Ref.: Tender No. TCE.6079A-B-610-024 10-05-2011...Ref.: Tender No. TCE.6079A-B-610-024 10-05-2011...
Transcript of Ref.: Tender No. TCE.6079A-B-610-024 10-05-2011...Ref.: Tender No. TCE.6079A-B-610-024 10-05-2011...
Ref.: Tender No. TCE.6079A-B-610-024 10-05-2011 Tender for Cooling water Pumps Due Date: 03-06-2011 Dear Sirs, Please submit your competitive offer in strict conformity to the documents enclosed herewith. Kindly return the “Acknowledgement & Intention to Bid” form, duly filled, immediately on receipt of this enquiry document. Offers may kindly be furnished as per the Instructions to Bidders (ITB) enclosed herewith. Thanking You, Yours truly For TATA Consulting Engineers Limited,
A Venkateswaran Project Manager
TENDER. NO. TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: Title
Master Index SHEET i OF iv
ISSUE
R0
MASTER INDEX
TO
BIDDING DOCUMENT FOR COOLING WATER PUMPS
BHARAT PETROLEUM CORPORATION LIMITED, MAHUL, MUMBAI
(BIDDING DOCUMENT NO: TCE-6079A-B-610-024)
TENDER. NO. TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: Title
Master Index SHEET ii OF iv
ISSUE
R0
PART – I: GENERAL & COMMERCIAL
SL. NO.
SPECIFICATION NO. REV NO. DESCRIPTION NO. OF SHEETS
1. Acknowledgement & Intention To Bid 2
2. TCE.6079A-B-610-024 R0 Instructions To Bidders 20
Schedule Of Bidder’s Experience 1
Schedule Of Deviations From General Conditions
1
Schedule Of Deviations From Technical Specifications
1
Annual Turn over statement 1
Check List For Submission Of Bid 3
3. TCE.6079A-B-610-024 Integrity Pact 4
4. TCE.6079A-B-610-024 R0 Scope of Work 2
5. TCE.6079A-B-610-024 R0 Scope of Supply 3
6. TCE.6079A-B-610-024 R0 Time Schedule 2
7. TCE.6079A-B-610-024 R0 Terms of Payment 3
8. TCE.6079A-B-610-024 R0 Quality Management System 6
9. TCE.6079A-B-610-024 R0
General Purchase Conditions – Indigenous Material & Equipment
9
10. TCE.6079A-B-610-024 R0
General Purchase Conditions – Imported Material & Equipment
8
11. TCE.6079A-B-610-024 R0 Special Purchase Conditions 3
12. TCE.6079A-B-610-024 R0 Loading and Penalty Criteria 3
13. TCE.6079A-B-610-024 R0 List of Approved Makes / Vendors 59
14. TCE.6079A-B-610-024 R0
Commercial Questionnaire - Imported Material & Equipment
6
15. TCE.6079A-B-610-024 R0
Commercial Questionnaire – Indigenous Material & Equipment
5
16. TCE.M4-903 R5 Drawings, Engineering Documents and Instruction Manuals
6
17. TCE.M4-907 R7 Spares and Maintenance Tools and Tackles
2
18. TCE.M4-908 R6 Training of Purchaser’s Personnel 1
19. TCE.M4-914 R7 Progress Schedule and Reports 3
20. TCE.6079A-954 R0 Schedule of Distribution of Drawings 2
TENDER. NO. TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: Title
Master Index SHEET iii OF iv
ISSUE
R0
SL. NO.
SPECIFICATION NO. REV NO. DESCRIPTION NO. OF SHEETS
and Documents
21. TCE.6079A-B-610-024 R0 Schedule of Mandatory Spares 3
22. TCE.6079A-B-610-024 R0 Performance Guarantee Parameters 4
23. TCE.6079A-B-610-024 R0 Schedule Of Price 7
TENDER. NO. TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: Title
Master Index SHEET iv OF iv
ISSUE
R0
PART II - TECHNICAL
SL. NO.
SPECIFICATION NO. REV NO. DESCRIPTION NO. OF SHEETS
1. TCE.6079A-B-610-024 R0 Scope of Works 1
2. TCE.6079A-B-610-024 R0 Cooling Water Pumps 19
3. TCE.6079A-B-610-024 R0 Circulating Water Analysis 1
4. TCE.6079A-B-610-024 R0 Cooling Water Pumps 3
TCE.M4-105-01 R10 Data Sheet B 3
R10 Data Sheet C 4
6. TCE.6079A-B-610-024 R0 Steam Turbine Drive and Accessories 6
R1 Data Sheet B 12
R2 Data Sheet C 13
7. TCE.6079A-B-610-024 R0 Design Engineering practice on Petroleum refinery paint coating
81
8. TCE.6079A-104-02 R0 Thermal Insulation for Hot and Cold Surfaces
44
9. TCE.6079A-187-01 R0 Welding specification for shop and site fabricated equipment
21
10. TCE.6079A-184-01 R0 Welding Specification for Piping Systems 26
11. TCE.M4-904 R9 Shop Inspection and Tests 7
12. TCE-6079A-186-21 R0 Minimum inspection requirements for steam turbine rotors & turbine assembly
3
13. TCE-6079A-186-22 R0 Minimum inspection requirements for steam turbine casings
3
16. TCE.6079A-186-08 R0 Shop inspection requirements for rotating machines - mechanical
1
17. TCE.6079A-186-40 R0 Shop inspection requirements for gear Boxes
1
18. TCE.6079A-CH-
300-DC-01
P0 Project Design Basis 56
19. TCE.6079A-B-610-024 P0 Experience Record Proforma 15
Electrical
20. TCE.6079A-B-610-024 R0 Electrical requirements for cooling water circulation pumps
1
21. TCE.6079A-B-Z-203 R0 High Voltage Induction Motor 21
Instrumentation
22. TCE.6079A-B-610-024 R0 Instrumentation System 21
ACKNOWLEDGEMENT & INTENTION TO BID
Attention: Mr. N Swaminathan / Mr. Vinayak C Parab
TATA Consulting Engineers Limited, Raj Plaza, Second Floor, LBS Marg, Vikhroli (W). Mumbai- 400 083. Phone: 022-6647 2111 Fax: 022-6647 2000
SUB: CONFIRMATION TO BID
TENDER / ENQUIRY NO.___________________ DTD._______
WORK / ITEM: _______________________________________ Dear Sirs,
We hereby acknowledge receipt of a complete set of bid document along with enclosures for the subject work / item as per the table of contents for our use in preparing the bid.
We undertake that the contents of the above tender document shall be kept confidential and further that the drawings, specifications, and documents shall not be transferred and the said documents will be used only for the purpose which they are intended.
(A) We intend to bid as requested for the subject items and furnish following details with respect to our offices:
Quoting Office Contact Person at Mumbai, if any, for Indian Bidders & Contact Person in India for Foreign Bidders
Postal Address:
Postal Address:
Telephone Number: Telephone Number:
Fax Number: Fax Number:
e-mail address: e-mail address:
Contact Person: Contact Person:
Mobile Number: Mobile Number:
(B) We confirm that our offer shall be submitted within the due date.
(C) We are unable to bid for reasons given below and we are returning the entire set of tender documents
Reasons for Non-Submission of Bid:
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
______________________________________________________
Company’s Name: ______________________________
Signature: ______________________________
Name: ______________________________
Designation: ______________________________
Date: ____________
Note: Bidders are requested to furnish the details mentioned in (A), (B) or (C) above, immediately after receipt of tender documents
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 1 OF 28
ISSUE
R0
1 INTRODUCTION
1.1 Bharat Petroleum Corporation Limited (BPCL) is in the process of installing a 1.2 MMTPA Continuous Catalytic Regeneration Reformer (CCR) and Naphtha Hydro Treater (NHT) unit in their Mumbai Refinery at Mahul. TATA Consulting Engineers Limited (TCE) has been appointed as the Project Management Consultant to provide Engineering, Procurement and Construction Management services for the utilities and offsites for CCR/NHT units.
1.2 TCE on behalf of BPCL invites sealed bids under two bid system for the entire work covered in the bidding document. All bids are to be completed and returned in accordance with tender requirements within the duration as mentioned below.
2 IMPORTANT POINTS TO BE NOTED
2.1 Due date for submission of bids: 14:30 Hrs of 03-06-2011 at TCE, Vikhroli, Mumbai office
2.2 Technical un-priced bid opening: 15:00 Hrs of bid due date at TCE, Vikhroli, Mumbai office
2.3 Required completion period: The cooling water pumps shall be manufactured, supplied to site within 9 months for domestic bidders and 8 months FOB port of exit basis for foreign bidders.
2.4 Completion period indicated is from the date of placement of Fax / Letter of Intent.
2.5 Bid Validity: Bids shall remain valid for 4 months after the deadline for bid submission.
2.6 Bid security / Earnest Money Deposit (EMD): Rs.15 Lakhs.
2.7 Bidders to note the Bid Rejection Criteria as detailed below.
2.8 Offers to be submitted to TCE, II Floor, Raj Plaza, Vikhroli, Mumbai office.
2.9 The offers submitted by bidders shall be either neatly spiral bounded or hard bounded. Offers submitted in loose/stapled papers will not be accepted.
3 BIDDER’S QUALIFICATION CRITERIA
3.1 Technical Criteria
3.2.1. Bidder should be a manufacturer of Centrifugal pumps & shall have his own
engineering, manufacturing and testing facilities for the same.
3.2.2. Bidder should have supplied at least one Horizontal Centrifugal Pump
conforming to API 610, 6th edition for a minimum rated discharge capacity of
3,920 m3/hr for water service during the past five years.
PART I Page 1 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 2 OF 28
ISSUE
R0
3.2.3. The Pump thus supplied should have been in satisfactory operation at least
for a period of one year after commissioning. The Five year period includes
one year period satisfactory operation shall be reckoned as of 31-12-2010.
3.2 Financial Criteria
3.2.1. Bidder shall have supplied in the previous 5 (five) year period, at least One Pump along with prime-mover of order value not less than Rs 1,87,50,000/-.
Or
Bidder shall have supplied in the previous 5 (five) years period, at least Two Pumps along with prime-movers of each order value not less than Rs 1,25,00,000/-.
3.2.2. The average annual turnover of the bidder during the preceding 3 (three) financial years should be at least Rs 7,33,00,000/-.
3.2.3. The bidder shall have earned a net profit for the last three consecutive financial years i.e. 2007-2008, 2008-2009 & 2009-2010.
3.2.4. The net worth of the bidder as per the audited annual financial results for the financial year 2009-2010 should be positive.
Offers of bidders fulfilling all the qualification criteria as mentioned above will only be considered for further technical and commercial evaluation.
4 BIDDING DOCUMENTS
4.1 Bidding documents consist of:
(a) Scope of work / supply
(b) Acknowledgement Letter format
(c) Instructions to Bidders (ITB)
(d) General Purchase Conditions (GPC)
(e) Commercial Questionnaire (Indigenous Bidders)
(f) Commercial Questionnaire (Foreign Bidders)
4.2 The bidder is expected to examine the bidding documents, including all instructions, forms, General Purchase Conditions / General Conditions of Contract, Special Purchase Conditions / Special Conditions of Contract, Technical Specifications, Drawings and other documents and to fully familiarize itself with the requirements of the bidding documents. Failure to furnish all the information required by the Bidding Documents or the submission of a bid not substantially responsive to the Bidding Documents in every respect may result in the rejection of the Bid.
4.3 Immediately on receipt of Bidding Document, Bidder shall acknowledge the receipt and confirm his intention to bid for the tendered work / scope of supply as per the Acknowledgement format given in Bidding Document.
5 BID DOCUMENT FEES AND COST OF BIDDING
PART I Page 2 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 3 OF 28
ISSUE
R0
5.1 Bidders shall deposit Tender fees of of INR 1,000/- (25 USD) in the form of Demand Draft / Pay Order drawn in favour of "Bharat Petroleum Corporation Ltd." payable at Mumbai prior to submission of bids or at the time of submission of bids. Bids from bidders who have not paid Tender fees will not be considered for evaluation.
5.2 The bidder shall bear all costs associated with the preparation and delivery of its bid including (but not limited to) costs and expenses related to visits to the site(s) and other locations, and the cost of any tests, investigations, evaluations and consultations. BPCL/TCE will in no case be responsible or liable for any costs regardless of the outcome of the bidding process.
6 EARNEST MONEY DEPOSIT
6.1 The EMD /Bid Security shall be in equivalent US dollars for foreign Bidders (either in the form of Crossed Demand Draft / Pay Order / non-revocable Bank Guarantees from any Indian scheduled bank which includes Indian branch of foreign bank recognized as scheduled bank by RBI, of DD or BG in favor of BPCL).
6.2 Foreign Bidders may also submit bank guarantee from an international bank of repute having a branch in India or having correspondent banking relationship with an Indian scheduled bank, in which case the Bank Guarantee shall be countersigned by their Indian Branch or by any Scheduled Indian Bank.
6.3 The bid security shall be in US Dollars for foreign bidders and in Indian Rupees for domestic bidders. Standard Bank Guarantee format of BPCL shall be used.
6.4 EMD amount shall be INR 15 Lakhs (USD 34,650).
6.5 The Bank Guarantee for EMD shall be valid for a period of 6 months from Bid Due Date.
6.6 Only Bidders registered with Bharat Petroleum Corporation Ltd are exempted from furnishing EMD. Bidder(s) claiming exemption from EMD for being registered with BPCL shall submit documentary proof of their registration with BPCL. If required, such bidders can write to:
DGM (P&CS)-Bharat Petroleum Corporation Ltd
Adminstration Building,
BPCL Refinery, Mahul, Mumbai – 400704
Phone: +91- 22 -2553 3270 / 2553 3272
For confirmation for registration, atleast one week prior to due date.
6.7 EMD will be forfeited if the bidder –
6.7.1 Modifies / withdraws the offer during the validity period of the bid from due date or extended due date of the tender
Or
6.7.2 Does not produce acceptance of Letter Of Intent of purchase order within 7 days time from the date of issue by BPCL
PART I Page 3 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 4 OF 28
ISSUE
R0
Or
6.7.3 Does not furnish security deposit of the required amount in stipulated time after issuance of LOI regarding award of contract and /or award of contract.
6.8 After acceptance of order by successful bidder, BPCL shall return the EMD to all unsuccessful bidders. EMD shall be returned to the successful bidder after he submits the security deposit as per GCC of required amount in stipulated time after issue of LOI / PO.
7 DUE DATE FOR SUBMISSION OF BIDS
7.1 As indicated in item Sr. No. 2 above, the Original bid together with required copies must be received by the designated authority on or before the due date & time.
7.2 TCE may, at its discretion, extend the deadline for the submission of bids by amending the bidding documents, in which case all rights and obligations of the TCE and bidders previously subject to the deadline, will thereafter be subject to the deadline as extended.
8 MODIFICATION & WITHDRAWAL OF BIDS
8.1 The bidder may modify or withdraw his bid after the bid's submission, provided that written notice of the modification or withdrawal is received by TCE prior to the deadline prescribed for submission of bids.
8.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions for submission of bids.
8.3 A bid may not be withdrawn or modified after the deadline for submission of bids during the period of bid validity without forfeiting the bid security unless the modification shall be made upon an invitation by TCE permitting the bidder to modify the bid.
8.4 If a bid is properly modified within the foregoing provisions, the bid as modified shall constitute the bid offer.
9 LATE BIDS
Any bid received by TCE after the deadline for submission of the bids (including any extension(s) hereof) will be declared "Late" and rejected and returned unopened to the bidder.
10 BID VALIDITY
10.1 Bids shall remain valid for a period as indicated in Sr. no. 2 above.
10.2 Notwithstanding the above, TCE may solicit the bidder's consent to an extension of the period of bid validity. The request and the responses thereto shall be made in writing (by fax/ email).
10.3 A bidder accepting the request for extension shall not be permitted to modify his bid because of the extension, unless specifically invited to do so.
PART I Page 4 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 5 OF 28
ISSUE
R0
11 BID REJECTION CRITERIA
11.1 Prior to detailed bid evaluation, TCE / BPCL will determine the substantial responsiveness of each bid with respect to the bidding documents. A substantially responsive bid is one which conforms to the terms, conditions and specification of the Bidding Documents without material deviation. A material deviation is one which affects in any substantial way the scope, quality or performance of the works, or which limits in any substantial way, inconsistent with the bidding documents, the TCE’s /BPCL's rights or the bidder's obligations as envisaged in the bidding documents, and the rectification of which deviation or reservation would affect unfairly the competitive position of other bidders presenting substantially responsive bids. Further examination of only such bids as are determined to be substantially responsive shall be taken up, unless otherwise determined by BPCL/TCE.
11.2 The bidders shall adhere to the following provisions of the Bidding Document without taking any deviations, failing which the Bid shall be considered to be non-responsive and may be rejected.
(a) Defect liability period.
(b) Submission of prices without any erasures or corrections.
(c) Bids with Price variation clause.
(d) Force Majeure clause.
(e) Aribitration clause.
(f) Specific clause with respect to delivery period shall be put on case to case basis if required.
12 CLARIFICATIONS
12.1 Clarifications that the Bidder needs to have on the tender specification can be sought from TCE at the time of pre-bid meeting, which shall be held on the date and venue indicated in Sl. No. 2.0 above.
12.2 Bidders shall send all queries to TCE at least 3 days in advance before the pre-bid meeting date.
12.3 All such correspondence shall be routed to the following address in an envelope "Clarifications for Enquiry No. XXXX":
TATA Consulting Engineers Limited, Raj Plaza, Second Floor, LBS Marg, Vikhroli (W). Mumbai- 400 083 Ph: 022-6647 2111 Fax: 022-6647 2000 Contact person: Mr. N Swaminathan / Mr. Vinayak C Parab Tel: +91 22 6689 2285 / 6647 2035
12.4 Written queries only shall be replied.
13 OPENING OF TECHNICAL & UN-PRICED COMMERCIAL BIDS
13.1 Technical and unpriced commercial bids shall be opened at TCE Mumbai office at 15.00 hrs on the due date as mentioned above in presence of the
PART I Page 5 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 6 OF 28
ISSUE
R0
bidder's representatives. Only the name of the bidders who have responded to the enquiry will be read before the bidder's representatives(s) duly authorized to attend such opening by a person competent and having the Power of Attorney to bind the Bidder. The Bidder's representative(s) who choose to attend and are present shall sign a register evidencing their attendance.
14 OPENING OF PRICE BIDS
Substantially responsive bidders will be shortlisted by BPCL/TCE for opening of price part of their bids. Date, time and venue for opening of price bids will be informed to the shortlisted bidders subsequently. Only the final bid cost will be read before the bidder's representative(s) duly authorized to attend such opening by a person competent and having the Power of Attorney to bind the Bidder. The Bidder's representative(s) who choose to attend and are present shall sign a register evidencing their attendance.
15 SITE LOCATION / SITE VISIT
15.1 The Project Site is located in Mahul near Chembur, Mumbai in the State of Maharashtra. Mumbai is well connected by Rail and Road from other parts of India.
15.2 The bidder is advised to visit and examine the site of works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into the Contract. Claims of any kind due to variation or ignorance of site conditions and environmental conditions will not be eligible in any circumstances.
15.3 The bidder and any of its personnel or authorized representatives will be granted permission by BPCL to enter upon its premises and lands for the purpose of such inspection. It is understood that as an implicit condition of such permission, the bidder, its personnel and/or authorized representative(s) shall be understood to have released and indemnified BPCL and its personnel from and against all liability in respect thereof and to have assumed all responsibility for personal injury (whether fatal or otherwise), loss of or damage to person or property and any other loss, damage, cost and expenses incurred as a result of such visit, including those sustained by any negligence or other act of tort on the part of BPCL and/or its personnel and Consultants. During such visits the Bidder shall abide by all the rules and regulations, as applicable. Bidders may contact TCE for site visit purpose.
16 COMPLETE SCOPE OF WORK
16.1 The complete scope of supplies and work/services has been defined in the bidding documents. Only those bidders who take complete responsibility and who bid for the complete scope of supplies and work/services as contained in the bidding document may be considered for further evaluation.
16.2 Waiver of deviations and conditions (if any), should be submitted by the Bidders before the opening of the Priced Bid failing which the Priced Bid of concerned Bidder shall not be opened.
PART I Page 6 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 7 OF 28
ISSUE
R0
17 AMENDMENT OF BIDDING DOCUMENTS
17.1 At any time prior to the deadline for submission of bids as well as up to priced bid opening, TCE may, for any reason whether at its own initiative or in response to a clarification or modification requested by any prospective Bidder(s), modify the Bidding documents.
17.2 The modifications/amendment will be notified in writing or by fax to all prospective bidders who have been issued the Bidding documents, and shall be part of the Bidding documents and shall be binding on all bidders. The Bidders will be required to acknowledge receipt of any such amendment to the Bidding documents. Bidders shall confirm the inclusion of Addendum / Corrigendum in their bid and shall follow the instructions issued along with addendum / corrigendum.
17.3 Bidders shall examine the Bidding documents thoroughly and inform TCE of any apparent conflict, discrepancy or error, so that TCE may issue appropriate clarification(s) or amendment(s), if required.
18 BIDDING DOCUMENTS AND DEVIATIONS
It is expected that bidders will submit bids based strictly on the terms and conditions and specifications contained in the bidding documents and will not stipulate any deviations. Should it, however, become unavoidable, deviations should be separately and specifically stipulated only in the "Deviation Sheet". Deviations mentioned anywhere else in the offer other than the "Deviation Sheet" shall not be acceptable considered for bid evaluation. TCE reserves the right to reject as non-responsive any bid containing major deviation(s).
19 LANGUAGE OF BIDS
19.1 The Bid prepared by the bidder, all documents attached to and/or relating to the bid and all correspondence exchanged by the Bidder and BPCL/TCE, shall be written in English language only.
19.2 Any printed literature furnished by the bidder may be written in any other language provided that this literature is accompanied by an authenticated English translation, in which case, for purpose of interpreting the Bid, the English translation shall govern.
20 PRICE BID
20.1 The item wise Bid prices (if applicable) shall be filled in the "Format for Submitting Prices".
20.2 Bidders shall quote indicting separately basic cost, all taxes, duties, levies, octroi applicable, packing & forwarding charges, transportation charges etc. and the final landed cost at site.
20.3 Bidders shall indicate the applicable present rate of excise / customs duty, CVD, education cess and VAT/CST, Service Tax, the same shall be payable on production of documentary evidence issued from concerned authority.
20.4 This part shall not contain any condition whatsoever failing which the Bids shall be liable to be rejected. In case of any correction, the bidder shall put its
PART I Page 7 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 8 OF 28
ISSUE
R0
signature and its stamp. Eraser fluid will not be allowed for making any correction.
20.5 The prices quoted by the bidder shall remain firm and fixed and shall be valid until completion of the Contract and shall not be subject to variation/escalation on any account except as otherwise specifically provided in the Contract documents.
20.6 A Counter trade proposals shall not be considered in the evaluation of Bids or otherwise.
20.7 It shall be the duty of the supplier to duly observe and perform all laws, rules, regulations, orders and formalities applicable to Excise Duty, Sales Tax, VAT, Service tax, Customs Duty, Countervailing Duty etc. on the import, manufacture, sale and/or supply of any material to BPCL and performance of the works under the Contract. The supplier/contractor shall keep BPCL indemnified from and against any and all claims, demands, prosecutions, actions, proceedings, penalties, damages, demurrages and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or infraction of any applicable laws, rules, regulations, orders or formalities concerning the same and from the consequence thereof.
20.8 The bidder shall indicate the total quoted price both in figures as well as in words in the format for submitting prices.
21 CURRENCIES OF BID
21.1 Foreign Bidders shall quote prices for materials and services in USD only.
21.2 Bidders shall quote the price for materials and services to be procured from India and for expenses to be incurred in Indian Rupees only.
21.3 For evaluation purposes, the foreign currency bid price shall be converted to Indian Rupees by considering Bill selling foreign exchange rate declared on Reserve Bank of India web site as on the date of priced bid opening.
22 QUERIES / CLARIFICATIONS
22.1 The bidder is requested to submit any queries / clarification / information pertaining to Bidding Document in writing delivered by hand or by mail. This shall be addressed to Mr. N Swaminathan / Mr. Vinayak C Parab – Tata Consulting Engineers Limited, Mumbai within one week from the date of receipt of bidding documents. Any failure by Bidder to submit queries / clarification / information pertaining to Bidding Documents in writing shall not absolve the Bidder, after subsequent placement of Order/ Contract, of his responsibility to perform the work in accordance with the Order / Contract.
22.2 TCE's responses to Bidder's queries/clarifications raised will be furnished as expeditiously as possible to all the vendors who have been issued Bidding Documents. Any modification of the Bidding Documents which may become necessary shall be sent to all bidders through the issue of an Addendum.
23 FORMAT AND SIGNING OF BID
PART I Page 8 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 9 OF 28
ISSUE
R0
23.1 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to sign on behalf of the bidder. Such authorization shall be indicated by written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialed by the person signing the bid. The name and position held by each person signing must be typed or printed below the signature.
23.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder, in which case, such corrections shall be signed in full by the person or persons signing the bid.
24 ALL PAGES TO BE INITIALLED
24.1 All signatures in bids shall be dated and shall bear a seal of the bidder. In addition, all pages of the bids before submission of the bid shall be initialed at lower right hand corner by the Bidder or by a person holding a Power of Attorney authorizing him to sign on behalf of the bidder. The un-priced technical bid shall include all pages of tender enquiry (commercial part and technical part) duly signed and stamped by the bidder.
24.2 The Bidder shall sign and affix its seal on all pages of the Priced bid.
25 CORRECTIONS AND ERASURES
25.1 Bidders are required to fill in the tender documents with due care so as to avoid any cuttings/corrections/alterations in the entries made in the tender papers.
25.2 In case any corrections are required, the original writings shall be neatly cut/ penned through and re-written nearby. No overwriting or erasure of original writings by use of 'white fluid' or the like is permitted. In case any erasure using 'white correcting fluid' is found, the tender may be liable to be rejected.
25.3 All cuttings/ corrections/ alterations shall be signed in full by the tenderer with date. Numerical figures shall be written both in figures as well in words.
26 CLARIFICATIONS OF BIDS
To assist in the examination, evaluation and comparison of bids, BPCL/TCE may, at its discretion, ask the bidder for a clarification of his bid. All responses to a request for clarification shall be in writing, and no change in the price or substance of the bid shall be permitted unless specifically sought by BPCL/TCE.
27 TECHNO-COMMERCIAL EXAMINATION OF BIDS
27.1 BPCL/TCE will examine or cause to be examined the bids to determine whether they are complete, whether the documents have been properly signed, and whether the bids are generally in order.
PART I Page 9 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 10 OF 28
ISSUE
R0
27.2 BPCL/TCE will determine to its subjective satisfaction whether the bidder has submitted a responsive bid and is qualified to satisfactorily perform the work, and such determination shall not be open to question.
27.3 The determination will also take into account the bidder's financial and technical capabilities, as well as such other qualifications as BPCL/TCE deem necessary and appropriate.
28 EVALUATION AND COMPARISON OF PRICES
28.1 To facilitate evaluation and comparison of prices, the BPCL/TCE will convert all bid prices expressed in USD into Indian Rupees at selling rate of the concerned foreign currency declared on the web site of Reserve Bank of India on the date of opening of price Bids.
28.2 Where only Indian Bids are under comparison
Bids shall be evaluated on the basis of net effective price i.e. landed cost at
Site including third party inspection charges (if applicable) by approved third
party inspection agency minus CENVAT / Set off benefit available to BPCL.
28.3 Where only Foreign Bids are under comparison
Bids shall be evaluated on CIF port of exit basis including third party
inspection charges (if applicable) considering ocean freight and marine
insurance as 6% of FOB price for Europe/Japan/Asia and 9% of FOB price for
Australia / American continent.
28.4 Where Indian as well as Foreign Bids are under comparison
28.4.1 Domestic Bidders
(a) Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site including third party inspection charges (if applicable) by third party inspection agency as nominated by BPCL minus CENVAT / Set off benefit available to BPCL.
(b) CENVAT / Set off benefit available to BPCL shall be considered during price evaluation.
28.4.2 Foreign Bidders
Bids shall be evaluated on the basis of landed cost at Site including third
party inspection charges by approved third party inspection agency.
(a) F.O.B. price quoted by the bidder (including stowage charges in case of pipes)
(b) Ocean freight and marine insurance as under:
(i) Europe / Japan / Asia : 6% of FOB price
(ii) Australia / American Continent : 9% of FOB price
(c) Prevailing rate of Customs duty calculated with Landing Charges @ 1% of CIF Value
(d) Port handling charges @ 2% of FOB value
PART I Page 10 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 11 OF 28
ISSUE
R0
(e) Inland freight charges from Mumbai port(India) to project site(s) @ 2% of landed cost, i.e., sl.no.(a )to (e)
28.5 Any other loading towards factors like Power & Utilities consumption etc as indicated in technical specifications.
29 REBATE
No suo-moto reduction in price(s) by bidders is permissible after opening of the bid. If any Bidder unilaterally reduces the price(s) quoted by him in his bid after opening of bids, such reduction shall not be considered for comparison of prices but shall be binding on the Bidder if he happens to be selected for award of work.
30 CONTACTING BPCL
A bidder shall not contact BPCL on any matter relating to his bid from the time of bid opening to the time, that the Contract is awarded, unless requested to do in writing. Any effort by a bidder to influence BPCL in BPCL's decisions in respect of bid evaluation or contract award will result in the rejection of that bidder's bid.
31 BPCL's RIGHT TO ACCEPT/REJECT BIDS
31.1 BPCL/TCE reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of Contract without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the ground of BPCL's/TCE's action.
31.2 BPCL/TCE shall not be obliged to award the Order / Contract to the lowest evaluated bidder if BPCL/TCE apprehends that it will not be in the interest of BPCL/TCE to award the Order / Contract at the lowest evaluated price or to the lowest evaluated bidder.
32 CONFIDENTIALITY OF DOCUMENTS
32.1 Bidders shall treat the bidding documents and contents therein as strictly confidential. If at any time, during the bid preparation period, Bidder decides to decline to bid; all documents must be immediately returned to BPCL.
33 PREPARATION & SUBMISSION OF BIDS - TWO BID SYSTEM
33.1 The bidder is required to prepare bid in a format as outlined below in order to achieve the objective of maintaining a uniform proposal structure from all bidders.
33.2 Technical Bid: Shall contain documents / information as below:
(a) TCE Technical specification sheets duly signed & stamped
(b) Technical deviation sheet indicating No deviation / Deviations if any
(c) Makes of major bought out items
33.3 Un-priced Commercial Bid: Shall contain documents / information as below:
PART I Page 11 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 12 OF 28
ISSUE
R0
(a) Duly filled, signed and stamped commercial questionnaire
(b) Commercial deviation sheet indicating No deviation / Deviations if any to tender documents like GPC, SPC, ITB.
(c) Un-priced copy of Schedule of Rates (SOR) indicating "Q" for quoted items and "NQ" for not quoted items.
33.4 Price Bid: Format for submitting prices with duly filled prices
34 SUBMISSION OF BIDS
34.1 Bidder(s) will be required to submit in their one bigger sealed cover marked as "Offer against Enquiry No. TCE.6079A-B-610-024 for Item “Cooling Water Pumps" containing the following documents in three separate sealed envelopes before the due date & time in TCE's Mumbai Office at the address
TATA Consulting Engineers Limited, Raj Plaza, Second Floor, LBS Marg, Vikhroli (W). Mumbai- 400 083 Phone: 022-6647 2111 Fax: 022-6647 2000 Contact person: Mr. N Swaminathan / Mr. Vinayak C Parab Tel: +91 22 6689 2285/ 6647 2035
34.2 Envelope 1: Technical Bid containing following documents:
(a) One set of tender document duly stamped and signed on each page.
(b) Four sets (one original + three photo copies) of Un-priced Techno -Commercial Offer.
(c) One soft copy in CD of the Techno - Commercial offer.The soft copy is only for reference and only hard copies submitted will be considered for evaluation.
34.3 Envelope 2: Price Bid containing following documents:
Format for Submitting Prices with duly filled prices in Original.
Each envelope shall be super scribed with the names of documents it contains.
34.4 The bidders shall ensure submission of prices without any erasures or corrections with signatures in original on the priced sheet(s) of the original bid. Bidders shall also specify total bid price, wherever applicable, in figures as well as in words.
