Download as pdf or txt
Download as pdf or txt
You are on page 1of 1024

INDIAN OIL CORPORATION LIMITED

(REFINERIES DIVISION)

TENDER DOCUMENT

FOR

PACKAGE-4

LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL


AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT
IOCL GUJARAT REFINERY, INDIA

(BIDDING DOCUMENT NO.: 077154C/T/LuPech(J-18)/PACKAGE-4)

Prepared & Issued by

TECHNIP INDIA LIMITED


TECHNIP CENTRE,

19, Velachery Main Road,

Guindy, Chennai – 600 032.


INDIAN OIL CORPORATION LIMITED
(REFINERIES DIVISION)

PACKAGE-4
LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL
AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT
IOCL GUJARAT REFINERY, INDIA
(BIDDING DOCUMENT NO.: 077154C/T/LuPech(J-18)/PACKAGE-4)

CONTENTS OF TENDER
1. PART- I TECHNO COMMERCIAL (UNPRICED)

2. PART- II: PRICED

3. PART- III TECHNICAL

Prepared & Issued by

TECHNIP INDIA LIMITED


TECHNIP CENTRE,
19, Velachery Main Road,
Guindy, Chennai – 600 032.
INDIAN OIL CORPORATION LIMITED

(REFINERIES DIVISION)

PACKAGE-4

LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE


INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL GUJARAT
REFINERY, INDIA

(BIDDING DOCUMENT NO.: 077154C/T/LuPech(J-18)/PACKAGE-4)

PART- I: TECHNO-COMMERCIAL

Prepared & Issued by

TECHNIP INDIA LIMITED

TECHNIP CENTRE,

19, Velachery Main Road,

Guindy, Chennai – 600 032.


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

MASTER INDEX
PART I & II
Bidding Document No : 077154C/T/Lupech(J18)/PACKAGE-4 P a g e 1 of 5
 
PART I: TECHNO COMMERCIAL 
NO. OF
SL.NO DESCRIPTION
PAGES

1. COVER PAGE 1

2. MASTER INDEX 5

3. NOTICE INVITING TENDER (NIT)

3.2 ANNEXURE – I TO NIT


2

3.1 ANNEXURE – II TO NIT – FORMAT FOR BID SECURITY DECLARATION


1

4. INSTRUCTION TO BIDDERS (ITB) 32

5. ATTACHMENTS TO ITB

5.1 ATTACHMENT-I-ACKNOWLEDGMENT CUM CONSENT LETTER 3

5.2 ATTACHMENT-II BANK DETAILS 1

5.3 ATTACHMENT-III-INTEGRITY AGREEMENT 11

ATTACHMENT-IV FORMAT OF AFFIDAVIT ON AUTHENTICITY OF


5.4 1
DOCUMENTS

5.5 ATTACHMENT-V SELF CERTIFICATION AND DECLARATION BY CEO/CFO 1

5.6 ATTACHMENT-VI PROFORMA FOR DECLARATION ON NCLT 1

5.7 ATTACHMENT-VII NETWORTH CALCULATION 2

5.8 ATTACHMENT-VIII LETTER FROM STATUTORY AUDITOR CA 3

5.9 ATTACHMENT-IX CERTIFICATION BY STATUTORY AUDITOR CA 3

5.10 ATTACHMENT-X-CERTIFICATION BY CEO/CFO 3

6. BID DATA SHEET 5

7. BIDDING FORMS ( FORM A TO FORM W)

7.1 A- FORM OF BID 4


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

MASTER INDEX
PART I & II
Bidding Document No : 077154C/T/Lupech(J18)/PACKAGE-4 P a g e 2 of 5
 
NO. OF
SL.NO DESCRIPTION
PAGES

7.2 B INFORMATION ABOUT BIDDER 2

7.3 C - DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT 1

7.4 D- FORMAT OF LETTER WAIVER 1

7.5 E - COMPLIANCE TO BID REQUIREMENT 1

7.6 F- SELF DECLARATION 1

7.7 G- PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING 2

7.8 H - UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR 1

7.9 I- PROFORMA FOR BIDDER'S QUERIES 1

7.10 J - COMMERCIAL QUESTIONAIRE 2

7.11 K-1 COMMERCIAL EXPERIENCE CRITERIA DETAILS 3

7.12 K2- FINANCIAL DETAILS 1

7.13 L - BANK MANDATE FORM 1

7.14 M - CHECK LIST 3

7.15 N- PAST EXPERIENCE COMPLETED DURING LAST TEN YEARS 1

O - DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT TOOLS &


7.16 4
TACKLES PROPOSED FOR EXECUTION OF WORK

7.17 P - DETAILED EXECUTION PHILOSOPHY 2

7.18 Q - DETAILS OF PROPOSED ORGANIZATION FOR HOME AND SITE OFFICE 1

R - DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL AND


7.19 6
CONSTRUCTION WORKERS
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

MASTER INDEX
PART I & II
Bidding Document No : 077154C/T/Lupech(J18)/PACKAGE-4 P a g e 3 of 5
 
NO. OF
SL.NO DESCRIPTION
PAGES

7.20 1
S - FORMAT FOR INDEPENDENT ESI

7.21 T - TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF 10


WORK

7.22 U – NOT USED

7.23 V – EXCEPTIONS AND DEVIATIONS 1

7.24 W- ACCEPTANCE REGARDING BIDDING DOCUMENT 1

8. GENERAL CONDITIONS OF CONTRACT (GCC) 208

9. SPECIAL CONDITIONS OF CONTRACT (SCC)

9.1 SCC- PART A 47

9.2 SCC-PART B 29

10. ANNEXURES TO SCC

ANNEXURE A-I : CONDITIONS FOR ISSUE AND RECONCILATION OF


10.1 4
MATERIAL

10.2 ANNEXURE A-II: TIME SCHEDULE 3

ANNEXURE A-III : WORK DURING MONSOON - SPECIAL PRECAUTION & 3


10.3
MOBILIZATION REQUIREMENTS

ANNEXURE A-IV : QUALITY MANAGEMENT SYSTEM REQUIREMENTS FOR 16


10.4
CONTRACTOR

10.5 ANNEXURE A-V : HSSE MANAGEMENT 233

10.6 ANNEXURE A-VI : ADVANCE BG FORMAT FOR SUPPLIER/CONTRACTOR 5

ANNEXURE A-VII : QUALIFICATION AND EXPERIENCE OF KEY 4


10.7
SUPERVISORY PERSONNEL

10.8 ANNEXURE A-VIII : FORMAT FOR APROVAL OF SUB-CONTRACTOR 3

10.9 ANNEXURE A-IX : LIST OF LLI AND CRITICAL TAGGED ITEMS 2

10.10 ANNEXURE A-X : FORMAT FOR GUARANTEES 12


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

MASTER INDEX
PART I & II
Bidding Document No : 077154C/T/Lupech(J18)/PACKAGE-4 P a g e 4 of 5
 
NO. OF
SL.NO DESCRIPTION
PAGES

10.11 ANNEXURE A-XI : ENDORSEMENT OF FEED – Not USED 1

10.12 ANNEXURE A-XII : LIST OF FREE ISSUE MATERIALS 2

ANNEXURE A-XIII : PURCHASE REFERENCE LINKED TO LOCAL CONTENT- 15


10.13
2017

ANNEXURE A-XIV : CALIBRATION REQUIREMENTS OF MONITORING AND 6


10.14
MEASURING DEVICES AT CONSTRUCTION SITE

ANNEXURE A-XV : GUIDELINES FOR CONTRACTOR'S PERFORMANCE


10.15 9
EVALUATION

10.16 ANNEXURE A-XVI : SPIR FORMAT 4

10.17 ANNEXURE A-XVII :TAXES & DUTIES REIMURSEMENT STATEMENT 2

10.18 ANNEXURE A-XVIII_MSME 8

10.19 ANNEXURE A-XIX : CUSTOMS PUBLIC NOTICE 4

10.20 ANNEXURE A-XX : NATIONAL STEEL POLICY 17

10.21 ANNEXURE A-XXI : DMEP POLICY 5

10.22 ANNEXURE A-XXII : REVISED FORM OF CONTRACT 5

11. OTHER DOCUMENTS

11.1 PROJECT EXECUTION PLAN PLAN FOR EPCC CONTRACTOR 69

11.2 DOCUMENT REQUIREMENTS AND REVIEW PROCEDURE 37

11.3 SPARES PHILOSOPHY AND MANDATORY SPARE PARTS LIST 15

11.4 TECHNICAL INFORMATION WITH BID 5

11.5 TECHNICAL COMPLIANCE CHECKLIST 20

11.6 MASTER SUPPLIER LIST 62


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

MASTER INDEX
PART I & II
Bidding Document No : 077154C/T/Lupech(J18)/PACKAGE-4 P a g e 5 of 5
 
 
PART II: PRICED PART

No of
SL. NO DESCRIPTION
Pages

1 COVER PAGE 1

2 PREAMBLE TO SCHEDULE OF PRICES (AS PER SCC / BOQ) 11

3 FORM SP-0 : TOTAL LUMPSUM PRICE 1

4 FORM SP-1 : BREAK-UP OF TOTAL LUMPSUM PRICE- SUPPLY PORTION 1

5 FORM SP-2 : BREAK-UP OF TOTAL LUMPSUM PRICE- SERVICES PORTION 1

6 FORM SP-3 : TAXES & DUTIES ON RE-IMBURSEMENT BASIS 1

FORM SP-4 : FURTHER BREAK-UP OF LUMPSUM PRICE FOR SUPPLY


7
PORTION (To be submitted in Unpriced Bid indicating percentage only)

FORM SP-5 : FURTHER BREAK-UP OF LUMPSUM PRICE FOR SERVICES


8
PORTION (To be submitted in Unpriced Bid indicating percentage only)

FORM SP-6 : PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO 1


9
YEARS OPERATION AND MAINTENANCE

10 FORM SP-7: PRICES FOR PWCAMC 1

11 FORM SP-8 : GUARANTEED UTILITY CONSUMPTION 1


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 18

NOTICE INVITING TENDER

TABLE OF CONTENTS

A. INTRODUCTION............................................................................................................................ 2
B. BRIEF SCOPE OF WORK ............................................................................................................ 2
C. SALIENT FEATURES OF NOTICE INVITING TENDER (NIT) ..................................................... 3
D. EARNEST MONEY DEPOSIT (EMD) .......................................................................................... 13
E. GENERAL.................................................................................................................................... 13
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 18

A. INTRODUCTION
M/s. TECHNIP INDIA LIMITED (TPIL) as CONSULTANT on behalf of OWNER M/s. INDIAN OIL
CORPORATION LIMITED (IOCL) invite e-Bids for execution of Package-4 comprising of POWER
DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-
18) PROJECT AT IOCL GUJARAT REFINERY, INDIA on Domestic Competitive Bidding under Single
Stage Two-Bid system (Part-1: Techno-Commercial Part and Part -2: Price Part) from competent Bidders
with sound Technical and Financial capabilities fulfilling the Qualification Criteria as stated elsewhere in this
document.

B. BRIEF SCOPE OF WORK


The scope of work shall include validation of basic design, Detailed Design & Engineering, Procurement,
Supply, Transportation up to Site, Storage, Construction, Erection, Installation, Testing and Commissioning
and all other related jobs for successful completion of POWER DISTRIBUTION FACILITY for LuPech project.
Contractor shall obtain all applicable statutory approvals including approval from Electrical Inspector for
subsequent efficient and trouble-free operation of the substation. Complete 220 / 33 KV Substation
Package including, 2 x 115/140 MVA ONAN/ONAF, 220 kV / 33 kV Power Transformers , 220kV Cables,
new 33 KV GIS in a new Substation building including construction of the new Substation building
with associated LT AC & DC System, Interconnection of existing 33 KV System at CGP-1 with the new
33 KV GIS, Substation Control, Protection and Automation System, Illumination, Earthing, lightning
Protection, AC & Ventilation and Fire Detection, Alarm & Protection system along with associated
Civil, Structural, Architectural, etc. and successful commissioning of LuPech Power Distribution
facility shall be in the scope of the Package CONTRACTOR.

Bidder shall execute the work on Lump Sum Turn Key Basis (LSTK) with single point responsibility and the
scope includes Project Management, Consistency Checks, Power System Studies as mentioned in Bidding
Documents, Site development and enabling jobs, Topography Survey, Soil Investigation and underground
scanning mentioned in the bid and co-ordination for the same with Owner/PMC, Total Procurement (including
first fill of consumables, special tools and tackles, Pre-Commissioning Spares, Commissioning Spares, Start-
up spares & Mandatory spares), Fabrication, Manufacturing, Quality Assurance, Inspection & Expediting,
Third Party Inspection, Supplies, Transportation, Insurance, Handling & Storage of all Equipment, Materials,
items and other Construction Materials at yard/site, Fabrication, Assembly, Construction, Erection, Installation
of all equipment pertaining to LuPech Power Distribution facility including civil, Structural, HVAC, Piping,
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 18

Electrical and Instrumentation including tie-ins, Testing, Insulation and Painting, Obtaining all Statutory
Approvals Pre-commissioning & Mechanical Completion, Preparation of operating manuals, Training of
Owner’s O&M personnel, consumables for 6 (six) months operation, Contract closure activities ,Final
invoice/billing and handing over of the facilities with Final and “As Built” drawing/documentation, supply of
spares with necessary support and services during defect liability period.

For detailed scope, refer the relevant sections of the Bidding Document.

C. SALIENT FEATURES OF NOTICE INVITING TENDER (NIT)

1. Tender No. 077154C/T/LuPech(J18)/PACKAGE-4

DOMESTIC COMPETITIVE BIDDING (E-BIDDING)


2. Type of Bid
Single Stage Two-Bid system

LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL


3. Name of Work AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT
IOCL GUJARAT REFINERY, INDIA

17 Months (16 Months for Mechanical Completion including Pre-


Time Schedule commissioning + 01 Months for Commissioning) from the date of
4.
issue of LOA (Letter of Acceptance). Detailed Completion Schedule shall
be as per Annexure-A-II to SCC.

From 07-Jul-2021 to 02-Aug-2021 (Up to 14.00 Hours)


Tender download
5.
schedule Tender documents can be downloaded free of charge from the website
www.iocletenders.nic.in during the above period.
Cut-off date for
submitting the NDA
6. Not Applicable
(confidentiality
Agreement)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 18

Site Visit – Not Applicable

Virtual Site Visit & Pre-Bid Meeting at 10:30 Hrs on 14-Jul-2021. via
Site Visit and Pre-Bid Video Conferencing (Preferably Microsoft Teams) or in the following
7. Meeting address:
IOCL, Project Department, Scope Complex, Core-2, 7, Institutional
Area, Lodhi Road, New Delhi-110003

Last date for submitting Pre-Bid queries: 13-Jul-2021

Start Date of Submission of Bid/Tender:


From 14.00 Hours 28-Jul-2021
Submission of
8.
Bid/Tender
Last date of Submission of Bid/Tender:
Up to 14.00 Hrs. on 02-Aug-2021
14.30 Hrs. on 03-Aug-2021 (*).

