Tender Document PT 051 PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 148

Tender No:- SRCC/PT/051/TAPSO/2020-21

Design, supply, installation, testing and commissioning of Page No. 1


Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

INDIAN OIL CORPORATION LTD


MARKETING DIVISION

NAME OF WORK:
Design, supply, installation, testing and commissioning of Hydrocarbon
vapour detection system at Rajahmundry Terminal & Ramagundam Depot
under TAPSO.

PART-A: TECHNICAL & COMMERCIAL BID

TENDER NO: SRCC/PT/051/TAPSO/2020-21

LAST DATE & TIME OF TENDER SUBMISSION: 17.08.2020 15:00 Hrs


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 2
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

TABLE OF CONTENT

Sl. No. Description


1 TABLE OF CONTENT
2 COMMERCIAL DOCUMENT (PART-A)
3 NOTICE INVITING E-TENDER
4 LIST OF DOCUMENTS REQUIRED TO BE UPLODED
5 STATEMENT OF CREDENTIAL COMPARATIVE CHART - Excel sheet attached separately
6 PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING-Annexure A
7 PROFORMA OF TENDER NOT TAMPERED -Annexure B
8 UNDERTAKING FOR ACCEPTANCE OF TENDER TERMS & CONDITIONS - Annexure C
9 DECLARATIONS A/B/C/D FOR RELATIONSHIP WITH DIRECTORS OF IOCL- Annexure D
10 LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED- Annexure E
11 UNDERTAKING FOR SOLE PROPRIETOR-Annexure F
12 UNDERTAKING FOR GSTIN NO.- Annexure G
13 SPECIAL TERMS AND CONDITIONS OF CONTRACT
14 GUIDELINES FOR EVALUATION OF TAS CONTRACTORS’ PERFORMANCE
15 FORMAT FOR PAYMENT TO VENDORS THROUGH ELECTRONIC MODE- Annexure H
16 SAFETY DECLERATION- Annexure I
17 INDEMNITY BOND UNDERTAKINGS FOR PF- Annexure J
18 ESIC DECLERATION- Annexure K
19 DECLARATION- Annexure L
20 NON ENGAGEMENT OF CHILD LABOUR (ON AWARD OF WORK ORDER)- Annexure M
21 FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT- Annexure N
22 BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT- Annexure O
23 FORM OF CONTRACT (ON AWARD OF WORK ORDER) - Annexure P
24 DECLARATION ON NCLT / NCLAT / DRT / DRAT / COURT RECEIVERSHIP/LIQUIDATION. Annexure Q
25 GENERAL CONDITIONS OF CONTRACT ALONG WITH APPENDIX III - Attached Separately
26 TECHNICAL DOCUMENT
27 ABBREVIATIONS & NOTATIONS
28 CODES AND STANDARDS
29 VENDOR’S SCOPE OF WORK
30 FIELD INSTRUMENTS SPECIFICATION
31 CABLING, EARTHING, AND OTHER ACCESSORIES SPECIFICATIONS
32 RECOMMENDED VENDOR LIST
33 SCHEDULE OF RATES AND QUANTITY - Attached Separately
34 PRICE BID (PART-B) - Attached Separately
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 3
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

COMMERCIAL DOCUMENT

(PART – A)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 4
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in
under two bid systems (Part A - Technical / Commercial Bid and Part B - Price Bid) from technically
competent, quality conscious, experienced and financially sound contractors having experience of
similar works and fulfilling the qualifying requirements as stated hereunder:

: Tender No: SRCC/PT/051/TAPSO/2020-21


1.0 E-TENDER NO. E-Tender Ref: 2020_SROTN_121088_1

Design, supply, installation, testing and commissioning of


:
Hydrocarbon vapours detection system at Rajahmundry Terminal &
2.0 NAME OF WORK
Ramagundam Depot under TAPSO.

: Nil
Bidders are required to download the tender documents free of cost
3.0 TENDER FEE
from IOCL e-tender website
(https://iocletenders.nic.in)

:
4.0 ESTIMATED COST Rs. 88,25,581.16 (Incl.GST)

: EMD Value is Rs.68,000.00


EMD should be deposited as detailed below:
➢ Online EMD payment through Net Banking or NEFT/RTGS
➢ Bank Guarantee as an instrument towards Earnest money
deposit shall be accepted only if amount of EMD is more than
Rupees One lakh.

For detail about process of payment of online EMD, bidders shall


refer “ Special Instructions to the Bidder (SITB) ” and “ FAQs - Online
EARNEST MONEY EMD Facility in IOCL e-Tendering ” documents attached separately
5.0 DEPOSIT along with the tender.

Offline EMD payment through Demand Draft (DD), Bankers Cheque


(BC) and Swift Transfer shall not be accepted. The exemption option
available in the online EMD payment mode shall be availed by the
bidders who are exempted from EMD payment and also by the
bidders permitted to submit Bank Guarantee (BG) in lieu of EMD as
per Tender conditions.

A scanned copy of the Bank Guarantee or exemption certificate in case


of MSME or exempted category bidder shall be uploaded along with
the tender documents in the appropriate link.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 5
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Original BG (For parties otherwise permitted to submit the BG in lieu


of online EMD) shall be sent by the bidders/bank to Tender Issuing
Authority as mentioned below and it should reach the Tender Issuing
Authority within 7 working days from the date of opening of Technical
Bids.

For the purpose of receipt of BG, the time recorded in the receipt/DAK
section against receipt shall also be considered as receipt time.

Only those physical BG instruments found matching with the copy


submitted in the e-portal shall be considered as valid.

Bank Guarantee is to be executed by Nationalized / Scheduled Bank


towards EMD and should be valid for 2 months beyond the validity of
the tender.
If needed, validity of BG should be extended by the party / Bank.

Bank Guarantee should be submitted as per enclosed Proforma only


by the Tenderer. Such BG should be submitted only in a sealed
envelope and should not be in open condition.

If BG towards EMD is submitted in any manner other than aforesaid,


the Tender is liable to be rejected.

Exemption from submission of EMD:


➢ Central/State Public Sector Undertakings/JV’s of IOC and
Micro and Small Enterprises (MSEs) having valid registration
are exempted from submitting EMD.
MSEs must be registered with any of the following in order to avail the
benefit of exemption from submission of EMD:

a. District Industries Centers (DIC)


b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Udyog Aadhar Memorandum (UAM)
h. Any other body specified by Ministry of MSME.
Note: Against UAM, copy of acknowledgement generated online shall
be acceptable.

MSEs participating in the tender must submit the certificate of


registration with any one of the above agencies along with their bid,
failing which the Bidder will be treated as general bidder and will not
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 6
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

be eligible for any benefit under the MSMED Act 2006 or regulations
there under.

The registration certificate issued from any one of the above agencies
must be valid as on closing date of the tender. The MSEs who have
applied for registration or renewal of registration with any of the
above agencies/bodies, but have not obtained the valid certificate as
on closing date of the tender are not eligible for EMD exemption. The
EMD exemption shall be irrespective of whether the MSE is registered
for the tendered item.

As per PP Act 2012, Startups are also eligible for exempted from
payment of EMD.
It may be noted that this is a works contract and therefore
purchase/price preference for MSEs & Start-ups will not be applicable
for this tender.

Bidders not paying EMD or not submitting valid exemption certificate


on or before tender submission date and time will be summarily
rejected.

6.0 TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a Starts on : 28.07.2020 15:00 HRS.

b Ends on : 17.08.2020 15:00 HRS.

: 05.08.2020 15:00 HRS


“Bidders are advised that no pre-bid meeting shall take place
in person. All bidders intending to raise queries shall do so
PRE BID MEETING-
7.0 either through e-mail to the contact person or through seek
DUE DATE AND TIME
clarification option on e-tender portal, before the due date &
time of pre-bid meeting”. The email Id to raise queries:
krkarunakaran@indianoil.in ; ravikr@indianoil.in

8.0 SUBMISSION OF TENDER IN e-TENDER PORTAL:

a Starts on : 08.08.2020 15:00 HRS.

b Ends on : 17.08.2020 15:00 HRS.

9.0 DUE DATE FOR OPENING OF TENDER:

Opening of Tender 18.08.2020 15:00 HRS.


(Technical Bid Only)

10.0 TENDER VALIDITY : 120 days from opening of technical bid.


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 7
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

: 5 (Five) months from the tenth (10th) day of issuance of Work order
11.0 COMPLETION PERIOD
or actual handing over of the site whichever is earlier.
It may please be noted that this is an e-Tender and can only be
:
MODE OF TENDER downloaded and submitted in the manner specified in ‘Special
12.0
SUBMISSION Instructions to bidders for participating in e-tender’ attached
separately in this tender.
: Name: K.R.Karunakaran
Designation: Dy. General Manager(Contracts)
Contact No.: 044-28333795
E-mail ID: krkarunakaran@indianoil.in.
13.0
CONTACT PERSON & Address:
ADDRESS Indian Oil Corporation Limited (MD)
Regional Contract Cell, 8th Level,
Indianoil Bhavan, 139, Uthamar Gandhi Salai,
Nungambakkam, Chennai - 600034

14.0 PRE-QUALIFICATION CRITERIA ( PQC)


A EXPERIENCE:
The vendor should have the experience of having successfully completed similar woks (defined below)
during the last five years up to the last day of the month previous to the one in which tenders are being
invited (i.e., from 01.07.2015 to 30.06.2020), should be either of the following:
i) Three similar completed works each costing not less than the amount equal to 30%
of the estimated cost i.e., Rs.20,36,673.00
OR
ii) Two similar completed works each costing not less than the amount equal to 40% of
the estimated cost i.e., Rs.27,15,564.00
OR
iii) One similar completed work costing not less than the amount equal to 50% of the
estimated cost i.e., Rs. 33,94,455.00
DEFINITIONS OF SIMILAR WORKS

“Design, supply, installation, testing and commissioning of Terminal Automation System (TAS) or
Automation works of Tank Trucks/Tank Wagon loading system or Tank Gauging system or
Hydrocarbon detection system or Ethanol or Additive dosing system in any Hydrocarbon installation
in India.”

The Work Order should contain the above similar work items and for qualification purpose the entire
executed value of WO (which may contain any other item) shall be considered.
Note-
a) The value of completed works as indicated above shall be inclusive of Goods & Services Tax (GST).
The value of completed job indicated by the prospective bidders shall be compared with values as
prescribed above. There shall be no deduction against taxes.
b) The estimated cost exclusive of AMC value shall be used for arriving at single/ two/ three completed
work order value.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 8
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

c) Documents required to be submitted against proof of completion (for works):

In case of work order from Government bodies/ PSU - copies of work contract document along with
their completion certificate or duly certified copy of bill/ invoice. Copy of contract document may not
be insisted if completion certificate/ Bill / Invoice copy specifies details otherwise required like Date
of PO/contract agreement, Contract Value, Execution value, date of completion and other
Requirements if any.
In case of work orders from private parties - Certificate from CA certifying value of work done with TDS
certificates (where applicable) OR Certificate from CA certifying value of work done with bank
statement shall be required additionally.
In case of foreign currency transaction to Indian firms, proof of remittance shall also be required.
d) The work experience of a contractor should be as a principal contractor i.e. there should be direct
work order from the principle employer / owner to tenderer.
e) Completed similar work (s), should be completed in all respects and final bill / completion certificate
should be submitted as proof. In other words, works in progress or incomplete works will not be
considered for qualifying purpose, even if the value of work completed is meeting the requirement
given above.
f)In case against the similar work order bidder has submitted the SAP work orders of IOC, the
verification of work orders may be done from SAP for determining the final value of the works and
completion date.

Note:
➢ The experience of the tenderer for work completed as per above requirement must be of their
own and not with the support of another party/ parent company/ subsidiary/ partner firm/
group firm/ backup firm or as a consortium etc. The credentials of the parent company, JV
Partner Company, subsidiary company etc shall not be considered.
➢ Consultants or their subsidiary company or companies under the management of consultant,
are not eligible to quote for the execution of the same job for which they are working as
consultants.

Annual Turnover:
B
The annual financial turnover during any of the preceding 3 financial years i.e. 2017-18, 2018-19 &
2019-20 should be at least Rs. 40,73,346.00

Note:
➢ Annual turnover for this purpose should be as per Audited Balance Sheet including P&L
Statement / Published Account / Profit & Loss Account Statement of the tenderer. However,
if the tenderer is not required to get its accounts audited under Section 44AB of The Income
Tax Act, 1961, certificate from a Practicing Charted Accountant towards the turnover of the
tenderer along with copies of its Income Tax Return to be submitted.
➢ In case of non availability of audited balance sheets (Profit & Loss Account Statement)/
published accounts of the immediate preceding year, the audited balance sheet (P&L
Statement)/ published account of 4th preceding financial year (2016-17) shall also be
acceptable.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 9
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

➢ Audited Balance sheet (P&L Statement)/ Published accounts on a calendar year basis shall
also be acceptable.
➢ Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013 (Earlier
revised Schedule VI of Companies Act, 1956) shall be considered as turnover.
OTHER MANDATORY DOCUMENTS (Under Pre-Qualification Criteria)
C
Sl Description
no
1 PAN CARD.
2 PF Registration Certificate
In case a bidder is not covered under the PF Registration Rule due to the number of employees
working under him being less than the threshold limit of 20 , then Contractor should submit
INDEMNITY BOND UNDERTAKINGS PERFORMA ‘B’ (FOR PF) as per given format, giving the
reference of tender no.
3 GST Registration Certificate (GSTIN no.) - The party should submit valid GSTIN number.
In case GSTIN no is not available, an undertaking (on letter head) must be uploaded along with
the bid as per format given in the tender document.
4 Partnership deed or Certificate of Incorporation with Memorandum & Articles of Association
5 Power of Attorney (POA) (on non-judicial stamp paper of appropriate value duly notarized):
Authority of the person uploading the bids with his DSC shall be required to be submitted in the
bids.
Document required showing the authority of the person uploading & submitting the bid with his

Digital Signature Certificate shall be as given in the following table.


In case of Proprietary Concern • If the bid is submitted by the proprietor, no POA is
required. However, he will have to upload undertaking
certifying that he is sole proprietor, as per format
given in the tender.
• If the bid is submitted by person other than
proprietor, POA authorizing the person to submit bid
on behalf of the concern is to be submitted.
In case of Company • Certified copy of Board Resolution authorizing the
person submitting the bid on behalf of the company.
OR
• POA and the supporting Board Resolution authorizing
the person submitting the bid on behalf of the
company.
In case of Partnership Firm / LLP POA along with Deed of Partnership / LLP Agreement.
In case of Co-Operative Society Copy of resolution passed as per Society Rules authorizing
the person submitting the bid on behalf of the Society.
6 Declarations for non-tampering of tender (on letter head) as per format given in the tender.
7 Declarations for “Holiday Listing” (on letter head) as per format given in the tender.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 10
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

8 Declarations “A, B, C & D” as per format given in the tender.


9 Undertaking (on letter head) for Acceptance of Tender Terms and Conditions in lieu of tender
documents, as per format attached separately.

Bidders shall upload this document against submission of complete set of technical bid
documents as a token of their acceptance.
Note: Notwithstanding any other condition / provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer. Failure to meet
the PQC will render the bid to be summarily rejected.

IOC reserves the right to complete the evaluation based on the details furnished by the bidder,
with or without seeking any additional supporting documents/ clarifications.

Notes:
a) Parties who have successfully completed similar works during last 5 years ending up to the
last day of the month previous to the one in which tenders are being invited only shall be
considered.
b) Date of completion of work and the final value of works completed in the qualifying work
order(s) shall be the criteria for evaluation. However, for any work where only final bill
settlement is pending, then, copies of MOM/ certificates towards completion of Site
Acceptance Tests/handing over, with/without attending to punch points if any including
proof of payment received up to the last day of the month previous to the one in which
tenders are being invited to the tune of qualifying amount shall be submitted by the
bidders towards meeting qualifying norms.
c) For the same project, if separate orders are placed for supplies and services or variation
orders or amendment orders are issued in continuation of the original purchase/work
order, then the total value of works completed against the original work orders and/or
subsequent variation / amendment orders shall be accepted as one single work completed
against single work order.
d) Work carried out at multiple locations through a single Purchase order will be considered
as one similar work of value equal to the cumulative value of the locations included in the
purchase order.

15.0 AMBIGUITY / INCOMPLETE DOCUMENTS AGAINST PQC DOCUMENTS:


Notwithstanding any other condition / provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer. Failure
to meet the PQC will render the bid to be summarily rejected.
IOC reserves the right to complete the evaluation based on the details furnished by the
bidder, with or without seeking any additional supporting documents/ clarifications.

16.0 SUMMARILY REJECTION

The tenders of the vendors falling in any one of the below will be summarily rejected
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 11
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

a. Late submission of the tender.

b. Non-payment of EMD amount in Indian Rupees within the Time limit.

c. Invalid NSIC / MSME exemption certificates (cases where the NSIC / MSME registration is
not in line with the items covered under similar works criteria, validity etc.).

d. Not meeting the required PQ Criteria of the tender.

e. Non-withdrawal of conditions imposed in tender document & conditions imposed during


negotiations.

f. Submission of forged or false documents / information by any Tenderer shall make their
offer invalid. In addition, action shall also be taken by IOCL for forfeiture of EMD as well
as putting the Tenderer on Holiday list.

g. The bidder has to give declaration in a prescribed format that he / it / they is / are not
under any Holiday List / Black List declared by the OWNER or by any Department of the
State or Central Government or by any other Public Sector Organization and that there is
no inquiry in respect of any corrupt or fraudulent practice pending against him / it / them.
In case he/ it / they are under any such list, or any inquiry is pending he/ it / they shall in
the declaration give full details thereof. Such Declaration in respect of a partnership firm
or association of persons shall cover every partner or member of the association, and in
the case of Company shall cover every Director and Principal shareholders of the
company and any Holding Company and/or Subsidiary Company(ies) if any.

The tenders of such vendors who are under the holiday / black list of Indian Oil will be
summarily rejected.

h. For vendors who are under the holiday list of any Department of the State or Central
Government or by any other Public Sector Organization, if a communication is received
from the Administrative Ministry of IOCL to ban a party from dealing with IOCL, the
party shall be automatically put on Holiday list and their tender will be summarily
rejected.

Holiday listing by other PSUs / Government Departments shall not automatically extend
to IOCL unless the Administrative Ministry of IOCL advised for the same after undertaking
due diligence and process.

17.0 EVALUATION CRITERIA:

A) 1. Each tenderer can submit only one bid.


It is clarified that a person shall be deemed to have submitted multiple bids if he submits more than
one bid either individually or in any combination of person (individual capacity, proprietor, affiliates,
partnership, association of persons, Company). All such multiple bids shall be liable for rejection.
(a) A person shall for this purpose mean an individual, proprietor, any partner, association of persons,
affiliate and company.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 12
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

(b) A company shall for this purpose include any artificial person whether constituted under the laws
of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of persons format
if he is a partner of the firm which has submitted the bid or is a member of any association of
persons which has submitted a bid.
(d) A person shall be deemed to have bid in a Company format if, the person holds more than 10%
(ten percent) of the voting share capital of the company which has submitted a bid, or is a Director of
the Company which has submitted a bid, or holds more than 10% (ten percent) of voting share capital
and/or is a Director of a holding Company which has submitted the bid.
(e) Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two or
more parties who are affiliates of one another can decide which affiliate will make the bid.
Only one affiliate may submit a bid. If two or more affiliates submit more than one bid , then
all such bids shall be liable for rejection.
2. Consultants or their subsidiary company or companies under the management of
consultant, are not eligible to quote for the execution of the same job for which they are
working as consultant.
3. Bids from Consortium or MOU parties shall not be accepted.
4. The tenders will be summarily rejected if requisite EMD or EMD exemption document is
not uploaded on e-tendering portal as mentioned in NIT.
5. Credentials of Works executed against sub-contract order from main contractor, shall not
be considered for evaluation.
6. The bid of the party will also be rejected on the following grounds:
i. Tenderer not meeting tender qualifying parameter norms specified / not submitting pre
qualifying and mandatory documents as per NIT.
ii. Non-withdrawal of conditions imposed in tender document & conditions imposed during
negotiations.
iii. A bidder who offers unsolicited reduction in the price offer whether before or after the
opening of the price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s)
rejected. Bidders may, however, at any stage offer a reduction if such reduction is solicited or
if the OWNER gives the Bidder an opportunity to offer such reduction.
iv. Tenderer submitting fabricated/ false/ forged documents for the tender.
v. Tenderer put on holiday list during the pendency of this tender.

B) The procedure for evaluation of tenders shall be as follows:


1. Only the Technical Bid, of those parties uploading their tenders before due date and
time of submission, shall be considered for opening.
2. The techno-commercial bid shall be scrutinized & evaluated based on the qualifying
parameters mentioned elsewhere in NIT and on the basis of the uploaded documents
(for PQC as well as other mandatory documents) in e-tender portal.
3. The Price Bid of only those parties shall be opened who qualify as per the qualifying
parameters after evaluation as mentioned above. Prior intimation will be sent to the
qualifying parties regarding due date and time of opening of Price Bid.

4. Based on the quoted percentage a list of bidders shall be prepared in the ascending
order.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 13
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

5. Party who has quoted the lowest rate (L1 rate) will be considered for award of work,
with or without negotiation as per the policy of the Corporation .
6. Negotiations shall not be conducted with the bidders as a matter of routine.
However, Corporation reserves the right to conduct negotiations. Tenderers will
have to attend the Office of INDIAN OIL CORPORATION LIMITED as informed by
Tender Issuing Authority for negotiations/clarifications as required in respect of their
quotation without any commitment from INDIAN OIL CORPORATION LIMITED.
7. In case of identical rates between two or more bidders at L-1 position, all the L-1
bidders shall be asked to submit discount bid in terms of percentage discount over
previous quoted amount in a sealed envelope.
8. In case of identical discount bids, the Bidder with highest annual turnover in any of
the last three financial years as submitted against Turnover Criteria shall be
considered as L1 Bidder. In the event of bidders submitting turnover documents for
only one or two years, L1 Bidder shall be decided on the basis of turnover documents
submitted.
9. Successful Tenderer will have to present original documents for verification to the
tender inviting authority, within 7 days from date of intimation.
10. In case of irreconcilable conflict in technical matters between the provisions in the
separate contract documents concerning or governing the same aspect precedence
shall be given to the provisions contained in the documents mentioned below in the
order in which they are set out below:
1. Minutes of Pre Bid Meeting.
2. Notice Inviting Tender.
3. Formal contract.
4. Acceptance of tender.
5. Price Bid.
6. Price schedule annexed to the letter of acceptance.
7. Agreed variations annexed to the letter of acceptance.
8. Addenda to tender documents.
9. Special terms and conditions of contract.
10. Special instructions to tenderers.
11. Instructions to tenderers and particular conditions of contract.
12. General conditions of contract.

11. Any variation or amendment issued after the execution of the formal contract shall
take precedence over the formal contract and all other Contract Documents.
Notwithstanding the sub divisions of the tender document into several sections and
volumes, every part of each shall be deemed to be supplementary of every other part
and shall be read with and into the contract so far as it may be practicable to do so.

12. Notwithstanding any other condition / provision in the tender documents, bidders
are required to submit complete documents pertaining to PQC along with their offer.
Failure to meet the PQC will render the bid to be summarily rejected.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 14
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

IOC reserves the right to complete the evaluation based on the details furnished by
the bidder, with or without seeking any additional supporting documents/
clarifications.

13. ORIGINAL DOCUMENT VERIFICATION

The successful bidder (L1) shall be required to present their original documents (pertaining to
PQC) to the tender inviting authority through their authorized representative within a period of
7 days from the date of opening of price bids or date of intimation as specified in Tender. Only
documents against pre-qualification criteria shall be verified with originals.

In the event of failure of the bidder to get the documents verified as per the specified time
schedule, the EMD of the party shall be forfeited.
In case, it is observed that the L1 party has submitted forged documents, besides cancellation of
Tender, necessary action for Holiday listing of the party in line with guidelines shall be carried out
including forfeiture of EMD.

Recommendations for award of contract shall be made only after verification of documents with
originals of the successful bidder(s).

Note:
The tender will be an e-tender; therefore the date and time and document submission format
will be guided by the logic/programme of the application software pertaining to the website.

Vendors to submit/upload the respective sections/portion of the techno-commercial bid


documents or the documents as specifically asked for in the tender and the price bid, duly filled
up.

However, documents which necessarily have to be submitted in originals (if any) and any other
documents mentioned in the tender documents have to be submitted offline.

All the uploaded documents need to be digitally signed by the representative of the bidder duly
authorized by notarized power of attorney/ Board Resolution/ authorized in Company letter
Head under Company Seal by rank not less than Board Member. The person whose DSC is used
to upload the tender also need to be duly authorised in similar way as desired for Authorised
Signatory.

Indian Oil Corporation Limited shall not be responsible in any way for failure on the part of the
bidder to follow the instructions.

18.0 OTHER POINTS:


1) Tenderers to please note carefully the above schedule for Pre-Bid Conference since all the
clarifications, if any, with regard to Technical/ Commercial conditions shall be given therein. Tenderers
are advised to ensure that their queries must reach by e-mail addressed to the Contact person as
specified in NIT. Tenderers may also note that after the clarifications are given against the points
discussed in Pre Bid conference, no further deviation shall be permitted and such clarifications shall
be binding on all bidders. All are requested to attend the Pre Bid conference.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 15
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

2) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be issued on our
website https://iocletenders.nic.in only & no separate notification shall be issued in the press. Bidders
are therefore requested to regularly visit our website to keep themselves updated.

3) All bidders must login and visit their DASHBOARD on regular basis to get the timely updates related
to any communication sent in the form of e-mail/SMS by system.

4) Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction of
local courts.
a) For disputes up to stage of LOA – Chennai
b) For disputes during execution stage – Hyderabad

5) Please visit our website https://iocletenders.nic.in for further details of this tender.

6) Bidders may note that the following are attached separately and uploaded in the e-tendering portal:

a) Special Instructions to bidders for participating in e-tendering


b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions.

7) Corporation reserves the right to revise/extend any Date/time from scheduled timelines of
Published tender.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 16
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED

1. DOCUMENTS FOR PRE QUALIFYING CRITERIA:

Sl no Description
1
Work Order(s) indicating items of work in support of Qualifying Work Order(s) value as per
NIT & it’s completion certificate to prove completion of works.

Note: In case of Work Order from Government Bodies/ PSUs - Copies of Contract
Document along with either completion certificates OR duly Certified copy of bill/Invoice.
Copy of contract document may not be insisted if completion certificate/ Bill / Invoice
copy specifies details otherwise required like Date of PO/contract agreement, Contract
Value, Execution value, date of completion and other
Requirements if any.

In case of Work Orders from Private Parties - Certificate from CA certifying value of work
done with TDS certificates (where applicable) OR Certificate from CA certifying value of
work done with bank statement shall be required additionally.

In case of foreign currency transaction to Indian firms, proof of remittance shall also be
required.
2 Copy of Audited BALANCE SHEET and PROFIT & LOSS account statements of last three
preceding financial years as specified in the NIT. Published annual report is also acceptable.

For Govt /PSU firms, original letter from Company Secretary certifying the annual turnover
for the applicable financial years may also be accepted. Original letter will have to be
produced at the time of verification of documents.

Note: Provisional Balance Sheet and P&L account statement will not be considered for
evaluation, even if the same is uploaded.

2. OTHER MANDATORY DOCUMENTS (Under Pre-Qualification Criteria):


Sl no Description
1 PAN CARD.
2 PF Registration Certificate
In case a bidder is not covered under the PF Registration Rule due to the number of
employees working under him being less than the threshold limit of 20 , then Contractor
should submit INDEMNITY BOND UNDERTAKINGS PERFORMA ‘B’ (FOR PF) as per given
format, giving the reference of tender no.
3 GST Registration Certificate (GSTIN no.) - The party should submit valid GSTIN number.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 17
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

In case GSTIN no is not available, an undertaking (on letter head) must be uploaded along with
the bid as per format given in the tender document.
4 Partnership deed or Certificate of Incorporation with Memorandum & Articles of Association
5 Power of Attorney (POA) (on non-judicial stamp paper of appropriate value duly notarized):
Authority of the person uploading the bids with his DSC shall be required to be submitted in
the bids.

