding Procedure Specification
JEC : Japanese Electro technical Committee WPQ : Welders Performance Qualification
LPT : Liquid Penetrate Testing XLPE : Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary


Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jab (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poornachandra Rao

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


Copyright El L — All rights reserved

Page 364 of 440


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ItitRzrek ENGNEERS
1- ar ISOleg lit INDIA LIMITED FOR 6-81-2014 Rev. 2
TANK LEVEL INSTRUMENTS Page 3 of 5

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Tank Level Instruments.

2.0 REFERENCE DOCUMENTS

PO/PR / Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
WPS
Welding procedure Qualification for welding W (New)
1.1 WPS/PQR/WPQ 100% PQR -- H
involved in float & fabrication. R (Existing)
WPQ
2.0 Material Inspection
Incoming Material like Float • Material Identification, Chemical &
/ Displacer, Bottom anchor, Mechanical Properties, Heat treatment.
Guide wire assembly, Gauge 100% Material Test
H/R
2.1 head housing, Guide wire, Certificates / Test H R
(Note 1)
Tape, Pipe, Elbow, Union, Lab Certificates
Flange, Socket, calibration
chamber etc.
3.0 In process Inspection
Machining of components Visual, Dimensions.
Supp
Supplier's Test _
3.1 and assembly 100% H -
Records

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


Copyright EIL —All rights reserved

Page 365 of 440


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
sarEzie? If ENGINEERS
INDIA LIMITED FOR 6-81-2014 Rev. 2
rafale
, IA Go.t al inthe Linden...mg)
TANK LEVEL INSTRUMENTS Page 4 of 5

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER

4.0 Final Inspection

Visual check
Dimensional checks
Check calibration status of all testing
equipment
Calibration & functional test for tank level
instruments
Supplier's Test
Calibration for multi element temperature 100% by supplier H H/W
Records and -
4.1 Final Inspection sensor. and on random
Inspection
Calibration for water interface probes. basis by
Witness Record
Functional test for RIU (Remote Interface EIL/TPIA
Units)
Pressure test on float
Load driving capability check on transmitter
I.R test and voltage test on transmitter

Certificate from approving authority like


BASSEFA, FM, PTB, UL, CMRI, etc. for
use in specified hazardous area.
Statutory
BIS approval for explosion proof Approval
Submission of certificates / construction of instruments enclosure Prototype for H R
4.2 Certificates / -
Documents manufactured indigenously. each model Type Test
Statutory approval certificates for transmitter Certificates
and electronic indicator from CCOE/PESO
for use in specified hazardous area.
Degree of protection certificate (IP) for

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


Copyright EIL — All rights reserved

Page 366 of 440


INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ISWIeL idft, ENGINEERS
arOW-G s-INDIA LIMITED FOR 6-81-2014 Rev. 2
awn) IA Gov d India undedakim
TANK LEVEL INSTRUMENTS Page 5 of 5

SCOPE OF INSPECTION
SL QUANT UM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
gauge / transmitter / indicator enclosure
Electromagnetic compatibility certificate
5.0 Painting
Special cleaning and packing for oxygen and
Packing list /
Painting chlorine services
5.1 100% Supplier's - H
Pre treatment, primer and final paint, shade, Records
thickness.
6.0 Documentation and IC
Supplier's Test
Review of Internal Test Reports & MTCs Records /
6.1 Documentation and IC 100%
Inspection
- H H
IC issuance.
Certificate

Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).

NOTES :

All NACE, Hydrogen service, AS, SS flanges to be inspected by TPIA appointed by the Main Supplier. CS flanges upto size 24" — 300 ANSI will be accepted on
review of Supplier Test Certificates. Supplier test certificate to be reviewed by TPIA.
Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPI/EIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPI/EIL witness. .
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

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


Copyright EIL — AD rights reserved

Page 367 of 440


Page 368 of 440
Page 369 of 440
Page 370 of 440
Page 371 of 440
Page 372 of 440
Page 373 of 440
Page 374 of 440
Page 375 of 440
Page 376 of 440
Page 377 of 440
Page 378 of 440
Page 379 of 440
Page 380 of 440
Page 381 of 440
Page 382 of 440
Page 383 of 440
Page 384 of 440
Page 385 of 440
Page 386 of 440
Page 387 of 440
Page 388 of 440
Document No.
COMPLIANCE STATEMENT A307-0IY-16-51-CF-2820
Rev 2
Page 1 of 2

TECHNICAL COMPLIANCE STATEMENT


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

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


----------------------------------------------------QUOTED BY M/s -------------------------------------------
FOR BPCL–KRL INTEGRATED REFINERY EXPANSION PROJECT, AGAINST
MATERIAL REQUISITION No. A307-0IY-YN-MR-2820, Rev C TANK FARM
MANAGEMENT SYSTEM IS IN TOTAL COMPLIANCE TO THE SCOPE AS WELL AS
ALL THE TECHNICAL SPECIFICATION AND NO DEVIATION, VARIATION OR
RESERVATION WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL OFFER.
IT IS FURTHER AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR
OFFER WILL BE REVIEWED BY EIL/BPCL-KR DURING DETAILED ENGINEERING
STAGE AFTER ORDER AND ANY CHANGE REQUIRED TO MEET THE
REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING AMENDMENT(S) (IF
ANY) WILL BE INCORPORATED BY US WITHOUT ANY PRICE AND TIME
IMPLICATION.