If date identified as (*) above happen to be a declared holiday in TPIL,


Techno-commercial
9. Chennai/ IOCL, New Delhi, the next working day shall be considered.
Tender opening date

Date and time of Priced Bid opening will be communicated only to


Techno-commercially acceptable bidders.
Bidding Document The Bidding Document along with Qualification Criteria, Integrity Pact
& Subsequent and subsequent addendum/corrigendum (if any) can be viewed/
Addendum/ downloaded from the Following website:
Corrigendum (if any)
10
available on https://iocletenders.nic.in
Website
for viewing &
downloading
EMD is currently not applicable for this tender. Bidder shall sign and
Earnest Money Deposit
submit the format of bid security declaration in lieu of EMD attached as
11 (EMD)
per Annexure-II of NIT.

12 Bidder Qualification Criteria (BQC):

12.1 Intending Bidders shall meet the minimum qualification criteria detailed below to qualify.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 18

The Bidders shall have to furnish proof of their qualification credentials and other relevant
documents mentioned in the Bidding Document along with the Part-I (Techno-commercial bid).

Bids from following Bidders are acceptable:

A Bidder who meets the BQC Criteria as set out below (Refer Sl. Nos. 12.3, 12.4 & 12.5) can directly
12.2
quote for the job.

CONSORTIUM/JV Bidding is not allowed for this tender.

12.3 TECHNICAL CRITERIA

a) The Bidder should have successfully executed and completed One contract with single point
responsibility involving “Supply, Installation, Testing and Commissioning of minimum 33
kV voltage grade switchgear facility”. References of Revamp / Retrofit projects shall not be
considered for qualification.

b) The Bidder should have also successfully executed and completed atleast one contract with
single point responsibility involving “Installation, Testing and Commissioning of Extra High
Voltage (66kV & above) Class Power Transformers”.
12.3.1
c) In addition to the above, Bidder should have successfully executed and completed atleast one
contract with single point responsibility involving “Civil works of Substation building/Motor
Control Center Room/Control room building for Electrical Installation”.

d) Bidder should have the experience of “Design / Engineering for facility specified under criteria
a) & c) above”.

e) Bidder shall meet the criteria a), b), c) & d) above either in single contract (or) in multiple
contracts.

In case the Bidder meets the criteria 12.3.1.a), b) & c) above on its own, but do not have the
Design/Engineering experience mentioned in criteria 12.3.1.d), the bidder can be considered
acceptable, provided Bidder engages an Engineering Sub-Contractor who has carried out
Design/Engineering of the Work referred in criteria 12.3.1.d) above.
12.3.2
Bidder to furnish with his bid, the Memorandum of Understanding (MOU) with the proposed
'Engineering Subcontractor' for executing the Design / Engineering for this subject Tender. In case
of Bidder being successful, the MOU with Engineering Sub-Contractor (submitted during Pre-
Qualification), shall be binding on the Bidder till the pendency of the contract. Changes of
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 18

Engineering Sub-contractor during execution of job shall be subject to approval of IOCL / PMC
without any cost and time implication.

i) The electrical equipment and facility referred in 12.3.1 a), b) and d) above must have been
commissioned within the last 10 years ending on last day of the month immediately previous to the
month in which last date of bid submission falls (in case of extended bid submission date, original
bid submission date shall be considered).

The electrical equipment and facility referred in 12.3.1 a), b) & d) should also have been in operation
for at least 1 (one) year after commissioning.

ii) Proof of commissioning from Owner/End User shall be submitted by the Intending Bidder along
with the Technical Bid.
12.3.3 However, for operation for at least 1 (one) year after commissioning, any one of the following
document is required to be submitted by the bidder along with the Bid.
• Certificate for Operation for 1 year from client OR
• Certificate of Release of full Security Deposit (Bank Guarantee) by Client against the
defect liability period OR
• Certification by CEO/CFO with due notarization that Defect Liability Period is completed
and there is no claim by client on account of performance of the Plant/Equipment OR
• For reference job of IOCL in support of successful operation of one year, bidder need
not submit any additional certificate. However, the qualification of the reference job
order submitted by the bidder for the tender will be checked internally by IOCL based
on the information submitted with the bid.
Bidder should submit valid electrical Contractor license and electrical supervisor license suitable to
work on maximum system voltage level (mentioned in the subject tender) issued by respective Govt
authority for Gujarat State along with the bid, else to perform installation of all electrical items through
12.3.4 a Sub Contractor having valid electrical Contractor License and Electrical Supervisor License issued
by respective Govt Authority. A self-affidavit in this regard shall be signed and submitted by
CEO/CFO of the bidding entity along with bid.

12.4 FINANCIAL CRITERIA


The Annual Turnover of Bidder shall be equal to or more than INR. 29,90,65,000 during at least
one of the last three preceding Financial Years. For fulfilling the financial criteria (ATO) an audited
12.4.1
balance sheet and profit & loss account of the Bidder shall be considered as acceptable proof.
Published Annual Report available in the public domain shall also be acceptable.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 18

(a) Bidder shall have Positive Net Worth:

To establish the Positive Net Worth, Bidder shall furnish the latest Audited Financial Statement
including Auditors reports, Audited Balance Sheet, Profit & Loss Account, Notes, Annexure (if any)
etc.

In case Net worth is negative in the immediate preceding financial year, the bid shall be
rejected.

The net worth means paid up share capital, share application money pending allotment* and reserve
# less accumulate losses and deferred expenditure to the extent not written off.

# Reserves to be considered for net-worth shall be all reserves created out of the profits and
securities premium account but shall not include reserves created out of revaluation of assets write
back of depreciation and amalgamation.

*Share application money pending allotment will be considered only in respect of share to be
allotted.

Accordingly, the definition of net-worth shall be as follows:


12.4.2 Paid up share capital XXX

Add: Share application money pending allotment XXX

Add: Reserves (as defined above) XXX

Less: Accumulate Losses XXX

Less: Deferred revenue expenditure to the extend not written off XXX

Net-worth XXX

(b) Profit After Tax (PAT) Statement:

Bidder shall not have consecutive negative PAT for the last three Financial Years

The failure to meet criteria (a) & (b) above will render the bid submitted to be summarily
rejected.

For 12.4.1 and 12.4.2 above, in case the Financial Year closing date is within 9 months of bid
due date and Audited Annual Report of immediate preceding financial year is not available, bidder
has the option to submit the financial details of the previous year immediately prior to the last
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 18

financial year. Otherwise, it is compulsory to submit the financial details of the immediate preceding
financial years.

Example, in case, Audited Annual Report of immediate preceding Financial Year (year ending 31st
March) is not available and where bid closing date is up to 31st December, the financial details of
the previous year immediately prior to the last financial year may be submitted However, in case the
bid closing date is after 31st December, it is compulsory to submit the financial details of the
immediate preceding financial year only.

Any of the following documents furbished by the bidder in support of above clause shall be
acceptable:
A) Audited published Annual Report OR
B) Audited Balance Sheet and Profit & Loss statement OR
C) Financial statements duly certified by a practicing Chartered Accountant (not being an
employee or a Director and not having any interest in the bidder’s company) where audited
accounts are not mandatory as per law.

12.5 COMMERCIAL EXPERIENCE CRITERIA


For experience, the bidder, as a main or as a sub-contractor should have executed/completed at
least one or two or three contract(s) involving similar nature work with minimum value(s) as
indicated below during the last 10 (Ten) years ending on last day of the month immediately
previous to the month in which last date of bid submission falls (in case of extended bid submission
date, original bid submission date shall be considered):

➢ One “similar” successfully completed contract valuing not less than the amount equal to
INR. 35,30,63,000.
OR
12.5.1 ➢ Two “similar” successfully completed contracts each valuing not less than the amount equal
to INR. 28,24,50,000.
OR
➢ Three “similar” successfully completed contracts each valuing not less than the amount
equal to INR. 21,18,38,000.

Date of Mechanical Completion will be considered as completion date and that should fall within
the qualifying period.

The above values of completed contract(s) shall be exclusive of GST /Service Tax.
“Similar” nature of job is as defined at Sr. no. 12.5.2
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 18

Definition of SIMILAR NATURE OF WORK:


12.5.2
“Similar” work shall mean the work involving “Supply & Installation of Electrical
Substation/Switchyard”.

12.6 DOCUMENTATION
The bidder shall, in his own interest, furnish complete documentary evidence, as under, to justify
that the bidder meets the Qualification Criteria as given above.

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

a) The Bidder shall furnish documentary proof in form of the copy of work order(s)/ contract
agreement(s)/ relevant supporting documents like data sheet, drawings, SOR etc complying
the technical criteria mentioned above / relevant pages of contract document(s) mentioning
the value and the scope of work, completion certificate(s) by owner/ Consultant indicating
executed value and certificate(s) of commissioning of previous plants from owner/ Consultant,
fulfilling the qualification criteria for themselves as well as their proposed Engineering Sub-
Contractor, as applicable.

b) In case, the executed value of job is more than work order value and bidder claims that they
12.6.1 are meeting the BQC requirement on the basis of executed value, then it is the responsibility
of the bidder to submit the documentary evidence of final executed value (such as copy of
Final Bill, executed value mentioned in Completion Certificate etc.) along with his bid.

c) In case Executed Value is not mentioned in the Completion Certificate, Work Order value with
amendments, if any, shall be considered towards BQC requirements. Where the executed
value is not mentioned in the Completion Certificate, the copy of certified Bill shall also be
acceptable for determining the Executed Value if submitted along with Completion Certificate.
Executed Value or Work Order Value, whichever is higher, shall be considered towards BQC
requirements as above and Offer shall be evaluated accordingly.

d) Executed value mentioned in the completion certificate should be exclusive of Service Tax/
GST. In case the value of job submitted by the bidder does not have clarity with regard to
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 18

inclusion/ exclusion of Service Tax/GST, the amount appearing in the certificate shall be
considered exclusive of Service Tax/GST and shall be evaluated accordingly.

e) A job completed by a bidder as a Sub-Contractor shall be considered for the purpose of


meeting the technical and commercial experience criteria of BQC subject to submission of
following documents in support of meeting the “Bidder Qualification Criteria”:

i. Copy of work order along with SOR issued by Main Contractor.

ii. Bidder has to submit a Certificate from the End User/ Owner/Consultant of the Owner
stating that the Main Contractor has intimated them about the engagement of Bidder
as a Sub-Contractor OR the Bidder had been allowed/permitted as a Sub-Contractor
in the concerned job(s).

iii. Copies of Completion/Commissioning Certificates (as the case may be) issued by the
Owner/ Owner’s Consultant/Main Contractor. The said Certificates shall have details
like work order no./date, brief scope of work, ordered & executed value of the job,
completion date etc. In case bidder is not able to furnish the completion certificates
from the Owner/Owner’s Consultant in his name then the Certificate issued in the
name of Main Contractor shall also be considered as proof of completion of the
relevant job.

iv. If the bidder cites any reference of a job executed for IOCL or executed for some client
through PMC and the bidder is not able to furnish documentary evidence, the internal
records of IOCL or PMC (as the case may be) shall be considered.

f) A job executed by a bidder for its own plant/ projects can’t be considered as experience for
the purpose of meeting requirement of BQC of the Bidding Document. However, jobs
executed for Subsidiary/ Fellow subsidiary / Holding company will be considered as
experience for the purpose of meeting BQC subject to submission of tax paid invoice(s) duly
certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the
job executed. Such bidders shall submit these documents over and above the other required
documents under the various Clauses of BQC.

g) For Indian Bidders, Order value(s) in multiple currencies shall be converted to equivalent INR
at the exchange rate of SBI bill selling rate as on the date of award of such proposed qualifying
work(s).

h) In case where the Bidder cites the reasons of Non-Disclosure Agreement for its inability to
submit necessary documents in support of meeting the Experience Criteria, a Certificate in
original, certifying all the required information, issued by CEO/ CFO of the company along
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 18

with a declaration that the bidding company is not in a position to submit the required
documents owing to NDA with an endorsement by Chartered Accountant / Statutory Auditor
/ Certified Public Accountant (not being an employee or a Director or not having any interest
in the bidder(s) company / firm) shall be accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being
an employee or a Director or not having any interest in the bidder(s) company / firm) is not in
a position to endorse such CEO / CFO's certificate due to local regulations, CEO / CFO's
certificate without endorsement may be accepted provided a reference of the local regulation
restricting this endorsement is given in the CEO / CFO certificate.

For Financial Criteria:

a) For fulfilling the Financial Criteria, annual audited financial statements (Balance Sheet, Profit
and Loss Account, Auditor Report and all other Schedules / notes to Balance sheet and Profit &
12.6.2 Loss Account) of the bidder shall be considered as acceptable proof.
b) Not used.
c) In connection with the submission of various documents against Financial Criteria, the Bidder
shall specifically refer to the Sl.No. 12.4 of BQC also.
Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has
concern or apprehension regarding the authenticity/ correctness of any document, IOCL reserves
the right to get the documents verified from issuing authority/any relevant source. If documents (part
or full) are found forged, such offers will be summarily rejected, EMD will be forfeited, orders if any
13
placed against subject tender will be terminated and may be debarred from future tenders. For the
purpose of verification bidders shall submit complete client details with names, address, phone
number, e-mail ID etc.
Offer must be uploaded on e-tender website www.iocletenders.nic.in
14 Mode of Submission. before the last date & time of submission of tender.
Offer submitted using any other mode will not be accepted.

15 OTHER REQUIREMENTS

15.1 Independent ESI (Employees State Insurance) Code or undertaking for Independent ESI code in
the Format given in Bidding Forms (Form-S).

NOTES:

a) Bidders who would like to quote directly shall have ESI Registration in their own name and submit
Copy of the same Registration Certificate along with the Bid.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 12 of 18

If ESI Registration is not available during Bidding as mentioned above, necessary Undertaking shall
b) be given by the Bidder as per the Tender provisions that once the Job is awarded, the successful
Bidder shall arrange for the ESI Registration as per the Statutory requirements.
All bidders shall be required to submit the Power of Attorney in the name of authorized
signatory who is submitting the bid with his Digital Signature Certificate & Signature. Also,
15.2
Power of Attorney of the Person who has signed the bid (if a different person) shall be
submitted.

15.3 Copy of PAN card.

15.4 Certificate of Incorporation

PF (PROVIDENT FUND) REGISTRATION

Bidders who would like to quote directly shall have PF Registration in their own name and shall
15.5 submit Copy of the PF Registration Certificate along with the Bid.

Bids of such Bidders, who shall not submit the copy of valid PF Registration Certificate as
per above requirement, will be rejected.

Mr. Ganapathy P Sayee Shankara


Tender Inviting Technip India Limited
16 19, Velachery Main Road | Chennai – 600 032 | Tamilnadu, India
Authority
Telephone: +91 44 22303303
Email: ganapathy.psayeesankara@technipenergies.com

Integrity Pact
17 Applicable
Agreement

18 Reverse Auction Not Applicable

19 Tender cost / Fee Nil

20 Language English
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 13 of 18

The offer of the Bidder shall remain valid for 06 (Six) months from
the last date of submission of Tender / Revised offer (if applicable
as permitted by the Owner). On account of exigencies if bidders are
21 Validity of Bids asked to extend their validity the same should be without any deviation
including change in the prices. However, the bidders would be allowed to
withdraw the tender. If a bidder still deviates or changes price, its offer
would likely to be rejected.