Document required showing the authority of the person uploading & submitting the bid with
his Digital Signature Certificate shall be as given in the following table.
In case of Proprietary Concern • If the bid is submitted by the proprietor, no POA is
required. However, he will have to upload undertaking
certifying that he is sole proprietor, as per format
given in the tender.
• If the bid is submitted by person other than proprietor,
POA authorizing the person to submit bid on behalf of
the concern is to be submitted.
In case of Company • Certified copy of Board Resolution authorizing the
person submitting the bid on behalf of the company.
OR
• POA and the supporting Board Resolution authorizing
the person submitting the bid on behalf of the
company.
In case of Partnership Firm / LLP POA along with Deed of Partnership / LLP Agreement.
In case of Co-Operative Society Copy of resolution passed as per Society Rules authorizing
the person submitting the bid on behalf of the Society.
6 Declarations for non-tampering of tender (on letter head) as per format given in the tender.
7 Declarations for “Holiday Listing” (on letter head) as per format given in the tender.
8 Declarations “A, B, C & D” as per format given in the tender.
9 Undertaking (on letter head) for Acceptance of Tender Terms and Conditions in lieu of tender
documents, as per format attached separately.

Bidders shall upload this document against submission of complete set of technical bid
documents as a token of their acceptance.

3. A Declaration / Undertaking (insolvency) shall be submitted by the bidder in the attached format along
with the techno-commercial bid. (Annex Q)

OTHER DOCUMENTS: Following copy of documents are to be submitted by the successful bidder prior
to placement of work order.
Sl no Description
1 ESIC Certificate and the indemnity bond as per the format attached with the tender.
2 Safety declaration
3 Undertaking for non engagement of child labour
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 18
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Note:
It may be noted that mere submission of the relevant information and meeting the qualifying criteria would not
entitle the tenderer for technical qualification. The details submitted and the credentials can be verified by the
concerned authority. In the event document/ information submitted by the tenderer is found to be forged or
incorrect, the tender shall be liable for rejection and/ or the contract with such tenderer shall be terminated and/
or SD submitted shall be forfeited. Such tenderer may also be put on Holiday List by IOCL.

For Indian Oil Corporation Limited,


General Manager (Contract Cell) SR
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 19
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

STATEMENT OF CREDENTIAL COMPARATIVE CHART - Excel sheet attached separately

1. Statement of Credential Comparative chart in Microsoft Excel Format has been attached
separately.
2. Bidders are required to update the attached Excel Sheet and upload the same along with
Technical Bid.
3. Please state “NOT APPLICABLE” in the Excel Sheet in case you have no positive answer.
4. Non-updation of any details may mean incomplete tender.
5. Necessary supporting documents to be uploaded.
6. Responsibility of correctness of details lies with the Tenderer.
7. Corporation reserves the right to assess the tenderer’s capacity and capability if necessary by
visiting/ inspecting recently executed / under execution of works
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 20
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE-A

PERFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING


(FORMAT TO BE TYPED ON BIDDER’S LETTERHEAD, AS THE CASE MAY BE)

(In the case of a Proprietary concerns)

I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s
________________________________, which is submitting the accompanying Bid/Tender, nor any
other concern in which I am proprietor nor any partnership firm in which I am involved as a Partner
are presently or have during the past three years, been placed on any black list or holiday list declared
by Indian Oil Corporation Limited or by any department of any Government (State Provisional, Federal
or Central) or by any Public Sector Organization in India or in any other country, nor is there pending
any inquiry by Indian Oil Corporation Ltd. or any Department of the Government or by any Public
Sector Organization in India or in any other country, in respect of any corrupt or fraudulent practice(s)
against me or any other of my proprietorship concern(s) or against any partnership firm(s) in which I
am or was at the relevant time involved as a partner, except as indicated below:

(Here give particulars of blacklisting or holiday listing, and / or inquiry and in absence thereof state
“NIL”)

It is understood that if this declaration is found to be false, in any particular, Indian Oil Corporation
Ltd., 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 without prejudice to any other right or remedy (including black listing or
holiday listing) available to Indian Oil Corporation Ltd.

(Name, Seal & Signature of Bidder)


Place:
Date:
-------------------------------------------------------------------------------------------------------

(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 said firm either in his individual capacity or
as proprietor or partner of any other firm or concern presently are or within the past three years have
been or has been placed on any blacklist or holiday list declared by Indian Oil Corporation Ltd. or by
any department of Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country nor there is any pending inquiry by Indian Oil Corporation
Ltd. or by any Department of any Government (State, Provincial, Federal or Central) or by any Public
Sector Organization in India or in any other country, in respect of corrupt or fraudulence practice(s)
against us or any partner or any partner or any other concern or firm of which he is proprietor or
partner, except as indicated below:

(Here give particulars of blacklisting or holiday listing, and / or inquiry and in absence thereof state
“NIL”)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 21
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

It is understood that if this declaration is found to be false, in any particular, Indian Oil Corporation
Ltd., 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 without prejudice to any other right or remedy (including black listing or
holiday listing) available to Indian Oil Corporation Ltd.

(Name, Seal & Signature of Bidder)


Place:
Date:
------------------------------------------------------------------------------------------------------
-
(In the case of Company)

We hereby declare that neither we or a parent, subsidiary or other company under direct or indirect
common parent (associate company) are presently nor have within the past three years been placed
on any holiday list or black list declared by Indian Oil Corporation Ltd. or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in
any other country and that there is no pending inquiry by Indian Oil Corporation Ltd. or by any
Department of any Government ( State, Provincial, Federal or Central) or any Public Sector
Organization in any country against us or a parent or subsidiary or associate company as aforesaid in
India or in any other country, in respect of corrupt or fraudulent practice(s), except as indicated below:

(Here give particulars of blacklisting or holiday listing, and / or inquiry and in absence thereof state
“NIL”)

It is understood that if this declaration is found to be false, in any particular, Indian Oil Corporation
Ltd., 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 without prejudice to any other right or remedy (including black listing or
holiday listing) available to Indian Oil Corporation Ltd.

(Name, Seal & Signature of Bidder)


Place:
Date:
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 22
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- B

PROFORMA OF TENDER NOT TAMPERED

(TO BE SUBMITTED ON LETTER HEAD OF THE BIDDER DULY SIGNED)

Note: Copy to be uploaded along with tender and original to be submitted during documents
verification.

Subject: Tender No: ________________________________ due on ___________.

I/We _________________________________________________ (Name of Bidder), hereby declare


that:

• I/We have not tampered or modified the subject tender document in any manner and before
uploading, same has been cross-checked with documents hosted on your e-portal
https://iocletenders.nic.in. In case, if same is found to be tampered/modified, I/We understand that
my/our tender will be summarily rejected and EMD/SD may be forfeited and I am/We are liable to be
banned from doing business with and/or prosecuted.

• I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a
future date, I/We will abide by all the terms and conditions as per all the documents hosted including
Addendums/Changes/Corrigendum, on your e-portal related with subject tender. I/We further assure
that we agree to all the decisions confirmed in Pre-Bid Conference of the subject tender.

Tenderer's Signature & Seal


Date:
Place:

Witness:
1) Name & Address: ____________________________________
____________________________________
____________________________________
2) Name & Address: ____________________________________
____________________________________
____________________________________
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 23
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- C

UNDERTAKING FOR ACCEPTANCE OF TENDER TERMS & CONDITIONS

NAME OF WORK:

Tender No. :

We confirm that we have quoted the rates in the tender considering Inter-alia the
1. Tender Document(pages)

2. Additional Document(s) (if any pages)

3. BOQ Document (Price Bid Format)

4. Corrigendum (if any pages)

5. Pre Bid Meeting Minutes (if any pages)

We ________________________________________________________ (Name of the Tenderer)


hereby certify that we have fully read and thoroughly understood the tender requirements and
accept all terms and conditions of the tender including all corrigendum/addendum issued, if any.
Our offer is in confirmation to all the terms and conditions of the tender including all
corrigendum/addendum, if any and minutes of the pre-bid meeting. In the event our offer is found
acceptable and contract is awarded to us, the complete tender document shall be considered for
constitution of Contract Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S)


Name of Tenderer(s)
Date : _ _/_ _/_ _ _ _
Place :
Seal & Signature of Tenderer

NOTE: This declaration should be signed by the Tenderer's authorized representative on COMPANY
LETTERHEAD who is signing the Bid and scanned copy to be uploaded.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 24
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- D

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

D E C L A R A T I O N - `A'

We declare that we have complied with all the conditions of the tender including technical
specifications, drawings, GCC & all the documents etc., forming part of tender.

Date: Tenderer’s
Place: Signature & Seal

D E C L A R A T I O N - `B'

We declare that we do not have any employee who is related to any officer of the Corporation/
Central/ State Governments of India.

OR

We have the following employees working with us who are near relatives of the Officer/ Director of
the Corporation/ Central/ State Government in India.

Name of the employee of the Tenderer Name & designation of the Officer of the
Corporation/ Central/ State Governments

Date: Tenderer’s
Place: Signature & Seal
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 25
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

D E C L A R A T I O N - `C'

The Tenderer is required to state whether he is a relative of any Director of Indian Oil Corporation or
the Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other
partners of such a firm or alternately the Tenderer is a private company in which Director of Indian Oil
Corporation is a member or Director.

S/N PARTICULARS DETAILS


1 Name of the Tenderer and his relations with the
Director in our Corporation.
2 Name of the Director of the Corporation who is
related to the Tenderer.
3 Name of the Director of the Corporation who is
a member or a Director of the firm.

Date: Tenderer’s
Place: Signature & Seal

D E C L A R A T I O N – ‘D’

Tenderer is required to state whether they have employed any retired Director and above rank officer
of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.

S/N PARTICULARS DETAILS

1 Name of the person

2 Post last held in IOC

3 Date of retirement

4 Date of employment in the firm

Date: Tenderer’s
Place: Signature & Seal

Note:
a. A separate sheet may be attached, if the above is not sufficient.
b. Strike out whichever is not applicable. If the tenderer employs any person subsequent to
signing the above declaration and the employee/s so appointed happens to be the near
relatives of the Officer/Director of the Corporation/Central/State Governments, the
tenderer should submit another declaration furnishing the name/s of such employee/s
who is/are related to the officer/s of the Corporation/ Central/ State Governments.
c. List of Directors of IOC Board is attached.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 26
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- E

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED

The list of Directors of Indian Oil Corporation Limited is available in Indian Oil website:
https://iocl.com/AboutUs/Management.aspx. Tenderers are requested to visit the website and
accordingly Declaration “A”, “B” “C” & “D” to be made & furnished.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 27
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- F

Undertaking for Sole Proprietor

(To be submitted on firms Letter head with signature or Plain Paper with Seal and Signature of the
sole proprietor of the firm)

I, ……………S/o Shri ………… R/o ------- ---District---- State ---- do hereby state and affirm as
follows

1. I am the sole owner/ proprietor of a business operating under t he name and style " --
----------------------------------(Name of the Proprietorship Firm)" operating from --------------
------------------(address of the firm).

2. This business as said above is not undertaken/ operated by a partnership firm or


limited liability company.

3. That the content of this declaration are true and correct to the best of my knowledge
and belief.

PLACE :-

Signature of the proprietor with stamp/ seal


DATE :- Name of the proprietor:
Address of the proprietor :
Contact Nos. of the Proprietor
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 28
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE-G

UNDERTAKING FOR GSTIN No.


(ON BIDDER’S LETTER HEAD)

(Required in case of non-availability of GSTIN number)

We hereby confirm that we have submitted our response to the above mentioned tender.

We hereby mention that we do not have GSTIN as on date of submission of our response to the subject
tender.

We hereby confirm that we shall obtain GSTIN as per applicable statutory rules in case of award of
works by Indian Oil Corporation Limited within 6 weeks from the date of receipt of Work Order.

We also hereby confirm that we shall submit our bills for payment only after submitting necessary
documentary proof towards GSTIN issued by Govt.

Signature:

Name & Address Seal:

Date:

NOTE: This undertaking should be signed by the bidder's authorized representative on their firm’s
letterhead who is signing the Bid and scanned copy to be uploaded.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 29
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SPECIAL TERMS AND CONDITIONS OF CONTRACT

1.0 EARNEST MONEY DEPOSIT:


1.1 Tenderers are requested to submit earnest money deposit as specified in NIT.
1.2 EMD in the form of a bank guarantee issued by scheduled banks (as per the format furnished in
the tender) shall be accepted only when the amount of the BG is not less than Rs. 1 Lac as per
clause 4.19 of Instruction to tenderers of GCC enclosed. Such bank guarantee shall be issued by
a scheduled bank in India acceptable to the owner and shall be strictly in the format prescribed
by the Corporation for the specific purposes for which the BG is required to be furnished.
1.3 Tenders received without EMD shall be rejected outright. Central/ State Public sector
undertakings/ JV‘s of IOC and Parties under MSME Act, 2006 (or erstwhile NSIC registered
parties) for the tendered items are exempted from making EMD. The bidder, if a Micro, Small
or medium enterprise as per Micro, Small & Medium Enterprises Development Act, 2006
(MSME Act 2006) and registered with the Authorities under the above Act for the items /
services covered under this tender, shall be required to indicate the Entrepreneurs
Memorandum Number (Twelve Digit) and enclose a copy of the certificate issued by the
Authority under the MSME Act failing which the tenderer will stand disqualified from the
tendering process.
1.4 As per MSME ACT 2006 or (Erstwhile NSIC Registered parties), Central/State PSUs and JVs of
IOCL are exempted from the EMD. They have to upload their exemption certificate in the e-
Tender. Parties registered with NSIC (National Small Industries Corporation Ltd.) shall be eligible
for EMD exemption only when the items mentioned in the ‘Schedule of Rates (SOR)’ of IOC
tender are included in the Items / Stores mentioned in the NSIC certificate. In other words, in
case the scope of items mentioned in the certificate issued by NSIC differs from the scope of
works in the tender, such offer shall be treated as without EMD and is liable for rejection. The
successful / finalized party shall have to submit the Security deposit in line with the terms &
conditions as mentioned in the tender / contract. Exemption Certificate should be valid on the
date of opening of Tender, otherwise party have to submit EMD.
1.5 Parties with Acknowledgement of Entrepreneurs Memorandum (EM-Part-II) from DIC (District
Industries Centre) shall be eligible for EMD exemption only when the Acknowledgement of
Entrepreneurs Memorandum (EM-Part-II) / Certificate issued by DIC mentions that the party is
eligible for EMD exemption. Also, the scope of items mentioned in such certificate should cover
the scope of work in the tender. In other words, in case the scope of items as mentioned in the
certificate issued by DIC differs from the tender scope of works or if the Acknowledgement of
Entrepreneurs Memorandum (EM-Part-II) / Certificate issued by DIC does not mention
regarding eligibility of the party for EMD exemption, such offer shall be treated as without EMD
is liable for rejection. The successful / finalized party shall have to submit the Security deposit
in line with the terms & conditions as mentioned in the tender / contract.
1.6 The EMD of unsuccessful tenderers shall be returned after finalization of tender.
1.7 EMD will not carry any interest.
1.8 Tenderers may note that that the EMD shall be forfeited in case of following situations
▪ Canvassing of information or submission of forged/ false documents/ information by
tenderers.
▪ Backing out after placement of work order.
1.9 Project Work Order:
Project Work order (CAPITAL WORK) shall be placed on finalization of the subject tender.

2.0 SECURITY DEPOSIT FOR PROJECT WORK: As per the clause 2.1.1.0, Section- 2 of the GCC, the
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 30
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

successful tenderer shall pay security deposit up on placement of work order equivalent to 10%
of the work order value (Exclusive of GST) for Capital work in any of the following modes.

A. Demand Draft / Pay Order:


Initial security deposit: The successful tenderer within 10 days of receipt of acceptance of
tender issued by owner shall deposit initial security deposit in an amount equal to 2.5% (Two
and a half percent) of the total work order value in any of the following modes.
Demand draft/ Pay order drawn on a nationalized/ scheduled bank drawn in favour of Indian
Oil Corporation Limited payable at Hyderabad.

Balance security deposit will be recovered at the rate of 10% of gross certified value of work
from incoming running bills till such time entire security deposit is recovered.

B. BANK GUARANTEE (Only if the quantum of security deposit is in excess of Rs. 1 Lacs)
Entire amount of security deposit (worked out on the basis of work order value) should be
covered by BG as per the format issued by the Corporation and should be submitted prior to
commencement of work. The BG will be valid for a period of 15 (12 +3) months from the date
of successful completion of works. This BG shall be submitted directly by the bankers under
their covering letter to the office of the Corporation in a sealed cover.

2.1 The tenderer should clearly indicate in his offer one of the modes of payment towards the
security deposit. The option once made can in no circumstances be changed.
2.2 The SD shall not carry any interest.

3.0 GENERAL:
3.1 Special conditions of contract shall be read in conjunction with the General conditions of
contract, Schedule of Rates, specifications of work, drawings and any other documents
forming part of this contract wherever the context so requires.
3.2 Notwithstanding the sub divisions of the tender document into several sections and volumes,
every part of each shall be deemed to be supplementary of every other part and shall be read
with and into the contract so far as it may be practicable to do so.
3.3 Wherever it is stated anywhere in this Tender document that such and such a supply is to be
effected or such and such a work is to be carried out, it shall be understood that the same shall
be effected/carried out by the contractor at his own cost, unless a different intention is
specifically and expressly stated herein or otherwise explicit from the context.
3.4 The materials, design and workmanship shall satisfy the relevant Indian Standards, the job
specifications contained herein & codes referred to. Where the job specifications stipulate
requirements in addition to those contained in the Standard Codes and specifications, these
additional requirements shall also be satisfied.
3.5 In the absence of any standard /specification /codes of practice for detailed specifications
covering any part of the work covered in this tender document, the instruction/directions of
Engineer-In-charge will be binding on the contractor.
3.6 The schedule of Rates shall be read in conjunction with materials & job specifications & in case
of any irreconcilable conflict between them, provision in the item under Schedule of
Rates/Quantities will override corresponding provision only of the material and job
specifications, which cannot be reconciled. In such cases, the decision of the Engineer- in-
Charge shall be final and binding on the contractor.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 31
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

4.0 COMPLETION TIME:


4.1 Entire work should be completed in a duration of as mentioned in NIT failing which price
adjustment for delay in completion shall be made as per clause 4.4.0.0, section 4 of GCC. This
will be in addition to and without prejudice to the other rights available to the Corporation
under the said GCC. Time for all works contained in the schedule of works will commence
concurrently.

5.0 VALIDITY OF TENDER:


5.1 The tender will be valid for a period of 120 days from the date of opening the tender which will
be taken as the date of opening of techno-commercial bid in case of two bid system of tenders.

6.0 RATES
6.1 The tenderers must note that the rates and amount indicated in the schedule of works shall be
applicable for all leads and lifts and reach involved. The Corporation also reserves the right to
operate or not operate or partly operate any item mentioned in the schedule. The rates quoted
for all items below the ground level shall be inclusive of adequate shoring, shuttering, bailing
out sub soil water (if found necessary) etc complete. The successful tenderer shall be
responsible for implementation of all precautionary measures for ensuring safety for all
materials and labor till such time the work is completed in all respects and handed over to the
Corporation.

7.0 Any additional work that may become necessary during course of execution of works as
authorized by our site in charge shall be immediately got approved prior to taking up the work
duly forwarding the details, nature of works etc as per relevant clause of the GCC.

8.0 In case the contractor fails to adhere to the time limit specified above or if the rate of progress
is considered not satisfactory, the Corporation will be at liberty to terminate the contract and
get the same executed by any other agency entirely at the cost and risk of the original contractor
and in line with provisions available under the GCC.

9.0 NATURE AND SCOPE OF WORK:


9.1 Scope of Works have been defined separately.
9.2 The contractor shall provide and maintain, at or near the job site, an office for the working
& accommodation of the contractor’s engineers and staff, such office shall remain open and
attended at all hours during which the work is being performed at the job site, for the receipt
of instructions, notices and other communications.
Bidders are advised to inspect the site and ascertain the conditions including leads/ lifts
involved/ approach to vehicles, power, water geo-political scenario etc prior to quoting the
amount.

9.3 The contractor shall at his own cost and initiative construct temporary building or
other accommodation or works, if necessary. Any land provided by the owner to the contractor
for this purpose shall not create any right, title or interest whatsoever for the contractor.

9.4 The contractor shall at his own cost and initiative arrange for and provide access to the work
area and / or other yards for labour, equipment and materials as may be necessary to transport
the materials, tools, equipment, machinery and labour by any means of transport.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 32
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

9.5 The contractor shall plan well in advance for the collection of materials and equipment and
erection of such tarpaulins, sheds, wind breakers another protection as shall or may be
necessary for working during adverse weather condition. He shall also bring such special
equipment as may be necessary to enable work during monsoon or adverse weather conditions
and shall at his own cost arrange for de- watering the job sites so as to keep the construction
sites and the areas to be worked upon free of water. He shall not be entitled for any extra
compensation on this account.

9.6 Contractor shall mobilize additional manpower, equipment, tools & tackles if so instructed by
IOCL in the interest of program of work.

9.7 The contractor shall maintain at each job site in addition to any records or registers required to
be maintain by the Contractor under any law, rule or regulation having the force of law) such
records and registers as the Engineers-in-charge or site engineer/TPI shall or may require the
contractor to keep an or maintain from time to time.

9.8 If necessary the contractor shall work overtime or in two or three shifts in a day. The contractor
shall not be entitled to any extra compensation or remuneration for overtime or double
or triple shift working. The contractor shall be expected to work on Sundays and Holidays, if
necessary, without extra compensation.

9.9 The Contractor shall provide and keep at all times during the progress of work proper means of
access to the work for inspection or measurement. On no account shall the contractor proceed
with cover up or otherwise place beyond reach of inspection or measurement, any work
before inspection and measurements are taken. Should the contractor do so, the same shall
be uncovered at contractor’s risk and expense for carrying out the inspection and
measurement.

9.10 The contractor shall deploy experienced and qualified engineers (B.E. Degree Holder or Diploma
Holder with 3 yrs. Experience) for supervision of work. The contractor shall also ensure
deployment of trained and skilled personnel and other labour as required by the job.

9.11 The contractor shall make arrangements for water and power required for construction at their
own cost. Contractor shall mobilize DG sets if required, without any extra cost of IOCL.

9.12 Contractor’s scope of supply includes all the required materials, fittings, fixtures and equipments
unless otherwise specifically mentioned in either price bid or special terms and conditions to
complete the works shown in the detailed drawings provided with the tender documents. It will
be the responsibility of the contractor to provide at their cost all required workers/labour,
equipment, machinery and all materials so as to complete the job as per our drawings and
specifications.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 33
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

9.13 Checklist filled “Dos and Don’ts during construction” and “Safety Practices” form the part of
tender and work order conditions. These are being sent with tender documents. Contractors
are required to comply with these conditions.

9.14 The contractor shall deploy in licensed electrical contractor for doing the electrical works.

9.14 Contractors are required to strictly follow the QAP enclosed along with the tender.

9.15 Party shall be purchasing the Structural materials of approved make (only from authorized
supplier) and proof of purchase like invoices needs to be furnished to IOC before going for
Fabrication.

10.0 LOCATION OF SITE:

10.1 Indian Oil Corporation Ltd, Rajahmundry terminal, Gummalladoddi (Village), Korukonda (PO),
East Godavari Dist. AP 533289

Indian Oil Corporation Ltd, Ramagundam D epot Kundanpalli (Vill), Ramagundam (M),
Karimnagar District, Telangana- 505208

10.2 Tenderers are requested to inspect the location of site and ascertain themselves with the site
conditions, approach, power, water, lead etc. prior to quoting the rates.

11.0 WATER SUPPLY:

11.1 The contractor shall arrange water/procure water required for the work at his own cost for all
leads and lifts. IOCL shall not be responsible for supplying water and Contractor shall ensure
timely and adequate supply of water to meet the schedule.

12.0 POWER SUPPLY:

12.1 The contractor shall make his own arrangement for power required for the work at his cost. DG
set of suitable capacity may be installed and operated by the contractor at his cost. IOCL shall
not be responsible for power supply and contractor shall ensure proper supply of electricity to
meet the schedule. The electrical works shall be carried out through Licensed Electrical
personnel only.

12.2 In case, electrical power is given by the Corporation at its discretion then, the electrical charges
incurred on monthly basis shall be deducted from the bills payable to the contractors as per the
prevailing tariff indicated in the electricity bills. The successful contractor shall make all
arrangements to draw power from a single point in the depot as per directions at site including
all necessary electrical cables, panel boards, energy meters etc. In such an event, the
Corporation shall not be responsible for any power outages occurring during the contract
period. However, the tenderers may note that there is no commitment on part of the
Corporation to provide electrical power at site.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 34
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

13.0 CONTRACTOR’S SCOPE OF SUPPLY


13.1 All materials including cement, reinforcement, structural steel, consumables, testing
appliances, tools and tackles necessary for completing the work shall be procured & supplied
by the Contractor at his own cost unless otherwise specified in the schedule. No claim/ delay
on this account will be entertained by the Corporation.
13.2 IOCL reserves the right to select the best make of materials to be procured by the contractors
& contractor shall procure the same only after the approval by site in charge.
13.3 In case of contradiction between Indian Standards, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Schedule of Rates, the following shall prevail
in order of precedence.
1. Minutes of Pre Bid Meeting.
2. Notice Inviting Tender.
3. Formal contract.
4. Acceptance of tender.
5. Price Bid.
6. Price schedule annexed to the letter of acceptance.
7. Agreed variations annexed to the letter of acceptance.
8. Addenda to tender documents.
9. Special terms and conditions of contract.
10. Special instructions to tenderers.
11. Instructions to tenderers and particular conditions of contract.
12. General conditions of contract.

14.0 FIRM PRICE:

14.1 Once the offer is accepted and agreement executed, the rates shall be valid till the completion
of works in all respects and no escalation whatsoever will be entertained on any grounds.

14.2 The tenderers are advised to inspect the site and ascertain the site conditions including all leads
and lifts involved prior to submitting the rates.

14.3 Forms C and D will not be issued by IOCL.

15.0 STATUTORY REQUIREMENT:

15.1 The following statutory requirements are also required governing the work xecution. These
requirements shall not be the mandatory consideration for evaluation of the bids but are
useful for meeting their statutory requirements.

15.2 GOODS & SERVICE TAX (GST) REGISTRATION:

15.3 Parties should have valid GSTIN for billing to Indian Oil. If bidders do not have GST Registration,
same shall be obtained within 6 Weeks from date of receipt of work order. Undertaking for
obtaining GSTIN no. within 6 weeks shall be submitted as per format attached in Technical Bid

As payment can be released only after obtaining the GSTIN no, the parties who do not have
GSTIN number shall obtain the same before payment is made. Please note that no payment
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 35
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

shall be released till same is obtained. Please note that corporation shall not be responsible
for delay in payment or no payment due to above.

In case GSTIN No. is not available, an undertaking must be uploaded along with the bid in the
format specified

Contractor shall be required to submit GST Compliant invoices with HSN (harmonized system
of Nomenclature i.e. Excise classification)/SAC codes (Service Accounting Code) duly
complying with the requirement of place of supply and other requisite details.

16.0 PERMANENT ACCOUNT NUMBER (PAN): Parties should have valid permanent account number
(PAN) under the income tax laws.

17.0 LABOUR AGREEMENT:

17.1 The Contractors who are working in the establishments through Contract Labour shall be fully
responsible for observance of all rules and regulations as per the Contract Labour (Regulation
and Abolition) Act 1971 and obtain a licence from the Assistant Labour Commissioner
concerned and produce the same to IOCL. In this connection, tenderers shall abide by all the
conditions of Appendix I and Appendix II enclosed with the GCC. The Principal Employer
certificate shall be given on written request from contractor.

18.0 PF REGISTRATION:

18.1 The tenderers shall indicate his/ their PF code number in the Statement of Credentials
enclosed with the tender along with PF registration certificate. The successful tenderers shall
abide by all the requirements of PF Rules & regulations and submit copies of all registers/
returns etc. filed by them before the Corporation as and when required.

19.0 ESIC REGISTRATION:


19.1 The tenderers shall indicate his/ their ESIC code number in the Statement of Credentials
enclosed with the tender along with ESIC registration certificate. The successful tenderers
shall abide by all the requirements of ESIC Rules & regulations and submit copies of all
registers/ returns etc. filed by them before the Corporation as and when required.