(BIDDER’S SIGNATURE AND STAMP)

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


Page 389 of 440
Document No.
COMPLIANCE STATEMENT A307-0IY-16-51-CF-2820
Rev 2
Page 2 of 2

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/


No. ANSWER
Please note that it is mandatory to furnish
replies to the technical queries listed
below, without which your offer will be
considered incomplete.

1. This Technical Questionnaire with


categorical Confirmation against each of
the clauses, deviation (if any), against the
applicable specifications and codes shall
be duly consolidated at one place (as per
the attached deviations list format) by the
bidder.
In case no deviations are furnished, it will
be presumed that all requirements are fully
met and complied with, by the bidder.
Any deviations/ deletions/ corrections
made by the bidder elsewhere will not be
taken Cognizance of and all such
deviations shall deem to have been
withdrawn by the bidder.

2. Confirmed that compliance to “Special


Instruction to vendor, various technical
specifications, drawing and document with
Technical Questionnaire” have been
submitted with the offer.

3. Confirmed that Two Years Operational


Spares have been quoted as per SIV.

4. Confirmed that proven track record for


offered TANK FARM MANAGEMENT
SYSTEM are provided in the offer as per
SIV.
5 Confirmed that mandatory spares of each
group have been quoted as per SIV.
6 Confirmed quote for Post warranty
maintenance charges are provided as per
MR.
7 Confirmed quote for training charges are
provided as per MR.

BIDDER’S SIGNATURE & STAMP

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


Page 390 of 440
TANK FARM MANAGEMENT
SYSTEM FOR INTEGRATED A307-0IY-YL-LSF-2820 Rev.
REFINERY EXPANSION PROJECT 1
KOCHI REFINERY – BPCL KR Page 1 of 3

ANNEXURE II
(LOGISTIC SUPPORT FORMATS)

1 25/04/14 ISSUED FOR BIDS AK DP PS

0 18/09/13 ISSUED FOR BIDS AK DP PS


Rev. Prepared Approved
Date Purpose Checked by
No by by

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


Page 391 of 440
TANK FARM MANAGEMENT
SYSTEM FOR INTEGRATED A307-0IY-YL-LSF-2820 Rev.
REFINERY EXPANSION PROJECT 1
KOCHI REFINERY – BPCL KR Page 2 of 3

CERTIFICATE FOR LOGISTIC SUPPORT

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

I, ON BEHALF OF M/s ____________________________________________________ CONFIRM

THAT THE TANK FARM MANAGEMENT SYSTEM QUOTED BY M/s

__________________________________________ FOR INTEGRATED REFINERY EXPANSION

PROJECT, KOCHI REFINERY, AMBALAMUGAL, KERALA, INDIA OF M/s BPCL-KR AGAINST

MATERIAL REQUISITION A307-0IY-YN-MR-2820, REV C SHALL CONTINUED TO BE

SUPPORTED BY US AND QUOTED SYSTEM SHALL NOT BE WITHDRAWN FROM “INDIAN”

MARKET IN NEXT THREE (3) YEARS FROM THE DATE OF PLACEMENT OF ORDER AS A

MATTER OF CORPORATE POLICY.

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER BY M/s BPCL-KR ON

M/s_________________________________________________, M/S BPCL-KR SHALL BE

SUPPORTED IN PROVIDING BACK-UP ENGINEERING, MAINTENANCE SUPPORT, AND SPARE

PART SUPPORT FOR A PERIOD OF NOT LESS THAN TEN (10) YEARS FROM THE DATE OF

EXPIRY OF WARRANTY.

SIGNATURE WITH SEAL

(AUTHORIZED, SENIOR MANAGEMENT LEVEL)

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


Page 392 of 440
TANK FARM MANAGEMENT
SYSTEM FOR INTEGRATED A307-0IY-YL-LSF-2820 Rev.
REFINERY EXPANSION PROJECT 1
KOCHI REFINERY – BPCL KR Page 3 of 3

CERTIFICATE FOR LOGISTIC SUPPORT

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

I, ON BEHALF OF M/s______________________________________________________ CONFIRM

THAT THE TANK FARM MANAGEMENT SYSTEM QUOTED BY US FOR INTEGRATED

REFINERY EXPANSION PROJECT, KOCHI REFINERY, AMBALAMUGAL, KERALA, INDIA OF

M/s BPCL-KR AGAINST MATERIAL REQUISITION A307-0IY-YN-MR-2820, REV.C SHALL

CONTINUE TO BE SUPPORTED BY US AND OUR PRINCIPAL

M/S___________________________________ AND QUOTED SYSTEM SHALL NOT BE

WITHDRAWN FROM “INDIAN” MARKET IN NEXT THREE (3) YEARS FROM THE DATE OF

PLACEMENT OF ORDER AS A MATTER OF CORPORATE POLICY.

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER BY M/S BPCL-KR ON US WE

SHALL CONTINUE TO SUPPORT M/S BPCL-KR IN PROVIDING BACK-UP ENGINEERING,

MAINTENANCE SUPPORT, AND SPARE PART SUPPORT TO M/s BPCL-KR FOR A PERIOD OF

NOT LESS THAN TEN (10) YEARS FROM THE DATE OF EXPIRY OF WARRANTY.