34.0 LIQUIDATED DAMAGES
In case of delay in delivery, BPCL reserves the right to recover liquidated damages at 0.5 % of the contract value for every week of delay or part there of subject to a maximum of 5 % of the total contract value until the work is satisfactorily completed and handed over. Such damages may be deducted by BPCL from any money due to the Contractor and any further amount due from the Contractor.
35.0 ORDER OF PRECEDENCE
PART I Page 12 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 13 OF 28
ISSUE
R0
The following order of precedence shall be followed in case of any conflict between various parts of the tender specifications:
Commercial and General Part
Addendum/ Corrigendum issued to tender document if any.
Instructions to Bidders
Special Purchase Conditions
General Purchase Conditions
Technical Part
Addendum/ Corrigendum issued to tender document if any.
Drawings and Data Sheets
Specification write up
Codes and Standards
The Bidder shall bring to the notice of TCE/BPCL any such variations / conflicts
between various parts of the tender and obtain approval before proceding with
such information for engineering/design.
PART I Page 13 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 14 OF 28
ISSUE
R0
CUT-OUT SLIPS TO BE USED BY VENDORS FOR PASTING ON COVER / ENVELOPES CONTAINING BIDS
COVER 1 CONTAINS
1. Sealed envelope no. 1: Containing four sets “Technical Bid” and “Un-priced Commercial Bid” and Documents related to Bid Qualification Criteria.
2. Sealed envelope no. 2: Containing Original Priced bid
Client: BHARAT PETROLEUM CORPORATION LTD
PMC: TATA CONSULTING ENGINEERS LIMITED.
Project: Offsites & Utilities for NHT/CCR Units at BPCL Mahul Refinery
Tender No. : -----------------------------------------------------------------------------------------
Item: ------------------------------------------------------------------------------------------------------
Bid due date & time: ---------------------------------------------------------------------------------
From:
To,
M/s TATA Consulting Engineers Limited, Raj Plaza, Second Floor, LBS Marg, Vikhroli (W). Mumbai- 400 083. Phone: 022-6647 2111 Fax: 022-6647 2000 Contact person: Mr. N Swaminathan / Mr. Vinayak C Parab
Tel: +91 22 6689 2285 / 6647 2035
(To be pasted on the sealed cover containing envelope no. 1 & envelope no. 2)
PART I Page 14 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 15 OF 28
ISSUE
R0
DO NOT OPEN – THIS IS A QUOTATION
(ENVELOPE NO. 1: CONTAINS TECHNICAL & UN-PRICED COMMERCIAL BID)
Client: BHARAT PETROLEUM CORPORATION LTD
PMC: TATA CONSULTING ENGINEERS LIMITED.
Project: Offsites & Utilities for CCR & Augmentation of Refinery Power System at BPCL Mahul Refinery
Tender No. : -----------------------------------------------------------------------------------------
Item: -----------------------------------------------------------------------------------------------------
Bid due date & time: -------------------------------------------------------------------------------------
From:
(To be pasted on the envelope containing TECHNICAL & UNPRICED
COMMERCIAL BID)
PART I Page 15 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 16 OF 28
ISSUE
R0
DO NOT OPEN – THIS IS A QUOTATION
(ENVELOP NO. 2: CONTAINS PRICE BID)
Client: BHARAT PETROLEUM CORPORATION LTD
PMC: TATA CONSULTING ENGINEERS LIMITED.
Project: Offsites & Utilities for CCR & Augmentation of Refinery Power System at BPCL Mahul Refinery
Tender No.: -----------------------------------------------------------------------------------------
Item: ---------------------------------------------------------------------------------------------------------
Bid due date & time: ------------------------------------------------------------------------------------
From:
(To be pasted on the envelope NO. 2 containing Format For Submitting Prices with duly filled prices)
PART I Page 16 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 17 OF 28
ISSUE
R0
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING TECHNICAL BID
OPENING AND PRICE BID OPENING
Ref ............................... Date: TO, Mr. N SWAMINATHAN/ Mr. VINAYAK C PARAB TATA CONSULTING ENGINEERS LIMITED, Raj Plaza, 2nd Floor, L.B.S Marg, Vikhroli (W), Mumbai-400083 Maharashtra, INDIA Phone: 022-66472111 Phone:022-6689 2285 / 6647 2035 [email protected]/ [email protected]
Attn: Mr. N SWAMINATHAN / Mr. VINAYAK C PARAB Dear Sir, We........................................hereby authorise the following representative(s) to
attend the unpriced and priced bid opening against your Tender No.
TCE.6079A-B-610-024 1. Name & Designation......................... Signature............................ 2. Name & Designation........................Signature............................
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit. Yours faithfully,
Signature............................................
Name & Designation...........................
For & on behalf of............................... NOTE:
This Letter of Authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.
PART I Page 17 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 18 OF 28
ISSUE
R0
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
In the case of a Proprietary Concern
I hereby declare that neither I in the name of my Proprietary concern M/s ....... which is submitting the accompanying Bid / Tender nor any other concern in which I am proprietor nor in any partnership firm in which I am involved as a Managing Partner have been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited, except as indicated below:
(Here given particulars of black listing or holiday listing and in absence thereof state "NIL").
In the case of a Partnership Firm
We hereby declare that neither we, M/s ...................... submitting the accompanying Bid / Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor of any firm or concern have or has been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited, except as indicated below:
(Here given particulars of black listing or holiday listing and in absence thereof state "NIL").
In the case of Company
We hereby declared that we have not been placed on any holiday list or black list declared by Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited, except as indicated below:
(Here given particulars of black listing or holiday listing and in absence thereof state "NIL").
It is understood that if this declaration is found to be false in any particular, Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited, shall have the right to reject my / our bid, and, if the bid has resulted in a contract, the contract is liable to be terminated.
Place: .................. Signature of the Bidder..........
Date: .................. Name of the Signatory ..........
PART I Page 18 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 19 OF 28
ISSUE
R0
INFORMATION ABOUT BIDDER (To be furnished by Bidder)
A. In case of Individual:
i) Name of business
ii) Whether his business is registered
iii) Date of commencement of business
iv) Whether he pays Income Tax over Rs. 10,000 per year
v) Whether he is a Director or is related to any Director of Owner, present
or retired within the past three years
vi) Whether he has been banned / de-listed by any Government
Department / Quasi-Government/ Public Sector Undertaking. If so,
give details.
B. In case of Partnership:
i) Names of partners
ii) Whether the partnership is registered
iii) Date of establishment of firm
iv) If each of the partners of the firm pays income Tax over Rs. 10,000 a
year and if not, which of them pays the same
v) Whether any partner or member of the firm is a Director or is related to
any Director of Owner, present or retired within the past three years
vi) Whether the firm has been banned / de-listed by any Government
Department / Quasi-Government / Public Sector Undertaking. If so,
give details.
C. In the case of Limited Company or Company Limited by Guarantees:
i) Amount of paid-up capital
ii) Name of Directors
iii) Date of Registration of Company
iv) Copies of the balance sheet of the company of the last three years
v) Whether any Director of the Company is a Director or is related to any
Director of Owner, present or retired within the past three years
PART I Page 19 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 20 OF 28
ISSUE
R0
vi) Whether the company has been banned / de-listed by any Government
Department / Quasi-Government / Public Sector Undertaking. If so,
give details.
Signature of Tenderer with seal:
Name and Address of Tenderer:
PART I Page 20 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 21 OF 28
ISSUE
R0
CONCURRENT COMMITMENTS (To be filled by Bidder)
I / We furnish below the details of the works currently being executed by me / us:
Sl. No.
Full particulars of similiar work carried out by tenderer
Name, address of client and contact person
Total Contract Value
Contractual Completion period (Months)
Actual Completion Period (Months)
Expected Date of Completion
Current Progress (Percen-tage)
Signature of Tenderer with seal
Name and Address of Tenderer
PART I Page 21 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 22 OF 28
ISSUE
R0
SCHEDULE OF BIDDER’S EXPERIENCE (To be filled by Bidder)
The BIDDER shall indicate below a list of similar jobs executed by him, to whom a reference may be made by the PURCHASER.
Sl. N
o.
Na
me
,
Ad
dre
ss, T
el.
No
., F
ax N
o.
An
d E
-Ma
il Id
Of C
lient
An
d
Pro
ject
Nam
e
Pu
rch
ase
r
Ord
er/
Co
ntr
act
No
.
An
d D
ate
Brie
f D
eta
ils O
f
Eq
uip
me
nt/
Syste
m
Su
pp
lied
Sco
pe
Of
Se
rvic
es (S
ee
Legend)
Co
ntr
act
Price
In R
s.
Sch
ed
ule
d
Da
te O
f
Co
mp
letion
Actu
al D
ate
Of
Co
mp
letion
Re
aso
n F
or
De
lay I
n
Co
mp
letion
, If
Ap
plic
able
Re
ma
rks
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
LEGEND: E - ERECTION, S - SUPPLY, SUP - SUPERVISION OF ERECTION, TC - TESTING AND COMMISSIONING
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
Note: PO / Contract copies, Completion Certificates attached.
PART I Page 22 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 23 OF 28
ISSUE
R0
SCHEDULE OF DEVIATIONS FROM GENERAL CONDITIONS (To be filled by Bidder)
The BIDDER shall indicate below all deviations from the General Conditions:
SL. NO.
SECTION SPECIFICATION NO.
PARA NO. DEVIATION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
The Bidder hereby certifies that the above mentioned are the only deviations from the Purchaser’s/Consultant’s General Conditions for this Enquiry Document. The Bidder further confirms that in the event any other data and information presented in the Bidder’s proposal and accompanying documents including drawings and catalogues etc. are at variance with the specific requirements laid out in the Purchaser’s/Consultant’s General Conditions, the latter shall govern and shall be binding on The Bidder without any price implication.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
PART I Page 23 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 24 OF 28
ISSUE
R0
SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS (To be filled by the bidder)
The BIDDER shall indicate below all deviations from the Technical Specifications:
SL. NO.
SECTION SPECIFICATION NO.
PARA NO. DEVIATION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
The Bidder hereby certifies that the above mentioned are the only deviations from the Purchaser’s/Consultant’s Technical Specifications for this Enquiry Document. The Bidder further confirms that in the event any other data and information presented in the Bidder’s proposal and accompanying documents including drawings and catalogues etc. are at variance with the specific requirements laid out in the Purchaser’s/Consultant’s Technical Specifications, the latter shall govern and shall be binding on the Bidder without any price implication.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
PART I Page 24 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 25 OF 28
ISSUE
R0
ANNUAL TURNOVER STATEMENT
The bidder shall indicate herein his annual turnover during preceding 3 years based on the audited balance sheet/profit & loss account statement.
FINANCIAL YEAR ANNUAL TURNOVER (Rs.) NET WORTH (Rs.)
FY 2010-11
FY 2009-10
FY 2008-09
NOTE:
1. Copies of audited balance sheet with Profit & Loss account statement for the last 3 years shall be enclosed along with the bid.
2. Bidder shall work out Net Worth on the following basis: Net Worth: Share Capital + Reserves & Surplus – accumulated loss (Net Worth of the bidder shall be positive for the latest audited financial year)
PART I Page 25 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 26 OF 28
ISSUE
R0
CHECK LIST FOR SUBMISSION OF BID Bidder is requested to fill this check list and ensure that all details/documents have been furnished as called for in the Bidding Document along with duly filled in, signed & stamped checklist with each copy of the “Techno-Commercial bid” (Part – A)”. Please tick the box and ensure compliance: (1.0) Bid Forwarding Letter
Submitted
(2.0) Cost of the bidding document in the form of Crossed Demand Draft as mentioned in
the NIT in a separate envelope. (Applicable for the bidders who have downloaded the bidding document from BPCL/TCE website)
Submitted
(3.0) Power of Attorney in Favour of the person who has signed the bid on stamp paper of Appropriate value.
Submitted
(4.0) Submission of documents to establish conformity with Bidder’s Qualification Criteria as per ITB
Submitted
(5.0) Partnership Deed in case of partnership firm and Article of Association in case of limited
company. Submitted
(6.0) Present Commitments as per ITB.
Submitted
(7.0) Submission of Deviations from General Conditions
Submitted
(8.0) Schedule of Deviations to technical specifications and general conditions separately
Submitted
(9.0) An overall schedule for completion of work in the form of Bar Chart
PART I Page 26 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 27 OF 28
ISSUE
R0
Submitted
(10.0) Technical Details/ Documents specified in Technical part
Submitted Not Applicable
(11.0) Blank copy (without price) of schedule of Price duly signed and stamped on each page Submitted (12.0) Copy of VAT registration certificate Submitted CONFIRM THE FOLLOWING
(1.0) All pages of the bid have been page numbered in
sequential manner. YES
(2.0) The bid has been submitted in requisite number of
copies as specified in Instructions to Bidders YES
(3.0) Bidding Document marked “ORIGINAL” along with Original offer,
Compliance Letter for Addendum/ Amendment, if any, along with Original offer and in copies, has been submitted duly signed and stamped on each page.
YES (4.0) Blank copy (without price) of Schedule of Prices
duly signed and stamped on each page has been submitted
YES
(5.0) Submission of complete tender document duly signed and stamped by the Bidder in
token of having received and read all the parts of the Bidding documents and having accepted and Considered the same in preparing and submitting the Bid and submission of an undertaking that no pages have been altered / changed with respect to the tender documents and all subsequent amendments.
YES
PART I Page 27 of 169
TENDER.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: ITB
TCE.6079A-B-610-024 INSTRUCTIONS TO BIDDERS SHEET 28 OF 28
ISSUE
R0
(6.0) Submission of Quality manual.
YES
(7.0) Submission of ESIC, PAN Details, Service Tax registration certificate, Scheduled Bar chart, proposed site organization chart, Un- Priced and Priced Bid duly signed and stamped.
YES
(8.0) Submission of Integrity pact duly signed and stamped on a stamp paper of appropriate value.
YES
(9.0) Bidder is requested to fill this check list and ensure that all details/documents have been furnished as called for in the Bidding Document along with duly filled in, signed & stamped checklist
Please confirm & ensure compliance:
Description Yes / No
Envelope 1:
a) 4 Sets consisting of Technical Bids, Unpriced commercial Bids, Duly filled Questionnaire, Bid qualification criteria documents
Envelope 2:
a) Format for Submitting Prices with duly filled prices
SIGNATURE OF BIDDER: ________________________ NAME OF BIDDER: ____________________________ COMPANY SEAL: ______________________________
PART I Page 28 of 169
PART I Page 29 of 169
PART I Page 30 of 169
PART I Page 31 of 169
PART I Page 32 of 169
SPEC.NO. TATA Consulting Engineers Limited SECTION: WRITE-UP
TCE.6079A-B-610-024 SCOPE OF WORK
SHEET 1 OF 2 OF 4
ISSUE
R0
SCOPE OF WORK
PART I Page 33 of 169
SPEC.NO. TATA Consulting Engineers Limited SECTION: WRITE-UP
TCE.6079A-B-610-024 SCOPE OF WORK
SHEET 2 OF 2 OF 4
ISSUE
R0
SCOPE OF WORK
1 GENERAL
1.1. This tender covers design, engineering, manufacturing, supply, testing and commissioning, supervisory services for erection of equipments of the in strict compliance with engineering drawings, specifications, standards, data sheets, codes, etc.
1.2 The proposed tender consist supply of Cooling water pumps & accessories as specified in datasheet.
1.3 The Contractor’s scope of work consists of the scope mentioned in the
tender, but not limited to the same. The scope of work shall also include other items/works required to complete the work in all respects as per specifications, drawings and instructions of Engineer-in-Charge whether specifically mentioned or not in the tender document.
1.4 It is not the intent to specify completely herein all details of design and construction of equipment or materials to be supplied or of services to be rendered. However, the equipment, materials and services shall conform in all respects to high standards of engineering design, workmanship and be capable of performing in continuous commercial operation in a manner acceptable to Purchaser who will interpret the meaning of drawings and specifications and shall have the power to reject any work or material which in his judgement are not in full accordance therewith.
PART I Page 34 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 SCOPE OF SUPPLY
SHEET 1 OF 3 OF 4
ISSUE
R0
SCOPE OF SUPPLY
PART I Page 35 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 SCOPE OF SUPPLY
SHEET 2 OF 3 OF 4
ISSUE
R0
SCOPE OF SUPPLY
1. OWNER’S SCOPE
Erection of cooling water pumps including accessories shall be carried out by others.
Detail Engineering and construction of all foundations for Cooling Water pumps shall be carried out by others based on the engineering inputs received from the bidder.
2. BIDDER’S SCOPE OF SUPPLY
2.1 This tender covers technical specifications of design, engineering, manufacturing, testing and commissioning, supervisory services for erection of equipments of the Cooling water pumps for Bharat Petroleum Corporation Limited (BPCL), Mumbai.
2.2 The equipment to be supplied under this specification shall be in accordance with the relevant Sections and Datasheets. Any item which may not have been specifically mentioned herein but are needed to complete the equipment / system shall also be treated as included and the same shall also be furnished, unless otherwise specifically excluded as indicated.
2.3 The Bidder’s scope shall include the following:
2.3.1 Cooling water pumps
(a) Two (2) number Motor driven Centrifugal pumps of 3,920 m3/hr @ 51 MLC capacity with accessories.
(b) One (1) number Steam Turbine driven Centrifugal pump of 3,920 m3/hr @ 51 MLC capacity with accessories.
2.3.2 Electrical equipment as per details enclosed with this specification.
2.3.3 Instruments and controls as per details enclosed with this specification.
2.3.4 First fill of all lubricants and consumables.
2.3.5 Bidder shall provide the following engineering information
(a) Preparation of P&I diagrams showing complete instrumentation & controls, line sizes, pipe material, gravity flow lines, pipe line slopes etc.
(b) Preparation of general arrangement drawings in plans & sections identifying location of all equipment in plan & elevation, their supporting base frame, operation & maintenance area etc.
(c) Providing details of load foundation requirement etc for carrying out the required civil works, details of any modification required in civil structures.
(d) Supply of engineering information for interface points with power cabling.
(e) Operation philosophy and control logic for instrumentation and controls.
PART I Page 36 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 SCOPE OF SUPPLY
SHEET 3 OF 3 OF 4
ISSUE
R0
2.3.6 Base plates, foundation bolts, nuts and washers etc. required for each equipment.
2.3.7 Counter flanges with bolts, nuts, washers and gaskets for all equipment at all terminal points of equipment covered under Contractor’s scope of supply.
2.3.8 Quality Assurance Plan (QAP) for all items/equipment to be manufactured/ fabricated and bought out items/equipment to be supplied by sub bidders.
2.3.9 Inspection at bidder’s works.
2.3.10 HAZOP study required for the plant shall be done by Bidder at TCE/BPCL Mumbai office along with BPCL and their representatives. Bidder shall submit a HAZOP report after HAZOP study. Any modifications to the system arising out of HAZOP study shall be suitably incorporated and implemented by the Vendor without any additional compensation.
2.3.11 Bidder shall note that the Cooling water pumps are located in Zone 2.
2.3.12 Arranging stage and final inspection from TCE/BPCL and obtain material dispatch clearance.
2.3.13 Packing, handling and transportation to site.
2.3.14 Supervision of Erection and commissioning of all systems/equipment.
2.3.15 One set of commissioning and start – up spares.
2.3.16 Mandatory spares (essential spares) as listed elsewhere in the document.
2.3.17 One set of recommended spares for 2 years of trouble free operation. (Contractor shall list the recommended spares and furnish the unit rates separately)
2.3.18 One set of recommended maintenance tools and tackles. (Contractor shall list the same and furnish the unit rates separately)
2.3.19 Supervision of commissioning, Trial Run, Reliability run and performance guarantee tests for the plant and equipment.
2.3.20 All consumables till the equipment is handed over to the Purchaser. Instruments and equipment required for the testing, commissioning and performance test should be arranged by bidder.
2.3.21 Training of BPCL’s personnel including O&M staff as specified or required at bidders’ facilities.
2.3.22 Hydrostatic testing of all equipment/items/piping as specified elsewhere in the specification/ as necessary.
2.3.23 Statutory approvals required for the equipment.
2.3.24 Submission of documentation such as:
(a) Operation & Maintenance manual
(b) Records of inspection carried out at Bidder’s/Sub bidder’s works.
2.3.25 Drawings in hard copies and soft copies.
2.3.26 Preparing as Build drawing for Cooling water pumps shall be by the BIDDER.
PART I Page 37 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 TIME SCHEDULE
SHEET 1 OF 2 OF 4
ISSUE
R0
TIME SCHEDULE
PART I Page 38 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 TIME SCHEDULE
SHEET 2 OF 2 OF 4
ISSUE
R0
1. The entire work, as per scope and provisions of this tender shall be completed within 09 months on FOT site basis from the date of issue of Letter of Intent / Award of Contract for Domestic Bidders on site basis and 08 months from the date of issue of Letter of Intent / Award of Contract for Foreign Bidders on FOB port of exit basis. No deviation in this regard shall be entertained. Bidders submitting offers not complying with the schedule requirements are liable to be summarily rejected.
2. The Bidder shall adhere to the following schedule for submission of data / drawings / documents from the date of issue of LOI. Bidder shall also refer to engineering scope for list of deliverables to be submitted for equipment.
Details Weeks after award of
contract / LOI
Bar chart 1 week
P&I diagram 2 weeks
Equipment GA and cross section drawings, Foundation details, Performance curves
4 weeks
I&C Drawings / Documents 2 to 6 weeks
Electrical Dwgs. 6 weeks
Piping layout 6 weeks
O & M manual 12 weeks
As-built Drawings / Documents After completion of work
3. The bidder shall adhere to the following schedule for delivery of equipment & material and completion of the project:
Details Months after award of
contract / LOI
Delivery of material / equipment for Domestic Bidders on FOT site basis
09
Delivery of material / equipment for Foreign Bidders on FOB port of exit basis
08
4. The time indicated is for completing all the Work in all respects as per specifications, codes, drawings, the provisions of the Bidding Document, and instructions of Engineer-in-Charge.
PART I Page 39 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 TERMS OF PAYMENT
SHEET 1 OF 3 OF 4
ISSUE
R0
TERMS OF PAYMENT
PART I Page 40 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 TERMS OF PAYMENT
SHEET 2 OF 3 OF 4
ISSUE
R0
2.0 TERMS OF PAYMENTS
2.1 5% against approval of following documents in Code A along with BG of equivalent amount valid for 3 months from date of agreed delivery date.
(Refer Attachment I for details on vendor document review status).
- Cooling Water Pump data sheets - Motor Data sheets - Turbine Data sheets - Foundation details - Piping & Instrumentation Diagram 2.2 5% against order placement of Motor, Turbine along with copy of un-
priced Purchase orders and BG of equivalent amount valid for 3 months from date of agreed delivery date.
2.3 5% against reciept of Motor, Turbine at vendor’s works along with BG
of equivalent amount valid for 3 months from date of agreed delivery date.
2.4 75% within 30 days after receipt of equipment and submission of all
documents as per tender document for domestic bidders Or
75% against an irrevocable letter of credit against submission of dispatch documents as per General Purchase Conditions for imported equipment / materials for foreign bidders.
2.5 Performance guarantee test – 10% of total lumpsum value
- After Completion of PG Test and as certified by Engineer-in-charge.
- Submission of all documents as required and
- Submission of 2 Nos. Performance Bank Guarantees equivalent to 10% of
Total contract value each valid for a period of 18 months from the date of last
supply or 12 months from the date of commissioning whichever is earlier. If
Performance Guarantee test is not conducted within 120 days from the date
of last supply for the reasons not attributable to the vendor, 10% Payment
shall be released against submission of Bank guarantees as mentioned
above.
NOTE:
Billing schedule shall be mutually agreed between Vendor and TCE/BPCL after award of contract.
PART I Page 41 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 TERMS OF PAYMENT
SHEET 3 OF 3 OF 4
ISSUE
R0
ATTACHMENT-I (TO BE READ WITH PARA 2.1 OF TERMS OF PAYMENT)
VENDOR DOCUMENT REVIEW STATUS CODES FORMAT FOR STAMP AND STICKER
TATA Consulting Engineers Limited
VENDOR DOCUMENT REVIEW STATUS
□ A Document approved as submitted; proceed with fabrication/ construction.
□ B Document approved subject to comments noted; proceed with fabrication/construction considering our comments.
□ C Our comments are noted on this marked-up print.
□ D Our comments are noted in the memo attached to the letter of transmittal No. TCE.................................... dated......................
□ E Correct original of this document to reflect our comments and resubmit for approval.
□ F Correct original of this document to reflect our comments and resubmit for records.
□ G Documents of this category are for information only and not for approval. Information furnished on the document is noted.
□ H Document reviewed against our previous comments and other revisions highlighted and identified by the vendor.
□ I Document returned without review.
Approval conveyed herein neither relieves Vendor/Contractor of his contractual obligations and his responsibilities for correctness of dimensions, materials of construction, weights, quantities, design details, assembly fits, system/performance requirements and conformity of supplies with Indian statutory Laws as may be applicable, nor does it limit the Purchaser’s rights under the contract.
Reviewed by : ……………………………………………
Date : ………………………..
********
PART I Page 42 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 1 OF 6 OF 4
ISSUE
R0
BIDDER’S QUALITY MANAGEMENT SYSTEM
REQUIREMENTS
PART I Page 43 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 2 OF 6 OF 4
ISSUE
R0
1.0 INTRODUCTION
This specification establishes the Quality Management System requirements to be met by BIDDER. In case of any conflict between this specification and other provisions of the tender document / MR / PR, the same shall be brought to the notice of BPCL, at the stage of bidding and shall be resolved with BPCL, prior to the placement of order.
2.0 DEFINITION
2.1 BIDDER
For the purpose of this specification, the word “BIDDER” means the person(s), firm, company or organization who is under the process of being contracted by BPCL for delivery of some products (including service). The word is considered synonymous to supplier, contractor or vendor.
2.2 PROJECT QUALITY PLAN
Document tailored from Standard Quality Management System Manual of BIDDER, specifying how the quality requirements of the project will be met.
2.3 OWNER
Owner means the owner of the project for which services / products are being purchased and includes their representatives, successors and assignees.
3.0 REFERENCE DOCUMENTS
ISO:9001-2000 (Quality Management Systems - Requirements)
ISO:9004-2000 (Quality Management Systems - Guidelines for Performance Improvements)
ISO:9000-2005 (Quality Management Systems - Fundamentals and Vocabulary)
4.0 QUALITY MANAGEMENT SYSTEM – GENERAL
Unless otherwise agreed with BPCL, the BIDDER proposed quality system shall fully satisfy all the elements of ISO 9001 – 2000 “Quality Management Systems – Requirements.” Evidence of compliance shall be current certificate of quality system registration to ISO 9001 or a recent compliance audit recommending registration from a Registrar acceptable to BPCL. The quality system shall provide for the planned and systematic control of all quality related activities for execution of contract. Implementation of the system shall be in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan, which shall both, together with all related/referred procedures, be submitted to BPCL for review, comment and approval.
5.0 QUALITY SYSTEM REQUIREMENTS
5.1 BIDDER shall ensure that the responsible authority for execution of the order / contract has communicated the P0/ contract requirements including any
PART I Page 44 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 3 OF 6 OF 4
ISSUE
R0
identified or intended statutory and regulatory requirements to all concerned in sub-contractor’s organization who are contributing to the execution of the PO/ contract.
5.2 BIDDER shall establish a documented Quality Policy and Quality Objectives to achieve the specified and intended requirement of purchase order / contract.
5.3 BIDDER shall identify and communicate the responsibilities and authorities of the personnel contributing to the execution of the order / contract.
5.4 BIDDER shall deploy competent and trained personnel for various activities for fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to ensure that the specification and quality of the deliverable are maintained.
5.5 BIDDER shall do the quality planning for all activities involved in delivery of order. The quality planning shall cover as minimum the following:
• Resources
• Product / deliverable characteristics to be controlled.
• Process characteristics to ensure the identified product characteristics are realized
• Identification of any measurement requirements, acceptance criteria
• Records to be generated
• Need for any documented procedure.
5.6 Requirements for sub-contracting / purchasing of services specified in contract / tender shall be adhered to. Wherever requirements are not specified, the sub-contractor shall establish and maintain a system for purchasing / sub-contracting to ensure that purchased product / service conforms to specified requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation, maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.
5.7 BIDDER shall plan and carry production and service provision under controlled conditions. Controlled conditions shall include, as applicable
a) The availability of information that describes the characteristics of the product
b) The availability of work instructions
c) The use of suitable equipment
d) The availability and use of monitoring and measuring devices
e) The implementation of monitoring and measurement
PART I Page 45 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 4 OF 6 OF 4
ISSUE
R0
f) The implementation of release, delivery and post delivery activities.
5.8 BIDDER shall validate any processes for production and service provision where resulting output cannot be verified by subsequent monitoring and measurement. This includes any process where deficiencies become apparent only after the product is in use or service has been delivered.
5.9 BIDDER shall establish a system for identification and traceability of product / deliverable throughout product realization. Product status with respect to inspection and testing requirements shall be identified.
5.10 BIDDER shall identify, verify, protect and safeguard Owner property (material / document) provided for use or incorporation into the product. If any Owner property is lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the Owner.
5.11 BIDDER shall preserve the conformity of product / deliverable during internal processing and delivery to the intended destination. Requirements mentioned in the tender shall be adhered to.
5.12 BIDDER shall establish system to ensure that inspection and testing activities are carried out in a manner that is consistent with the inspection and testing requirements. Where necessary, measuring equipments shall be calibrated at specified frequency, against national or international measurement standards; where no such standard exists, the basis used for calibration shall be recorded. The measuring equipments shall be adjusted or re-adjusted as necessary, identified to enable the calibration status to be determined. The measuring equipments shall be protected from damage during handling, maintenance and storage.
5.13 BIDDER shall ensure effective monitoring, using suitable methods, of the processes involved in production and other related processes for delivery of the scope of contract.
5.14 BIDDER shall monitor and measure the characteristics of the product deliverable to verify that product requirement has been met. The inspection (stage as well as final) by BIDDER and Owner personnel shall be carried out strictly as per the ITPs forming part of the contract. Product release or service delivery shall not proceed until the planned arrangements have been satisfactorily completed, unless otherwise approved by relevant authority and where applicable by Owner.
5.15 BIDDER shall establish and maintain a documented procedure to ensure that the product which does not conform to requirements is identified and controlled to prevent its unintended use or delivery
5.16 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance staff shall be duly recorded, including their disposal action shall be recorded and resolved suitably. Effective corrective and preventive action shall be implemented by the BIDDER so that similar NCs including deficiencies do not recur.
PART I Page 46 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 5 OF 6 OF 4
ISSUE
R0
5.17 All deficiencies noticed and reported by Owner shall be analyzed by the BIDDER and appropriate corrective and preventive actions shall be implemented. BIDDER shall intimate Owner of all such corrective and preventive action implemented by him.
5.18 BIDDER shall have documented procedure for control of documents and it shall be submitted for Owner comments.
5.19 All project records shall be carefully kept, maintained and protected for any damage or loss until the project completion, then handed over to Owner as per contract requirement, or disposed as per relevant project procedure.
6.0 AUDITS
BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall be for systematic audit and surveillance of detailed design, procurement, construction management and commissioning, vendor and sub-contractors (as applicable). This shall be additional to the certification body surveillance audits carried out under BIDDER’S own ISO 9001 certification schemes. The audit programmes and audit reports shall be submitted to OWNER /TCE as per BIDDER’S documentation requirement matrix. TCE or OWNER’S representative reserves the right to attend, as a witness, any audit conducted during the execution of the WORKS. In addition TCE / Owner appointed third party may also perform a program of Quality and Technical compliance audits. BIDDER shall provide assistance and access to their systems and sub-contractor / vendor systems as required. Any deficiencies noted shall be immediately rectified by BIDDER.
7.0 PROJECT QUALITY PLAN REQUIREMENTS BIDDER shall prepare and submit Project Quality Plan for review and approval. The BIDDER’S quality Plan shall address all of the applicable elements of ISO 9001, identify responsible parties within BIDDER’S organization, for the implementation / control of each area, reference the applicable procedures used to control / assure each area, and verify the documents produced for each area. The Project Quality Plan shall necessarily define control or make reference to the relevant procedures, for design and engineering, purchase, documentation record control, bid evaluation, inspection, quality control at contractor / sub-contractors, preservation, packaging and storage, quality control at contruction site, pre-commissioning, commissioning and handing over (as applicable) in line with contract requirement and scope of work.