20.0 MEASUREMENTS FOR WORKS/RECORD MEASUREMENTS/ BILLS:

20.1 All the payment for quantities certified in the running account/ final bill shall be as per the
details recorded in the standard measurement book of the Corporation and
Jointly signed by the Contractor/ site engineer of IOC.
20.2 Method of measurement shall be strictly in accordance with the technical specification for
this work.
20.3 The payment shall be as per the details entered in the standard Measurement Certificate
bills of the Corporation.
21.0 TERMS OF PAYMENTS:
21.1 Mobilization advance is not applicable for this tender.
21.2 On Account Bills shall be paid for the work done, measured and certified. Payment
shall be effected as per following.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 36
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SN DESCRIPTION % PAYMENT
On supply of materials / items to site including test certificates as
I 70%
applicable
ii After installation/ erection 10%
After testing & successful commissioning & Site Acceptance Test (SAT).
Final Bill will be prepared and 10% of amount shall be kept on hold for
iii performance during stabilisation period of 30 days. A joint signed off 20%
report to be submitted by the vendor wrt to accuracy and
repeatability of the system for release of this hold 10% amount)

21.3 In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a NO
DUE UNDERTAKING from the sub contractor (on their letter heads) to IOCL before final
payments are cleared by the Corporation.

22.0 PRICE ADJUSTMENT FOR DELAY IN COMPLETION:


22.1 The contractual price payable shall be subject to adjustment by way of discount if the units
are mechanically completed or the contract works are finally completed subsequent to the
date of mechanical completion/ final completion specified and as per provisions indicated in
clause 4.4.0.0, Performance of work, Section 4 of GCC.

23.0 SPECIAL CLAUSE:

23.1 The contractor is required to take necessary care to protect to the existing nearby structure
while carrying out his scope of work. Any damage caused to other property shall be rectified
at his own cost.

24.0 TESTING OF MATERIALS/ WORKS:

24.1 The Contractor shall carry out the various tests as enumerated in the technical specifications
of this tender document and the technical documents that will be furnished to him during
the performance of the work and no separate payment shall be made unless otherwise
specified in schedule of rates.
24.2 All the tests either on the field or at outside laboratories concerning the execution of the
work and supply of materials by the Contractor shall be carried out by Contractor at his own
cost.
24.3 The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representatives nominated by IOCL. The Contractor shall carry out all instructions given
during inspection and shall ensure that the work is being carried out according to the
technical documents and the relevant codes of practice furnished to him during the
performance of the work.
24.4 Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectifications at his own cost.

24.5 All results of inspection & tests will be recorded in the inspection reports, proforma, which
will be approved by the Site Engineer/ Engineer-in-Charge. These reports shall form part of
the completion documents.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 37
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

24.6 Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.

25.0 CO-OPERATION WITH OTHER CONTRACTORS:

25.1 The contractor shall cooperate with other contractors for smooth execution of project
related works.

26.0 BILL OF QUANTITIES:

26.1 Bill of quantities is approximate and payment shall be made as per actual certified
measurements. The contractor is not entitled for any sort of compensation towards excess
materials procured / stored.

26.2 After the placement of the order the successful tenderer shall not be allowed to sublet or
assign any part of the work order without Corporation’s prior written consent.

27.0 AUTHORIZED REPRESENTATIVE & SITE CLEANING:

27.1 The successful tenderer within 10 days of receipt of acceptance of tender, name an engineer
responsible for the job at site on behalf of the contractor as per clause 4.0.3.0 and 4.0.3.1,
Performance of work, section 4, of GCC. Bidder should give in writing to the Corporation, the
name of his authorised and qualified engineer who will supervise the work and shall remain
at the site during execution of the job.

27.2 The Contractor shall take care for cleaning the working site from time to time for easy access
to work site and also from safety point of view.

27.3 Working site should be always kept cleared up to the entire satisfaction of the Engineer- in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document, shall clear the site to the entire
satisfaction of Engineer-in-Charge.

28.0 MISCELLANEOUS REQUIREMENTS:

28.1 It shall be contractor’s responsibility to obtain approval for any revision and/ or
modifications decided by the contractor from the Owner/Engineer-in-Charge before
implementation. Also such revisions and/or modification if accepted / approved by the
Owner/Engineer-in-Charge shall be carried out at no extra cost to the owner.
28.2 Any changes required during and/or after approval for detailed construction drawings due
to functional requirements or for efficient running of system keeping the basic
parameters unchanged and which has not been indicated by the Contractor in the data /
drawings furnished along with the offer, will be carried out by the contractor at no extra cost
to the owner.

28.3 All expenses towards mobilization & demobilization including bringing in equipment, clearing
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 38
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

the site etc. shall be deemed to be included in the prices quoted and no separate payments
on account of such expenses shall be entertained.

28.4 It shall be entirely Contractor’s responsibility to provide, operate & maintain necessary
construction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles,
tools and appliances to perform the work in a workman like and efficient manner & complete
all jobs as per time schedules.

28.5 reparing approaches and working area for movement and operation of the cranes, leveling
the areas for assembly and erection shall also be the responsibility of the Contractor. The
Contractor shall acquaint himself with access availability, facilities such as railway siding,
local labour etc., to provide suitable allowances in his quotation. The Contractor, at his own
cost, may have to build temporary access roads to aid his own work which shall also be taken
care while quoting for the work

29.0 The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractor’s responsibility. Rates for execution of work will
be inclusive of supply of all these items.

30.0 SAFETY PRECAUTIONS & HOT WORK:

30.1 Contractor shall have to take all safety precaution for carrying out hot work in the premises
after obtaining hot work permit from location in charge at his own cost as directed by the
Engineer-In-Charge. Necessary safety equipment such as safety belts, helmets and other
equipments are to be positioned by the contractor and use as per requirement.

30.2 Safety distance as per CCE Rules & Oil Industry Safety Directorate shall be maintained strictly.

30.3 Any casualty or damage caused to property or person by any untoward incidents while
executing this contract will be at the contractor’s risk and cost.

30.4 The contractor shall also abide by hot work permits to be taken on day to day basis from the
location as per policy of the Corporation.

30.5 The successful tenderer shall be responsible for observance of all conditions as per Appendix
III furnished along with GCC with regard to safety.

31.0 SECRECY AGREEMENT:

31.1 CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings /
documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the
drawings/documents as well as other Technical information given in the CONTRACT-
DOCUMENT secret and shall not divulge or leak or otherwise cause to be known to the
competitors or others having any interest in such process in anyway the contents in any
form, shape or method.

31.2 In case any land is made available to the Contractor within the provisions of tender, the
owner shall be entitled (without prejudice to any other mode of recovery), the contractor
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 39
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

shall pay a license fee @ Rs.20/- (Rupees Twenty Only) per 100 (One Hundred) Sq. mtrs or
part thereof, to be recovered from the running/ final bills of the contractor or any other
payments due to the contractor from time to time as per clause 3.6.4.0 of GCC.

32.0 Following clauses forming part of the GCC issued along with the tender are deleted:

a) Clause 2.6.1.0 and 2.6.2.0 – General, section 2 of GCC.


b) Clause 4.5.1.1 – The clause shall partly be modified. Duration of 30 days shall be read as 15
days.
c) Clause no. 3.0 – Instruction to tenderers of GCC.
d) Section (9) of the GCC relating to Arbitration and ADR Machinery stands deleted.
e) The reference to the Arbitration and Alternative Dispute Resolution Machinery provision
as contained in GCC in any other term or condition, which may be general or special in nature,
shall also stand deleted to the extent the said contents are applicable to the Arbitration
provisions

33.0 INCOME TAX CLEARANCE CERTIFICATE:

33.1 In case valid ITCC is not available, tenderers shall submit income tax assessment order for
past 3 years. In case assessment order for any year is not available, acknowledged copy of
Income tax returns shall be enclosed while submitting the offers.

34.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:

The penalty for breach of safety during execution of works shall be levied by the Corporation
as below:
a. Violation of applicable safety, health and environment related norm, a penalty of Rs 5000/-
per occasion.

b. Violation as above resulting in;


➢ Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) per
injury in addition to Rs 5000/- as mentioned above.
➢ Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) per fatality
in addition to Rs 5000/- as mentioned above.

In case of any breach of contract (other than price reduction clause for delayed completion) ,
recovery of requisite service tax amount over and above the penalty amount shall be done
from the contractors bill

35.0 ARBITRATION:

35.1 GCC contains provisions for arbitration and alternative dispute resolution machinery under
Section 9, which stands deleted. Further the reference to arbitration and alternative dispute
resolution machinery provision contained in any other term and condition in GCC, which may
be general or special in nature shall also stand deleted to the extent the said contents are
applicable to the arbitration provisions. Court of Jurisdiction in case of any dispute shall be
at Hyderabad
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 40
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

36.0 PROJECT MANAGEMENT TEAM:

36.1 The successful bidder shall be required to position an effective project management team at
site consisting of a minimum of designated project manager, QC/QA Engineer and dedicated
HSE engineer as per the qualifications tabulated below. The table stipulates only the
minimum qualification of manpower required at site for the three functions and additional
engineers / technical staff shall be positioned based on the requirements at site at no
additional financial implication to IOCL. :

Quantu Recovery for Non-deployment per


QC/ QA/
Sr. Nature of m of Project HSE Month
Planning
No. Work Work in Manager Engineer Project QC/ QA HSE
Engineer
Rs./ Lac Manager Engineer Engineer
1. 50-200 1 Engineer with 3 Years of Experience Rs.30000.00
1 Engineer 1 Engineer
1 Engineer
Civil work with 2 with 1
200- with 5 Rs.25000.
2. including Years of Year of Rs.40000.00 Rs.20000.00
500 Years of 00
Structural Experienc Experienc
Experience
and e e
painting 1 Engineer 1 Engineer
1 Engineer
works with 4 with 2
with 8 Rs.35000.
3. > 500 Years of Year of Rs.50000.00 Rs.25000.00
Years of 00
Experienc Experienc
Experience
e e
1 Engineer 1 Engineer
1 Engineer
with 2 with 1
with 3 Rs.25000.
4. 50-200 Years of Year of Rs.30000.00 Rs.20000.00
Years of 00
Mechanical Experienc Experienc
Experience
works such e e
as pipeline, 1 Engineer 1 Engineer
1 Engineer
tankage with 3 with 2
200- with 5 Rs.30000.
5. and other Years of Year of Rs.40000.00 Rs.25000.00
500 Years of 00
works Experienc Experienc
Experience
where e e
NDTs are 1 Engineer 1 Engineer
1 Engineer
mandated with 5 with 3
with 8 Rs.40000.
6. > 500 Years of Year of Rs.50000.00 Rs.30000.00
Years of 00
Experienc Experienc
Experience
e e
1 Engineer 1 Engineer
1 Engineer
with 2 with 1
Electrical with 3 Rs.25000.
7. 30-100 Years of Year of Rs.40000.00 Rs.20000.00
Works Years of 00
Experienc Experienc
Experience
e e
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 41
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Quantu Recovery for Non-deployment per


QC/ QA/
Sr. Nature of m of Project HSE Month
Planning
No. Work Work in Manager Engineer Project QC/ QA HSE
Engineer
Rs./ Lac Manager Engineer Engineer
1 Engineer 1 Engineer
1 Engineer
with 3 with 2
with 5 Rs.35000.
8. >100 Years of Year of Rs.50000.00 Rs.25000.00
Years of 00
Experienc Experienc
Experience
e e

1 Engineer with 3 Years of


9. 0-200 30000.00
Experience
Automatio
n 1 Engineer 1 Engineer 1 Engineer
with 5 with 2 with 1 Year Rs.25000.
10. >200 Rs.40000.00 Rs.20000.00
Years of Years of of 00
Experience Experience Experience

37.0 SPECIFIC CLAUSES ON TAXATION:

Clause Description
No.
DEFINITIONS
1 Contractual period / Work Completion Period /Contractual Delivery Date / Contractual
Completion Period shall mean the Scheduled Delivery / Completion Period as mentioned in
the LOA (Letter of Acceptance) or Purchase Order or Work Order and shall also include
approved extensions, if any.
GENERAL
1 Where any portion of the GCC/any other section of tender, is repugnant to or at variance with
any provision of the Standard Taxation Condition (STC), then the provision of the STC shall be
deemed to override the provisions of the GCC and shall, to the extent of such repugnance or
variations, prevail.
2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central
Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST Compensation
Cess Acts, also includes any duties, cess or statutory levies levied by central or state
authorities.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 42
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Clause Description
No.
3 Rate variation in Taxes and any new promulgated taxes after last date of the submission of
price bid only on the final product and/or services (applicable to invoices raised on IOCL)
within the contractual delivery date /period (including extension approved if any) shall be on
IOCL’s Account against submission of documentary evidence.

Further , in case of delay in delivery of goods and/or services, any upward rate variation in
Taxes and any new promulgated taxes imposed after the contractual delivery date shall be to
the Seller’s / Contractor’s Account.

Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission
of price bid relevant to the Contract and the date of execution of activities under the contract,
the Contractor shall pass on the benefit of such reduction to IOCL with the view that IOCL shall
pay reduced duty/Tax to Govt.
4 Wherever any escalation / de-escalation linked to raw material price (Basic price excluding
taxes) is allowed as per terms of the contract, Variation to the extent related to escalation /
de-escalation of value of material shall be allowed without Tax unless specified otherwise.

5 It would be the responsibility of the contractor to get the registration with the respective Tax
authorities. Any taxes being charged by the Contractors would be claimed by issuing proper
TAX Invoice indicating details /elements of all taxes charged and necessary requirements as
prescribed under the respective tax laws and also to mention his correct and valid registration
number(s) along with IOCL’s registration number as applicable for particular supply on all
invoices raised on IOCL.

Contractor to provide the GSTIN number from where the supply is proposed to be under
taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject
tender needs to be provided in the columns provided in the technical bid.

In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10 of
the CGST Act, 2017 and similar provisions under the respective State / UT law), the contractor
should confirm the same. Further the contractor to confirm the issuance of Bill of Supply while
submission of tender documents and no GST will be charged on IOCL.

In case the contractor is falling under Unregistered category, the contractor should confirm
the same.
6 The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards
tax credit rejected /disallowed by any tax authorities due to non deposit of taxes or non
updation of the data in GSTIN network or non filling of returns or non compliance of tax laws
by the Contractor by issuance of suitable credit note to IOCL. In case, contractor does not
issues credit note to IOCL, IOCL would be constrained to recover the amount including interest
payable alongwith Statutory levy/Tax, if any, payable on such recovery.
7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be
reimbursed by IOCL as long as the same is within the permissible time limit as per the
respective taxation laws and also permissible under the Contract terms and conditions.
Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns as
may be prescribed from time to time.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 43
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Clause Description
No.
8 The contractor will be under obligation for quoting/charging correct rate of tax as prescribed
under the respective Tax Laws. Further the Contractor shall avail and pass on benefits of all
exemptions/concessions/benefits/waiver or any other benefits of similar nature or kind
available under the Tax Laws. In no case, differential Tax Claims due to wrong classification of
goods and/or services or understanding of law or rules or regulations or any other reasons of
similar nature shall be entertained by IOCL.
9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e. payment
of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa, the
contractor is liable to make good the loss suffered by IOCL by issuance of suitable credit note
to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be constrained to
recover the amount including interest payable alongwith Statutory levy, if any, payable on
such recovery.
10 In case the contractor is opting for Composition scheme under the GST laws, in such event the
evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if any, on IOCL
will be included for the purpose of evaluation.
11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost.
12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under
section 31 of the CGST Act and respective states and Rules.
13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to GST reimbursed by IOCL on materials sold to IOCL.
14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.
15 CUSTOM DUTY (These clauses will not be applicable wherever port clearances are in the scope
of IOC and IOC is to take delivery at Port) applicable for Global Tender

15.1 Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of Customs levied
under Section 3 of the Customs Tariff Act equivalent to the IGST and Education Cess and
Secondary and Higher Secondary Cess.
15.2 The contractor shall within 7 (seven) days of dispatch /shipment of any such materials
forward to the owner, the following documents.

(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for the
purpose of assessing customs and other Import duties
(ii) Bill of lading/Airway Bill
(iii) Package wise packing list
(iv) Certificate of origin and other relevant documents relating to the identification
of the materials.
(v) Other relevant documents for the assessment of customs duties and the
clearance of goods through Customs.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 44
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Clause Description
No.
15.3 The Contractor shall also be fully responsible for Port and Customs clearance including
stevedoring, handling, unloading, loading and storage and for satisfying all Port and Customs
formalities for the clearance of the goods , including preparation of the BILL(s) of Entry
mentioning the applicable GSTIN of IOCL and other documents required for import and
or/clearance of the goods. The applicable GSTIN shall be advised by IOCL. The Contractor shall
also be fully responsible for any delays, penalties, interest, demurrages, shortages and any
other charges and losses, if any in this regard.
15.4 The Custom Duty payable shall be reimbursed on production of supporting documents or paid
directly to the Customs Authority, as the case may be.

15.5 IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under Customs law,
after the day on which the CONTRACTOR furnishes the complete necessary documents
including duty requisition slip along with BILL of ENTRY to the IOCL’s designated office for
release of requisite materials/ equipment from Customs.

However additional cost on account of delayed payment of Custom duty due to IOCL’ s fault
shall be paid by IOCL.
15.6 IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty, Protective
Duty or Countervailing Duty on subsidized articles or any other such duties of Customs
imposed by the Government of India under Custom Tariff Act 1975 applicable on such
materials in India.
15.7 All other costs towards Port and Customs Clearance shall be the contractor’s responsibility
including appointment and payment to clearing agents and no reimbursement will be made
by IOCL except as quoted in the price bid.
15.8 The contractor shall provide IOCL with all documents necessary for IOCL to claim Input Tax
Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act. Should the contractor
fail to provide any such document(s) resulting in a shortfall in the ITC available to IOCL, the
shortfall shall be made good by the contractor by issuance of suitable credit note to IOCL. In
case the contractor does not issue credit note to IOCL, in such case, IOCL would be constrained
to recover the amount along with interest and statutory levy, if any, and such recovery would
be without pre-judice to any other mode of recovery from the Running Account or other bills
or payments to the Contractor.
15.9 The input tax credit available to IOCL will be reduced to arrive at the net Landed cost in the
hand of IOCL for evaluating the Bids.

15.10 In case the bidder is availing any exemption under the prevailing customs law, then necessary
documentary proof for availing the said exemption is required to be submitted. In the event
of non submission of the requisite documents as per the conditions for availing the exemption
by the successful bidder, then the additional outflow on account of various taxes and duties
will be recovered from the bidder.
15.11 The Tariff Head under which the goods will fall should be clearly mentioned along with the
Custom Duty Rate at the time of submission of Bid.
16 ROAD PERMIT /WAY BILL
16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only in
those cases where materials is purchased by IOCL directly and/or IOC is statutorily required
to issue the Road permit/Way Bill, by whatever name it is called. Contractor will be under
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 45
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Clause Description
No.
obligation for proper utilization of road permits for the specific supply and in case of seizure
of goods/vehicle; the Contractor will be wholly responsible for release and reimburse the
litigation cost to IOCL.
16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non availability
of such documents as are required to be furnished by the owner to obtain the Road
Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts to
provide sufficient number of Road Permits/way bill, by whatever name it is called. on demand
to avoid any delay or Hold up.
17 Works Contract / Composite Supply / Mixed Supply
17.1 Works contracts as defined under the GST law includes Contracts for Building, Construction,
Fabrication, Completion, Erection, Installation, Fitting out, Improvement, Modification,
Repair, Maintenance, Renovation, Alteration or Commissioning of any immovable property
wherein transfer of goods is involved in the execution of such contracts.

Composite Supply has been defined as supply in which two or more supply of goods or service
or both or any combination are naturally bundled and supplied in conjunction with each other
in the ordinary course of Business, and then the rate as applicable for principal supply will be
applicable on the entire transaction.

Mixed supply has been defined as supplies of goods or service or both which are made in
conjunction with each other for a single price and which does not constitute a composite
supply then the rate as applicable for the highest rate will be applicable.

In view of the above various definitions under GST law, bidders are required to evaluate the
jobs to be undertaken covered under the tender and quote accordingly by taking in to account
the nature of Job read with the legal provision.

The place of supply in relation to an immovable property shall be the location at which the
immovable property is located or intended to be located.

17.2 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX
invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case
the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned in
the price Bid.
17.3 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to VAT reimbursed by IOCL on materials sold to IOCL
17.4 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 46
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Clause Description
No.
17.5 Wherever provisions of Tax deduction at Source (TDS) are applicable under the CGST / SGST
/ UTGST/IGST Act ,2017 on supplies of goods or services or both to IOCL , tax will be
deducted from the invoice raised and deposited with the authorities by IOCL. TDS certificate
as per provisions of CGST / SGST / UTGST/IGST Act, 2017 shall be issued by IOCL.

INCOME TAX:
a. The contractor shall be exclusively responsible and liable to pay Taxes on Income arising out
of payment made out of the contract.
b. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the Income
tax Act, 1961 the same will be deducted from the Invoices raised and TDS Certificate as per
provision of the Income tax Act and Rules shall be issued to the contractor.
c. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per the
provisions of Income Tax Act.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 47
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

DO’S AND DON’TS & SAFETY PRECAUTIONS

SPECIAL SAFETY PRECAUTIONS:

a) Work in the battery limit shall be carried out under strict supervision of qualified supervisor as
described in the clause of project management.
b) Job safety analysis (tool box talk) to be held with the contractors’ workmen prior to
commencement of the job.
c) The party has to ensure that personnel working in the terminal are fully trained to handle
emergency scenario. Work permit system as per OISD STD-105 (attached in the tender
document) and copy of the work permits t be sent to the designated safety officer for
implementation of safety measures prior to start of the work.
d) Entry to the terminal will be done through biometric / photo identity card though approved gate
passes. Gate passes for men/ material to be issued only on written application by contractor/
vendor/ service provided by authorized representative.
e) The mobile phone is not allowed inside the batter area of the terminal if, any contractors found
with mobile in battery area it will be viewed seriously and his gate pass will be cancelled
permanently.
f) Tools and tackles which will be used inside the battery limit will be of non-sparking type. During
usage of old material for the piping, health of the pipes shall be inspected by the IOCL
representative, after proper inspection contactor shall use the pipes for fabrication.

Common Safety precautions for construction are to be followed as attached herewith.

SAFETY PRECAUTIONS FOR EXCAVATION:

a) Excavation work should be planned and the method of excavation and the type of support work
required should be decided considering, stability of the ground, effect on adjoining buildings,
structures or roadways, hazard due to underground/nearby gas, water, electrical and other
public utilities.
b) Sites of excavations should be thoroughly inspected after substantial damage to supports, after
a heavy rain, frost or snow, all excavation work should be supervised. While excavating trenches
exceeding 1.5m depth up to 3.0m safe angle of repose should be maintained. Based on site
conditions, provide proper slope, usually 450 and suitable bench of 0.5m width at every 1.5m
depth of excavation in all soils except hard rock.
c) Barricade at 1m height (with red & white band/self glowing caution board) should be provided
for excavations.
d) Necessary precautions should be taken for underground utility lines like cables; sewers etc. and
necessary approvals/clearances from the concerned authorities shall be obtained before
commencement of the excavation job. During rains, the soil becomes loose. Take additional
precaution against collapse of side wall. Water shall be pumped/ bailed out, if any accumulates
in the trench.
e) Necessary precautions should be taken to prevent entry of surface water in trenches. In
hazardous areas, air should be tested to ascertain its quality. No one should be allowed entry
till it is suitable for breathing.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 48
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SAFETY PRECAUTIONS SCAFFOLDING, PLATFORMS & LADDERS, STRUCTURAL WORK:

a) Use metallic scaffoldings only. Bamboo/wooden scaffolding should not be used. Scaffolds
should be provided with safe means of access, such as stairs, ladders or ramps. Ladders should
be secured against inadvertent movement.
b) Every scaffold should be constructed, erected and maintained so as to prevent collapse or
accidental displacement when in use. Every scaffold should have guard rails and other protective
devices, platforms, ladders, stairs or ramps. Scaffolding should be made of sound material and
of requisite size and strength for the purpose for which it is to be used and maintained in a
proper condition.
c) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used for the
construction or support of any part of a scaffold. Fixed/Adjustable base plate should be used at
the base to provide firm base to take care of the load .Size: 150 X 150 X 5 mm.
d) Couplers should not cause deformation in tubes. Couplers should be made of forged steel or
equivalent material. Tubes should be free from cracks, splits and excessive corrosion and be
straight to the eye, and tube ends cut cleanly square with the tube axis.
e) Scaffolds should be adequately braced. Scaffolds which are not designed to be independent
should be rigidly connected to the building/structure at designated vertical and horizontal
places. Scaffolds should be inspected and certified before being taken into use and at periodic
intervals thereafter.
f) It should be recertified after any alteration, interruption in use, exposure to weather or any
other occurrence likely to have affected their strength or stability.
g) After heavy rain or storms, scaffolds shall be inspected before reuse. Don't overload the
scaffolding. Remove excess material and scrap immediately. Dismantling of scaffolds shall be
done in a pre-planned sequential manner.

SAFETY PRECAUTIONS FOR PREFABRICATED SCAFFOLDS:

a) In the case of prefabricated scaffold systems, the instructions provided by the manufacturers or
suppliers should be strictly adhered to.
b) Prefabricated scaffolds should have adequate arrangements for fixing bracing. Frames of
different types should not be intermingled in a single scaffold.
c) Scaffolding shall be erected on firm and level ground. All members of metal scaffolding shall be
checked periodically to screen out defective / rusted members.
d) All joints should be properly lubricated for easy tightening. Entry to scaffolding should be
restricted.

SAFETY PRECAUTIONS FOR ERECTION AND DISMANTLING OF STEELPIPES/ LOADING ARM/ PIPE
FITTINGS:

a) Every lifting appliance should be suitable for the operations and not be capable of accidental
disconnection. Structural steel, pipes, loading arm, fittings or prefabricated parts should be
lifted by methods or appliances that prevent them from spinning accidentally.
b) Lifting hooks should be of the self-closing type or of a safety type and should have the maximum
permissible load marked on them. Lifting appliance should be approved or tested as per
statutory requirement.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 49
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

c) Tongs, clamps and other appliances for lifting structural steel and prefabricated parts should be
of such shape and dimensions as to ensure a secure grip and should be marked with the
maximum permissible load.
d) While structural steel or prefabricated parts are being erected, the workers should be provided
with appliances for guiding them so as to avoid crushing of hands and to facilitate the
operations. Instruction should be given to the workers on the methods, arrangements and
means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should be
held to discuss and confirm the requirements for safe erection.

SAFETY PRECAUTIONS FOR WELDING/ CUTTING:

Common hazards in welding/cutting are sparks, molten metal, flying particles, harmful light rays,
electric shocks etc.
Following precautions should be taken: -
a) A dry chemical type fire extinguisher shall be made available in the work area.
b) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
c) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
d) All covers and panels shall be kept in place, when operating an electric Arc welding machine.
e) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
f) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system. Receptacles
shall have necessary mechanical interlocks and earthing facilities.
g) All cables, including welding and ground cables shall be checked for any worn out or cracked
insulation before starting the job. Ground cable should be separate without any loose joints.
h) Cable coiling shall be maintained at minimum level, if not avoidable.
i) Energised electrode shall not be left unattended.
j) The power source shall be turned off at the end of job.
k) All gas cylinders shall be properly secured in upright position.
l) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points away from
oxygen cylinder. Acetylene cylinder key for opening valve shall be kept on valve stem, while
cylinder is in use, so that the acetylene cylinder could be quickly turned off in case of emergency.
m) Use flash back arrestors to prevent back-fire in acetylene and oxygen cylinder.
n) When not in use, valves of all cylinders shall be kept closed.
o) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
p) Forced opening of any cylinder valve should not be attempted.
q) Lighted gas torch shall never be left unattended.
r) Store acetylene and oxygen cylinders separately.
s) Store full and empty cylinders separately.
t) Avoid cylinders coming into contact with heat.
u) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge but
never dragged.
v) If cylinders have to be moved, be sure that the cylinder valves are shut off.
w) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 50
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

x) Do not use matches to light torches, use a friction lighter.


y) Move out any leaking cylinder immediately.
z) Use trolleys for oxygen & acetylene cylinder and chain them.
aa) Ensure that hoses are free from burns, cuts and cracks and properly clamped.
bb) Always use Red hose for acetylene and other fuel gases and Black for oxygen, and ensure that
both are in equal length.
cc) Avoid dragging hoses over sharp edges and objects.
dd) Do not wrap hoses around cylinders when in use or stored.
ee) Lubricants shall not be used on Ox-fuel gas equipment.
ff) During cutting/welding, use proper type goggles /face shields.

