You are on page 1of 55

TENDER NO.

: JRMM187036

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

TENDER NO. : JRMM187036

“Supply of Vessels”

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)


INDIAN OIL CORPORATION LTD. (IOCL)
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 19
TENDER NO. : JRMM187036

INDEX
SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1


2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5


5. GENERAL INSTRUCTION TO BIDDERS PDF 6-13
6. INSTRUCTION FOR INVOICING PDF 14-16
7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 17
8. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FOR PDF 18
PROSPECTIVE FOREIGN BIDDER
9. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 19 onwards
10. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)
11. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, XLS Refer Sheet 1 “Decl. & Accept.-on-Tender-T&C” in XLS
TERMS & CONDITIONS file named “Bid_Documents”
12. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in XLS file
named “Bid_Documents”
13. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC (Imp)” in XLS
file named “Bid_Documents”
14. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b)
“Deviations_Commercial” in XLS file named
“Bid_Documents”
15. PROFORMA FOR DECLARATION AND UNDERTAKING BY MSE BIDDER XLS Refer Sheet 5 “Undertaking for MSE” in XLS file named
“Bid_Documents”
16. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 6 “PQC Doc- details” in XLS file named
“Bid_Documents”
17. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 7 “Un priced-BOQ” in XLS file named
“Bid_Documents”
18. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 8 “Holiday-list-declaration” in XLS file
named “Bid_Documents”
19. GST DETAILS XLS Refer Sheet 9 “GST Details” in XLS file named
“Bid_Documents”
20. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST PDF (UPLOADED SEPARATELY AS ADDITIONAL
OF IOCL APPROVED TPI AGENCIES DOCUMENT)
21. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
22. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
23. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES PDF (UPLOADED SEPARATELY AS ADDITIONAL
(MSEs) DOCUMENT)
24. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)

List of IOCL directors is available at https://www.indianoiltenders.com/StandardDoc/Download.aspx


ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.
In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be –
(i) Scope of Supply Cum Technical Specifications documents.
(ii) Special Terms & Conditions of Tender
(iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
(iv) General Purchase Conditions.

Page 2 of 19
TENDER NO. : JRMM187036

1. NOTICE INVITING TENDER (NIT)– E-TENDER


TENDER NO. : JRMM187036
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at G-9,
Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-tender
under TWO BID (Part-I:Techno-Commercial Bid and Part II:Price Bid) from bonafide experienced
Bidder of sound financial standing and reputation for the job(s) defined in this tender covering
following items. The details of the tender are given below:

Material Description Supply of Vessels


Quantity As per BOQ/Enquiry document
Type of Tender National Open E-Tender
EMD Amount ₹ 21,700/- (INR Twenty One Thousand Seven Hundred Only)
(in INR/USD)
EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,
Central/State PSUs & Govt. Organizations and JVs of IOCL.
Please refer “General Instruction to bidders” for information on EMD submission.
TENDER DOWNLOAD/ SALE Please refer “Critical Dates table” in Tender Details at e-tender Portal
PERIOD
BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal
Pre Bid Meeting Not Applicable
BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal
Tender will be opened online on https://iocletenders.nic.in/, on or after
mentioned date & time.
Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase), GUJARAT
REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT,
Phone- +91-2652237278 /2237264 / 2237251
E-mail : jains7@indianoil.in;meshramsp@indianoil.in; baruas@indianoil.in
• Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site
https://iocletenders.nic.in/
• Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website.
• Bids in physical form sent through fax / email / courier / post will not be acceptable.

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

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 19
TENDER NO. : JRMM187036

2.0 PRE-QUALIFICATION CRITERIA (PQC):


2.1 TECHNICAL CRITERIA: Not Applicable

2.2 FINANCIAL CRITERIA: Not Applicable

2.3 COMMERCIAL EXPERIENCE CRITERIA:


Bidders should have executed order(s) during the last five years ending on the last day of the month
immediately preceding the month in which the last date of bid submission falls, as below:

a. Three orders each executed for “Metallic Vessel/ Column/ Shell or any portion of metallic column/
vessel/ shell as per ASME Sec. VIII Div. I ” where executed value is not less than ₹ 5,47,100/-
OR

b. Two orders each executed for “Metallic Vessel/ Column/ Shell or any portion of metallic column/
vessel/ shell as per ASME Sec. VIII Div. I ” where executed value is not less than ₹ 7,29,500/-
OR

c. One order each executed for “Metallic Vessel/ Column/ Shell or any portion of metallic column/
vessel/ shell as per ASME Sec. VIII Div. I” where executed value is not less than ₹ 9,11,800/- .

NOTE: - ORDER COST means FOB/FCA/FOR Dispatch point price (inclusive of P&F charges, if any).
However, in case any other cost component like TPI charges, Freight charges, Taxes & Duties etc. are already
included in the Purchase Basic Order Value, as evident from the submitted Purchase order copies, then ORDER
COST shall include such cost components also for the purpose of PQC evaluation.

Other Notes-

a) For fulfilling the commercial experience criteria any one of the following documents are to be
submitted along-with the un-priced bid as valid proof for meeting the criteria:
i. Purchase Order copy along with Invoice(s) with Self certification by the bidder that supplies
against the invoices covering the orders have been executed to the required value.
ii. Purchase Order copy along with Bank Certificate indicating payment against the PO
iii. Execution certificate by client with order value
iv. IOCL executed Purchase Orders
v. Any other document in support of order execution like TPI release note, etc.

b) For fulfilling the financial criteria, any one of the following are to be submitted along-with the
un-priced bid as valid proof for meeting the criteria:
i. An audited balance sheet of the bidder.
ii. Published Annual report.
iii. In case the balance sheet is available in the public domain the same shall be accepted etc.

b) In case a foreign bidder submits any of the Pre Qualification support documents in any language other
than English, then it will be the responsibility of such foreign vendor to also provide the English
translation copy of the same duly certified, stamped and signed by their Local Chamber of Commerce.
c) Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified in the
Tender.
Page 4 of 19
TENDER NO. : JRMM187036

d) IOCL reserves the right to complete the evaluation based on the details furnished with the bid without
seeking any additional information.
e) In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given only one
opportunity with a fixed deadline after bid opening to provide complete and unambiguous documents
in support of meeting the Pre Qualification Criteria. In case the bidder fails to submit any document
or submits incomplete documents within the given time, the bidder’s tender will be rejected.
f) A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet
the Experience Criteria.
g) Submission of authentic documents in time is the prime responsibility of the bidder.
h) Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any document, IOCL
reserves the right of getting the documents cross verified from the document issuing authority.

Page 5 of 19
TENDER NO. : JRMM187036

3. GENERAL INSTRUCTIONS TO BIDDERS:


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

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain:


i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers
Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and
digitally signed as bidder’s acceptance and confirmation :
a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON ACCEPTANCE
OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS
b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER
c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS (INDIGENOUS)/
(IMPORT)
d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA FOR
DEVIATIONS LIST: TECHNICAL & COMMERCIAL
e. Sheet 5 “Undertaking for MSE” - PROFORMA FOR DECLARATION AND UNDERTAKING BY MSE
BIDDER , if applicable.
f. Sheet 6 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as per
Tender.
g. Sheet 7 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT.
h. Sheet 8 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING
i. Sheet 9 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If


applicable as per Tender) as per details submitted in Sheet 6 “PQC Doc- details”-
PROFORMA FOR PQC DOCUMENTS DETAILS

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

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

COVER-2: PRICED BID should contain:


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

Page 6 of 19
TENDER NO. : JRMM187036

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

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

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

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

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

Note:
i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against receipt
shall be considered as receipt time.

ii) Only those Physical BG instruments found matching with the copy submitted in the e- portal
shall be considered as valid.

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

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

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

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

Page 7 of 19
TENDER NO. : JRMM187036

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

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

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

Note:
i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt / DAK
section against receipt shall be considered as receipt time.

ii) Only those Physical EMD instrument found matching with the copy submitted in the e- portal
shall be considered as valid.

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

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

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

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : State Bank of India


Account Number : 10135305063
Bank IFSC code : SBIN0000568
Branch Name : Gujarat Refinery
Address : Adjacent To Indian Oil Corpn. Administrative Building, Vadodara, Gujarat 391320
Please ensure to get indicated Bankers name, contact person name, phone, email, and
Fax No. on Bank Guarantee covering letter of the Bank, to expedite BG confirmation
from your bankers by IOCL.