SIGNATURE WITH SEAL

(AUTHORIZED, SENIOR MANAGEMENT LEVEL)

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


Page 393 of 440
ANNEXURE-I A307-0IY-16-51-PCV-2820
-IY-YN-SP-2820
POWER CONSUMPTION Rev 1
DETAILS Page 1 of 2

POWER CONSUMPTION DETAILS FOR 110V AC UPS (FIELD & CONTROL ROOM)

SR. FEEDER DESCRIPTION APPROX. QTY. TOTAL


NO. LOAD REQD. LOAD
(VA) REQD
1. FIU PANEL/CABINET SUPPLIED BY VENDOR * * *
AT CONTROL ROOM .( FOR REDUNDANT FIU,
TFMS PC, PRINTER ETC.,) - TFMC CONTROL
ROOM
2 FIU PANEL/CABINET SUPPLIED BY VENDOR * * *
AT CONTROL ROOM .( FOR REDUNDANT FIU,
TFMS PC, PRINTER ETC.,) – ACTP CONTROL
ROOM
3 RADAR TYPE TANK LEVEL INSTRUMENTS * *
PER TANK UPTO POWER SWITCH (EACH
TAG)

4. SERVO TYPE TANK LEVEL INSTRUMENTS * *


PER TANK UPTO POWER SWITCH (EACH
TAG)

5 COMMON POWER JB LOCATED NEAR TANK * (Note-2) *


DYKE AREA (FOR EACH JB) - FOR RADAR
LEVEL GAUGES

6 COMMON POWER JB LOCATED NEAR TANK * (Note-2) *


DYKE AREA (FOR EACH JB) - FOR SERVO
LEVEL GAUGES.

NOTE: *: DETAILS TO BE FURNISHED BY TFMS VENDOR.

1. Bidder to provide power consumption for each FIU panel, accordingly incoming feeder
shall be provided in UPS ACDB at TFMC control room & ACTP Control room. Further
distribution to bidder supplied items like FIU, TFMC PC, printer etc., shall be done by
bidder.
2. Bidder to provide power consumption rating for each common power JBs considered by
the vendor near each tank farm dyke area. Accordingly power feeders shall be provided in
UPS PDB by the purchaser.
3. Supply of power cable from UPS PDB at C/R to each common power JBs shall be in the
bidder’s scope. Further distribution from common power JB to each radar/ Servo LT also
by the bidder.
4. Bidder to submit the power cable sizing calculations during detailed engineering for EIL’s
review & approval. Bidder to note that allowable voltage drop due to cable impedance
shall be 5% maximum.
5.

____________________________________________________________________________________
Format No.
Page 3941641-1924
of 440 Rev.1 Copyrights EIL - All rights reserved
ANNEXURE-I A307-0IY-16-51-PCV-2820
-IY-YN-SP-2820
POWER CONSUMPTION Rev 1
DETAILS Page 2 of 2

POWER CONSUMPTION DETAILS FOR 230V AC NON UPS FOR LIGHTING OF


PANEL

SR. FEEDER DESCRIPTION APPROX. QTY. TOTAL


NO. LOAD REQD. LOAD
(VA) REQD
1. FIU PANEL/CABINET SUPPLIED BY VENDOR * * *
AT TFMC CONTROL ROOM

2 FIU PANEL/CABINET SUPPLIED BY VENDOR * * *


AT ACTP CONTROL ROOM

3. ANY OTHER REQUIREMENT

* : DETAILS TO BE FURNISHED BY TFMS VENDOR.

____________________________________________________________________________________
Format No.
Page 3951641-1924
of 440 Rev.1 Copyrights EIL - All rights reserved
Page 396 of 440
A307-0IY-16-51-OD-2822 REV 2
Page 397 of 440
Page 398 of 440
Page 399 of 440
Page 400 of 440
Page 401 of 440
Page 402 of 440
Page 403 of 440
Page 404 of 440
Page 405 of 440
Page 406 of 440
Page 407 of 440
Page 408 of 440
Page 409 of 440
Page 410 of 440
Page 411 of 440
Page 412 of 440
Page 413 of 440
Page 414 of 440
Page 415 of 440
Page 416 of 440
Page 417 of 440
Page 418 of 440
Page 419 of 440
Page 420 of 440
Page 421 of 440
Page 422 of 440
Page 423 of 440
Page 257 of 1175
Page 424 of 440
Page 258 of 1175
Page 425 of 440

Page 254 of 1175


Page 426 of 440

Page 254 of 1175


Page 427 of 440

Page 255 of 1175


Page 428 of 440

Page 256 of 1175


Page 429 of 440
INST. RCC CABLE TRENCH

W-600.00
3000W x 750D
INST. RCC CABLE TRENCH 3100W x 750D REF. DWG. NO. REFERENCE DRAWING TITLE

W-800.00

W-400.00

W-200.00
FOR INST. CABLE DUCT FOR INST. CABLE DUCT
INST. RCC INST. RCC 1200W x400H
1200W x400H A307-000-16-47-0001 REV-3 OVERALL PLOT PLAN
INST. RCC CABLE TRENCH CABLE TRENCH 1000W x 400H
600W x 750D 1200W x400H CABLE TRENCH
FOR INST. CABLE DUCT IBC - 1 FOR VGO-HDT FOR VGO-HDT
FOR DHDT FOR DHDT
INST. RCC A307-IUC-16-51-0800 REV-B INST. CABLE ROUTING LAYOUT FOR CT-1 & CT-2
400W x200H TYPE-VI
FOR FO CABLES TO MCR CABLE TRENCH 3600W x1800D IBC - 7 A307-IUS-16-51-0800 REV-B INST. DUCT LAYOUT FOR CPP/GTG/HRSG UNITS.
TYPE-VI WALK WAY
CONCRETE 600W x 750D 3600W x1800D
INST. RCC CABLE TRENCH
IBC - 13 BATCHING PLANT & INST. RCC
600W x 750D
TYPE-VI CEMENT GODWON IBC - 8