SAFETY PRECAUTIONS FOR PRESSURE TESTING:

a) Review test procedure before allowing testing with water or air or any other fluid. Provide relief
valves of adequate size while testing with air or other gases. Inform all concerned in advance of
the testing. Keep the vents open before opening any valve for filling/draining of liquid used for
hydro testing.
b) The draining should not exceed the designed rate for pressure testing .Provide separate gauges
of suitable range for pressurizing pump and the equipment to be tested.
c) Provide gauges at designated locations for monitoring of pressures. Check the calibration of all
pressurizing equipment and accessories and maintain records. Take readings at pre-defined
intervals.

SAFTY PRECAUTIONS FOR VEHICLE MOVEMENT:

a) Park vehicles only at designated places. Don't block roads to create hindrance for other vehicles.
Don't overload the vehicle.
b) Obey speed limits and traffic rules. Always expect the unexpected and be a defensive driver.
Drive carefully during adverse weather and road conditions.
c) Read the road ahead and ride to the left. Be extra cautious at nights. Keep wind screens clean
and lights in working condition.
d) All vehicles used for carrying workers and construction materials must undergo
predictive/preventive maintenance and daily checks. Driver with proper valid driving license
shall only be allowed to drive the vehicle. Routes shall be leveled, marked and planned in such
a way so as to avoid potential hazards such as overhead power lines and sloping ground etc.
e) While reversing the vehicles, help of another worker should be ensured at all times. An
unattended vehicle should have the engine switched off. Wherever possible one-way system
shall be followed Barriers/fixed stops should be provided for excavation/openings to prevent
fall of vehicle.
f) Load should be properly secured. The body of the tipper lorry should always be lowered before
driving the vehicle off. Signs/signals/caution boards etc. should be provided on routes

SAFTY PRECAUTIONS FOR RADIOGRAPHY:


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 51
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

a) All radiography jobs shall be carried out as per BARC Safety Regulations. During field
radiography, nearby area around the radiation source should be cordoned off. Entry into the
restricted area by unauthorized persons should be strictly prohibited during exposure.
b) If the field radiography is to be done at the same location repeatedly, it is advisable to provide
either a wire fencing around or a temporary brick enclosure. Special permission/permit should
be taken for radiography from area-in-charge. As far as possible, field radiography should be
done only during night time when there is little or no occupancy there. Radiation warning signals
should be pasted all along the cordoned off area.
c) The radiation level along with the cordon should be monitored by a suitable and well-calibrated
radiation survey meter.
d) All personnel working with radiography sources should wear appropriate protective equipment
and film badges issued by BARC. Protection facilities such as manipulator rod, remote handling
tongs, lead pots, radiation hazard placards and means of cordon off shall be available at each
site. The radiography source shall never be touched or handled directly with hands.
e) The package containing radiography cameras and sources should never be carried by public
transport like bus, train etc.
f) Radiography sources and cameras, when not in use, should be stored inside a source pit with
lock and key arrangement as approved by BARC.
g) The storage room should preferably be located in an isolated area of minimum occupancy and
radiation level outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
In case of an accident (due to loss or of damage to radiography source), action should be taken
in line with BARC Safety Rules/Guidelines.

SAFTY PRECAUTIONS SAND/SHOT BLASTING/ SPRAY/ PAINTING:

a) Sand blasting should not be used- only shot blasting should be done for surface cleaning. Air
Compressor used for shot blasting/painting should have guard and positioned away from the
work place.
b) Exhaust of the prime mover, if IC engine is used, should be directed away from the work place.
In case of motor driven compressor, the body of the motor as well as the compressor to be
properly earthed.
c) The hoses used for compressed air should be of proper quality, and health of the same to be
ensured through regular check/ test. The operator of shot blasting/painting should wear
suitable PPE's including mask. Adequate measures to be taken to suppress dust/spray particle.
d) When these activities are done in confined places, adequate measure to be taken for proper
ventilation

FIRST AID REQUIREMENTS:

a) First aid facilities including the first aid trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers. Suitable
rescue equipment, like stretchers should be kept readily available at the construction site.
b) First-aid kits or boxes, as appropriate and as per statutory requirements, should be provided at
workplaces and be protected against contamination by dust, moisture etc. First-aid kit or boxes
should not keep anything besides material for first aid in emergencies.
c) First-aid kits and boxes should contain simple and clear instructions to be followed. FA box
should be kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked. Where the work involves risk of drowning, asphyxiation or
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 52
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

electric shock, first-aid personnel should be proficient in the use of resuscitation and other life
saving techniques and in rescue procedures. Emergency telephone numbers of nearby
Hospitals, Police, Fire Station and Administration should be prominently displayed.

39. Project Management Team


The successful bidder shall be required to position an effective project management team
including designated Project Manager, site engineer and dedicated HSE engineer of appropriate
qualifications. Positioning of safety engineer and site engineer (with 3 years of experience*) is
a pre-requisite during project execution at site. During kick off meeting the date of deployment
of these engineers shall be agreed upon & shall be binding upon the vendor.

Note: In case the Engineer concerned is holding diploma qualification against Engineering
graduation, the requirement of site experience shall be increased by 2 years.
In case of non deployment of any of the required engineers by the required dates, a recovery
of Rs 30,000/- per month shall be made.
Vendor will submit the deliverables requirement to IOCL well in advance. IOCL will in turn
ensure assigning desired responsibility matrix for facilitating the genuine requirements and
execution of the project.
Vendor should deploy qualified engineers having experience in similar type of jobs to
execute/supervise the critical jobs like system integration, PLC integration, DCS/PLC integration
etc other than the regular project jobs.

40. SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENTS:


Supply of all equipment shall be from the original manufacturers as per Recommended
OEM/Vendor list (or from OEM’s authorised distributors/ licensee) or equivalent OEMs (except
those makes for which equipment quality and/or performance and/or service has been below
satisfactory level as per IOCL experience) meeting the criteria as given below. The purchase
order copies shall be raised in the name of original manufacturer (or from OEM’s authorised
distributor/ licensee) and entire test certificates, spares/ service support, statutory approvals
like ATEX/PESO/API/OIML/W&M (from deptt of Legal Metrology)/TUV/EXIDA etc (as
applicable) shall be made available from the original equipment manufacturer.
Equivalent OEM criteria:

Must comply to minimum technical specification and functional requirements given in the
tender. Better specifications are always acceptable.

Availability of all statutory certificates for the respective equipment make/model

Availability of PAN India service network to meet the desired level of quality, uptime and
service level requirement during project and maintenance as specified in the tender
Vendor needs to submit required substantiating documents and undertaking in this regard to
IOCL, before finalising the OEM by him for procurement of concerned bought out items. This
sharing of information with substantiating documents and undertaking will not absolve the TA
vendor from his responsibility with respect to appropriate and preferably best OEM selection,
successful Project implementation and successful Warranty completion including desired
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 53
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

performance level and uptime of the equipment/s during commissioning, SAT as well as
warranty period.
Notwithstanding the above, following clauses shall also apply in such cases:

IOCL will have the liberty to select any of the items of such make / model at random basis ,
before dispatch and/or on receipt at site and/or after installation and commissioning, for
testing in reputed laboratory in India/ Country of origin as decided by IOCL to verify the
conformity wrt technical specifications and statutory approvals. In case the sample is drawn
after installation/commissioning, during the period of drawal of sample and till the time the
said equipment is put back in operation the vendor shall have to provide suitable replacement
for uninterrupted operation of TA system at no additional cost to IOCL. The cost towards
transportation of the sample to the specified laboratory, cost towards testing and any other
associated cost shall have to be borne by the vendor. If it is found that the test result is not in
conformity of the minimum technical specification mentioned in the tender and/or statutory
approvals are not in order, vendor shall be liable to replace all the equipments of such make
and model immediately at his own cost.

In case of poor performance of the equipment wrt repetitive hardware or software failure
and/or failure in terms of non compliance to performance parameters and/or not meeting the
desired service level requirement as specified in the tender during Project or during warranty,
the TAS vendor has to replace all the equipments of the same make/model at his own cost.
This may lead to contractual action against the TA vendor including holiday listing, as deemed
fit.

Supply of all the cables must be IS standard / BS standard / EN standard complied as per
specification and wherever only a single standard (like IS) is followed, IS code/ISI should be
marked/embossed on outer sheath of the cables. One set of each type of cable sample must
be drawn by the vendor during pre dispatch stage and get it tested from Govt. approved
independent Laboratory/NABL accredited lab for ensuring compliance to the specifications
and the same test report should be a part of the dispatch clearance from the vendor’s side
(other than OEM’s own factory/QA test reports) subject to Cables test reports (in house as
well as 3rd party laboratory) meeting the Specification and test criteria successfully.

Another two samples of each type of the cables should be drawn from the field. One set should
be handed over to IOCL, who will have the sole discretion to get the sample tested at any
laboratory before acceptance. The 2nd set of sample to be retained by the TA vendor at least
till SAT.

The make of equipment shall mean the make/brand of equipment as indicated. Further, all
the materials/ equipment for works proposed shall be new and bought fresh for the works.
Necessary proof of documents shall also be submitted.

Vendor needs to obtain and produce (before SAT) the OEM inspected and certified
satisfactory installation and commissioning report for all critical field equipments. including
metering equipments and safety permissive accessories in TLF / TW, Tank gauging
equipments, DBBV, ROSOV, Barrier gate, BQD, CCTV equipments, PLCs, DCS/PLC, UPS, Servers.
However, it is upto the vendor to involve the other respective OEMs as well wrt installation
and commissioning of other equipments, considering the fact that notwithstanding the above
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 54
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

the onus of desired upkeep and stability of operation of the equipments till WARRANTY
PERIOD completion lies with the vendor.

41.INSURANCE
All goods supplied under the contract shall be fully insured by the vendor against loss or damage
incidental to manufacture or acquisition, transportation, storage, delivery and erection. The
vendor shall take comprehensive insurance policy in favour of IOCL before any payment is
released to the vendor by IOCL, for the value of CAPEX amount to the above effect without any
cost implication to IOCL. The insurance shall be valid till final bill for the CAPEX works is released.
IOCL won’t be responsible for any theft, damage or loss of equipment/s during the pendency of
the project. Insurance premium needs to be paid by the vendor.

43. Warranty Period:


The warranty period shall be for a period of two years after the successful completion of the
SAT & handling over the complete sytem by the vendor to IOCL or 36 months from the date
of receipt of last material delivery consignment at site (if the delay in conducting/completion
of SAT is not attributable to the vendor), whichever is earlier for items supplied as per BOQ.
Cost of all spares, equipments, instruments & services (Preventive & Breakdown) including
Resident Engineer/s support to take care of maintenance, has to be borne by the Vendor during
the warranty period.
It is the basic responsibility of the prospective bidders to carry out thorough survey of the
existing equipments in case of a brown field project before bidding and seek clarification during
Pre bid to understand which are the equipments IOCL will get rectified within IOCL scope and
what all the successful bidder is supposed to take over on as is where is basis and rectify on
their account.
It may be noted that during the Warranty period, Vendor will take complete responsibility for
any defect observed in any system/sub system/skid/equipment/instrument supplied by or
taken over by them. For integration of any IOCL/Third party supplied free issue items with TAS
during the above period, while the communication protocol and/or any other available details
shall be shared with the vendor by IOCL, no additional charges would be payable on account of
integration/any kind of SW modification on this account.

Any other hardware/ spares which are required to be replaced for smooth operations during
warranty period needs to be done at no additional cost to IOCL.
During WARRANTY PERIOD, TAS vendor to carry out any software modification, upgradation,
replacement/hardware upgradation, replacement required to ensure(a) desired system
performance level, response time as it was during SAT, (b) mitigation from any hardware
incompatibility, (c)mitigation from any software obsolescence,(d) compliance to any
compulsory requirement of migration to new software platform or (e) integration with any SAP
protocol amendment/addition on IOCL's part (within the scope of ERP system in vogue) wrt
communication with TAS . All SW /HW modifications beyond SOR line items shall be in the scope
of the vendor without any financial implication to IOCL.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 55
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

The software at running location will be replaced/ upgraded with upgraded version of TAS
software in case the same is required to take care of any bugs and latest logic and functional
features at vendor’s cost.
During the WARRANTY PERIOD, Vendor will hold at least the inventory of minimum spares at
the site required for maintaining the system in uninterrupted operating condition. Preventive
maintenance schedule (including servicing as well as component/parts/complete replacement
schedule) for all equipments and the entire TA system to meet the service level requirements
shall be developed by the vendor in line with respective OEM recommendation and vendor’s
own domain expertise/experience and the same shall be submitted to the location in the
beginning of every year of WARRANTY PERIOD.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 56
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

GUIDELINES FOR EVALUATION OF TAS CONTRACTORS’ PERFORMANCE

1.0 GENERAL
A system for evaluation of Contractors’ Performance is a key process and important to support
an effective Contracting and Project execution function of an organization.

2.0 RECOMMENDATION
The purpose of the proposed guideline is to put in place a system to monitor performance of
Contractors associated with the subject tender/works so as to support the contracting and
project management function in a manner to make it more effective and ensure timely
completion of various projects. Contractor’s Performance Evaluation Methodology is an
integral part of this tender and the job to be awarded.

3.0 METHODOLOGY
3.1 Standard Format for TAS Contractor’s Performance Review Worksheet (enclosed) shall be used
for evaluating Contractors’ Performance.
3.2 The performance evaluation of the Contractor shall be done (a) by the Site Engineer/ Site-in-
charge (at Site/SO) and the same shall be reviewed by SEH at State level (for SO based projects)
and (b) by the Site Engineer/Site in Charge at site/HO and the same shall be reviewed by
minimum DGM ranked officer at HO (for Greenfield projects). The Contractor performance shall
be rated based on the marks obtained as per Format.
3.3 Based on the performance rating obtained by the contractor, show cause notice shall be given
to the contractors having fair or unsatisfactory rating to represent his / their case by Site
Engineer/Site in Charge
3.4 After considering the representation from the Contractor, the performance rating of the
Contractor shall be finalized after due moderations (if applicable) with justifications.
3.5 Based on the Final Performance Rating of the Contractor, applicable actions as prescribed in
these guidelines shall be taken.
3.6 The guidelines shall be reviewed after 2 years.

4.0 EXCLUSIONS
None

5.0 PROCESS OF EVALUATION OF CONTRACTORS’ PERFORMANCE


5.1 The contractors’ actual performance vis-à-vis the Overall Progress finalized during Ordering
stage (* can be supplemented by the schedule finalised by IOCL during Kick Off Meeting,
considering various readiness) shall form the basis for the evaluation of performance of
contractor.
5.2 Stages of Evaluation:
For all Terminal Automation ( TAS ) jobs with Order value for Capex equal to or more than 10
Crores, performance evaluation shall be done in three stages (Sl no i to iii given below) . For TAS
jobs with Order value for Capex less than 10 Crores , performance evaluation shall be done in
two stages (Sl no i and ii given below).
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 57
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

5.2.1 Stages:
i) First performance evaluation shall be done at 50% schedule timeline stage, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
ii) Second performance evaluation shall be done at 100% schedule timeline stage, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
iii) Last and Final performance evaluation shall be done after job completion, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
Note:
1) Performance evaluation for stages against SN (i) and (ii) shall be completed within a
period of 02 (two) months after achieving the designated schedule milestone stage.
It would be necessary and pre requisite to complete and conclude the delay analysis
for the period of evaluation prior to performance evaluation of the Contractor for
the same period.
2) Performance evaluation for stages against SN (iii) shall be completed within a period
of 03 (three) months after achieving the designated schedule milestone stage. It
would be necessary and pre requisite to complete and conclude the delay analysis
and time extension (if applicable) for the period of evaluation prior to performance
evaluation of the Contractor for the overall works.

5.3 Allocation of Marks

5.3.1 At each stage, marks shall be allocated on proportionate basis for actual physical progress
achieved w.r.t. schedule physical progress considering schedule progress and delays on IOCL
account (at evaluation stage).

5.3.2 In order to take care of delays not attributable to the Contractor delay analysis shall be carried
out in detail and effect of delays not attributable to the Contractor on the overall progress
and schedule progress shall be worked out accordingly for the purpose of calculating marks.

5.4 Performance Rating:


Depending upon the Total Marks obtained by the contractor, the performance rating of the
contractor shall be finalized as under:

SN % age of Marks obtained Performance Rating


1 >= 80% Very good
2 >= 60% but < 80% Good
3 >= 50% but < 60% Fair
4 < 50% Unsatisfactory

5.5 Evaluation Methodology and Action wrt each performance Review/Rating at any stage :
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 58
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Performance Recommended Action


Rating
Very Good No further action; Letter of appreciation may be issued , motivating the
contractor to maintain the same level of Work or even do better
Good Letter to the contractor for improving the performance in future
Fair/Unsatisfactory Show cause notice shall be given to the contractors having fair or
unsatisfactory rating to represent his / their case.
After considering the representation from the Contractor, the performance
rating of the Contractor shall be finalized after due moderations (if
applicable) with justifications.
After the Final Performance Rating of the Contractor is worked out and the
same still works out to be either Fair or unsatisfactory, the following modus
operandi to be adopted :
a) The average of the ACTIVE performance rating (including the rating
for the current job at current milestone level) of the Contractor on
all India basis for Marketing Division shall be worked out.
ACTIVE performance rating of the contractor refers to all mid-term and
all final performance ratings of all projects (including the project under
evaluation) wherever the Contractor is working/has been working on
PAN India basis for Marketing Division.
ACTIVE performance rating of the concerned contractor for only those
Performance Evaluation shall be considered here , where the evaluation
methodology is same as proposed and also , performance rating
approval are not older than 6 months wrt the date of the current
performance rating for the job.
b) In case the average of the ACTIVE performance rating on PAN India basis
comes out to be Very Good or Good, letter to the contractor to be issued
for improving the performance in future. This is in view of the fact that
the rating for the job under evaluation has been Fair or Unsatisfactory.
c) In case the average of the ACTIVE performance rating on PAN India basis
comes out to be Fair, SHOW-CAUSE NOTICE cum Warning letter for poor
performance in all India level as well as concerned Project level to be
issued to the Contractor, with clear warning for immediate & time
bound improvement of performance.

d) Necessary actions to be initiated in line with the Corporation’s laid


down procedure for putting the party in the Holiday list in either of
the following two cases :
i) In case the average of the ACTIVE performance rating on PAN India basis
comes out to be Fair successively second time for the same project , or
ii) In case the average of the ACTIVE performance rating on PAN India basis
comes out to be Unsatisfactory at any point of time as per the above
process,
Example:
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 59
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Performance Recommended Action


Rating
Say, the First performance evaluation of a specific project work for a
Contractor is under consideration. Let’s assume, initial performance
rating worked out is 40% (equivalent to unsatisfactory) , which comes
to 55% (Fair) after considering the representation from the Contractor
and with necessary moderations.
Say the Performance Rating of the same Contractor for 3 other works
with total 5 nos. performance ratings (mid terms/final) are
80%,75%,70%,65% and 60%. These ratings evaluation (approvals) are
not older than 6 months wrt the date of the above referred
performance.
Hence the, average ACTIVE performance rating of the contractor for the
subject work (under evaluation) shall be (80+75+70+65+60+55)/6 ie
67.5 which is in Good category. Hence the action should be in line with
(b) above.
NOTE :
1) It is obvious that when the proposed policy comes into effect , there
won’t be any previous performance rating . Hence, for all practical
purpose there won’t be any relevance of Average Active performance
rating till such time , at least two ratings are generated for a Contractor
for same/various projects. In such instances , only the concerned
project’s rating shall become the evaluating criteria for deciding the
action.
2) Terms and Conditions of the Tender/Contract and IOCL’s all extant
policy guidelines for actions wrt poor performance, safety and/or any
other defaults on Contractor’s part shall in any case prevail and remain
in force. The actions mentioned above wrt the various performance
rating are going to be supplementary to the same.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 60
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

TAS Contractor’s Performance Review Worksheet

Contractor Name : ______________________

Contractor Code :__________________

Work Order No & Date: __________

Work Order Amount : Rs.__________

Scheduled Completion period : _______

Date of Start : _________

Evaluation Stage 1 – If Applicable : Yes/No

Scheduled Date of Completion at 50% scheduled timeline (without considering any delay adjustment
not attributable to the contractor):

Scheduled Date of Completion at 50% scheduled timeline (considering delay adjustments not
attributable to the contractor):

Executed job value at 50% scheduled timeline (considering delay adjustments not attributable to the
contractor), which is due for payment:

Payments released at 50% scheduled timeline (considering delay adjustments not attributable to the
contractor):

Evaluation Stage 2 – If Applicable : Yes/No

Scheduled Date of Completion at 100% scheduled timeline (without considering any delay adjustment
not attributable to the contractor)

Scheduled Date of Completion at 100% scheduled timeline (considering delay adjustments not
attributable to the contractor)

Executed job value at 100% scheduled timeline (considering delay adjustments not attributable to the
contractor), which is due for payment:

Payments released at 100% scheduled timeline (considering delay adjustments not attributable to the
contractor):
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 61
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Evaluation Stage 3 – If Applicable : Yes/No

Scheduled Date of Completion at 100% scheduled timeline (without considering any delay adjustment
not attributable to the contractor)

Scheduled Date of Completion at 100% scheduled timeline (considering delay adjustments not
attributable to the contractor)

Actual Date of Completion: ___________

Final executed works and bill value after job completion:


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 62
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Violation of
applicable safety,
health and
environment
No instances of Violation leading to
related norm with Violation leading
Safety Lapses, Physical Injury :
penalty of Rs. to Fatal accident :
availability of PPE
1 Safe Work Practises 15 5000/- per
– 5 marks deduction
occasion : Full (15) Marks
for each instance of
deduction
Full Marks (15) penalty
3 marks deduction
for each instance
of penalty

Timely completion of
2 25
Works
Within Time as
per WO ( * can
be supplemented
by the schedule
delay > 30 days &
Mobilisation Time finalised by IOCL delay =< 30 days : delay > 60 days :
=<60 days :
a (Actual handing over 3 during Kick Off
at Site) Meeting, 2 Marks Nil Marks
1 Mark
considering
various readiness)
- Full Marks (3)

Within Time as delay =< 15 days : delay > 30 days :


b Detail Engineering 3
per WO ( * can
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 63
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
be supplemented 2 Marks delay > 15 days & Nil Marks
by the schedule =<30 days :
finalised by IOCL
during Kick Off 1 Mark
Meeting,
considering
various readiness)
– Full marks (3)
Within Time as
per WO ( * can
be supplemented
Timely ordering and by the schedule delay > 30 days &
delay =< 30 days : delay > 60 days :
procurement of finalised by IOCL =<60 days :
3
c bought out during Kick Off
2 Marks Nil Marks
equipment Meeting, 1 Mark
considering
various readiness)
– Full marks (3)
Within Time as
per WO ( * can
Timely submission (
be supplemented
preferably by Kick Off
by the schedule delay > 15 days &
meeting/ Detail Engg delay =< 15 days : delay > 30 days :
finalised by IOCL =<30 days :
d timeline) of
3 during Kick Off
comprehensive list of 2 Marks Nil Marks
Meeting, 1 Mark
required IOCL
considering
deliverables/readiness
various readiness)
– Full marks (3)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 64
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
>= 30% & =< 50% :
Percentage cash flow < 30 % :
> 60% - Full Marks > 50% & =<60% :
e against WO Value till 3
(3) 2 marks 1 mark
original CDD Nil marks
Deliveries made
as per
Construction
programme
Material supply - delay by 1 -15 days delay by 16 -30 delay beyond 30
f 3 prepared during
delivery made on time -2 Marks days -1 Marks days –Nil Marks
commencement /
Kick Off Meeting
– Full marks (3)

Price Adjustment
for > 5% & =< 7.5
Within time % or
Price Adjustment Price Adjustment
including Delay > 70 days & Price Adjustment
for delay =< 2.5 % for > 2.5% & =< 5 %
acceptable delay =< 105 days on > 7.5% or
or or
Completion Time – on IOCL’s part or Contractor’s part : Delay > 105 days
Delay <= 35 days Delay >35 days &<=
g Complete 3 Extensions on Contractor’s
on Contractor’s 70 days on
Commissioning granted 1 mark part :
part : Contractor’s part :
(wherever
approved) - Full Nil Marks
2 marks 1.5 marks
marks (3)

Completion Time – System gets System gets System gets System gets System gets
h 4
Stablisation stabilised =< 60 stabilised by > 60 stabilised by > 75 stabilised by > 90 stabilised > 105
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 65
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
(Excluding delay not days from date of days & =< 75 days days & =< 90 days days & =< 105 days from date of
attributable to SAT – Full marks from date of SAT : from date of SAT : days from date of SAT :
Vendor) (4) 3 marks 2 marks SAT :
1 marks Nil marks
3 Quality of Work 25
Recoveries /
Recoveries /
Recoveries / Amount witheld
Nil recoveries; Nil Amount witheld for
Amount with held for rectification in
with hold for rectification in Final
Recoveries due to for rectification in Final Bill is > 5 %
a 3 rectification : Bill is > 2 % & =<5
deficiency in work Final Bill is =< 2 % of Executed Value
% of Executed
of Executed value : :
Full (3) marks value :
2 marks
1 mark
Nil marks
Punch points prior to
project takeover (post > 20 punch points
NIL punch points =< 10 punch > 10 & =< 20 punch
SAT) within –
b 3 : points : points :
contractual scope of
- Full (3) Marks 2 marks 1 mark
work and as per Nil marks
available front
Availability and
implementation of of
Achievement >= Achievement : >= Achievement : >= Achievement : <
QAP Documentation
c 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
for Procurement /
Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
Installation &
Commissioning
Quality of SIC as per SIC as per SIC as per SIC in some cases
d
Products/System 3 recommended recommended recommended not as per
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 66
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
provided wrt brand vendor list (most vendor list (Not vendor list : not the recommended
reputation and reputed makes) the best reputed best reputed vendor list or
performance and without any makes) ; however makes and/or equivalent makes
inferior without any equivalent makes ; with inferior
performance inferior with inferior performance
record in IOCL in performance performance record in IOCL :
the past : Full record in IOCL in record in IOCL Nil marks
Marks (3) the past : 2 marks (which could be
eventually
resolved) in the
past : 1 mark
Achievement >= Achievement : >= Achievement : >= Achievement : <
Quality of
e 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
workmanship
Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
Availability of as built
drawings, documents, Achievement >= Achievement : >= Achievement : >= Achievement : <
f statutory certificates, 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
user manuals, Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
protocol documents
Compliance to Achievement >= Achievement : >= Achievement : >= Achievement : <
g performance 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level :
parameters Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
Cumulative down Cumulative down Cumulative down Cumulative down Cumulative down
time of Critical time of Critical time of Critical time of Critical time of Critical
Stability and uptime
h 4 equipments and equipments and or equipments and or equipments and equipments and
of the system
or the Core the Core the Core or the Core or the Core
Automation Automation Automation Automation Automation
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 67
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
system/s : NIL – 4 system/s upto 24 system/s for > 24 system/s for > 36 system/s for > 48
marks hours – 3 marks hours and =<36 hours and =<48 hours : Nil marks
marks – 2 marks marks – 1 mark
Relationship/ Work
4 Interface 10
Management
More than 3 nos
No major 1 no. major 2 no. major 3 no. major
With sub vendor / major
complaint/dispute complaint/dispute complaint/dispute complaint/dispute
sub-contractors / complaint/dispute
a 4 received affecting received affecting received affecting received affecting
Other vendors or received affecting
the Works – Full the Works – 3 the Works – 2 the Works – 1
OEMs the Works – NIL
marks(4) marks marks mark
marks
More than 2 nos
No major 1 no. major 2 no. major
major
complaint/dispute complaint/dispute complaint/dispute
With Statutory complaint/dispute
b 3 received affecting received affecting received affecting
authorities received affecting
the Works – Full the Works – 2 the Works – 1
the Works – NIL
marks(3) marks marks
marks
More than 2 nos
No major 1 no. major 2 no. major
major
complaint/dispute complaint/dispute complaint/dispute
complaint/dispute
c With Location 3 received affecting received affecting received affecting
received affecting
the Works – Full the Works – 2 the Works – 1
the Works – NIL
marks(3) marks marks
marks
5 Project Management 10
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 68
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Site engineers/in
Site engineers/in Site engineers/in
charges profile (a)
charges profile : charges profile :
as per contract
Either not Neither qualified
Qualification and requirement , or
qualified engineer engineer Nor
a experience of site 4 (b) qualified
Or not having having domain
representative engineer with
domain expertise expertise and
domain expertise
and experience - 2 experience - Nil
and experience -
Marks Marks
Full Marks (4)
Submission of all
Submission of all
the desired reports
the desired reports
Timely submission along with
Submission of along with
of all the desired hindrance register
monthly progress hindrance register
reports along duly filled up and
reports and duly filled up and
with hindrance certified , with
b submission of 2 certified , with
register duly cumulative delay
hindrance register cumulative delay >
filled up and =< 15 days wrt
duly filled up and 15 days wrt desired
certified : Full desired schedule
certified schedule during
Marks (2) during evaluation
evaluation period :
period : One
Nil Marks
Mark (1)
Pending Pending Pending Pending Pending
Responsiveness to tasks/punch tasks/punch tasks/punch tasks/punch tasks/punch
attend the pending points/issues points/issues points/issues points/issues points/issues
c 4
tasks/punch resolved in =< 1 resolved in > 1 resolved in > 1.5 resolved in > 2 resolved after 2.5
points/issues month – Full month & =< 1.5 month & =< 2 month & =< 2.5 months – Nil
marks (4) months – 3 marks months – 2 marks months – 1 marks marks
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 69
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Capacity for resource
6 deployment / 15
Financing

Achievement >= 90% level, Full Marks (8)


Achievement >= 85% &< 90% level, 7 Marks
Achievement >= 80% &< 85% level, 6 Marks
Achievement >= 75% &< 80% level, 5 Marks
Adequate manpower
a 8 Achievement >= 70 % &< 75 % level, 4 Marks
/ machinery deployed
Achievement >= 65% &< 70% level, 3 Marks
Achievement >= 60% &< 65% level, 2 Marks
Achievement >= 55% &< 60% level, 1 Mark
Achievement < 55 % level, NIL Marks

Cumulative Cumulative affected Cumulative


Instances of work Nil slowdown / Cumulative
affected period > period > 40 days & affected period
b slowdown / stoppage 7 stoppages - Full affected period =<
20 days & =< 40 =< 60 days - 1 > 60 days - Nil
due to site finance Marks (7) 20 days - 5 marks
days - 3 marks marks marks
Total 100
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 70
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- H

PAYMENT TO VENDORS THROUGH ELECTRONIC MODE

Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by
the Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account
details of the Vendor is required.
Tenderers are requested to submit their Consent Letter as per the format given below along with the
enclosures as required:-
Dated :
To ,
M/s Indian Oil Corporation Ltd.
Address
Dear Sir ,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode” .
The desired bank account details are given below :
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e IOCL Vendor )
3. Name of the Beneficiary’s Bank

4. Address of the Beneficiary’s Bank Branch


5. Contact details of Branch with STD Code
6. Beneficiary’s Bank Account No. ( as per cheque copy
)
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)

A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.