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

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

1. Allahabad Bank
Page 8 of 19
TENDER NO. : JRMM187036

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

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

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

Page 9 of 19
TENDER NO. : JRMM187036

during the tenor of BG, the party will arrange to replace the BG, at its own cost, through any of
the bank acceptable to IOC.

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

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

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

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

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

3.9 Release of EMD :


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

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

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

3.12 In case any Taxes, freight and other components asked for in the Tender are not indicated by
Page 10 of 19
TENDER NO. : JRMM187036

the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost at IOCL
Site (including P&F, Freight, Inspection charges, Taxes, Transit Insurance and Commercial
loadings for deviations to our tender terms) on Gross Tax Basis. The GST rates and HSN/SAC
codes quoted by the bidder shall be treated as final. Any higher rate of tax actually invoiced
shall be adjusted in price. Generally the lowest bid (Item-wise) shall be accepted, unless
otherwise specified/decided by IOCL in its own Interest. Foreign bids shall be compared
considering Bill Selling Rate released by SBI on the date of Price bid opening.

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

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

3.15 Only Biodegradable packing material should be used for supply of materials.

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

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

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

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and to
accept or reject any or all the bids without assigning any reason and without incurring any
liability to the affected bidder(s). Tender can be abandoned without assigning any reason and no
compensation shall be paid for the efforts made by the bidder

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

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

i. Does not pay the EMD before deadline


ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents
iii. Submits the tender late i.e. after due date and time
iv. Unsolicited tenders
v. Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations, rendering
his bid unacceptable
Page 11 of 19
TENDER NO. : JRMM187036

vii. Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
viii. Does not fill in and digitally sign the required annexures, specifications, etc. as specified
in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the bid
x. Indulges in tampering of tender documents
xi. Does not conform to any tender condition which stipulates non-conformance of tender
conditions as a rejection criteria

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

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

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

3.25 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.26 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents, regarding
their past experience and other information required to facilitate due evaluation /
consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any particular,
considered by the OWNER to be relevant for the evaluation of the bid / tender, or is found by
the OWNER to misrepresent the facts, or if any of the documents submitted by the tenderer /
bidder in support of or relevant to the bid /tender is found by the OWNER to be forged, false
or fabricated, the owner may reject the bid, and without prejudice to any other right(s) of
action or remedy available to the owner, the owner may forfeit the Earnest Money given by
the bidder in the form of Earnest Money deposit or bank guarantee in lieu of Earnest Money
Deposit in order to compensate the OWNER for the expenses incurred by it in considering the
bid (and not by way of penalty) and take action for putting the bidder / tenderer on holiday
list for such period as the OWNER in this behalf considers warranted and / or to remove the
bidder / tenderer from the approved list of vendors.
Page 12 of 19
TENDER NO. : JRMM187036

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

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

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

3.30 The bidder entity should ensure that only one bid is submitted by them directly or by their
Agents* on behalf of the bidder entity or as a Consortium Partner( if applicable in tender).
In case it is found that bidder entity has submitted more than one bid, all their bids in the
tender are liable for rejection.
* Agents for the above purposes would be one who agrees and is authorized to act on
behalf of another, a Principal, to legally bind an individual in particular business
transactions with third parties pursuant to an agency relationship.

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

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

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

Page 13 of 19
TENDER NO. : JRMM187036

4.Instruction for raising Invoice for GST in materials


purchase contracts
Invoice raised shall contain the following particulars-
a) Name, address and GSTIN of the supplier;
b) Serial number of the invoice;
c) Date of issue;
d) Name, address and GSTIN or UIN, if registered of the recipient;
e) Name and address of the recipient and the address of the delivery, along with the State and its
code,
f) HSN code of goods or Accounting Code of services;
g) Description of goods or services;
h) Quantity in case of goods and unit or Unique Quantity Code thereof;
i) Total value of supply of goods or services or both;
j) Taxable value of supply of goods or services or both taking into discount or abatement if any;
k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax
or cess);
l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);
m) Place of supply along with the name of State, in case of supply in the course of inter-state trade
or commerce;
n) Address of the delivery where the same is different from the place of supply and
o) Signature or digital signature of the supplier or his authorized representative.

p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following manner-
q) The original copy being marked as ORIGINAL FOR RECIPIENT;
r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and
s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.
t) In case of any advance given against any supplies contract, the supplier of the goods shall issue
Receipt Voucher containing the details of advance taken along with particulars as mentioned in
clause 4(a),(b), (c), (d), (g), (k), (l), (m)& (p).

Page 14 of 19
TENDER NO. : JRMM187036

IOCL GST DETAILS:


INDIAN OIL CORPORATION LIMITED
PAN AAACI1681G
PROVISIONAL GSTIN
States Provisional ID no
J&K -
Himachal Pradesh 02AAACI1681G3ZZ
Punjab 03AAACI1681G1ZZ
Chandigarh 04AAACI1681G1ZX
Uttarakhand 05AAACI1681G1ZV
Haryana 06AAACI1681G1ZT
Delhi 07AAACI1681G1ZR
Rajasthan 08AAACI1681G2ZO
Uttar Pradesh 09AAACI1681G1ZN
Bihar 10AAACI1681G1Z4
Sikkim 11AAACI1681G1Z2
Arunachal Pradesh 12AAACI1681G1Z0
Nagaland 13AAACI1681G1ZY
Manipur 14AAACI168G2ZV
Mizoram Awaited
Tripura 16AAACI1681G1ZS
Meghalaya 17AAACI1681G1ZQ
Assam 18AAACI1681GIZO
West Bengal 19AAACI1681G1ZM
Jharkhand 20AAACI1681G3Z1
Odisha 21AAACI1681G1Z1
Chhattisgarh 22AAACI1681G1ZZ
Madhya Pradesh 23AAACI1681G1ZX
Gujarat 24AAACI1681G1ZV
Daman and Diu 25AAACI1681G1ZT
Dadra Nagar Haveli 26AAACI1681G1ZR
Maharashtra 27AAACI1681G1ZP
Karnataka 29AAACI1681G1ZL
Goa 30AAACI1681G1Z2
Kerala 32AAACI1681G1ZY
Page 15 of 19
TENDER NO. : JRMM187036

Tamil Nadu 33AAACI1681G1ZW


Puducherry 34AAACI1681G1ZU
Telangana 36AAACI1681G1ZQ
Andhra Pradesh 37AAACI1681G2ZN

GSTIN of State of Gujarat i.e. relevant for Gujarat


Refinery (Excluding LAB Plant) is as under-
GSTN 24AAACI1681G1ZV
PAN AAACI1681G
LEGAL NAME INDIAN OIL CORPORATION
LTD.

GST registration number for LAB-BE at Gujarat


Refinery is 24AAACI1681G2ZU.

Note: In case of any change in any of the provisional Ids, same


will be communicated through mail, or posting through
www.iocl.com
Contact details at IOCL, Gujarat Refinery for GST for any information:

Name Umesh Patel, FM OP Raliya, AM


Contact No. 91-265-2237219 91-265-223 7217
E mail ID PATELUMESH@indianoil.in omprakash@indianoil.in

Page 16 of 19
TENDER NO. : JRMM187036

5.EVALUATION CRITERIA FOR COMPARISON OF BIDS:


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

For Foreign Bidders/Imports :-

Comparison cost shall be arrived at considering all components as mentioned below :

i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)

ii. Marine insurance @1%

iii. Prevailing rate of Customs Duty.

iv. All taxes and duties applicable in India

v. Port handling charges @ 3%

vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry

vii. Inland insurance @0.5%

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

Page 17 of 19
TENDER NO. : JRMM187036

Gujarat Refinery

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No.
JRMM187036

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

Yours faithfully,

For and on behalf of Indian Oil Corporation Limited

DEPUTY GENERAL MANAGER(MATERIALS-PURCHASE)

Page 18 of 19
TENDER NO. : JRMM187036

6.SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS


As attached below:

Page 19 of 19
ENQUIRY CUM OFFER

_________________________________________________________________
SINGLE BID

Dear Sir,

We shall be grateful to receive your quotation for the supply of following items.

Sr.no.Item Code and Unit Qty


Description

0010 EA 1.000
each
COMPLETE VESSEL,CS, 1012-VV-01
ITEM TEXT
Material shall be supplied as per following requirement:-

One EA means supply of one complete vessel along with spares.