N
FOR INST. CABLE DUCT CABLE TRENCH
INST. RCC 3600W x1800D
400W x200H TYPE-I
FOR HW CABLES TO MCR CABLE TRENCH
400W x 400D 1700W x 850D EL. HOLD
INST. RCC (FOR PIPERACK DETAILS
CABLE TRENCH INST CABLE DUCT
N-1200.00 IRC-2
IRC-6 1200W x 400H REFER PIPING INPUT) NOTES :-
IBC-17
INST CABLE DUCT
1700(W)X800(D)
800W x 300H
IRC-3
INST. RCC CABLE TRENCH 3000W x 750D INST CABLE DUCT
FOR INST. CABLE DUCT
1200W x400H INST. RCC FACT 800W x 300H
(HOLD)
1200W x400H CABLE TRENCH 3100W x 750D
INST. RCC RCC INSTRUMENT
FOR DCU & CR LPG TREA.
CABLE TRENCH CABLE TRENCH
1000(W)X850(D)
IBC - 2
1400W x 750D FOR DETAIL REFER DRAWING
TYPE-VI
3600W x 1500D
INST. RCC NO. A307-IUC-16-51-0800 REV.B HOLDS:-
CABLE TRENCH DETAIL - A
1. CABLE ROUTING:
IBC - 3 INST. CABLE DUCT IRC-5 A. REFINERY BATTERY LIMIT TO RWTP
TYPE-II 600W x 200H 3x3 NOS. OF
N-1000.00 1700W x 850D 400W x 200H C/R.
INST. RCC CABLE TRENCH
B. FOR S BLOCK INST. AIR DRYER, FROM
IBC - 4 1200W x400H IRC-4
TYPE-VI
1000W x 400H
FOR DHDT 3x3 NOS. OF FIELD TO SRR-1.

W-1200.00

W-1000.00
W-1600.00

W-1400.00
3600W x 1000D C. SOUR FLARE SYSTEM (DHDS AREA)
W-1800.00

INST. DUCT
3000W x 850D 400W x 200H
INST. RCC IBC - 9 FROM FIELD TO SRR-1.
CABLE TRENCH TYPE-I
1700W x 850D
SECTION `A-A'
IBC - 5
TYPE-I
2300W x 750D 1000W x 750D
1700W x 850D
INST. RCC INST. RCC 600W x 750D
CABLE TRENCH 800W x 750D
IBC - 6 CABLE TRENCH IBC - 11
INST. RCC INST. RCC
TYPE-I CABLE TRENCH TYPE-I CABLE TRENCH
INST. CABLE DUCT
1700W x 850D 800W x 300H 1700W x 850D
N-800.00 600W x 200H
INST. DUCT 2 NOS.
1000W x 400H INSTRUMENT DUCT 1500W x 750D IBC - 10 1000W x 750D
1000W x 400H INST. RCC TYPE-I INST. RCC
1200(W)X400(H) CABLE TRENCH
1700W x 850D CABLE TRENCH
3000W x 750D
INST. DUCT 2 NOS.
INST. RCC
1200W x 400H CABLE TRENCH
1200W x 400H INST. RCC CABLE TRENCH

E-800.00
E-200.00

E-400.00

E-600.00
FOR INST. CABLE DUCT
IBC - 12 1200W x400H
TYPE-VI 800W x 300H
3600W x 1800D FOR CDU/VDU/NSU
INST. DUCT
1200W x 400H
1200W x 400H
INST. RCC CABLE TRENCH FOR FO/HARDWIRED CABLE
INST. DUCT 1 NOS. 1400W x 750D
FOR INST. CABLE DUCT 3600W x 750D INST. RCC CABLE TRENCH
1200W x 400H FOR INST. CABLE DUCT
INSTRUMENT DUCT FOR SYSTEM & H/W CABLES INST. RCC
TO MCR 1000W COOLING TOWER
800(W)X300(H) CABLE TRENCH 2000W FOR CDU/VDU
600W x300H/ 400W x200H
N-600.00 FOR FCCU
600W FOR HW CABLES TO MCR

INST. DUCT 400W x 400D INST. RCC CABLE TRENCH


INSTRUMENT DUCT
1200W x 400H
600(W)X200(H) INST. RCC FOR DRINKING WATER TANK
800W x 300H
BO
CABLE TRENCH
ILE
R
UB
- 10

IRC- 1

BU MA
DI
LL NT
FOR INSTRUMENTATION CABLE DUCT

S
ETP

W-267.0

ET LE
FACT

20 D
S/STN-05 SEE SECTION A-A

02
-T
CSS-15

03
IRC-11 TO IRC-18

TO
BE
.
24.0 C
RM
TYPICAL INSIDE N 447.53 /P
C 3
MC
C
=C ER
DYKE WALL W 215.77 C3 ITT
L
N-400.00 TT
E RY
SP
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

BA RM
INSTRUMENT DUCT M/
15.245 .R
NT
1200(W)X400(H) CO IB

S/
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

S-
800(W)X300(H)

West 300.000

West 200.000

04
North 350.000

North 350.000
800(W)X300(H) WAS
TE W
ATE
R TR

N-
EAT

RTS

4
KALPAKODYAN PARK
MEN

UPPO

50
T

.00
T-S
PON

ON
DS

ES
PIPE RACK BRIDGE

PIP
KALPAKODYAN PARK

ION
DETAIL - A

CL
YT-

OF
STA
45

RO
RCC INSTRUMENT

AD
FIRE
YT-16

G
CABLE TRENCH

DIN

IN 100
400(W)X400(D)