( Signature of Account Holder )


Seal of the Vendor
Encl : Cancelled Cheque
**** We hereby confirm that the above bank account details of beneficiary are correct in all respects
and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of Bank & Branch)


Authorized Signatory

**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 71
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- I

SAFETY DECLARATION

I/We hereby declare and confirm that;

1. I/we shall strictly adhere to safety standards stipulated in the Safety Practices during construction
stipulated in the Oil Industry Safety Directorate (OISD) without exception.

2. I/we shall provide, without any exception, safety helmets & safety shoes to all our
employees/workmen/ labourers working at IOC locations (Retail Outlets, Consumer Outlets,
Depots, Terminals, AFS’s or any other location not specified here) for the purpose of rendering
services to the Corporation under the subject Contract

3. I/ We shall provide, without any exception, Safety Belts to all our workmen/ lobourers working at
heights (Including building roof top, canopy roof top etc) for the purpose of rendering services to
the Corporation under the subject Contract

4. I/We have read and understood the provisions of Clause 16 of the Special Terms & Conditions of
Contract regarding safety at worksites.

5. I/We shall be bound to pay a penalty of Rs. 5000/- for every incident of non-provision of safety
shoes/ safety helmet/ safety belts occurring during the pendency of the contract.

6. I/We shall take safe height working permit for working at heights.

7. I/We shall be solely responsible for any accident resulting from unsafe practices or due to non-
adherence to safety standard stipulated by the OISD. Any injury / loss of life resulting from the
above shall be solely at our risk & cost and we shall bear and pay solely and absolutely all costs,
charges and expenses including legal charges incurred in this connection.

8. That the Corporation is not bound to be responsible, legally or otherwise, for any acts and/or
consequences of unsafe practices during execution of works during the pendency of the contract.
9. The person signing this declaration is the authorized signatory.
Signature:
Name:
Address:

Date:
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 72
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE-J

INDEMNITY BOND UNDERTAKINGS PERFORMA ‘A’ (FOR PF)


(To be executed if Applicable on obtaining work order)
(On Rs. 50/-Stamp Paper - to be typed in double spacing)

From : M/s. .............................................................................................................


(Contractors)

To : M/s. INDIAN OIL CORPORATION LIMITED


Sub.: (1) Work Order No. ..................…....................... , dated..................
(2) Agreement No. ..............................................., dated.....................

THIS INDEMNITY BOND/ UNDERTAKING executed at ..................... this ................day ...................... of


............. 20 ……. by Messers ......……...................................................…. hereafter called the
“Contractors” (which expression shall mean and include if the context so admits, the partners or
partner for the time being of the Firm and their or his respective heirs, executors and administrations
its successors and assigns in law) in favour of INDIAN OIL CORPORATION LTD. a Company
incorporated under the Company Act I of 1956 and having its Registered Office at G-9, Ali Yavar Jung
Marg. Bandra (East), Bombay 400051, hereinafter called “the Corporation” (which expression shall
include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work order No.
___________ dated ___________ issued by the Corporation on the Contractors has caused drawings,
specifications and bill of quantity showing and describing the work to be done prepared and the
same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have
agreed with the said work Order upon certain terms and conditions provided in the Agreement
executed between the Contractors and the Corporation and also contained in the General Conditions
of contract attached thereto.
AND WHEREAS the Contractor are bound by law to comply with the provisions of various Labour Laws
like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant Workmen
(Regulation of Employment and Conditions of Service) Act 1979, Contact Labour (Regulation and
Abolition) Act 1970, Workmen’s Compensation Act 1923, Employees State Insurance Act as also the
Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged by the
Contractors but amenities and facilities to the workers under the different labour laws, not only the
contractors but also the Corporation as the principal employer becomes liable for the acts of omission
and commissions by the Contractors.
IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to

indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractor hereby undertake to furnish a certificate with regard to the number of labourers
employed by them in the Corporation in other ordination throughout the country to the
Location in-charge of the Corporation where the work is undertaking by the Contractors.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 73
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour
(Regulation and Abolition) Act 1979 as amended from time to time and that they undertake to
furnish a certified copy of the requisite License obtained by the Contractors from the competent
authority to the corporation’s representative.
3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will
give opportunity to the officers of the Corporation to supervise the same and confer upon the
Corporation’s representative the right to countersign the said register. The Contractors shall
provide a copy of pay sheets to the Location in-charge of the Corporation and also confer the
right of wages to the labourers on the spot whenever required by the Corporation.
4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act,
particularly with regard to the enrolment of labourers as a member of Provident Fund. The
Contractors further confirm that they are aware of the provisions and that they are obliged to
recover Provident Fund contribution from the eligible labourers engaged by them and after
adding their own contribution, remit the same to RPFC. The contractors state and confirm that
are fully aware of their obligation remit the said amounts on account of Provident Fund to the
RPFC within the prescribed period and that they have obtained a separate code number from
the Regional Provident Fund Commissioner which is bearing Sanction No. dated ...…............
from ..……........ RPFC.
5. The Contractors will afford all opportunities to the Corporation whenever required to verify that
the Provident Fund is actually deducted by the Contractors from the wages of the labourers and
the same together with the Contractors’ contribution has been duly remitted by the Contractors
to the concerned P.F. Commissioners. The Contractors also undertake to provide photocopy of
the receipt issued by the concerned P.F. Commissioner for having received the P.F. contribution
from the Contractors.
6. In the event the location in-charge of the Corporation is not satisfied about the payment of
wages made and the recovery of P.F. etc. from the labourers employed by the Contractors, the
Contractors hereby agree and authorize the contractor’s complete all their obligations.
7. Notwithstanding the provisions contained in clause 6 above, the Corporation hereby undertake
and authorize the Corporation to recover dues payable by the Contractors to the labourers
employed by them as also amounts on account of P.F. contributions (including the Contractors’
contribution) as also all losses, damages, costs, charges, expenses, penalties from their bills and
other dues including the security amounts.
8. The Contractors hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein above
and that no violation of the provisions of various amenities and facilities to the workers under
different laws has been done by them and in the events of any past or future violation of the
various labour laws, the contractors shall indemnify and keep the Corporation duly indemnified
against all losses, damages, costs, expenses, penalties, suits or proceeding which the
Corporation may incur, suffer or be put to.
9. The contractors hereby agree that the aforesaid indemnity undertaking are in addition to and
not in substitution of the terms and conditions contained in the tender documents and the work
order and also the Agreement executed by the Contractors with the Corporation.
10. The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors,
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 74
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

administrators and legal representatives and shall ensure for the Corporation’s benefit and for
the benefit of its successors and assigns.
Date :
Yours faithfully,
Contractor’s Name and Signatures
Witness (1) ..............................................................................................
(Full address) ..............................................................................................
..............................................................................................
Witness (2) ..............................................................................................
(Full address) ..............................................................................................
..............................................................................................
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 75
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

INDEMNITY BOND UNDERTAKINGS PERFORMA ‘B’ (FOR PF)


(To be executed if Applicable on obtaining work order)
(On Rs. 50/-Stamp Paper - to be typed in double spacing)

From: M/s. ......................................................................................................................


Contractors
To: M/s. INDIAN OIL CORPORATION LIMITED

Sub.: (1) Work Order No. ................................................, date..................


(2) Agreement No. ................................................, date..................

THIS INDEMNITY BOND/ UNDERTAKING executed at..........................this.......... day …………… of


........................ 20….. by Messers ................................................ hereinafter called “The Contractors”
(which expression shall mean and include, if the context so admits, the partners or partner for the
time being of the Firm and their or his respective heirs, executors and administrations its successors
and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated under
the Company Act I of 1956 and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung
Marg. Bandra (East), Bombay 400051, hereinafter called “The Corporation’ (which expression shall
include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work order No.
.................... dated........... issued by the Corporation on the Contractors: has caused drawings,
specifications and bill of quantity showing and describing the work to be done prepared and the
same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have
agreed with the Corporation to execute and perform the said work specified in the said Work Order
upon certain terms and conditions provided in the Agreement executed between the Contractors
and the Corporation and also contained in the General Conditions of contract attached thereto.
AND WHEREAS the Contractors are bound by law to comply with the provisions of various Labour
Laws like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979,
Contract labour (Regulation and Abolition) Act 1970, Workmen’s Compensation Act 1923, Employees
State Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of
the provisions of various amenities and facilities to the workers under the different labour laws ,
not only the Contractors but also the Corporation as the principal employer becomes liable for the
acts of omissions and commission by the Contractors.
IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to
indemnify and keep indemnified the Corporation as stated hereinafter.
1. The Contractors hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in Corporation/ in other organization throughout the country to
the location in charge of the Corporation where the work is undertaking by the Contractors.
2. The Contractors hereby confirm and state that they are duly registered under Contract Labour
(Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to
furnish a certified copy of the requisite License obtained by the Contractors from the competent
authority to the Corporation’s representative.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 76
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will
give opportunity to the officers of the Corporation to supervise the same and confer upon the
Corporation’s representative the right to countersign the said register if so required by the
Corporation. The Contractor shall provide a copy of the pay sheets to the Location in-charge of
the Corporation nominated by the Corporation for supervision of the payment of wages made
to the labourers by the contractors and also confer the right on the Corporation for supervision
of the payment of wages made to the labourers by the contractors and also confer the right on
the Corporation‘s representative to supervise the payment of wages to the labourers on the
spot whenever required by the Corporation.
4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act, and
the rules made thereunder. The Contractors hereby confirm that the said act and the rules made
thereunder are not applicable to them since they have not employed labourers exceeding
______ at any time and that the labourers so far employed were also not on continuous basis.
The contractors further confirm in this regard that no worker employed by them is in service
for circumstances none of the workers employed by them is eligible for P.F. benefits under the
said Act. The Contractors therefore state that they are exempted from the purview of the said
ACT and the rules made thereunder and they are therefore not required to obtain a separate
code No. from the R.P.F.C.
5. The Contractors hereby undertake and agree that in event of any claim on account of P.F.
liabilities arising in future, they shall keep the Corporation duly indemnified against all losses,
damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur,
suffer or be put to on that account.
6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply
with the provisions of various labour laws, particularly those referred to herein above and that
no violation of the provisions of various amenities and facilities to the workers under different
laws has been done by them and in the events of any past or future violation of the various
labour laws the contractors shall indemnify and keep the Corporation duly indemnified against
all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may
incur, suffer or be put to.
7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and
not in substitution of the terms and conditions contained in the tender documents and the work
order and also the Agreement executed by the Contractors with the Corporation.
8. The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors,
administrators and legal representatives and shall ensure for the Corporation’s benefit and for
the benefit of its successors and assigns.
9. That all questions, issues, disputes and differences between the contractor and the Corporation
arising under this indemnity bond/undertaking shall be referred to arbitration in the same
manner as indicated in the contract dt ________ executed between the contractors and the
Corporation.

Date :
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 77
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Yours faithfully,

Contractor’s Name and Signatures

Witness (1) ..............................................................................................


(Full address) ..............................................................................................
..............................................................................................
Witness (2) ..............................................................................................
(Full address) ..............................................................................................
..............................................................................................
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 78
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- K

INDEMNITY BOND UNDERTAKING FOR ESIC


(On acceptance of tender, this undertaking shall be submitted stamp paper of appropriate value)

THIS INDEMNITY BOND/ UNDERTAKING executed at


……………………………………………….this………………………………………..day of ……………………………..by M/s.
…………………………………….……………………………………………………………………… hereinafter called the
“Contractors” (which expression shall mean and include if the context so admits, the partners or
partner for the time being of the Firm and their or his respective heirs, executors and administrators;
its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company
incorporated under the Companies Act I of 1956 and having its Registered Office at G-9, Ali Yavar Jung
Marg, Bandra (East), Mumbai 400 051, herein after called “the Corporation” (which expression shall
include its successors and assigns in law).

AND WHERE the Contractors are bound by law to comply with the provisions of various Labour Laws
like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract
Labour (Regulation and Abolition) Act 1970, Workmens Compensation Act 1923, Employees State
Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of the
provisions of various amenities and facilities to the workers under the different labour laws, not only
the Contractors but also the Corporation as the principal employer becomes liable for the acts of
omissions and commission by the Contractors.

IT IS THERFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to


indemnify and keep indemnified the Corporation as stated hereinafter:

1. The Contractors hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in Corporation / in other organization throughout the country to
the Location In Charge of the Corporation where the work is undertaken by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour
(Regulation and Abolition) Act 1970 as amended from time to time and that they undertake
to furnish a certified copy of the requisite Licence obtained by the Contractors from the
competent authority to the Corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and
will give opportunity to the officers of the Corporation to supervise the same and confer upon
the Corporation’s representative the right to countersign the said register if so required by
the Corporation. The Contractor shall provide a copy of the pay sheets to the Location In
Charge of the Corporation nominated by the Corporation for supervision of the payment of
wages made to the labourers by the contractors and also confer the right on the Corporation
for supervision of the payment of wages made to the labourers by the Contractors and also
confer the right on the Corporation’s representative to supervise the payment of wages to the
labourers on the spot whenever required by the Corporation.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 79
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

4. The Contractors state they are fully aware of the provisions of the ESIC Act, and the rules made
thereunder. The Contractors hereby confirm that the said act and the rules made thereunder
are not applicable to them since the labourers so far employed were not on continuous basis
and that they are exempted from the purview of the said Act and the rules made thereunder
and they are therefore not required to obtain a separate Code Number from the Regional ESIC
Office.

5. The Contractors hereby undertake and agree that in event of any claim on account of ESIC
liabilities arising in future, they shall keep the Corporation duly indemnified against all losses,
damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur,
suffer or to be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein above
and that no violation of the provisions of various amenities and facilities to the workers under
different laws has been done by them and in the events of any past or future violation of the
various labour laws the contractors shall indemnify and keep the Corporation duly
indemnified against all losses, damages, costs, expenses, penalties, suits or proceedings which
the Corporation may incur, suffer or be put to.

7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and
not in substitution of the terms and conditions contained in the Empanelment documents and
the Agreement executed by the Contractors with the Corporation.

8. The Contractor hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representative and shall ensure for the Corporation’s
benefit and for the benefit of its successors and assigns.

9. That all question, disputes and differences between the Contractor and the Corporation
arising under the bond/undertaking shall be referred to arbitration in the same manner as
indicated in the contract to be entered into between the Contractors and the Corporation for
the above Tender.

Signature:
Name & Address Seal:
Date:
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 80
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- L

DECLARATION

(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate value)

Sub. : Contract/Work Order No.......................................... Dated..………...............

1. We the Contractors hereby agree, undertake to faithfully observe and comply with the following
during the performance of the contract.
2. We shall
a) Deploy trained and competent employees who are physically fit and are not suffering from any
chronic or contagious diseases.
b) Be responsible and liable for payment of salaries, wages and other legal dues of our employees
for the purpose of rendering the services required by the Corporation under the above contract
and shall maintain proper books of account, records and documents. We shall however as the
employer, have the exclusive right to terminate the service of any of our employees and to
substitute any person instead.
c) Be responsible and liable for payment of salaries, wages and other legal dues of our employees
for the purpose of rendering the services required by the Corporation under the above contract
and shall maintain proper books of account, records and documents. We shall however as the
employer, have the exclusive-right to terminate the services of any of our employees and to
substitute any person instead.
d) Comply in all respects with the provisions of all statues, rules and regulations applicable to us and
/or to our employees and in particular we shall obtain the requisite license under the Contract
Labour (Regulation and abolition) Act 1970 and the rules made there under.
e) Ensure that our employees while on the premises of the Corporation or while carrying out their
obligations under the contract, observe the standards of cleanliness, decorum, safety and general
discipline laid down by the Corporation or its authorized agents and the Corporation shall be the
sole Judge as to whether or not we and/or our employees have observed the same.
f) Personally and exclusively employ sufficient supervisory personnel exclusively to supervise
the work of our employees so as to ensure that the services rendered under this contract are
carried out to the satisfaction of the Corporation.
g) Ensure that our employees will not enter or remain on the Corporation's premises unless
absolutely necessary for fulfilling our obligations under the contact.
h) Not do or suffer to be done in or about the premises of the Corporation anything whatsoever
which in the opinion of the Corporation may be or become a nuisance or annoyance or danger or
which may adversely affect the property, reputation or interest of the Corporation.
i) Not do so suffer to be done in or about the premises of the Corporation any thing whereby any
policy of insurance taken out by the Corporation against loss or damage by fire or otherwise may
become void or voidable.
j) Be liable for and make good any damage caused to the Corporation's properties or premises or
any part thereof or to any fixtures or fittings thereof or therein by any act, omission, default or
negligence on our part or on the part of our employees or our agents.
k) Indemnify and keep indemnified the Corporation, its officers and employees from and against all
claims, demands, actions, suits and proceedings, whatsoever that may be brought or made
against the Corporation by or on behalf of any person, body, authority and whatsoever and all
duties, penalties, levies, taxes, losses, damages, costs, charges and expenses and all other
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 81
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

liabilities of whatsoever nature which the Corporation may now or hereinafter be liable to pay,
incur or sustain by virtue of or as a result of the performance or non-performance or observance
or non-observance by us of the terms and conditions of the contact. Without prejudice to the
Corporation's other rights, the Corporation will be entitled to deduct from any compensation or
other dues to us the amount payable by the Corporation as a consequence of any such claims,
demands, costs, responsible for death, injury or accidents to out employees which may arise out
of or in the course of their duties on or about the Corporation's property is made liable to pay
any damages or compensation in respect of such employees, we here by agree to pay to
Corporation such damages or compensation upon demand. The Corporation shall also not be
responsible or liable for any theft, loss, damages or destruction of any property that belongs to
us our employees lying in the Corporation's premises from any cause whatsoever.

3. It is hereby declared that we are, for the purpose of this contract independent contractors and
all persons employed or engaged by us in connection with our obligations under the Contract
shall be our employees and not of the Corporation.

4. On the expiration of the contract or any earlier termination thereof, we shall forthwith remove
our employees who are on the Corporation's premises or an part thereof failing which, our
employees, agents, servants etc. shall be deemed to be trespassers and on their failure to leave
the Corporation's premises, the Corporation shall be entitled to remove all persons concerned (if
necessary use of force) from the Corporation’s premises and also to prevent them (if necessary
by use of force) from entering upon the Corporation's premises.

5. We hereby undertake and declare that, in the event the workmen / employees / person
engaged by us ("the Contractors' employees") to carry out the purpose hereof, attempt to claim
employment with the Corporation or attempt to be declared as employees of the Corporation or
attempt to become so placed, then in all such cases, we shall assist the Corporation in defending
all such attempts of the Contractor's employees AND we shall bear and pay solely and absolutely
all costs, charges and expenses including legal charges incurred or which may be incurred in
defending all such attempt and in any appeal or appeals filed by the Corporation therein or
relating thereto AND we hereby indemnify forever the Corporation against all such costs, charges
and expense including legal charges and against all and any loss, expenses or damages whether
recurring or not, financial or otherwise, caused to or incurred by the Corporation; as a result of
such attempt by the Contractors' employees.

6. It is hereby agreed that the Corporation shall be entitled to set off any debt or sum payable by us
either directly or as a result of vicarious of vicarious liability to the Corporation against any monies
payable or due from the Corporation to us against any monies lying or remaining with the
Corporation and belonging to us or any of our partners or directors.

Contractor's Signature Or Authorized Attorney


To be witnessed by Notary
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 82
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- M

UNDERTAKING FOR NON·ENGAGEMENT OF CHILD LABOUR


(on letter head of bidder)

I/ We hereby declare that:

a) We are committed to elimination of child labour in all its forms.

b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in any of our
work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other
applicable laws.

c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The Child
Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, in case the work is
awarded to us.

d) It is understood that if I/We, either before award or during execution of Contract, commit a
transgression through a violation of Article b /c above or in any other form, such as to put my/our
reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or
terminate the Contract, if already executed or exclude me / us from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the procedure
prescribed in the guidelines for holiday listing of the Owner.

e) I/We accept and undertake to respect and uphold the Owner's absolute right to resort to and impose
such exclusion.

Place:

Date:

Signature of Bidder:

Name of Signatory :
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 83
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- N

FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


(To be executed on Stamp paper of appropriate value)

1. In consideration of the Indian Oil Corporation Limited (hereinafter called ‘The Corporation’) having
agreed to accept from________________ (name of the tenderer) ( hereinafter called `the said
tenderer’) Earnest money in the form of Bank Guarantee, under the terms and conditions of
tender No._______________________dated _________ in connection with
_________________________________________________ (mention the details of the tender)
(hereinafter called “the said tender”), for the due observance by the said tenderer of the
stipulation to keep the offer open for acceptance for a period of _______ days from the date of
the opening of the tender and other stipulations of the tender we,
___________________________________(indicate the name of the bank) hereinafter referred to
as ‘the Bank’ at the request of ___________________________________________(mention the
name of the tenderer) do hereby undertake to pay on demand to the Indian Oil Corporation
Limited an amount not exceeding Rs. ____________________ in the event of the said tenderer
having incurred forfeiture of earnest money as aforesaid or for the breach of any of the terms or
conditions or the stipulations of the said tender and/ or the contract if awarded including but not
limited to non performance of the contract caused due to revision in price/ pricing basis after close
of the pricing part of the tender under an order of the Indian Oil Corporation limited.

2. We_____________________(indicate the name of the bank) do hereby undertake to pay the


amounts due and payable under this guarantee without any demur, merely on a demand from the
Indian Oil Corporation Limited stating that the amount claimed is due by way of forfeiture of
earnest money or any loss or damage caused to or suffered or would be caused to or suffered by
the Indian Oil Corporation Limited by reason of breach by the said tenderer any of the terms or
conditions or stipulations 3contained in the said tender or by reason of the tenderer’s failure to
perform the stipulations of the said tender. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this guarantee. However,
our liability under this guarantee shall be restricted to an amount not exceeding Rs. _______.

3. We __________________(indicate the name of the bank) undertake to pay to the Indian Oil
Corporation Limited any money so demanded notwithstanding any dispute or disputes raised by
the tenderer in any suit or proceeding pending before any court or Tribunal or arbitrator relating
thereto our liability under this present being absolute and unequivocal. The payment so made by
the bank under this bond shall be a valid discharge of our liability for payment there under and
the tenderer shall have no claim against us for making such payment.

4. We _________________(indicate the name of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the terms, conditions or stipulation of the said tender and that it shall continue
to be enforceable till all the dues of the Indian Oil Corporation Limited under or by virtue of the
said tender/ contract have been fully paid and its claims satisfied or discharged or till Indian Oil
Corporation Limited certifies that the terms and conditions of the said tender have been fully and
properly carried out by the said tender and accordingly discharge this guarantee. Unless a demand
or claim under this guarantee is made on us in writing on or before _______ we shall be discharged
from all liability under this guarantee thereafter.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 84
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

5. We____________________(indicate the name of the bank) further agree with the Indian Oil
Corporation Limited that the Indian Oil Corporation Limited shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said tender or to extend time of performance by the said tenderer
from time to time or to postpone for any time or from time to time any of the powers exercisable
by the Indian Oil Corporation Limited against the said tenderer and to forbear or enforce any of
the terms and conditions relating to the said tender and shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said tenderer or for any
forbearance, act or omission on the part of Indian Oil Corporation Limited or any indulgence by
the Indian Oil Corporation Limited to the said tenderer or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provisions have effect of so relieving
us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the
tenderer.

7. We, _________________(indicate the name of the bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Indian Oil Corporation
Limited in writing.

Dated the ___ day of ____ 20__


For ________________
(indicate the name of bank)

Place :
Date :
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 85
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE- O

BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT


(To be executed on Stamp paper of appropriate value)

1. In consideration of the Indian Oil Corporation Limited having its Registered Office at
_________________ (hereinafter called “The Corporation”) having agreed to exempt ________
(hereinafter called “The said Contractor(s) / Supplier(s) / -Seller(s)”) from the demand under the
terms and conditions of an Agreement dated _______ made between ________ and ___________
for ____________ (hereinafter called “The said Agreement”), of Security Deposit for the due
fulfillment by the said Contractor(s) / Supplier(s) / - Seller(s) of the terms and conditions contained
in the said Agreement, on production of a Bank Guarantee for Rs. _______ (Rupees _________
only), we ___________ (hereinafter referred to as “The Bank” at the request of ___________
Contractor(s) /Supplier(s) / - Seller(s) do hereby undertake to pay to the Corporation an amount
not exceeding Rs. ____________ against any loss or damage caused to or suffered or would be
caused to or suffered by the Corporation by reason of any breach by the said Contractor(s)
/Supplier(s) / - Seller(s), of any of the terms or conditions contained in the said Agreement.

2. We __________ ( indicate the name of the bank) do hereby undertake to pay the amounts due
and payable under this guarantee without any demur, merely on a demand from the Corporation
stating that the amount claimed is due by way of loss or damage caused to or would be caused to
or suffered by the Corporation by reason of breach by the said Contractor(s) / Supplier(s) / -
Seller(s) of any of the terms or conditions contained in the said Agreement or by reason of the
Contractor(s) / Supplier(s) ‘ failure to perform the said Agreement. Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the bank under this guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs._________

3. we undertake to pay to the Corporation any money so demanded notwithstanding any dispute or
disputes raised by the Contractor(s) / Supplier(s) / - Seller(s) in any suit or proceeding pending
before any court or Tribunal or Arbitrator relating thereto our liability under this present being
absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor(s) / Supplier(s) / - Seller(s) shall have no claim against us for
making such payment.