Complete Vessel
Equipment Tag No: 1012-VV-01
Equipment Name : SWS Feed Surge Drum

The scope of work includes Procurement of all raw materials,


fabrication, workmanship, inspection, testing, painting ( paint
specifications are mentioned in attached drawings) and supply of
Complete vessel which includes all types of nozzles, saddles, name
plate, baffles, lifting lugs, all types of cleats, all types of pipes
and pipe attachments, all types of clips for platform attachement and
ladder attachement, all types of stiffners, RF pads, etc. as per
ENQUIRY CUM OFFER

____________________________________________
_____________________________________

Sr.no.Item Code and Unit Qty


Description

attached drawings.

Also, 200 % spare gaskets of each nozzle and 20 % spare fasteners of all
types & sizes shall be supplied along with complete vessel.

Refer drawings named as 1012-VV-01 Sheet 1, 1012-VV-01 Sheet 2,


1012-VV-01 Sheet 3, 1012-VV-01 Sheet 4 & 1012-VV-01 Sheet 5.

Scope of supply does not includes guages and external insulation,


external platform, ladder. However, necessary clips, cleats, lugs etc.
shall be provided for external attachements like ladder, platform, etc.

All materials, fabrication, welding, testing etc. shall meet the


requirements of ASME SEC VIII DIV. I, NACE + HIC, etc. as mentioned in
attached drawings. Orginal material test certificates in original shall
be supplied along with supply of material.

Construction & dimensions of complete vessel shall be such that it


should retro-fit into our existing arrangement and foundation to
replace the old item without any modifications.

0020 EA 2.000
each
COMPLETE SUCTION VESSEL,CS, 21-K-01A/B
ITEM TEXT
Material shall be supplied as per following requirement:-

One EA means supply of one complete vessel along with spares.

Complete Vessel
Equipment Tag No: 21-K-01 A/B Suction Bottle
Equipment Name : SUCTION VOL BOTTLE
ENQUIRY CUM OFFER

____________________________________________
_____________________________________

Sr.no.Item Code and Unit Qty


Description

The scope of work includes Procurement of all raw materials,


fabrication, workmanship, inspection, testing, painting ( paint
specifications are mentioned in attached drawings) and supply of
Complete vessel which includes all types of nozzles, saddles, name
plate, lifting lugs, all types of cleats, all types of pipes and pipe
attachments, all types of clips for platform attachement and ladder
attachement, all types of stiffners, RF pads, etc. as per attached
drawings.

Also, 200 % spare gaskets of each nozzle and 20 % spare fasteners of all
types & sizes shall be supplied along with complete vessel.

Refer drawings named as 21-K-01A/B suction bottle.

Scope of supply does not includes guages and external insulation,


external platform, ladder. However, necessary clips, cleats, lugs etc.
shall be provided for external attachements like ladder, platform, etc.

All materials, fabrication, welding, testing etc. shall meet the


requirements of ASME SEC VIII DIV. I, etc. as mentioned in attached
drawings. Original material test certificates in original shall be
supplied along with supply of material.

Construction & dimensions of complete vessel shall be such that it


should retro-fit into our existing arrangement and foundation to replace
the old item without any modifications.

0030 EA 2.000
each
COMPLETE DISCHARGE VESSEL,CS, 21-K-01A/B
ITEM TEXT
Material shall be supplied as per following requirement:-
ENQUIRY CUM OFFER

____________________________________________
_____________________________________

Sr.no.Item Code and Unit Qty


Description

One EA means supply of one complete vessel along with spares.

Complete Vessel
Equipment Tag No: 21-K-01 A/B Discharge Bottle
Equipment Name : DISCHARGE VOL. BOTTLE

The scope of work includes Procurement of all raw materials,


fabrication, workmanship, inspection, testing, painting ( paint
specifications are mentioned in attached drawings) and supply of
Complete vessel which includes all types of nozzles, saddles, name
plate, lifting lugs, all types of cleats, all types of pipes and pipe
attachments, all types of clips for platform attachement and ladder
attachement, all types of stiffners, RF pads, etc. as per attached
drawings.

Also, 200 % spare gaskets of each nozzle and 20 % spare fasteners of all
types & sizes shall be supplied along with complete vessel.

Refer drawings named as 21-K-01A/B discharge bottle

Scope of supply does not includes guages and external insulation,


external platform, ladder. However, necessary clips, cleats, lugs etc.
shall be provided for external attachements like ladder, platform, etc.

All materials, fabrication, welding, testing etc. shall meet the


requirements of ASME SEC VIII DIV. I, etc. as mentioned in attached
drawings. Original material test certificates in original shall be
supplied along with supply of material.

Construction & dimensions of complete vessel shall be such that it


should retro-fit into our existing arrangement and foundation to replace
the old item without any modifications.
ENQUIRY CUM OFFER

____________________________________________
_____________________________________

DOCUMENT TEXT

1. All manufacturing job is to be carried out as per relevant codes & standards
and under IOCL approved third party inspection agency.

2. In case of conflict between RFQ requirements and as built drawings, the same
shall be brought to the notice of IOCL and IOCL decision shall be final and
binding.

3. Any defects/mismatch observed during the test conducted at IOCL site shall be
rectified by the vendor at their own risk & cost. The cost for any major repair
which may be required to be carried out only at the vendor's work should be borne
completely by the vendor including to & fro transportation of the exchanger from
JR site to vendor's work.

4. Third party inspection shall be carried out by any IOCL approved TPI agency .

5. Supply of Complete vessel should be as per drawing attached for dimensions,


ENQUIRY CUM OFFER

Date:26.06.2018
_________________________________________________________________________________
MOC & conforming to requirements in QAP and technical specifications.

6. Before start of fabrication Drawings and QAP to be submitted, in line with


attached drawings and SOI, to IOCL for approval within 15 days of date of
placement of PO/LOA (in case of manufacturer, Drawings and QAP to be submitted
before start of Fabrication) and same will be reviewed by IOCL and comments will
be offered within next 15 days . Comments ,if any, shall be incorporated in
Drawings and QAP and revised Drawings and QAP shall be submitted by the vendor
within 7 days for IOCL approval.

7. Vendor to submit 'As built drawing' 6 Sets in hardcopy as well as in soft copy
(CD) form.

8. IOCL may visit vendor's plant during any time point of tender evaluation/
execution of PO and also do inspection of materaial at vendor's work at any stage
of fabrication, in additon to inspection by IOCL approved third party inspection
agency .

10. Successful bidder shall submit complete fabrication/ execution plan as per
CDD, subvendor's details and any other inofrmationm related to the subject
material, required by IOCL.

11. Vendor has to submit all test reports, all material test certificates, etc.
duly signed and stamped by TPI along with supply of complete vessel.

12. It is the responsibility of vendor to ensure interchangeability of new vessel


with the existing one. If there is any confusion regarding dimensions then vendor
has to arrange for site visit and take measurements of existing vessel, without
any extra cost.

DELIVERY PERIOD
DELIVERY INSTRUCTION:

1. While dispatching, each material should bear tag & it should have item
description, sl. no., sap code as mentioned in PO.

2. Material Guarantee/Warrantee Certificates and Original TPI Inspection release


ENQUIRY CUM OFFER

Date:26.06.2018
_________________________________________________________________________________
note will be required along with material dispatch documents.

3. Vendor has to submit all test certificates approved by TPI in original along
with material dispatch document .

4. Complete vessel interchangability certificate is to be required along with


material dispatch documents.

5. Complete vessel shall be packed and transported in such a way to avoid any
damage during transportation.

6. Vendor has to submit packing list along with supply of material against each
item duly signed and stamped by vendor.

Our preferred delivery period is 4 months of LOA/P.O. However vendors to quote


their best delivery period in the RFQ.

Yours faithfully,
For and on behalf of

INDIAN OIL CORPORATION LTD.


(Authorised Signatory)
Quality Assurance Plans (QAPs) for Mechanical Equipment

INDIAN OIL CORPORATION LIMITED


(M&I DEPARTMENT, NEW DELHI)

QUALITY ASSURANCE PLAN


FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
1 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT INSPECTION BY REMAR
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA OF MFR TPI IOCL K
RECORD
1.0 Review of Welding Welding parameters, ASME ASME Purchase P R R
Procedure welding consumable SEC IX. SEC IX & Order.
Specification & and any other Relevant
Procedure supplementary Drawing.
Qualification record. requirement.
2.0 Review of Welder Radiography, Bend ASME SEC IX. ASME Test Report. P R R
Performance Test. SEC IX.
Qualification.
3.0 Review of Materials Physical & Chemical Approved Std. ASME Purchase P/W H R
Test Certificates and properties. Specifications. SEC II Order.
co-relating with Part-A.
Materials Spec. &
Heat marks.
(i) Bottom
Heads.
(ii) Shell.
(iii) Nozzles &
Internals.
(iv) Non
Pressure
Parts.