8.0 DOCUMENTATION REQUIREMENTS The required QMS documents specified in BIDDER’S documentation requirements matrix shall be submitted for review / approval by TCE / Owner otherwise work shall not be allowed to continue. BIDDER’S DOCUMENTATION REQUIREMENTS MATRIX
PART I Page 47 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 QUALITY MANAGEMENT SYSTEM
SHEET 6 OF 6 OF 4
ISSUE
R0
Sr. No.
Document To Be Submitted No. of Copies
At Bid Stage After Award of Job
1. Quality Manual 04
2. CVs of the personnel in BIDDER’S QA Organogram
03
3. Certificate of approval for compliance to ISO:9001 standard
02
4. Organization chart
a) for complete organization
b) for the project
04
04
5. Procedure for Control of Non-conforming Product
04
6. Procedure for Control of Documents
04
7. Sample audit report of the QMS internal and external audits conducted during last one year.
03
8. Project Quality Plan 04
9. Customer satisfaction reports from at least 2 customers, during the last five years.
03
10. Audit program for the project 03
11. a) project audit report
b) corrective action report on the project audits
As per
audit plan
03
03
12. Technical audit reports for the project
As per
audit plan
03
PART I Page 48 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-640-001 GENERAL PURCHASE CONDITIONS – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 1 OF 9 OF 4
ISSUE R0
GENERAL PURCHASE CONDITIONS
INDIGENOUS MATERIAL & EQUIPMENT
PART I Page 49 of 169
PART I Page 50 of 169
PART I Page 51 of 169
PART I Page 52 of 169
PART I Page 53 of 169
PART I Page 54 of 169
PART I Page 55 of 169
PART I Page 56 of 169
PART I Page 57 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-640-001 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 1 OF 8 OF 4
ISSUE
R0
GENERAL PURCHASE CONDITIONS
IMPORTED MATERIAL & EQUIPMENT
PART I Page 58 of 169
PART I Page 59 of 169
PART I Page 60 of 169
PART I Page 61 of 169
PART I Page 62 of 169
PART I Page 63 of 169
PART I Page 64 of 169
PART I Page 65 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SPECIAL PURCHASE CONDITIONS SHEET 1 OF 3
ISSUE R0
1.0 TECHNICAL AND COMMERCIAL LOADING
1.1 BASIS OF LOADING
The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on FOT Dispatch point basis.
1.2 TECHNICAL LOADING:
Technical loading, cost loading in respect of utilities etc., if applicable shall be considered as stipulated in technical specifications.
1.3 COMMERCIAL LOADING:
1.3.1 Differential Payment Terms
Any differential payment terms offered by a supplier as against the terms specified in the SPC shall be loaded @ 14% simple interest per annum for the applicable period.
Deviation to Performance Bank Guarantee (PBG) clause:
Performance Bank Guarantee by vendors (for 10% of order value) shall be furnished. However, for order value upto Rs. 10.00 lakh, PBG will not be applicable. In case a supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is provided in GPC / SPC / ITB loading shall be done for the differential amount and/ or the differential period.
For differential period/ amount loading, the following example will amplify the methodology (if GPC / SPC / ITB specifies 10% PBG/CPBG for 18 months):
For differential period:
10% for 18 months - No loading
10% for 12 months - 10% x 6/18 =3.3%
10% for 6 months - 10% x 12/18 = 6.7%
No PBG - 10%
In case of Differential Amount
Amount Offered by Bidder Loading
10% Nil
Less than 10% Differential between the offered percentage and 10%
1.3.2 Delayed Delivery:
1.3.2.1 In case a vendor does not accept the price reduction clause or takes exception to the percentage rate, loading shall be done to the extent of maximum of 5% of the order value or the differential percentage not agreed by the vendor.
1.3.2.2 In case vendor takes an exception that price reduction in case of delayed delivery should be restricted to 5% of delayed portion only and not on total order value, then price loading @ 5% shall be done.
PART I Page 66 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SPECIAL PURCHASE CONDITIONS SHEET 2 OF 3
ISSUE R0
2.0 COMMERCIAL BID EVALUATION
2.1.1 Where only Indian Bids are under comparison
Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site
including third party inspection charges (if applicable) by third party inspection
agency as nominated by BPCL minus CENVAT / Set off benefit available to BPCL.
2.1.2 Where only Foreign Bids are under comparison
Bids shall be evaluated on CIF port of exit basis including third party inspection
charges (if applicable) considering ocean freight and marine insurance as 6% of FOB
price for Europe/Japan/Asia and 9% of FOB price for Australia / American continent.
In case of pipes where ever the supplier has not indicated stowage charges, 0.6%
shall be loaded on the FOB price. CENVAT / Set off benefit available to BPCL shall
be considered during price evaluation.
2.1.3 Where Indian as well as Foreign Bids are under comparison
Domestic Bidders
Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site
including third party inspection charges (if applicable) by third party inspection
agency as nominated by BPCL minus CENVAT / Set off benefit available to BPCL.
Foreign Bidders
Bids shall be evaluated on the basis of landed cost at Site including third party
inspection charges by third party inspection agency (nominated by BPCL/TCE).
(a) F.O.B. price quoted by the bidder (including stowage charges in case of
pipes)
(b) Ocean freight and marine insurance as under:
(i) Europe / Japan / Asia : 6% of FOB price
(ii) Australia / American Continent : 9% of FOB price
(c) Prevailing rate of Customs duty calculated with Landing Charges @ 1% of
CIF Value
(d) Port handling charges @ 2% of FOB value
(e) Inland freight charges from Mumbai port (India) to project site(s) @2% of
landed cost, i.e., sl.no. (a) to (e)
CENVAT / Set off benefit available to BPCL shall be considered during price evaluation.
3.0 DEVIATIONS IN TECHNICAL UNPRICED BID:
(a) Any deviations taken by the supplier shall be brought out strictly in the formats given in ITB and enclosed with Technical Unpriced Bid.
PART I Page 67 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SPECIAL PURCHASE CONDITIONS SHEET 3 OF 3
ISSUE R0
(b) Any deviations not brought out in the prescribed formats given in ITB and mentioned elsewhere in the bid shall not be recognized and the same shall be treated as null and void.
(c) Supplier’s own terms and conditions, if any, mentioned elsewhere in the bid shall be recognized and the same shall be treated as null and void.
(d) Bidders are requested to note that deviations, if any, taken against Tender commercial terms & conditions, shall result in either loading of prices or rejection of the offer.
PART I Page 68 of 169
TCE.6079A-B- TATA CONSULTING ENGINEERS LIMITED SECTION : 610-024 LOADING AND PENALTY CRITERIA FOR
COOLING WATER PUMPS
SHEET 1 OF 2
ISSUE R0
1.0 COST LOADING / PENALTY TOWARDS TECHNICAL PARAMETERS (UTILITIES ETC.)
1.1 Loading Criteria:
1.2 Equipments that are continuously running (24hrs/day operation) only are considered
for loading.
1.3 Only operating equipment are considered for loading. Standby equipment are not considered for loading. However, during shop testing, even the standby equipment shall meet the guaranteed power / steam consumption figures quoted by the bidder.
1.4 Bidder shall furnish the guaranteed values for BKW of motor driven pump as well as guaranteed values for steam consumption of Turbine driven pump including all losses with zero percent tolerance including errors in instruments and measurements at the guaranteed (certified) point specified in the data sheet.
1.5 Total cost for evaluation purpose = A+B+C Where, A - Capital cost of the Pump assembly B - Cost of Mandatory spares C - Operating Cost as detailed below
1.6 Loading for Operating Cost for Motor driven Pump: Loading for operating cost will be arrived at comparing the guaranteed power consumption by all the technically acceptable bidders. All bidders will be loaded to the extent of their respective power consumption figures. The Operating cost is then arrived at as given below: C (in Rs.) = (BKWE) x Cp x 8000 x DF Where, C = Operating Cost in Rupees. BKWE = Guaranteed Shaft Power in kW quoted by the bidder
under evaluation. Cp = Cost of Energy (Refer Design basis)
DF = Discounting Factor = 5
1.7 Loading for Operating Cost for Turbine driven Pump: Loading for Operating cost will be arrived at comparing the guaranteed steam consumption by all the technically acceptable bidders. All bidders will be loaded to the extent of respective steam consumption figures. The Operating cost is then arrived at as given below: C (in Rs.) = (SCE) x CS x 8000 x DF Where,
PART I Page 69 of 169
TCE.6079A-B- TATA CONSULTING ENGINEERS LIMITED SECTION : 610-024 LOADING AND PENALTY CRITERIA FOR
COOLING WATER PUMPS
SHEET 2 OF 2
ISSUE R0
C = Differential Operating Cost in Rupees. SCE = Guaranteed steam consumption in TPH quoted by the bidder under
evaluation.
CS = Difference of MP & LP steam cost (Refer Design basis)
DF = Discounting Factor = 5
1.8 Rejection Criteria:
During performances tests, in case the BKW consumed by the pump exceeds the stipulated guarantee value by more than 4%, the pump along with drive shall be rejected.
PART I Page 70 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 1 OF 59 OF 4
ISSUE
R0
PIPING
1. PIPES ERW CS
1.1. JINDAL PIPES LTD., MUMBAI
1.2. MAHARASHTRA SEAMLESS LTD., MUMBAI
1.3. RATNAMANI METALS & TUBES LTD., AHMEDABAD
1.4. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI
1.5. ISMT LIMITED, PUNE
1.6. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI
1.7. LALIT PIPES
1.8. EUROTUBE LTD., ITALY
1.9. ESCO LTD., JAPAN
1.10. VALLOUREC & MANNESHMAN
1.11. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
1.12. JFE STEEL CORPORATION GERMANY
1.13. SUMITOMO PIPE CO & TUBE CO. LIMITED.
1.14. BENTLER AG
2. PIPES EFW CS
2.1. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
2.2. LALIT PROFILES & STEEL INDUSTRIES LTD., NAVI MUMBAI
2.3. PSL LIMITED, MUMBAI
2.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD
2.5. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI
2.6. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI
2.7. MAN INDUSTRIES
2.8. MUKAT PIPES
2.9. LALIT PIPES
2.10. EUROTUBE LTD., ITALY
2.11. ESCO LTD., JAPAN
2.12. JFE STEEL CORPORATION GERMANY
2.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
2.14. VALLOUREC & MANNESHMAN
2.15. SUMITOMO PIPE CO & TUBE CO. LIMITED.
3. PIPES SEAMLESS CS
3.1. DALMINE S.P.A., ITALY (ONLY FOR 16” AND ABOVE SIZE)
3.2. HORST KURVERS GMBH, GERMANY (ONLY FOR 16” AND ABOVE SIZE)
3.3. INOXTECH S.P.A, ITALY (ONLY FOR 16” AND ABOVE SIZE)
3.4. ISMT LIMITED, PUNE
3.5. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
3.6. MAHARASHTRA SEAMLESS LTD., MUMBAI
3.7. TUBOS REUNIDOS, S.A., SPAIN (ONLY FOR 16” AND ABOVE SIZE)
PART I Page 71 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 2 OF 59 OF 4
ISSUE
R0
3.8. VAN LEEUWEN BUIZEN, BELGIUM (ONLY FOR 16” AND ABOVE SIZE)
3.9. EUROTUBE LTD., ITALY
3.10. ESCO LTD., JAPAN
3.11. BHARAT HEAVY ELECTRCAL LTD.
3.12. JFE STEEL CORPORATION GERMANY
3.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
3.14. SUMITOMO PIPE CO & TUBE CO. LIMITED.
3.15. RATNADEEP METAL & TUBES PVT. LTD
4. PIPES SS SEAMLESS & WELDED
4.1. HORST KURVERS GMBH, GERMANY
4.2. INOXTECH S.P.A, ITALY
4.3. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
4.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD
4.5. SANDVIK ASIA LTD., PUNE
4.6. VAN LEEUWEN BUIZEN, BELGIUM
4.7. PEERAJ GENERAL TRADING CO.LLC
4.8. IGAWARA TRADING, SINGAPORE
4.9. METAL INDIA
4.10. P. B. METAL CORPORATION
4.11. KWALITY TUBES
4.12. ARISTO METAL INDUSTRIES
4.13. EUROTUBE LTD., ITALY
4.14. ESCO LTD., JAPAN
4.15. RAJENDRA MECHANICAL INDUSTRIES LTD (FOR SS/ AL SEAMLESS & WELDED)
4.16. PRAKASH STEELAGE LTD, SILVASA (FOR SS WELDED)
4.17. SUMITOMO PIPE CO & TUBE CO. LIMITED.
4.18. RATNADEEP METAL & TUBES PVT.LTD.
5. PIPES ALLOY STEEL(SEAMLESS)
5.1. HORST KURVERS GMBH, GERMANY
5.2. INOXTECH S.P.A, ITALY
5.3. ISMT LIMITED, PUNE
5.4. MAHARASHTRA SEAMLESS LTD., MUMBAI
5.5. VAN LEEUWEN BUIZEN, BELGIUM
5.6. JINDAL PIPES LTD.
5.7. PEERAJ GENERAL TRADING CO.LLC
5.8. IGAWARA TRADING, SINGAPORE
5.9. ARISTO METAL INDUSTRIES
5.10. ARDH METAL AGENCIES
5.11. KWALITY TUBES
PART I Page 72 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 3 OF 59 OF 4
ISSUE
R0
5.12. EUROTUBE LTD., ITALY
5.13. ESCO LTD., JAPAN
5.14. BENTLER AG
5.15. SANDVIK ASIA LTD., PUNE
6. PIPES - CPVC
6.1. ASTRAL POLYTECHNIK LIMITED
6.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED
7. BARE TUBES
7.1. HEAVY METALS AND TUBES MUMBAI
7.2. SAINEST TUBES AHMEDABAD
7.3. RATNADEEP METALS AND TUBES, KHETWADI LANE, MUMBAI
7.4. SHIN HAN METAL
7.5. SALZGITTER MANNESMANN
7.6. RATHGIBSON, INC
7.7. RONCONI
7.8. VALLOUREC PRECISION
7.9. RATHGIBSON, INC
7.10. RAJENDRA MECHANICAL INDUSTRIES, GOREGAON E
7.11. HART B V
7.12. DMV FRANCE
7.13. BENTELER AKTIENGESELLSCHAFT, GERMANY
7.14. DALMINE SPA, ITALY
7.15. INTERNATIONAL EXTRUDED PRODUCTS, USA
7.16. KAWASAKI STEEL CORPORATION, JAPAN
7.17. MANNESMANN ROHRENWERKE AG
7.18. NIPPON STEEL CORPORATION, JAPAN
7.19. NKK CORPORATION, JAPAN
7.20. SUMITOMO METAL INDUSTRIES LTD., JAPAN
7.21. VALLOUREC INDUSTRIES, FRANCE
7.22. TUBOS DEACERODE. MEXICO, SA, UK
8. TUBE STUDDED
8.1. BHEL (TRICHY) INDIA
8.2. BIRAGHI S.A. France
8.3. FINTUBE LTD. PARTNERSHIP, CANADA
8.4. JORD ENGINEERS INDIA LTD., INDIA
8.5. LPA SPA, ITALY
8.6. SUMITOMO METAL INDUSTRIES LTD., JAPAN
PART I Page 73 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 4 OF 59 OF 4
ISSUE
R0
9. FITTINGS WROUGHT / FORGED FITTINGS(CS/AS/SS)
9.1. EBY FASTENERS, TALOJA
9.2. GUJARAT INFRAPIPES PVT. LTD., VADODARA
9.3. TECNOFORGE S.P.A, ITALY
9.4. TEEKAY TUBES PVT.LTD., NAVI MUMBAI
9.5. TUBE PRODUCTS INCORPORATE, VADODARA
9.6. VAN LEEUWEN BUIZEN, BELGIUM
9.7. PIPEFIT ENGINEERS
9.8. SAWAN ENGINEERS
9.9. AMFORGE INDUSTRIES
9.10. FIT TECH INDUSTRIES PVT. LTD.
9.11. ECHJAY INDUSTRIES PVT. LTD. MUMBAI.(M)
9.12. PARAMOUNT FORGE, PANVEL.(M) (UPTO 1.5 INCH)
9.13. PARMAR TECHNOFORGE,PUNE(M) (UPTO 6 INCH)
9.14. ASIAN BOILER ENGINEERS,MUMBAI.9M)(PIPE FITTINGS - IBR)
9.15. RACCORTUBI
9.16. ERNE GMBH
9.17. FITTINOX, ITALY
9.18. PHOCEENNE - GENOYER S.A. FRANCE
9.19. MUNRO & MILLER FITTINGS, UK
10. INCONEL 600 / 625 PIPES, FITTINGS AND FLANGES
10.1. CORROTHERM INTERNATIONAL LTD., UK
10.2. FITTINOX, ITALY, ITALY
10.3. HORST KURVERS GMBH, GERMANY
10.4. INOXTECH S.P.A, ITALY
10.5. MANNESMANN DMV STAINLESS GMBH, GERMANY
10.6. PEERAJ GENERAL TRADING CO. LLC, U.A.E
10.7. RACCORTUBI, ITALY, ITALY
10.8. TEEKAY TUBES PVT.LTD., NAVI MUMBAI
10.9. VAN LEEUWEN BUIZEN, BELGIUM
10.10. IGAWARA TRADING, SINGAPORE
11. FLANGE- FORGED/ PLATE (CS/AS/SS)
11.1. C.D. INDUSTRIES LTD., MUMBAI
11.2. ECHJAY INDUSTRIES LTD., RAJKOT
11.3. J.K. FORGINGS, NEW DELHI
11.4. SHREE GANESH FORGINGS LTD., MUMBAI
11.5. SANGHVI FORGING
11.6. PARAMOUNT FORGE
11.7. BRITEX ENGINEERING
11.8. FIVEBROS FORGINGS PVT. LTD.
PART I Page 74 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 5 OF 59 OF 4
ISSUE
R0
11.9. FERROSTAAL AG
11.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.
11.11. AMFORGE INDUSTRIES
11.12. SAWAN ENGINEERS
11.13. PIPEFIT ENGINEERS PVT. LTD
11.14. PARMAR TECHNOFORGE
12. BLIND, SPACERS & SPECTACLE BLINDS
12.1. C.D. INDUSTRIES LTD., MUMBAI
12.2. ECHJAY INDUSTRIES LTD., RAJKOT
12.3. J.K. FORGINGS, NEW DELHI
12.4. SHREE GANESH FORGINGS LTD., MUMBAI
12.5. SANGHVI FORGING
12.6. PARAMOUNT FORGE
12.7. BRITEX ENGINEERING
12.8. FIVEBROS FORGINGS PVT. LTD.
12.9. FERROSTAAL AG
12.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.
13. VALVES-GATE,GLOBE,CHECK(CAST/FORGED)-CS/AS/SS
13.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
13.2. KSB PUMPS LTD., PUNE
13.3. LARSEN & TOUBRO LTD., MUMBAI
13.4. NITON VALVE INDUSTRIES LTD., MUMBAI
13.5. OSWAL INDUSTRIES LTD, GANDHINAGAR
13.6. BHEL
13.7. TYCO VALVES & CONTROLS ITALIA SRL
13.8. VELAN, GMBH
13.9. AUTOCAP INDUSTRIES CHENNAI (0.5 INCH TO 1.5 INCH NB CLASS 800)
13.10. NSSL Limited
14. VALVE GATE(GUNMETAL/BRASS/BRONZE)
14.1. BOMBAY METAL & ALLOYS MFG. CO. PVT. LTD., MUMBAI
14.2. LEADER VALVES LTD., JALANDHAR
14.3. SANT VALVES PVT.LTD., JALANDHAR
14.4. GG VALVES PVT. LTD.
14.5. A. V. VLAVES LTD.
14.6. FLUID CONTROLS PVT. LTD.
14.7. PEMTO-VALVES INDUSTRIE ARMATUREN GMBH
14.8. TAKAMISAWA VALVE CO. LTD.
PART I Page 75 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 6 OF 59 OF 4
ISSUE
R0
15. VALVES - CPVC
15.1. ASTRAL POLYTECHNIK LIMITED
15.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED
16. Y-TYPE-ANGLE STOP CHECK VALVES
16.1. B.F.E. S.P.A., ITALY
16.2. BABCOCK POWER ESPANA, SPAIN
16.3. EDWARD VOGT VALVE CO, UNITED STATES OF AMERICA
16.4. PETROL VALVES SRL, ITALY
16.5. TAKAMISAWA VALVE CO.,LTD, JAPAN
16.6. VELAN INC, CANADA
16.7. Z&J TECHNOLOGIES GMBH, GERMANY
17. VALVE CHECK(DUAL PLATE WAFER TYPE) CS
17.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
17.2. CRANE PROCESS FLOW TECHNOLOGIES, INDIA
17.3. MICROFINISH VALVES PVT. LTD.
17.4. ADVANCE VALVES PVT. LTD.
17.5. VALVES INDUSTRIES
17.6. GOODWIN INTERNATIONAL LTD., U.K.
17.7. NITON VALVES
17.8. LARSEN & TOUBRO
17.9. OSWAL INDUSTRIES LTD, GANDHINAGAR
17.10. BPCL CATEGORY :GLOBE/GATE/CHECK VALVES - CS(A-105)
17.11. AUTOCAP INDUSTRIES.CHENNAI.(M).(1/2" TO 1.1/2" NB CLASS 800)
18. VALVE BALL FIRE SAFE(CAST CARBON STEEL)
18.1. BELGAUM AQUA VALVES PVT LTD, BELGAUM
18.2. FLOW CHEM INDUSTRIES, AHMEDABAD
18.3. LARSEN & TOUBRO LTD., MUMBAI
18.4. MICROFINISH VALVES PVT. LTD., MUMBAI
18.5. REYNOLD VALVES LTD, MUMBAI
18.6. VIRGO ENGINEERS LTD., NAVI MUMBAI
18.7. WEIR VALVES & CONTROL UK LTD.
18.8. XOMOX INTERNATIONAL GMBH & CO.
18.9. B.D.K.ENGINEERING INDUSTRIES LTD. MUMBAI.(M)
18.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)
18.11. KSB PUMPS LTD. MUMBAI.(M)
18.12. TYCO VALVES & CONTROLS INDIA PVT. LTD. MAGHASAR.(M)
18.13. AKAY INDUSTRIES. MUMBAI.(M)
18.14. EL-O-MATIC (I) PVT.LTD.PUNE
PART I Page 76 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 7 OF 59 OF 4
ISSUE
R0
19. VALVE BUTTERFLY(CARBON STEEL)
19.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
19.2. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE
19.3. INSTRUMENTATION LTD., MUMBAI
19.4. LARSEN & TOUBRO LTD., MUMBAI
19.5. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
19.6. ARMATUREN VERTRIEB ALMS GMBH
19.7. XOMOX INTERNATIONAL GMBH & CO.
19.8. WEIR VALVES & CONTROL UK LTD.
19.9. ADVANCE VALVES PVT. LTD.NOIDA.(M)
19.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)
19.11. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)
19.12. DEMBLA VALVES LTD
20. VALVE BUTTERFLY(STAINLESS STEEL)
20.1. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE
20.2. INSTRUMENTATION LTD., MUMBAI
20.3. LARSEN & TOUBRO LTD., MUMBAI
20.4. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
20.5. ARMATUREN VERTRIEB ALMS GMBH
20.6. XOMOX INTERNATIONAL GMBH & CO.
20.7. ADVANCE VALVES PVT. LTD.NOIDA.(M)
20.8. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)
20.9. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)
20.10. DEMBLA VALVES LTD
21. VALVE NEEDLE
21.1. EXCELSIOR ENGINEERING WORKS, MUMBAI
21.2. LEADER VALVES LTD., JALANDHAR
21.3. SWASTIK ENGINEERING WORKS, MUMBAI
21.4. TECHNOMATICS (I) PVT. LTD., MUMBAI
21.5. BABCOCK BORSIG ESPANA S.A.
21.6. HP VALVES OLDENZAAL BV
22. PLUG VALVES
22.1. AZ PLUG VALVES, GERMAY
22.2. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
22.3. BREDA ENERGIA SESTO INDUSTRIA S.P.A, ITALY
22.4. DEZURIK (INDIA) LIMITED, CHENNAI
22.5. FISHER SANMAR LTD., MUMBAI
22.6. LARSEN & TOUBRO LTD., MUMBAI
PART I Page 77 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 8 OF 59 OF 4
ISSUE
R0
23. VALVE SPECIAL CATEGORY (DIAPHRAGM VALVES)
23.1. ADAMS ARMATUREN GMBH, GERMANY
23.2. COOPER CAMERON SINGAPORE PTE LTD, SINGAPORE
23.3. GUICHON VALVES, FRANCE
23.4. L.V.F.SPA, ITALY
23.5. LAZARO ITUARTE INTERNACIONAL S.A., SPAIN
23.6. SCHUF ARMATUREN UND APPARATEBAU GMBH, GERMANY
23.7. STRAHMAN VALVES INCORPORATED, U.S.A
23.8. YARWAY CORPORATION, NEW DELHI
23.9. ZIMMERMANN & JANSEN GMBH, GERMANY
23.10. PROCON ENGINEERS, MUMBAI.(M)
23.11. COMMERCIAL RUBBER PRODUCTS.MUMBAI.(M)
23.12. SOLAR ELECTRONICS (INDIA).MUMBAI.(M)
24. GLANDLESS PISTON VALVE
24.1. CESARE BONETTI S.P.A., ITALY
24.2. SPIRAX MARSHALL LTD., PUNE
24.3. UNIKLINGER LTD., PUNE
25. MOTORISED OPERATED VALVES (FLANGED /B.W END GATE/GLOBE/CHECK VALVE C.S./S.S./A.S.)
25.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
25.2. ECONO VALVES PVT. LTD., CHENNAI
25.3. KSB PUMPS LTD., PUNE
25.4. LARSEN & TOUBRO LTD., MUMBAI
25.5. NITON VALVE INDUSTRIES LTD., MUMBAI
25.6. OSWAL INDUSTRIES LTD, GANDHINAGAR
25.7. VALVA ITALIA
25.8. TYCO VALVES & CONTROLS ITALIA SRL
25.9. ROTORK CONTROLS (INDIA) LTD. MUMBAI.(M)
26. TILT DISC CHECK VALVES
26.1. CRISPIN VALVES, INDIA
26.2. LARSEN & TOUBRO LTD., MUMBAI
26.3. FRUILCO, ITALY
26.4. PACIFIC VALVES, U.S.A
26.5. POYAM VALVES ( AMPO, S.COOP), SPAIN
26.6. VELAN INC, CANADA
26.7. XANIK SPECIALITY VALVES S.A.DE.C.V, MEXICO
27. SIGHT GLASS
27.1. BLISS ANAND PVT. LTD., NAVI MUMBAI
PART I Page 78 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 9 OF 59 OF 4
ISSUE
R0
27.2. C-TRU PROCESS EQUIPMENTS, MUMBAI
27.3. CHEMTROL INDUSTRIES, VADODARA
27.4. LEVCON INSTRUMENTS PVT. LTD., MUMBAI
27.5. PRATOLINA INSTRUMENTS PVT. LTD., MUMBAI
27.6. SIGMA INSTRUMENTS, NEW DELHI
27.7. TELEFLO INSTRUMENT CO.PVT.LTD., MUMBAI
27.8. FIRSA S.P.A.
27.9. GARLOCK GMBH
28. FUNNEL(FABRICATED ITEMS)
28.1. APEX ENGINEERS & FABRICATORS, NAVI MUMBAI
28.2. DEVENDRA MACHINERY & FABRICATORS PVT.LTD., MUMBAI
28.3. DOLPHIN ENGINEERING ENTERPRISES, ANKLESHWAR
28.4. FABWELL ENGINEERING CORPORATION, VADODARA
28.5. FILTERATION ENGINEERS (I) PVT.LTD., MUMBAI
28.6. G.L. ENGINEERING INDUSTRIES PVT.LTD., MUMBAI
28.7. GOVIK ELECTRICALS PVT. LTD., MUMBAI
28.8. KINAM ENGINEERING INDUSTRIES, MUMBAI
28.9. SMITH INDIA, NAVI MUMBAI
28.10. SUPREME ENGINEERING WORKS, MUMBAI
29. FIRE FIGHTING SYSTEM
29.1. AGNICE FIRE PROTECTION LTD., CHENNAI
29.2. CME INDUSTRIES, MUMBAI
29.3. GUNNEBO INDIA LTD ( (FORMERLY STEELAGE INDUSTRIES), THANE
29.4. HD FIRE PROTECTION CO PVT LTD., THANE
29.5. HITEK ENGINEERING SERVICES, MUMBAI
29.6. MANSH ENGINEERS PVT. LTD., AHMEDABAD
29.7. MASTER FIRE FIGHTERS PVT. LTD., MUMBAI
29.8. NEW FIRE ENGINEERS PVT LTD, MUMBAI
29.9. RADIANT FIRE PROTECTION ENGINEERS PVT. LTD., AHMEDABAD
29.10. SUKAN EQUIPMENTS PVT. LTD., AHMEDABAD
29.11. TECHNO FIRE PROTECTION SERVICES PVT.LTD., MUMBAI
29.12. TYCO FIRE & SECURITY INDIA PVT. LTD., MUMBAI
29.13. VIJAY FIRE PROTECTION SYSTEMS LTD., MUMBAI
29.14. BPCL CATEGORY - FIRE ACCESSORIES/EQUIPMENT/EXTINGUISHERS
29.15. NEWAGE INDUSTRIES. MUMBAI.(M)
29.16. FIRE STONE INDUSTRIES. MUMBAI.(M)
29.17. KOOVERJI DEVSHI & CO. PVT. LTD. MUMBAI.(M)
29.18. KIDDE INDIA LIMITED. MUMBAI.(M)
29.19. FIRETECH EQUIPMENT & SYSTEMS PVT. LTD. MUMBAI.(M)
29.20. ZENITH FIRE SERVICES (INDIA) PVT. MUMBAI.(M)
PART I Page 79 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 10 OF 59 OF 4
ISSUE
R0
29.21. KANADIA FYR FYTER PVT. LTD. MUMBAI.(M)
29.22.