ST 0(
BUIL

RU W)
M X4
EN 00
T (H)
~

DU
0
63
T-
Y- 1

CT
63

E-1000.00

E-1200.00

E-1400.00
CL

E-1600.00

E-1800.00
T-
Y-

OF
0
63
T-
INSTRUMENT DUCT

RO
Y-

EX
31

N-200.00 -6

IS
AD
T
Y-

TIN
600(W)X200(H)

G
PIP
E
RCC INSTRUMENT

RA
CK
INSTRUMENT DUCT
CABLE TRENCH
800(W)X300(H)
600(W)X600(D)

96
.60
N-152.45
INSTRUMENT DUCT
SRR 1000(W)X400(H)
RCC INSTRUMENT
CABLE TRENCH
2300(W)X850(H)
HOLD
(NOTE-20)

RCC INSTRUMENT
INSTRUMENT DUCT
CABLE TRENCH
400(W)X200(H) INSTRUMENT DUCT
N.S-000.00 600(W)X750(D)
400(W)X200(H)
INSTRUMENT DUCT
600(W)X200(H)
INSTRUMENT DUCT
600(W)X200(H)
INSTRUMENT DUCT
YT-46 400(W)X200(H)
INSTRUMENT DUCT RCC INSTRUMENT
YT-47 400(W)X200(H) (ON THE DYKE WALL) CABLE TRENCH
600(W)X750(D)

RCC INSTRUMENT
CABLE TRENCH

E-2200.00

E-2400.00
750(W)X750(D)
RCC INSTRUMENT

JECT
USE
CABLE TRENCH
1400(W)X750(D)

NEW PRO
5.0

FFL=8.0 WARE HO
LPG MOUNDED

FFL=6.5

CONT.RM.
HOUSE
WARE
(IREP)
BULLETS-5 Nos. C.W.SUMP

ACTP
RCC INSTRUMENT
S-200.00 L=51m

SUB-STN.
ELECTRIC
CABLE TRENCH

ACTP
1000(W)X750(D)

INSTRUMENT DUCT
400(W)X200(H)

IBC-18 CLASSIFIED
ROAD (NEW)
1700(W)X800(D)
IBC-19
RCC INSTRUMENT 3600(W)X800(D)
CABLE TRENCH RCC INSTRUMENT
300(W)X300(D) RCC INSTRUMENT SRR-2
CABLE TRENCH
CABLE TRENCH 30x16
1000(W)X750(D)
3600(W)X750(D) RCC INSTRUMENT
INSTRUMENT DUCT
600(W)X200(H) CABLE TRENCH
IRC-19 TO IRC-26 TR
600(W)X750(D)
TYPICAL INSIDE HOC S-370.0

S-400.00 DYKE WALL CLASSIFIED ROAD


INSTRUMENT DUCT

E-1875.0
WT-11 OPTION 'B' FOR CABLE
400(W)X200(H) TR
ROUTING FROM SRR-3

E-1600.0
INSTRUMENT DUCT TO DHDS C/R.

27.90
27.90
OPTION 'A' FOR CABLE 600(W)X200(H) 40
31.

28.40
ROUTING FROM SRR-3 RCC RETAINING WALL IRC-47
RCC INSTRUMENT OWS TO DHDS C/R.
CABLE TRENCH SUMP& S-470.0
PH
300(W)X300(D) 40x40

E-1815.0
31.4 S-495.00 31.4

29.40
CSS-5
FWTP INSTRUMENT DUCT S-515.0
600(W)X200(H) INSTRUMENT DUCT
DHDS ETP 600(W)X200(H) FABRICATION YARD

S-560.0

S-600.00

31.3
17.0

20.0
RCC INSTRUMENT
S-600.0
WT-8 CABLE TRENCH

E-1565.0
FURNACE
600(W)X750(D) CONT. ROOM
50.0x25.3 HOLD

E-1820.0
FABRICATION YARD

E-1698.0
(NOTE-20)
IRC-26 TO IRC-35 RWTP 27.0
31.4 S-650.0 31.4
25.0
TYPICAL INSIDE
DYKE WALL

S-700.0

WT-10
FABRICATION YARD
WT-7 25.0
FABRICATION YARD

E-1965.00
S-800.00
S-800.00
WT-9

INST.AIR DRYER
CONTROL ROOM
FGL. +19.0

S-830.0

OHT
33.40

E-1612.20

E-2000.00
FUT

31.0

S-1000.00
COOLING
15.90CSS-1 DM WATER TANK
CAP.2000M
OPEN/CLOSE STORAGE YARD TOWER-2

WT-6

WT-5
OPEN/CLOSE STORAGE YARD

15.90
CSS-7
WT-4

E-1900.20
S-1200.00

CABLE TRAYS ABOVE PIPE RACK / PEDESTAL SUPPORTS

RCC CABLE TRENCH

(OR) INSTRUMENT ROAD CROSSING DATE REVISIONS BY CHKD APPD


(MXN INDICATES NO. OF SLEEVES)

BOX CULVERT
IBC=INSTRUMENT BOX CULVERT
N=BOX CULVERT SIZE

dksph fjQkbujh
vEckykeqxy dsjy Hkkjr
AMBALAMUGAL, KERALA, INDIA.

Page 430 of 440


OVERALL CABLE ROUTING
lEiwZ.k dscy ysvkmV LAYOUT
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.