D. EARNEST MONEY DEPOSIT (EMD)

EMD is currently not applicable for this tender. Bidder shall sign and submit the format of bid security
declaration in lieu of EMD attached as per Annexure-II of NIT.

E. GENERAL
Bidder to note the following before bidding:
1. Offers from following types of bidders will not be accepted
a) Who are in the Holiday/ Suspension /Banning List / Negative list of Licensor or IOCL or its
Administrative Ministry, MoP&NG on due date of submission of bid / during the process of
evaluation of the bids.
b) Bidders who are under liquidation, court receivership or similar proceedings. In this connection,
Bidder shall submit an Affidavit stating that they are not under liquidation, court receivership or
similar proceedings.
c) Consultant or their subsidiary Company or companies under the management of Consultant
for execution of the same project for which they are working as Consultant, with the exception
of participation as TPIA for the same job.
d) Not Used
e) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy
proceeding under Insolvency and Bankruptcy Code, 2016 (Code).
f) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is
initiated under the above Code at any stage of evaluation of the bid.

2. The subject tender is an e-tender & can be downloaded from IOCL website,
https://iocletenders.nic.in The tender document will not be issued in person or sent by post. Mere
obtaining tender document through IOCL website shall, however, not be construed that the
bidder/agency is considered qualified.

3. Consultants are mandated to get enrolled on e-Tendering portal (https://iocletenders.nic.in) and


enroll their Digital Signature Certificate (DSC).

4. Bidders are advised to read the instructions for participating in the e-tendering from the website
https://iocletenders.nic.in The Help Documentation placed at Home Page provides necessary
guidance to bidders for using the e-Tendering site. A user ID will be issued to each prospective
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 14 of 18

bidder by e-Procurement administrator for participation in e-tendering. Special Instruction to Bidder


for e tendering procedure is enclosed as part of tender document.

5. Bidder shall download the Bidding Document in his own name and submit the bid directly. The
Bidding Document is non-transferable. Bids submitted by Bidder/s who have not downloaded the
bidding document either directly or through their authorized person will be rejected. Please note that
the person having Power of Attorney to do bidding process on behalf of the bidder shall only
submit/upload the bid document using their own DSC.

6. As far as possible Bidders are requested to clarify all the queries related to tender before the bid
opening and ensure compliance of all provisions of the bidding document.

7. The bidder is expected prior to the submission of its/his/their bid, as a prudent and experienced
Contractor to make its/his/their own assessment of all the requirements of the work and of the
accuracy, correctness and completeness of any estimate, data, or information furnished by the
OWNER in the Tender Documents and of the availability, suitability, propriety, adequacy and/or
soundness of any suggestion made by the OWNER in the Tender Documents as hereinabove
referred to.

8. All documents furnished by the bidder in support of meeting the Bidder’s Qualification Criteria (BQC)
shall be self-certified.

All documents submitted by the bidder towards meeting BQC shall be furnished in a separate
booklet titled as "Documentation against Bidder Qualification Criteria" with proper indexing.

9. Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has
concern or apprehension regarding the authenticity/ correctness of any document, IOCL reserves
the right to get the documents verified from issuing authority/any relevant source. If documents (part
or full) are found forged, such offers will be summarily rejected, EMD will be forfeited, orders if any
placed against subject tender will be terminated and may be debarred from future tenders. For the
purpose of verification of documents, bidders shall submit complete client details with names,
address, phone number, e-mail ID etc.
10. IOCL/PMC reserves the right to carry out capacity & capability assessment of the bidder using in-
house information and past performance.

11. Relevant supporting documents towards other requirements specified are also to be uploaded along
with bid failing which bid is liable for rejection.

12. IOCL reserves the right to reject any or all of the tenders or any parts of the tender so received and
may cancel the tender in part or full, extend the due date of Tender submission etc. without assigning
any reason.

13. In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for
evaluation / placement of order. Such Bidder will also be debarred from bidding in future.

14. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 15 of 18

disqualification of their Bid.

15. Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.

16. All communication will be made through e-Tendering web site (www.iocletenders.nic.in). However,
IOCL reserve the right to take cognizance of the communication made outside e-Tendering Portal
under exceptional circumstances.

17. Bidder cannot make any claim against IOCL towards its expense incurred in connection with the
preparation and delivery of their bids, participating in the discussion and other expenses incurred
during bidding process.
18. Offers not meeting statutory requirement are liable for rejection.

19. Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ
of e-Tender Portal before bidding.

20. Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be issued on our
website: https://iocletenders.nic.in only and no separate notification shall be issued in the press.
Bidders are therefore requested to regularly visit our website to keep themselves updated. Failure
of Bidder to submit tender without taking cognizance of Corrigendum / Amendment (if any) issued
by IOCL shall make bid liable for rejection.

21. IOCL does not take any responsibility for the correctness of tender documents obtained from any
other source. Bidders are advised to visit above mentioned website before submitting their offer for
official version of the tender document including any corrigendum / amendment if any, which shall
be binding to the bidder.

22. Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference
as admissible/applicable from time to time under the existing Govt. Policy.

23. Owner shall also follow the Public Procurement Policy on Procurement of Goods and services from
Micro and Small Enterprises (MSEs) Order 2012.

24. In case of a MSE bidder, documentary evidence as per the prevailing Government policy shall be
acceptable. In addition duly authenticated document in this regard shall be submitted. However, in
case authenticated document is not submitted in original, the same can be accepted provided a
valid MSE certification is available on Government portal (www.nsicspronline.com) or Government
Udyog Aadhar portal.

25. For detailed specifications, terms and conditions and other details, refer complete Bidding
Document.

26. A Memorandum of understanding has been signed by IOCL with Transparency International on
18.01.2008 for adoption of Integrity Pact in major Tenders. Bidder shall submit the Integrity
Agreement & the covering letter in the prescribed Formats (enclosed in the Bid Document)
duly signed along with the Bid.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 16 of 18

27. Fax/ e-mail bids shall not be accepted.

28. The terms “Pre-qualification Criteria (PQC)” and “Bidder Qualification Criteria (BQC)” shall
have the same meaning in the Bidding Document.

29. The terms ‘Sl.No.’, ‘Sr.No.’, ‘Cl.No.’ and ‘Clause No.’ used in this NIT document shall have the
same meaning.

30. Bidder to quote the NIT/Bidding Doc. no. in all Correspondences.

31. Clarification, if any, can be obtained from PMC / IOCL.

32. Not Used.

33. Bidders shall submit the following documents in Original to PMC / IOCL within Seven (07) days from
the date of Un-priced Bid opening:

a. Original Power of Attorney


b. Original copy of Integrity Pact Agreement

34. The bidder is also expected prior to finalization of its/his/their bid to visit and examine the job site
and its surroundings and to familiarize itself/himself/themselves of the ground realities, the
availability, existence and suitability of facilities and sources of supply required for the work(s) and
the environmental conditions which can be encountered, and collect all data and other information
which the bidder may require for preparation and formulation of its/his/their bid. The CONTRACTOR
will not to be entitled to make any claim against the OWNER or to raise any objection or defense to
any claim based on the ignorance of existing or expected conditions, or on the lack of adequate
information, or of any plan, estimate or expectation based on a different perception or expectation
or information.

35. The tenderer shall be deemed before tendering to have undertaken a thorough study of the
proposed work, the job site(s) involved, the site conditions, soil conditions, the terrain, the climatic
conditions, the labour, power, material, and equipment availability, transport and communications
facilities, the availability and suitability of borrow areas, the availability of land for right of way and
temporary office and accommodations, quarters, and all other facts and facilities necessary or
relevant for the formulation of the bid, supply of materials and the performance of work

36. Unsolicited clarifications to the offer and / or change in the prices during the validity period would
render the bid liable for rejection.

37. Techno-commercial part of the Bids shall be opened 14:30 Hrs. (IST) on the due date. Time and
date of opening of Price Bids shall be notified through e portal to the qualified and acceptable bidders
at a later date. Bidders may view the Bid opening through IOCL e- Tendering portal:
https://iocletenders.nic.in
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 17 of 18

38. Bidders shall quote their most competitive rates. Negotiations will not be conducted with the bidders
as a matter of routine. However, Owner reserves the right to conduct negotiations.

39. Bidder should make sure that their Price- Bid (Part-II/BOQ) contains only prices. Rates mentioned
elsewhere shall not be taken into cognizance. Offer shall be liable for rejection if any condition
directly or implied, recorded in Priced Bid (Part-II/BOQ).

40. After opening of the technical bids but before the opening of the price bids, the bids may be rejected
for unsatisfactory performance or adverse comments which have come to the notice of
Owner/Consultant after the issue of the tender enquiry

41. Refer ITB of the tender document /Special Instruction to Bidder (SITB) of e-tender web site for more
details.

42. The offer of the Bidder shall remain valid for 06 (Six) months from the last date of submission
of Tender / Revised offer (if applicable as permitted by the Owner). On account of exigencies if
bidders are asked to extend their validity the same should be without any deviation including change
in the prices. However, the bidders would be allowed to withdraw the tender. If a bidder still deviates
or changes price, its offer would likely to be rejected.

43. Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor
(IEM). The IEM for this tender are
i. Shri Basant Seth, Former CMD, Syndicate Bank and Information Commissioner, CIC
ii. Shri Madhusudan Prasad, IAS (Retd.)

All complaints / communication to IEMs with regard to this tender may be sent on email id: iem-
iocl@indianoil.in

Hard copy of the same can also be sent by post at the following address which will be suitably
communicated / forwarded to the IEM’s.

IP Secretariat
Indian Oil Corporation Limited, Room No.542, 5th floor, Core 6,
Scope Complex, Lodhi Road, New Delhi – 110 003
iem- iocl@indianoil.in

44. Bidders from a country which shares a land border with India will be eligible to bid in this tender only
if the bidder is registered with the Competent Authority in line with requirements specified by
Government of India. Broad Guidelines in this regard is specified in Annexure- I. The bidder shall
complete the registration process before last date of bid submission and submit documentary
evidence in this regard, failing which their bids will be rejected.

45. 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
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

NOTICE INVITING TENDER

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4 Page 18 of 18

the details furnished by the bidder, with or without seeking any additional supporting documents
/clarifications

46. Fax of Acceptance (FOA)/LOA (Letter of Acceptance) will be issued by the OWNER to the
successful BIDDER.

Ganapathy P Sayee Shankara


For and on behalf of
Technip India Limited
Annexure - I
ANNEXURE-II of NIT

FORMAT OF BID SECURITY DECLARATION FROM BIDDERS IN LIEW OF EMD


(ON BIDDERS LETTER HEAD)

I / WE, the authorised signatory of M/s ………………………………………………………………….,


participating in the subject tender No………………………………, for the job of
………………………………………………………….……………………………………………………
………………..……………….., do hereby declare:

(i) that I/ we have availed the benefit the waiver of EMD while submitting our offer against
the subject tender and No EMD being deposited for the said Tender.

(ii) that in the event we withdraw/ modify our bid during the period of validity OR I/We fail
to execute formal contract agreement within the given timeline OR I/We fail to submit
a performance security within the given timeline OR I/we commit any other breach of
Tender conditions / Contract which attracts penal action of forfeiture of EMD and I/we
will be suspended from being eligible for bidding / award of all future contract(s) of
Indian Oil Corporation Limited for a period of one year from the date of committing
such breach.

Signature and Seal of authorised signatory of bidder.

Name of authorised Signatory:…………………………………………………….


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 32

INSTRUCTIONS TO BIDDERS (ITB)


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 32

Table of Contents
A. GENERAL .................................................................................................................................................. 4
1. SCOPE OF BID .............................................................................................................................. 4
2. CARTEL FORMATION ................................................................................................................... 4
3. ELIGIBLE BIDDERS ....................................................................................................................... 4
B. CONTENTS OF BIDDING DOCUMENT ...................................................................................................... 4
4. BIDDING DOCUMENT .................................................................................................................. 4
5. CLARIFICATION OF BIDDING DOCUMENT, PRE-BID MEETING & SITE VISIT ............................... 5
6. AMENDMENT OF BIDDING DOCUMENT ..................................................................................... 7
7. ACKNOWLEDGEMENT & CONFIRMATION .................................................................................. 7
C. PREPARATION OF BIDS ........................................................................................................................... 7
8. COST OF BIDDING ....................................................................................................................... 7
9. LANGUAGE OF BID ...................................................................................................................... 8
10. DOCUMENTS COMPRISING THE BID ........................................................................................... 8
11. INTEGRITY PACT .......................................................................................................................... 9
12. BIDS ON CONSORTIUM BASIS ................................................................................................... 10
13. COMPLETE SCOPE OF SUPPLIES/WORK .................................................................................... 12
14. BID PRICES AND DISCOUNTS..................................................................................................... 14
15. CURRENCIES OF BID AND PAYMENT ......................................................................................... 15
16. DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER ....................................... 17
17. SPECIAL DOCUMENTATION REQUIREMENT ............................................................................. 19
18. PERIOD OF VALIDITY OF BIDS ................................................................................................... 20
19. BID SECURITY ............................................................................................................................ 20
20. FORMAT AND SIGNING OF BID ................................................................................................. 22
21. GOODS AND SERVICE TAX (GST) ............................................................................................... 22
22. ALTERNATIVE BIDS .................................................................................................................... 22
D. SUBMISSION AND OPENING OF BIDS ................................................................................................... 23
23. SEALING AND MARKING OF BIDS.............................................................................................. 23
24. DEADLINE FOR SUBMISSION OF BIDS ....................................................................................... 24
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 32

25. LATE BIDS .................................................................................................................................. 24


26. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS ................................................ 25
27. BID OPENING............................................................................................................................. 25
E. EVALUATION AND COMPARISON OF BIDS................................................................................ 26
28. CONFIDENTIALITY ..................................................................................................................... 26
29. DETERMINATION OF RESPONSIVENESS .................................................................................... 26
30. CLARIFICATION OF BIDS ............................................................................................................ 26
31. EVALUATION OF TECHNO-COMMERCIAL BIDS ......................................................................... 27
32. PREFERENCE TO MICRO OR SMALL ENTERPRISES .................................................................... 27
33. OPENING OF PRICE BID ............................................................................................................. 28
34. CORRECTION OF ARITHMETICAL ERRORS ................................................................................. 28
35. EVALUATION AND COMPARISON OF PRICE BIDS ..................................................................... 28
36. CONSULTANT’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS ...................... 29
F. AWARD OF CONTRACT .......................................................................................................................... 29
37. AWARD CRITERIA ...................................................................................................................... 29
38. NOTIFICATION OF AWARD ........................................................................................................ 29
39. SIGNING OF CONTRACT ............................................................................................................ 29
40. SAP RELATED ACTIVITIES........................................................................................................... 30
41. ENTRY OF FOREIGN NATIONALS TO REFINERY PREMISES ........................................................ 30
42. PROJECT SPECIFIC ACCOUNT .................................................................................................... 30
43. ERRANT BIDDER ........................................................................................................................ 30
44. CORRUPT AND FRAUDULENT PRACTICES ................................................................................. 31
45. SPECIFIC CLAUSES RELATED TO INSOLVENCY & BANKRUPTCY: ............................................... 31
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 32

A. GENERAL

1. SCOPE OF BID

In connection with the Notice Inviting Tender (NIT), Technip India Ltd. (hereinafter referred as “TPIL” or
“PMC or CONSULTANT”) on behalf of Indian Oil Corporation Limited (hereinafter referred as “OWNER”
or “IOCL” or “IOC”) invites e-Bids for PACAKGE-4: POWER DISTRIBUTION FACILITY FOR
PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY, India under Single Stage Two-Bid system (Part-1: Techno-Commercial Part
and Part -2: Price Part) for the scope covered under the Bidding Document (hereinafter for the purpose
of these instructions collectively referred to as the “WORKS” as specified in Bid Data Sheet (BDS)).