Back To Index

62
Quality Assurance Plans (QAPs) for Mechanical Equipment
QUALITY ASSURANCE PLAN
FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
2 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT INSPECTION BY REMAR
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA OF MFR TPI IOCL K
RECORD
4.0 Dimensional check Approved ASME Inspection P W R
up, joint alignment, Drawings in SEC VIII DIV.1. Report.
weld groove Code-1.
preparation.
(i) Bottom Long Seam set up
Heads. inspection for Blanks.
(ii) Shell.
Circum Seam set up of
shell to shell.
(iii) Nozzle &
Internals. Pipe to flange set up of
nozzle, set up of
nozzles on main shell
(iv) Non heads, skirt shell.
Pressure Fit up.
Parts.
(v) Assembly.
Set up inspection of
dished ends to shell.
Back To Index

63
Quality Assurance Plans (QAPs) for Mechanical Equipment
QUALITY ASSURANCE PLAN
FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
3 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT INSPECTION BY REMAR
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA OF MFR TPI IOCL K
RECORD
5.0 Dished End / Cone Checking 100%. Approved ASME Inspection P W R
Forming. Drawings in SEC VIII. DIV.1 Report.
(i) I / D. Code-1.
(ii) Height.
(iii) C.F.
(iv) Min. Thk.
(v) Under &
over
crowning.
(vi) Identificati
on Mark.
6.0 Nozzle Orientation / Marking of 0, 90, 180, Approved Approved P H R
Elevation. 270 degree orientation Drawings in Drawings in
and Tan line. Code-1 & Code-1 &
Checking Specification. Specification.
100%.
Back To Index

64
Quality Assurance Plans (QAPs) for Mechanical Equipment
QUALITY ASSURANCE PLAN
FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
4 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT INSPECTION BY REMAR
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA OF MFR TPI IOCL K
RECORD
7.0 NDT Test. Each weld 100%. Approved ASME Inspection P H R
Specification. SEC V, Report.
(i) D.P. Test ASME
of Nozzle SEC VIII. DIV.1
to
shell/D’end
B/chip.
(ii) RT of
Nozzle,
Long
Seam,
Circum
Seam.
(iii) PT of weld
surface of
internals,
backchippe
d surface of
Circ. Seam
joint.
8.0 Heat Treatment of Rate of Heating, Heat treatment ASME SEC Test Report. P H R
D’ends / Heads. Cooling, Soaking Procedure as VIII.
HT Graph Loading / Temp. & Time of each per Approved DIV.1, UCS –
Unloading of D.E. D’ends drawings. 56.
in furnace. 100%.

Back To Index

65
Quality Assurance Plans (QAPs) for Mechanical Equipment
QUALITY ASSURANCE PLAN
FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
5 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT OF INSPECTION BY REMARK
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA RECORD MFR TPI IOCL
9.0 Ultrasonic Test of Full Butt Welds (Long Approved ASME Inspection P H R
all Butt Weld joints Seams & Circ. Drawings in SEC V, Report.
in Shell and Heads Seams). Code-1. ASME
after PWHT. 100%. SEC VIII
DIV.1.
10.0 Visual & Appearance, Touch Approved Approved Inspection P R R
Dimensional check- ups etc. Drawings in Drawings in Report.
up before PWHT & Code-1, Code-1,
Inspection for Specifications. Specifications.
external & Internal
attachments & weld
surfaces.
11.0 Air Leak test of R.F. Checking 100% of Approved ASME SEC VIII Inspection P H R
Pads. weld surface of nozzle Drawings, DIV.1 Report.
to vessel joint . Specifications.
No leakages.
12.0 Skirt fit up. Alignment, Approved Approved Inspection P H R
Straightness, Joint Drawings, Drawings, Report.
design, dimensions, Specifications. Specifications.
PCD etc checking
100%..
13.0 Final dimensional Checking up of all Approved Approved Inspection P W R
check up. parts dimensions Drawings in Drawings in Report.
100%. Code-1. Code-1..
Back To Index

66
Quality Assurance Plans (QAPs) for Mechanical Equipment
QUALITY ASSURANCE PLAN
FOR
VESSELS

MATERIAL SPECIFICATION : ASME CODE (LATEST EDITION INCLUDING LATEST ADDENDA) AND JOB
SPECIFICATIONS, APPROVED DRAWINGS, APPROVED STANDARDS, ATTACHMENT
WITH PR.
6 of 6
SR ACTIVITY INSPECTION REFERENCE ACCEPTANCE FORMAT OF INSPECTION BY REMARK
NO. COMPONENT DESCRIPTION DOCUMENT CRITERIA RECORD MFR TPI IOCL
14.0 Hydro Testing of the 100% visual check in Approved Approved Inspection P W R
Vessel. horizontal position. Drawings in Drawings. No Report.
Code-1. No leakages.
leakage.
15.0 Surface cleaning & 100% Sand Blasting, Approved Approved Inspection P W R
painting. Wire Brushing. Drawing in Drawing in Report.
Code-1 & Code-1&
Specifications. Specifications.
16.0 Final Stamping. Identification. Approved Approved Approved P W R
Drawings in Drawings in Drawings &
Code-1. Code-1. Purchase
Order
Condition.

Legends : H-Hold ( Offer for Witness & obtain clearance), W-Witness, A-Approval, R-Review, I-Information, X-Submit, PO-Purchase Order, PR-
Purchase Requisition, VDR – Vendor Data Requirements.

All the NDT / Leak testing / Heat treatment / Special manufacturing procedures have to be specially approved or only previously approved procedures
have to be used. 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 Pressure Vessels / Columns. Requirements specific to the item are only
applicable.

Back To Index

67
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

TECHNICAL SPECIFICATION

FOR

PRESSURE VESSEL

Page 1 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

CONTENTS

SL. DESCRIPTION

1. SCOPE

2. TECHNICAL REQUIREMENTS

3. SCOPE OF SUPPLY AND SERVICES

4. VENDOR DATA REQUIREMENTS

5. INSPECTION AND TESTING

6. NAME PLATE

7. PAINTING AND PROTECTION

8. PACKING & SHIPMENT

9. GUARANTEE

10. SITE FABRICATION & ERECTION

11. DATA FOLDERS

Page 2 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

1.0 SCOPE

This specification covers the general requirements for the design, fabrication, workmanship,
erection, inspection, testing and supply of unfired pressure vessels and is intended to
supplement the minimum requirements of the applicable codes.

Exception/ variation shown in the enclosed Data Sheet(s) and “Special Requirements” shall
prevail over those shown here. Bidder shall quote for the pressure vessels based on the
requirements given in this specification and the attached data sheets. Any items not listed in
this specification but considered necessary by Bidder shall also be included in the offer.

2.0 TECHNICAL REQUIREMENTS

2.1 Design

2.1.1 The Pressure Vessels shall be built by Bidder in accordance with ASME Boiler and Pressure
Vessel Code, Section VIII, Division-I and the requirements given below and in the attached
vessel data sheets including engineering drawings. The design/engineering work related to
preparation of fabrication drawings, weld joint and weld details, etc. shall be in Bidder's scope
of work.