4. we, ____________ further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the
said agreement have been fully paid and its claims satisfied or discharged or till ___________
office / department at _____________ certifies that the terms and conditions of the said
agreement have been fully and properly carried out by the said Contractor(s) / Supplier(s) / -
Seller(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee
is made on us in writing on or before _______ we shall be discharged from all liability under this
guarantee thereafter.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 86
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

5. We, __________(indicate the name of Bank) further agree with the corporation that the
corporation shall have the fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said Contractor(s) / Supplier(s) / - Seller(s) from time to time
or to postpone for any time or from time to time any of the powers exercisable by the corporation
against the said Contractor(s) / Supplier(s) / - Seller(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement and shall not be relieved from our liability by reason
of any such variation or extension being granted to the said Contractor(s) / Supplier(s) / - Seller(s)
or forbearance, act or omission on the part of the corporation or any indulgence by the
corporation to the said Contractor(s) / Supplier(s) / - Seller(s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provisions have affect of
so relieving us.

6. This guarantee will not be discharged due to change in the constitution of the Bank or the
Contractor(s) / Supplier(s) / - Seller(s).

7. We, __________(indicate the name of Bank) lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the corporation in writing.

Dated the _______day of ______ 20__


For ___________________________
(indicate the name of Bank)

PLACE….
DATE……
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 87
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ANNEXURE-P

FORM OF CONTRACT
(On stamp paper of Rs 100/-)
(To be executed on award of the work)

THIS CONTRACT made at Mumbai this ___________ day of ____________ 201 BETWEEN INDIAN OIL
CORPORATION LTD., a Government of India Undertaking registered in India under the Indian
Companies Act 1956, having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East),
Bombay- 400 051 and the Headquarters at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051
Mumbai (hereinafter referred to as the "OWNER" which expression shall include its successors and
assigns) of the One Part; AND _____________ carrying on business in sole proprietorship/ carrying on
business in partnership under the name and style of ______________________ a Company registered
in India under the Indian Companies Act, 1913/ 1956 having its registered office at
_______________________ (hereinafter referred to/ as collectively referred to as the "Contractor"
which expression shall include his/ their/ its executors, administrators, representatives and permitted
assigns/ successors and permitted assign) of the other part:
WHEREAS
The OWNER desires to have executed the work of _______________________________ more
specifically mentioned and described in the contract documents (hereinafter called the 'work' which
expression shall include all amendments therein and/ or modifications thereof) and has accepted the
tender of the CONTRACTOR for the said work.
NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely

(a) This contract;


(b) Tender documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been
collectively marked Annexure 'A' while a copy of the letter of Acceptance of Tender along with
annexures thereto and a copy of Fax/Telegram of Intent dated ________ are annexed hereto
and said copies have been collectively marked as Annexure 'B".

ARTICLE – 2

Work to Be Performed

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the item
specified in the Contract documents,
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 88
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ARTICLE – 3

Compensation

3.1 Subject to and upon the terms and conditions contained in the Contract documents, the
OWNER shall pay CONTRACTOR compensation as specified in the Contract documents upon
the satisfactory completion of the work and/ or otherwise as may be specified in the Contract
documents.

ARTICLE – 4

Jurisdiction

4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming
the subject matter of the reference if the same had been the subject matter of a suit, any and all
actions and proceedings arising out of or relative to the contract (including any arbitration in terms
thereof) shall lie only in the court of competent civil jurisdiction in this behalf at Hyderabad (where
this Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have
jurisdiction to entertain and try any such action(s) and/ or proceeding(s) to the exclusion of all
other Courts.

ARTICLE – 5

Entire Contract

5.1 The Contract documents mentioned in Article - I hereof embody the entire Contract between
the parties hereto, and the parties declare that in entering into this Contract they do not rely
upon any previous representation, whether express or implied and whether written or oral,
or any inducement, understanding or agreements of any kind not included within the Contract
documents and all prior negotiations, representations, contacts and/ or agreements and
understandings relative to the work are hereby cancelled.

ARTICLE – 6

Notices
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with reference to
the Contract shall be deemed to have been sufficiently served upon the OWNER
(notwithstanding any enabling provisions under any law to the contrary) only if delivered by
hand or by Registered Acknowledgment Due Post to the Engineer in- Charge as defined in the
General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents or
otherwise available to the OWNER, any notice, order or other communication sought to be
served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed
to have been sufficiently served if delivered by hand or through Registered Post
Acknowledgement Due to the principal office of the CONTRACTOR at ___________________
or to the CONTRACTOR's representatives as referred to in the General Conditions of Contract
forming part of the Contract Documents.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 89
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ARTICLE-7

Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of
the Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be
deemed to be a waiver of such right, remedy, obligation or liability, as the case may be, by the
OWNER and notwithstanding such failure or delay, the OWNER shall be entitled at any time
to enforce such right, remedy, obligation or liability, as the case may be.

ARTICLE-8

Non-Assignability

8.1 The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR
and shall not on any account be assignable or transferable by the CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the place, day and
year first above written

SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD.
by..........................................

in the presence of
1.
2.

SIGNED AND DELIVERED for and on behalf of


.......................................... (CONTRACTOR)
by..........................................
(this day of _____________ 20___)
in the presence of
1.
2.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 90
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Annexure-Q

PERFORMA FOR DECLARATION ON NCLT / NCLAT / DRT / DRAT / COURT


RECEIVERSHIP/LIQUIDATION. (to be submitted in Bid Documents)

Tender No: ………………………………….


Bidder Name: ………………………………

I/We hereby declare that I/We/M/s.__________________________ declares that:

(I) I/We am/are not undergoing insolvency resolution process or liquidation or


bankruptcy proceeding as on date.
Or,
(II) I/We am/are undergoing insolvency resolution process or liquidation or
bankruptcy proceeding as on date as per details mentioned below. (Attached
detail with technical bid)
Note:- Strike out which is not applicable.

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd shall
have the right to reject my/our bid, and forfeit the EMD. If the bid has resulted in a contact,
the contract will be liable for termination without prejudice to any other right or remedy
(including black listing or holiday listing) available to Indian Oil Corporation Ltd.

Place: Signature of Bidder


Date: Name of Signatory
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 91
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

GENERAL CONDITION OF CONTRACT ALONG


WITH APPENDIX-III

(Attached Separately)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 92
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

TECHNICAL DOCUMENT
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 93
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ABBREVIATIONS & NOTATIONS

Unless otherwise specified, following abbreviations & notations shall be applicable to document.
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
A/G ABOVE GROUND
ACS ACCESS CONTROL SYSTEM
ANSI AMERICAN NATIONAL STANDARDS INSTITUTE
AOPS AUTOMATIC OVERFILL PROTECTION SYSTEM
API AMERICAN PETROLEUM INSTITUTE
ATEX ATMOSPHÈRES EXPLOSIBLES
ATF AVIATION TURBINE FUEL
BAE BULK AIR ELIMINATOR
BCU BATCH CONTROL UNIT
BG BANK GUARANTEE
BQD BAY QUEUE DISPLAY
BV BALL VALVE
CCTV CLOSED CIRCUIT TELEVISION
CENELEC EUROPEAN COMMITTEE FOR ELECTRO TECHNICAL STANDARDIZATION
CI CAST IRON
CIU COMMUNICATION INTERFACE UNIT
CM/cm CENTIMETER
CPU CENTRAL PROCESSING UNIT
CR COTROL ROOM/ CARD READER
CRTV CONE ROOF VERTICAL TANK
CS CARBON STEEL
CSA CANADIAN STANDARDS ASSOCIATION
CUM/cum/m3 CUBIC METRE
DBBV DOUBLE BLOCK AND BLEED VALVE
DCS/PLC DISTRIBUTED CONTROL SYSTEM
DCV DIGITAL CONTROL VALVE
DG DIESEL GENERATOR
DIA/dia/F DIAMETER
DIN DEUTSCHES INSTITUT TUR NORMUNG EV
DP DENSITY PROBE
DPT DIFFERENTIAL PRESSURE TRANSMITTER
DT DENSITOMETER
E/E/P/S ELECTRICAL AND ELECTRONICS PROGRAMMABLE SYSTEMS
E-I-C/EIC ENGINEER IN CHARGE
EMC ELECTRO-MAGNETIC COMPATIBILITY
EMD EARNEST MONEY DEPOSIT
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 94
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ABBREVIATIONS/ DESCRIPTION
NOTATIONS
EN EUROPEAN NATION
ESD EMERGENCY SHUTDOWN SYSTEM
EUC EQUIPMENT UNDER CONTROL
EWS ENGINEER'S WORKING STATION
EXD EXPLOSION PROOF
EXP EXPLOSION PROOF
FAS FIRE ALARM SYSTEM
FAT FACTORY ACCEPTANCE TEST
FE FIRE ENGINE
FLP FLAME PROOF
FM FACTORY MUTUAL
FO FIBER OPTIC
FO FURNACE OIL
FRLS FIRE RETARDANT LOW SMOKE
FS FIRE SURVIVAL
GDS GAS DETECTION SYSTEM
GI GALVANISED IRON
GUI GRAPHICAL USER INTERFACE
HAZOP HAZARD AND OPERABILITY STUDY
HCD HYDROCARBON VAPOUR DETECTOR
HDPE HIGH DENSITY POLYETHYLENE
HMI HUMAN MACHINE INTERFACE
HSD HIGH SPEED DEISEL
HT HORIZONTAL TANK
HWP HARDWIRED PANEL
I/O INPUT/ OUTPUT
IEC INTERNATIONAL ELECTRO-TECHNICAL COMMISSION
IEEE INSTITUTE OF ELECTRICAL & ELECTRONICS ENGINEERS
IFRVT INTERNAL FLOATING ROOF VERTICAL TANK
IR INFRA RED
IS INTRINSICALLY SAFE
IS/BIS INDIAN STANDARD
ISA INSTRUMENT SOCIETY OF AMERICA
ISD INITIAL SECURITY DEPOSIT
JOB JOB LUMPSUM
KG/kg KILOGRAM
LAN LOCAL AREA NETWORK
LED LIGHT EMITTING DIODE
LEL LOWER EXPLOSIVE LIMIT
LIU LIGHT INTERCONNECT UNIT
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 95
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ABBREVIATIONS/ DESCRIPTION
NOTATIONS
LPBS LOCAL PUSH BUTTON STATION
LRCS LOADING RACK COMPUTER SYSTEM
LS LUMPSUM
LS LEVEL SWITCH
LT LEVEL TRANSMITTER
M/m/rm/RM METRE / RUNNING METRE
MCP MANUAL CALL POINT
MCR MAIN CONTROL ROOM
MCS MASTER CONTROL STATION
MFM MASS FLOW METER
MM/mm MILLIMETER
MOV MOTOR OPERATED VALVE
MS MILD STEEL
MS MOTOR SPIRIT
MSTW MULTI SPOT TEMPERATURE CUM WATER BOTTOM SENSOR
MT METRIC TONNE
MTBF MEAN TIME BETWEEN FAILURE
MTRR MEAN TIME TO REPAIR
NAS NETWORK ATTACHED STORAGE
NC NORMALLY CLOSED
NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION
NFPA NATIONAL FIRE PROTECTION ASSOCIATION
NO NORMALLY OPEN
NO (S) / Nos. / nos. NUMBER(S)
NRV NON RETURN VALVE
OIC OPERATORS INTERFACE CONSOLE
OMC OTHER OIL MARKETING COMPANY
OHT OVERHEAD TANK
PA PUBLIC ADDRESS
PB PUSH BUTTON
PC PERSONAL COMPUTER (WORK STATION)
PCC PLAIN CEMENT CONCRETE
PCR PROXIMITY CARD READER
PLC PROGRAMMABLE LOGIC CONTROLLER
PPL PIPELINE
PPM PARTS PER MILLION
PRV PRESSURE RELIEF VALVE
PT PRESSURE TRANSMITTER
PTZ PAN TILT ZOOM
QMR QUADRUPLE MODULAR REDUNDANT
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 96
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ABBREVIATIONS/ DESCRIPTION
NOTATIONS
QRA QUANTITIVE RESEARCH ANALYSIS
RCC REINFORCED CEMENT CONCRETE
ROSOV REMOTE OPERATED SHUT OFF VALVE
RS-232/422 STANDARDS ON SERIAL COMMUNICATION PROTOCOL
RTD RESISTANCE TEMPERATRE DETECTOR
S&D SUPPLY & DISTRIBUTION
SAN STORAGE AREA NETWORK
SAP SYSTEMS APPLICATION PRODUCT (IOCL ERP SYSTEM)
SAT SITE ACCEPTANCE TEST
SFT/sft SQUARE FEET
SIL SAFETY INTEGRITY LIMIT
SIS SAFETY INSTRUMENTED SYSTEM
SKO SUPERIOR KEROSENE OIL
SOV SOLENOID OPERATED VALVE
SPD SURGE PROTECTION DEVICE
Sqcm SQUARE CENTIMETER
SQM/sqm/m2/SM SQUARE METRE
SQMM/sqmm/mm2 SQUARE MILLIMETER
SS STAINLESS STEEL
TAS TERMINAL AUTOMATION SYSTEM
TAS – MS TAS MMANAGEMENT SERVER
TFMS TANK FARM MANAGEMENT SYSTEM
TLD TANK LORRY DECANTATION
TLF TANK LORRY FILLING
TM TERMINAL MANAGER
TMR TRIPLE MODULAR REDUNDANT
TRV THERMAL RELIEF VALVE
TS TERMINAL SERVER
TSI TANK SIDE INDICATOR
TSV THERMAL SAFETY VALVE
TT TANK TRUCK
TT TEMPERATURE TRANSMITTER
TTES TANK TRUCK ENTRY SYSTEM
TTRS TANK TRUCK REPORTING SYSTEM
TUV TECHNISCHE UBERWARCHUNGS VEREIN
TWD TANK WAGON DECANTATION
TWF/ TWL TANK WAGON FILLING/ TANK WAGON LOADING
U/G UNDER GROUND
UL UNDERWRITERS LABORATORY INC
UPS UN-INTERRUPTED POWER SUPPLY
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 97
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

ABBREVIATIONS/ DESCRIPTION
NOTATIONS
VDU VISUAL DISPLAY UNIT
VMS VEDIO MANAGEMENT SOFTWARE
WIP WATER INTERFACE PROBE
XM XTRA MILE (ADDITIVE FOR MS)
XP XTRA PREMIUM (ADDITIVE FOR MS)

****************
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 98
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

CODES AND STANDARDS

1.0 The components of Instrumentation and Control system shall conform in design, materials and
performance with the appropriate sections of the latest editions and revisions of the standards.
The equipment shall also conform to the latest Indian Electricity Rules as regards safety,
earthing and other essential provisions specified there in for the installation and operation of
electrical plants.

2.0 The equipment in the hazardous area shall have CMRI/ATEX & CCOE/PESO approvals.

SN CODE / STANDARDS DESCRIPTION


1. ASME B1.20.1 Pipe thread
ASME B16.5 Steel Pipe flanges and flanged fittings
ASME B16.20 Ring-Joint gaskets and grooves for steel flanges
ASME SEC VIII Boiler & pressure vessel code rules.
2. ANSI/ISA 575-01 Control valve sizing , capacity test procedures, face to face
dimensions, leakage

3. API RP 520 Fire sizing of safety and control valve


4. API RP 598 Control valve leakage
5. OISD 244 Storage and handling of Petroleum products in Terminals and
terminals
6. OIML standard R 117 (Measuring systems for liquids other than water)
7. ISO 4185 Standard for measurement of liquid flow in closed conduit-
weighing method
8 IEC 61131 PARTS 1-4 Programmable controller
9 DIN V VDE 0801 Principles for computers in safety related systems
10 DIN V 19250-1994 Safety consideration for fail safe control for control and
instrumentation equipment
11 IEC 61508 Functional safety programmable electronic system
12 IEC 1131-3 Engineering software for development and configuration
13 IEC 68 Environment testing
14 IEEE 802.3, IEC, CSA International Standards
15 IEC 801/EN 50081/82 Electromagnetic compatibility
16 IEC 79.10/BS 4683 Hazardous area classification
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 99
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SN CODE / STANDARDS DESCRIPTION


17 IEC-529/ NEMA /IS For execution of Instrument Enclosures
2147/ IS 13947:1992

18 IEC-85 Thermal Evaluation and classification of electrical insulation

19 IS 1271 Specification for thermal evaluation and classification of electrical


insulation.
20 NFPA 70 National electric code for fire fighting system
21 OISD For storage, handling and safety systems and transportation
recommendations
22 CENELEC European norms for Hazardous area equipment and accessories
EN 50014-50039
23 EN 60950-1992 Power supply
24 IS-13314 Solid state invertors run from storage batteries
25 IS-11260 Stabilized power supplies AC output
26 IEC Solid state invertors
27 IS 10918 Vented type Nickel cadmium batteries
28 ANSI MC 96.1 Thermocouples
29 DIN 43760 Resistance temperature detectors
30 IS 3624 Specification for pressure and vacuum gauges
31 IS 1554/ IS 5831 PVC insulated cables
32 TIA/EIA 568A Telecommunication cable standard
ISO/IEC 11801
33 API MP MS 3-1A Standard practice for manual gauging of Petroleum and
Petroleum product in stationary tank
34 API MP MS 3-1B Standard practice for level measurement of liquid hydro carbon
in stationary tank for automatic tank gauging

35 API MP MS 7-4 Static temperature determination using fixed automatic tank


thermometer
36 ISO/TC28/Section 3 Terms relating to calculation of oil quantity
37 ISO 4266 Petroleum and liquid petroleum products – Measurement of level
and temperature in storage tanks by automatic methods.

38 OIML R85 Automatic level gauges for measuring the level of liquid in fixed
storage tanks.
39 IS 2801 PD meter Accuracy
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 100
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SN CODE / STANDARDS DESCRIPTION


40 SIGTTO Society of International Gas tanker and terminal operators

41 BASEEFA/PTB/KEMA/ Statutory standards


FM/ATEX/ TUV/ CCE/
CMRS/ERTL/CPRI/ IBR/
RDSO/W&M /EXIDA
42 BS 5308 Part-I Instrumentation Cable
43 ISA –S5.1 Instrument Symbol & Identification
44 ISA- S 5.2 Graphical symbol for Process Operators
45 ISA 5.3 Graphical symbol for DCS/PLC / Share Display instrumentation
logic & computer system.
46 IS 2148/IEC 60079 Flame proof , enclosure for electrical apparatus
PESO(CCOE)
47 IS 3624 Specification for Pressure & Vacuum Gauges
48 ISA 7.3 Quality standards for instrument air
49 IEC-60079 Electrical apparatus for explosive gas atmosphere
50 IEC 61511 Safety of an industrial process through the use of instrumentation
51 API RP 1004 Standard for bottom loading arm
52 IS 3043 Code of practice for earthing

3.0 Applicable Regulations/ Policies


3.1 IOCL Terminal Automation System Policy
3.2 Oil Industries safety directorate norms (OISD)
3.3 Regulations relevant to explosion hazardous areas
3.4 Petroleum & Explosive Safety Organization norms & regulations
3.5 OIML – International Organization for Legal Measurements
3.6 Department of Legal Metrology, India

Note: Other applicable Codes and standards are mentioned at respective equipment specification
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 101
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

VENDOR’S SCOPE OF WORK

1.0 GENERAL
1.1 Following HCD (point type & open path type) are to be installed.
SL. NO DESCRIPTION REMARK
1 POINT TYPE DETECTOR
No.-1
2 POINT TYPE DETECTOR
No.-2
3 POINT TYPE DETECTOR
No.-3
4 OPENPATH TYPE
DETECTOR No.-1
5 OPENPATH TYPE
DETECTOR No.2
6 HOOTER BECKON All HCDs need their separate hooter
beckon for audio visual alarm with
acknowledge push button.
7 HCD PANEL A new HCD panel is required separately
for all 5 nos. Gas detection system with
spare philosophy as part of this tender
are given below:
a) 50% spares I/O’s for analog and
digital input/output to be provided
in the PLC panel.
b) The process system shall have the
capability to execute logic for I/O’s
including 50 % installed spares
c) Wherever relays are used to
interface process input/output with
PLC 50% aaditional relays with
wiring shall be provided.
8 OIC system for HCD A work station is required for
system integration, testing, commissioning and
view of new proposed facility.
1.2 The scope of work to be read in conjunction with BOQ, Special terms and conditions,
specifications, OISD 244, statutory norms and relevant clauses of the tender document.
1.3 The job includes, Design, Engineering, Supply, Installation, testing and commissioning of
commissioning of independent Hydrocarbon vapours detection system at Rajahmundry
Terminal & Ramagundam Depot under TAPSO. (Tender envisages a standalone system &
Integration with existing TAS system of Terminal not considered under scope of job).
1.4 Since the subject tender is for provision of Hydrocarbon vapours detection system at
Rajahmundry Terminal & Ramagundam Depot under TAPSO, hence some of the scope of work
mentioned below might not be applicable. Thus same need to be co related with the tendered
BOQ & Site conditions.
1.5 All the offered equipments and systems must have proven track record (PTR) of operating
satisfactory in Refinery/ Petrochemical/POL plants. Necessary documentary proof, clients list
etc. to be submitted if sought by IOCL.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 102
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

1.6 The vendor shall be fully responsible for proper selection of equipments, design engineering,
performance and successful operation of the complete system meeting the Functional &
Technical requirements of the tender document.
1.7 All the devices and equipments provided by vendor shall be suitable for 24x7 operations.
1.8 It is presumed that the Automation Vendor being the domain expert in the field of Terminal
Automation is capable enough to select the best equipments & can provide best of detailed
Engineering in all respect in line with the contractual scope & specification. Hence, there is no
need to submit datasheets/designs for approval. However, all the documents (viz datasheets /
detail engg / SW logic / System configuration etc) in compliance with the Work Order need to
be submitted to IOCL/TPI for information only unless IOCL comes out with specific
recommendations /requirements under the purview of the contractual scope. A copy of
submitted drawings can be acknowledged by the IOCL/TPI site representative.
1.9 The operational requirements as specified in the tender might undergo revisions during detailed
Design Engineering. The vendor must ensure that the offered system software has the capability
and flexibility to take care of additional system as specified in the Tender. Provision for master
edit /configuration facility for above should be available in the offered software package.
1.10 Vendor will submit the deliverables requirement to IOCL well in advance during kick off meeting.
IOCL will in turn ensure assigning desired responsibility matrix for facilitating the genuine
requirements and execution of the project.
1.11 Structural Steel (Mild Steel) required for mounting of HCD equipments, JBs etc are included in
the item rate of individual equipment and no separate payment for the same shall be made.
However structural steel (MS) required for mounting cable tray shall be paid separately as per
SOR item rate.
1.12 All special tools & test equipments, spares, consumables required for installation, testing,
calibration and commissioning of the system is to be arranged by the vendor.
1.13 All materials including DG Sets, switchgears, cables, lighting towers and fixtures, structural steel,
consumables, testing appliances, tools and tackles necessary for completing the work shall be
procured/ arranged & supplied by the Contractor at his own cost unless otherwise specified in
the tender document. No claim/ delay on this account will be entertained by the Corporation.
1.14 All commissioning and start-up spares required up to commissioning, system acceptance and
handing over of the system to the owner shall be in the vendor’s scope.
1.15 Packing, forwarding, transportation, custom clearance, insurance, storage etc. of the terminal
automation system/equipments.
1.16 Completion of As-built drawings/documents as per the execution of work at site and submission
to IOCL before handing over of the complete system to IOCL.
1.17 Maintenance of all the Automation equipments, hardware & software as supplied by the vendor
shall be in the scope of the vendor throughout the commissioning and warranty period.

2.0 Cabling and Earthing


2.1 Supply, laying, glanding, ferruling, termination of all types of FRLS and FS cables (Signal, Power,
Control, CAT 6, communication, OFC, UTP, earthing cables, GI Strips etc) along with associated
hardwares like FLP Junction Boxes, certified Exd. double compression cable glands, PVC shrouds,
Exd plugs for unused cable entries of JBs & instruments, FLP isolator switch, cable trays with
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 103
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

covers, OFC components (like 12/24 port LIU, splice trays, loaded adaptor and blank plates, UTP
and optical patch cords, pigtails, media converters etc), splicing, jointing, testing optical fiber
cables, SS 316 engraved tag plate, mounting clamps & SS 316 fasteners, conduits, hume pipes,
making trenches, pedestal for mounting cable tray, cable route makers, structure steel for
making supports for mounting of cable trays, JBs etc, anchor fasteners, nuts, bolts, screws,
foundation, isolators for mounting of GI strip on TLF structure, Earthing bus bar, Al clamp for
clamping of cables inside cable tray, connectors etc required complete as per specification and
tender document for integration & commissioning of the Automation & free issued equipments
for following system/ sub system Automation:
2.2 All field Power, Signal and Control cables outside Product tank dykes shall be FRLS Copper
armoured type and inside product tank dykes shall be FS (Fire Survival) Copper armoured type.
For ROSOV, all cables from control room leading to ROSOV and its push button stations outside
dyke wall shall be FS (Fire Survival) Copper armoured type.
2.3 Vendor shall provide separate Signal, Control and Power JB and there should not be any
common JB for any combination of different types of cables.
2.4 All the Automation equipments, JBs etc supplied by the vendor are to be properly earthed as
per OEM’s recommendations and tender specification.
2.5 All earthing cables shall be of minimum 1C x 6 sqmm FRLS unarmoured copper cable (Green
Colour).
2.6 G.I strip shall be provided for interconnecting Earth pits, connecting UPS and other equipment
/ panel with earth pit, TLF gantry in two layers with isolators for TT earthing, TLF earthing bus
bar for equipment earthing, CCTV pole with Earthing grid/ Earth pit.
2.7 Supply, fabrication & erection of all the structural & other materials for installation of
Automation equipments.
2.8 Cable tray pedestal with structural support for cable tray, RCC trenches with structural support
for cable tray shall be paid extra as per SOR line item.
2.9 Vendor to consider the supply and laying of entire cable trays with cover in the quoted price.
No separate payment for the same shall be made.
2.10 Vendor to propose and submit the complete cable route diagram along with structural support,
interspacing of the pedestals, earthing of cable trays and other details prior to physical
execution of the cabling works at site.
2.11 Payment shall be made in running meter. Supplied cable should not be more than 10% of the
required cable.
2.12 Supply, fabrication and installation of support structures, frames, sunshields for field mounted
instruments such as HCD equipment, pressure transmitters, tank side indicators and other
instruments having local display and are exposed to direct sunlight and rain included in SOR
item.
2.13 Minor civil works like chipping / grouting of pavement for the instrument panels/supports stand,
and chipping and refilling of the pavement for conduits are in vendor scope.
2.14 Civil works associated grouting and fixing of equipment and entry/ exit of cables at the control
equipment room, all masonry work associated with entry and ingress of equipment or cable
inside the control room including making goods, painting and finishing, all masonry work
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 104
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

associated with erection of cabinets are in Vendor scope of job , no separate payment shall be
made for this.
2.15 Painting of all structural supports for trays, panels, junction boxes, instruments, ducts,
supporting structural etc.

Depending on the environment the following primer and finish coats shall be applied:

S. No. Environment Description Minimum Requirements


1 Normal – Industrial Primer 2 coats of epoxy zinc chromate, Each 35
microns
(min.) thick.
Finish Coat 2 coats of epoxy high build paint, each
100 microns (min.) thick.
2 Coastal and Primer 2 coats of high build chlorinated rubber.
Marine Zinc phosphate, each 50 microns (min.)
thick.
Finish Coat 2 coats of chlorinated rubber coat paint.
Each 35 microns (min.) thick.
(Any values refer to dry film thickness).