29.23. FASTENERS(INDIGENOUS) (FOR CS/LTCS ONLY)
29.24. ASHCROFT INDIA PVT LTD (FORMERLY PRECISION IND.), MUMBAI
29.25. FASTENERS & ALLIED PRODUCTS PVT.LTD., HUBLI
29.26. HARDWIN FASTENERS PVT. LTD., MUMBAI
29.27. J.J. INDUSTRIES, MUMBAI
29.28. MULTI FASTENERS PVT.LTD., VADODARA
29.29. PACIFIC FORGING & FASTENERS PVT. LTD, MUMBAI
29.30. PRECISION AUTO ENGINEERS, LUDHIANA
29.31. SANDEEP ENGINEERING WORKS, MUMBAI
29.32. SUNDARAM FASTENERS, CHENNAI
29.33. SYNDICATE ENGINEERING INDUSTRIES, MUMBAI
29.34. UDEHRA FASTENERS LIMITED. LUDHIANA.(M)
29.35. BOLTMASTER (INDIA) PVT. LTD. THANE.(M)
29.36. FIX FIT FASTENERS MFG PVT. LTD. CALCUTTA.(M)
29.37. MEGA ENGINEERING PVT. LTD. NAVI MUMBAI.(M)
29.38. F.E.DARUKHANAWALA
29.39. BPCL CATEGORY - SS BOLTS / STUDS / NUTS
29.40. GUPTA WORKSHOP. MUMBAI.(M)
29.41. KUNDAN ENGINEERING WORKS. MUMBAI.(M)
29.42. UDEHRA FASTENERS LIMITED. LUDHIANA.(M)
30. FASTENERS(IMPORTED) (FOR AS ONLY)
30.1. BECK CRESPEL, FRANCE
30.2. KADDAS OILFIELD SERVICES & TRADING COMPANY LLC, U.A.E
30.3. MEZON TECHNICAL TRADING L.L.C., U.A.E
30.4. OME METALLURGICA ERBESE S.R.L, ITALY
30.5. PEERAJ GENERAL TRADING CO. LLC, U.A.E
30.6. PROSPER ENGINEERING LTD, UNITED KINGDOM
30.7. ROLLSTUD LTD, UNITED KINGDOM
30.8. SANWA BYORA SEISAKUSYO CO LTD, JAPAN
30.9. STAINLESS STEEL FASTENERS LTD, ENGLAND
31. GASKETS (ASBESTOS/ ASBESTOS FREE / RUBBER / PTFE /ELASTOMER / SPIRAL WOUND / JACKETED / METALLIC)
31.1. CHAMPION JOINTINGS PVT.LTD., MUMBAI
31.2. IGP ENGINEERS LTD., CHENNAI
31.3. MADRAS INDUSTRIAL PRODUCTS, CHENNAI
31.4. STARFLEX SEALING INDIA PVT. LTD. (FLEXITALLIC), MUMBAI
31.5. UNIQUE INDUSTRIAL PACKINGS, MUMBAI
31.6. UNIKLINGER LTD., PUNE
31.7. VIRCAP SEALINGTECH PVT. LTD., CHENNAI
31.8. EUROGUARCO S.P.A.
31.9. KEMPCHEN & CO.
PART I Page 80 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 11 OF 59 OF 4
ISSUE
R0
BPCL CATEGORY – CAF GASKET
31.10. SEIMAR ENGINEERING PVT. LTD.MUMBAI..(M)
31.11. SUPER GASKET INDUSTRIES.MUMBAI.(M)
31.12. UNITED ENTERPRISES.MUMBAI.(M)
31.13. HINDUSTAN COMPOSITES LTD.MUMBAI.(M)
BPCL CATEGORY – (CORRU GASKET, SOFT STEEL,SS,CU)
31.14. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)
31.15. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)
31.16. BPCL CATEGORY – (JACKETTED GASKETS NON FERROUS)
31.17. GOODRICH GASKET PRIVATE LIMITED.CHENNAI.(M)
31.18. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)
31.19. SPIRASEAL GASKETS PRIVATE LIMITED.MADRAS.(M)
31.20. SUPER GASKET INDUSTRIES.MUMBAI.(M)
31.21. BPCL CATEGORY – (SPIRAL WOUND METALLIC GASKETS)
31.22. PACKINGS & JOINTINGS GASKETS P.LTD .CHENNAI.(M)
31.23. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)
31.24. TEEKAY METAFLEX PVT. LTD. MUMBAI.(M)
32. HOSE RUBBER / METALLIC
32.1. ASHIT SALES CORPORATION
32.2. GAYTRI INDUSTRIAL CORPORATION, MUMBAI
32.3. INDIA FLEX INDUSTRIES PVT. LTD.
32.4. ROYAL INDIA CORPORATION, MUMBAI
32.5. SONI RUBBER PRODUCTS LTD, KOLKATA
32.6. SRIDHAR ENGINEERING AND RUBBER PROCDUCTS PVT LTD, VIJAYAWADA
32.7. UNIQUE RUBBER UDYOG, FARIDABAD
32.8. ABC SYNTHETICS PVT. LTD.
32.9. HYDROFLEX (INDIA)
32.10. PARKER MARKWEL INDUSTRIES PVT. LTD
32.11. BENGAL INDUSTRIES
32.12. SENIOR INDIA PRIVATE LIMITED.
32.13. MADRAS HYDRAULIC HOSES (P) LTD.
BPCL CATEGORY (HOSES - FIRE SERVICES)
32.14. INDIAN RAYON AND INDUSTRIES LTD..(M)
32.15. NEW AGE HOSE MANUFACTURING CO..(M)
32.16. CHHATARIYA FIRETECH INDUSTRIES.(M)
32.17. ZENITH FIRE SERVICES (INDIA) PVT.(M)
32.18. RM APPLIED ENG.
33. SPRING SUPPORTS
33.1. PIPE HANGERS AND SUPPORTS PVT. LTD., CHENNAI
33.2. PIPING & ENERGY PRODUCTS PVT. LTD., NEW DELHI
PART I Page 81 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 12 OF 59 OF 4
ISSUE
R0
33.3. SARATHI ENGINEERING ENTERPRISE, HYDERABAD
33.4. SPRING SUPPORTS MFG. COMPANY, KOLKATA
33.5. TECHNO INDUSTRY
33.6. SHREE UMA PIPE MANUFACTURING CO. CALCUTTA.(M)
34. STRAINERS(FAB/CAST/FORGED)
34.1. BOMBAY CHEMICAL EQUIPMENTS, MUMBAI
34.2. GRAND PRIX FAB (P) LTD, NEW DELHI
34.3. GUJARAT OTOFILT, AHMEDABAD
34.4. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI
34.5. SPIRAX MARSHALL LTD, PUNE
34.6. OTOKLIN
34.7. GUPTA WORKSHOP. MUMBAI
34.8. UNI KLINGER LIMITED. MUMBAI.(M)
34.9. BHARATI ENGINEERING COMPANY. THANE.(M)
35. STEAM TRAPS-BUCKET/TH.DYN/TH.STAT/FLOAT
35.1. ESCO LTD., INDIA
35.2. PENNANT ENGINEERING PVT. LTD., PUNE
35.3. SPIRAX MARSHALL LTD, PUNE
35.4. GREAVES LTD.
35.5. UNIKLINGER LTD
36. STEAM CONDENSATE MANIFOLDS
36.1. ARMSTRONG INDIA
36.2. CESARE BONETTI S.P.A., ITALY
36.3. SPIRAX MARSHALL, PUNE
36.4. FLOWTEMP APPLIANCES PVT. LTD.
36.5. NIRMAL INDUSTRIAL CONTROLS PVT. LTD.
36.6. UNITED WORKS PVT. LTD.
37. SAMPLE COOLERS
37.1. AERO ENGINEERS, AHMEDABAD
37.2. ENPRO INDUSTRIES PVT LTD, PUNE
37.3. G.R. ENGINEERING WORK LTD., MUMBAI
37.4. GRASIM INDUSTRIES LTD., NAGDA
37.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
37.6. TUBE WELD ENGINEERING WORKS LTD, MUMBAI
37.7. UNIVERSAL HEAT EXCHANGERS LIMITED
38. EOT CRANE
38.1. ACME MANUFACTURING CO. LTD., MUMBAI
PART I Page 82 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 13 OF 59 OF 4
ISSUE
R0
38.2. ANUPAM INDUSTRIES LTD., VALLABH VIDYANAGAR
38.3. ARMSEL MHE PVT.LTD., BANGALORE
38.4. BRAITHEWAITE & CO. LTD., KOLKATA
38.5. EDDY CRANES ENGINEERS PVT. LTD, MUMBAI
38.6. FURNACE & FOUNDRY EQUIPMENT CO., MUMBAI
38.7. HEAVY ENGG. CORPORATION LTD., RANCHI
38.8. MEEKA MACHINERY PVT. LTD., AHMEDABAD
38.9. MUKUND LTD., THANE
38.10. REVA ENGINEERING INDUSTRIES PVT.LTD., NEW DELHI
38.11. TAK MACHINERY & LEASING LTD., MUMBAI
38.12. WMI CRANES LTD., MUMBAI
39. H.O.T CRANE
39.1. EDDY CRANE ENGRS P LTD.
39.2. KALINGA ENGRS. LTD.
39.3. REVA ENGG. IND. P LTD.
39.4. SAYAJI IRON & ENGG P LTD
39.5. ARMSEL MHE P LTD.
39.6. TAK MACHINERY
40. BPCL CATEGORY –(MOBILE CRANES)
40.1. ESCORT LTD. FARIDABAD.(M)
40.2. TATA MOTORS LIMITED.THANE.(M)
40.3. TIL LTD.MUMBAI.(M)
41. CHAIN PULLEY BLOCK
41.1. ANUPAM INDUSTRIES LTD.
41.2. BRADY & MORRIS ENGINEERING CO. LTD.
41.3. HERCULES HOISTS LTD.
41.4. HI-TECH INDUSTRIES
41.5. MEEKA MACHINERY PVT. LTD.
42. GRATINGS
42.1. ALLIED ENGINEERING CORPORATION
42.2. GREATWELD STEEL GRATINGS PVT.
42.3. INDIANA ENGINEERING WORKS (BOMBAY) PVT. LTD.
42.4. KEMROCK INDUSTRIES AND EXPORTS LTD.
42.5. SWATHI ENGINEERS
42.6. WEST COAST ENGINEERING WORKS PVT. LTD.
BPCL CATEGORY -(GRATINGS GALVANISED)
42.7. GUPTA WORKSHOP.MUMBAI.(M)
42.8. ERCON COMPOSITES.JODHPUR.(M)
42.9. INDUSTRIAL PLASTICS.MUMBAI(M)
PART I Page 83 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 14 OF 59 OF 4
ISSUE
R0
43. BELLOW SEALED VALVES
43.1. BDK MARKETING SERVICES PVT. LTD.
43.2. BELL-O-SEAL VALVES PVT. LTD.
43.3. KSB PUMPS LTD.
43.4. LARSEN & TOUBRO LTD.
43.5. MICROFINISH VALVES PVT. LTD.
44. PRIMARY SUPPORTS
44.1. BARODA EQUIPMENT AND VESSELS PVT LTD
44.2. KINAM ENGINEERING INDUSTRIES
44.3. SPRING SUPPORTS MFG. COMPANY
44.4. SUPREME ENGINEERING WORKS
44.5. SWATHI ENGINEERS
44.6. TINITA ENGINEERING PVT. LTD.
44.7. TECHNO INDUSTRY
44.8. DOLPHIN ENGINEERING
45. SPECIAL SUPPORTS
45.1. KINAM ENGINEERING INDUSTRIES
45.2. PIPE HANGERS & SUPPORTS PRIVATE LTD.
45.3. PIPING & ENERGY PRODUCTS PVT. LTD
45.4. RAJ ENGINEERING CO.
45.5. SARATHI ENGINEERING ENTERPRISE
45.6. SPRING SUPPORTS MFG. COMPANY
45.7. TINITA ENGINEERING PVT. LTD.
TECHNO INDUSTRY
46. EXPANSION BELLOWS
46.1. CORI ENGINEERS PVT. LTD.
46.2. D. WREN INDUSTRIES PVT.LTD.
46.3. DIP-FLON ENGINEERING & CO.
46.4. FLEXICAN BELLOWS & HOSES PVT.LTD
46.5. FLUOROPOLYMER PACKINGS & SEALS PVT.LTD.
46.6. LONESTAR INDUSTRIES
46.7. MIL INDUSTRIES LTD.
46.8. METALLIC BELLOWS (I) PVT. LTD.
46.9. RM APPLIED ENGINEERS
46.10. KELD ELLENTOFT INDIA PVT. LTD.MUMBAI.(M)
46.11. SUR INDUSTRIES PVT LTD.CALCUTTA.(M)
47. NON-SLAM CHECK VALVES
PART I Page 84 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 15 OF 59 OF 4
ISSUE
R0
FIRE PROTECTION EQUIPMENT APPROVED VENDORS
HYDRANT VALVE NEWAGE / SUKAN / SBJ
BRANCH PIPES AND NOZZLE NEWAGE / SUKAN / SBJ
HOSE PIPE NEWAGE / INDIAN RAYON / JAYSHREE / CHATTRIYA /
NIRMAL
RUBBER HOSE DUNLOP / ROYAL INDIA / SHANTI INDUSTRIES
BUTTERFLY VALVE AUDCO / INTERVALVE / CRANE PROCESS FLOW
TECHNOLOGY / TYCO / FISHER XOMOX
GATE VALVES / NRV (CS) L&T / KSB
FIRE EXTINGUISHERS ZENITH / SUPRIMAX / SAFEX / NITIN FIRE
PIPES TATA / ZENITH / JINDAL
PRESSURE GAUGES GENERAL INSTRUMENTS / FORBES MARSHALL / PRECISION /
H. GURU
HOSE BOX SBJ / NITIN FIRE / KIDDE INDIA
HOSE REEL UNITS MFG STD
WATER MONITOR HD / VIJAY / NEWAGE / VIMAL / VISHAL
DELUGE VALVES HD FIRE
LONG RANGE MONITORS KIDDE / TYCO / CHEMGUARD / VIMAL / VISHAL
PROCESS / MECHANICAL
48. COLUMNS/TOWERS/SCRUBBERS
48.1. ANUP ENGINEERING LTD., AHMEDABAD
48.2. G.R. ENGINEERING WORK LTD., MUMBAI
48.3. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI
48.4. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
48.5. INDUS ENGG. COMPANY, MUMBAI
48.6. INDUSTRIAL MANUFACTURERS, MUMBAI
48.7. ISGEC, YAMUNANAGAR
48.8. LARSEN & TOUBRO LTD., MUMBAI
48.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI
48.10. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI
48.11. TEMA INDIA LTD., MUMBAI
48.12. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR
48.13. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
48.14. BPCL CATEGORY – HEAVY FABRICATORS
48.15. PRECISION EQUIPMENTS (P) LTD. CHENNAI
48.16. THERMAX LTD. PUNE.(M)
49. REACTORS
49.1. ALSTOM PROJECTS INDIA LTD., KOLKATA
49.2. G.R. ENGINEERING WORK LTD., MUMBAI
49.3. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
47.1. CRANE ENERGY FLOW SOLUTIONS, USA
47.2. CAMERON VALVES AND MEASUREMENT, USA
PART I Page 85 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 16 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
49.4. INDUS PROJECTS LIMITED, MUMBAI
49.5. INDUSTRIAL MANUFACTURERS, MUMBAI
49.6. ISGEC, YAMUNANAGAR
49.7. KCP LTD., CHENNAI
49.8. LARSEN & TOUBRO LTD.(HAZIRA), SURAT
49.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI
49.10. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI
49.11. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
49.12. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE
49.13. VIJAY TANKS & VESSELS LTD., VADODARA
49.14. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR
49.15. BHARAT HEAVY PLATES AND VESSELS
BPCL CATEGORY – HEAVY FABRICATORS
49.16. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI
49.17. THERMAX LTD. PUNE.(M)
50. DRUMS/TANKS/VESSELS
50.1. G.R. ENGINEERING WORK LTD., MUMBAI
50.2. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
50.3. ISGEC, YAMUNANAGAR
50.4. LARSEN & TOUBRO LTD., MUMBAI
50.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
50.6. INDUSTRIAL MANUFACTURERS, MUMBAI
50.7. TEMA INDIA LTD., MUMBAI
50.8. INDUS ENGG. COMPANY, MUMBAI
50.9. INDIA TUBE MILLS & METAL INDUSTRIES LTD., MUMBAI
50.10. CONSOLIDATED CHEMEQUIP (MFR) CORPN.
50.11. PHILS ENGINEERING CORPORATION
50.12. TRIOFAB (INDIA) PVT. LTD.
50.13. KINAM ENGINEERING INDUSTRIES
BPCL CATEGORY – ( PRESSURE VESSELS )
50.14. GRASIM INDUSTRIES LIMITED. NAGDA.(M)
50.15. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
50.16. THERMAX LIMITED PUNE.(M)
50.17. HINDUSTAN DORR-OLIVER LIMITED
51. AIR COOLED HEAT EXCHANGERS(HIGH PRESSURE) / AIR COOLERS / HEATERS (FINNED TUBES)
51.1. BHARAT HEAVY PLATES & VESSELS LTD.
51.2. GEI INDUSTRIAL SYSTEMS LTD., BHOPAL
51.3. BGR ENERGY SYSTEMS LTD., CHENNAI
51.4. JORD ENGINEERS, MUMBAI
51.5. LARSEN & TOUBRO LTD., MUMBAI
51.6. PAHARPUR COOLING TOWERS LTD., MUMBAI
51.7. PATELS AIRTEMP (INDIA) LTD., RAKANPUR
PART I Page 86 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 17 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
52. HEAT EXCHANGERS (SHELL & TUBE TYPE)
52.1. ALFA LAVAL (INDIA) LTD., PUNE
52.2. ANUP ENGINEERING LTD., AHMEDABAD
52.3. G.R. ENGINEERING WORK LTD., MUMBAI
52.4. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI
52.5. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
52.6. PHILS HEAVY ENGINEERING PVT. LTD.
52.7. INDUS ENGG. COMPANY, MUMBAI
52.8. INDUSTRIAL MANUFACTURERS, MUMBAI
52.9. ISGEC, YAMUNANAGAR
52.10. LARSEN & TOUBRO LTD., MUMBAI
52.11. KINAM ENGINEERING INDUSTRIES
52.12. PATELS AIRTEMP (INDIA) LTD., RAKANPUR
52.13. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI
52.14. REYNOLDS CHEMEQUIP PVT. LTD., MUMBAI
52.15. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
52.16. TEMA INDIA LTD., MUMBAI
52.17. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE
52.18. AEROTHERM PRODUCTS
BPCL CATEGORY – ( HEAT EXCHANGER - FERROUS )
52.19. AIR COILS MANUFACTURING CO. MUMBAI.(M)
52.20. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
52.21. GRASIM INDUSTRIES LIMITED. NAGDA.(M)
52.22. INDIA TUBE MILLS & METAL INDUSTRIES LTD. MUMBAI.(M)
52.23. MAZAGON DOCK LIMITED. MUMBAI.(M)
52.24. THERMAX LIMITED. PUNE.(M)
52.25. TRIOFAB (INDIA) PVT. LTD. NAVI MUMBAI.(M)
52.26. HINDUSTAN DORR-OLIVER LIMITED
BPCL CATEGORY – ( HEAT EXCHANGER – NON FERROUS )
52.27. AIR COILS MANUFACTURING CO. MUMBAI.(M)
52.28. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
52.29. THERMAX LIMITED PUNE.(M)
53. PLATE HEAT EXCHANGERS
53.1. ALFA LAVEL (INDIA) LTD.
53.2. GEA ECOFLEX INDIA
53.3. TRANTER INDIA PVT. LTD.
53.4. IDMC LIMITED
53.5. LARSEN & TOUBRO LTD.
53.6. SPX INDIA PVT. LTD.
PART I Page 87 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 18 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
54. SPIRAL HEAT EXCHANGERS
54.1. ALFA LAVEL (INDIA) LTD.
54.2. LARSEN & TOUBRO LTD.
55. PROCESS COMPRESSORS (API - RECIPROCATING)
55.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
55.2. BURCKHARDT (INDIA) PVT. LTD.
55.3. DRESSER-RAND INDIA PVT. LTD., MUMBAI
55.4. NEUMAN & ESSER INDIA
56. PROCESS COMPRESSORS (NON API - RECIPROCATING)
56.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
56.2. BURCKHARDT (INDIA) PVT. LTD.
56.3. INGERSOLL-RAND (INDIA) LTD.
56.4. KIRLOSKAR PNEUMATIC CO. LTD.
57. GAS COMPRESSORS (CENTRIFUGAL)
57.1. BHARAT HEAVY ELECTRICALS LTD.
57.2. DRESSER-RAND INDIA PVT. LTD., MUMBAI
57.3. EBARA CORPORATION, JAPAN
57.4. HOWDEN PROCESS COMPRESSOR, U.K.
57.5. KAWASAKI HEAVY INDUSTRIES LTD., JAPAN
57.6. KOBE STEEL LTD., JAPAN
57.7. MANNESMANN DEMAG AG, GERMANY
57.8. MITSUBISHI HEAVY INDUSTRIES LTD., JAPAN
57.9. SIEMENS INDIA
57.10. SULZER INDIA
58. AIR COMPRESSORS (CENTRIFUGAL)
58.1. ATLAS COPCO ENERGAS
58.2. BHARAT HEAVY ELECTRICALS LIMITED
58.3. INGERSOLL-RAND (INDIA) LTD.
58.4. SIEMENS LIMITED
59. AIR COMPRESSORS (RECIPROCATING)
59.1. CHICAGO PNEUMATICS LTD.
59.2. DRESSER RAND INDIA PVT. LTD.
59.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI
59.4. KIRLOSKAR PNEUMATIC CO. LTD., PUNE
PART I Page 88 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 19 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
60. AIR COMPRESSORS (SCREW)
60.1. ATLAS COPCO ENERGAS
60.2. HOWDEN AIR AND GAS INDIA PVT. LTD.
60.3. KIRLOSKAR PNEUMATIC CO. LTD., PUNE
60.4. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI
61. AIR COMPRESSORS (PISTON TYPE PORTABLE UNITS)
61.1. ACMEVAC SALES PVT. LTD.
61.2. CHICAGO PNEUMATIC INDIA LTD.
61.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI
62. AIR OPERATED DIAPHRAGM PUMPS
62.1. KIRAN PUMPS
62.2. NETZSCH INDIA PVT. LTD.
62.3. SHANBHAG & ASSOCIATES
62.4. SYP ENGINEERING CO. PVT. LTD.
63. CENTRIFUGAL PUMPS (VER. TURBINE PUMP)
63.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
63.2. ITT GOULDS PUMPS INC
63.3. JYOTI LTD.
63.4. KIRLOSKAR BROTHERS LTD.
63.5. MATHER & PLATT INDIA, PUNE
63.6. WPIL LTD.
64. DRUM PUMPS
64.1. KIRAN PUMPS
64.2. MONIBA ANAND ELECTRICALS PVT. LTD.
64.3. ROTO PUMPS LTD.
64.4. SHANBHAG & ASSOCIATES
64.5. SLEEK PUMPS & VALVES
64.6. UNION ENTERPRISE PVT. LTD.
65. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS NON-API)
65.1. AKAY INDUSTRIES PVT. LTD.
65.2. MATHER & PLATT INDIA, PUNE
65.3. KISHOR PUMPS LTD., PUNE
65.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
65.5. ITT CORPORATION INDIA PVT. LTD.
65.6. KSB PUMPS LTD., MUMBAI
65.7. SULZER PUMPS INDIA LTD., NAVI MUMBAI
PART I Page 89 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 20 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
65.8. JOHNSON PUMP (INDIA) LIMITED
65.9. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
65.10. KIRLOSKAR BROTHERS LTD., PUNE
65.11. KIRLOSKAR EBARA PUMPS LTD.
66. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS - API)
66.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
66.2. ITT CORPORATION INDIA PVT. LTD.
66.3. KSB PUMPS LTD., MUMBAI
66.4. KIRLOSKAR EBARA PUMPS LTD.
66.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI
BPCL CATEGORY – HORIZONTAL CENTRIFUGAL PUMPS – SPL PROCESS PURPOSE
66.6. BP&CL
BPCL CATEGORY – PUMP CENTRIFUGAL HOR (SPECIAL PURPOSE PROCESS – CRITICAL
SERVICE)
66.7. EBARA CORPORATION JAPAN
66.8. GOULDS PUMPS INC
66.9. KSB PUMPIN ARMETUREN GERMANY
66.10. NOUVO PIGNONE SPA ITALY
66.11. POMPE GABBIONETA SPAITALY
66.12. POMPES GUINARD (KSB) FRANCE
66.13. SULZER PUMPEN DEUTSCHLAND GMBH GERMANY
66.14. LAWRENCE PUMPS INC
66.15. DAVID BROWN PUMPS LTD.
66.16. DMW CORPORATION
66.17. SULZER BINGHAM PUMPS INC.
67. CENTRIFUGAL CANNED MOTOR TYPE PUMP
67.1. HERMETIC PUMPEN GMBH, GERMANY
67.2. KLAUS UNION, GERMANY
67.3. NIKKISO CO LTD, JAPAN
67.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
67.5. KSB PUMPS LTD., PUNE
67.6. KIRLOSKAR EBARA PUMPS LTD., PUNE
68. SUNDYNE PUMPS
68.1. NIKKISO SUNDSTRAND CO. LTD., JAPAN
68.2. SUNDSTRAND FLUID HANDLING(SUNDYNE), U.S.A
69. CENTRIFUGAL PUMPS(MULTISTAGE PUMPS)
PART I Page 90 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 21 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
69.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
69.2. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
69.3. KIRLOSKAR EBARA PUMPS LTD., PUNE
69.4. KSB PUMPS LTD., PUNE
69.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI
70. RECIPROCATING PUMPS(METERING/DOSING PUMPS)
70.1. LEWA HERBERT OTT GMBH & CO, GERMANY
70.2. MILTON ROY INDIA (P) LTD., CHENNAI
70.3. PULSAFEEDER, U.S.A.
70.4. SWELORE ENGINEERING PVT. LTD., AHMEDABAD
70.5. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI
BPCL VENDORS(PUMPS-RECIPRO(CONTROLLED VOLUME/DIAPHRAGM/PLUNGER/PISTON)
70.6. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
70.7. BRAN &LUEBBE GMBH UK
70.8. DOSAPRO MILTON ROY FRANCE
70.9. GEHO PUMPS NETHERLAND
70.10. NIKKISO CO.LTD.(NIKKISO KK)JAPAN
70.11. PERONI POME SPA (FORMARLY PERSONI) ITALY
70.12. CRANE CO. USA
70.13. OCSER GES MBH &CO KG AUSTRIA
70.14. ORLITA GMBH & CO.KG.GERMANY
70.15. DOWSON DOWNIE LAMONT LTD. U.K.
70.16. NATIONAL OIL WELL PTE LTD. USA
70.17. DMW CORPORATION., JAPAN
70.18. FLOWSERV
71. CENTRIFUGAL PUMPS (VER. PUMPS NDMW CORPORATION JAPANON-API)
71.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABADFLOWSERVE
71.2. DMW CORPORATION., JAPAN
71.3. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
71.4. KIRLOSKAR BROTHERS LTD., PUNE
71.5. KSB PUMPS LTD., MUMBAI
71.6. MATHER & PLATT PUMPS LTD, MUMBAI
71.7. RUHR PUMPEN GMBH, GERMANY
71.8. SHIN NIPPON MACHINERY CO LTD, JAPAN
71.9. SULZER PUMPS LTD., INDIA
71.10. KIRLOSKAR EBARA PUMPS LTD.
71.11. JOHNSON PUMP (INDIA) LTD.
72. BOILER FEED WATER PUMPS / CENTRIFUGAL PUMPS FOR BFW(MULTISTAGE)
PART I Page 91 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 22 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
72.1. KIRLOSKAR EBARA PUMPS LTD., PUNE
72.2. KSB PUMPS LTD., PUNE
72.3. SULZER PUMPS INDIA LTD., NAVI MUMBAI
72.4. FLOWSERVE INDIA
73. FIRE WATER PUMPS (HORIZONTAL / VERTICAL)
73.1. FLOWSERVE INDIA CONTROLS (P) LTD.
73.2. ITT GOULDS PUMPS INC
73.3. KIRLOSKAR BROTHERS LTD.
73.4. MATHER & PLATT (INDIA) LTD.
73.5. BPCL CATEGORY – PUMP CENTRIFUAL H/V (FIRE WATER OR SEA WATER)
73.6. DMW CORPORATION
73.7. KBS PUMPEN, GERMANY
73.8. SULZER USA
73.9. EBARA CORPORATION, JAPAN
73.10. NOUVO-PIGNONE SPA, ITALY
74. DIESEL ENGINE FOR FIRE WATER PUMPS
74.1. CUMMINS INDIA LTD.
74.2. KIRLOSKAR OIL ENGINES LTD.
74.3. GREAVES COTTON LTD.
75. GEAR PUMPS
75.1. JOHNSON PUMP (INDIA) LTD.
75.2. MAAG PUMPS, SWITZERLAND
75.3. TUSHACO PUMPS PVT. LTD.
76. SUBMERSIBLE PUMPS
76.1. GRUNDFOS PUMPS INDIA PVT. LTD.
76.2. KSB PUMPS LTD.
76.3. KIRLOSKAR BROTHERS LTD.
76.4. KISHOR PUMPS PVT. LTD.
76.5. S. U. PUMPS
77. SCREW PUMPS
77.1. ALKETRON ENGINEERING INDUSTRIES PVT. LTD.
77.2. BORNEMANN (I) LTD.
77.3. TUSHACO PUMPS PVT. LTD.
PART I Page 92 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 23 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
77.4. ROTO PUMPS LTD.
77.5. UT PUMPS & SYSTEMS PVT. LTD.
77.6. HOUTTUIN
77.7. LEISPRITZ
77.8. IMO/WARREN
77.9. FLUID PUMPS
77.10. PLENTY MITLESS LTD, UK
77.11. WEIR PUMPS
77.12. DAVID BROWN, UK
78. VACUUM PUMPS
78.1. JOYAM ENGINEERS & CONSULTANTS
78.2. PPI PUMPS PVT. LTD.
78.3. STERLING SIHI
78.4. TMVT INDUSTRIES PVT. LTD.
78.5. VIJAY PUMPS PVT. LTD.
78.6. VINDI VAK PUMPS PVT. LTD.
79. VERTICAL SUMP PUMPS
79.1. AKAY INDUSTRIES PVT. LTD.
79.2. ITT GOULDS PUMPS INC
79.3. JOHNSON PUMPS (INDIA) LTD.
79.4. KIRLOSKAR BROTHERS LTD.
79.5. KISHOR PUMPS PVT. LTD.
79.6. SULZER PUMPS INDIA LTD.
79.7. SU MOTORS
80. FIRED HEATERS
80.1. BRIDGE & ROOF CO. (INDIA) LTD., KOLKATA
80.2. HEURTEY PETROCHEM, MUMBAI
80.3. LARSEN & TOUBRO LTD., MUMBAI
80.4. MUKUND LTD., THANE
80.5. PETRON ENGINEERING CONSTRUCTION LTD., MUMBAI
80.6. TECHNIP KT INDIA LTD, NOIDA
80.7. THERMAX LTD., PUNE
81. BURNERS
81.1. CALLIDUS TECHNOLOGIES LTD.
81.2. HAMWORTHY COMBUSTION ENGG. LTD.
PART I Page 93 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 24 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
81.3. JOHN ZINK COMPANY LTD.
81.4. LD DUKIER B. V.
81.5. ZEECO INC
81.6. AADI ENERGY SYSTEMS PVT. LTD.CALCUTTA.(M)
81.7. ADVANI-OERLIKON LTD.PUNE.(M)
81.8. AIROIL-FLAREGAS (I) PVT. LTD.AHMEDABAD.(M)
82. COLUMN TRAYS & INTERNALS
82.1. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
82.2. HIPACK, GHAZIABAD
82.3. KAMAL ENGINEERING CORPORATION, NEW DELHI
82.4. KEVIN ENTERPRISE PVT.LTD., MUMBAI
82.5. KOCH-GLITSCH INDIA LTD., MUMBAI
82.6. LARSEN & TOUBRO LTD.(HAZIRA), SURAT
82.7. MARS PROJECTS PVT.LTD., KOLKATA
82.8. NATIONAL TOWERPACK INDUSTRIES, MUMBAI
82.9. NORTON CHEMICAL PROCESS PRODUCTS CORPORATION, U.S.A
82.10. SULZER INDIA LTD., PUNE
82.11. VIKAS ENGG. WORKS, VISAKHAPATNAM
82.12. SWAN ENTERPRISES. CHENNAI.(M)
83. COALESCERS
83.1. AXSIA HOWMAR LTD, UNITED KINGDOM
83.2. CLARKE RELIANCE CORPORATION, USA
83.3. FACET USA, USA
83.4. GRAND PRIX FAB (P) LTD, NEW DELHI
83.5. KING TOOL COMPANY, U.S.A
83.6. SULZER INDIA LTD., PUNE
83.7. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI
83.8. PALL CORPORATION, PUNE
83.9. PERRY EQUIPMENT CORPORATION(PECO), U.S.A
83.10. RAVI TECHNO SYSTEMS PVT. LTD.(CHANGED TO PETROMAR), MUMBAI
83.11. SIIRTEC NIGI S.P.A., ITALY
83.12. WAKO INDUSTRIAL CO. LTD., TOKYO
84. EJECTOR
84.1. KOERTING ENGINEERING PVT. LIMITED, CHENNAI
84.2. LARSEN & TUBRO LTD., MUMBAI
84.3. MAZDA LTD., AHMEDABAD
84.4. NEW FIELD INDUSTRIAL EQUIPMENT PVT.LTD., VADODARA
84.5. WIEGAND INDIA PVT.LTD., NEW DELHI
PART I Page 94 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 25 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
85. SILENCER
85.1. ACOUSTICS INDIA PVT. LTD., TIRUCHIRAPALLI
85.2. BURGESS MANNING (I) PVT. LTD., NEW DELHI
85.3. C R MICROTOUCH ENGINEERS, RANIPET
85.4. GRAND PRIX FAB (P) LTD, NEW DELHI
85.5. INDIRA INDUSTRIES, INDIANA
85.6. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD
85.7. PR ACCOUSTICAL AND ENGG. WORKS PVT. LTD., TIRUCHIRAPALLI
86. DESUPERHEATER
86.1. FOURESS ENGINEERING (I) LTD., MUMBAI
86.2. H.K. INDUSTRIES, MUMBAI
86.3. INDUSTRIAL MANUFACTURERS, MUMBAI
86.4. KROHNE MARSHALL PVT. LTD., PUNE
86.5. LEPRETFLO ENGG. PVT. LTD., AHMEDABAD
86.6. MAZDA LTD., AHMEDABAD
86.7. PRALKA ASSOCIATES, MUMBAI
86.8. SPX VALVES & CONTROLS, UNITED STATES
86.9. THEETA ELECTRICALS PVT. LTD., DELHI
86.10. TYCO VALVES & CONTROLS, INDIA
86.11. VALFLO PVT LTD, AHMEDABAD
87. MIST ELIMINATORS / DEMISTER
87.1. CONTINENTAL PROFILES LIMITED, FARIDABAD
87.2. EVERGREEN WIRE TECHNOLOGIES (P) LTD., MUMBAI
87.3. HAVER STANDARD INDIA PVT. LTD., MUMBAI
87.4. JEETMULL JAICHAND LAL PVT. LTD., KOLKATA
87.5. MISTER-MESH WIRE PRODUCTS, MUMBAI
87.6. PACE ENGINEERING INDUSTRIES PVT. LTD., MUMBAI
88. CONSERVATION VENT / DE-AERATOR
88.1. AERO ENGINEERS, AHMEDABAD
88.2. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
88.3. G.R. ENGINEERING WORK LTD., MUMBAI
88.4. PORTEGO EQUIPMENTS PVT. LTD., MUMBAI
88.5. S.B.ENTERPRISES, BHARUCH
88.6. SPIRAX MARSHALL LTD, PUNE
88.7. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
88.8. VARALL ENGINEERS, MUMBAI
88.9. VAREC VAPOUR CONTROL INC., INDIA
89. CHEMICAL INJECTION PACKAGE / DOSING SETS
PART I Page 95 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 26 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