Applicable standards:

(a) ASME Section- II


(b) ASME, Section VIII, Div-1- Bolier and pressure vessel code- Alternative rules
(c) ASME, Section VIII, Div-2- Bolier and pressure vessel code- Welding qualiifcations
(d) ASME, Section IX- Bolier and pressure vessel code- Welding qualifications
(e) ASME B16.47- Large diameter steel flanges
(f) ASME B16.5- Pipe flanges and flanged fittings
(g) WRC Bulletin 107- Local stresses in spherical and cylinderical shell due to external
loadings
(h) WRC Bulletin 297- Local stresses in spherical and cylinderical shells due to external
loadings- Supplement to WRC Bulletin- 107
(i) Indian Boiler regulations 1950
(j) The static and mobile pressure vessel (Unfired) Rules- 1981

2.1.2 The thickness of all major components like shell, head, nozzle etc., if specified in mechanical
data sheets, are to be followed strictly by Bidder. Otherwise, vessel manufacturer shall submit
designs for approval when Purchaser does not furnish a design or does not specify the
required plate thickness for different parts. The following shall be the basis for design
calculation

a) Pressure Vessel shall be designed to withstand the loadings exerted by internal or


external pressure, weight of the vessel, wind, earthquake, reaction of supports,
impact, and temperature. The maximum allowable working pressure shall be limited
by the shell or head, not by minor parts.

b) For all vessels, pressures shall be specified by following terms and values

i) Service / Operating Pressure


ii) Design Pressure / Maximum Service Pressure will be equal to :

- Service pressure + 1 Kg/Sq.Cm for maximum pressure below or equal to


10 Kg/Sq.Cm.

- Service pressure increased by 10% for maximum pressures above 10


Kg/Sq.Cm.

Page 3 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

iii) Vesels operating under vacuum shall be designed for an external pressure of
1.055 Kg/Sq.Cm.

iv) First-test pressure will be applied before the vessel is put in operation and
shall be, unless otherwise indicated in the drawing, atleast equal to 1.3 times
the maximum allowable pressure of vessel in cold and new condition
(corrosion allowance not excluded while calculating the maximum allowable
pressure) so that it does not exceed 90% of the yield point of the material.

c) For all vessels, design temperature shall be atleast equal to :

i) Service temperature +15 Deg C for vessels whose temperature is above zero
Deg C.

ii) Minimum operating temperature for vessels whose temperature is below zero
Deg C.

d) All vessels shall be designed to be free standing. It will be assumed that wind and
earthquake loads do not occur simultaneously, thus the vessel should be designed
for either wind or earth-quake loading, whichever is greater.

Wind pressure shall be considered as per the following for the purpose of wind load
calculation (necessary changes as per specific site requirement may be considered
during design) :

0 - 30 m - 200 Kg/Sq.m
30 - 35 m - 208 Kg/Sq.m
35 - 40 m - 210 Kg/Sq.m
40 - 45 m - 217 Kg/Sq.m
45 - 50 m - 222 Kg/Sq.m

(e) Earth-quake loading shall be calculated as per IS-1893, latest edition.

f) Horizontal vessels supported by saddles shall be designed according to the method


of L.P. zick.

2.1.3 In no case the shell or head thickness be less than 6 mm exclusive of corrosion allowance.

2.1.4 Corrosion Allowance

a) Corrosion allowance to be used for carbon or low alloy steel vessels shall be
indicated on outline drawing. It shall be included in the speicified thickness, but shall
not be included in the strength calculations.

b) For fixed internal parts, corrosion allowance shall be applied to one face only.

c) For vessels having internal separation heads or water tight partitions corrosion
allowance shall be applied on both faces.

d) For vessels or parts or vessels whose content require an important corrosion


allowance, an internal protective lining should be considered for shells and dished
heads, by means of :

- Corrosion resisting lining.

Page 4 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

- Cladding or lining of the basic steel plate with stainless metal at least 1/8" (3
mm) thick, unless indicated to the contrary on the drawing.

In the case of cladding or lining, nozzle necks, manholes, flange faces, covers, etc...
shall have an internal lining of same metal as used for shells and heads.

Unless otherwise indicated on the drawing, cladding or lining thickness shall not be
included in the strength calculations.

2.2 Vessel Supports

2.2.1 Vertical vessels shall be provided with skirt which shall have an outside diameter equal to the
outside diameter of the supported vessel. The minimum thickness of the skirt shall be 6 mm
exclusive of 1.5 mm corrosion allowance.

2.2.2 Skirts 1200 mm in diameter and less shall have one access opening; larger than 1200 mm
diameter skirts shall have two 450 NB access opening reinforced with sleeves.

2.2.3 Skirt openings for piping shall have a 1/2 inch (13 mm) maximum clearance between the pipe
OD and the skirt. Minimum of two 2 inch Vent holes shall be provided in the skirt at highest
possible location 180 degrees apart.

2.2.4 Skirt base ring shall be designed for an allowable bearing pressure on concrete of 625 psi.
Anchor bolt chairs or lug rings shall be used where required and in all cases where vessel
height exceeds 18 meters. The number of anchor bolts shall be in multiples of 4; a minimum
of 8 is preferred.

2.2.5 All horizontal vessels shall be supported by saddle supports fabricated to fit the outside
surface of the vessel within the tolerances required by the design to prevent excessive
localized stresses in the shell. Saddles should not be placed over vessel girth welds and are
to be continuously seal welded to the shell.

2.3 Nozzles and Manways

2.3.1 When the inside diameters of nozzles are specified, they shall be maintained. When the
inside diameters of manways are specified, they shall be considered as minimum.

2.3.2 Nozzles, manways and their reinforcements shall be attached to the vessel with complete
penetration welds.

2.3.3 Nozzles upto and including 50 mm NB in size shall be stiffened by 2 Nos. 40 X 6 mm thick
flats welded at 90 Deg. apart.

2.3.4 Nozzles flanges shall be as per ANSI B 16.5, type and rating as specified in drawings.
Substitution of Weld Neck type flanges with Slip-on type will not be permitted.

2.3.5 All manhole covers shall be hinged or provided with a davit along with suitable lifting handle.

2.3.6 External reinforcing pads shall have a minimum of one vent hole except that pads for nozzles
greater than 16 inch NPS shall have a minimum of 2 vents and nozzles in excess of 36 inch
(914 mm) NPS shall have 4 vents. Pads installed by sections shall have at least one vent per
section, for future plugging with a maximum 1/4 (6 mm) inch NPS hole.

2.3.7 Class 150 flanges are not permitted for design temperatures over 700 Deg.F or for pressure
relief valve connections; Class-300 flanges shall be used as a minimum instead.

Page 5 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

2.3.8 Integrally reinforced necks are preferred, although long welding neck flanges and built-up
construction are permissible. Caution shall be exercised for connection which must receive
equipment to insure that the inside diameter is large enough and the flanges match.

2.3.9 Where 125 Ra is specified for flange surface finish, the range for acceptance shall be 63 Ra
minimum to 250 Ra maximum. Finishes shall be judged by visual comparison with surface
finish roughness standards conforming to ANSI B 46.1. It is the Contractor's/Purchaser's
responsibility both to comply with the above finish requirements and to assure that such
flange finishes be protected from damage during shipping, storage and installation. Where
flange surface finish is not specified, it will be the responsibility of the manufacturer for
furnishing the gasket specification.

2.3.10 Lap joint flanges are not permitted in severe cyclic service. An example of severe cyclic
service is defined in paragraph 300.2 of ANSI / ASME B 31.3 Piping Code.

2.3.11 All flanges intended for use with spiral wound metal gaskets shall be designed using the
manufacturer’s minimum gasket seating stress or the ASME Code value, whichever is
greater.

2.3.12 The manufacturer shall give special consideration for the prevention of overstressing the
flange or bolts during gasket seating, when Class 300 and lower flanges are used with spiral
wound metal gaskets.

2.3.13 Nozzles and man-ways shall not be located in tray down comers.

2.3.14 Manways and hand-holes shall be cut off flush with the inside of shell and the inside edge
shall be rounded. Unless internal projections are specified, nozzles are to be cut off flush
with the inside of the shell and the inside edge shall be rounded to a radius of 3 mm.
However, for mortar lined vessels, the nozzles falling in the lined zone will be internally
projected to the extent of 5mm in excess of mortar thickness.

2.3.15 Threaded fittings of tapped holes are not permitted.

2.3.16 Flanges for nozzles and manways including blind flanges, upto 600mm nominal size shall
have ratings and dimension in accordance with ASME B-16.5
2.3.17 Flanges over 600mm nominal size and connected to piping shall be in accordance with
ASME B16.47 Series B and cheked for suitability for design condition plus any piping load.

2.3.18 Flanged manways and nozzles shall be of forged long weld neck or built-up construction
using weld neck flanges.

2.3.19 Non standard flanges should be avoided but if necessary shall be designed to code rules and
shall take into account external loads, flange deflection, intial bolt load and hydrotest
conditions.

2.4 Materials

2.4.1 Materials conforming to other standard specifications, equivalent to those specified, are
acceptable. Equivalent material specifications are those that conform to chemistry,
mechanical properties, quality, testing, and inspection.