3-1641-0500 REV.2 A0-1189 x 841


ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

Supply items- Break-up price details

Design ,engineering,manufacture,procurement of materials and bought out components, assembly at shop,inspection,testing at


manufacturer's works, commisioning spares, packing, delivery, documentation as per the enclosed EIL standard specifications,
instructions to vendors, job specification, data sheets etc.
1.01 Group-A: Radar Level gauges & its associated items as per MR 1 Lot

1 TF1 YT-25 0IY-LT-1301 Radar Level Instruments & its associated items 1 No.

2 YT-26 0IY-LT-1302 Radar Level Instruments & its associated items 1 No.

3 TF2 YT-29 0IY-LT-1401 Radar Level Instruments & its associated items 1 No.

4 YT-28 0IY-LT-1501 Radar Level Instruments & its associated items 1 No.

5 YT-383 0IY-LT-4003 Radar Level Instruments & its associated items 1 No.

6 YT-384 0IY-LT-4004 Radar Level Instruments & its associated items 1 No.

7 YT-440 0IY-LT-4001 Radar Level Instruments & its associated items 1 No.

8 YT-450 0IY-LT-4002 Radar Level Instruments & its associated items 1 No.

9 YT-22 YT-22LT1R Radar Level Instruments & its associated items 1 No.

10 TF3 YT-341 0IY-LT-1601 Radar Level Instruments & its associated items 1 No.

0IY-LT-1602 Radar Level Instruments & its associated items 1 No.

11 YT-342 0IY-LT-1603 Radar Level Instruments & its associated items 1 No.

0IY-LT-1604 Radar Level Instruments & its associated items 1 No.

12 YT-343 0IY-LT-1701 Radar Level Instruments & its associated items 1 No.

0IY-LT-1702 Radar Level Instruments & its associated items 1 No.

13 YT-344 0IY-LT-1703 Radar Level Instruments & its associated items 1 No.

0IY-LT-1704 Radar Level Instruments & its associated items 1 No.

14 TF4 YT-107 0IY-LT-2501 Radar Level Instruments & its associated items 1 No.

15 YT-108 0IY-LT-2502 Radar Level Instruments & its associated items 1 No.

16 YT-291 0IY-LT-2601 Radar Level Instruments & its associated items 1 No.

17 YT-115 0IY-LT-2701 Radar Level Instruments & its associated items 1 No.

18 YT-116 0IY-LT-2702 Radar Level Instruments & its associated items 1 No.

19 TF5 YT-111 0IY-LT-2301 Radar Level Instruments & its associated items 1 No.

20 YT-112 0IY-LT-2302 Radar Level Instruments & its associated items 1 No.

Page 1 of 10
Page 431 of 440
TF5
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

21 YT-113 0IY-LT-2401 Radar Level Instruments & its associated items 1 No.

22 YT-114 0IY-LT-2402 Radar Level Instruments & its associated items 1 No.

23 TF6 YT-44 0IY-LT-1801 Radar Level Instruments & its associated items 1 No.

0IY-LT-1803 Radar Level Instruments & its associated items 1 No.

24 YT-45 0IY-LT-1802 Radar Level Instruments & its associated items 1 No.

0IY-LT-1804 Radar Level Instruments & its associated items 1 No.

25 HCGO YT-46 0IY-LT-1901 Radar Level Instruments & its associated items 1 No.

0IY-LT-1902 Radar Level Instruments & its associated items 1 No.

26 YT-47 0IY-LT-1903 Radar Level Instruments & its associated items 1 No.

0IY-LT-1904 Radar Level Instruments & its associated items 1 No.

27 YT-32 0IY-LT-2001 Radar Level Instruments & its associated items 1 No.

0IY-LT-2003 Radar Level Instruments & its associated items 1 No.

28 YT-33 0IY-LT-2002 Radar Level Instruments & its associated items 1 No.

0IY-LT-2004 Radar Level Instruments & its associated items 1 No.

29 YT-340 0IY-LT-5001 Radar Level Instruments & its associated items 1 No.

0IY-LT-5002 Radar Level Instruments & its associated items 1 No.

30 YT-12 YT-12LT1R Radar Level Instruments & its associated items 1 No.

31 YT-15 YT-15LT1R Radar Level Instruments & its associated items 1 No.

32 YT-16 YT-16LT1R Radar Level Instruments & its associated items 1 No.

33 YT-17 YT-17LT1R Radar Level Instruments & its associated items 1 No.

34 YT-18 YT-18LT1R Radar Level Instruments & its associated items 1 No.

35 YT-70 YT-70LT1R Radar Level Instruments & its associated items 1 No.

36 YT-150 0IY-LT-2201 Radar Level Instruments & its associated items 1 No.

37 YT-350 YT-350LT1R Radar Level Instruments & its associated items 1 No.

38 TFMS panel, TFMS PC & its accessories, power JBs/ Interface JBs, 1 Lot
signal cables, power cables, cable trays, instrument supports, hook-
up materials, Serial cables & other hardware required for interface
with DCS and all other items as per vendor's scope of supply as per
MR