89.1. CHEMBOND CHEMICALS LTD., NAVI MUMBAI
89.2. ENPRO INDUSTRIES PVT. LTD., PUNE
89.3. ION EXCHANGE INDIA LTD.
89.4. MILTON ROY INDIA (P) LTD., CHENNAI
89.5. SHAPOTOOLS, MUMBAI
89.6. SWELORE ENGINEERING PVT. LTD., AHMEDABAD
89.7. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI
90. SAFETY VALVES / PRESSURE SAFETY VALVES
90.1. FAINGER LESER VALVES PVT. LTD.
90.2. ANDERSON GREENWOOD CROSBY, UNITED KINGDOM
90.3. LARSEN & TOUBRO LTD.
90.4. DRESSER VALVE INDIA PVT. LTD., MUMBAI
90.5. XOMOX SANMAR LTD.
90.6. INSTRUMENTATION LTD., MUMBAI
90.7. MEKASTER
90.8. TYCO SANMAR LTD.
90.9. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
90.10. WEIR VALVES & CONTROL UK LTD, UNITED KINGDOM
90.11. BHEL
91. HVAC SYSTEM
91.1. BLUE STAR LTD., MUMBAI
91.2. ASIA BROWN BOVERI LTD.
91.3. CARRIER AIRCON LTD., MUMBAI
91.4. BATLIBOI & COMPANY LTD.
91.5. EMERSON PROCESS MANAGEMENT (INDIA) PVT. LTD.
91.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI
91.7. SYSTEMS & COMPONENTS (I) PVT. LTD.
91.8. VOLTAS LIMITED, MUMBAI
92. RC MACHINES
92.1. GEA TECHNOFRIGO
92.2. VOLTAS
92.3. BLUESTAR
92.4. CARRIER
92.5. JOHNSON CONTROLS (YORK)
93. AIR PRESSURIZATION UNIT
93.1. ADVANCE VENTILATION PVT LTD, NEW DELHI
93.2. BLUE STAR LTD., MUMBAI
PART I Page 96 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 27 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
93.3. C.DOCTOR INDIA PVT LTD, AHMEDABAD
93.4. DUSTVEN PVT LTD, BANGALORE
93.5. DUVENT FANS PVT. LTD., NEW DELHI
93.6. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI
93.7. FLAKT (INDIA) LTD., MUMBAI
93.8. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI
93.9. LAXMI AIR CONTROL PVT. LTD, MUMBAI
93.10. PATELS AIRTEMP (INDIA) LTD., RAKANPUR
93.11. S.K. SYSTEMS PRIVATE LTD, DELHI
93.12. VOLTAS LIMITED, MUMBAI
94. AGITATOR
94.1. GMM PFAUDLER LIMITED, MUMBAI
94.2. MIXRITE ENGINEERING PVT.LTD., MUMBAI
94.3. RATHI LIGHTNIN MIXERS PVT. LTD., PUNE
94.4. REMI PROCESS PLANT & MACHINERY LTD., MUMBAI
94.5. STANDARD ENGINEERS, MUMBAI
94.6. THERMOTECH ENGINEERING
95. RUPTURE DISC
95.1. BS & B SAFETY SYSTEMS (I) LTD., MUMBAI
95.2. ELFAB LIMITED, UNITED KINGDOM
95.3. FAINGER LESER VALVES PVT. LTD.
95.4. IMI MORSTON LTD., UK
95.5. OKLAHOMA SAFETY EQUIPMENTS CO, INC, U.S.A
95.6. REMBE GMBH SAFETY + CONTROL, GERMANY
96. SAFETY SHOWER & EYE WASH
96.1. FRANCIS LESLIE & CO.PVT.LTD., MUMBAI
96.2. CREATIVE ENGINEERS
96.3. UNICARE EMERGENCY EQUIPMENTS PVT.LTD., MUMBAI
97. AIR CONDITIONING UNIT
97.1. ABB LTD., MUMBAI
97.2. BATLIBOI & COMPANY LTD., MUMBAI
97.3. BLUE STAR LTD., MUMBAI
97.4. CARRIER AIRCON LTD., MUMBAI
97.5. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI
97.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI
97.7. VOLTAS LIMITED, MUMBAI
PART I Page 97 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 28 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
98. RESTRICTION ORIFICE
98.1. EMFA INDUSTRIES, MUMBAI
98.2. GENERAL INSTRUMENTS CONSORTIUM, MUMBAI
98.3. HYDROPNEUMATICS, MUMBAI
98.4. JRU CONTTROL PVT LTD, CHENNAI
98.5. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD
98.6. MINCO INDIA PVT. LTD, MUMBAI
98.7. STAR-MECH CONTROLS (I) PVT.LTD., PUNE
99. BASKET FILTER
99.1. GRAND PRIX FAB P LTD.
99.2. GUJARAT OTOFILT
99.3. MULTITEX FILTERATION ENG. LTD.
99.4. OTOKLIN
99.5. MARBO INDLA FILTERS.MUMBAI.(M)
99.6. BARTON FIRTOP ENGINEERING CO. LTD. UK
99.7. FLUID ENGINEERING, USA
100. AIR DRIER / GAS DRIER
100.1. GASO ENERGY SYSTEM
100.2. INDCON PROJECTS & EQUIPMENTS LTD.
100.3. KILBURN ENGG. LTD.
100.4. PURIFLAIR INDIA PVT. LTD.
100.5. ADVANCE COMPARE SYSTEMS PVT. LTD.
100.6. DEL-AIR INDIA PVT. LTD.
100.7. MVS ENGINEERING LTD.
101. CENTRIFUGAL BLOWERS
101.1. BHARAT HEAVY ELECTRICALS LTD.
101.2. C. DOCTOR & CO. PVT. LTD.
101.3. FLAKT INDIA LTD.
101.4. LAXMI AIR CONTROL PVT. LTD.
101.5. REITZ INDIA LTD.
101.6. TLT ENGINEERING PVT. LTD.
102. WASTE HEAT BOILERS
102.1. ALSTOM PROJECTS INDIA LTD.
102.2. BHARAT HEAVY ELECTRICALS LTD.
102.3. ISGEC JOHN THOMPSON
102.4. LARSEN & TOUBRO LTD.
102.5. THERMAX LIMITED
PART I Page 98 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 29 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
102.6. THERMAL SYSTEMS (HYDERABAD) PVT. LTD.
102.7. WALCHANDNAGAR INDUSTRIES LTD.
103. BREATHER VALVES
103.1. CHEMTROLS INDUSTRIES LTD.
103.2. FAINGER LESER VALVES PVT. LTD.
103.3. HYDROPNEUMATICS
103.4. PROTEGO EQUIPMENT PVT. LTD.
103.5. TELTECH INSTRUMENTATION PVT. LTD.
103.6. WHESSOE VAREC LIMITED.DURHAM(M) ( BPCL CATEGORY – P&V VALVES)
104. COOLING TOWER
104.1. BDT LIMITED
104.2. PAHARPUR COOLING TOWERS
104.3. SHRIRAM EPC LTD.
104.4. SOUTHERN COOLING TOWERS PVT. LTD.
104.5. HAMON SHRIRAM COTTRELL PVT. LTD.
104.6. ADVANCE COOLING TOWERS PVT LTD.MUMBAI.(M)
104.7. COOLFLO ENGINEERS PVT. LTD.MUMBAI.(M)
104.8. MIHIR ENGINEERS (P) LIMITED.MUMBAI.(M)
104.9. PALTECH COOLING TOWERS & EQUIPMENTS LTD.NEW DELHI.(M)
105. ELECTRODES / WELDING CONSUMABLES
105.1. ADVANI – ORLIKON LTD.
105.2. ANAND ARC ELECTRODES PVT. LTD.
105.3. D&H SECHERON ELECTRODES PVT. LTD.
105.4. ESAB INDIA LTD.
105.5. HONAVAR ELECTRODES LTD.
105.6. MAILAM INDIA LTD.
105.7. MODI ARC ELECTRODES CO.
105.8. WELDCRAFT PVT. LTD.
105.9. GEE LIMITED.THANE.(M)
105.10. BOHLER THYSSEN
105.11. OERLIKON
105.12. TASETO
105.13. AVESTA
105.14. SANDVIK
106. EXCESS FLOW VALVE
106.1. CHANDRA ENGINEERING & MECHANICAL PVT. LTD.
106.2. GENERAL INSTRUMENTS CONSORTIUM
PART I Page 99 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 30 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
106.3. MALEMA SENSORS INDIA PVT. LTD.
107. FLAME ARRESTORS
107.1. CHEMTROLS INDUSTRIES LTD.
107.2. FAINGER LESER VALVES PVT. LTD.
107.3. HYDROPNEUMATICS
107.4. PROTEGO EQUIPMENT PVT. LTD.
108. FLARE
108.1. ADVANI – ORLIKON LTD.
108.2. AIROIL FLAREGAS (I) LTD.
109. INSULATION (HOT & COLD)
109.1. ASSOCIATED INSULATION CO.
109.2. G.J. INSULATIONS PVT.LTD.
109.3. LEAR INSULATION PVT. LTD.
109.4. LLOYD INSULATIONS (INDIA) LTD.
109.5. NAVBHARAT INSULATION & ENGINEERING CO
109.6. NEWKEM INDUSTRIES
109.7. KAFER PUNJ LLOYD
109.8. ROCKWOOL INSULATION (I) PVT.LTD.
109.9. SHREEJI INSULATIONS PVT LTD
109.10. THERMAL INSULATIONS
BPCL CATEGORY -(BONDED MINERAL WOOL/CROWN WOOL)
109.11. MINWOOL ROCK FIBRES LTD.HYDERABAD.
109.12. ROCKWOOL (INDIA) LIMITED.MUMBAI.(M)
109.13. LLOYD'S ROCKFIBRES LTD. MUMBAI
110. KNIFE GATE VALVES
110.1. HI-TECH BUTTERFLY VALVES (I) PVT. LTD.
110.2. MICROFINISH VALVES PVT. LTD.
111. MECHANICAL SEALS
111.1. EAGEL
111.2. FLOWSERVE SANMAR LTD
111.3. JOHN CRANE ENGG. SEALING SYSTEM LTD.
112. INDUSTRIAL PAINTS
112.1. GOODLASS NEROLAC PAINTS PVT. LTD.MUMBAI.(M)
112.2. ALKALI & CHEMICALS CORPN. OF INDIA LTD.MUMBAI.(T)
112.3. ASIAN PAINTS (I) LIMITED.MUMBAI.(T)
112.4. BERGER PAINTS INDIA LTD.MUMBAI.(T)
PART I Page 100 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 31 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
112.5. ESDEE PAINTS PVT. LTD.MUMBAI.(T)
112.6. JENSON & NICHOLSON (I) LTD.MUMBAI.(T)
112.7. MERCURY PAINTS & VARNISHES LTD.MUMBAI.(T)
112.8. SHALIMAR PAINTS LTD.MUMBAI.(T)
113. RUBBER LINING
113.1. CORI ENGINEERS PVT. LTD.
113.2. ELASTOMER LINING WORKS
113.3. INDUSTRIAL MOULDERS
113.4. LEBRACS RUBBER LININGS PVT. LTD.
113.5. MIL INDUSTRIES LTD.
113.6. POLY RUBBER PRODUCTS
113.7. SHRI RAM RUBTECH PVT.LTD.
114. SPRAY NOZZLE
114.1. KINGSLEY INDUSTRIES LTD
114.2. LECHLER (INDIA) PVT. LTD.
114.3. SIDDHARTH ENTERPRISES
114.4. SPRAYTECH
115. WATER TREATMENT PLANT
115.1. DOSHI ION EXCHANGE & CHEMICAL IND. LTD.
115.2. ION EXCHANGE (INDIA) LTD.
115.3. THERMAX LTD.
116. STEAM TURBINE
116.1. DRESSER RAND
116.2. KIRLOSKAR EBARA
116.3. GE NUOVO PIGNONE
116.4. SIEMENS LTD
116.5. ALSTOM INDIA
116.6. BHEL
116.7. COPPUS
116.8. ELLIOTT
WHEEL KEYS
BPCL VENDORS
116.9. GAMZEN PLAST P LTD. MUMBAI
116.10. GUPTA WORKSHOP. MUMBAI
116.11. RATTAN ENGINEERS. MUMBAI
116.12. RAVAT ENGG. WORKS. MUMBAI
PART I Page 101 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 32 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
ELEVATORS/LIFTS
BPCL VENDORS
116.13. OTIS ELEVATOR CO. INDIA LTD. MUMBAI
FORKLIFT
BPCL VENDORS
116.14. GODREJ & BOYCE MFG. CO. LTD. MUMBAI
117. GEARBOX – SPECIAL PURPOSE (API 613 TYPE)
117.1. PEKRUN
117.2. HITACHI, JAPAN
117.3. HITACHI NACO TRANSMISSION, JAPAN
117.4. ALLEN, USA
117.5. BHS, USA
117.6. FLENDER, USA
117.7. GRAFFENSTADEN, GERMANY
117.8. LUFKIN, GERMANY
117.9. MAAG, SWIZERLAND
117.10. NIPPON, JAPAN,
117.11. PHILADELPHIA, USA
117.12. RENK, USA
117.13. EAGLE, KK
118. FLEXIBLE METTALIC COUPLING (API 671)
118.1. EAGLE (BENDIX), JAPAN
118.2. EUROFLEX, INDIA
118.3. FLEXIBOX, UK
118.4. LUCAS, UK
118.5. THOMAS, USA
118.6. JOHN CRANE, INDIA
119. FLEXIBLE METTALIC COUPLING (NON API)
119.1. UNIQUE TRANSMISSION, INDIA
119.2. LOVEJOY, INDIA
119.3. TRIVENI FLEXIBOX, INDIA
119.4. JOHN CRANE, INDIA
120. DRY GAS SEAL AND CONTROL / FILTER SKIDS
120.1. JOHN CRANE, USA/INDIA/JAPAN
120.2. EAGLE, JAPAN/INDIA
120.3. FLOWSERVE, USA/INDIA
PART I Page 102 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 33 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
121. LUBE OIL SYSTEM (API 614)
121.1. ENPRO INDUSTRIES PVT. LTD., INDIA
121.2. SOUTHERN LUBRICATION PVT. LTD., INDIA
121.3. TRIVENI PLENTY ENGG. LTD., INDIA
122. STATIC MIXERS
122.1. SULZER INDIA
122.2. CHEMINEER INC, USA
122.3. LIGHTNIN MIXERS, UK
122.4. STATIFLOW INTERNATIONAL LTD., UK
122.5. MIXRITE CORPORATION, INDIA
122.6. SULZER LTD., INDIA
122.7. BRAN & LUEBBE GMBH, GERMANY
122.8. PREMATECHNIK GMBH, GERMANY
123. SAMPLING SYSTEM
123.1. CHEMTROLS
123.2. UOP
124. DESUPERHEATER
124.1. MAZDA
124.2. FORBES MARSHALL
125. DEAREATOR
125.1. THERMAX
126. SAMPLING VALVE
126.1. DOPACH, NETHERLAND
126.2. STRAHMAN VALVES, USA
126.3. LA TECHNOVALVO, ITALY
127. PLATES (CS / SS / LAS / CLAD)
127.1. ACRONI
127.2. DILLINGER HUTTE GTS (MILL), GERMANY
127.3. DMV FRANCE
127.4. DUFERCO S A
127.5. EXPLO HUNGARY KFT.
127.6. INDUSTEEL,BELGIUM
127.7. JACQUET NEDERLAND
127.8. VOESTALPINE GROBBLECH GMBH, AUSTRIA
127.9. ESSAR STEEL, INDIA
127.10. STEEL AUTHORITY OF INDIA, INDIA
PART I Page 103 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 34 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
127.11. LLOYDS STEEL INDUSTRIES LTD, INDIA
127.12. SALZGITTER INTERNATIONAL, GERMANY
127.13. POSCO, KOREA
127.14. NIPPON STEEL, JAPAN
127.15. RUKKI METALS, FINLAND
127.16. THYSSENKRUPP
127.17. KOBE STEEL, JAPAN
128. FORGINGS
128.1. BAYFORGE
128.2. BRIGHTEX
128.3. BUKWANG
128.4. CD ENGINEERING COMPANY GAZIABAD
128.5. CD INDUSTRIES, GAZIABAD
128.6. CHAUDHARY HAMMER WORKS
128.7. DAE HWA METAL CO. LTD, KOREA
128.8. ECHJAY FORGINGS PVT. LTD.
128.9. GALPERTI, ITALY
128.10. GOLDEN IRON AND STEEL WORKS
128.11. GOVA GMBH
128.12. HANWHCORPORATION, KOREA
128.13. HYUNDAI FORGINGS CO, KOREA
128.14. JAC FORGINGS
128.15. JK FORGINGS
128.16. KOFCO KOREA
128.17. KUNJ FORGINGS,
128.18. MELESI, ITALY
128.19. METSTEEL, BUSAN KOREA
128.20. MS FITTINGS
128.21. MYSCO CO LTD.
128.22. O SUNG KOREA
128.23. OFFICINE NICOLA
128.24. PARAMOUNT FORGE
128.25. PRADEEP METALS
128.26. PUNJAB STEEL WORKS PVT. LTD.
128.27. RP ENGINEERING PVT. LTD.
128.28. SANGHVI FORGINGS & ENGINEERING PVT. LTD
128.29. SAWAN ENGINEERS
128.30. TAEWOONG CO LTD
128.31. ULMA SPAIN
129. DISHED ENDS
PART I Page 104 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 35 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
129.1. AFFLERBACH BODENPRESSEREI GMBH
129.2. CEREC SAS
129.3. DILLINGER
129.4. VOESTALPINE GMBH
130. CLAD TUBE SHEETS
130.1. NOBELCLAD EUROPE.
131. BOLT TIGHTNER
131.1. HYTORC MUMBAI
132. ANODES
132.1. GOLCONDA
132.2. ELECTROPROTECTION SERVICES, SEMBAKKAM, CHENNAI
133. DAMPERS & ISOLATORS
133.1. BACHMANN INDUSTRIES (I) LTD., INDIA
133.2. FOURESS ENGG. (I) LTD. INDIA
133.3. KAMAL ENGINEERING CORPORATION INDIA
134. REFRACTORIES
134.1. ASSOCIATED CEMENT COMPANY LTD.
134.2. CARBORUNUM UNIVERSAL LTD.
134.3. MAHAVIR REFRACTORIES CORPORATION
134.4. TATA REFRACTORIES LTD.
134.5. PACFIC REFRACTORIES LTD.,
134.6. CASTWELL INDUSTRIES
134.7. BABCOCK & WILLCOX INTERNATIONAL INC, USA
134.8. BASCO LTD., UK
134.9. COMBUTION ENGINEERING INC., USA
134.10. DIDIER WERKS AG GERMANY
134.11. GENERAL REFRACTORIES CO. USA
134.12. MANVILLE DE FRANCE S.A. FRANCE
134.13. PLIBRICO B. V. , NETHERLAND
134.14. PREMIER REFRACTORIES, USA
135. CERAMIC FIBRE
135.1. MUGURAPPA MORGAN THERMAL CERAMIC LTD., INDIA
135.2. ORIENT CERLANE LTD. INDIA / ORIENT CERWOOL
135.3. LLOYDS INSULATION
136. CAST PLUG HEADER
PART I Page 105 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 36 OF 59 OF 4
ISSUE
R0
PROCESS / MECHANICAL
136.1. WAUKESHA FOUNDRY INC., USA
137. CASTINGS TUBE SHEET / TUBE SUPPORTS
137.1. ARMALLOY LTD., UK
137.2. CRONITE EXPORT SERVICES, UK
137.3. DRAWINGS ALLOY CASTINGS, UK
137.4. DURALLOY TECHNOLOGIES, USA
137.5. FIAS S.R.L. ITALY
137.6. PARALLOY LTD., USA
137.7. POSE-MARRE EDELSTAHLWERK GMBH, GERMANY
137.8. WAUKESHA FOUNDRY INC., USA
137.9. KARTIK STEELS LTD., INDIA
137.10. HASTALLOY INDIA LTD., INDIA
ELECTRICAL
1. BATTERY -LEAD ACID
1.1. EXIDE, INDIA
1.2. AMCO, INDIA
1.3. HBL POWER SYSTEMS LTD., INDIA
1.4. AMAR RAJA, INDIA
2. BATTERY CHARGER
2.1. CHABBI ELECTRICAL PVT. LTD., INDIA
2.2. AUTOMATIC ELECTRIC LTD., INDIA
2.3. HBL POWER SYSTEMS LTD., INDIA
2.4. MASS-TECH , INDIA
2.5. UNI-INSTA,BANGALORE
3. BUSDUCTS - M.V.
3.1. INTRELEC- (M.V. ONLY), INDIA
3.2. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA
3.3. GLOBE ELECT. INDUSTRIES (MV ONLY), INDIA
3.4. UNITED ELECTRICALS, INDIA
3.5. STAR DRIVE, INDIA
3.6. L&T, INDIA
3.7. SIEMENS, INDIA
3.8. ELECHMECH, INDIA
3.9. ENPRO, INDIA
3.10. POWER CONTROL ENTERPRISES, INDIA
3.11. MANSHU COMTEL PVT. LTD.
PART I Page 106 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 37 OF 59 OF 4
ISSUE
R0
ELECTRICAL
4. CABLES H.V. - 3.3 KV- 33 KV XLPE INSULATED
4.1. UNIVERSAL CABLES LTD., INDIA
4.2. NATIONAL INSULATED CABLE CO. OF INDIA LTD. (NICCO), INDIA
4.3. TORRENT CABLES LTD., INDIA
4.4. RPG CABLES LTD., INDIA
4.5. CABLE CORPORATION OF INDIA LTD, INDIA
4.6. KEI (KEI INDUSTRIES LIMITED) , INDIA
5. CABLES L.V.- POWER, CONTROL & EARTHING – PVC & XLPE INSULATED
5.1. UNIVERSAL CABLES LTD, INDIA
5.2. NATIONAL INSULATED CABLE CO.OF INDIA LTD.(NICCO), INDIA
5.3. KEI (KEI INDUSTRIES LIMITED), INDIA
5.4. RPG CABLES , INDIA
5.5. TORRENT CABLES LTD. , INDIA
5.6. CCI, INDIA
5.7. RADIANT CABLES, INDIA
5.8. BPCL CATEGORY(Cables LT)
5.9. POLYCAB PVT. LTD.
6. DISTRIBUTION BOARDS & MISC. FLAMEPROOF EQPT.(PLUG/ SOCKET, HANDLAMP ETC.) –
FLAMEPROOF & INCREASED SAFETY
6.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
6.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
6.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
6.4. FCG POWER INDUSTRIES P. LTD. , INDIA
6.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
7. FLAMEPROOF JUNCTION BOXES
7.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
7.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
7.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
7.4. FCG POWER INDUSTRIES P. LTD. , INDIA
7.5. SUDHIR SWITCHGEAR PVT. LTD. (APPROVED ONLY FOR JUNCTION BOX), INDIA
7.6. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
7.7. GEC Alstom (Areva) *
8. DISTRIBUTION BOARDS, LIGHTING PANEL & SMALL PANELS
8.1. ZENITH, INDIA
8.2. INTRELEC, INDIA
8.3. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA
8.4. M.K.ENGINEERS, INDIA
8.5. POWER CONTROL ENTERPRISES, INDIA
8.6. ELECHMECH, INDIA
PART I Page 107 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 38 OF 59 OF 4
ISSUE
R0
ELECTRICAL
8.7. SCHNEIDER, INDIA
8.8. MANSHU COMTEL PVT. LTD.
9. FIRE ALARM SYSTEM
9.1. TYCO, INDIA
9.2. HONEYWELL AUTOMATION LTD., INDIA
9.3. GODREJ & BOYCE, INDIA
9.4. SIEMENS, INDIA
9.5. HONEYWELL FIRE SYSTEM, INDIA
9.6. NEW FIRE, INDIA
9.7. BPCL CATEGORY(Fire alarms)
9.8. MATHER PLATT
9.9. STEEL AGE-MMPC
10. GENERATORS, EMERGENCY DIESEL -UPTO 1600 KVA
10.1. POWERICA LTD., INDIA
10.2. SUPERNOVA, INDIA
10.3. STERLING WILSON , INDIA
10.4. TRACTORS INDIA LTD, INDIA
11. HEAT TRACING
11.1 RAYCHEM RPG LTD., INDIA
11.2 XYCON INDIA., INDIA
11.3 THERMOPADS PVT. LTD., INDIA
12. LIFTS – FLAMEPROOF
12.1. KONE , INDIA
12.2. THYSSENKRUPP ELEVATOR INDIA PVT. LTD. , INDIA
12.3. OTIS, INDIA
12.4. MASPERO, INDIA
12.5.
13. LIGHTING FIXTURES, – FLAMEPROOF & INCREASED SAFETY
13.1. BALIGA LIGHTING EQUIPMENT PVT.LTD., INDIA
13.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
13.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
13.4. FCG POWER INDIA LTD., INDIA
13.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
13.6. BPCL CATEGORY(Lighting Fixtures)
13.7. GEC Alstom (Areva) *
14. LIGHTING FIXTURES – INDUSTRIAL
14.1. WIPRO ELECTRICALS, INDIA
PART I Page 108 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 39 OF 59 OF 4
ISSUE
R0
ELECTRICAL
14.2. BAJAJ ELECTRICALS, INDIA
14.3. CROMPTON GREAVES LTD., INDIA
14.4. PHILIPS , INDIA
15. LOCAL CONTROL STATIONS – FLAMEPROOF & INDUSTRIAL
15.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
15.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
15.3. FLAMEPROOF EQPTS. PVT. LTD., INDIA
15.4. FCG POWER INDUSTRIES P. LTD. , INDIA
15.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
16. SYNCHRONOUS MOTORS
16.1. ALSTOM MOTEURS SA, FRANCE
16.2. ANSALDO, ITALY
16.3. ABB LTD, FINLAND
16.4. FUJI ELECTRIC COMPANY LTD., JAPAN
16.5. HITACHI LTD (JAPAN), INDIA
16.6. JEUMONT ELECTRIC, FRANCE
16.7. PARSONS PEEBLES GENERATION LTD,
16.8. SIEMENS AG, GERMANY
16.9. TOSHIBA CORPORATION, JAPAN/ INDIA
16.10. MITSUBISHI, JAPAN
16.11. LOHER, GERMANY
17. MOTORS H.V. – 3.3KV TO 11KV – FLAMEPROOF & INCREASED SAFETY
17.1. BHEL, INDIA
17.2. CGL, INDIA
17.3. ANSALDO, ITALY
17.4. ABB, UK
17.5. ALSTOM, SWITZERLAND / FRANCE
17.6. SIEMENS, GERMANY
17.7. MITSUBISHI, JAPAN
17.8. LOHER, GERMANY
17.9. FUJI, JAPAN
17.10. BPCL Category (Motors HT EX - e / EX –n / Ex - d)
17.11. Alstom – UK
17.12. CEMP - Italy
18. MOTORS L.V.- INDUSTRIAL
18.1. SIEMENS LTD., INDIA
18.2. BHARAT BIJLEE LTD., INDIA
18.3. ASEA BROWN BOVERI LTD., INDIA
PART I Page 109 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 40 OF 59 OF 4
ISSUE
R0
ELECTRICAL
18.4. CROMPTON GREAVES LTD, INDIA
18.5. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA
18.6. BPCL VENDORS(Motors LT Non FLP Type)
18.7. BHEL
18.8. Ramiey (only upto 25 HP)
19. MOTORS L.V.- FLAMEPROOF & INCREASED SAFETY
19.1. SIEMENS LTD.- (ONLY INCREASED SAFETY), INDIA
19.2. BHARAT BIJLEE LTD., INDIA
19.3. CROMPTON GREAVES LTD., INDIA
19.4. ANSALDO, ITALY
19.5. RAMIEY (ONLY UPTO 25 HP),
19.6. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA
19.7. SIEMENS LTD., GERMANY
19.8. CEMP, ITALY
19.9. ABB, SWITZERLAND/ UK
19.10. MITSUBISHI, JAPAN
19.11. FUJI, JAPAN
19.12. LOHER, GERMANY
19.13. BPCL category (Motors LT FLP, Increased Safety and Non FLP Type)
19.14. BHEL
19.15. ABB - India
20. MOTORS L.V.- FLAMEPROOF & GAS GROUP IIC
20.1. CROMPTON GREAVES LTD., INDIA
20.2. SIEMENS , GERMANY
20.3. VEM MOTORS, GERMANY
20.4. LOHER, GERMANY
20.5. CEMP, ITALY
20.6. ABB, SWITZERLAND/ UK
20.7. MITSUBISHI, JAPAN
20.8. FUJI, JAPAN
20.9. BPCL VENDORS(Motors LT FLP, Increased Safety and Non FLP Type)
20.10. BHARAT BIJLEE
20.11. BHEL
20.12. SIEMENS INDIA
20.13. ALSTOM INDIA (AREVA)
20.14. ABB INDIA
20.15. RAMIEY (ONLY UPTO 25 HP)
21. SOFT STARTERS
21.1. ROCKWELL AUTOMATION PVT LTD, INDIA
PART I Page 110 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 41 OF 59 OF 4
ISSUE
R0
ELECTRICAL
21.2. ANSALDO ENERGIA SPA , ITALY
21.3. SIEMENS AG, GERMANY
21.4. ABB, INDIA
21.5. ALSTOM, USA
21.6. HITACHI, JAPAN
21.7. TOSHIBA CORPORATION, INDIA/ JAPAN
22. NEUTRAL GROUNDING RESISTORS
22.1. S.R. NARKHEDE ENGG. PVT. LTD., INDIA
22.2. AMP CONTROL EQUIPMENTS PVT. LTD., INDIA
22.3. RSI INDIA LTD, INDIA
22.4. RESITECH ELECTRICALS PVT. LTD. , INDIA
22.5. NATIONAL SWITCHGEAR, INDIA
22.6. BHARTIA INDUSTRIES, INDIA
22.7. INDUSTRIES SYNDICATE, INDIA
22.8. RSI Switchgear
23. PUBLIC ADDRESS SYSTEM –FLAMEPROOF
23.1. NEUMANN ELECTRONIC, THROUGH LARAON ENGG.PVT. LTD, GERMANY
23.2. INDUSTRONIC (INDUSTRIE-ELECTRONIC GMBH & CO. KG) , GERMANY
24. SWITCHGEAR L.V.- DRAWOUT TYPE (PCC/MCC/PMCC)
24.1. SIEMENS LTD., INDIA
24.2. LARSEN & TOUBRO LTD., INDIA
24.3. GE POWER CONTROLS, INDIA
24.4. SCHNEIDER , INDIA
25. SWITCHGEAR H.V - 3.3KV TO 33KV – INDOOR TYPE
25.1. SIEMENS LTD., INDIA
25.2. ASEA BROWN BOVERI LTD. (ABB), INDIA
25.3. AREVA T & D, INDIA
25.4. BHEL, INDIA
25.5. JYOTI, INDIA
26. TRANSFORMERS POWER & DISTRIBUTION - BELOW 33 KV
26.1. VOLTAMP TRANSFORMERS LTD, INDIA
26.2. EMCO LTD., INDIA
26.3. AREVA , INDIA
26.4. BHARAT BIJLEE, INDIA
26.5. CROMPTON, INDIA
26.6. BHEL, INDIA
PART I Page 111 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 42 OF 59 OF 4
ISSUE
R0
ELECTRICAL
27. TRANSFORMER LIGHTING – DRY TYPE
27.1. VOLTAMP TRANSFORMERS LTD.- (RESIN IMPREGNATED), INDIA
27.2. INDCOIL- (VARNISH IMPREGNATED), INDIA
27.3. AUTOMATIC ELECTRIC LTD. , INDIA
27.4. POWER CONTROL ENTERPRISES, INDIA
27.5. BPCL category (Transformer Lighting (Upto 1 MVA))
27.6. Bharat Bijlee
27.7. Crompton Greaves
27.8. EMCO
27.9. Alstom India (Areva)
28. UNINTERRUPTED POWER SUPPLY
28.1. EMERSON NETWORK POWER (INDIA) PVT. LTD., INDIA
28.2. GENERAL ELECTRIC, INDIA
28.3. GUTOR, SWEDEN
28.4. FUJI ELECTRIC , JAPAN
29. VARIABLE FREQUENCY A.C. DRIVES
29.1. SIEMENS, INDIA
29.2. ALLEN BRADLEY (ROCKWELL AUTOMATION INDIA PVT. LTD.), INDIA
29.3. YASKAWA, JAPAN MAKE THROUGH LARSEN & TOUBRO LTD, JAPAN
29.4. ABB, INDIA
30. CCTV
30.1. SIEMENS , INDIA
30.2. NELCO, INDIA
30.3. TECHNOCRAT SECURITY SYSTEM, MUMBAI, INDIA
30.4. ECIL, INDIA
30.5. PHILIPS, INDIA
31. ELECTRICAL HEATERS
(VENDOR NAMES RECOMMENDED BY AXENS)
31.1. VULCANIC, FRANCE
31.2. CHROMALOX ETIREX, FRANCE
31.3. EXHEAT LTD, UK
32. CAPACITOR BANK
32.1. UNIVERSAL CABLES, INDIA
32.2. BHEL, INDIA
32.3. ABB, INDIA
32.4. MADHAV CAPACITORS, INDIA
32.5. SHREEM
PART I Page 112 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 43 OF 59 OF 4