2. CARTEL FORMATION

In case any Bidder is found to be involved in cartel formation, his bid will not be considered for evaluation
/ placement of order. Such bidder will also be debarred from bidding in future.

3. ELIGIBLE BIDDERS

3.1. A bidder may be a firm or a company, who, have been issued the Bidding Document intends to submit
bid, in response to Notice Inviting Tender (NIT) on Domestic Open competitive basis.

3.2. A bidder who is on Holiday/ Negative list of Owner on due date of submission of bid/ during the process
of evaluation of the bids, the offers of such bidders shall not be considered for bid
opening/evaluation/award.

3.3. Deleted.

B. CONTENTS OF BIDDING DOCUMENT

4. BIDDING DOCUMENT

4.1. The Bidding Document shall in general consist of the following and should be read in conjunction with
any amendment issued in accordance with Clause No 6.0 of ITB.

▪ Notice Inviting Tender (NIT)


▪ Instructions to Bidder (ITB) and its attachments.
▪ Bid Data Sheet (BDS)
▪ Bidding Forms
▪ General Conditions of Contract (GCC)
▪ Special Conditions of Contract (SCC) and its Annexures & Amendments if any
▪ Schedule of Rates (SOR)/ Schedule of Prices (SOP).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 32

▪ Technical Specifications / Standards.


▪ Drawings, if any

4.2. Although all the details presented in this Bidding Document have been compiled with reasonable care,
the bidder is expected to examine the Bidding Document, including all instructions, forms, terms,
specifications and drawings in the Bidding Document and it includes all the documents as per Table of
Contents. In case of any ambiguity or incompleteness, the bidder must bring it to the attention of
CONSULTANT immediately and prior to submission of Bid.

4.3. Bidding document once issued in case of limited competitive bidding is non-transferable. However, in
case of Open Competitive Bidding, since the Bidding Document is available for free downloading on the
portal, any bidder may submit the Bid and the same shall be evaluated in line with the provisions of the
Bidding Document.

4.4. Bidders shall treat the Bidding Documents and contents therein as strictly confidential.

4.5. The Bidding Document is and shall remain the exclusive property of the Owner/CONSULTANT without
any right to Bidder to use them for any purpose except for the purpose of bidding.

5. CLARIFICATION OF BIDDING DOCUMENT, PRE-BID MEETING & SITE VISIT

5.1. Bidders in their own interest are advised to take part in the Pre-bid meeting seriously by issuing their
genuine queries and also by attending the Pre-Bid meeting by their competent personnel. This will help
the bidder to submit their best prices based on the clear understanding of the Techno-Commercial
scope.

5.2. Bidder’s authorized representative(s) shall attend the Pre-Bid meeting on the prescribed day at the given
venue specified in NIT. During the pre-bid meeting, all the technical and commercial issues shall be
discussed and concluded to ensure that the bid received subsequent to Pre-Bid meeting shall be without
any deviations to terms and conditions. Hence, bidders shall treat the Pre-Bid meeting as utmost
important and depute competent & senior person capable of taking on the spot decision to sort out all
the technical and commercial issues.

However, in case any bidder does not attend the Pre-Bid meeting, it shall be understood that the bidder
has a clear understanding of the scope, terms & conditions of the bidding document and does not have
any comments/deviations to the requirements of the bidding document.

5.3. In order to ensure fruitful discussions during Pre-Bid meeting, the bidder is requested to submit any
queries/clarification/information pertaining to Bidding document in writing delivered by hand or by e- mail
in the format provided in Bidding Forms so as to reach Two Days prior to Pre-Bid meeting. These queries
shall be replied during Pre-Bid meeting. The editable soft copies of the queries shall also be e-mailed to
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 32

concerned persons specified in BDS, to enable CONSULTANT to prepare replies to the queries in the
same format expeditiously.

5.4. The bidders are required to participate in the Pre-Bid meeting after going through the entire bidding
document along with BQC. Bidder shall come with all technical and commercial points on which they
need clarifications and also to ensure that they possess all the supporting documentation for meeting
the BQC (if any). In case of any doubt, they may discuss the same during the Pre-Bid meeting to avoid
any techno-commercial clarifications/ discussions post bid.

5.5. Based on the Pre-bid meeting / discussions and queries, necessary Addendums may be issued, if
deemed necessary by OWNER / PMC.

5.6. The OWNER’s responses to Bidder’s queries / clarifications raised will be furnished as expeditiously as
possible. Any modification of the Bidding Documents which may become necessary as a result of the
pre-bid meeting / conference shall be sent to all Bidders to whom the Bidding Documents have been
issued, through the issue of an Amendment / Addendum. The response to pre-bid queries shall not form
part of the Bidding Document unless issued as an Addendum / Amendment.

5.7. Deleted

5.8. Bidder in their own interest shall submit bids fully complying to bidding document requirements and
CONSULTANT shall reserve the right to proceed with the available compliant bids for evaluation without
raising any technical/ commercial queries.

5.9. Bidder is advised to visit and examine the Project Site and its surroundings and obtain for itself on its
own responsibility all information that may be necessary for preparing the bid and entering into a contract
for execution of the WORKS. All costs towards the same including the cost of visiting the Site shall be
at the bidder’s own expense. Claims of any kind due to variation or ignorance of site conditions and
environmental conditions shall not be eligible in any circumstances.

5.10. Bidder and any of its personnel will be granted permission by Owner to enter upon its premises and
lands/ Project Site for the purpose of such visit, but only upon the express condition that the bidder and
its personnel will relieve and indemnify Owner and its personnel from and against all liability in respect
thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of the inspection. Bidder shall refer BDS for
schedule and contact details related to site visit.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 32

6. AMENDMENT OF BIDDING DOCUMENT

6.1. At any time prior to the deadline for submission of bids, CONSULTANT may, for any reason whether at
his own initiative or in response to the clarification requested by the prospective bidder(s), issue
amendment in the form of Amendment/ Addendum.

6.2. Any addendum issued shall be part of the Bidding Documents and shall be uploaded on IOCL
e-Tendering Portal (https://iocletenders.gov.in/).

6.3. To give bidders reasonable time in which to take an addendum into account in preparing their bids,
CONSULTANT may extend the deadline for the submission of bids, pursuant to Clause 24.3 of ITB.

6.4. For Amendment / Addendum issued during the bidding period, bidder shall consider the impact in his
bid.

6.5. CONSULTANT may also for any reason issue amendment subsequent to receiving the bids. Any
amendment thus issued shall become part of Bidding Document. Bidder shall follow the instructions
issued along with Amendment with regard to submission of impact on quoted price / revised price, if any.

7. ACKNOWLEDGEMENT & CONFIRMATION

7.1. Within 05 (Five) days of downloading the Bidding Document, Bidder shall acknowledge the receipt of
Bidding Document and confirm his intention to submit his Bid as per the Proforma enclosed as Annexure
- I to ITB.

7.2. Bidder must furnish the Acknowledgement-Cum-Consent Letter positively. Bidder should download the
Bidding Document in their name and while downloading the Bidding Document shall give complete and
correct contact details while downloading the document.

C. PREPARATION OF BIDS

8. COST OF BIDDING

8.1. All direct and indirect costs associated with the preparation and submission of bid (including clarification
meetings and site visit, if any), shall be to Bidder’s account and the CONSULTANT/ OWNER will in no
case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding
process.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 32

9. LANGUAGE OF BID

9.1. The Bid, as well as all correspondence and documents relating to the bid exchanged by the bidder and
CONSULTANT, shall be in the English language. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are accompanied by an accurate translation
of the relevant passages in the English language, in which case, for purposes of interpretation of the
Bid, such translation shall govern.

9.2. In case a bidder submits any of the Bidder Qualification support documents in any language other than
English, then it will be the responsibility of such foreign vendor to also provide the English translation
copy of the same duly certified, stamped and signed by their Local Chamber of Commerce. Translation
by Indian Embassy/ High Commission or authorized/ approved translation agencies (by Indian embassy/
high commission or any other authority) shall also be acceptable.

10. DOCUMENTS COMPRISING THE BID

Electronic Bids (e-bid) in two parts i.e. PART-I (Techno-commercial part) & PART-II (Priced part) as
detailed below shall be submitted in e-tendering portal in accordance with the instructions and terms &
conditions enclosed with the Bidding Document.

10.1. PART-I - TECHNO-COMMERCIAL / UNPRICED BID

(a) List of Document required in the UNPRICED BID as per BDS

Note: The above shall be uploaded in “PREQUAL/TECHNICAL” folder in e- tendering portal.

10.2. SUBMISSION OF PHYSICAL DOCUMENTS (BID SECURITY [PART-III]

Bid Security/EMD is not applicable in this Tender, bidders shall ignore this clause and all relevant
clauses appearing anywhere in this ITB (including in its Annexures/Attachments) on the matter
of Bid Security/EMD)

(a) The Bid Security shall be submitted in original as per clause 19.12 of ITB or any extension
thereof as duly notified in writing by CONSULTANT, at the address mentioned in BDS.

Note: Scanned copy of Bid security shall be uploaded in “FEE FOLDER” in e-tendering portal.

10.3. PART-II (Priced Bid)

(a) Schedule of Prices/ Schedule of Rates with prices filled in. The rates are to be filled in accordance
with instructions provided in preamble to Schedule of prices, in e-tendering portal, without making
any changes in the format/names of the file/ worksheet.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 32

(b) Deviations to terms and conditions, presumptions, overwriting etc. shall not be stipulated in Price
part of bid and price bids shall not contain any stapled slips. In case of any conditions stipulated in
price bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily
rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding
such bidder(s.)

Note: Part-II shall be uploaded in “FINANCE” folder in e-tendering portal.

11. INTEGRITY PACT

11.1. Indian Oil Corporation Limited (OWNER) has signed an MOU with Transparency International India for
adoption of the Integrity Pact Program. The MOU is available at IOCL website
http://www.iocl.com/aboutus/Draft MOU.pdf. Owner is committed to follow the principles of transparency,
equity and competitiveness in public procurements.

11.2. Bidder has also to commit the same through executing an Integrity Pact Agreement (IPA) and
declarations which is now part of this tender document. In absence of the same, the tender would be
summarily rejected. Format of Integrity agreement and declaration are enclosed as Attachment-III to
ITB and are also available at Indian Oil Website www.iocl.com.

IPA will prevail over General Conditions of Contract with regard to specific clauses of the IPA including
consequential breaches by the bidders.

11.3. Any violations/alleged violation of IPA would not be subject matter of arbitration.

11.4. Integrity pact agreement shall be returned by the Bidder along with the bid documents, duly signed by
the same signatory who is authorized to sign the bid documents. Bidder’s failure to submit the integrity
pact duly signed shall result in the bid not being considered for further evaluation.

11.5. Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor.

11.6. Offers of Bidders who sign & submit the Integrity Pact Program (as applicable) will only be considered
for evaluation. In case the Bidder does not sign the Integrity Pact Agreement (IPA), a reasonable grace
time may be given to the party to comply with the requirements. In case of non-submission within the
grace period / refusal by any party to sign the IPA agreement, the offer of such bidder shall be rejected.

11.7. Following members have been appointed as IEM (Independent External Monitor) by the Commission
for the subject work of "LuPech" (J-18) Project:

1. Shri Basant Seth, Former CMD, Syndicate Bank and Information Commissioner, CIC.
2. Ms. M. C. Borwankar, IPS (Retd.).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 32

3. Shri Madhusudan Prasad, IAS (Retd.)

IEM members can be contacted at the following address:

IP Secretariat:

Indian Oil Corporation Limited, Room No. 542, 5th Floor, Core 6, Scope Complex, Lodhi Road,
New Delhi – 110003. INDIA.
E-mail: iem-iocl@indianoil.in

12. BIDS ON CONSORTIUM BASIS

(As Consortium/JV Bidding is not allowed in this tender, bidders shall ignore this clause / all
relevant clauses appearing anywhere in this ITB (including in its Annexures/Attachments) on the
matter of Consortium/JV Bidding)

12.1 The Bids shall contain copy of the original Memorandum of Understanding (MOU) between the
consortium members. The MOU shall be converted to a definitive Agreement between the parties after
award of job and before signing of Contract which shall be done within three months from the date of
award. The Agreement must remain in force at least till the pendency of the Contract.

12.2 The leader of the consortium shall represent the Consortium in all dealings with the OWNER and for
providing any information or clarification sought from the Consortium, and this authorization shall be
evident in legally executed Power of Attorney signed by legally authorized signatories of all the
consortium members so as to enable such representative member(s) to be in-charge and to act on
behalf of and to bind the other member.

12.3 The Bid shall be signed by authorized signatory of the Bidder / Leader of the Consortium.

12.4 The consortium leader shall be authorized to incur liabilities and receive instructions for and on behalf
of any and all member(s) of the Consortium and all dealings including billing and payments shall be done
exclusively with the leader of the consortium.

12.5 All dealings had with and/or all acts, deeds, matters and things and things done by or payments made
to and invoices/documents drawn and/or negotiated by the lead member shall be binding upon the
Contractor and each member of the consortium, and in so far as CONSULTANT shall require a
discharge in respect of any dealing had or act, deed, matter or thing done or payment made as aforesaid,
the same shall constitute a valid discharge to CONSULTANT.

12.6 Each and every member of the consortium shall be jointly and separately liable to CONSULTANT/ IOCL
for and in respect of all liabilities obligations of the Contractor under the Contract.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 32

12.7 It will be open to the members of the consortium to nominate amongst themselves the distribution of the
Foreign Currency payments and the Indian Rupees payments under the Contract and submit the same
to the OWNER together with the bid.