7.0 SITE ACCEPTANCE TEST: TEST RUN / TRIAL RUN

8.0 OTHERS
8.1 Any other work not specifically mentioned above but is included in the BOQ/ Tender document
and facility for the same is available at site, the same also need to be covered in the scope of
work of the vendor.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 105
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FIELD INSTRUMENTS
SPECIFICATION
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 106
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

HYDROCARBON VAPOUR DETECTION SYSTEM


1. General
a. This specification provides the minimum requirements for design, supply, calibration,
testing and commissioning of Hydro-carbon vapour detection system for class A
Petroleum product (MS/Naptha/Ethanol). All the items required for proper functioning
and operation of the complete system shall be furnished by the Vendor, even though not
specifically called in the specification.
b. The hydrocarbon detectors to be installed in field to detect the presence of hydrocarbon
vapour in and around following areas:
• Tank Dyke for Class A Products
• Product pump House
• Product pump House valve manifold.
• Vapour Recovery Unit
• Valve manifold just outside tank dyke of class A Products.
• Tank dyke sump for all product
2. Definitions, Standards & Codes

Definitions:
LEL Low Explosive Limit: The lowest concentration (percentage) of
Hydrocarbon vapor in air capable of producing a flash of fire in
presence of an ignition source (arc, flame, heat).
Auto Ignition Lowest temperature of the substance at which it will spontaneously
temperature ignite in a normal atmosphere without an Specifications/Datasheets
Hydrocarbon Detection System for Petroleum Oil Installations 4
external source of ignition
Flammable A flammable gas that burns when comes in to contact with heat or
Gas flame.
Flammable Flammable liquids vary in volatility and have a flash point below 93
Liquids degree C.
Class-A Flammable petroleum liquids having flash point below 23 degree C.
Product
Flash point Flash point of a volatile liquid is the lowest temperature at which it can
vaporize to form an ignitable mixture in air
ppm Part per million (ppm). It denotes one part per 1,000,000 parts, one
part in 106 , or a value of 1 × 10– 6.
Hazardous Defined as a place where concentrations of flammable gases, vapors, or
Area dusts occur. Electrical equipment that must be installed in such
Classification locations is especially designed and tested to ensure it does not initiate

Standards & Codes


Applicable standards referred below shall be of the latest editions:
IEC-79 Electrical apparatus for Explosive Gas Mixture.
IEC-529 Classification of degree of protection provided by enclosures.
IEC-801 Electromagnetic compatibility for Industrial process measurement &
control equipment
IEC-61508 Functional Safety of electrical/electronic/ programmable electronic
safety related system.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 107
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

IEC-61511 Functional safety – Safety instrumented system for the Process


Industry.
IS-2146 Flameproof enclosures of electrical apparatus
IS-2147 Degrees of protection provided by enclosures for low voltage switch
gears & control gears.
BS EN-50054 Electrical apparatus for the detection & measurement of combustible
gases – General requirements & Test methods.
BS EN-50057 Performance requirements for Group II apparatus indicating up to 100%
LEL.
EN 50270 Electrical apparatus for the detection and measurement of combustible
gases, toxic gases and oxygen.
EN 50241 Specification for open-path apparatus for the detection of gases and
vapors
DIN-50049 Document on material testing.
MIL-HDBK 217 Reliability prediction for Electronic Equipment
OISD-117 Fire Protection Facilities for Petroleum Depots, Installations, Pipeline
Installation and Lube Oil Installations.
OISD-152 Safety Instrumentation for Process System in Hydrocarbon Industry.
OISD-163 Process Control Room Safety.
OISD-173 Fire Protection System for Electrical Installations

3. System Implementation Methodology:


Implementation of the Hydrocarbon Vapour Detection system shall comprise of but not
limited to the following system components:
• IR based Point/Open Path Hydrocarbon Vapour detectors at the field.
• PLC based system in Control Room for safe, reliable and effective monitoring and control
of safety and process parameters to safeguard Installations.
• All associated devices, equipment and accessories necessary for implementation of
integrated system for interfacing the above.

4. Type of Detectors/Sensors:
• IR based integrated (sensor cum transmitter) point type Hydrocarbon Vapour detectors
for measurement, signal transmission and monitoring of LEL levels in application area.
• IR based Open Path detectors for measurement, signal transmission and monitoring of
LEL levels in application area.

5. Control System & System Description:


• The hydrocarbon detectors along with hooter to be integrated with TAS via SIL 3 certified
safety PLC.
• Hydrocarbon Vapour detection system is required for continuous monitoring of
combustible Hydrocarbon Vapour where hydrocarbon product leaks can happen over a
widely dispersed area and it shall be suitable for installation in Petroleum Oil installations.
Intended Hydrocarbon Vapour detection system shall be capable to detect class A
product like Petrol (MS), Ethanol & Naptha and most hydrocarbon Vapours (C5 to C12)
and the performance shall be not be affected by oil mist, glycol, water vapor and salt
water.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 108
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

• Vendor to note that the detectors so selected and installed are able to detect leakage of
Class A product in near vicinity. The performance of the system has to be demonstrated
by the vendor by physically simulating the real condition at site.
• For testing purpose, sample qty of MS liquid (approx 3-5 litres) shall be kept in an open
tray/container and brought near to the vicinity of the respective detectors. The detector
should detect the presence of hydrocarbon vapour and shall generate Audio visual Alarm.
• Audio-Visual Alarm to be generated in the Main Control Room to alert the Operator &
the hooter cum beacon should operate in the field to alert the field operator as soon as
the % LEL/ ppm level as sensed by the detector in the field crosses the set level.
• The hooter in the field & control room will stop on acknowledging the alarm in control
room. The visual alarm should remain flashing till the LEL level is restored back to normal
limits.
• Alarms shall be of minimum three levels High, High – High & Fault and the controllers
shall have provision for Inhibiting the HC detector outputs during maintenance and
calibration. System shall have clear distinguishing between process and fault alarms
• Alarm set points for point type detector shall be as follows:
• 1. High alarm to be set at % LEL /PPM as read by the system during physical testing of
the respective detectors with MS sample as stated above in 5.4 or at 20% LEL whichever
is lower. Bidder to note that High alarm set point should be above normal operating
conditions to avoid unwanted alarms.
• 2. High-High alarm to be set at 60% LEL (adjustable). 5.9 Alarm set points for
open path detector shall be as follows:
• 3. High alarm to be set at % LEL /PPM as read by the system during physical
testing of the respective detectors with MS sample as stated above in 5.4 or
at 1 LEL.meter whichever is lower. Bidder to note that High alarm set point
should be above normal operating conditions to avoid unwanted alarms.
• 4. High-High alarm to be set at 3 LEL.meter (adjustable).
• Hydrocarbon Vapour detector housing material shall be metallic suited for corrosive
saline and high humid environment. Hydrocarbon Vapour Detectors shall be fully
tropicalised and all atmospheric vents to be fitted with bug screens wherever applicable.
• All enclosures for electrical equipment shall be suitable for use in hazardous area as per
hazardous area classification of the facility & vendor shall submit valid test certificates
issued by CIMFR/PESO. Flameproof enclosure which are manufactured outside India &
certified by accredited international authorities shall also required to have approval of
PESO, India.
• The Hydrocarbon Vapour detectors shall be minimum SIL-2 certified from accredited
certification agency.
• Power distribution network shall be designed in such a way that single point failure shall
not cause tripping of the total system. Each distribution point shall be provided with a
separate MCB of power rating for isolation of the system
• Separate signal ground will be provided for circuit ground of instruments, drain wires of
signal cable shield etc. Hydrocarbon Vapour detectors shall be grounded as per the OEM’s
recommendations.
Note:
• All the detectors (Open path, point type) are to be calibrated at site at least once in
six months or as per OEM’s recommendations whichever is earlier throughout the
commissioning and CAMC period. Required hardware, test kit, portable calibrator,
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 109
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

HART calibrator etc required for calibration has to be arranged by the vendor at no
additional cost to IOCL.
• After calibration, the performance of the detectors to be re-demonstrated to IOCL
representative by physically placing a sample hydrocarbon product (MS liquid) near
the detector.

POINT TYPE INFRA RED HYDROCARBON VAPOUR DETECTORS

SL NO. PARAMETER MINIMUM REQUIREMENT


Infrared absorption sensor technology based universal type
explosion-proof Hydrocarbon Vapour sensor with transmitter.
1 Sensor type
(Sensor should be smart type & should memorize calibration
curves for the transmitter to recognize)
Multi-beam, dual compensated, non-focusing infrared
2 Principle of operation
absorption. Temperature compensation shall be in-built.
Shall be able to detect Hydrocarbon Vapours in the range of
3 Function
0-100% LEL
Configurable library having Methane, propane, propylene,
Hydrocarbon Vapour
4 Ethane, Butane, Hexane, Pentane & Benzene/R-LNG, covering
Detection
Hydrocarbons vapours (from C1-C12)
5 Calibration As per OEM standard
6 Range 0 to 100% LEL
Flameproof, 316SS body with dust/weather protection for
7
Construction outdoor installation. No external terminal box shall be
(a)
provided for further cabling (flying leads are not acceptable).
Transmitter Housing Polyurethane coated aluminium
(b)
material
Correct operation upto 75% obscuration, the same shall be
8 Optical performance configurable with facility for dirty optics warning. Must have
provision for heated optics to avoid condensation.
The performance of the detector to be demonstrated at site
9 Performance testing by creating field conditions as detailed in relevant section of
the tender document.
10 Input Power 24V DC nominal
3-wire system, Linear 4-20mA DC (isolated/non-isolated)
rated at 600 ohms loop resistance at 24V DC + HART
11 Output Configurable detector fault signal (0 mA), beam blockage,
maintenance signal at 23.2 mA over range etc.
Potential free contact output for LEL alarm.
12 Overall accuracy +/- 2% of LEL
13 Repeatability +/- 2% Full Scale Deflection(FSD)
14 Zero drift 2 % FSD per year maximum.
90% of Hydrocarbon Vapour reading (without filter unit) in
15 Response time
less than 12 Seconds.
16 Warm-up Time Maximum 2 minutes from cold start-up.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 110
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

LED/LCD indication for – Normal, Fault condition &


17 Visual Status display Hydrocarbon Vapour detected condition and display of
concentration of the Hydrocarbon Vapour detected (% LEL).
Diagnostics/Self Continuous self-check for immediate detection of internal
18
Check failures
RFI /EMI protection As per IEC directives
19
compliance
Operating & Design Refer Site Data
20
temperature
21 Humidity 5 to 95% (non condensing)
22 Cable entry 3/4 “ NPT (F) (1 in use + 1 spare)
Explosion-proof (EExd) conforming to hazardous area
23 Area classification classification to Class-I, Div-I, Gr. C & D (Zone-1, Gr. IIA/B).
Temperature Class minimum T3.
FM/ ATEX/ CSA/ CENELEC/ UL/other accredited testing
24 Approval
agencies and PESO
Enclosure IP66, NEMA 4 or better
25
classification
Minimum SIL-2 (TUV / EXIDA/ Other accredited testing
26 Safety Integrity Level
agencies) certified/Rated
Mounting kits, Canopy, Tag Plates, calibration kit, Rain & Dust
27 Accessories required protection cover, Splash guard, Ex Proof & Weather proof
double compression cable glands etc as required.
28 Configuration Non Intrusive configuration Required
Performance FM 6320/IEC-EN60079-29-1 and meeting our requirements.
29
Standard
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 111
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

OPEN PATH HYDROCARBON VAPOUR DETECTOR

SL NO. PARAMETER MINIMUM REQUIREMENT


1 Line of Sight Infra red absorption technique (xenon flash
Sensor type
(a) lamp) having field replaceable transmitter and receiver units.
Transmitter/Receiver Microprocessor based SMART type
(b)
Asembly
Configurable library having Methane, propane, propylene,
Hydrocarbon Vapour
2 Ethane, Butane, Hexane, Pentane & Benzene/R-LNG covering
Detection
Hydrocarbons vapours (from C1-C12)
3 Range 0 to 5000/2000 PPM-MTR and 0 to 5 LEL meter or better.
20 to 100 meter. Range selection shall be based on actual
4 Operating distance operational requirements. For less than 20 mtr range
attenuator should be incorporated.
5 Operating voltage 24V DC nominal
Linear 4-20mA DC (isolated/non-isolated) rated at 600 ohms
loop resistance at 24V DC + HART
6 Output Configurable detector fault signal (0 mA), beam blockage,
maintenance signal at 21.7mA over range etc.
Potential free contact output for LEL-m alarm.
Flameproof, 316SS body with dust/weather protection for
8
Construction outdoor installation. Terminal box shall be provided for
(a)
further cabling (flying leads are not acceptable).
Transmitter/Receiver Polyurethane coated Aluminium
(b)
Housing material
8 Accuracy ±10% of hydrocarbon vapour concentration
Displacement/ Shall have in-built sensor system for transmitter & receiver
9 misalignment alignment
tolerance
The performance of the detectors to be demonstrated at site
10 Performance testing by creating field conditions as detailed in relevant section of
the tender document.
11 Field Alignment By local digital display and adjustable mounting arms.
LCD/LED indication for – Normal, Fault condition &
12 Local display
Hydrocarbon Vapour detected condition
Continuous self-check for immediate detection of internal
13 Self Check
failures
14 RFI /EMI protection As per IEC directives.
Operating & Design Refer Site Data
15
temperature
16 Humidity 5 to 95% (non condensing)
17 Repeatability Better than +/- 3% of full scale.
18 Cable entry ¾” NPT (F)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 112
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

Explosion-proof (Exd) conforming to hazardous area


19 Area classification classification to Class-I, Div-I, Gr. C & D (Zone-1, Gr. IIA/B).
Temperature Class will be T3.
Enclosure IP66 or better
20
classification
FM/ ATEX/ CSA/ CENELEC/ UL/other accredited testing
21 Approval
agencies and PESO
Minimum SIL-2 (TUV / EXIDA/ Other accredited testing
22 Safety Integrity Level
agencies) certified/Rated
Mounting kits, detector alignment & calibration kit, cell etc.
Rain & Dust protection cover, alignment & mode selection
23 Accessories required kits, Junction box with terminals as required. Mounting bases
and Ex Proof & Weather proof double compression cable
glands etc as required.
Performance
24 FM 6325 /IEC –EN 60079-29-4 and meeting our requirements
Standard
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 113
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

EXPLOSION-PROOF Hooter

SR.NO. PARAMETER MINIMUM REQUIREMENT


1 Area Classification Class 1, Division 1 (Zone 1), Gr. II-A& B, T3
Electrical EEx-d II-A&B, T3 ATEX or equiv. & PESO certified
2
Construction
3 Protection Degree IP 65 or better.
4 Supply Voltage 230V AC
5 Power Consumption 10 W
6 Sound Power Minimum 112 dBA @ 1 m (Multi tone Selectable)
7 Acoustic Frequency 440/1600 Hz
8 Body Material Aluminum / GRP (Glass Reinforced plastic)
9 Color Red
10 Electrical Connection ½” NPTF
Mounting Required
11
Accessories
12 Others Unit to be supplied with field mounted reset push button

EXPLOSION-PROOF FLASH LIGHTS

SL NO. PARAMETER MINIMUM REQUIREMENT


1 Area Classification Class 1, Division 1 (Zone 1), Gr. II-A& B, T3
Electrical EEx-d II-A&B, T3 ATEX or equivalent & PESO
2
Construction
Lamp configuration Flashing and Rotating type
3 Protection Degree IP 65 or better
4 Supply Voltage 230V AC
5 Power Consumption 1.8 W
6 Lamp Power 6J
7 Flash Rate 110/min
8 Body Material Aluminum
9 Color Red
10 Electrical Connection ½” NPTF
Cable glands SS 304 Double compression type
Mounting Required
11
Accessories
12 Others Unit to be supplied with field mounted reset push button
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 114
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

CABLING, EARTHING, AND


OTHER ACCESSORIES
SPECIFICATIONS
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 115
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FRLS CONTROL CABLE

SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
1 Type of Cable Multi core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable NC x 1.5 sq. mm
4 Applicable standard IS 1554 Part-1/1988
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as per
5 Material
conductor class 2 of IS 8130
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.525 mm
INSULATION
9 Material PVC type C as per IS 5831/1984
11 Type Extruded
12 Thickness As per Table 2 of IS 1554 (Part-1)
13 Color Scheme As per IS 1554 (Part-1)
2 cores Red & Black
Red, Yellow &
3 cores
Blue
Red, Yellow, Blue
4 cores
& Black
Red, Yellow, Blue,
5 cores
Black & Grey
Grey Coloured core
with number marked at
More than 5 cores
interval of every 250
mm
INNER SHEATH
15 Material PVC compound type ST2 as per IS 5831/1984
16 Type Extruded
17 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR

Galvanized round steel wires over inner sheath where the


calculated diameter below armouring < 13 mm OR Galvanised steel
18 Material
strips over inner sheath where the calculated diameter below
armouring > 13 mm as per IS 1554 Part 1

19 Size As per Table 5 of IS 1554 (Part-1)


20 Armour Resistance As per Table 6 of IS 1554 (Part-1)
21 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 116
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
OUTER SHEATH
22 Material FRLS PVC compound type ST2 as per IS 5831/1984
23 Type Extruded
24 Thickness As per Table 7 of IS 1554 (Part-1)
Marking on outer
25 By embossing/printing Make, Year of Manufacture, Voltage
sheath
grade and Size of cable

Sequential length At every interval of 1 meter


26
marking

27 Colour Black
Rodent and Termite
28 Yes
attack protection
29 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
30 Temperature Index Min 250 Deg C to ASTM D 2863
31 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as per ASTM
32 Smoke Density
D 2843.
ELECTRICAL PARAMENTERS
Maximum resistance of
the conductor of
33 As per Table 2 of IS 8130
complete cable at 20
deg.C
Minimum volume 1 x 10 e13 @ 27 deg.C
34 resistivity (for 1 x 10 e10 @ 85 deg.C
insulation) As per IS 5831 - 1984
3 KV rms for 5 min between core to core
35 High voltage test
3 KV rms for 5 min between core to armour

Note:

Cable weight and Conductor weight per meter shall be provided.


Rip cord to be provided below the inner sheath
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 117
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FRLS POWER CABLE

SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
1 Type of Cable 3 core, 4 core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable 2.5sqmm, 4 sqmm, 6 sqmm, 10 sqmm
4 Applicable standard IS 1554 Part-1/1988
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as
5 Material
per conductor class 2 of IS 8130
6 No of Strand 7
7 Size (sq mm) 2.5 4 6 10
8 Diameter of Strand (mm) 0.67 0.85 1.02 1.35
INSULATION
9 Material PVC type C as per IS 5831/1984
10 Type Extruded
11 Thickness As per Table 2 of IS 1554 (Part-1)
12 Color Scheme As per IS 1554 (Part-1)
3 core Red, Yellow & Blue
4 core Red, Yellow, Blue & Black
INNER SHEATH
13 Material PVC compound type ST2 as per IS 5831/1984
16 Type Extruded
17 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR
Galvanised round steel wires over inner sheath where
the calculated diameter below armouring < 13 mm OR
18 Material Galvanised steel strips over inner sheath where the
calculated diameter below armouring > 13 mm as per
IS 1554 Part 1
19 Size As per Table 5 of IS 1554 (Part-1)
20 Armour Resistance As per Table 6 of IS 1554 (Part-1)
21 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
OUTER SHEATH
22 Material FRLS PVC compound type ST2 as per IS 5831/1984
23 Type Extruded
24 Thickness As per Table 7 of IS 1554 (Part-1)
By embossing/printing Make, Year of Manufacture,
25 Marking on outer sheath
Voltage grade and Size of cable
26 Sequential length marking At every interval of 1 meter
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 118
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
27 Colour Black
28 Rodent and Termite attack protection Yes
29 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
30 Temperature Index Min 250 Deg C to ASTM D 2863
31 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as per
32 Smoke Density
ASTM D 2843.
ELECTRICAL PARAMENTERS
Maximum resistance of the conductor
33 As per Table 2 of IS 8130
of complete cable at 20 deg.C

1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
34 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
3 KV rms for 5 min between core to core
35 High voltage test
3 KV rms for 5 min between core to armour

Note:

Cable weight and Conductor weight per meter shall be provided.

Rip cord to be provided below the inner sheath.


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 119
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FRLS SIGNAL CABLE

SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
Single/Multi pair/Triad Shielded Copper Signal
1 Type of Cable
cable
2 Voltage Class 500V Grade
3 Size of Cable NP x 1.5 sq mm / NT x 1.5 sq mm
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper
5 Material
as per conductor class 2 of BS EN 50288 - 7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material PVC Type TI53 to BS EN 50290-2-21
10 Type Extruded
11 Thickness (Minimum) 0.44mm as per Table 1 of BS EN 50288 - 7
12 Colour Scheme of Pair BLACK & WHITE
One core of each pair/triad will be number
13 Pair Identification
printed at an interval of 250 mm
INDIVIDULA PAIR & OVERALL SHIELD
14 Material Pair and over all Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Pair twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact
19 Drain wire Material
with Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm dia. 7 strands/0.3 mm
INNER SHEATH
21 Material PVC Type TM53 to BS EN 50290-2-22
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 120
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
0.9mm Galvanised round steel wires over inner
sheath where calculated diameter below
armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below
armouring > 15 mm as per EN 10257-1 and EN
10218-1
OUTER SHEATH
26 Material FRLS PVC Type TM53 to BS EN 50290-2-22
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of
30 Marking on outer sheath
Manufacture, Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
Rodent and Termite attack
32 Yes
protection
33 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 250 Deg C to ASTM D 2863
35 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as
36 Smoke Density
per ASTM D 2843.
ELECTRICAL PARAMENTERS
Max. Conductor resistance at 20 deg
37 12.30 Ohm/Km
C
Mutual capacitance @1 KHz
38 250 pF/Mtr
between adjacent core
Max. Capacitance between
39 400 pF/Mtr
any core & screen @ 1 KHz
40 L/R Ratio Better than 40 microH/ohm
41 Electrostatic noise rejection ratio over 76 dB
HV Test Core to Core & Core to
42 2.0 KV for 1 minute
Screen

Note:
1. Binder Tapes to be provided below and above individual and overall shield.
2. Cable weight and Conductor weight per meter shall be provided.
3. Rip cord to be provided below the inner sheath.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 121
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FRLS TRAID CABLES

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


1 Type of Cable Triad Shielded Copper Signal cable
2 Voltage Class 500V Grade
3 Size of Cable NT x 1.5 sq mm (N=1 and 8)
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare
5 Material copper as per conductor class 2 of BS EN 50288 -
7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material PVC Type TI53 to BS EN 50290-2-21
10 Type Extruded
11 Thickness (Minimum) 0.44mm as per Table 1 of BS EN 50288 - 7
12 Colour Scheme of Triad BLACK / WHITE / RED
One core of each triad will be number printed at
13 Triad Identification
an interval of 250 mm (in case Of Multitriad)
INDIVIDULA Triad & OVERALL SHIELD
14 Material Triad and over all Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Triad twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact
19 Drain wire Material
with Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm 7 strands/0.3 mm
INNER SHEATH
21 Material PVC Type TM53 to BS EN 50290-2-22
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 122
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


0.9mm Galvanised round steel wires over inner
sheath where calculated diameter below
armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below
armouring > 15 mm as per EN 10257-1 and EN
10218-1
OUTER SHEATH
26 Material FRLS PVC Type TM53 to BS EN 50290-2-22
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of
30 Marking on outer sheath
Manufacture, Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 250 Deg C to ASTM D 2863
35 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested
36 Smoke Density
as per ASTM D 2843.
ELECTRICAL PARAMENTERS
37 Max. Conductor resistance at 20 deg C 12.30 Ohm/Km
Mutual capacitance @1 KHz between
38 250 pF/Mtr
adjacent core
Max. Capacitance between
39 400 pF/Mtr
any core & screen @ 1 KHz
40 L/R Ratio Better than 40 microH/ohm
41 Electrostatic noise rejection ratio over 76 dB
42 HV Test Core to Core & Core to Screen 2.0 KV for 1 minute
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 123
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FS POWER CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


1 Type of Cable 3 core, 4 core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable 2.5sqmm, 4 sqmm, 6 sqmm, 10 sqmm
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper
4 Material
as per conductor class 2 of IS 8130
5 No of Strand 7
6 Size (sq mm) 2.5 4 6 10
7 Diameter of Strand (mm) 0.67 0.85 1.02 1.35
INSULATION
8 Material Mica Glass+EPR/XLPE or Silicon
9 Type Extruded
10 Thickness(Min) 0.7 for 2.5 sq. mm & 4 sq.mm,
0.82 mm for 6 sq. mm & 10 sq. mm
11 Color Scheme As per IS 1554 (Part-1)
3 core Red, Yellow & Blue
4 core Red, Yellow, Blue & Black
INNER SHEATH
Low Smoke zero Halogen compound to BS EN
12 Material
50290-2-26
13 Type Extruded
14 Thickness 1.0 mm Nom and 0.8 mm Min
ARMOUR
Galvanised round steel wires over inner sheath
where the calculated diameter below armouring <
15 Material 13 mm OR Galvanised steel strips over inner
sheath where the calculated diameter below
armouring > 13 mm as per IS 1554 Part 1
16 Size As per Table 5 of IS 1554 (Part-1)
17 Armour Resistance As per Table 6 of IS 1554 (Part-1)
18 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
OUTER SHEATH
Low Smoke zero Halogen compound to BS EN
19 Material
50290-2-26
20 Type Extruded
21 Thickness As per Table 7 of IS 1554 (Part-1)
By embossing/printing Make, Year of Manufacture,
22 Marking on outer sheath
Voltage grade and Size of cable
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 124
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


23 Sequential length marking At every interval of 1 meter
24 Colour Black
Rodent and Termite attack
25 Yes
protection
26 Oxygen Index Min 30 at 27 Deg C to ASTM D 2863
27 Temperature Index Min 275 Deg C to ASTM D 2863
28 HCL Emission Max 2 % by weight to IEC 754-1
Max Smoke Density Rating shall be 20% and min
29 Smoke Density light transmission of 80%, tested as per ASTM D
2843.
As per IEC 60331-11
30 Fire Survival test
Flame at 750 deg C for 90 minutes
ELECTRICAL PARAMENTERS
Maximum resistance of the
31 conductor of complete cable at 20 As per Table 2 of IS 8130
deg.C
1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
32 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
3 KV rms for 5 min between core to core
33 High voltage test
3 KV rms for 5 min between core to armour
Note
• For XLPE insulation - applicable standard shall be IS-7098.
• For EPR and silicon insulated cables- applicable standard shall be IS-9968.
• Cable weight and Conductor weight per meter shall be provided.
• Rip cord to be provided below the inner sheath.
• Fire Barrier tape to be provided.

FS CONTROL CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


1 Type of Cable Multi core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable NC x 1.5 sq. mm
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as
4 Material
per conductor class 2 of IS 8130
5 Size 1.5 Sq. mm
6 No of Strand 7
7 Diameter of Strand 0.525 mm
INSULATION
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 125
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


8 Material Mica Glass+EPR/XLPE or Silicon
9 Type Extruded
10 Thickness(Min) 0.7 mm
11 Color Scheme As per IS 1554 (Part-1)
2 core Red & Black
3 cores Red, Yellow & Blue
4 cores Red, Yellow, Blue & Black
5 cores Red, Yellow, Blue, Black & Grey
Grey Coloured core with number
5 cores marked at interval of every 250
mm
INNER SHEATH
12 Material Low Smoke zero Halogen compound
13 Type Extruded
14 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR
Galvanised round steel wires over inner sheath
where calculated diameter below armouring < 13
mm
15 Material OR
Galvanised steel strips over inner sheath where
calculated diameter below armouring > 13 mm as
per IS 1554 Part 1
16 Size As per Table 5 of IS 1554 (Part-1)
17 Armour Resistance As per Table 6 of IS 1554 (Part-1)
18 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
OUTER SHEATH
19 Material Low Smoke zero Halogen compound
20 Type Extruded
21 Thickness As per Table 7 of IS 1554 (Part-1)
By embossing/printing Make, Year of Manufacture,
22 Marking on outer sheath
Voltage grade and Size of cable
23 Sequential length marking At every interval of 1 meter
24 Colour Black
Rodent and Termite attack
25 Yes
protection
26 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
27 Temperature Index Min 250 Deg C to ASTM D 2863
28 HCL Emission Max 0.5% by weight to IEC 754-1
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 126
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


Max Smoke Density Rating shall be 20% and min
29 Smoke Density light transmission of 80%, tested as per ASTM D
2843.
As per IEC 60331-11
30 Fire Survival test
Flame at 750 deg C for 90 minutes
ELECTRICAL PARAMENTERS
Maximum resistance of the
31 conductor of complete cable at 20 As per Table 2 of IS 8130
deg.C
1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
32 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
3 KV rms for 5 min between core to core
33 High voltage test
3 KV rms for 5 min between core to armour
Note:
• For XLPE insulation - applicable standard shall be IS-7098.
• For EPR and silicon insulated cables- applicable standard shall be IS-9968.
• Cable weight and Conductor weight per meter shall be provided.
• Rip cord to be provided below the inner sheath.
• Fire Barrier tape to be provided.