2.4.2 All material used in the vessel(s) shall be new and of the type and grade specified in the
Specifications / Drawings. All plates shall be supplied in normalized condition.

2.4.3 Each plate or forging shall be legibly stamped or stenciled showing grade number and plate
or forging number. When metal stamping is done it shall preferrably be on the long edge of

Page 6 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

each component as it leaves the mill. Metal stamping or rolled surfaces shall be done with a
"Low Stress" stamp.

2.4.4 Bolts and gaskets for testing and shipping purposes shall be furnished by the vessel
fabricator.

2.4.5 Bolting for distributors, baffles, or other miscellaneous items, not furnished by the tray
supplier, shall be the same or similar alloy as the internals, or as specified.

2.4.6 Internal support rings shall be the same material as the shell in killed steel vessels unless
otherwise mentioned, except in lined portions of vessels where they shall be alloy
corresponding to the lining. They shall be continuously welded on the top and stitch welded
on the bottom when carbon steel, and continuously welded both sides when alloy.

2.4.7 Plates from 16 to 50 mm shall be ultrasonically tested as per SA 435 and above 50 mm as
per SA 578 for an Acceptance Level-I For quenched & tempered plates, ultrasonic
examination shall be done after the heat treatment of plates.

2.4.8 Carbon content of C.S. plate shall not exceed 0.23% (also see clause 6.9 for hardness
limitation value). One product analysis per heat shall be supplied.

2.5 Fabrication

2.5.1 Plates shall be bent along the direction of plate rolling for forming the shell. Plates shall have
only positive tolerances on thickness.

2.5.2 For vessels diameters 500 mm NB and below, pipes conforming to a code listed equivalent
material specification may be used for the shell.

2.5.3 Vessels heads may be deep hemispherical, torispherical or 2:1 semi-ellipsoidal. The head
type proposed shall be specified by Bidder in the offer, if the same is not indicated on the
attached data sheet. Plate thickness selected for vessel heads shall include due allowance
for thinning during the forming operations.

2.5.4 When a formed head is made from more than two plates it shall have a crown plate having
diameter greater than that of the reinforcing pad of any nozzle located at the centre of the
head. The inside and outside surfaces shall be MP/DP examined for detection of cracks.

2.5.5 Skirt and other attachment welds shall have complete fusion for the full length of the weld,
and shall be free from undercut, overlap, or abrupt bridges or valleys. All internal attachment
welds shall be continuous.

2.5.6 Edges shall be prepared after cutting, machining or grinding to eliminate defective material or
discolouration. All welding edges of above 25 mm thickness and the welding edges of dish
ends of all thickness shall be checked by MP/DP examination for detection of cracks,
laminations or segregations.

2.5.7 All pressure bearing butt welds shall be full penetration, double welded joints. When the
second side welding is not possible due to inaccessibility, single welded butt joints with root
run by Tungsten Inert Gas Process (TIG) may be used to ensure full penetration. Backing
strip shall not be used.

2.5.8 Shell assembly and head assembly welds shall be spaced as far as possible and at a
minimum distance of 2" (50 mm) from taps, gussets, nozzles, reinforcing pads, or other items
welded to shell.

Page 7 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

2.5.9 Depending upon shipping conditions and possibilities, vessels shall be delivered either
completely assembled, or in pre-fabricated sections. When a vessel has to be delivered in
pre-fabricated sections, a provisional assembly shall be carried out in manufacturer's shop in
order to check alignments and stamp the necessary markings for field assembly.

2.5.10 All vertical vessels shall be provided with lifting lugs or side trunions, as desired by the
Purchaser.

2.5.11 Reinforcing pads for internal or external structural attachements to vessel shells shall be
provided with a 1/4 in (6 mm) diameter vent hole for the enclosed space between welds.
External vent holes shall be plugged with a plastic sealant after the vessel has been tested.

2.6 Welding

2.6.1 a) All welding shall be done by a metal arc process.

b) Covered welding electrodes for non-alloy welding shall be in accordance with


Specification AWS A5.1, ASME SFA-5.1.

c) Bare electrodes shall be in accordance with the following :

WELDING PROCESS ELECTRODE

Submerged
Arc Welding AWS A-5.17, ASME SFA-5.17

Inert Gas Welding AWS A-5.18, ASME SFA-5.18

Flux-Cored Arc Welding AWS A-5.20, ASME SFA-5.20

2.6.2 Deposited weld metal mechanical properties shall conform to the ASTM requirements for the
base metal. Low-alloy, high strength weld materials shall not be used unless the vessel is
required to be post-weld heat treated (PWHT) at a temperature of 1150 Deg. F minimum.

2.6.3 Drawings and instructions for fabrication and installation of tray and mesh blanket supports
attached to the vessel shall be furnished by the appropriate supplier of the vessel internals.
The vessel attachments shall be installed in accordance with the instructions, and
specifications, by the vessel manufacturer. It is the responsibility of the vessel manufacturer
to supply, or cause to be supplied, all material required for the fabrication of the vessel
attachments for the support of internals.

2.6.4 All pressure vessels weld joints of categories A or B shall be Type No. 1 full penetration butt
welds in accordance with UW-3 and table UW-12 of the ASME Code.

2.6.5 Nozzles and manways and their reinforcement shall be attached to the vessel with full
penetration welds.

2.6.6 Circumferential welds shall be so located that visual inspection can be made with all internal
equipment in place.

2.6.7 Seams in supporting skirts shall be made with full penetration butt welds. Connections
between skirts and vessel heads shall be made with a smooth flat faced weld, unless
otherwise shown. The width of the weld shall be atleast equal to the skirt thickness, and its
height shall be twice its width.

Page 8 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

2.6.8 All welding directly to the base metal shall be completed prior to final heat treatment.

2.6.9 Each pressure retaining strength weld shall be spot radiographed, as a minimum
requirement. Each spot radiograph shall be a minimum of six inches (152mm) in length and
in accordance with the ASME code. All welds to be covered by nozzle reinforcing pads and at
least one weld intersection shall be included. Non-radiographable welds shall be examined by
magnetic particle or dye penetrant as an acceptable alternate.

2.6.10 Welds in vessel shells shall be examined by 100% radiography as govened by UCS-57 of
ASME Section-VIII, Division-I wherever required. In addition, 100% ultrasonic examination in
accordance with the ASME Code is required after final post weld heat treatment.

2.6.11 Floating rings for insulation support shall be furnished with the vessel when specified.

2.7 Heat Treatment

2.7.1 For carbon steel formed components, including dished ends, stress relieving shall be
performed as per ASME Section VIII Div.1, (UCS-79).

2.7.2 In addition cold formed carbon steel heads and knuckles shall be stress relieved when their
thickness is 16 mm or greater. Hot formed heads shall also be normalized in case they are
formed at temperatures below the normalizing range. Hot formed dished ends or similar
parts, which have not been uniformly heated in the normalising range in the final stages of
manufacture shall be normalized.

2.7.3 Vessels in caustic service, amine or sour gas service shall be stress relieved.

2.7.4 Flange facings must be protected against oxidation during heat treatment.

2.7.5 When postweld heat treatment is required, one Brinell hardness reading shall be taken on the
inside (except in alloy lined portions of vessels) of each shell section, head, longitudinal weld,
and nozzle, and each longitudinal, girth and nozzle weld after final post-weld heat treatment;
and no reading shall exceed a value of 200.

2.8 Tolerances

2.8.1 Dimensional tolerances shall be as per applicable IOCL standard.

3.0 SCOPE OF SUPPLY AND SERVICES

3.1 Scope of Supply

Bidder's scope of supply shall include the pressure vessels as specified in the attached data
sheets, complete with all internals and appertunances as applicable.

4.0 VENDOR DATA SHEET

Bidder shall comply with the enclosed "Vendor Data Requirements" list for drawing and
documents to be submitted to Purchaser with the bid and after placement of order.

5.0 INSPECTION AND TESTING

5.1 The pressure vessels shall be subject to stagewise and final inspection at Bidder's shop by
Purchaser. The same shall be offered prior to any primer coating.

5.2 Inspection shall be carried out based on IOCL’s quality assurance plan after agrement
between purchaser and the vendor.

Page 9 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

5.3 Prior to the final inspection of vessels, all slag, loose scale, dirt, grit, weld spatter, paint, oil
and other foreign matter are to be removed in order that the inspection can be conducted in a
thorough manner.