1.02 Group-B: Servo Level gauges & its associated items as per MR 1 No.

Page 2 of 10
Page 432 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

1 TF1 YT-25 0IY-LT-1303 Servo Level Instruments & its associated items 1 No.

2 YT-26 0IY-LT-1304 Servo Level Instruments & its associated items 1 No.

3 TF2 YT-29 0IY-LT-1402 Servo Level Instruments & its associated items 1 No.

4 YT-28 0IY-LT-1502 Servo Level Instruments & its associated items 1 No.

5 YT-383 0IY-LT-4007 Servo Level Instruments & its associated items 1 No.

6 YT-384 0IY-LT-4008 Servo Level Instruments & its associated items 1 No.

7 YT-440 0IY-LT-4005 Servo Level Instruments & its associated items 1 No.

8 YT-450 0IY-LT-4006 Servo Level Instruments & its associated items 1 No.

9 YT-22 YT-22-LT2S Servo Level Instruments & its associated items 1 No.

10 TF4 YT-107 0IY-LT-2501 Servo Level Instruments & its associated items 1 No.

11 YT-108 0IY-LT-2502 Servo Level Instruments & its associated items 1 No.

12 YT-291 0IY-LT-2601 Servo Level Instruments & its associated items 1 No.

13 YT-115 0IY-LT-2701 Servo Level Instruments & its associated items 1 No.

14 YT-116 0IY-LT-2702 Servo Level Instruments & its associated items 1 No.

15 TF5 YT-111 0IY-LT-2301 Servo Level Instruments & its associated items 1 No.

16 YT-112 0IY-LT-2302 Servo Level Instruments & its associated items 1 No.

17 YT-113 0IY-LT-2401 Servo Level Instruments & its associated items 1 No.

18 YT-114 0IY-LT-2402 Servo Level Instruments & its associated items 1 No.

19 YT-12 YT-12LT2S Servo Level Instruments & its associated items 1 No.

20 YT-15 YT-15LT2S Servo Level Instruments & its associated items 1 No.

21 YT-16 YT-16LT2S Servo Level Instruments & its associated items 1 No.

22 YT-17 YT-17LT2S Servo Level Instruments & its associated items 1 No.

23 YT-18 YT-18LT2S Servo Level Instruments & its associated items 1 No.

24 YT-70 YT-70LT2S Servo Level Instruments & its associated items 1 No.

25 YT-150 0IY-LT-2202 Servo Level Instruments & its associated items 1 No.

26 YT-350 YT-350LT2S Servo Level Instruments & its associated items 1 No.

Page 3 of 10
Page 433 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

27 TFMS panel, TFMS PC & its accessories, power JBs/ Interface JBs, 1 Lot
signal cables, power cables,instrument supports, hook-up materials,
Serial cables & other hardware required for interface with DCS and
all other items in vendor's scope of supply as per MR

Site work- Break-up price details


Unloading, handling at site, Transportation from owner's store to work site,storage at site,assembly at site, installation of
vendor supplied items at site and associated field work such as installation of instruments, junction boxes, cable laying etc as
per MR, testing, loop checking, pre-commissioning, painting, insulation, commissioning, performance gurantee run,handing
over to client, supply of commisioning spares & consummable spares for the following,as per the enclosed EIL standard
speciations, Special instructions to vendors,job specification,data sheets etc.

2.01 {2}GROUP-A For Item 1.01

2.01.01 {2}GROUP-A Cable laying from each power & interface Junction box outside the
dyke to respective control rooms (TFMC & ACTP C/R)
1 TF1 YT-25 0IY-LT-1301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-26 0IY-LT-1302

2 TF2 YT-29 0IY-LT-1401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-28 0IY-LT-1501

3 YT-383 0IY-LT-4003 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
4 YT-384 0IY-LT-4004 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
5 YT-440 0IY-LT-4001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
6 YT-450 0IY-LT-4002 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
7 YT-22 YT-22LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
8 TF3 YT-341 0IY-LT-1601 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1602

YT-342 0IY-LT-1603

0IY-LT-1604

YT-343 0IY-LT-1701

0IY-LT-1702

YT-344 0IY-LT-1703

0IY-LT-1704

9 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-108 0IY-LT-2502

Page 4 of 10
Page 434 of 440
9 TF4
ENGINEERS INDIA Price break-up
Cable laying fromfor
eachSupply
power & interface Junction box outside the 1 Lot
Document no.
dyke&to Site
respective
workscontrol room (TFMC C/R)
LIMITED A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702

10 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
11 TF-6 YT-44 0IY-LT-1801 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1803

YT-45 0IY-LT-1802

0IY-LT-1804

12 HCGO YT-46 0IY-LT-1901 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1902

YT-47 0IY-LT-1903

0IY-LT-1904

13 YT-32 0IY-LT-2001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-2003

14 YT-33 0IY-LT-2002 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-2004

15 YT-340 0IY-LT-5001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-5002

16 YT-12 YT-12LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
17 YT-15 YT-15LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
18 YT-16 YT-16LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
19 YT-17 YT-17LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
20 YT-18 YT-18LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
21 YT-70 YT-70LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)

Page 5 of 10
Page 435 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

22 YT-150 0IY-LT-2201 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
23 YT-350 YT-350LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
2.01.02 {2}GROUP-A All the site works inside the control rooms (ACTP & TFMC) as per
MR requirements including fabrication of base frame for TFMS
panel installation, installation of TFMS panel, installation of TFMS
PC & its accessories, cable tray routing inside control rooms, laying
of all types of cables inside control room, cable termination,
ferruling, & cable dressing inside the panel, loop checking for
signal cables & testing of signal integrity for communication cables
etc.
1 ACTP Control room 1 Lot

2 TFMC Control room 1 Lot

2.01.03 {2}GROUP-A Installation of radar level instruments, tank side indicators, multi
point avg temp elements, pressure transmitters etc. including
fabrication & installation of required yoke supports, hook-ups etc.,
Cable tray routing with in the dyke (between each radar & servo
level instruments, tank side indicators, pressure transmitters, multi
point temperature elements) & outside the dyke (between each radar
& servo level instruments & interface/ Power JBs), signal & power
cable laying between radar level instruments and interface/power
JBs located outside the dyke, painting of instruments supports, hook-
ups, identifications of instrument tags, cable termination &
ferrulling and all other site activities as per MR
1 TF1 YT-25 0IY-LT-1301 1 Lot