FS SIGNAL CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


1 Type of Cable Single/Multi Pair/Triad Shielded Copper Signal cable
2 Voltage Class 500V Grade
3 Size of Cable NP x 1.5 sq mm/NT x 1.5 sq mm
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as
5 Material
per conductor class 2 of BS EN 50288 - 7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material Mica Glass+EPR/XLPE or Silicon
10 Type Extruded
11 Thickness (Minimum) 0.6 mm
12 Colour Scheme of Pair BLACK & WHITE
One core of each pair/triad will be number printed at
13 Pair Identification
an interval of 250 mm
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 127
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


INDIVIDUAL PAIR & OVERALL SHIELD
14 Material Pair and overall Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Pair twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact with
19 Drain wire Material
Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm dia. 7 strands/0.3 mm
INNER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-
21 Material
2-26
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR

0.9mm Galvanised round steel wires over inner sheath


where calculated diameter below armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below armouring >
15 mm as per EN 10257-1 and EN 10218-1

OUTER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-2-
26 Material
26
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of Manufacture,
30 Marking on outer sheath
Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 30 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 275 Deg C to ASTM D 2863
35 HCL Emission Max 2.0 % by weight to IEC 754-1

Max Smoke Density Rating shall be 20% and min light


36 Smoke Density
transmission of 80%, tested as per ASTM D 2843.

As per IEC 60331-11


37 Fire Survival test
Flame at 750 deg C for 90 minutes
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 128
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


ELECTRICAL PARAMENTERS
38 Max. Conductor resistance at 20 deg C 12.30 Ohm/Km
Mutual capacitance @1 KHz between
39 250 pF/Mtr
adjacent core
Max. Capacitance between
40 400 pF/Mtr
any core & screen @ 1 KHz
41 L/R Ratio Better than 40 microH/ohm
42 Electrostatic noise rejection ratio over 76 dB
43 HV Test Core to Core & Core to Screen 2.0 KV for 1 minute

Note:
• For XLPE insulation - applicable standard shall be IS-7098.
• For EPR and silicon insulated cables- applicable standard shall be IS-9968.
• Cable weight and Conductor weight per meter shall be provided.
• Rip cord to be provided below the inner sheath.
• Fire Barrier tape to be provided.
• Binder Tapes to be provided below and above individual and overall shield.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 129
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

FS SIGNAL TRAID CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT


1 Type of Cable Triad Shielded Copper Signal cable
2 Voltage Class 500V Grade
3 Size of Cable NT x 1.5 sq mm (N=1 and 8)
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as
5 Material
per conductor class 2 of BS EN 50288 - 7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material Mica Glass+EPR/XLPE or Silicon
10 Type Extruded
11 Thickness (Minimum) 0.6 mm
12 Colour Scheme of Triad BLACK / WHITE & RED
One core of each triad will be number printed at an
13 Triad Identification
interval of 250 mm ( in case of multitriad )
INDIVIDUAL Triad & OVERALL SHIELD
14 Material Triad and overall Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Triad twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact with
19 Drain wire Material
Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm . 7 strands/0.3 mm
INNER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-
21 Material
2-26
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 130
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT

0.9mm Galvanised round steel wires over inner sheath


where calculated diameter below armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below armouring >
15 mm as per EN 10257-1 and EN 10218-1

OUTER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-2-
26 Material
26
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of Manufacture,
30 Marking on outer sheath
Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 30 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 275 Deg C to ASTM D 2863
35 HCL Emission Max 2.0 % by weight to IEC 754-1

Max Smoke Density Rating shall be 20% and min light


36 Smoke Density
transmission of 80%, tested as per ASTM D 2843.

As per IEC 60331-11


37 Fire Survival test
Flame at 750 deg C for 90 minutes
ELECTRICAL PARAMENTERS
38 Max. Conductor resistance at 20 deg C 12.30 Ohm/Km
Mutual capacitance @1 KHz between
39 250 pF/Mtr
adjacent core
Max. Capacitance between
40 400 pF/Mtr
any core & screen @ 1 KHz
41 L/R Ratio Better than 40 microH/ohm
42 Electrostatic noise rejection ratio over 76 dB
43 HV Test Core to Core & Core to Screen 2.0 KV for 1 minute

FIBER OPTIC CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT

1 Type of Fiber Single Mode


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 131
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

2 Specification IEC 60793-2-50, ITU G.652

3 Construction Multi-Fiber loose tube jelly filled

4 No. of fibers 6/ 12
5 No. of loose tube 1
Direct Burial (Underground)/ Inside HDPE
5 Laying
conduit/cable tray (Above Ground)
6 Strength member 2 Nos. of steel wires
7 Armour G.I./ Electrolytic chrome coated steel
Tough weather resistant made High Density
8 Overall sheath Polyethylene compound (HDPE) with anti-termite and
anti-rodent properties.
9 Attenuation at 1310 nm 0.38 dB/Km
0.25 dB/Km
10 Attenuation at 1550 nm

11 Fiber cutoff wavelength > 1150 < = 1320 nm


12 Polarization Mode Dispersal (PMD) ≤0.5 /√km

13 Microbending loss at 1550 nm ≤0.05

14 Proof stress level ≥ 0.7 Gpa

Note:
• Optical fibers shall be with buffer loose tube filled with Thixotropic Gel. Cable shall be rodent
and termite resistant and designed to protect the fibers from environmental hazards in direct
burial use.
• Internal test certificate for attenuation and length shall be available

EARTH CABLE

All the instruments, Junction Boxes, cable trays etc are to be earthed using minimum 1C x 6 Sq. mm
FRLS Copper un-armoured cable (green colour).

CAT 6 ETHERNET CABLES

S.NO DESCRIPTION MINIMUM REQUIREMENT


Armoured CAT 6 cable
Pair-shielded 100 Ohm installation cable with overall
1 Type of Cable
braided screen, suitable for transmission frequencies
of up to 650 MHz, 4 x 2 x 0.56 mm.
4 pair STP cable 23 AWG Annealed bare stranded
2 Conductor
copper
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 132
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

3 Primary insulation Polyethylene insulation

Low-smoke in acc. with IEC 61034, flame-retardant in


acc. with IEC 60332-1 and halogen-free in acc. with IEC
4 Outer Sheath
60754-2. Cable jacket material LSZH Cable jacket
characteristics cable, metal-free
5 Armour over inner sheath Required
Screened to ensure protection against EMI and for
6 Shielding
cross talk compliance.
ISO/IEC 11801 2nd Ed., EN 50173-1 May 2007 (DIN EN
50173-1), DIN 44332-5, IEC 61156-5 2nd Ed., EN 50288
7 Application standard
x-1, 10GBase T in acc. with IEEE 802.3, tested and
certified by independent laboratory. TIA/EIA 568.B
Indoor / outdoor installation
8 Application Maximum permissible – 70 mtrs for one point to
another.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 133
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

CABLE TRAYS WITH COVER

All the power, signal & Control cables laid above ground or under cable trench must be on laid on
anodized Aluminium perforated cable trays of minimum thickness of 2.5mm and edge height of
minimum 25mm. The cable within cable tray shall be clamped with Al clamp. GI wire or nylon tie are
not to be used. All cable trays to be covered with Anodised Aluminium Cable tray cover of minimum
thickness of 1.5 mm and edge height of 10 mm and the same to be clamped at an interval of 1m.
Minimum Specifications:

SR NO FEATURES PARAMETERS

1 Type Anodized Aluminium Perforated cable tray with cover

2 Width 50 mm/ 100 mm/ 150 mm/ 300 mm/ 600 mm

3 Edge height 25 mm for 50 mm


25 mm for 100 mm
25 mm for 150 mm
50 mm for 300 mm
50 mm for 600 mm

4 Thickness 2.5 mm

5 Clamps (for cable tray cover Aluminium C Clamp with SS 304 hardware
with cable tray)

6 Tray Material Aluminium sheet as per IS-737 GR.'40800'

7 Tray cover height 10 mm

8 Tray cover thickness 1.5 mm

9 Single tray unit length Minimum 2.44 metre

10 Surface Coating Anodized: 8 to 10 microns as per IS1868

11 Hardware & Fasteners Coupler plate & SS Nut, Bolt


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 134
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

CABLE LAYING & CABLE SIZING CONSIDERATIONS

1.0 General
1.1 All Power, signal and Control field cables outside tank dyke wall shall be FRLS armoured copper
cables except for ROSOV. All cables excluding earth cable inside tank dyke wall shall be Fire
Survival armoured copper cable. For ROSOV, control cable from control room and LPBS outside
dyke wall to respective ROSOVs shall be Fire Survival armoured copper cable.
1.2 All signal and control cables shall have core sizes minimum 1.5 sqmm and power cables of
minimum size 2.5 sqmm or as per actual load requirement whichever is higher. In the event of
limitation in cable gland sizes entry in batch controller, lower sizes cables of min core size 0.75
sqmm or as per load requirement whichever is higher can be used from batch controller to
respective Loading point JB.
1.3 For power cables, incase the core size requirement for copper conductor is more than 10 sqmm
design Engineering, vendor can also offer Aluminum conductor cables of suitable core size and
ratings meeting the minimum technical specification.
1.4 Optical fibre cable along with OFC components (conversion kit) shall be considered for
➢ Inter building LAN cabling if the distance between the two buildings i.e. From Control
room (CR) to Security room, CR to S&D building, CR to TM room & CR to lock room
(invoice generation room).
➢ CCTV communication network
➢ Communication of BCU with TAS
➢ Remote IO panel to TAS DCS/PLC (if considered)
➢ Pipeline PLC interface with TAS DCS/PLC (if required as per design Engineering)
➢ OMC PLC interface with TAS DCS/PLC (if required as per design Engineering)
➢ Any other interface as per design Engineering.
1.5 All Power, Signal & Communication cables from Control room to respective field junction boxes
shall have minimum 20 % spare cores.
1.6 All Power, Signal & Communication cable from Control room to Main JB at the TLF Gantry shall
be laid in two runs where each run shall be suitable for 50% of the each TLF Gantry (ie for 4
bays). Each run shall have minimum 20 % spare capacity.

2.0 Cable Laying:


2.1 All cables are to be laid above ground to the extent possible over cable trays with cover. In case
cables are required to be laid underground due to site constraint then the same shall be laid in
RCC cable trenches with cable trays fixed on the side wall of the trenches as per drawing
enclosed. At road crossing or over driveway, cables are to be laid on overhead MS structure
(Bridge). Cables inside tank dyke to be laid beneath or by the side of the catwalk to the extent
possible and wherever catwalk is not available the same to be laid either across dyke wall/fire
wall on cable tray or inside HDPE pipes buried underground not less than 300mm deep in tank
farm area along with PCC after laying of the cables. In case overhead cable bridge are required
to be constructed at road crossing or on driveway, the drawing of the same to be vetted by
structural Engineer or from Govt Engineering College/ IIT/NIT prior to start of fabrication work.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 135
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

2.2 Power and signal cables shall have to be laid in separate pipes or on separate cable trays as the
case may be, by adequate spacing of min. 300 mm. Bending radius of armoured cables shall
not be less than 12 times O.D. of cable. Necessary loops to be provided at both ends. There
shall be no joints in the cables.

2.3 HDPE pipes if used, it shall have dia of minimum 25 mm for single cable and 50 mm for two
cables. For more number of cables, suitable size of the pipe is to be considered.
2.4 Supply of anodized Aluminium perforated type cable trays (2.5 mm Thick 25 mm edge height)
along with cable tray cover (1.5 mm Thick 10 mm edge height), fixing at site by doing necessary
welding on steel structure, laying of cable trays over the pedestals, RCC trenches, overhead
structures, making pedestal, RCC trenches, overhead structure etc as per site requirement are
included in the scope of work.
2.5 The perforated trays shall be properly supported at a regular interval of maximum 1000 mm
from insert plates or steel structures. Wherever insert plates are not available, supports on
concrete structures on ceiling shall be fixed with minimum 10 mm diameter expansion bolts.
Angle supports for perforated trays shall be fabricated from 40mm x 40mm x 5mm MS angles
minimum size. The cable within cable tray shall be clamped with Al clamp. GI wire or nylon tie
are not to be used. All cable trays shall be covered along with clamp at every 1 m.
2.6 All cores of cable shall be identified at both ends by means of PVC ferrule. Ferrules shall be of
single sleeve type. Ferrule numbering shall be source destination type (cross ferruling). Cable
leads shall be terminated at both ends by crimped type soldering.

2.7 Wherever the RCC trenches are required to be constructed by the vendor, the same shall be of
minimum depth of 750 mm from ground to the top of cables, minimum 600 mm width and
minimum 250mm wall thickness with RCC cover of minimum 150mm thick. Bottom of the
trench shall be PCC of minimum 100 mm thick or as per IOCL standard design for RCC cable
trenches.
2.8 Cable routing shall be planned to be away from heat sources, Hydrocarbon Vapour, water, oil,
drains piping air conditioning duct etc. Cables are identified close to their termination point
(Cable numbers are to be punched on aluminium straps of minimum 2 mm thick and securely
fastened to the cable, wrapped around it) and also along the route at recommended intervals,
by cable number tags.

2.9 As far as possible, each cable tray shall contain only one layer of cables and minimum required
vertical clearance between racks is maintained. All wall openings/pipe sleeves are effectively
sealed after installation of cables to avoid seepage of water inside building/lined trench. MCT
blocks to be provided at cable entry points inside Control Room, Admin building, S&D block,
security room and invoice room. The cost of same to be included in cabling cost if not
mentioned separately in the BOQ.
2.10 Where cables rise from trenches to Instruments, junction boxes, control station, panels etc,
these are to be taken through HDPE/ GI protection pipe sleeves, ends of which should be sealed
after cabling. Conduit ends are to be plugged with weather proof sealing plastic compound. At
road crossing and other places where cables enter pipe sleeves, recommended bed of sand and
bricks are to be provided so that the cable do not slacken and get damaged at pipe ends.
Metallic pipe ends if used should be bell mouthed. A separate earth strip should run along each
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 136
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

cable tray. Equipment earthing is taken from the earth grid and not from the cable rack
earthing. Cables are clamped on trays using aluminium clamps at intervals not exceeding 1
meter.

3.0 Cable Termination


3.1 Identification number tags of the cable for the equipment are to be provided correctly at both
ends of the cable. The tag size is not less than 2 mm thick and 20 mm wide and of enough
length to contain all required details. Cable termination is done with proper crimpling lug and
use of antioxidant paste. Wherever lugs are used for termination, size of lug matches with
cable core and material of lug is suitable for application. Proper mechanical protection shall be
provided for the cables.
3.2 The scope shall include:-

3.2.1 Supply laying and termination of 1C x 6 Sq. mm FRLS Copper un-armoured cable (green colour)
for earthing instruments and junction boxes to earth bus bar. Earthing to be done as per
OEM’s recommendation and preferably double earthing to be provided.

3.2.2 Supply, laying, jointing 50 x 6 mm GI flat from earth pit to TLF Gantry.

3.2.3 Earth work, excavation for all kinds of soil as per cable trench cross section drawing including
shorting, shuttering, dewatering etc as per instruction of engineer in charge (750 mm depth).

3.2.4 Supply and laying of class B Bricks of size 9" X 4"X 3 " (Brick flat soiling underneath PCC) in
cable trenches as per specification and direction of site incharge.

3.2.5 WBM Road, Dyke cutting, concrete breaking for cable trenches including shoring , strutting
etc, if required and repairing of the road, dyke to original condition and disposing off excess
materials within the work site as per direction of site engineer. Breaking the existing RCC work
and disposing off the malba to an unobjectionable place as per the instruction of the site
engineer. Job shall be complete in all respect including the cost of all labour, tools, materials,
load lift hire charges of equipments if any.

3.2.6 Supply, erection and installation of cable trays alongwith structural support in trenches
already made, on walls, concrete structures etc including supply and installation of all
necessary pipe fittings such as bends, sockets, elbows, tees etc. bending threading, binding
etc as required for laying of cables in road, station piping crossing and cable rising up to
instruments as per direction of site engineer including the cost of all materials, labour, tools
etc complete in all respects.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 137
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

EARTHING

1.0 General
1.1 All junction boxes, local cabinets, field mounted instruments shall be connected to the nearby
earth bus bar/earth pit through minimum 6 mm2 Insulated FRLS unarmoured flexible copper
conductor.
1.2 All joints in the pipeline, valves and associated equipment shall be made electrically continuous
by bonding. The resistance value between each joint shall not exceed 1 ohm.
1.3 Earthing network shall be realized with earth electrodes and/or buried bare conductors.
1.4 Two types of earthing system shall be envisaged –
• Main earthing system (ME)
• Electronic earthing system (EE)
1.5 In general the following rules shall apply for earthing
• The metallic housing of electronic equipment/junction box/panel shall be connected to the
main earthing system (ME).
• All armours of armoured cables shall be connected to the earth (ME) at both ends.
• The shield of the shielded cable shall be earthed with electronic earth at one end only i.e.
at control room end.
1.6 The main Earthing System (ME) and Electronic Earthing system shall be in separate loop and
shall form separate grid.
1.7 Respective earthpit forming earthing grid shall be done using minimum 50x6 mm2 GI strip. All
branch earth conductors from each field unit shall be connected to respective earthing grid.
Double earthing is to be provided for all electrical actuators and other instruments as per OEMs
recommendations.

2.0 EARTH PITS


2.1 Separate earth pits shall be provided for system earth, IS earth, power earth, and general body
earth for instruments, equipments, junction box body etc. These earth pits shall be separate
and isolated from electrical earth pits. Individual Earth pits resistance and grid resistance shall
be as per standard codes and accordingly nos. of earth pits/electrodes shall be considered. For
system earth, redundant earth pits shall be provided and to be connected to form ring loop.
Earth pit (ME), earth electrodes, Earthing connection etc shall be as per IS – 3043 standards
with electrode length of minimum 3m and dia 100 mm. Maintenance free earth electrodes of
minimum 3m length and 100 mm dia can also be used.

2.2 For Electronic earthing (EE), the earth electrode(s) shall be placed in a galvanized steel pipe for
a depth of 4m to shield the electrode from surface earth stray currents, which may cause
unwanted interference.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 138
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

3.0 Earth pit Resistance Value:


3.1 The resistance value of an earthing system to general mass of the earth should not exceed.
• 4 Ohms for electrical systems and metallic structures.
• 1 Ohm for earth grid, bonding connections between joints in pipelines and associated
facilities.
• 2 Ohms for each electrode to the general mass of the earth.

3.2 Grounding of Automation field equipment:


All the Automation field equipments are to be connected to earth bus bar using 1C x 6 Sq. mm
FRLS Copper un-armoured cable (green colour) and the bus bar must be connected to existing
earthpit directly if available within a distance of 20-30 m. In case earthpit is not available,
separate earthpit to be provided. Bus bar and earthpit wherever provided must be outside
tank dyke wall.

3.3 Grounding of Control room Automation equipment:


Minimum two nos. of earth pits (in grid) are to be provided for panel earthing, minimum 2
nos. of earth pits (in grid) for signal earthing and 2 nos. earthpit (in grid) for Automation UPS
neutral earthing. Panels installed in any other buildings are to be grounded to the nearest
earthpit if available, or separate earthpit to be provided.

4.0 Earthing
4.1 Each panel, cabinet, console and other equipment in control room shall be provided with an
earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.
4.2 Redundant earth pits & bus shall be provided for the system earth. Both earth pits shall be
connected to form a ring. Suitable distance shall be maintained between various earth pits
(minimum 3 meters) as per guidelines of API RP550.
4.3 All circuit grounds of electronic instruments, shields and drain wires of signal cables shall be
connected to instrument ground bus which is electrically isolated from the AC mains earthing
bus. This bus shall be typically 25mm wide and 6 mm thick of copper or 50 x 6 GI strip.
4.4 Earth-pit head must be covered properly, and clearly visible identification tags indicating earth
pit no., Earthpit resistance and date of testing etc as per direction of site in-charge.
4.5 Periodic checks of each earth pit shall be carried out and maintenance record must be kept.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 139
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

4.6 Minimum Permissible Sizes of the Earthing Conductors:


Size of the conductor shall be selected based on the fault current that is required to be
dissipated during emergencies.
Equipment Minimum Size of the conductor
Main Earthing Grid 50 mm x 6 mm GI strip
CCTV Pole Structure 50 mm x 6 mm GI strip
UPS Neutral 50 mm x 6 mm GI strip
UPS Body, panels, console etc 50 mm x 6 mm GI strip
Push Button Stations 1C x 6 sq mm unarmoured FRLS Copper cable / No.
8 SWG Solid GI Wire
Small Equipment & Instruments 1C x 6 sq mm unarmoured FRLS copper cable / No.
8 SWG Solid GI Wire
Bonding of Pipes 25 mm square copper strip / braided flexible cable
Motors up to 3.7 Kw 1C x 6 sq mm unarmoured FRLS copper cable / No.
8 SWG Solid GI Wire
Static Earth at Tanker / Wagon loading/ Unloading 50 mm x 6 mm GI strip.
gantry
Flexible cable for Static Earth 15 Sq mm Copper flexible cable with lugs at one end
and socket at other end.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 140
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

EXPLOSION PROOF JUNCTION BOX

SR
DESCRIPTION MINIMUM REQUIREMENT
NO
1 Body & Cover Cast Al. Alloy (LM-6) minimum 5 mm thick.
2 Gasket Neoprene rubber
3 Terminals Clip on type, block locked at both ends suitable for up to 2.5 mm 2
conductor.
4 Tag nameplate to be provided
5 Paint Anti corrosive epoxy paint, shade light gray
6 Protection Suitable for area classified as zone-I, IIA & IIB, T6 as per IS2148 IP – 65 or
class better as per IS – 2147
7 Other Explosion proof junction boxes shall have detachable cover, which is fixed,
to the box by means of cadmium plated hexagonal head screws. Terminal
shall be spring loaded, vibration proof, clip-on type, mounted on nickel
plated steel rails complete with end cover and clamps for each row.
Sizing shall be done with due consideration for accessibility and
maintenance in accordance with the following guidelines
50 to 60 mm between terminals and sides of box parallel to terminals strip
for up to 50 terminals and additional 25 mm for each additional 25
terminals.
100 to 120 mm between terminals for up to 50 terminals and additional
25 mm for each additional 25 terminals.
All junction boxes shall be provided with external earthing lugs
All junction boxes shall be provided with 20% spare cable entries and
terminals. Each junction boxes shall have a minimum of 10% or 2 Nos.
whichever is higher, spare entries. All spare entries shall be with EXD
plugs.
All cable glands and plugs shall be of nickel-plated brass material. All the
cable glands shall be preferably NPT with PVC hoods unless otherwise
specified.
Double compression type cable glands shall be used for armoured cable.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 141
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

CANOPY AND SUNSHADE

1.0 Sunshades / Canopy shall be provided to all field mounted instruments like Tank side indicator,
Bay queue display board, LED display for TT registration and Bay no. display, Hydrocarbon
detectors, electronic equipments having display units (TT, PT, TSI) and any other equipments
which are directly exposed to sunlight and rain and requires protection as per OEM’s
recommendations. Canopy shall be designed such that shape allow rain run-off easily. Large
lateral surface shall be provided for protection from the sun rays, especially in case of low sun
rays angles.

2.0 Minimum 3 mm thick Aluminium canopy/Sun shield to be provided.


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 142
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

RECOMMENDED VENDOR LIST


Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 143
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

RECOMMENDED VENDOR/ OEM LIST

VENDOR LIST

EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM


BALIGA
FLP JUNCTION BOXES,
FEPL LTD.
ENCLOUSERS, CABLE
FCG FLAMEPROOF CONTROL GEAR
GLANDS, PLUGS,
CEAG
PUSHBUTTON STATIONS
FLEXPRO
EX-PROTECTA
ASSOCIATED CABLE
ASSOCIATED FLEXIBLES AND WIRE
DELTON
UNIVERSAL
CORDS CABLES
RELIANCE ENGG
NICCO
CABLE- SIGNAL & CONTROL BROOKS
THERMOCABLES
KEI
BELDEN
RADIANT
LAPP
UDEY PYRO CABLES
T C COMMUNICATIONS
CCI
FORT GLOSTER
DELTON
CORDS CABLES
THERMOCABLE
ASSOCIATED CABLE
ASSOCIATED FLEXIBLES AND WIRE
CABLE- PWER & EARTH UNIVERSAL
NICCO POLYCAB
KEI BELDEN
RADIANT
LAPP
UDEY PYRO CABLES
T C COMMUNICATIONS PVT LTD (TECHNOCAB CABLES)
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 144
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

VENDOR LIST

EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM


GRAM ENGG.
HOPES METAL
INDIANA
CABLE TRAY & TRAY GLOBE ELECTRICALS
COVERS MM ENGG.
CALCUTTA MANUFACTURERS (KOLKATA)
ELCON CABLE TRAYS PVT. LTD
RUKMANI ELECTRICALS
MDS
INDOKUPP
SIEMENS
MCB, ELCB & MCCB GE POWER CONTROL
SCHNEIDER ELECTRIC
ABB
L&T
SIRENS KHERAJ
BALIGA
FEPL LTD.
FLP POWER SOCKET WITH FCG FLAMEPROOF CONTROL GEAR
FLP 3 PIN TOP CEAG
FLEXPRO
EX-PROTECTA
GENERAL MONITOR
CROWCON
DRAGER
OLDHAM
AUSTECH
E2V TECHNOLOGIES
SIL-2 HYDROCARBON IR MONICON
DETECTOR, TRANSMITTER HONEYWELL
AND SYSTEM ZELVEGER
ENGLISH ELECTRICAL
SENSITRON
DETERONICS
CETECTION INSTRUMENTS (UK)
NET SAFETY - EMERSON
MSA

Note:
1. All the Ex-proof /Intrinsic items located in hazardous area shall have
CMRS/CPRI/ERTL, BIS and CCE no. and certification.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 145
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

2. In case of imported items the Ex-proof /Intrinsic certification from


following agency shall be provided. i.e. ATEX / BASEEFA / PTB/ KEMA/ TUV
etc. PESO certificate is mandatory for both Indian and imported item. Also
CE mark shall be available and complying all EMC directives for imported
item.
3. All other materials to be used in the works shall be of best make in the
market OR other IOCL approved make and shall be brought to site on
approval of the same from IOCL.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 146
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC)


1. CAMC Order:
Order for CAMC shall be placed by the User Group separately annually after the completion of
the Project Works as per CAMC amount finalized in the subject tender.

2. Annual Maintenance Contract Charges will be paid on completion of each quarter (which will be
¼th of the AMC value for that particular year) after the Warranty period on submission of bills by
the vendor. AMC charges shall be paid within 15 days of submission of the bill. For AMC, GST at
the prevailing rate shall be reimbursed at actual on year-to-year basis.

3. Cost of all spares, equipment, instruments & services, (be preventive & breakdown) to take care
for this new facility has to be borne by the Vendor during the warranty and AMC period. In case
of failure to attend to these promptly, these will be attended through alternate agency at vendor’s
risk and cost.

4. CAMC shall be fully comprehensive including all hardware spares supply and support services as
per scope. The cost for hardware spares, consumable replacement and all services to be provided
in the scope of job is inclusive in the annual price to be quoted by the bidder. The CAMC shall
cover all equipments supplied by the vendor under this package, the terms and conditions of
CAMC are as follows:

The scope of work shall cover four types of services as follows from vendor’s experts or OEM:

i. Emergency Maintenance service - as and when required.


ii. Preventive Maintenance service - 4 visits per year from vendor’s HO and from OEM for PLC,
UPS, and Radar Gauges including all major components.
iii. Hardware replacement - as and when required.

5. IOCL can terminate the annual maintenance contract by giving three months notice in advance to
the vendor.

6. During the AMC, Vendor will hold the inventory of minimum spares inventory at the site required
for maintaining this new system in operating condition. Vendors are required to confirm the min
spares list to be maintained always in consultation with OEMs/IOCL/consultant before Mechanical
completion and adhere compliance towards stocking of minimum spares at site.

7. The vendor shall furnish a bank guarantee for an amount of 10% of total AMC charges for 3 years
valid throughout the AMC period + 3 months to secure IOCL against any failure by the vendor to
support this new system during the AMC period. This BG is to be submitted before expiry of
warranty and release of security deposit.

8. Penalty Charges during AMC period for any failure of the equipment/system resulting into loss of
operation of the equipment/system, for more than 1 day, appropriate deduction amount shall be
Calculated by the location and the cumulative amount over a year shall be adjusted against the
SD BG/ AMC BG, as the case may be.
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 147
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

SCHEDULE OF RATES AND QUANTITY

Attached separately
Tender No:- SRCC/PT/051/TAPSO/2020-21
Design, supply, installation, testing and commissioning of Page No. 148
Hydrocarbon vapour detection system at Rajahmundry Terminal
& Ramagundam Depot under TAPSO

PRICE BID

Attached separately in Excel file.

You might also like