12.8 The OWNER may accept the distribution of payment between the consortium/ joint venture members/
partners and make payment accordingly, subject to the following;

i. Each of the consortium/ joint venture members/ partners shall within their respective
entitlements, raise invoices for Running Account and other payments due to the
CONTRACTOR in terms of the Contract for presentation to the consortium leader, who shall
present the Invoices(s) to the OWNER after the consortium leader has duly certified the Invoice
for payment, provided however that such certification shall be made by means of the
CONTRACTOR’S letters prepared separately from the Invoices. Such certification shall be in
addition to any other certification required in terms of the Contract or otherwise with respect to
such payment.

ii. If the Consortium/ Joint venture contains a foreign member or partner, deduction of tax at
source on all payments shall be as per the rate certified by the Indian Income Tax authorities
in respect of each member/ partner for such payments. Pending receipt of such certificate from
Income Tax Authorities, the owner shall not release any payment to the members/ partner.

iii. Payments shall be made by the OWNER to the separate members/ partners against their
separate certified Invoices transmitted through the consortium leader and any such payment
shall constitute payment to the consortium/ joint venture and shall give a valid discharge to the
OWNER in the same manner as if made directly to the Consortium Leader.

iv. It shall be up to the consortium members/ partners claiming the separate payments to obtain
such sanctions, consents and/ or permits required from the Reserve Bank of India or other
authorities concerned to authorize separate payments to and/or separate accounts of each
consortium member, failing of which all payments will be made only to the Consortium leader
disregarding of any agreed distribution.

12.9 All the members of the Consortium shall be jointly and severally responsible for the Performance of the
CONTRACT in accordance with its terms and a statement to this effect shall be deemed to be included
in the authorization mentioned under clause 12.3 above as well as in the Bid and shall be specifically
included in the Form of Contract (in the case of successful bid).

12.10 The constitution of the Consortium/JV or the relative distribution of the Work(s) and/or activities amongst
the consortium members as approved by CONSULTANT shall not be altered or assigned, as the case
may be except with the prior written consent of CONSULTANT/OWNER and any contrary alteration or
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 12 of 32

re-assignment shall be deemed to be an unauthorized assignment of the Contract with attendant


liabilities including termination of the Contract.

12.11 Contract Performance bank guarantee of the required amount can be furnished by any member of the
consortium/JV.

12.12 Above mentioned Clauses mentioned for Bidding on Consortium Basis shall be applicable for Bidding
Joint Venture (JV) basis also. In this regard, Bidders are also requested to go through the relevant
provisions/stipulations mentioned in the Bidding Document while Bidding on Consortium /JV basis.

13. COMPLETE SCOPE OF SUPPLIES/WORK

13.1 The complete scope of supplies and work/services has been defined in the Bidding Documents. Only
those bidders who take complete responsibility and who bid for the complete scope of supplies and
work/services as contained in the Bidding Document shall be considered for further evaluation.

13.2 If the CONTRACTOR is required to engage a Sub-Contractor for any part of work, then such Sub-
Contractors shall have prior proven experience of similar work and shall require specific approval by
OWNER after award of work. Following the notification of Acceptance of Bid, the CONTRACTOR will
submit to the OWNER for approval the details of Sub-Contractors in line with requirement of SCC.
The list of Construction Sub-Contractors proposed in the Bids by the Bidders shall be considered as
indicative only.

13.3 If a proposed Sub-Contractor has been approved by the OWNER, the CONTRACTOR shall not replace
such approved Sub-Contractor with another Sub-Contractor without obtaining the OWNER’s prior
approval for the proposed replacement.

13.4 The Bidder shall along with the bid furnish its Project Execution Plan, which shall be evaluated for
technical acceptability of the Bids.

13.5 The Project Execution Plan shall be submitted as per following basic guidelines:

13.5.1 As a minimum, the following activities shall be performed by the CONTRACTOR directly and shall not
be Sub-Contracted:
(i) Overall Project Management
(ii) Planning, Scheduling, Monitoring
(iii) Procurement
(iv) Quality Control
(v) Construction Management
(vi) Commissioning
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 13 of 32

13.5.2 Bidder shall identify the key persons responsible for the above activities of work by identifying the
relevant persons and submitting the bio-data of such Personnel:

Project Management
▪ Project Director
▪ Project Manager at Contractor’s home office
▪ Project Manager for this work stationed at site
▪ Project Coordinators
Planning, Scheduling, Monitoring
▪ Planning & Scheduling Manager
▪ Planning Engineer

Procurement
▪ Procurement Manager
▪ Procurement Engineer
▪ Expeditor

Construction Management
▪ Resident Construction Manager
▪ Lead Construction Engineer for disciplines
• Civil/Structural
• Mechanical Equipment
• Electrical
• Instrumentation
• Safety Officer
• QA/QC Engineer
Project Engineering Management
▪ Engineering Manager
▪ Lead Engineer for all disciplines such as:
• Process
• Civil/Structural
• Pressure Vessels
• Rotary Equipment
• Mechanical / Static Equipment
• HMTD Equipment
• Electrical
• Instrumentation
• Piping
• Commissioning
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 14 of 32

Bidder shall furnish the bio-data of all key personnel as mentioned above who are working within Bidder’s
Organization

13.5.3 Bidder shall submit a commitment from its Chief Executive that the Project Progress Schedule shall be
monitored by its board and all actions required to arrest the failure/delays shall be initiated by them at
the appropriate time. Such action plan document shall be sent by the CONTRACTOR’s home office to
the Executive Director/ OWNER.

13.5.4 Bidder shall ensure that the Project Execution Plan submitted by it is adequate for completing the work
in all respects. All details as mentioned above shall be submitted along with Bid in the first instance.

13.5.5 Project Execution Plan shall be evaluated by the CONSULTANT/OWNER and in case the same is not
found adequate for this work, such Bid(s) shall be treated Technically Not Acceptable and such Bid(s)
shall not be considered for price opening.

14. BID PRICES AND DISCOUNTS

14.1 The prices must be quoted strictly in the format provided in the Bidding Document. Conditional discount,
if offered, shall not be considered for evaluation.

14.2 The Total Lumpsum Price shall be quoted in the FORM SP-0 of the Price Schedule comprising the total
of the Lumpsum prices given in FORM SP-1 and FORM SP-2. For Lumpsum Prices quoted in FORM
SP-1 & FORM SP-2, break-up shall be quoted in terms of % in FORM SP-4 & FORM SP-5 respectively.
FORM SP-4 and FORM SP-5 shall be submitted in UN-PRICED OFFER only. For further details, Bidder
shall refer to Preamble to Schedule of Prices and SP FORMS for compliance.

14.3 Unless stated otherwise in the Bidding Document, the Contract shall be for the total works as described
in Bidding Document, based on the Schedule of Rates/ Prices submitted by the bidder and accepted by
CONSULTANT/OWNER.

14.4 Bidder shall quote for all the items of Schedule of Rates/Prices after careful analysis of cost involved for
the performance of the complete item considering all parts of the Bidding Document. In case any activity
is not specifically covered in description of item under ‘Schedule of Rates/Prices' but is required to
complete the work as per Scope of Work, Scope of Supply, Specifications, Standards, Drawings,
General Conditions of Contract, Special Condition of Contract or any other part of Bidding Document,
the rates/ prices quoted shall be deemed to be inclusive of cost incurred for such activity.

14.5 Rates/ prices quoted by the bidder, shall remain firm, fixed and valid till the completion of the Works and
will not be subject to variation on any account except as otherwise specifically provided in the Bidding
Documents.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 15 of 32

14.6 Discount, if any, must be indicated in the column provided in Schedule of Rates/Prices only, provided in
the Bidding Document.

14.7 All duties, taxes, and other levies payable shall be as per Special Conditions of Contract.

14.8 It shall be the duty of the CONTRACTOR to duly observe and perform all laws, rules, regulations, orders
and formalities applicable to GST & Customs Duty, etc. on the import, manufacture, sale and/or supply
of any material to the OWNER and performance of the works under the Contract. The CONTRACTOR
shall keep the OWNER indemnified from and against any and all claims, demands, prosecutions,
actions, proceedings, penalties, damages, demurrages and/or other levies whatsoever made or levied
by any Court, Tribunal or the Customs or other Authorities with respect to any alleged breach, evasion
or infraction of such duties, taxes, charges or levies or any breach or infraction of any applicable laws,
rules, regulations, orders or formalities concerning the same and from the consequence thereof.

15. CURRENCIES OF BID AND PAYMENT

15.1 Foreign Bidders may quote prices for materials and services to be imported into India either in Indian
Rupees or in Foreign Currency or in a combination of Indian Rupees and a Foreign Currency.

15.2 For the purpose of this clause and any other relevant provisions in these documents, Foreign Currency
(FC) shall mean and be limited to US DOLLARS, EURO and JAPANESE YEN.
However, maximum no. of currencies of quote shall be limited to currencies (1) Indian Rupees and any
one of the allowed Foreign Currencies mentioned above.

i. Also, Bidders shall quote the price for materials and services to be procured from India and
for expenses to be incurred in India only in Indian Rupees.

ii. Indian bidders may quote the prices for materials and services to be imported into India in
Foreign Currency. Such bidders quoting in foreign currency shall separately indicate in a
list the materials and services to be imported into India and the Foreign Currency price
payable for such materials and services. However, for evaluation purposes, the bid price
shall be converted to Indian Rupees by converting the Foreign Currency into Indian Rupees
at the Bill selling rate of State Bank of India, New Delhi prevailing on the day of opening of
the price bid.

15.3 Indian bidders who have indicated materials or services to be imported into India, and who have
indicated the Foreign Currency price for such materials and/or services in their bids as specified above,
shall on proof of payment be paid the Rupee equivalent of the Foreign Currency paid for the relevant
materials or services imported into India limited to the maximum of the Foreign Currency indicated in the
priced bid in relation to such supplies or services at the TT buying rate for concerned currency of the
State Bank of India, New Delhi prevailing on the date of payment , with the intention that the risk of
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 16 of 32

fluctuations in the exchange rate between the concerned foreign currency and the Indian Rupee to the
extent indicated above shall be borne by the OWNER. If as a result, there shall remain any unutilized
foreign currency indicated in the priced bid relevant to the formation of the Contract in relation to such
supplies or services, these shall be considered to be the CONTRACTOR’s fee for the relative
procurement or services, as the case may be, and shall be added to and paid for separately, in the Final
Bill, in addition to the price of services, in Indian Rupees equivalent of such unutilized foreign currency
balance(s) converted at the currency Bill Selling rate of the concerned currency of State Bank of India,
New Delhi prevailing on the date of price bid opening or at the TT buying rate of the concerned currency
of State Bank of India, New Delhi prevailing on the date of Mechanical Completion, whichever is less. In
case of unutilized foreign currency while converting from supply to service, non cenvatable taxes &
duties and income tax at source shall be to the CONTRACTOR’s account.

15.4 If in the performance of the Contract, the successful bidder obtains or procures within India any materials
or services which at the time of the bid were indicated to be procured or provided from outside India,
such bidder shall be paid only the Indian Rupee equivalent of the foreign currency cost of such materials
or services as indicated in the priced bid relevant to the formation of the Contract, converted at the
currency TT buying rate for the relevant currency of the State Bank of India, New Delhi prevailing on the
date of payment by the CONTRACTOR or at the Bill Selling Rate of State Bank of India, New Delhi
prevailing on the day of priced bid opening, whichever is less, for such supplies or services. Any change
in such sourcing shall be subject to the OWNER’s prior consent. However, in such a case, the DDP
price indicated in the Contract shall stand reduced by the price attributable to such supplies.

15.5 If in the performance of the Contract, the successful bidder obtains or procures from outside India any
materials or services which at the time of the bid were indicated to be procured or provided from within
India, such bidder shall be paid only the Indian Rupees indicated in the Bill of Materials or in the Schedule
of Activities, as the case may be, for such materials or services. However, such changes shall not oblige
the OWNER to pay customs duties (including counter vailing duties and special or additional custom
duties, IGST etc.) in excess of such duties payable on the DDP value of imported materials indicated by
the Bidder in the SP-1.

Definition: DDP as per incoterms 2010 is – Delivered Duty Paid: Seller bears cost, risk and
responsibility for cleared goods at named place of destination at buyer’s disposal. Seller is responsible
for import clearance, duties and taxes so buyer is not “importer of record”.

15.6 Bid Currencies once quoted shall not be allowed to change.

15.7 FOREIGN EXCHANGE CEILING

15.7.1 Bidders shall not directly or indirectly quote foreign currency component of their lumpsum price bid
beyond a ceiling of 24% (Twenty Four percent) of the total lumpsum price. The balance shall be quoted
in Indian Rupees only.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 17 of 32

15.7.2. In case a bidder quotes a foreign currency component more than 24% (Twenty Four percent) of the
lumpsum price, the differential amount of the foreign currency in excess of 24% (Twenty Four percent)
shall be converted into Indian Rupees at the relative currency TT buying rate of the State Bank of India,
New Delhi prevailing on the day of price bid opening, which shall be paid in the Final Bill in the price of
services.

15.7.3. For the purposes of calculating the said percentage the foreign currency shall be converted into Indian
Rupees at the TT buying rate of the State Bank of India, New Delhi for relative currency on the due
date of submission of bid/ revised price bid, whichever is later

16. DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER

16.1 If specified in the NIT(Notice Inviting Tender) / bidding document, bidder(s) intending to participate the
shall fulfill the Bidder Qualification Criteria (BQC) specified in the Detailed NIT/ bidding document. The
experience and finance details submitted by the Bidders shall be evaluated with respect to the
Qualification Criteria specified in the NIT/ Bidding document. Bidders are requested to submit all
qualification details along with relevant supporting documents in the first instance itself as
CONSULTANT may finalize the qualification based on details submitted without asking for any
additional details submitted without asking for any additional details. In view of this, Bidder, in their own
interest, must submit experience details for as many jobs as possible that, in his opinion, meet the
Bidder Qualification Criteria (BQC).

16.2 Bids of only those bidders who are found to qualify based on the Qualification Criteria specified in the
NIT shall be considered for detailed Techno-commercial evaluation. Decision of
OWNER/CONSULTANT in this regard shall be final and binding.

16.3 While evaluating the Bidder’s conformity with Qualification Criteria, only such works shall be taken into
consideration, the details of which have been submitted along with the bid.

16.4 Copy of Work Order/ notification of award of work along with documentary evidence of its completion
is mandatory, which establishes that the bidder has been awarded a work and proof of completion
which establishes that the works under reference has been completed.(unless otherwise there is any
specific mention in the bidding document regarding consideration of work in progress).