YT-26 0IY-LT-1302

2 TF2 YT-29 0IY-LT-1401 1 Lot

YT-28 0IY-LT-1501

3 YT-383 0IY-LT-4003 1 Lot

4 YT-384 0IY-LT-4004 1 Lot

5 YT-440 0IY-LT-4001 1 Lot

6 YT-450 0IY-LT-4002 1 Lot

7 YT-22 YT-22LT1R 1 Lot

8 TF3 YT-341 0IY-LT-1601 1 Lot

0IY-LT-1602

YT-342 0IY-LT-1603

0IY-LT-1604

YT-343 0IY-LT-1701

Page 6 of 10
Page 436 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
YT-343
RO-CHENNAI ANN-IV

0IY-LT-1702

YT-344 0IY-LT-1703

0IY-LT-1704

9 TF4 YT-107 0IY-LT-2501 1 Lot

YT-108 0IY-LT-2502

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702

10 TF5 YT-111 0IY-LT-2301 1 Lot

YT-112 0IY-LT-2302 1 Lot

YT-113 0IY-LT-2401 1 Lot

YT-114 0IY-LT-2402 1 Lot

11 TF-6 YT-44 0IY-LT-1801 1 Lot

0IY-LT-1803

YT-45 0IY-LT-1802

0IY-LT-1804

12 HCGO YT-46 0IY-LT-1901 1 Lot

0IY-LT-1902

YT-47 0IY-LT-1903

0IY-LT-1904

13 YT-32 0IY-LT-2001 1 Lot

0IY-LT-2003

14 YT-33 0IY-LT-2002 1 Lot

0IY-LT-2004

15 YT-340 0IY-LT-5001 1 Lot

0IY-LT-5002

16 YT-12 YT-12LT1R 1 Lot

Page 7 of 10
Page 437 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

17 YT-15 YT-15LT1R 1 Lot

18 YT-16 YT-16LT1R 1 Lot

19 YT-17 YT-17LT1R 1 Lot

20 YT-18 YT-18LT1R 1 Lot

21 YT-70 YT-70LT1R 1 Lot

22 YT-150 0IY-LT-2201 1 Lot

23 YT-350 YT-350LT1R 1 Lot

2.02 {2}GROUP-B For Item 1.02

2.02.01 {2}GROUP-B Cable laying from each power & interface Junction box outside the
dyke to respective control rooms (TFMC & ACTP C/R)
1 TF1 YT-25 0IY-LT-1303 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-26 0IY-LT-1304

2 TF2 YT-29 0IY-LT-1402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-28 0IY-LT-1502

3 YT-383 0IY-LT-4007 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
4 YT-384 0IY-LT-4008 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
5 YT-440 0IY-LT-4005 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
6 YT-450 0IY-LT-4006 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
7 YT-22 YT-22-LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
8 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-108 0IY-LT-2502

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702

9 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)

Page 8 of 10
Page 438 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

10 YT-12 YT-12LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
11 YT-15 YT-15LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
12 YT-16 YT-16LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
13 YT-17 YT-17LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
14 YT-18 YT-18LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
15 YT-70 YT-70LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
16 YT-150 0IY-LT-2202 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
17 YT-350 YT-350LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
2.02.02 {2}GROUP-B All the site works inside the control rooms (ACTP & TFMC) as per
MR requirements including fabrication of base frame for TFMS
panel installation, installation of TFMS panel, installation of TFMS
PC & its accessories, cable tray routing inside control rooms, laying
of all types of cables inside control room, cable termination,
ferruling, & cable dressing inside the panel, loop checking for
signal cables & testing of signal integrity for communication cables
etc.
1 ACTP Control room 1 Lot

2 TFMC Control room 1 Lot

2.02.03 {2}GROUP-B Installation of servo level instruments, tank side indicators etc.
including fabrication & installation of required yoke supports etc.,
signal & power cable laying between servo level instruments and
interface/power JBs located outside the dyke, painting of
instruments supports, hook-ups etc., identifications of instrument
tags, cable termination & ferrulling and all other site activities as per
MR (supply & laying of cable trays for group-B also included in the
Group-A scope)
1 TF1 YT-25 0IY-LT-1303 1 Lot

YT-26 0IY-LT-1304

2 TF2 YT-29 0IY-LT-1402 1 Lot

YT-28 0IY-LT-1502

3 YT-383 0IY-LT-4007 1 Lot

4 YT-384 0IY-LT-4008 1 Lot

5 YT-440 0IY-LT-4005 1 Lot

6 YT-450 0IY-LT-4006 1 Lot

7 YT-22 YT-22-LT2S 1 Lot

Page 9 of 10
Page 439 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV

8 TF4 YT-107 0IY-LT-2501 1 Lot

YT-108 0IY-LT-2502

YT-291 0IY-LT-2601

YT-115 0IY-LT-2701

YT-116 0IY-LT-2702

9 TF5 YT-111 0IY-LT-2301 1 Lot

YT-112 0IY-LT-2302 1 Lot

YT-113 0IY-LT-2401 1 Lot

YT-114 0IY-LT-2402 1 Lot

10 YT-12 YT-12LT2S 1 Lot

11 YT-15 YT-15LT2S 1 Lot

12 YT-16 YT-16LT2S 1 Lot

13 YT-17 YT-17LT2S 1 Lot

14 YT-18 YT-18LT2S 1 Lot

15 YT-70 YT-70LT2S 1 Lot

16 YT-150 0IY-LT-2202 1 Lot

17 YT-350 YT-350LT2S 1 Lot

Page 10 of 10
Page 440 of 440

You might also like