ISSUE
R0
ELECTRICAL
33. ENERGY SAVER SYSTEM (LIGHTING TRANSFORMERS)
33.1. PRITHVI TECHNOLOGIES PVT. LTD.
33.2. BEBLEC (INDIA) PRIVATE LIMITED
33.3. SCHNEIDER ELECTRIC INDIA PVT. LTD. (CONZERVE)
34. CABLE TRAYS
34.1. INDIANA CABLE TRAYS CORPORATION
34.2. PROFAB ENGINEERS
34.3. ANAND UDYOG
34.4. METAL ALEMMS BOMBAY PVT. LTD.
34.5. SUPERFAB ENGINEERS
34.6. RAMAKANT METAL INDUSTRIES
34.7. M.M. ENGINEERING WORKS
34.8. GLOBE ELECTRICAL INDUSTRIES (FOR GI ONLY)
35. CABLES – COMMUNICATION SYSTEM
35.1. CMI LTD
35.2. DELTON CABLES LTD
35.3. KEI INDIA LTD
35.4. RELIANCE ENGINEERS LTD
35.5. VINDHYA TELELINKS LTD
35.6. ELKAY TELELINKS LTD
35.7. FINOLEX CABLES LTD
35.8. RPG CABLES LTD
35.9. USHA BELTRON LTD
36. TELEPHONE SYSTEM
36.1. SIEMENS LTD
36.2. TATA TELECOM LTD
36.3. BPL TELECOM LTD
37. HIGH LIGHT MAST
37.1. BAJAJ
37.2. LYSAUGHT
37.3. AL-BABTAIN
37.4. CU LIGHTING
37.5. CROMPTON
37.6. PHILIPS
37.7. CHASMITHA ENGG, BARODA
38. INSTALLATION CONTRACTORS FOR CATHODIC PROTECTION SYSTEM
PART I Page 113 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 44 OF 59 OF 4
ISSUE
R0
ELECTRICAL
38.1. CORROSION TECHNOLOGY SERVICES INDIA (P) LIMITED
38.2. RAYCHEM RPG LIMITED, NEW DELHI
38.3. CORRECTECH INTERNATIONAL PVT. LTD. - INDIA
38.4. CORROSION CONTROL SERVICES PVT. LTD. - INDIA
38.5. RAYCHEM - USA
39. ISOLATORS / LOAD BREAK SWITCHES (HV INDOOR)
39.1. DRIESCHER PANICKKERS SWITCHGEAR LTD - INDIA
39.2. SIEMENS LTD - INDIA
40. PVC INSULATING MATS
40.1. RMG POLYVINYL INDIA LTD
40.2. D. L. MILLAR & CO. LTD
40.3. 1000 PLUS TRADE INC
40.4. COMMERCIAL ENTERPRISES
40.5. PREMIER POLYFILM LTD
40.6. TATA RUBBER CORPORATION
INSTRUMENTATION
1. AIR FILTER REGULATORS
1.1. PLACKA INSTUMENTS & CONTROLS (P) LTD., CHENNAI
1.2. VELHAN HYDRAIR PVT. LTD., CHENNAI
1.3. FISHER XOMOX
1.4. HYDROPNEUMATICS., MUMBAI
1.5. ODIN INDIA PVT. LTD., CHENNAI
2. THERMO COUPLE EXTN. CABLES
2.1. UNIVERSAL CABLES LTD.,MUMBAI
2.2. ASSOCIATED FLEXIBLES AND WIRES (P) LTD. MUMBAI
2.3. K E I INDUSTRIES LIMITED , ALWAR
2.4. THERMOCABLES LTD. , MUMBAI
2.5. UDAY PYROCABLES PVT. LTD., MUMBAI
2.6. CORDS CABLE INDUSTRIES PVT. LTD., ALWAR
3. INSTRUMENTATION CABLES
3.1. ASSOCIATED FLEXIBLES AND WIRES (P) LTD
3.2. K E I INDUSTRIES LIMITED
3.3. UDAY PYROCABLES PVT. LTD., MUMBAI
3.4. UNIVERSAL CABLES LTD., MUMBAI
3.5. NICCO COPPORATION LTD., MUMBAI
3.6. POLYCAB WIRES PVT. LTD., MUMBAI
3.7. RADIANT CABLES LTD., HYDERABAD.
3.8. BROOKS CABLES WORKS., MUMBAI
PART I Page 114 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 45 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
3.9. THERMOCABLES LTD. , MUMBAI
4. FOUNDATION FIELDBUS CABLES
4.1. BELDEN CABLES.
4.2. HALUKABEL
4.3. KERPEN CABLES
4.4. LAPP CABLES
5. FOUNDATION FIELDBUS JUNCTION BOXES.
5.1. P& F
5.2. MTL
6. COPPER TUBE
6.1. ALCOBEX METALS(P) LTD
6.2. RAJCO METAL INDUSTRIES PVT. LTD
6.3. INDUSTRIAL TUBES
6.4. MULTIMETALS LTD.
6.5. UDEY PYROCABLES PVT. LTD., MUMBAI
7. SS TUBES.
7.1. RAJENDRA MECHANICAL INDUSTRIES LTD.
7.2. SANDVIK ASIA LIMITED (IMPORTED FOR HIGH PR, TEMP., & VIBRATION)
7.3. RATNAMANI METALS & TUBES
7.4. HEAVY METALS & TUBES, MEHSANA
7.5. JINDAL SAW LTD.
7.6. SAW PIPES LTD., NASHIK
7.7. CHOKSI TUBE CO.
8. ORIFICE PLATES & FLANGES
8.1. BALIGA LIGHTING EQUIPMENTS LTD.
8.2. MICRO PRECISION PRODUCTS PVT. LTD. HARYANA
8.3. HYDROPNEUMATICS, MUMBAI
8.4. GENERAL INSTRUMENT CONSORTIUM
8.5. GURUNANAK ENGG. WORKS, KOTA RAJASTHAN
8.6. INSTRUMENTATION LTD., MUMBAI
8.7. MINCO INDIA PVT. LTD., GOA
8.8. STAR-MECH CONTROLS (i) PVT. LTD., PUNE
8.9. TEMP-TECH., MUMBAI
9. TEMP. ELEMENTS, THERMOWELL
9.1. GENRAL INSTRUMENTS CONSORTIUM
9.2. TEMP-TECH
9.3. PYROELECTRIC INSTRUMENTS GOA PVT. LTD.
9.4. DETRIV INSTRUMENTS & ELECTRONICS LTD.
PART I Page 115 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 46 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
9.5. ALTOP CONTROLS
9.6. ELETRICAL & ELETRONICS CORPORATION
9.7. AN INSTRUMENTS PVT. LTD.
9.8. WAAREE INSTRUMENTS, MUMBAI
9.9. WIKA INSTRUMENTS INDIA PVT. LTD.
9.10. WALCHANDNAGAR INDUSTRIES
9.11. ASHCROFT INDIA PVT. LTD.
10. FLEXIBLE THERMOCOUPLES (FOR REACTOR & REGENERATION BED TEMPERATURE)
10.1. VULCANIC S. A. – FRANCE
10.2. DAILY THERMETRICS – USA ( only for Unit #140-NHT)
11. PLC FOR PACKAGE UNITS (ONLY IF SPECIFIED IN PACKAGE UNIT)
11.1. ALLEN BRADLEY
11.2. SIEMENS LTD.
11.3. MODICON
11.4. GE FANUC
11.5. L & T (HIMA)
12. PRESSURE GAUGES
12.1. GENRAL INSTRUMENTS CONSORTIUM
12.2. WIKA INSTRUMENTS INDIA PVT. LTD.
12.3. PYRO ELECTRIC INSTRUMENTS INDIA PVT. LTD.
12.4. A.N. INSTRUMENTS PVT. LTD.
12.5. FORBES MARSHALL
12.6. ASHCROFT INDIA PVT. LTD.
12.7. WAREE INSTRUMENTS
12.8. MANOMETER INDIA PVT. LTD.
12.9. WALCHANDNAGAR INDUSTRIES LTD. (TIWAC DIV)
13. SPECIAL THERMOCOUPLES ( FOR REACTOR & REGENERATOR SKIN THERMOCOUPLES)
13.1. THERMOCOUPLE PRODUCTS CO.- USA
13.2. TECHNOMATIC SPA - ITALY
13.3. THERMO ELECTRIC - USA
13.4. VULVANIC S.A.
13.5. DAILY THERMETRICS
13.6. GAYESCO
13.7. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)
13.8. GENERAL INST. CORPN.
13.9. PYRO ELECTRIC INSTRUMENTS GOA
13.10. TEMP-TECH
13.11. ALTOP CONTROLS
13.12. DETRIV INSTRUMENTATION & ELECTRO
13.13. ELECTRICAL & ELECTRONICS CORPN.
PART I Page 116 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 47 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
14. SPECIAL THERMOCOUPLES ( FOR HEATER SKIN THERMOCOUPLES)
14.1. THERMOCOUPLE PRODUCTS CO.- USA
14.2. TECHNOMATIC SPA - ITALY
14.3. THERMO ELECTRIC - USA
14.4. PYROELECTRIC INSTRUMENTS GOA PVT. LTD. – INDIA (ONLY FOR HEATER SKIN)
14.5. GENERAL INSTRUMENTS INDIA
14.6. DETRIV INSTRUMENTS & ELECTRONICS INDIA
14.7. VULVANIC S.A.
14.8. DAILY THERMETRICS
14.9. GAYESCO
14.10. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)
14.11. TEMP-TECH
14.12. ALTOP CONTROLS
14.13. ELECTRICAL & ELECTRONICS CORPN.
15. TEMP. GAUGES (BI METALLIC/ DIAL TYPE)
15.1. GENRAL INSTRUMENTS CONSORTIUM
15.2. WIKA INSTRUMENTS INDIA PVT. LTD.
15.3. PYRO ELECTRIC INSTRUMENTS GOA PVT. LTD
15.4. FORBES MARSHAL .
15.5. TEMP-TECH
15.6. ASHCROFT INDIA PVT. LTD.
15.7. WAREE INSTRUMENT
15.8. AN INSTRUMENTS PVT. LTD.
16. ROTAMETER (GLASS TUBE & PURGE TYPE)
16.1. EUREKA INDL. EQUIP (P) LTD
16.2. INSTRUMENTATION ENGINEERS (P) LTD
16.3. TRANSDUCERS & CONTROL PVT. LTD
16.4. FORBES MARSHALL
16.5. BROOKS INSTRUMENTS
16.6. YOKOGAWA INDIA LTD.
16.7. BLUE START LTD
17. ROTAMETER (TRANSMITTERS)
17.1. KROHNEMESSTECHNIC GHBM & CO. KG. GERMANY
17.2. TRANSSDUCERS & CONTROL PVT LTD
17.3. YOKOGAWA INDIA LTD., MUMBAI
18. ROTAMETER (METAL TUBE)
18.1. YOKOGAWA INDIA LTD.
18.2. INSTRUMENTATION ENGINEERS (P) LTD
18.3. KHRONE MARHALL.
PART I Page 117 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 48 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
18.4. TRAC (TRANSDUCERS & CONTROL PVT. LTD), HYDERABAD
18.5. BROOKS INSTRUMENTS., MUMBAI
19. ROTAMETERS (LIQUID, GAS, HIGH TEMP. CORROSIVE HANDLING)
19.1. FLUIDYNE INSTRUMENTS PVT. LTD
20. MANOMETERS (U TUBE WATER MANOMETER)
20.1. FUIDYNE INSTRUMENTS PVT. LTD.
21. GAUGE GLASSES (LEVEL GAUGES)
21.1. BLISS ANAND PVT. LTD
21.2. CHEMTROL ENGG (P) LTD
21.3. LEVCON INSTRUMENTS PVT. LTD
21.4. PROTOLINA INSTRUMENTS PVT. LTD.
21.5. TECHNOMATIC INDIA PVT. LTD.
21.6. HYDROPNEUMATICS., MUMBAI
22. GAUGE GLASSES
22.1. AMAR TRADING CO
22.2. GUJARAT MILL STORES CO
22.3. UNIKLILNGER LTD
22.4. VINAYAK HARDWARE MART
23. MAGNETIC LEVEL GAUGES
23.1. CHEMTROLS INDUSTRIES LTD.
23.2. WIKA INSTRUMENTS INDIA PVT. LTD. (KSR KUEBLER)
23.3. KROHNE MESS TECHNIC GMBH.
23.4. MAGNETROL INTERNATIONAL NV.
23.5. NHON KLINGAGE CO. LTD.
24. LEVEL SWITCHES (DISPLACER / FLOAT)
24.1. TOKYO KEISO CO. LTD.
24.2. SOR INC. USA
24.3. MAGNETROLINTERNATIONAL N.V. BELGIUM
24.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)
25. DISPLACER LEVEL TRANSMITTERS
25.1. DRESSER MASONEILAN.
25.2. FISHERROSEMOUNT PTE, SINGAPORE.
25.3. MAGNETROL INTERNATIONAL INC.
25.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)
26. PRESSURE SWITCHES
PART I Page 118 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 49 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
26.1. CUSTOM CONTROL SENSOR INC.
26.2. CHEMTROLS (UNITED CONTROL, USA MAKE)
26.3. SWITZER INSTRUMENTS LTD
26.4. DRESSER INC.
26.5. SHERMAN INTERNATIONAL PVT. LTD.
26.6. DWYER (WAREE), MUMBAI
26.7. ASHCROFT INDIA PVT. LTD.
26.8. INDFOS IND. LTD.
27. DRAFT GAUGES
27.1. SWITZER INSTRUMENT LTD
27.2. GENERAL INSTRUMENTS CONSORTIUM
27.3. WAREE INSTRUMENTS
27.4. AN INDUSTRIES PVT. LTD.
28. HC DETECTOR PORTABLE
28.1. JOSEPH LESLIE DRAGER.
28.2. HONEYWELL LIFE SAFETY
28.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS
28.4. TRITECH (RIKEN KEIKE)
28.5. BW TECHNOLOGY
29. HC / H2S / H2 DETECTOR
29.1. DETECTOR ELECTRONICS CORPORATION
29.2. JOSEPH LESLIE DRAGER.
29.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS
29.4. HONEYWELL LIFE SAFETY
29.5. DIETERICH STANDARDS
30. JUNCTION BOXES AND CABLE GLANDS (FLAME PROOF)
30.1. BALIGA LIGHTING EQUIPMENTS LTIMITED
30.2. FLAMEPROOF EQUIPMENTS PVT. LTD
30.3. SUDHIR SWITCHGEARS PVT. LTD
30.4. CEAG FLAMEPROOF CONTROL GEARS (P) LTD
30.5. FLEXPRO ELECTRICALS PVT. LTD.
30.6. EX-PROTECTA
30.7. FCG
31. COMPRESSION FITTINGS ( BRASS FITTINGS FOR COPPER TUBE)
31.1. ASTEC INSTRUMENTS PVT. LTD.
31.2. FLUID CONTROL PVT LTD
31.3. EXCELL HYDRO
32. INSTRUMENT VALVES
PART I Page 119 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 50 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
32.1. ASTEC INSTRUMENTS PVT. LTD
32.2. EXCELL HYDRO PNEUMATICS PVT. LTD
32.3. FLUID CONTROL
32.4. BOMBAY FLUID SYSTEM COMPONENTS
32.5. MAHESHWARI ENGG WORKS (PARKER, SWAGE LOCK ONLY)
32.6. SUPER TECHNICAL INDIA PVT LTD
32.7. PARKER HANNIFIN INDIA PVT LTD
33. FITTINGS: SS TUBE FITTINGS (PROCESS IMPULDE LINES)
33.1. SWAGELOK MAKE-(BOMBAY FLUID SYSTEM COMPONENTS (P) LTD)
33.2. PARKER MAKE- (SUPER TECHNICAL (I) PVT. LTD.)
34. CONTROL VALVES – (SPECIAL PURPOSE ONLY)
34.1. FLOWSERVE
34.2. ARCA REGLER GMBH, GERMANY
34.3. DRESSER VALVES INDIA
34.4. SAMSON AG, GERMANY
34.5. SICAL YAMATAKA LTD
34.6. HOPKINSONS LTD. UK
34.7. MOTOYAMA ENGINEERING WORKS. TOKYO
34.8. METSO AUTOMATION (NELES) , GURGAON
34.9. NUOVO PIGNONE. ITELY
34.10. TYCO
34.11. INSTRUMENTATION LTD., PALAKKAD
34.12. EMERSON PROCESS CONTROL, SINGAPORE
35. CONTROL VALVES- GLOBE VALVES
35.1. INSTRUMENTATION LTD. PALGHAT
35.2. DRESSER VALVES INDIA LTD.
35.3. FISHER SANMAR LTD.
35.4. SAMSON CONTROL PVT. LTD.
35.5. FLOWSERVE INDIA CONTROLS
36. CONTROL VALVES- BUTTERFLY BODY
36.1. FLOWSERVE PTE LTD. INDIA
36.2. TYCO
36.3. SAMSON AG, GERMANY.
36.4. METSO
37. CONTROL VALVES (ANGLE)( SPECIAL APPLICATION ONLY)
37.1. SAMSON AG - GERMANY
37.2. MOTOYAMA - JAPAN
37.3. FLOWSERVE (SEREG-VANES) - FRANCE
37.4. DRESSER PRODUCTS - FRANCE
PART I Page 120 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 51 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
37.5. ARCA - GERMANY
37.6. METSO AUTOMATION PTE LTD – SINGAPORE / INDIA
38. ON –OFF VALVES (PLUG )( SPECIAL APPLICATION ONLY)
38.1. DRESSER ITALIA - ITALY
38.2. FLOWSERVE PTE. LTD - SINGAPORE
38.3. TUFLIN - USA
38.4. SPX VALVES & CONTROLS
39. CONTROL VALVE - BALL VALVES (INDIAN) – ON/OFF APPLICATION
39.1. EL-O-MATIC (INDIA) PVT. LTD.
39.2. VIRGO ENGINEERS LIMITED
39.3. MICROFINISH VALVES LTD.
39.4. BDK VALVES
39.5. TYCO VALVES
39.6. KOSO FLUID CONTROLS
40. CONTROL VALVE - BALL VALVES (IMPORTED) - ON/OFF APPLICATION
40.1. TYCO VALVES
40.2. KOSO FLUID CONTROLS
40.3. NUOVO VALVES
40.4. WIER VALVES
40.5. KITAMURA VALVES MANUFACTURING LTD
40.6. METSO
40.7. PIBIVIESSE SPA MILANO ITALY
41. ON –OFF VALVES (GATE)(SPECIAL APPLICATION ONLY)
41.1. HOPKINSONS LTD -
41.2. COOPER CAMERON - SINGAPORE
41.3. SPX VALVES & CONTROLS
42. ROTARY PLUG CONTROL VALVE
42.1. DRESSER VALVES INDIA
42.2. FISHER SANMAR LTD
42.3. INSTRUMENTATION LTD
42.4. SAMSON CONTROLS PVT. LTD. (VETEC)
43. CONTROL VALVE: SMART POITIONERS
43.1. DRESSER VALVE INDIA PVT. LTD.
43.2. FISHER SANMAR
43.3. METSO (NELES AUTOMATION PTE LTD.)
43.4. SIEMENS LTD.
44. PRESSURE CONTROL VALVES (SELF ACTUATED)
PART I Page 121 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 52 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
44.1. FISHER SANMAR LTD.
44.2. FORBES MARSHALL
44.3. SAMSON AG MESS-UND REGEL TECHNIK, GERMANY
44.4. RICHARD INDUSTRIES (JORDAN VALVES)
45. FIELD INSTRUMENTS ( PT/DP, TEMPERATURE TRANSMITTERS)
45.1. FUJI ELECTRIC CORPN.
45.2. EMERSION PROCESS MANAGEMENT
45.3. HONEYWELL AUTOMATION INDIA LTD
45.4. YOKOGAWA INDIA LTD.
45.5. ABB LTD. FARIDABAD
46. FLOW ELEMENTS (VENTURI, FLOW NOZZLES)
46.1. MICRO PRECISION PRODUCTS PVT LTD
46.2. STAR MECH CONTOLS PVT. LTD
46.3. DANIEL - USA
47. AVERAGING PITOT TUBES
47.1. TORBAR FLOWMETERS LTD.
47.2. EMERSON PROCESS MANAGEMENT INDIA PVT LTD (DIETERICH STANDARD INC )
47.3. STARMECH CONTROL INDIA PVT LTD
47.4. TECHNOMATICS
47.5. TOKYOKEISO CO. LTD
47.6. BRANDT INSTRUMENTS INC
47.7. AUXITROL S.A.
47.8. VERIS INC
48. MASS FLOW METERS
48.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.
48.2. ENDRESS + HAUSER INDIA PVT. LTD.
48.3. YOKOGAWA
48.4. BOPP & REUTHER MESSTECHNIK GMBH
48.5. RHEONKE MEGERATE GMBH
48.6. BROOKS INSTRUMENTS
49. VORTEX FLOW METER
49.1. KROHNE MARSHAL LTD.
49.2. YOKOGAWA ELECTRIC CORP (Other than High Temp. H2 Services)
49.3. EMERSON
49.4. ENDRESS AND HAUSER INDIA PVT. LTD.
49.5. INVENSYS
50. ULTRASONIC FLOW METER (FOR FLARE)
50.1. PANAMETRIS LTD, IRELAND .
PART I Page 122 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 53 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
50.2. GE SENSING (PANAMETRICS INC.)
51. MAGNETIC FLOWMETERS
51.1. ENDRESS & HAUSER (INDIA) PVT. LTD.
51.2. FORBES MARSHALL LTD.
51.3. YOKOGAWA INDIA LTD.
51.4. EMERSON
51.5. INVENSYS
52. STACK ANALYSER SYSTEM (SOX, NOX, CO ANALYSER)
52.1. AMETEK- PTSBURGH, PA.
52.2. HORIBA INSTRUMENTS (S)PTE LTD. SINGAPORE.
52.3. THERMO ENVIRONMENTAL INSTRUMENT- MUMBAI .
52.4. MAIHAK AG -HAMBURG
52.5. YOKOGAWA INDIA LTD.
52.6. TELEDYNE INSTRUMENTS-USA
53. NIR ANALYSER
53.1. GUIDEDWAVE INC. - USA
53.2. YOKOGAWA ELECTRICAL CORPORATION - JAPAN
53.3. INVENSYS
53.4. ABB AUTOMATION - UK
53.5. HAMILTON SUNDSTRAND UG. - USA
54. ASTM ANALYSER
54.1. BENKE - GERMANY
54.2. PRECISION SCIENTIFIC - USA
54.3. ABB - UK
54.4. BARTEC - GERMANY
54.5. PAC - USA
55. PH / CONDUCTIVITY ANALYSERS
55.1. YOKOGAWA INDIA LIMITED.
55.2. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.
55.3. ABB LTD.
55.4. HORIBA INSTRUMENTS PVT. LTD.
56. SULPHUR / H2S ANALYSER
56.1. HOUSTON ATLAS INC. – KINGWOOD
56.2. AMETEK - USA / EQUIVALENT IMPORTED
56.3. METOREX INTERNATIONAL OY- FINLAND
56.4. AZOMA (CHEMTROL, MUMBAI)
56.5. THERMOFISHER
56.6. ANTEK SOUTH YORKSHIRE
PART I Page 123 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 54 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
56.7. THERMOELECTRIC CORPORATION
56.8. BOVER (CHEMTROL)
57. SPECIFIC GRAVITY ANALYSER
57.1. SOLATRON - UK
57.2. YOKOGAWA INDIA LTD. - INDIA / JAPAN
57.3. EMERSON PROCESS MGT, SINGAPORE PTE. - SINGAPORE
57.4. THERMOFISHER
57.5. BOPP & REUTHER
58. ANALYSERS OXYGEN (ZIRCONIA)
58.1. ANALYZER INSTRUMENTS CO PVT. LTD. (FUJI – JAPAN)
58.2. EMERSON PROCESSMANAGEMENT INDIA PVT. LTD
58.3. YOKOGAWA INDIA LTD.
58.4. CHEMTROLS INDUSTRIES LIMITED (AMETEK - USA)
59. ANALYSERS OXYGEN
59.1. GE SENSING
59.2. SIEMENS - GERMANY
59.3. HARTMANN-BRAUN / ELSAG BAILEY - UK
59.4. SERVOMAX INTERNATIONAL - UK
60. H2 ANALYZERS
60.1. HONEYWELL - USA
60.2. SIEMENS - GERMANY
60.3. EMERSON
61. MOISTURE ANALYSER
61.1. AMETEK - USA
61.2. ARELCO - FRANCE
61.3. ENDRESS & HAUSER - SWITZERLAND
61.4. GE INDUSTRIAL SENSING – USA
61.5. PANAMETRICS
62. GAS CHROMATOGRAPH
62.1. ABB AUTOMATION - UK/USA
62.2. SIEMENS APPLIED AUTOMATION INC. - USA
62.3. YOKAGAWA ELECTRIC CORPORATION - JAPAN
62.4. FOXBRO, MUMBAI
63. NUCLEONIC LEVEL INSTRUMENTS
63.1. BERTHOLD - FRANCE
64. RADAR TYPE LEVEL INSTRUMENS (STORAGE TANKS)
PART I Page 124 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 55 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
64.1. ENRAF BV
64.2. SAAB TANK CONTROL (SAAB MARINE ELECTRONICS AB) -
65. RADAR LEVEL TRANSMITTER PROCESS VESSELS (INCL OF GUIDED WAVE RADAR )
65.1. ENRAF B.V.
65.2. ENDRESS + HAUSER
65.3. MAGNETROL INTERNATIONAL INC.
65.4. EMERSON PROCESS CONTROLS, MUMBAI
65.5. WIKA (VEGA)
66. I/P AND P/I CONVERTERS
66.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.
66.2. YOKOGAWA INDIA LTD.
66.3. HONEYWELL AUTOMATION INDIA LTD.
66.4. MTL INDIA PVT. LTD.
66.5. ABB LTD.
66.6. YAMATAKE
66.7. DRESSER PRODUCTS
67. ANTI SURGE / PERFORMANCE CONTROLLER
67.1. CCC - USA
68. SAFETY BARRIERS & MULTI CHANNEL FF TEMPERATURE TRANSNITTERS
68.1. P & F
68.2. MTL (5000 SERIES)
68.3. STAHL, CHENNAI
68.4. TURCK (FIELD BUS)
69. SOLENOID VALVES
69.1. ASCO
69.2. HERION / NORGEN, INDIA
70. VIBRATION MONITORING SYSTEM
70.1. BENTLY NEVADA CORPORATION –(3500 Series) - MINDEN USA
70.2. SHINKAWA (ONLY FOR PUMPS)
71. FLAME SCANNER
71.1. DIETERICH STANDARD INC- COLORADO
71.2. E2 TECHNOLOGY CORPORATION- USA
71.3. HONEYWELL AUTOMATION INDIA LTD
71.4. DETRONICS, MINNEAPOLIS
71.5. UVISOR, ITALY
72. LOCAL CONTROL PANEL
PART I Page 125 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 56 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
72.1. INDUSTRIAL CONTROLS & APPLIENCES
72.2. PYROTECH ELECTRONICS PVT LTD
72.3. ECIL HYDERABAD
72.4. RITTAL.
72.5. SUNLEET CONTROLS (ONLY FOR MODIFICATION)
72.6. HONEYWELL AUTOMATION INDIA LTD.'
72.7. YOKOGAWA INDIA LTD.
73. ALARM ANNUNICATOR ( LOCAL PANEL ACCESSORIES)
73.1. DIGICONT
73.2. INDUSTRIAL INSTRUMENTS & CONTROLS
73.3. PROCON INST. (P) LTD
73.4. MTL INDIA PVT. LTD.
73.5. ROCHESTER INSTRUMENTS SYSTEM LTD.
73.6. IDECIZUMI
74. TERMINAL BLOCKS
74.1. PHOENIX GERMANY
74.2. WAGO
75. MULTIPLE CABLE TRANSIT (MCT)
75.1. BRATTBERG
75.2. ROXTEC
76. PRESSURE REDUCING & DE-SUPERHEATING SYSTEM.
76.1. FORBES MARSHALL LTD.
76.2. MAZADA LIMITED
76.3. FISHER SANMAR LIMITED.
76.4. SPX PROCESS EQUIPMENTS (COPES VULCAN)
76.5. CCI
77. ANALYZER SHELTERS.
77.1. ABB INSTRUMENTATION UK.
77.2. CHEMTROLS INDUSTRIES LTD.
77.3. EMERSON PROCESS MANAGEMENT (I) PVT. LTD
77.4. YOKOGAWA INDIA LTD
78. SPECIAL GAS TIGHT VALVES
78.1. PEROLO – FRANCE
78.2. SEGAULT – FRANCE
79. SPECIAL CATALYST TIGHT VALVES
79.1. GUICHON VALVES – FRANCE
PART I Page 126 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 57 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
80. CONTROLLER: INDICATING ( ELECTRONIC / RECORDER)
80.1. CHINO-LAXSONS (INDIA) LIMITED
80.2. HONEYWELL AUTOMATION INDIA LTD.
80.3. YOKOGAWA INDIA LTD.
81. LIMIT SWITCHES (PROXIMITY TYPE- IMPORTED)
81.1. MTL
81.2. P&F
82. RELAYS (WITH LED)
82.1. JYOTI
82.2. OMRON JAPAN
83. TURBINE FLOWMETER
83.1. BROOKS INSTRUMENTS, USA
83.2. EMERSON PROCESS CONTROL
83.3. FMS SANMAR LTD
83.4. KROHNE MARSHALL
83.5. ROCKWIN
84. REGULATORS (GAS)
84.1. INDIAN OXYGEN LTD
84.2. SPAN GAS & EQUIPMENT PVT LTD
84.3. SPECIALITY GAS CO PVT LTD
85. SCANNER (TEMP. MONITORS)
85.1. BENTLEY NAVADA CORPORATION
85.2. HONEYWELL PVT LTD
85.3. YOKOGAWA INDIA LTD
86. ANALYSERS CYLINDER PRESSURE REGULATORS
86.1. HORNBILL EQUIPMENTS PVT LTD
86.2. INDIAN OXYGEN LTD
86.3. INOX AIR PRODUCTS LTD
86.4. ESAB MUMBAI
86.5. HYDROGAS MUMBAI
87. ANALYSERS - GLC ANALYSER
87.1. SIEMENS LTD (APPLIED AUTOMATION PVT LTD)
87.2. FOXBORO MUMBAI
87.3. YOKOGAWA ELECTRIC CORPORATION JAPAN
88. OIL TRACE ANALYSER
88.1. TELEDYNE ANALYTICAL INSTRUMENTS USA
88.2. SERES ZI FRANCE
88.3. BRISTOL BABCOCK LTD UK
PART I Page 127 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 58 OF 59 OF 4
ISSUE
R0
INSTRUMENTATION
89. METHANE ANALYSER
89.1. ABB
89.2. SICK MAIHAK (CHEMTROLS)
89.3. EMERSON
89.4. SIEMENS
90. ONLINE CORROSION MONITORING
90.1. HONEYWELL AUTOMATION (INTERCORR, USA)
90.2. MAKSUR ANALYTICAL SYSTEMS (ROHRBACK COSASCO, USA)
90.3. INTERCORR INTERNATIONAL (M/s HONEYWELL)
90.4. ADVANCE TECH CONTROLS PVT. LTD. (CORMON)
90.5. INDUS ENGINEERS PVT. LTD. (CORROCEAN)
90.6. METAL SAMPLES COMPANY
LIST OF APPROVED TRADERS FOR URGENT DELIVERY (TIE-IN POINT ETC.)