16.5 Past Experience:


i. The tenderer/ bidder shall enclose documents to show that he has previous experience of having
successfully completed in the recent past works of a similar nature together with the name of owner,
location of sites and value of contract in the format annexed to bidding forms. It shall be the
responsibility of the bidder/ tenderer to fill complete, correct and accurate information and to submit
requisite supporting documents in line with the requirements/ stipulations of the tender documents,
regarding its/ his/ their past work experience and financial capability and other information required
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 18 of 32

to facilitate due evaluation/ consideration/ of its / his/ their tender. Past experience or certification(s)
given with respect to or in connection with a work or job for which a bidder has been placed on the
blacklist or holiday list (howsoever designated or called) by Indian Oil Corporation Ltd. or by any
Government or other organization mentioned in the Declaration of blacklisting / holiday listing shall
not be considered for determining the bidder’s experience or qualification for work(s)
notwithstanding that the period of blacklisting/ holiday listing in respect thereof has expired.

ii. If any information given by a bidder / tenderer is found to be incorrect in any particular considered
by the Owner to be relevant for the evaluation of the bid/ tender, or is found by the Owner to
misrepresent or conceal facts, or if any of the documents submitted by the bidder/ tenderer in support
of or relevant to the bid/ tender is found by the OWNER to be forged, false or fabricated, the OWNER
may reject the bid, and without prejudice to any other right(s) of action or remedy available to the
OWNER, the OWNER may forfeit the Earnest Money given by the bidder in the Form of Earnest
Money Deposit or bank guarantee in order to compensate the OWNER for the expenses incurred
by it in considering the bid (and not by way of penalty) and take action for putting the bidder / tenderer
on holiday list for such period as the Owner in this behalf considers warranted and/ or remove the
bidder/ tenderer from any approved lists of vendors/ contractors. If prior to the discovery of the
incorrect information, misrepresentation or forged, false or fabricated document (s), the bid / tender
has resulted in a contract, the Contract shall be liable to be terminated by the OWNER pursuant to
the provisions of Clause 7.0.1.0 of the General Conditions of Contract with consequences of
termination as provided in Section 7 of the General Conditions of Contract.

16.6 PF Code number to be furnished:


As per NIT requirement.

16.7 ESI Code to be furnished


As per NIT requirement. If the tenderer(s) does not have an ESI Code number, this provision will be
construed as an undertaking on the part of the tenderer to obtain an ESI Code number within one month
from acceptance of tender on the clear understanding that the CONTRACTOR will not be entitled to
receive any payment under the Contract unless and until it / he / they furnish(es) the OWNER his ESI
Code number.

16.8 Declaration of Black Listing

(i) Each tenderer/bidder shall give a declaration in the prescribed format annexed to the bidding
forms that he / it / they is / are not under any blacklist or holiday 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 is / 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 shareholder
of the company and any holding company and/or subsidiary company (ies), if any.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 19 of 32

(ii) If a tenderer is on any such List or if any such inquiry is pending against it/him/them or if the
bidder has suppressed information or makes a false declaration in relation thereto, the OWNER
reserves the right to reject the bid. If the bidder has suppressed any such information or made
a false declaration, then without prejudice to any other right(s) of action or remedy available to
the OWNER, the OWNER may forfeit the Earnest Money given by the bidder in the Form of
Earnest Money Deposit or bank guarantee in order to compensate the OWNER for the
expenses incurred by it in considering the bid (and not by way of penalty) and take action for
putting the bidder / tenderer on holiday list for such period as the OWNER in this behalf
considers warranted and / or remove the bidder / tenderer from any approved list of vendors /
contractors. If prior to the discovery of the incorrect information, or misrepresentation, the bid /
tender has resulted in a contract, the Contract shall be liable to be terminated by the OWNER
pursuant to the provisions of Clause 7.0.1.0 of the General Conditions of Contract with
consequences of termination as provided in Section 7 of the General Conditions of Contract.

(iii) The Declaration to be furnished in this behalf in the Format attached to bidding form.

16.9 Declaration against employment of Child Labour

(i) The bidder/tenderer shall give a declaration in the prescribed format annexed under bidding
form that it/he/they is/are not engaging nor will engage child labour, and that if the
Contract/work is awarded to the bidder pursuant to the bid, the bidder/tenderer undertakes to
comply with all laws, rules and regulations concerning the engagement of child labour or
concerning the engagement of persons below a prohibited age or of a prohibited sex in any
hazardous or prohibited activity.

(ii) The declaration with regard to engagement of child labour shall be in the format attached under
bidding forms.

17. SPECIAL DOCUMENTATION REQUIREMENT

17.1 All supporting documents, pertaining to “Bidder Qualification Criteria” including the copy of MSE
certificate, if any, shall be submitted.

17.2 Submission of authentic documents is the prime responsibility of the bidder. Bidders should ensure
submission of complete information / documentation in the first instance itself.

17.3 Wherever CONSULTANT / OWNER has concern or apprehension regarding the authenticity/
correctness of any document, CONSULTANT / OWNER reserves a right of getting the document cross
verified from the document issuing authority.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 20 of 32

18. PERIOD OF VALIDITY OF BIDS

18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date
prescribed by CONSULTANT / OWNER in accordance with Clause 24 of ITB. A bid with shorter validity
shall be rejected by CONSULTANT / OWNER as non-responsive. Bidders shall not be entitled during
the above period, without the consent of CONSULTANT / OWNER in writing, to revoke or cancel their
Bid or to vary the Bid given or any term thereof. In case of bidders revoking or cancelling their Bid or
varying any terms in regard thereof without the consent of CONSULTANT / OWNER in writing,
CONSULTANT / OWNER shall forfeit Bid security, submitted along with the bid and shall reject their
bids. Such Bidder may also be put on Holiday list/ Negative List.

18.2 In exceptional circumstances, prior to the expiration of the bid validity period, CONSULTANT / OWNER
may request bidders to extend the period of validity of their bids. The request and the responses shall
be made in writing. If a bid security is requested in accordance with Clause 19.1 of ITB, it shall also be
extended for 3 (Three) months beyond the deadline of the extended validity period. A bidder may refuse
the request without forfeiting its bid security. A bidder granting the request shall not be permitted to
modify its bid.

19. BID SECURITY


(As Bid Security/EMD is not applicable in this Tender, bidders shall ignore subsequent
Clauses/stipulations of this ITB (including in its Annexures/Attachments) on the matter of Bid
Security/EMD)

19.1 Bidder shall furnish as part of its bid, a Bid Security, in original form and, in the amount and currency
specified in the BDS.

19.2 Bids not accompanied with EMD shall be rejected. However, exemption of EMD will be applicable for,
Government organizations, Central/ State PSUs, JVs of IOCL and Micro or Small Enterprises (MSEs)
registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handlooms or any other Body specified by Ministry of Micro, Small and Medium
Enterprise provided that certificate issued by the relevant agency is valid (wherever validity is specified
in the certificate) on the date of Un-priced Bid Opening. Scanned copy of Registration certificate or
Udyog Aadhar Memorandum should be uploaded in the e-procurement website under e-bidding.
Documentary evidence; in support of such claims of bidder shall be provided.

19.3 The registration certificate Micro or Small Enterprises (MSEs) issued from any one of the agencies
mentioned at Clause 19.2 of ITB must be valid as on close date of the tender. The successful bidder
should ensure that the same is valid till the end of the contract period.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 21 of 32

19.4 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 close date of the tender, are not
eligible for exemption/preference.

19.5 OWNER / CONSULTANT shall not pay any interest on Bid Security furnished. Further, in case bank
guarantee submitted is found to be fake, bid of such bidder shall be rejected and may initiate action as
deemed necessary as per CONSULTANT / OWNER Policy.

19.6 The bid security shall be in any of the following forms at the bidder’s option:

a) an unconditional guarantee in favour of “Indian Oil Corporation Ltd., Refineries Division (Details
as per Attachment-II to ITB), issued by any Bank (Selection of Bank shall be as per SCC Part
B), strictly in the format provided in GCC, however, Bid Security in the form of Bank Guarantee
shall be acceptable only in cases where value of Bid Security is more than INR. 1.00 Lakh (In
case bidder opt to submit Bank Guarantee, follow instruction of document “FAQs-IOCL-Online-
EMD” available along with Enquiry / Bidding Documentation e-tender portal);

b) (Online through RTGS/ NEFT through e-tendering portal (for all values).
(Bidder to follow instruction of document “FAQs-IOCL-Online-EMD” available along with
Enquiry/ Bidding Documentation e-tender portal).

19.7 Authorized Indian representatives associates of foreign bidders shall be allowed to submit EMD online
through RTGS/ NEFT through e-tendering portal also.

19.8 The bid security shall be valid for Three (3) Months beyond the validity period of the bid, or beyond any
period of extension if requested under Clause 18.2 of ITB.

19.9 EMD/ Bid securities shall be released to the bidders in the following circumstances:

i) EMD/ Bid securities of bidders whose price bids are not opened/ disqualified during techno-
commercial bid evaluation (unsuccessful Bidder) shall be released immediately by
CONSULTANT after approval of price bid opening.
ii) EMD/ Bid securities of bidders qualified in the techno-commercial bid but unsuccessful for
placement of Purchase Order shall be released after final approval of the placement of Purchase
Order by the competent authority.
iii) EMD/ Bid securities of the successful bidder shall be sent to IOCL & shall be released by IOCL
on receipt of acceptable PBG.
iv) In case CONSULTANT / Owner decides to cancel / annul the enquiry at any stage during the
bidding process but before the award (as applicable), EMD/ Bid securities of the bidders shall
be returned at the earliest from the date of such decision.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 22 of 32

19.10 The offer shall be rejected, EMD shall be forfeited and the Bidder shall be put on "Holiday/ Suspension/
banning list, as applicable" of CONSULTANT & IOCL (as per their prevailing policy) in case:

a) The bidder alters / modifies / withdraws the bid suo-moto after opening the bid(s) within the
validity period and / or submits multiple bids/ alternative bids.
b) If the successful bidder fails to accept arithmetical corrections
c) If the Information/ documents submitted by the bidder in the bid is found to be false/ forged, the
successful bidder fails to execute the order.

19.11 In case of Bank guarantees, if these are sent directly by the Bank, a certified copy of the said BG shall
be enclosed along with the techno-commercial offer.

19.12 Original EMD, as applicable, shall be submitted to CONSULTANT within Seven (7) working days from
the date of opening of techno-commercial (unpriced) bids, failing which their bid shall not be considered,
as per provisions of respective clause notwithstanding the fact that a copy of EMD was uploaded earlier
by the bidder on the e-tendering portal.

19.13 Offer submitted along with Swift message (in place of Firm EMD) or EMD having value less than required
value, shall be rejected & not considered for further evaluation.

19.14 Not Used

20. FORMAT AND SIGNING OF BID

20.1 The e-bid shall be digitally signed (e-signed) using the digital signature of a person duly authorized to
sign on behalf of the bidder. The digital signature used for signing the bid shall be issued in the name of
such authorized person and the certificate details, available from the signed documents, should indicate
the details of the signatories. All documents/files of the bid shall be signed by using the digital signature
issued in the name of the person having valid Power of Attorney (POA) at the time of bid submission.
Any consequences resulting due to such signing (e-signing) shall be binding on the bidder.

20.2 Not Used.

21. GOODS AND SERVICE TAX (GST)

21.1 In the event of any conflict or inconsistency in provision of Taxes / GST related clauses in the bidding
document; the enacted GST shall prevail over the interpretation of existing clauses.

22. ALTERNATIVE BIDS

A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as a
single bidder or as a member of consortium/JV) or indirectly (as a sub-contractor) failing which following
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 23 of 32

actions shall be initiated:

All bids submitted by such bidder (say “A‟) either as a single bidder or as a consortium/JV, shall stand
rejected and BID SECURITY, if any, in case of all such bids submitted by bidder “A‟ shall be forfeited.

If another bidder (say “B‟) has proposed bidder “A‟ as a sub-contractor then bidder “B‟’s bid shall also
be rejected. However, in case the bidder “B‟ has also proposed an alternative subcontractor who is other
than the bidder “A‟, then bidder “B‟’s bid shall be evaluated with the proposed alternative sub-contractor
only. Hence, every bidder shall ensure in his own interest that his proposed sub-contractor is not
submitting alternative/ multiple bids. Wherever a bidder proposes a sub-contractor, consent/ MOU with
the sub- contractor shall be enclosed

Note: However, in case CONSULTANT has proposed a list of sub-contractors/ sub-vendors in the
enquiry document itself which shall be common for all the bidders, the provision at (B) above shall not
be applicable as long as only the sub-contractors/ sub-vendors are common in case of various bidders

D. SUBMISSION AND OPENING OF BIDS

23. SEALING AND MARKING OF BIDS

23.1 The bidder shall submit the, original Bid Security, as per the requirement of clause 10.2 of ITB, in
separate sealed envelopes, duly marking the envelopes as per following:

Original Bid Security

Name of Work: ---------------------------


Bidding Document No.: ---------------------------
Due date & Time of Submission: ---------------------------
From: [Name & Address of Bidder] ---------------------------

23.2 The envelope shall bear the name and address of the bidder and bear a warning not to open before the
time and date for bid opening.

23.3 If envelope is not sealed and marked as required, CONSULTANT / OWNER will assume no
responsibility for the misplacement or premature opening of the envelope.

23.4 Bidders shall submit bids (Part-I & Part-II) electronically through IOCL’s e-tendering portal by logging in
to website https://iocletenders.gov.in, on or before the bid submission date and time. Bidders are
required to register themselves at https://iocletenders.gov.in. No registration fee would be charged from
the bidders.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 24 of 32

23.5 Bidders are required to upload the bid along with all supporting documents & priced part on IOCL’s e-
tendering portal by logging in to website https://iocletenders.gov.in only.

23.6 Bidders to refer Bidders Manual Kit - Open Source Software Link available on the website to get
acquainted with the E-Tendering System in advance and obtain/seek clarifications, if any from IOCL e-
tendering Portal Helpdesk, whose contact information is provided in the E-Tendering website.

23.7 Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”,
“Bidders Manual Kit” etc. are available on home page of https://iocletenders.gov.in/nicgep/app facilitating
vendors to participate in the bidding process. Bidder are advised to download & utilize the available
information/documents under these links for activities like Registration in IOCL portal, obtaining User ID
& Password, uploading & submission of e-bids etc.

23.8 Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other
related document available against various help links so as to ensure that bids are uploaded in E-
tendering website well before the closing date and time of bid submission.

23.9 The bidder is required to make a proposal in a format as outlined in BDS to achieve the objective of
maintaining a uniform proposal structure from all bidders.

23.10 The bid shall be submitted by uploading relevant document in respective covers/folders provided in the
e- tendering website.

24. DEADLINE FOR SUBMISSION OF BIDS

24.1 Bidders shall submit their bids electronically in the e-tendering portal, within the date and time specified
in the BDS.

24.2 Bid Security in accordance with ITB clause 19 (copy of documentary evidence as per ITB clause 19.2 in
case of exemption under MSE/PSU/JV of IOCL), in original, must be received by CONSULTANT at the
address and no later than the date and time for submission in accordance to ITB clause 10.2.

24.3 CONSULTANT may, at its discretion, extend the deadline for the submission of bids by amending the
Bidding Documents in accordance with Clause 6 of ITB, in which case all rights and obligations of
CONSULTANT and bidders previously subject to the deadline shall thereafter be subject to the deadline
as extended.

25. LATE BIDS

25.1 E-tendering system shall close immediately after the deadline for submission of bid. Any bids being
submitted in physical form (other than Part-III of Bid) shall not be considered for opening / evaluation /
award and will be returned to such bidders.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 25 of 32

25.2 In the event the Bid Security in original, in accordance with ITB clause 24.2, are not submitted within the
deadline, the bids shall be declared late and shall not be considered for further evaluation,
notwithstanding the fact that the bid has been submitted in electronic form within the deadline. However,
in case of exemption from submitting Bid Security under MSE/PSU/JVs of IOCL as per ITB clause 19.2,
then bidder shall submit the copy of documentary evidence as per ITB clause 19.2.

26. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS

25.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the due date
and time for submission of Bid following the electronic bid submission procedures.

25.2 No bid shall be withdrawn, substituted, or modified in the interval between the deadline for submission
of bids and the expiration of the period of bid validity or any extension thereof.

27. BID OPENING

27.1 CONSULTANT shall verify the availability of requisite scanned copy of BID SECURITY/ documentary
evidence of exemptions from submission of Bid Security under MSE / PSU / JV of IOCL (if applicable),
prior to opening of Part-I of e-Bid. Techno-commercial e-Bid of those bidders shall be considered for
opening, who have uploaded the requisite Bid Security in e- tendering Portal.

27.2 CONSULTANT shall open Part-I of all bids received in the e-tendering portal except the cases where
scanned copy of BID SECURITY / documentary evidence of exemptions from submission of Bid Security
under MSE / PSU / JV of IOCL (if applicable) not uploaded.

27.3 The order of part wise opening of bids shall be as follows;

(i) On scheduled date and time of UNPRICED bid opening,

a) Scanned Copy of Bid Security uploaded in e-tendering Portal shall be opened first and verified
that whether Bid Security has been furnished as per bid requirement.
b) Upon meeting the requirement of Bid Security as per Clause 19 of ITB, opening of documents
of Part–I, submitted in electronic form shall be processed on the e- Procurement module of
the e-tendering portal.
c) If a bidder has not complied with Bid Security requirement b) above, such bidder’s offer (Part-
I) is not proceeded for further opening and rejected out rightly.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 26 of 32

(ii) Part-II of bid of only those bidders whose bids is determined to be technically and commercially
acceptable by CONSULTANT shall be opened. Bidders selected for opening of their priced bids
shall be informed about the date, time and place of price bid opening.

E. EVALUATION AND COMPARISON OF BIDS

28. CONFIDENTIALITY

28.1 A bidder may seek clarification regarding the bidding document provisions, bidding process and/ or
rejection of his bid. CONSULTANT shall respond to such requests within a reasonable time. However,
such information relating to the evaluation of bids and recommendation of contract award shall not be
disclosed to any other persons not officially concerned with the bidding process.

28.2 Any attempt by a bidder to influence CONSULTANT / Owner in the evaluation of the bids or Contract
award decisions shall render their Bid liable for rejection.

28.3 Notwithstanding Clause 28.2 of ITB, from the time of bid opening to the time of Contract award, if a
bidder wishes to contact CONSULTANT on any matter related to the bidding process, it shall be done
so in writing only.

29. DETERMINATION OF RESPONSIVENESS

29.1 OWNER / CONSULTANT’s determination of a bid’s responsiveness is to be based on the contents of


the bid itself, as defined in Clause 10 of ITB.

29.2 A substantially responsive bid is one that meets the requirements of the Enquiry/Bidding Documents
without deviation.

29.3 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder shall submit
self-certificate in this regard. Failure to do so or the bidder is under court receivership or similar
proceedings, their bids shall not be considered.

30. CLARIFICATION OF BIDS

30.1 Bidders should ensure that the Bid submitted is substantially responsive Bid in the first instance itself.
Evaluation may be completed based on the content of the Bid itself without seeking any subsequent
additional information which may result in rejection of Bid. However, CONSULTANT/OWNER may, at
its discretion, may request bidder to submit the necessary information or documentation, within a
reasonable period of time, to withdraw material deviation, reservation, or rectify omission in the bid
related to documentation requirements. Requesting information or documentation on such account shall
not be related to any aspect of the price of the Bid. CONSULTANT’s request for clarification and the
response shall be in writing.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 27 of 32

30.2 No change, including any voluntary increase or decrease, in the prices or substance of the bid shall be
sought, offered, or permitted. Bidder shall not be allowed to submit any price implication or revised price
after submission of Bid unless the same is called for by CONSULTANT in writing.

30.3 Any clarification submitted by a bidder that is not in response to a request by CONSULTANT shall not
be considered. Failure of the bidder to comply with the request may result in the rejection of its Bid.

30.4 If a bidder does not provide clarifications of its bid by the date and time set in CONSULTANT’s request
for clarification, its bid shall be evaluated with available information which may result in rejection of their
bid.

31. EVALUATION OF TECHNO-COMMERCIAL BIDS

31.1 Prior to price opening of bids, CONSULTANT will determine whether each bid is accompanied with
required Bid Security, as applicable;

i) Fulfills the technical, financial, commercial experience and other requirements as specified in the
bidding document.
ii) Considering any clarifications and/ or requirement pursuant to clause 30 of ITB;
iii) Any other relevant factor, if any that CONSULTANT/OWNER deems necessary or prudent to be
taken into consideration.

31.2 CONSULTANT / OWNER reserve the right to use in-house information for assessment of capability of
bidder and their performance on jobs completed/ in progress for evaluation purpose.

32. PREFERENCE TO MICRO OR SMALL ENTERPRISES

32.1 There will be no Purchase Preference to Micro and Small Enterprises/ bidder as per Public Procurement
Policy for MSEs in his tender.

32.2 For facilitating promotion and development of micro and small enterprises, CONSULTANT/ IOCL is
committed to promote the procurement of supplies/ services from MSEs in Orders/ contracts awarded
by CONSULTANT/ IOCL. Accordingly, bidders are also encouraged to promote the same by considering
MSE sub-suppliers/ sub-contractors to the extent possible under the Orders/ Contracts awarded on them
by CONSULTANT/ IOCL. After award of work, supplier/ contractor shall furnish statement along with
copies of orders/ FOAs placed by them on their sub-suppliers/ sub- contractors who are MSEs, to
CONSULTANT Project Manager/ RCM, as applicable.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 28 of 32

33. OPENING OF PRICE BID

33.1 Priced Bid (Part-II) of only those bidders whose bids is determined to be technically and commercially
acceptable by CONSULTANT / OWNER shall be opened. Bidders selected for opening of their priced
bids shall be informed about the date, time and place of price bid opening.

34. CORRECTION OF ARITHMETICAL ERRORS

34.1 CONSULTANT shall correct arithmetical errors on the following basis:


Where bidders have been asked to quote unit rates based on SOR, the prices quoted by bidders shall
be checked for arithmetic correction, if any, based on rate and amount filled by the bidder in the
SOR/price schedule formats. If some discrepancies are found between the rate / amount given in
figures/words, the price in words shall prevail.
Also, in case of differences in lumpsum prices versus its break-up, provisions defined in the Schedule
of rates / Preamble to Schedule of Prices shall prevail,

34.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the correction in
accordance with Clause 34.1 of ITB above, shall result in the rejection of the Bid and Bid Security shall
be forfeited.

35. EVALUATION AND COMPARISON OF PRICE BIDS

35.1 CONSULTANT shall compare the price bids based on the evaluation methodology and loading criteria,
if any, provided in BDS to determine the lowest evaluated bid.

35.2 Wherever BDS / BoQ permits bidder to quote prices in more than one currency, for evaluation and
comparison purposes, the currency(ies) of the Bid shall be converted into a single currency, and that will
be Indian Rupees only at the Bill selling exchange rate published by the State Bank of India, on the day
of price bid opening.

35.3 Suo moto price change: In case of any suo moto change in price, following shall apply:

Stage Price Increase Price Decrease

After opening of Not Acceptable, Bid shall be rejected In case of suo moto price
unpriced bid without offering any opportunity to the decrease:
bidder to withdraw the same, Action 1. Tender evaluation shall be
regarding Holiday Listing may be taken. done without considering suo
EMD shall be forfeited. moto Price decrease.
2. Ordering shall be done
considering suo moto Price
decrease.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 29 of 32

36. CONSULTANT’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS

36.1 CONSULTANT / OWNER reserves the right to accept or reject any or all the bids at his discretion and
may annul the Bidding process, without thereby incurring any liability to bidders.

F. AWARD OF CONTRACT

37. AWARD CRITERIA

37.1 Subject to Clause 38.1 of ITB, the OWNER shall award the Contract to the bidder who has been
determined to be the lowest evaluated bid in-line with ITB clause 35 above. However, if in the opinion of
CONSULTANT / Owner, the total price or certain item rates quoted by the recommended bidder are
considered high, CONSULTANT / Owner may invite such bidder for price negotiation. Recommended
bidder shall attend such negotiation meetings and if requested by CONSULTANT / Owner shall provide
the analysis of rates/break-up of amount quoted by him for any or all items of Schedule of Rates/ Prices
to demonstrate the reasonability. As a result of negotiation, bidder may offer rebate on his earlier quoted
Price.

38. NOTIFICATION OF AWARD

38.1 Prior to the expiration of the period of bid validity, the OWNER shall notify the successful bidder, in
writing, that its bid has been accepted. The notification letter (hereinafter and in the General Conditions
of Contract called the “Letter of Acceptance (LOA)/ Fax of Acceptance (FOA)”) shall specify the sum
that the OWNER will pay the Contractor in consideration of the execution and completion of the Works.

38.2 Until a formal contract is prepared and executed, the notification of award along with this Bidding
Document together with the annexed documents, modifications, deletions agreed upon shall constitute
a binding contract between the successful bidder and the OWNER.

39. SIGNING OF CONTRACT

39.1 Promptly upon issue of LOA/ FOA, the successful bidder shall sign, the Contract Agreement on a non-
judicial stamp paper and of appropriate value. The cost of non-judicial stamp paper shall be borne by
the successful bidder.

39.2 The Contract document shall consist of the following:

i) Form of Contract on non-judicial stamp paper


ii) Detailed Letter of Award (DLOA) along with enclosures
iii) Fax/ Letter of Acceptance.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 30 of 32

iv) Original Bidding Document.


v) Amendment/ Corrigendum to Bidding Document issued, if any.

40. SAP RELATED ACTIVITIES

40.1 Contractor shall provide the assistance in IOCL ERP- SAP system for the execution of work, as & when
required by IOCL.

41. ENTRY OF FOREIGN NATIONALS TO REFINERY PREMISES

IOCL has 09 operating Refineries, namely Paradip in the state of Odisha, Guwahati Refinery in the State
of Assam, Barauni Refinery in the State of Bihar, Gujarat Refinery in the State of Gujarat, Mathura
Refinery in the State of U.P., Haldia Refinery in the State of West Bengal, Panipat Refinery in the State
of Haryana, Bongaigaon Refinery in the State of Assam & Digboi Refinery in the State of Assam.

It may please be noted that all the Refineries shown above are declared as "prohibited place" under
Official Secrets Act 1923, where entry of personnel is restricted/conditioned. It may also be noted that
the Visa to be issued by Govt. of India, normally contains the clause towards no permission for entry/visit
to such place, a default condition which if not removed/struck-off by the Visa issuing authorities will
create impediment/restriction in movement of personnel of foreign origin deployed at particular Refinery,
to carry out an activity in terms of engagement/contract with M/s. Indian Oil Corporation Limited. The
same should be kept in mind while submitting request for issue of Visa by your office.

42. PROJECT SPECIFIC ACCOUNT

For the benefit of the Project, it is desired that the CONTRACTOR shall maintain Project Specific Bank
Accounts, with a bank approved by the OWNER to ensure that finances released by the OWNER, line
of credit received from the lenders to meet working capital requirements and all revenues & other
receipts arising from the CONTRACT and under any agreements are deposited into such Account(s).
Withdrawals and appropriations during the Contract Period, at any relevant time, from such Account(s)
shall be made only for the purpose of Project/Project Facilities and Services.

43. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for any mistake
committed by him in bidding or withdrawal of bid or varying any term in regard thereof leading to re-
tendering, OWNER shall forfeit Earnest Money paid by the bidder and such bidders shall be debarred
from participation in re-tendering of the same job(s)/ item(s).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 31 of 32

44. CORRUPT AND FRAUDULENT PRACTICES

44.1 Bidders are required to furnish the complete and correct information/ documents required for evaluation
of their bids. If the information/ documents forming basis of evaluation is found to be false/ fake/ forged,
the same shall be considered adequate ground for rejection of the bids and forfeiture of earnest money
deposit.

44.2 OWNER requires that the CONTRACTOR observes the highest standard of ethics during the execution
of Contract. In pursuance of this policy, OWNER defines, for the purposes of this provision, the terms
set forth below as follows:

a) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to influence
the action of public official in contract execution;

b) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a


Contract to the detriment of OWNER, and includes collusive practice among bidders (prior to or after
bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive
OWNER of the benefits of free and open competition.

c) “False/Fake” means to make or construct falsely. “Faked alibi” is a made, manufactured, or false
alibi. Something that is not what is purports to be; counterfeit, an imposter.

d) “Forgery” means the false making or the material altering of a document with the intent to defraud.
A signature of a person that is made without the person’s consent and without the person otherwise
authorizing it. A person is guilty of forgery if, with the purpose to defraud or injure anyone or with
knowledge that he is facilitating a fraud or injury to be perpetrated by anyone, the actor (i) alters any
writing of another without his authority (ii) makes, completes, authenticates, executes, issues or
transfers any writing, so that it purports to be the act of another who did not authorize that act or to
have been executed at a time or place or in a numbered sequence other than was in fact the case,
or to, be a copy of an original when no such original exists. Utters any writing which he knows to be
false in a manner specified in (i) & (ii) above.

44.3 OWNER may terminate the Contract if it discovers subsequently that the CONTRACTOR had engaged
in Corrupt Practices or Fraudulent Practices in competing for the Contract.

45. SPECIFIC CLAUSES RELATED TO INSOLVENCY & BANKRUPTCY:

45.1 It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order of insolvency
resolution process or liquidation or bankruptcy proceeding passed by the Adjudicating Authority namely,
National Company Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Insolvency and
Bankruptcy Code.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 32 of 32

45.2 If bidder refuses or fails to share the information regarding their status of insolvency resolution process
or liquidation or bankruptcy proceeding in their bid or at any later stage, their offer is liable to be rejected
by IOCL.

45.3 IOCL reserves the right to cancel/ terminate the contract without any liability on the part of IOCL
immediately on the commencement of insolvency resolution process or liquidation or bankruptcy
proceeding of any party under the contract.

45.4 IOCL reserves its right to evaluate and finalize the bid without considering the bid of any party
undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the code
regardless of the stage of tendering.

45.5 A declaration / undertaking shall be submitted from the bidder in the Format (As per Attachment IX of
ITB) along with techno commercial bid.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - I

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ATTACHMENT- I - ACKNOWLEDGEMENT CUM CONSENT LETTER

To,

M/s ………………………
………………………………..
………………………………..
………………………………..
Fax no:
E-mail:

Kind Attn: ………………………………….

Name of Work:

Bidding Document No:

Dear Sir,

We hereby acknowledge receipt of a complete set of Bidding Document along with enclosures for subject
works, downloaded from website as per the Master Index for our use in preparing the Bid.