5.4 The approval of the work by the purchaser's inspector and his release of the vessels for
shipment shall in no way release the manufacturer from, or relieve the manufacturer of, any
responsibility for carrying out all of the provisions of this specification and the fulfilment of the
guarantee; nor does the purchaser by such approval and release, assume any responsibility
whatever for such provisions and guarantee.

5.5 Manway and handhole cover hinges and hinge bolts shall be in place before the vessel is
tested. The hinge bolts shall fit so they can be turned freely by hand. Covers shall be swung
open to insure that no binding occures.

5.6 Welded attachments provided with vent holes shall be tested by pneumatic or hydrostatic
pressure prior to postweld head treatment and final hydrostatic test.

5.7 Vessels shall be shop hydrostatically tested in the horizontal position and shall be supported
adequately to prevent local stresses in the shell from exceeding 90% the yield strength of the
material.

5.8 For vessels or sections of vessels where buttwelded seams are 100% radiographed, all other
pressure containing welds and all attachment welds to pressure containing parts shall be
examined as follows -

a) Welded joints covered by reinforcing pads shall be 100% radiographed prior to


installation of the reinforcing pad.

b) Support skirt and lifting lug welds, and pressure containing welds other than butt joint,
shall be examined by the ultrasonic method using either the straight beam or shear
wave mode. Alternative inspection methods such as in-process magnetic particle
examination, may be substituted if approved by the Purchaser.

c) All attachment welds to pressure containing parts on materials other than P1, Groups
1 and 2, shall be examined by the magnetic particle method. If the material is non-
magnetic, the liquid penetrant inspection method shall be used in place of the
magnetic particle method.

Accessible welds subject to PWHT shall be inspected after PWHT. All locations of
temporary attachment welds on materials other than P1, Group 1 and 2, shall be
similarly inspected.

5.9 Hardness of hot formed sections, base metal, weld metal and the related heat affected zone
(HAZ) of all welds shall not exceed 225 Brinell for P-1, P-3, P-4 and P-10 materials, before
PWHT.

The vessels fabricator shall check the weld hardness of the initial production weld for each
welding process, filler metal, and technique used. If the clearances are such that it is not
possible to check the production weld, a mock-up with identical conditions shall be used.

5.10 For vertical vessel supports skirts, the finished skirt-to-shell weld shall be examined by the
magnetic particle method after any required postweld heat treatment (PWHT). For field
welded skirts, the top skirt course of alloy material shall be "safe-ended" with a carbon steel
extension prior to any required PWHT, Skirt butt welds shall be inspected by spot
radiography. Atleast one radiograph shall be made for every two girth seams, and
one for every two vertical seams.

Page 10 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

5.11 Charpy impact tests shall be carried out for deposited weld metal from electroslag,
electrogas, and other single pass butt welds through the full thickness of the material. Tests
shall be made on weld production impact test plates (run-off tabs). Required impact values
shall be as given below -

Reference Charpy V impact value for full size


Thickness specimen at minimum design metal temp.
(mm) (Min. Av. of 3 specimens/Min. of 1 Specimen)

SA-515/516,Gr.55 & 60 SA-515/516,Gr.65&70

<= 13 17/13 20/16


10 to 25 20/16 27/22
25 to 50 20/16 34/27
> 50 34/27 47/38

5.12 For stainless steel vessels, the quality of water to be used for hydrotesting shall have a
maximum value of 25 ppm chloride. For C.S. Vessels, the testing medium (water) shall be at
a temperature of more than 20 Deg C. Sea water shall not be used for testing.

5.13 Bidder shall give minimum 15 days clear notice of shop inspection and testing to Purchaser.

6.0 NAME PLATE

Each vessel shall be provided with a name plate of stainless material, bearing the trade name
of the manufacturer. This plate shall be permanently fixed and carry all the relevant process
informations, capacity and empty weight of the vessel.

Name plates shall be permanently visible. On hot insulated vessels this plate shall be
fashioned on a small support so as to protrude beyond vessel insulation.

7.0 PAINTING AND PROTECTION

7.1 Surface cleaning and painting

7.1.1 All completed equipment shall be cleaned internally and externally to remove scale, dirt,
sand, water and foreign matter

7.1.2 The surface preparation of outside surface of vessels / columns shall be done by blast
cleaning only.

On completion of operation, the blasted surface shall be clean, dry and free from any mill
cale, rust, rust scale and foreign matter. Primer or first coat of paint shall be applied with
spray / brush as per the manufacturer’s recommendations and preferably within 4 hours of
surface prepraration. Blast cleaning shall not be done outdooe in bad weather without
adequate protection or when there is dew on the metal surface which is to be cleaned or
when humidity exceeds 85 %.

The finish of surface preparation of steel surface requiring painting shall conform to SA 2.5 of
Swedish Standard SIS-05-5900. The anchor profile shall be in general 15 to 50 microns.
However, for F-12 system of painting, anchor profile shall be 10 to 15 microns.

The two types of blast cleaning methods are as given below :

Page 11 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

7.1.2.1 Air Blast Cleaning

The surface shall be blast cleaned using one of the abrasives : sand chilled cast iron or
malleable iron and steel at pressure of 7 Kg / Sq.cm at appropriate distance and angle
depending on nozzle size; maintaining constant velocity and pressure. Chilled cast iron,
malleable iron and steel shall be in the form of shot or grit of size not greater than 0.055“
maximum in case of steel and malleable iron and 0.04 “ maximum in case of chilled iron.
Compressed air shall be free from moisture and oil. The blasting nozzles shall be venturi
style with Tungsten Carbide or Boron Carbide as the materials for liners. Nozzle orifice from
3/16” to 3/4”.

7.1.2.2 Water Blast Cleaning

Environmental, health and safety problems associated with abrasive blast cleaning limit the
application of air blasting in many installations. In such cases, water blasting shall be
resorted to.

Water blast cleaning can be applied with or without abrasive and high pressure water
blasting. The water used shall be inhibited with sodium chromate / phosphate. the blast
cleaned surface shall be washed thoroughly with detergents and wiped with solvent and dried
with compressed air. For effective cleaning, sand is used as an abrasive. The operation shall
be carried out as per SSPC guidelines for water blast cleaning.

7.1.3 Austenitic stainless steel, high alloy steel and non-ferrous materials shall be kept free of
paints.

7.1.4 All flanged faces and other machined surfaces shall be greased or protected with rust
preventive coating.

7.1.5 The shades of successive coats shall be kept different in order to ensure visual inspection of
application of each coat.

7.2 Painting

Except for machined surfaces, all exterior surfaces of the vessels and columns, including
skirts and integral supports shall be painted as given below to prevent rust, corrosion or
damage during transit and storage before erection and final painting. This paint system
mentioned hereunder shall be applicable for all environments after satisfactory surface
preparation.

System Description Operating Paint System


Temp Range
( Deg C)

Uninsulated Carbon and Low (-) 25 to 400 One coat of Inorganic Zinc Silicate
Alloy Steel Columns & Vessels coating
- above ground & underground Total DFT : 65 to 75 microns

Insulated carbon and low alloy (-) 15 to 100 One coat of Epoxy Phenolic coating

steel columns & vessels Total DFT : 10 microns

101 to 400 2 coats of heat resistant silicon paint


suitable upto 400 Deg C of 20
microns per coat
Total DFT : 40 microns

Page 12 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

DM Water Service
a) External Surface All Temp As per applicable system above

b) Internal Surface All temp 2 coats of Epoxy Zinc phosphate


primer (35 microns / coat) plus 2
coats of Epoxy high built coating
(100 microns / coat)
Total DFT : 270 microns

7.3 After the vessels are shop tested, all exposed machined surfaces shall be suitably protected
by an approved type of protective compound. All nozzle openings shall be covered by
wooden or metal closures prior to despatch.

7.4 Marking

In addition to General Purchase Conditions, the following requirements shall also be complied
with.

7.4.1 All loose components such as studs, nuts, washers, gaskets, etc., shall be packed in crates
and shall be marked for the project, consignee, consigner, job no., item no., order no., gross
& net weight, dimensions, etc.

7.4.2 Additional indications such as North / East / South / West along with the centre of gravity shall
be clearly marked with white paint.

7.4.3 Vessels which have been post weld heat teated or have an applied lining, eg. lead, glass,
rubber, etc., shall have a suitable warning printed on the visible portion on the outside on the
outside of the vessel.