1. PIPES, FITTINGS AND FLANGES
1 KWALITY TUBES
2 METAL INDIA
3 ARISTO METAL INDUSTRIES
4. ARDH METAL AGENCY
5. FIT TECH INDUSTRIES PVT LTD
6. NILESH METAL COMPANY
7. HIND METAL SYNDICATE PVT LTD
8. VENUS TRADING COMPANY
9 SADAF TRADING COMPANY
10. HI-TECH METALS AND TUBES
2. GASKETS
1. SUPER GASKET INDUSTRIES
2. UNIQUE INDUSTRIAL PACKINGS
3. UNI-KLINGER LIMITED
3. FASTENERS
1. J J INDUSTRIES
2. SYNDICATE ENGINEERING INDUSTRIES
3. MEGA ENGINEERING PVT LTD
4. VALVES
1. SANJAY TRADING CORPORATION
2. Y K ENTERPRISES
3. UNITED TRADING AGENCY
4. CRS MARKETING & SERVICES
5. PIPES
1. SADAF TRADING COMPANY
2. VENUS TRADING COMPANY
3. N-PIPE SOLUTIONS INC.
4. EVERGREEN SEAMLESS PIPES AND TUBES PVT LTD
5. HIND METAL SYNDICATE PVT LTD
6. HI-TECH METALS AND TUBES
PART I Page 128 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 LIST OF APPROVED MAKES / VENDORS
SHEET 59 OF 59 OF 4
ISSUE
R0
7. KWALITY TUBES
8. CHANDAN STEEL LTD
PART I Page 129 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 1 OF 6 OF 4
ISSUE R1
Bidder’s Name: ________________________________
Enquiry No.: ________________________________
Bidder’s Offer Ref.: ________________________________
Tel. No.: _____________________Mobile No.:________________
Fax No.: ____________________
Contact Person: _____________________E-mail:____________________
1. Duly signed & stamped copies of this “questionnaire”, with all the clauses duly confirmed/ precisely replied to by the Bidder, shall be enclosed with each and every set of Bidder’s un-priced quotation
2. Failure on the part of Bidder in not returning this duly filled-up
“questionnaire with all the sets of un-priced quotation and/or submitting
incomplete replies may lead to rejection of Bidder’s quotation”.
Sr. No.
Description Bidder’s Confirmation
1 Bid rejection criteria:
Bidders shall note the bid rejection criteria as indicated in ITB. Provisions of these clauses must be adhered to without any deviations, failing which the bid shall be considered to be non-responsive and may be rejected.
Noted
2 Bid Validity period: Confirm Offer validity of Four Months from final bid due date.
Confirmed / Not Confirmed
Refer deviation sheet
Validity: ___ Months from bid due date.
3 Defects Liability Period: Confirm acceptance of defect liability period clause as indicated in Special Purchase Conditions.
Noted & Confirmed
4 Performance Bank Guarantee: Confirm acceptance of performance guarantee clause as indicated in Special Purchase Conditions & General Purchase Conditions.
Noted & Confirmed
5 Time Schedule - Delivery Period
Indicate approximate sailing period from port of exit to port of destination.
Noted & Confirmed
Approximate sailing period from port of exit (specify)_____________ to
port of Destination:________
PART I Page 130 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 2 OF 6 OF 4
ISSUE R1
Sr. No.
Description Bidder’s Confirmation
6 Technical and Commercial Loading: Bidders shall note loading criteria as mentioned in the Special Purchase Conditions (SPC)
Noted
7 Payment Terms: Confirm acceptance of payment terms as indicated in “Terms of Payment”.
Accepted / Not accepted refer deviation sheet
8 Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.
Noted & confirmed
9 Price Basis: FOB Port of Shipment Confirmed
10 FOB Charges Included
11 Packing & Forwarding charges up to FOB shall be included in quoted price
Confirmed
12 Force Majeure Clause :
Confirm acceptance of Force Majeure Clause as indicated in General Purchase Conditions (GPC).
Noted & Confirmed
13 Arbitration Clause:
Confirm acceptance of Arbitration Clause as indicated in General Purchase Conditions (GPC).
Noted & Confirmed
14 Delayed Delivery:
Confirm acceptance of Delayed Delivery Clause as indicated in Special Purchase Conditions (SPC).
Accepted / Not accepted refer deviation sheet
15 Confirm that the prices have been furnished as per “Format For Submitting Price” indicated in Schedule of Price
Noted & Confirmed
16 Bank Charges: All Bank charges and stamp duties payable outside India in connection with payments to be made shall be borne by the supplier. All bank charges and stamp duties payable in India shall be borne by BPCL
Confirmed
17 Currency of Quote:
Furnish the currency of quote.
Currency of Quote:
US $
18 Change in currency once quoted will not be allowed. Noted & accepted
PART I Page 131 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 3 OF 6 OF 4
ISSUE R1
Sr. No.
Description Bidder’s Confirmation
19 Indicate name, address, telephone nos., fax nos., e-mail address of your Banker for L/C opening
20 Documentation charges are included in quoted prices. Confirmed
21 Customer references list for the item/ model quoted by you is given in offer.
Confirmed
22 Confirm complete technical literature/catalogue are submitted along with each copy of the offer.
Confirmed
23 Indicate manufacturer’s name and address:
24
Country of Origin:
Indicate country of origin from where the goods have been offered.
25 Indicate mode of shipment Sea / Air
26 Indicate International Port of Exit. Material shall be dispatched from :
Country:
27 Indicate approximate shipping weight (net and gross) & volume of the consignment.
Approximate shipping weight:
Volume:
28 Date of clean Bill of Lading shall be considered as date of delivery.
Confirmed
29 Transit Insurance: Noted and confirmed
PART I Page 132 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 4 OF 6 OF 4
ISSUE R1
Sr. No.
Description Bidder’s Confirmation
Prices quoted must exclude transit insurance charges from FOB International Port of Exit as the same shall be arranged by the Purchaser. However, all transit insurance charges for inland transit up to FOB International Port of Exit must be included quoted prices.
30 Taxes & Duties:
All taxes, duties and levies of any kind payable up to FOB International Port of Exit shall be borne by supplier.
Accepted
31 Export permit/license if required shall be supplier’s responsibility & any expenditure towards same will by borne by the supplier.
Accepted
32 Quoted prices shall be inclusive of all testing and inspection charges
Accepted / Not accepted refer deviation sheet
33 Third Party Inspection Charges: Confirm itemised percentage charges for inspection by Third Party Inspection Agencies nominated by BPCL(including inspector’s fee) have been separately quoted in the Priced Bid for non IBR items
Noted & Confirmed
34 In the event of inspection by TCE or BPCL, confirm no extra charges payable to supplier.
Confirmed
35 Supervision Charges: Confirm that the per diem rate quoted for supervision / onsite training (if applicable) are inclusive of to & fro charges, local transport charges, lodging & boarding charges, withholding charges.
Confirmed, quoted in Indian Rupees in Price Bid.
36 Expected number of days for
Supervision of erection & commissioning:
____Days / Not applicable
On-site training: ____Days / Not applicable
37 Acceptance of all other terms & conditions as per attached :
a) General Purchase Conditions,
b) Special Purchase Conditions
c) Instructions to bidders,
d) Terms & Conditions for Supervision of Erection & Commissioning (if applicable)
e) Terms & Conditions for Site work(if applicable)
Accepted
OR
Accepted with deviations as indicated in separate deviation
sheet.
PART I Page 133 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 5 OF 6 OF 4
ISSUE R1
Sr. No.
Description Bidder’s Confirmation
f) Any other terms & conditions as per Tender Document
Bidders to submit above documents duly signed & stamped along with deviation sheet (if any) as token of acceptance.
38 Whether any of the Directors of Bidder is a relative of any Director of BPCL/TCE or the Bidder is a firm in which any Director of BPCL/TCE or his relative is a Partner or the Bidder is a private company in which any director of BPCL/TCE is a member or Director.
YES/NO
If YES, Please specify.
39 Please confirm you have not been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited or Tata Consulting Engineers Limited.
Please confirm that you have filled in, signed and attached the enclosed “Proforma of Declaration of Black Listing / Holiday Listing” along with your un-priced offer.
Confirmed Not black listed or put on holiday list.
Confirmed Black listed or Put on holiday list as indicated in
Declaration of Black Listing / Holiday Listing Furnished
40 Confirm that all deviations to Technical Specifications have been indicated on a separate deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.
Separate Technical Deviations Sheet submitted
41 Confirm that all commercial deviations to Tender Conditions, GPC, SPC have been indicated on a separate commercial deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.
Separate Commercial Deviations Sheet submitted
42 All commercial deviations to Tender Conditions, GPC, and SPC will result in loading of the quoted price as indicated in special purchase conditions.
Noted
43 Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.
Confirmed & Accepted
44 Confirm readiness for signing of integrity pact without any deviations in the event of sending your offer.
Confirmed
45 Spare Parts :
a) Confirm item-wise unit price (FOB) of recommended
Noted & Confirmed
PART I Page 134 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – IMPORTED
MATERIAL & EQUIPMENT
SHEET 6 OF 6 OF 4
ISSUE R1
Sr. No.
Description Bidder’s Confirmation
spare parts for two years as required in enquiry have been quoted separately indicating itemised quantity. b) BPCL reserves the right to place order for 2 years spares separately, as such, confirm validity of 2 years spares up to six months from contractual delivery period of the equipment(s). c) Confirm that the prices of commissioning and start-up spares as required in the enquiry are included in the quoted equipment prices
(Signature of Bidder with Company seal)
Name of the Authorised Signatory :
Designation :
Date :
PART I Page 135 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 1 OF 5 OF 4
Bidder’s Name: ________________________________
Enquiry No.: ________________________________
Bidder’s Offer Ref.: ________________________________
Tel. No.: _____________________Mobile No.:________________
Fax No.: ____________________
Contact Person: _____________________E-mail: ____________________
1. Duly signed & stamped copies of this “questionnaire”, with all the clauses duly confirmed/ precisely replied to by the Bidder, shall be enclosed with each and every set of Bidder’s un-priced quotation.
2. Failure on the part of Bidder in not returning this duly filled-up “questionnaire with all the sets of un-priced quotation and/or submitting incomplete replies may lead to rejection of Bidder’s quotation”.
Sr. No.
Description Bidder’s Confirmation
1 Bid rejection criteria:
Bidders shall note the bid rejection criteria as indicated in ITB. Provisions of these clauses must be adhered to without any deviations, failing which the bid shall be considered to be non-responsive and may be rejected.
Noted
2 Bid Validity period: Confirm Offer validity of FOUR MONTHS from final bid due date.
Confirmed / Not Confirmed refer deviation sheet
Validity: ___Months from bid due date.
3 Defects Liability Period: Confirm acceptance of defect liability period clause as indicated in Special Purchase Conditions.
Noted & Confirmed
4 Performance Bank Guarantee: Confirm acceptance of performance guarantee clause as indicated in Special Purchase Conditions & General Purchase Conditions.
(Applicable for order value of Rs. 10.00 lakhs and above.)
Noted & Confirmed
5 Time Schedule - Delivery Period Noted & Confirmed
6 Technical and Commercial Loading: Bidders shall note loading criteria as mentioned in the Special Purchase Conditions (SPC)
Noted
7 Payment Terms: Confirm acceptance of payment terms as indicated in “Terms of Payment”.
Accepted / Not accepted refer deviation sheet
8 Prices have been furnished as per “Format For Submitting Price” indicated in Schedule of Price.
Noted & Confirmed
PART I Page 136 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 2 OF 5 OF 4
Sr. No.
Description Bidder’s Confirmation
9 Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.
Noted & Confirmed
10 Confirm that the prices quoted are inclusive of packing & forwarding charges.
Noted & Confirmed
11 Confirm that Prices quoted are on FOT Despatch point basis Confirmed
12 Material is required at BPCL warehouse/site on door delivery basis.
Accepted / Not accepted refer deviation sheet
13 Specify Dispatch Point Material shall be dispatched from :
State:
14 Transit risk insurance shall be covered by BPCL and the same has not been included in the quoted prices.
Noted and Confirmed
15 Freight charges: Bidders to include freight charges in quoted price.
Noted and Confirmed
16 Octroi Charges: Bidders to include Octroi Charges & Octroi Service Charges in quoted price.
Noted and Confirmed
17 Taxes & Duties: Any differential in taxes and duties will be cost loaded on case to case basis. However, if a supplier states that taxes/duties are not applicable at present and will be charged as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable as on the date of price evaluation.
Accepted / Not accepted refer deviation sheet
18 Excise Duty: a. Tarrif sub heading no.
b. Present rate of Excise Duty payable extra on finished products (including spares),
c. Maximum rate applicable (If present rate is nil or concessional)
19 Please indicate following break-up
a. Cenvatable Excise Duty
b. Non Cenvatable Excise Duty
20 Only statutory variations, if any, in the present rate of excise duty, up to the contractual delivery period shall be to Owner’s account subject to documentary evidence to be furnished by the Bidder.
Accepted
PART I Page 137 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 3 OF 5 OF 4
Sr. No.
Description Bidder’s Confirmation
21 Any variation in Excise duty at the time of supplies for any reasons, other than statutory including variations due to turnover, shall be borne by Bidder.
Accepted
22 Material supplied will be eligible for CENVAT Credit and Bidder shall furnish all documents as required to avail the same.
Accepted
23 Sales tax payable extra, Specify CST/ MVAT and the present rate applicable
CST: ______% against Form C
MVAT: _____ %
24 In case of CST, C form shall be provided. In case of MVAT, no concessional form shall be provided.
Noted
25 Only statutory variations, if any, in the present rate of CST/MVAT, upto contractual delivery period shall be to Owner’s account subject to documentary evidence to be furnished by the Bidder.
Accepted
26 If CST/MVAT is not applicable at present due to any reason, the same shall be borne by Bidder if it becomes applicable later.
Accepted
27 Any new or additional taxes/ duties and any increase in the existing taxes/duties imposed after contractual delivery shall be to Bidder’s account whereas any corresponding decrease shall be passed on to the Owner.
Accepted
28 Confirm that the prices quoted are without any price variation clause
Noted & Confirmed
29 Testing and Inspection charges: Goods and services are subject to stage wise and final inspection by Owner/ TCE for which no extra charges shall be payable by Owner. Travel, living and personnel expenses of Owner’s inspectors shall be borne by Owner. Travel, living and personnel expenses of TCE’s inspectors shall be borne by TCE. All built in import content shall be subjected to inspection by Third Party Inspection Agency nominated by BPCL for which charges are included in quoted prices and no additional charges will be paid by Owner.
Noted & accepted
30 Quoted prices are inclusive of all testing and inspection charges
Confirmed
31 Supervision Charges: Confirm that the per diem rate quoted for supervision / on site training (if applicable) are inclusive of to & fro charges, local transport charges, lodging & boarding charges.
Confirmed
32 Spare Parts : Noted & Confirmed.
PART I Page 138 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 4 OF 5 OF 4
Sr. No.
Description Bidder’s Confirmation
a) Confirm item-wise unit price of recommended spare parts for two years as required in enquiry have been quoted separately indicating itemised quantity,
b) Confirm firm freight charges have been included in quoted price for 2 years spares,
c) BPCL reserves the right to place order for 2 years spares separately, as such, confirm validity of 2 years spares up to six months from the contractual delivery period of the equipment(s).
d) Confirm that the prices of Mandatory Spares, Special Tools & Tackles and Commissioning spares as required in the Tender Document are included in the Total Lumpsum Price.
33 Delayed Delivery:
Confirm acceptance of Delayed Delivery Clause as indicated in Special Purchase Conditions (SPC).
Accepted / Not accepted refer deviation sheet
34 Force Majure Clause:
Confirm acceptance of Force Majure Clause as indicated in General Purchase Conditions (GPC).
Noted & Confirmed.
35 Arbitration Clause:
Confirm acceptance of Arbitration Clause as indicated in General Purchase Conditions (GPC).
Noted & Confirmed.
36 Acceptance of all other terms & conditions as per attached :
a) General Purchase Conditions,
b) Special Purchase Conditions
c) Instructions to bidders,
d) Terms & Conditions for Supervision of Erection & Commissioning (if applicable)
e) Terms & Conditions for Site work(if applicable)
f) Any other terms & conditions as per Tender Document
Bidders to submit above documents duly signed & stamped along with deviation sheet (if any) as token of acceptance.
Accepted
OR
Accepted with deviations as indicated in separate deviation sheet.
37 Whether any of the Directors of Bidder is a relative of any Director of BPCL/TCE or the Bidder is a firm in which any Director of BPCL/TCE or his relative is a Partner or the Bidder is a private company in which any director of BPCL/TCE is a member or Director.
YES / NO
If YES, Please Specify.
38 Please confirm you have not been placed on black list or holiday list declared by Bharat Petroleum Corporation Limited
Confirmed Not black listed or put on holiday list.
PART I Page 139 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-B-610-024 COMMERCIAL QUESTIONNAIRE – INDIGENOUS
MATERIAL & EQUIPMENT
SHEET 5 OF 5 OF 4
Sr. No.
Description Bidder’s Confirmation
or Tata Consulting Engineers Limited.
Please confirm that you have filled in, signed and attached the enclosed “Proforma of Declaration of Black Listing / Holiday Listing” along with your un-priced offer.
Confirmed Black listed or Put on holiday list as indicated in Declaration of Black Listing / Holiday Listing Furnished
39 Confirm that all deviations to Technical Specifications have been indicated on a separate deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.
Separate Technical Deviations Sheet submitted
40 Confirm that all deviations to Tender Conditions, GPC, and SPC have been indicated on a separate deviation sheet. Any deviation indicated in bid elsewhere other than Deviation Sheet shall not be considered.
Separate Commercial Deviations Sheet submitted
41 All commercial deviations to Tender Conditions, GPC, and SPC will result in loading of the quoted price as indicated in Special Purchase Conditions (SPC).
Confirmed & Accepted
42 Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.
Confirmed & Accepted
43 Confirm readiness for signing of integrity pact without any deviations in the event of sending your offer.
Confirmed
(Signature of Bidder with Company seal)
Name of the Authorised Signatory :
Designation :
Date :
PART I Page 140 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 1 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
1.0 SCOPE This specification covers the requirements to be followed by the VENDOR/
CONTRACTOR while submitting Drawings, Engineering Documents and Instruction Manuals
2.0 DRAWINGS AND DOCUMENTS 2.1 All drawings and documents submitted by the VENDOR/CONTRACTOR
including those submitted at the time of bid shall be with sufficient detail to indicate the type, size, arrangement, weight of each component, breakdown for packing and shipment, the external connections, fixing arrangements required, the dimensions required for installation and interconnection with other equipment and materials, clearance and spaces required between various portions of equipment and any other information specifically requested in the enquiry document.
2.2 Each drawing and document submitted by the VENDOR/CONTRACTOR shall
be clearly marked with the following details. (a) Name of the PURCHASER (b) Name of the CONSULTANT (c) Project Title including (if applicable) number of units and unit numbers (d) Purchase Order Number/Contract Number (e) Title of the Drawing or Document clearly identifying the system,
equipment or part (f) Drawing or Document Revision Number and Date of Revision (g) Space for PURCHASER/CONSULTANT's Drawing Number (h) Name of the VENDOR/CONTRACTOR (i) In case of SUB-VENDOR/SUB-CONTRACTOR or MANUFACTURER's
drawing, name of the SUB-VENDOR/SUB-CONTRACTOR or MANUFACTURER shall be incorporated.
(j) Drawings and documents shall be duly signed in ‘checked’ and
‘approved’ columns. (k) Scale to which the drawing is drawn (l) Cross references to all relevant drawings and documents (m) All relevant notes to the drawings and documents. All notes necessary
for understanding and execution of work shown on a drawing or document shall be presented on the same drawing or document.
PART I Page 141 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 2 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
(n) All legends to all notations (o) Details of revisions carried out as mentioned in para 2.13 below (p) Bill of materials shall be tabulated, wherever required. (q) All titles, notings, markings and writings on the drawing shall be in
English. (r) All the dimensions shall be in metric units. (s) If standard catalogues are submitted, the applicable items shall be
highlighted therein. 2.3 CATEGORISATION OF DRAWINGS AND DOCUMENTS 2.3.1 The drawings and documents submitted by the VENDOR/CONTRACTOR are
generally categorised under the following three heads: (a) Drawings and documents which are to be reviewed and approved
(Category FA) (b) Drawings and documents which are to be reviewed and commented
but are not for approval (Category FR). (c) Drawings and documents which are for information and records only
(Category FI) 2.3.2 The category of each drawing and document shall be decided by the
PURCHASER/CONSULTANT. 2.4 LIST OF DRAWINGS AND DOCUMENTS On the issue of Purchase Order or Award of Contract, the VENDOR/
CONTRACTOR shall furnish a detailed drawing and document schedule with descriptive title and expected dates of submission within the time as specified in the enquiry document. The categorisation of drawings and documents as per para 2.3.1 above shall be marked by the PURCHASER/CONSULTANT on the Drawing and Document Schedule. The VENDOR/CONTRACTOR shall incorporate these details and submit revised schedules. This schedule shall be revised and drawings and documents added, as necessary, during the progress of work with the concurrence of the PURCHASER/CONSULTANT.
2.5 QUALITY OF DRAWINGS AND DOCUMENTS 2.5.1 The VENDOR/CONTRACTOR shall prepare all necessary detailed drawings,
documents and designs etc., giving full and complete information to enable the PURCHASER/CONSULTANT to properly review the design of work.
2.5.2 Drawings and documents shall be fully legible and drawn in ink and all writing
shall be clearly printed or stencilled.
PART I Page 142 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 3 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
2.5.3 Reproduced drawings shall be clear and legible with no background shade. Sections and details of points of the work shall be shown on the same drawing of the work to which these relate.
2.5.4 Drawings and their title blocks shall be properly drawn, prepared and printed to
the approval of the PURCHASER/CONSULTANT. 2.5.5 Drawings poorly drafted or engineered or without signatures in checked and
approval columns will be returned to the VENDOR/CONTRACTOR without review, for necessary action.
2.6 DRAWINGS AND DOCUMENTS BY SUB-VENDORS/SUB-CONTRACTORS Drawings and documents provided by the SUB-VENDORS/SUB-
CONTRACTORS shall be checked thoroughly by the VENDOR/ CONTRACTOR with special regard to measurements, size of components, material and details to satisfy himself that they conform to the requirements and to the intent of the enquiry document and the VENDOR/CONTRACTOR shall place thereon his signature and the date of his approval before submitting the same to the PURCHASER/CONSULTANT. Drawings and documents found to be inaccurate or otherwise in error shall be returned to the VENDOR/ CONTRACTOR for corrections.
2.7 DESIGN CALCULATIONS The VENDOR/CONTRACTOR shall generally furnish the following information. 2.7.1 Manual Design Calculations (a) Input data and source of information (b) Design criteria to satisfy statutory requirements (c) Formulae used and references for the same (d) Assumptions made. Assumptions made based on experience shall be
clearly mentioned. (e) Latest applicable National/International Codes and Standards. The
Codes and Standards shall be referred to with year of publication, revision number, amendment/addenda.
(f) Reference drawings and documents along with their revision numbers (g) Final results, conclusions and recommendations. 2.7.2 Analysis and Design Calculations using Computers (a) VENDOR/CONTRACTOR shall use accredited and validated software
and the same shall be indicated.
PART I Page 143 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 4 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
(b) Modelling, wherever applicable (c) All information as called for in para 2.7.1 above 2.8 SEQUENCE OF SUBMISSION OF DRAWINGS AND DOCUMENTS 2.8.1 Drawings and documents shall be submitted without delay in line with the
agreed schedule as per para 2.4 above. Number of copies submitted to the PURCHASER/CONSULTANT shall be as per the distribution schedule in Section-F of the enquiry document.
2.8.2 The sequence of submission of drawings and documents shall be such that all
information or data is available for reviewing each drawing and document when it is received.
2.8.3 Revised drawings and documents shall be immediately re-submitted for
approval unless directed otherwise by the PURCHASER/CONSULTANT. 2.8.4 Drawings and documents submitted out of sequence will be returned to the
CONTRACTOR without review for re-submission as per the sequence of drawing and document submission.
2.9 The PURCHASER/CONSULTANT shall have the right at all reasonable times to
see at the work place of the VENDOR/CONTRACTOR, all drawings and documents of any portion of the work.
2.10 The drawings and documents submitted by the VENDOR/CONTRACTOR shall
be reviewed by the PURCHASER/CONSULTANT as far as practicable within four (4) weeks and shall be marked up with comments, if any.
One print of such drawings and documents shall be returned to the VENDOR/
CONTRACTOR duly signed by the PURCHASER/CONSULTANT clearly identifying the review status of the drawing or document.
The VENDOR/CONTRACTOR shall incorporate such modifications and/or
corrections and submit the final drawings and documents for approval. If the VENDOR/CONTRACTOR is unable to incorporate comments in his
drawings or documents, he shall clearly state in his forwarding letter such non-compliance along with valid reasons.
Any delays arising out of failure by the VENDOR/CONTRACTOR to rectify the
drawings and documents to the satisfaction of the PURCHASER/ CONSULTANT in good time shall not alter the CONTRACT completion date.
2.11 Further work by the VENDOR/CONTRACTOR shall be in strict accordance
with these drawings and documents and no deviations shall be permitted without the written approval of the PURCHASER/CONSULTANT.
PART I Page 144 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 5 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
2.12 The PURCHASER/CONSULTANT's approval of the VENDOR/ CONTRACTOR’s and SUB-VENDOR’s/CONTRACTOR’s drawings and documents shall not relieve the VENDOR/CONTRACTOR from his responsibility for errors or omissions which may exist, even though work is done in accordance with such approved drawings and documents. When such errors or omissions are discovered later, these shall be made good by the VENDOR/ CONTRACTOR at his expense irrespective of any approval of the PURCHASER/CONSULTANT.
2.13 REVISION OF DRAWINGS AND DOCUMENTS 2.13.1 For all revisions of the drawings and documents, the VENDOR/CONTRACTOR
shall ensure that all revisions are clearly encircled with revision numbers marked on the drawings and documents.
2.13.2 The VENDOR/CONTRACTOR shall also ensure that general details of revisions
are indicated for each revision in the revision block of the drawing or document along with the date and signed by the approving authority.
2.14 Any manufacturing and fabrication work carried out prior to the approval of the
drawings and documents shall be at the VENDOR’s/CONTRACTOR's own risk and expenses.
2.15 Final drawings and documents of the work as completed ('As-Built' drawings)
shall be prepared by the VENDOR/CONTRACTOR and forwarded to the PURCHASER/CONSULTANT.
'As-Built' drawings and documents shall be submitted within three (3) months of
the issue of the Provisional Acceptance Certificate. 2.16 REPRODUCIBLES 2.16.1 Reproducibles, where called for in the distribution schedule in Section F of the
Enquiry Document shall be submitted after the approval of drawings and documents.
2.16.2 Upon completion of the installation, the VENDOR/CONTRACTOR shall furnish
a complete set of drawings and documents on reproducible tracing. The VENDOR/CONTRACTOR shall make in a neat and accurate manner, a complete record of all changes and revisions to the original design, as installed in the completed work. These drawings and documents shall be submitted to the PURCHASER/CONSULTANT for records and these become the property of the PURCHASER.
2.16.3 In case the drawings and documents are prepared using drafting software,
original floppy or compact disc shall be submitted. In addition drawings and documents on Kilburn reproducible tracings film or equivalent shall be submitted as called for in the enquiry document.
PART I Page 145 of 169
SPEC. NO. TCE.M4-903
TATA CONSULTING ENGINEERS LIMITED SECTION: E
DRAWINGS, ENGINEERING DOCUMENTS AND INSTRUCTION MANUALS
SHEET 6 OF 6
ISSUE R5
TCE FORM NO. 329 R5 FILE NAME: M4903R5.DOC
3.0 ENGINEERING DATA 3.1 The furnishing of engineering data by the VENDOR/CONTRACTOR shall be in
accordance with the schedule for each set of equipment as specified in the technical specifications and the same shall be in English Language and in metric units unless specified otherwise. The review of these data by the PURCHASER/CONSULTANT will cover only general conformance of the data to the specifications and documents interfaces with the equipment provided under the specifications, external connections, and of the dimensions which might affect plant layout. This review by the PURCHASER/CONSULTANT may not indicate a thorough review of all dimensions, quantities and details of the equipment, materials, any devices or items indicated or the accuracy of the information submitted. This review and/or approval by the PURCHASER/ CONSULTANT shall not be construed by the VENDOR/CONTRACTOR, as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements, specified under these specifications and documents.
3.2 All engineering data submitted by the VENDOR/CONTRACTOR after final
process including review and approval by the PURCHASER/CONSULTANT shall form part of the CONTRACT documents and the entire works covered under these specifications shall be performed in strict conformity, unless expressly advised otherwise by the PURCHASER/CONSULTANT in writing.
4.0 INSTRUCTION MANUALS 4.1 The VENDOR/CONTRACTOR shall submit to the PURCHASER/
CONSULTANT for their review, the preliminary instruction manuals for all the equipment, covered under the CONTRACT within the time agreed upon between the PURCHASER/CONSULTANT and the VENDOR/CONTRACTOR. The final instruction manuals complete in all respects shall be submitted by the VENDOR/CONTRACTOR within thirty (30) days before the first shipment of the equipment. The instruction manuals shall contain full details and As-Built drawings for all the equipment furnished, the erection procedures, testing procedures, operation and maintenance procedures of the equipment and the same shall be written in English Language unless specified otherwise in the enquiry document. Each manual shall also include a complete set of approved/as-built drawings together with performance/rating curves of the equipment and test certificates where applicable. These instruction manuals shall be submitted in the form of one (1) reproducible original and number of copies shall be as per Section F of the Enquiry Document.
4.2 If, after the commissioning and initial operation of the plant, the instruction
manuals require any modification/additions/changes, the same shall be incorporated and the updated final instruction manuals shall be submitted in the form of one (1) reproducible original and number of copies shall be as per Section-F of the enquiry document.
PART I Page 146 of 169
SPEC. NO. TCE.M4-907
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 1 OF 2
ISSUE R7
TCE FORM NO. 329 R5 FILE NAME: M4907R7.DOC
1.0 GENERAL 1.1 All spares and maintenance tools and tackles shall be designed to enable
maintenance to be carried out in the least time and at the least cost and support resources without affecting the performance and safety aspects.
1.2 For all major equipment including pumps, fans, drives, heat exchangers and
large valves etc., appropriate structural steel members shall be provided for mounting various handling devices which are necessary for the dismantling and re-assembly of the equipment components during maintenance.