7.4.4 Specific marking with white paint for slinging shall be provided for all heavy lifts weighing 5
tonnes and above.

7.4.5 A copy of the packing list shall accompany the material enclosed in a water tight envelope
fastened inside a shell connection with an identifying arrow sign “Documents” applied with
indelible paint.

7.4.6 If it is necessary to separate the unit into different parts for transportation all components and
sub-assemblies shall be carefully identified and match marked to prevent aby error in
assembly.

8.0 PACKING & SHIPMENT

8.1 Pre-fabricated sections shall be protected by temporary stiffeners at each non-supported end.
Edges of plates or sections to be welded shall also be protected. Flange faces on all nozzles
and couplings shall be protected by blanks. Tapped orifices shall have threaded plugs.

8.2 Equipment shall be carefully packed so as not to be damaged in any way during transport.
Fragile or machined parts in particular, shall be especially protected, not only against rust but
also against shocks of any nature.

8.3 All parts shall be carefully cleaned. Unless otherwise indicated vessels shall be delivered
unpainted.

8.4 If it is necessary to separate a unit into different parts for transport reasons, all parts shall be
carefully identified or match marked to prevent any error in assembly.

Page 13 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

8.5 Large diameter vessels of small thickness shall be provided with an adequate number of
struts, positioned inside the vessel to prevent ovalization effect while being handled. These
struts shall not be removed until after vessel is placed in postion at jobsite.

8.6 Vessels, unless provided with their own steel saddles for entire protection, shall be provided
with suitable wooden saddles with steel saddles with steel ties and tension rods. The
minimum height of the saddle shall correspond to the maximum projected length of the
connected attachments, plus an additional clearance of 45 mm. Saddle spacing shall depend
on the length of the equipment.

8.7 After removal of plugs and checking of flange faces, vessels shall be shipped to the field with
gaskets used for shop hydraulic tests. Final gaskets shall be shipped properly protected in a
separate container.

Solid metal joints used for shipment, together with the corresponding flange faces, shall be
specially covered with a coat of grease or varnish.

9.0 GUARANTEE

Bidder shall guarantee the pressure vessels supplied in respect of design, materials and
fabrication in accordance with the terms of General Purchase Conditions.

10.0 SITE FABRICATION & ERECTION

10.1 Where the shape or size of the vessel makes it impossible to ship it in one piece, the
fabricator shall ship minimum number of shop fabricated sections suitable for shipment.
Assembly and testing shall be completed by the vessel fabricator at site in horizontal position
(for erection by others) in strict accordance with the provisions of the applicable order /
specification.

10.2 Where the size or shape of vessel makes it impossible to erect it in single piece, the fabricator
shall ship minimum number of shop fabricated sections suitable for erection. Erection,
assembly and testing shall be completed by vessel fabricator at site in vertical position in
strict accordance with the provisions of the applicable order / specification.

10.3 In either of the above two cases, the following additional requirements shall apply :

10.3.1 All pieces shall be shop fit up into sections and each section fit to the adjacent one by the
fabricator and all pieces match marked thereafter.

10.3.2 The width of the permissible gap furing fitup shall be in accordance with the approved shop
drawings and welding procedures.

10.3.3 Suitable erection lugs and locating pins shall be provided by the fabricator to ensure proper
fitup of the equipment.

10.3.4 All radiographic requirements for welds completed in the shop shall be made by the fabricator
before the part of the section leaves the shop.

11.0 DIMENSIONAL TOLERANCES FOR PRESSURE VESSELS

Dimensional tolerances for pressure vessels shall be as listed below except when specified
otherwise in the vessel data sheet :

11.1 Outside surface of shell cylinder may be out of alignment/straightness not more than 6 mm in
any 6 metre of cylinder length, subject to a maximum of 20 mm in the total length.

Page 14 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

11.2 The maximum permissible offset for longitudinal joints shall be 6 mm and for circumferential
joints 12 mm.

11.3 Out-of-roundness (ovality) of vessel shell shall be as per ASME Code, with the additional
limitation that for vessels with internal trays any diameter may not vary more than +/- 0.5
percent from the nominal diameter, with a maximum variation in diameter from nominal of 12
mm.

11.4 Outside circumference of shell shall be within the following limits :


+/- 10 mm for noimnal diameter 1200 mm and under.
+/- 12 mm for noimnal diameter 1200 mm through 2400 mm.
+/- 20 mm for noimnal diameter above 2400 mm.

11.5 Tolerance for overall length of vessel, not including the skirt, shall be +/-5 mm per 3 metre
subject to a maximum of 15 mm.

11.6 The skirt length for vertical vessels shall be held within a tolerance of +/- 6 mm.

11.7 The tolerance for nozzle location shall be +/- 10 mm for elevation, +/- 6 mm for orientation,
and +/- 3 mm for projection.

11.8 The tolerance for manways shall be +/- 12 mm for elevation, orientation and projection, and 6
mm for tilt.

11.9 Elevations from reference plane may vary to the extent of +/- 12 mm for manholes, +/- 6 mm
for nozzles, and +/- 5 mm for internal supports except that locations or manholes and nozzles
near trays shall not vary more than +/- 5 mm from the tray.

11.10 Tolerance for centre to centre distance between any pair of instrument connections shall be
+/- 1mm.

11.11 The maximum horizontal or vertical perfection of the machined surfaces of the gaskets
contact faces of nozzles shall be +/- 2 Degree or 0.6 mm whichever is greater.

11.12 The tolerance for the maximum variance (distance between high and low points) in individual
tray supports with respect to the level plane shall be within +/- 5 mm of the specified elevation
from datum. Variation in spacing between adjacent internal trays/supports be within 0.30
percent of the nominal inside diameter, with a maximum of 6 mm.

11.13 The maximum tolerance from a true base for internal tray supports shall be +/- 10 mm.

11.14 The tolerance for maximum variation of tray supports with respect to the vessel shell shall not
exceed 1 Deg. from normal.

11.15 Tolerance for distance between horizontal vessel centre line and bottom of saddle supports
shall be +/- 3 mm.

11.16 Centre to centre distance between saddle supports and saddle bolt holes may vary +/- 3 mm.

11.17 Skirt base ring out of squareness shall be within +/-3 mm for 2500 mm OD and under, and +/-
6 mm for larger diameters.

11.18 The base ring bolt circle diameter and the distance between two consecutive anchor bolt
holes may vary +/- 5 mm.

11.19 Tolerance for distance between any pair of adjacement structural attachments shall be +/- 3
mm.

Page 15 of 16
SPECIFICATION NO.
TECHNICAL SPECIFICATION IOCL/M&I/MECH/E/S/01
FOR REVISION-00

Refineries Division
PRESSURE VESSEL DATED: 19/01/2012

12.0 DATA FOLDER

The manufacturer shall prepare six copies of data folders and two copies in soft form (CD
form) as required in the purchase order. The folder shall contain the following information,
duly certified by the Inspector :

a) Manufacturer’s code certificate


b) Sketches of the vessel showing as-built dimensions and the plates used with their cast
and test numbers.
c) Material test and analysis certificates.
d) Welding procedure qualification reports..
e) Welder qualification reports.
f) Radiograhic results
g) Ultrasonic, Magnetic particle, dye-penetrant test results (if applicable)
h) Hardness, corrosion and leak test record (if applicable)
i) Record charts showing complete heat treatment cycle (if applicable)
j) Production test coupon results (if applicable)
k) Charpy V notch test results (if applicable)
l) Record chart of pressure test (hydrostatic and / or pneumatic)
m) Rubbing of name plate
n) Any other documentation as required in the purchase requisition / order.

13.0 Following should be attached as Annexure (as per tender specific requirement):

1. Supplementary Specification for Handling/Cleaning of Stainless Steel and Nickel alloys


(IOCL/M&I/MECH/E/S/13).
2. Supplementary Specification for Carbon Steel Vessels (IOCL/M&I/MECH/E/S/04).
3. Supplementary Specification for Structural Quality Plates for Tanks & Vessels
(IOCL/M&I/MECH/E/S/12).
4. Technical specification for Boiler Quality Carbon Steel Plates ((IOCL/M&I/MECH/P/14).
5. Technical specification for Stainless Steel Plates (IOCL/M&I/MECH/P/16).

Signature Not Verified


Digitally signed by SHRUTI JAIN
Date: 2018.08.03 10:39:31 IST
Page 16 of 16 Location: IndianOil e-Tendering Portal

You might also like