1.3 All the spares and maintenance tools and tackles supplied shall be new and
unused. 1.4 The VENDOR/CONTRACTOR shall guarantee that before going out of
production of spares and maintenance tools and tackles for the equipment furnished, he shall give at least 12 months advance notice to the PURCHASER, so that the latter may order his requirement in one lot, if so desired.
2.0 SPARES The BIDDER shall include the following three (3) categories of spares in his
scope of supply. 2.1 START-UP AND COMMISSIONING SPARES Spares required for start-up and commissioning of the equipment, plant or
system shall be indicated by the BIDDER in TCE.M4-983 ‘Schedule of Start-up and Commissioning Spares’. Unit price and total price to be indicated in this schedule are for information only. Total value of such spares shall be included in the quoted price for supply or erection of the equipment, plant or system. For equipment, plant and system for which erection and commissioning is in the CONTRACTOR’s scope, quantity of spares actually used during the start-up and commissioning or its total value may be more than that indicated in the BID. No additional amount is payable to the CONTRACTOR on this account.
2.2 ESSENTIAL SPARES Essential spares are those, which are considered necessary by the
PURCHASER for three (3) years of trouble-free operation of the equipment, plant or system. These shall be as listed in data sheets A. The BIDDER shall include these in TCE.M4-981 ‘Schedule of Essential and Recommended Spares’. Total value of such spares shall not be included in the quoted price for supply or erection of the equipment, plant or system. This value shall be considered for the purpose of the BID evaluation.
2.3 RECOMMENDED SPAERS Recommended spares are those, which are considered necessary by the
BIDDER for three (3) years of trouble-free operation of the equipment, plant or system in addition to those, specified as ‘Essential Spares’ by the
PART I Page 147 of 169
SPEC. NO. TCE.M4-907
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 2 OF 2
ISSUE R7
TCE FORM NO. 329 R5 FILE NAME: M4907R7.DOC
PURCHASER. The BIDDER shall include such recommended spares in TCE.M4-981 ‘Schedule of Essential and Recommended Spares’. Total value of such spares shall not be included in the quoted price for supply or erection of the equipment, plant or system. This value shall be considered for the purpose of the BID evaluation.
2.4 All spares supplied shall be strictly inter-changeable with the parts for which
these are intended to be replacements. The spares shall be treated and packed for long term storage under the climatic conditions prevailing at the site e.g., small items shall be packed in sealed transparent plastic bags with desiccator packs as necessary.
2.5 Each spare shall be clearly marked or labelled on the outside of its packing with
its description and purpose. When more than one spare is packed in a single case, a general description of the contents shall be shown on the outside of such case and a detailed list enclosed. All cases, containers and other packages shall be suitably marked and numbered for the purposes of identification.
3.0 MAINTENANCE TOOLS AND TACKLES 3.1 The BIDDER shall indicate and include in his scope of supply all the necessary
tools, tackles, appliances and lifting devices for the effective maintenance and servicing of the equipment and its components. The BIDDER shall list the maintenance tools and tackles offered by him in TCE.M4-982 ‘Schedule of Maintenance Tools and Tackles’. The BIDDER shall also include and supply the minimum maintenance tools and tackles, as called for in section C and D of the Enquiry Document. PURCHASER reserves the right to exclude any of the above items from the VENDOR's/CONTRACTOR's scope of supply and effect price adjustments on the basis of the unit prices quoted. The despatch of tools, tackles, appliances and lifting devices shall be synchronised with the despatch of the related equipment.
3.2 Each tool and tackle shall be clearly marked with its size and purpose. Each set
of tools and tackles shall be suitably arranged in fitted boxes of mild steel construction, the number of boxes being determined in relation to the layout of the plant in question. The taps, stocks and dies shall be kept in approved mild steel boxes with compartments for individual items. If the weight of any box and its contents is such that it cannot be conveniently carried, it shall be supplied on steerable rubber tyred wheels.
3.3 Each tool box shall be provided with a lock and two keys and shall be painted
navy blue and clearly marked, in white letters, with the name of the equipment, plant or system.
3.4 The tools and tackles with the appropriate boxes, are to be handed over to the
PURCHASER at the time of issue of the taking-over certificate.
PART I Page 148 of 169
SPEC. NO. TCE.M4-908
TATA CONSULTING ENGINEERS LIMITED SECTION: E
TRAINING OF PURCHASER’S PERSONNEL SHEET 1 OF 1
ISSUE R6
TCE FORM NO. 329 R5 FILE NAME: M4908R6.DOC
1.0 The VENDOR/CONTRACTOR shall train the PURCHASER's engineering personnel in the shops, where the equipment will be manufactured and/or in their collaborator's works and where possible, in any other plant or site where equipment manufactured by the VENDOR/CONTRACTOR or his collaborator is under installation or test to enable those personnel to become familiar with the equipment being furnished by the VENDOR/CONTRACTOR.
2.0 The period of training shall be adequate and mutually agreed upon by the
PURCHASER and the VENDOR/CONTRACTOR. 3.0 The training shall be so oriented as to make the PURCHASER's personnel
proficient in operating the equipment. 4.0 The PURCHASER's personnel shall also be trained for routine maintenance
work and lubrication, overhauling, adjustments, testing and replacement procedures to be adopted for the equipment offered.
5.0 The VENDOR/CONTRACTOR shall train the PURCHASER's personnel in
carrying out minor repairs, during the operation of the equipment. 6.0 The charges for training the PURCHASER's personnel, if any, shall be included
in the price for supply, erection, testing and commissioning.
PART I Page 149 of 169
SPEC. NO. TCE.M4-914
TATA CONSULTING ENGINEERS LIMITED SECTION: E
PROGRESS SCHEDULE AND REPORTS SHEET 1 OF 3
ISSUE R7
TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC
1.0 SCOPE This specification covers general requirements of planning and scheduling of
work and progress reporting by the VENDOR/CONTRACTOR. 2.0 PLANNING AND SCHEDULING OF WORK 2.1 Within a period of two weeks from the date of issue of LETTER OF
INTENT/PURCHASE ORDER/AWARD OF CONTRACT the VENDOR/ CONTRACTOR shall furnish documents as indicated at para 2.2 below, to the PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall furnish the dates of manufacture, testing, despatch, completion of erection and commissioning or stages of work. Work shall be divided into parts and items, showing the order to be adopted for the execution and ensuring that periods do not exceed the periods indicated in the LETTER OF INTENT/PURCHASE ORDER/CONTRACT.
2.2 NETWORK SCHEDULE OR LINKED BAR CHART The VENDOR/CONTRACTOR shall submit the Network Schedule or Linked Bar
Chart for his portion of supply or erection work to the PURCHASER/ CONSULTANT showing the logic and period of execution of activities for review and approval.
2.2.1 EQUIPMENT SUPPLY (a) Commencement and completion of submission of final design data,
specifications and calculations (b) Commencement and completion of submission of drawings of various
categories (c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of the
PURCHASE ORDER 2.2.2 EQUIPMENT SUPPLY AND ERECTION CONTRACT (a) Commencement and completion of submission of final design data,
specifications and calculations (b) Commencement and completion of submission of drawings of various
categories
PART I Page 150 of 169
SPEC. NO. TCE.M4-914
TATA CONSULTING ENGINEERS LIMITED SECTION: E
PROGRESS SCHEDULE AND REPORTS SHEET 2 OF 3
ISSUE R7
TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC
(c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of
the PURCHASE ORDER/CONTRACT (h) Commencement of preliminary works (i) Detailed stages of construction and erection for each equipment,
structure and system (j) Resources such as labour, material and equipment etc. planned to be
mobilised (k) Commissioning of all major systems 2.2.3 WORKS CONTRACT (a) Commencement and completion of submission of final design data,
specifications and calculations (b) Commencement and completion of submission of drawings of various
categories (c) Procurement of raw materials and bought out items (d) Manufacturing process indicating all major stages (e) Shop inspection and testing indicating all inspection and tests (f) Shipment indicating each planned shipment (g) Other major key activities considered to be critical to the progress of
the PURCHASE ORDER/CONTRACT (h) Commencement of preliminary works (i) Detailed stages of construction and erection for each equipment,
structure and system (j) Resources such as labour, material and equipment etc. planned to be
mobilised (k) Commissioning of all major systems (l) Phased requirement of bulk materials, if supplied by the PURCHASER
PART I Page 151 of 169
SPEC. NO. TCE.M4-914
TATA CONSULTING ENGINEERS LIMITED SECTION: E
PROGRESS SCHEDULE AND REPORTS SHEET 3 OF 3
ISSUE R7
TCE FORM NO. 329 R5 FILE NAME: M4914R7.DOC
(m) Cash flow, if required by the PURCHASER/CONSULTANT 2.3 Appropriate time shall be allocated for the approval of the documents and
inspection of the equipment by the PURCHASER/CONSULTANT. Such time periods shall be indicated in the Network Schedule or Linked Bar Chart.
2.4 Work shall be carried out in line with the Network Schedule or Linked Bar Chart
approved by the PURCHASER/CONSULTANT. The Network Schedule or Linked Bar Chart shall be updated every month or at a frequency mutually agreed upon.
2.5 Major milestones and completion dates as indicated in the approved Network
Schedule or Linked Bar Chart shall not be amended unless the consent of the PURCHASER/CONSULTANT has been obtained.
2.6 Progress meetings shall be held at regular intervals and latest updated and
approved Network Schedule or Linked Bar Chart shall be the basis for discussion. Responsible representatives of the VENDOR/CONTRACTOR and the PURCHASER/CONSULTANT shall attend the meeting.
3.0 PROGRESS REPORTS 3.1 During manufacture or the execution of the PURCHASE ORDER/CONTRACT
the VENDOR/CONTRACTOR shall furnish monthly progress reports to the PURCHASER/CONSULTANT in a format as specified by the PURCHASER/ CONSULTANT. The report shall indicate the progress achieved during the month and total progress up to the month as against scheduled progress. Anticipated completion dates in respect of key phases of work such as release of drawings for fabrication, procurement of raw material, fabrication, inspection, testing and shipment shall be indicated.
3.2 Corrective action for the slippage, if any, in the schedule shall be highlighted in
the progress report. 3.3 After the site work or erection has commenced, the VENDOR/CONTRACTOR
shall provide the PURCHASER/CONSULTANT, at regular intervals, the detailed reports on the progress of all works under the CONTRACT. In case of erection, of critical items, VENDOR/CONTRACTOR shall submit a document indicating the proposed erection scheme with complete details of erection planning and resources proposed to be used for review and approval by PURCHASER/ CONSULTANT. The VENDOR/CONTRACTOR shall submit photographs showing the progress of work at the time and in the manner specified by the PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall provide the PURCHASER/CONSULTANT, with daily reports giving the number of labourers, skilled workers, supervisory staff and major construction equipment - his own as well as the SUB-VENDOR’s/SUB-CONTRACTOR’s employed by him, in addition to their locations at the work site.
PART I Page 152 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-954 Schedule of Distribution of Drawings and Documents
SHEET 1 OF 2 OF 4
Document Description BPCL TCE
TCE Site
Supplier / Contractors
TCE Progress Reports, General Correspondence 2 S 1 -
TCE Site Progress Reports 1 1 S -
Concept Notes
Preliminary
Final
2
2
S
S
-
-
-
-
Design Drawings from TCE to BPCL
Preliminary 'P' issues
'R' issues for Site execution / installation
As-Built’ drawings
2
2 (**)
3 + 1CD
S
S
S
2
1(**)
-
2
2(**)
-
Tender Specification
Draft
Final
3
5
S
S
-
-
-
-
Purchase order from BPCL to contractors
Final
S
1
1
2
General Correspondence from contractors
Commercial
Technical
1 1
1 1
1 1
S S
General Correspondence to Contractor
From TCE
From BPCL
1 S
S
1
1 1
1 1
General Correspondence from TCE site to
Site Contractor
BPCL
1
1
1
1
S S
1 -
Vendor Documents / drawings
1st Submission
Subsequent revisions
Final approved drawings
As-built drawings
2(*)
2(*)
4#
2
3(*)
3(*)
2
1
-
-
-
-
S
S
S
S
Operation / Maintenance Manuals by
Preliminary
Final
3(*)
3
3 (*)
1
1
1
S
S
PART I Page 153 of 169
SPEC.NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079A-954 Schedule of Distribution of Drawings and Documents
SHEET 2 OF 2 OF 4
Document Description BPCL TCE
TCE Site
Supplier / Contractors
Inspection / Expediting Reports 3 S 1 -
Test & Evaluation reports and Commissioning Reports
3 S 1 -
Marked up for As-Built drawings
from contractor
- - 2 S
NOTES * - TCE shall review the drawings and stamp with comments and send the commented copies to BPCL and Vendor. * * - BPCL will send one copy of signed and stamped drawing released to site for construction to TCE design office, one copy to TCE site and two copies to Cotnractor. # Vendor shall provide 4 hard copies and 2 soft copies (editable version) of the final drawings and documents for BPCL’s reference and records. LEGENDS S = Source, CD = compact disc
PART I Page 154 of 169
TCE.6079A-B-610-024 TATA CONSULTING ENGINEERS LIMITED
SHEET 1 OF 3
SCHEDULE OF MANDATORY SPARES
ISSUE
R0
SCHEDULE OF MANDATORY SPARES
(INCLUSIVE OF TRANSPORTATION CHARGES)
Sl.No DESCRIPTION QTY in set
A Mandatory spares
1 Set of Impellers(Full Dia) 1
2 Shaft with Keys 1
3 Set of Interstage Shaft Sleeves 1
4 Set of Case Wear rings 1
5 Set of Impeller Wear rings 1
6 Set of Gaskets & O rings(Except for Mech.seal) 2
7 Set of Interstage bushings 1
8
Set of Mechanical Seals along with Shaft sleeves under seals with gland plates for Cartride seals/without gland plage for other seals(DE+NDE) 1
9 Set of Labyrinths for bearing housing 1
10 Set of bearing guards 2
11 Complete coupling assembly with finished bore 1
B Two years operational spares
1 Set of Casing gaskets 4
2 One set of secondary packings for Mechanical seal(Set=Full quantity for pump) 1
3 One set of seal faces for Mechanical seal includings bellows if applicable(Set=Full quantity for Pump) 1
4 One set of flexible elements for coupling 1
5 One set of coupling fasteners for coupling 1
6 Set of Constant Oil levelers for Bearing housing 2
PART I Page 155 of 169
TCE.6079A-B-610-024 TATA CONSULTING ENGINEERS LIMITED
SHEET 2 OF 3
SCHEDULE OF MANDATORY SPARES
ISSUE
R0
Sl.No DESCRIPTION QTY in set
A Steam Turbine
1 Complete Turbine Rotor assembly dynamically balanced and over speed tested.(With permanent metallic storage container with Nitrogen blanketing) 1
2 Journal Bearing(NDE) 1
3 Journal Bearing(DE) 1
4 Set of Thrust Bearing 1
5 Complete set of Shaft seals 2
6 Set of Gaskets/O-rings 2
7 Set of Labyrinths for Bearing Housings 1
8 Set of Coupling 1
9 Sealing compounds for casing joints *Suitable for as many applications 2
10 Assembly of Hydraulic Governor/Actuator 1
11 Set of stem packing for control valves 1
12 Set of stem packing for Steam inlet valve 1
B Lube Oil pumps (Main+Stand by): Centrifugal/Screw Pump
1 Complete bare Main Pump assembly 1
2 Complete bare Stand by pump assembly 1
3 Set of Mechanical seal for Main Pump 1
4 Set of Mechanical seal for Stand by Pump 2
5 Coupling for Stand by Pump 1
6 Coupling for Main Oil Pump 1
7 Lube Oil filter cartridge with set of gaskets 4
8 Suction strainer for Lube Oil Pumps 1
GEAR BOX (SPECIAL/GENERAL PURPOSE)
S.No PART DESCRIPTION Quantity Required in set
PART I Page 156 of 169
TCE.6079A-B-610-024 TATA CONSULTING ENGINEERS LIMITED
SHEET 3 OF 3
SCHEDULE OF MANDATORY SPARES
ISSUE
R0
Sl.No DESCRIPTION QTY in set
1 Set of High Speed & Low Speed Gears and Shaft assembly 1
2 Set of Radial Bearings 1
3 Set of Thrust bearings 1
4 Set of Labyrinths, Oil seals 1
5 Set of Gaskets/O-rings 1
6 Complete Bare Lube Oil Pump 1
7 Coupling for Lube Oil Pump 1
8 Mechanical Seal for Lube Oil Pump-if applicable 2
Note: 1. The word one set means the quantity required for full replacement of that part in one machine.
2. In case any spare which is listed in the checklist is not applicable due to specific construction/design of the equipment, the same shall be highlighted as ‘Not
Applicable’ against that spare supported with proper technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions, material of construction & heat treatment.
4. Instrumentation spares to be provided as per Mandatory spare philosophy indicated in the Instrumentation Section.
PART I Page 157 of 169
TCE.6079A-B-610-
024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SCHEDULE OF PERFORMANCE GUARANTEE SHEET 1 OF 4
1.0 PERFORMANCE GUARANTEES & TESTS
1.1 The CONTRACTOR shall guarantee that materials and operation of the system
shall meet the requirements of this specification.
1.2 The CONTRACTOR shall guarantee satisfactory performance of the Cooling
water pumps and turbine under the specified properties of water.
1.3 The CONTRACTOR shall guarantee satisfactory performance of the proposed
cooling water pumps with following discharge parameters:
Sl. No. DESCRIPTION UNIT SPECIFICATION
COOLING WATER PUMPS
1 Flow rate m3/hr 3920
2 Differential Head MLC 51
2.0 PERFORMANCE TESTS
2.1 The CONTRACTOR shall conduct the performance test of the pumps after
commissioning within the guarantee period.
2.2 It is the responsibility of the CONTRACTOR to conduct the performance test and
also arrange for all instruments with calibration certificates and equipment to
conduct the required guarantee tests of the Centrifugal pumps & turbines.
2.3 After the system has been stabilized by the vendor during trial run, the vendor
shall conduct a performance guarantee test run for the complete system prior to
handing over the plant to the owner. The procedure for performance testing shall
be submitted to the owner / consultant for review and shall be mutually agreed.
2.4 CONTRACTOR shall furnish, after the award of Contract, the detailed test
procedure and suggested period of testing, for OWNER's review and approval.
3.0 BID EVALUATION
3.1 The BIDDER shall comply with the performance parameters wherever they are
specified in Data Sheets of this tender specification. No credit shall be given
during the Bid evaluation, if parameters better than those specified are offered
by the BIDDER.
3.2 BIDDER shall completely study all sections of this specification and indicate all
deviations in the Schedule of Deviations. If no deviations are indicated or except
for the deviations indicated in the Bid, it will be presumed that the Bid conforms
in all aspects to the specification and OWNER reserves the right to evaluate the
PART I Page 158 of 169
TCE.6079A-B-610-
024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SCHEDULE OF PERFORMANCE GUARANTEE SHEET 2 OF 4
Bid without any further reference to the BIDDER. It is binding on the part of
BIDDER to supply the equipment in accordance with the specification except for
the deviations accepted by the OWNER. No extra claims on this account will be
accepted after the award of the Contract
PART I Page 159 of 169
TCE.6079A-B-610-
024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SCHEDULE OF PERFORMANCE GUARANTEE SHEET 3 OF 4
SCHEDULE OF PERFORMANCE GUARANTEE FOR POWER
SUPPLIER shall furnish performance guarantee for all the continuously operating
rotating equipments in respect of all items listed in table below. Only the values
indicated in the Table will be considered for evaluation.
Also the values indicated in Table and the guaranteed performance curve will be
the basis for evaluation of the performance test by the PURCHASER and/or
acceptance of the compressor.
Values furnished by Bidder in this schedule shall alone be considered for Loading
during Bid Evaluation.
Bidder to fill individually for each centrifugal pump as applicable.
Sl. No Particulars Guaranteed value
A MOTOR DRIVEN PUMP
1 Rated head (excluding losses) MWC
2 Rated capacity at the specified rated conditions m3/h
3 Minimum guaranteed overall efficiency %
4 Minimum guaranteed motor efficiency %
5 Power input to pump at the rated head and capacity kW
6 Power input to pump motor at the rated head &
capacity
kW
7 Shut off Head of the pump MWC
8 Maximum value at peak to peak amplitude of
vibration on top if bearings of motor
mm
9 Noise level from 1 m of equipment dBA
B TURBINE DRIVEN PUMP
1 Shaft Output KW
2 Steam consumption rate T/hr
3 Turbine Internal Efficiency %
4 Bearing vibration level microns
5 Noise level from 1 m of equipment dBA
Note:-
a) No negative tolerance on item A and B
SIGNATURE ___________________________
NAME ___________________________
COMPANY SEAL DESIGNATION ___________________________
DATE ___________________________
PART I Page 160 of 169
TCE.6079A-B-610-
024
TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
SCHEDULE OF PERFORMANCE GUARANTEE SHEET 4 OF 4
GUARANTEE STATEMENT
The contractor shall give guarantees for Centrifugal pumps performance over
the following parameters:
Sl. No DESCRIPTION UNIT VALUE
COOLING Water Pumps
1 Flow rate m3/hr
2 Differential Head MLC
3 Noise dBA
4 NPSHR MLC
If the above guaranteed are not sustained on test, the contractor hereby
guarantees that he shall make good the deficiency in each every case by
altering and / or replacing the defective at no extra cost to the Purchaser.
SIGNATURE _____________________
NAME _____________________
COMPANY SEAL DESIGNATION _____________________
DATE _____________________
PART I Page 161 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 1 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
BID DOCUMENT NO: TCE.6079A-B-610-024
ITEM: COOLING WATER PUMPS
PROJECT : OFFSITES & UTILITIES FOR CCR / NHT UNIT
CLIENT : M/s. BHARAT PETROLEUM CORPORATION LIMITED
SUPPLIER’S BID REF _______________________________________ DT ______________
Sr. No. Description Form No
(A) INDIGENOUS BIDDERS:
1 Price Schedule for supply of Turbine driven Cooing water Pump SP-1
2 Price Schedule for supply of Motor driven Cooling water Pumps SP-2
3 Price Schedule for Recommended Spares for Two Years Operation & Maintenance SP-3
(B) FOREIGN BIDDERS:
4 Price Schedule for supply of Turbine driven Cooing water Pump SP-1A
5 Price Schedule for supply of Motor driven Cooling water Pumps SP-2A
6 Price Schedule for Recommended Spares for Two Years Operation & Maintenance SP-3A
PART I Page 162 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 2 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - INDIGENOUS (FORM SP-1)
BASIC PRICE FOR SUPPLY OF COOLING WATER PUMPS ASSEMBLY INCLUDING DESIGN / DETAIL ENGINEERING, MANUFACTURING , TESTING, MANDATORY SPARES, COMMISSIONING & START-UP SPARES, MAINTENANCE TOOLS & TACKLES, SPECIAL TOOLS AND TACKLES AND THIRD PARTY INSPECTION CHARGES FOR IMPORT CONTENT IF APPLICABLE, PACKING & FORWARDING CHARGES FOR THE FOLLOWING TAGS IN STRICT COMPLIANCE WITH TECHNICAL SPECIFICATION AND VARIOUS ATTACHMENTS / ENCLOSURES / ANNEXURE MENTIONED THEREIN, DATA SHEETS, STANDARDS, SPECIFICATIONS AND TO THE SATISFACTION OF THE ENGINEER-IN-CHARGE.
SL. No
ITEM DESCRIPTION QUANTITY UNIT RATE (Rs) AMOUNT (Rs)
A TAG NO. 143-P-401 A TURBINE DRIVEN COOLING WATER PUMP ASSEMBLY 1 SET
B EXCISE DUTY @ 10.3 % OF A
C CST @ _____ % AGAINST FORM C (% OF A+B) OR MVAT @ ____% (OF A+B)
D FREIGHT CHARGES @ _________% OF "A" FOR TAG NO. 143-P-401 A
E EXCISE DUTY ON FREIGHT@ ____________% OF D
F CST ON FREIGHT @_______% (OF D+E) OF MVAT @_______% (OF D+E)
G SERVICE TAX ON FREIGHT @________% OF D
H OCTROI @_________%
I OCTROI SERVICE CHARGES ( IN TERMS OF PERCENTAGE OF H i.e. OCTROI AMOUNT) __________%
J TOTAL (A+B+C+D+E+F+G+H+I)
K PER DIEM RATE FOR SUPERVISION OF ERECTION & COMMISSIONING (Rs. PER MANDAY)
L SERVICE TAX @ 10.3% (% OF K)
NOTE:
1) NO TAXES AND DUTIES OTHER THAN THOSE INDICATED ABOVE SHALL BE PAYABLE. 2) 10 DAYS FOR SUPERVISION OF ERECTION & COMMISSIONING SHALL BE CONSIDERED FOR PRICE EVALUATION.
PART I Page 163 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 3 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - INDIGENOUS (FORM SP-2)
BASIC PRICE FOR SUPPLY OF COOLING WATER PUMPS ASSEMBLY INCLUDING DESIGN / DETAIL ENGINEERING, MANUFACTURING , TESTING, MANDATORY SPARES, COMMISSIONING & START-UP SPARES, MAINTENANCE TOOLS & TACKLES, SPECIAL TOOLS AND TACKLES AND THIRD PARTY INSPECTION CHARGES FOR IMPORT CONTENT IF APPLICABLE, PACKING & FORWARDING CHARGES FOR THE FOLLOWING TAGS IN STRICT COMPLIANCE WITH TECHNICAL SPECIFICATION AND VARIOUS ATTACHMENTS / ENCLOSURES / ANNEXURE MENTIONED THEREIN, DATA SHEETS, STANDARDS, SPECIFICATIONS AND TO THE SATISFACTION OF THE ENGINEER-IN-CHARGE.
SL. No
ITEM DESCRIPTION QUANTITY UNIT RATE (Rs) AMOUNT (Rs)
A TAG NO. 143-P-401 B/C MOTOR DRIVEN COOLING WATER PUMPS ASSEMBLY 2 SETS
B EXCISE DUTY @ 10.3 % OF A
C CST @ _____ % AGAINST FORM C (% OF A+B) OR MVAT @ ____% (OF A+B)
D FREIGHT CHARGES @ _________% OF "A" FOR TAG NO. 143-P-401 B/C
E EXCISE DUTY ON FREIGHT@ ____________% OF D
F CST ON FREIGHT @_______% (OF D+E) OF MVAT @_______% (OF D+E)
G SERVICE TAX ON FREIGHT @________% OF D
H OCTROI @_________%
I OCTROI SERVICE CHARGES ( IN TERMS OF PERCENTAGE OF H i.e. OCTROI AMOUNT) __________%
J TOTAL (A+B+C+D+E+F+G+H+I)
K PER DIEM RATE FOR SUPERVISION OF ERECTION & COMMISSIONING (Rs. PER MANDAY)
L SERVICE TAX @ 10.3% (% OF K)
NOTE:
1) NO TAXES AND DUTIES OTHER THAN THOSE INDICATED ABOVE SHALL BE PAYABLE. 2) 10 DAYS FOR SUPERVISION OF ERECTION & COMMISSIONING SHALL BE CONSIDERED FOR PRICE EVALUATION.
PART I Page 164 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 4 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - INDIGENOUS (FORM SP-3)
RECOMMENDED SPARES FOR TWO YEARS OPERATION & MAINTENANCE (Bidder to use photocopy of this proforma to furnish tag wise details)
SL. No
ITEM DESCRIPTION / TAG NO. QUANTITY UNIT RATE (Rs) AMOUNT (Rs)
NOTE:
1) Vendor's quoted prices in Form SP-1 & 2 of price schedule shall be exclusive of the cost of recommended spares for two years operation. 2) Specify Firm Freight charges (payable extra) for two years spares @ ___________ % (applicable only in case of two years spares ordered separately)
3) Cenvatable Service Tax extra @ _________ % shall be applicable on above freight charges for two years spares.
4) Excise Duty (ED) applicable extra on two years spares @ __________ %
5) Central Sales Tax (CST) against Form C applicable extra on two years spares @ __________ %
6) MVAT, if applicable extra on two years spares @ __________ %
7) OCTROI @___________%
8) OCTROI SERVICE CHARGES @__________% OF OCTROI.
9) The above quoted Price should be valid up to six months after contract delivery period
PART I Page 165 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 5 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - FOREIGN (SP-1A)
BASIC PRICE FOR SUPPLY OF COOLING WATER PUMPS ASSEMBLY INCLUDING DESIGN / DETAIL ENGINEERING, MANUFACTURING , TESTING, MANDATORY SPARES, COMMISSIONING & START-UP SPARES, MAINTENANCE TOOLS AND TACKLES & SPECIAL TOOLS AND TACKLES FOR THE FOLLOWING TAGS IN STRICT COMPLIANCE WITH TECHNICAL SPECIFICATION AND VARIOUS ATTACHMENTS / ENCLOSURES / ANNEXURE MENTIONED THEREIN, DATA SHEETS, STANDARDS, SPECIFICATIONS AND TO THE SATISFACTION OF THE ENGINEER-IN-CHARGE.
SL. No
ITEM DESCRIPTION QUANTITY CURRENCY UNIT RATE AMOUNT
A TAG NO. 143-P-401 A TURBINE DRIVEN COOLING WATER PUMP ASSEMBLY ON FOB PORT OF EXIT BASIS.
1 SET
B THIRD PARTY INSPECTION CHARGES
Lumpsum
C TOTAL (A+B)
D PER DIEM RATE FOR SUPERVISION OF ERECTION & COMMISSIONING (Rs. PER MANDAY)
Rupees
E SERVICE TAX @ 10.3% (% OF D)
NOTE:
1) NO TAXES AND DUTIES OTHER THAN THOSE INDICATED ABOVE SHALL BE PAYABLE.
2) 10 DAYS FOR SUPERVISION OF ERECTION & COMMISSIONING SHALL BE CONSIDERED FOR PRICE EVALUATION.
PART I Page 166 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 6 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - FOREIGN (SP-2A)
BASIC PRICE FOR SUPPLY OF COOLING WATER PUMPS ASSEMBLY INCLUDING DESIGN / DETAIL ENGINEERING, MANUFACTURING , TESTING, MANDATORY SPARES, COMMISSIONING & START-UP SPARES, MAINTENANCE TOOLS AND TACKLES & SPECIAL TOOLS AND TACKLES FOR THE FOLLOWING TAGS IN STRICT COMPLIANCE WITH TECHNICAL SPECIFICATION AND VARIOUS ATTACHMENTS / ENCLOSURES / ANNEXURE MENTIONED THEREIN, DATA SHEETS, STANDARDS, SPECIFICATIONS AND TO THE SATISFACTION OF THE ENGINEER-IN-CHARGE.
SL. No
ITEM DESCRIPTION QUANTITY CURRENCY UNIT RATE AMOUNT
A TAG NO. 143-P-401 B/C MOTOR DRIVEN COOLING WATER PUMPS ASSEMBLY ON FOB PORT OF EXIT BASIS
2 SETS
B THIRD PARTY INSPECTION CHARGES
Lumpsum
C TOTAL (A+B)
D PER DIEM RATE FOR SUPERVISION OF ERECTION & COMMISSIONING (Rs. PER MANDAY)
Rupees
E SERVICE TAX @ 10.3% (% OF D)
NOTE:
1) NO TAXES AND DUTIES OTHER THAN THOSE INDICATED ABOVE SHALL BE PAYABLE.
2) 10 DAYS FOR SUPERVISION OF ERECTION & COMMISSIONING SHALL BE CONSIDERED FOR PRICE EVALUATION.
PART I Page 167 of 169
TCE.6079A-B-610-024
TATA CONSULTING ENGINEERS LIMITED SECTION: SOP
SCHEDULE OF PRICE Page 7 of 7
TCE FORM NO. 120 R3 FILE NAME: F120R3.DOC
R0
SCHEDULE OF PRICE - FOREIGN (FORM SP-3A)
RECOMMENDED SPARES FOR TWO YEARS OPERATION & MAINTENANCE (Bidder to use photocopy of this proforma to furnish tag wise details)
SL. No
ITEM DESCRIPTION / TAG NO. QUANTITY CURRENCY UNIT RATE AMOUNT
NOTE:
1) Vendor's quoted prices in Form SP-1A & SP-2A of price schedule shall be exclusive of the cost of recommended spares for two years operation.
2) The above quoted prices shall be FOB port of exit basis.
3) The above quoted Price should be valid up to six months after contract delivery period
PART I Page 168 of 169