We undertake that the contents of the above Bidding Document shall be kept confidential and further that
the drawings, specifications and documents shall not be transferred and that the said documents are to be
used only for the purpose for which they are intended.

A. We intend to bid as requested for the subject works and furnish following details with respect to
our quoting office:
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - I

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

POSTAL ADDRESS
TELEPHONE NUMBER
TELEFAX NUMBER
CONTACT PERSON
E-MAIL ADDRESS
MOBILE NO. OF BIDDER

B. Contact person at Delhi, if any:

POSTAL ADDRESS
TELEPHONE NUMBER
TELEFAX NUMBER
CONTACT PERSON
E-MAIL ADDRESS
MOBILE NO. OF BIDDER

C. We are unable to bid for the reasons given below and we are returning the entire set of Bidding
Documents.
Reasons for non-submission of Bid
---------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------

NAME OF THE BIDDER: ………………………....


SIGNATURE: ……………………………………….
DESIGNATION: ……………………………………
DATE: ……………………………………………….
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - I

INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

NOTE: Bidder is requested to furnish the details mentioned at A and B or C immediately after
receipt of Bidding Document.

(STAMP & SIGNATURE OF BIDDER)


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-II
INSTRUCTIONS TO BIDDERS
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 1

ATTACHMENT-II TO INSTRUCTIONS TO BIDDER

IOCL Address & Bank Details for Bank Guarantee in lieu of Bid Security
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 11

Declaration by Indian Oil Corporation Limited towards adoption of Integrity Pact


Ref :
Dated:

To,
-------------------------------------------------
---------------------------------------------
Sub: Tender no.
Dear Sir

IndianOil Corporation Limited (IOCL) hereby declares that IOCL has signed an MOU dated 18th
January 2008 with Transparency International India for the adoption of the Integrity Pact Program
and stands committed to following the principles of transparency, equity and competitiveness in
public procurement. The said MOU can be accessed at the IOCL website i.e.
http://www.iocl.com/Aboutus/DraftMOU.pdf

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the Integrity Agreement in the prescribed proforma, which is an integral part of tender
documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the
bid of the bidder would be summarily rejected.

This Declaration shall form part and parcel of the Integrity Agreement and signing of the same
shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the Corporation.

Yours faithfully
For and on behalf of Indian Oil Corporation Limited

( )
Chief Project Manager
Indian Oil Corporation Ltd
Project Department
Scope Complex, Core-2, 4th Floor
Lodhi Road, New Delhi- 110 003

Note: The copy of the Integrity Agreement, duly signed by the Authorized Signatory shall be provided
to the bidders on specific request.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 11

(Covering letter required to be signed and submitted by the tenderer)

Ref. Dated:

To,

IndianOil Corporation Limited

Subject: Submission of offer for Tender no. 077154C/T/LuPech(J18)/PACKAGE-4 – LUPEC POWER


DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-
18) PROJECT AT IOCL GUJARAT REFINERY

Dear Sir,
The Bidder acknowledges that Indian Oil Corporation (IOCL) has signed the MOU with Transparency
International India for the adoption of the Integrity Pact Program and stands Committed to following the
Principles thereof as enumerated in the Integrity Agreement enclosed with the tender document.

The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the conditions that
the Bidder will sign the enclosed Integrity Agreement, which is an integral part of the tender documents,
failing which the tenderer will stand disqualified from tendering process. The Bidder acknowledges that the
Bid would be kept open in its original form without variation or modification for a period of ______ days (state
the number of days from the last date for the receipt of tenders stated in the NIT) AND THE MAKING
OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this
condition of NIT.

Bidder confirms acceptance and compliance with the Integrity Agreement in the letter and spirit and further
agrees that execution of the said Integrity Agreement shall be separate and distinct from the main contract,
which will come into existence when bid is finally accepted by IOCL. The Bidder acknowledges and accept
the duration of the Integrity Agreement which shall be in line with Article 8 of enclosed Agreement.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 11

Bidder acknowledges that in the event of Bidder’s failure to sign and accept the Integrity Agreement, while
submitting the Bid, IOCL shall have unqualified, absolute and unfettered right to disqualify the tender and
reject the bid in accordance with the terms and conditions of the tender.

Yours faithfully,

Duly authorized Signatory of the Bidder)

(Note- One copy of this letter along with Integrity agreement duly signed must be returned along with offer)

The Integrity Pact Agreement (IPA and other IP documents) are hoisted on www.iocl.com. All the prospective
bidders willing to participate in the tenders where Integrity Pact Agreement is applicable shall have to
necessarily sign the IPA (as per the latest version as hosted on www.iocl.com ) in order to be eligible to
participate in the tender. The present version of the Integrity Pact Agreement is as below.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 11

To be executed on plain paper and submitted along with Technical Bid)


Tender no.:----------------------------------------
INTEGRITY AGREEMENT

This Integrity Agreement is made at on this day of , 2020.


BETWEEN
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions of
Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung Marg, Bandra
(East), Mumbai 400051 (hereinafter referred as the „Principal/OWNER‟, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
And
…………………………………….……………. (name and address of the Individual/firm/Company/consortium
members through (mention details of duly authorized signatory) hereinafter referred to as the
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns.

Preamble

WHEREAS the Principal/OWNER has floated a tender (Tender N o . : 077154C/T/LuPech(J18)/PACKAGE-


4) (hereinafter referred to as “Tender”) and intends to award, under laid down organizational procedures,
contract/s purchase order/work order for LUPECH POWER DISTRIBUTION FACILITY FOR
PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY or items covered under the tender hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/OWNER values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relationship with its Bidder(s)
and Contractor(s).

AND WHEREAS, in order to achieve these goals, the Principal/OWNER has appointed Independent External
Monitors (IEM), to monitor the Tender process and the execution of the Contract for compliance with the
principles as laid down in this Agreement.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also
be read as integral part and parcel of the Tender documents and Contract between the parties.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 11

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree
as follows and this Pact witnesseth as under:

Article 1: Commitment of the Principal/OWNER

1) The Principal/OWNER commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

• No employee of the Principal/ OWNER, personally or through any of his/her family members,
will, in connection with the Tender, or the execution of the Contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the person is not
legally entitled to.

• The Principal/OWNER will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/OWNER will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential
I additional information through which the Bidder(s) could obtain an advantage in relation to
the Tender process or the Contract execution.

• The Principal/OWNER shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.

2) If the Principal/OWNER obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/OWNER will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

Article 2-Commitments of the Bidder(s)/Contractor(s)

1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give
to any of the Principal/OWNER’s employees involved in the Tender process or execution of the
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 11

Contract or to any third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or document provided by the Principal/OWNER as part of the
business relationship, regarding plans, Technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. In a tender, e ither the Indian
agent on behalf of the principal/OEM or principal/OEM itself can bid but both cannot bid simultaneously
for the same item/product in the same tender. Further, if an agent submits bid on behalf of the
principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM in the same tender
for the same item/product. Copy of CVC guidelines dated 13/01/2012 is annexed hereto as Annexure-
A.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma
enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the Contract.

2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.

Article 3. Disqualification from Tender Process and exclusion from future contracts

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability
or credibility in question, the Principal/OWNER is entitled to disqualify the Bidder(s)/Contractor(s) from
the Tender process or terminate the Contract, if already executed or exclude the Bidder/ Contractor
from future contract award processes. The imposition and duration of the exclusion will be
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 11

determined by the severity of transgression and determined by the Principal/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 Principal/OWNER.

2) The Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/OWNER’s absolute
right to resort to and impose such exclusion.

3) Apart from the above, the Principal/OWNER may take action for banning of business dealings/holiday
listing of the Bidder/Contractor as deemed fit by the Principal/OWNER.

Article 4-Consequences of Breach

Without prejudice to any rights that may be available to the Principal/OWNER under law or the Contract
or its established policies and laid down procedures, the Principal/OWNER shall have the following
rights in case of breach of this Integrity Pact by the Bidder(/Contractor(s):

1) Forfeiture of EMD/Security Deposit: If the Principal/OWNER has disqualified the Bidder(s) from the
Tender process prior to the award of the Contract or terminated the Contract or has accrued the right
to terminate the Contract according to Article 3, the Principal/OWNER apart from exercising any legal
rights that may have accrued to the Principal/OWNER, may in its considered opinion forfeit the Earnest
Money Deposit/ Bid-Security amount of the Bidder/Contractor.

2) Criminal Liability: If the Principal/OWNER obtains knowledge of conduct of a Bidder or Contractor, or


of an employee or a representative or an associate of a Bidder or Contractor which constitutes
corruption within the meaning of PC Act, or if the Principal/OWNER has substantive suspicion in this
regard, the Principal/OWNER will inform the same to the Chief Vigilance Officer.

Article 5- Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other
Company in any country confirming to the anti-corruption approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the Bidder/
Contractor as deemed fit by the Principal/ OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 11

3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/OWNER may, at its own discretion
as per laid down organizational procedures, revoke the exclusion prematurely.

Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Sub-contractors,/ sub-vendors.

2) The Principal/OWNER will enter into Pacts on identical terms as this one with all Bidders and
Contractors.

3) The Principal/OWNER will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/OWNER and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.

Article 7-Independent External Monitor (IEM)

1) The Principal/OWNER has appointed competent and credible Independent External Monitor(s) (IEM)
for this Pact. The task of the Monitor is to review independently and objectivel y, whether and to what
extent the parties comply with the obligations under this Pact.

2) The IEM is not subject to instructions by the representatives of the parties and performs his functions
neutrally and independently. He reports to the Chairman, Indian Oil Corporation Limited.

3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction, to all
Project documentation of the Principal/OWNER including that provided by the Contractor. The
Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted
and unconditional access to his or any of his Sub-Contractor’s project documentation. The IEM is
under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/OWNER will provide
to the IEM sufficient information about all the meetings among the parties related to the Project and
shall keep the IEM apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal/OWNER and request the Management to discontinue or take corrective
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 11

action, or to take other relevant action. The IEM can in this regard submit non-binding
recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6 to 8
weeks from the date of reference or intimation to him by the Principal/OWNER and, should the
occasion arise, submit proposals for correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated suspicion of
an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not, within reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the
IEM may also transmit the information directly to the Central Vigilance Commissioner.
8) The word “IEM” would include both singular and plural.
Article 8- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the Contract or till the continuation of defect liability period,
whichever is more and for all other Bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pact as specified above, unless it is discharged/determined by the Chairman,
IOCL.
Article 9-Other Provisions

1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head
Office/Headquarters of the Division of the Principal/OWNER, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners and
consortium members. In case of a Company, the Pact must be signed by a representative duly
authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this Agreement/Pact,
any action taken by the OWNER/Principal in accordance with this Agreement/ Pact or interpretation
thereof shall not be subject to arbitration.

Article 10- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT-III
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 11

remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Pact will have precedence over the Tender/Contract documents with
regard any of the provisions covered under this Pact.

IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first
above mentioned in the presence of following witnesses:

(For and on behalf of Principal/OWNER)

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. (signature, name and address)

2. (signature, name and address)

Note: In case of Purchase Orders wherein formal agreements are not signed references
to witnesses may be deleted from the last part of the Agreement.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ATTACHMENT-IV
INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 1

ATTACHMENT-IV TO INSTRUCTIONS TO BIDDERS


FORMAT FOR FURNISHING AFFIDAVIT ON AUTHENTICITY OF DOCUMENTS SUBMITTED
AGAINST BIDDER QUALIFICATION CRITERIA
AFFIDAVIT OF …………………………., S/o D/o, resident of ……… EMPLOYED AS ……………….
WITH………………………………..………HAVING OFFICE AT…..……PIN………….
I, the above named deponent do hereby solemnly affirm and state as under:-
1. That I am the authorized representative and signatory of M/s…………
2. That the document (s) submitted as mentioned hereunder by M/s……. along with the Bid
Document submitted under covering letter no…. dated….. towards Tender No……
for………………… (Project) has/have been submitted under my knowledge.
Sr. Document Reference no. Document Issuing
No. & date subject Authority

3. That the document(s) submitted as mentioned above, by M/s……… along with the Bid document
for meeting the Bidder Qualification Criteria there under, vide covering letter no…. dated…..
towards Tender No …… for…………………are authentic, genuine, copy of their originals and
have been issued by the issuing authority mentioned above and no part of the document(s) is
false, forged or fabricated.
4. That no part of this affidavit is false and that this affidavit and the above declaration in
respect of genuineness of the documents has been made having full knowledge of (i) the
provisions of the Indian Penal Code in respect of offences including, but not limited to those
pertaining to criminal breach of trust, cheating and fraud and (ii) provisions of bidding conditions
which entitle the IOCL/Technip to initiate action in the event of such declaration turning out to be
a misrepresentation or false representation.
5. I depose accordingly.
DEPONENT
VERIFICATION
I, ………………………. the deponent above named do hereby verify that the factual contents of this
affidavit are true and correct. No part of it is false and nothing material has been concealed there
from.
Verified at ……………. on this………….day of……………………….20…

DEPONENT
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ATTACHMENT-V
INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 1

ATTACHMENT- V TO INSTRUCTIONS TO BIDDER


SELF-CERTIFICATION & DECLARATION BY CEO/CFO/COMPANY SECRETARY
SELF-CERTIFICATION
I, _____________________ S/o/D/o of _________________________________, working as
CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________having its registered office at
_________________________________________________________ certify that all the details
including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer
reference ___________________ against your Enquiry document
___________________________________, are true, authentic, genuine and exact copy of its
original.
It is certified that none of the documents are false/forged or fabricated. All the documents submitted
has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the OWNER/CONSULTANT to initiate action in the
event of such declaration turning out to be a misrepresentation or false representation.
I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine, exact
copy of its original and shall not be false/forged or fabricated.
DECLARATION
I, _____________________ S/o/D/o of _________________________________, working as
CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ with reference to our bid
_________________________ against your Enquiry document
___________________________,declare that in case, at a later date, any of the document
submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held
responsible for the same and CONSULTANT/OWNER has every right to take action against me and
my company, as deemed fit as per provisions of the bidding documents including
CONSULTANT/OWNER’s right to put our company on Holiday/Black list for future business with
CONSULTANT/OWNER.

Specimen Signature of authorized representative

Signature
Name & Designation (CEO or CFO or Company Secretary)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ATTACHMENT-VI
INSTRUCTIONS TO BIDDERS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 1

ATTACHMENT - VI TO INSTRUCTIONS TO BIDDER

PROFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY


CODE, 2016 { to submitted along with Bid }

Tender No : …………………………………

Name of Work: …………………………….

Bidder Name: ………………………………

I/We, M/s___________________________________________, declare that :

(i) I/We am/are not undergoing insolvency resolution process or liquidation or bankruptcy
proceeding as on date.

(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 one of above 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 contract, 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
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ATTACHMENT-VII
INSTRUCTIONS TO BIDDERS
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 2

ATTACHMENT-VII NETWORTH CALCULATION


NAME OF WORK :
TENDER No. :
UNIQ E-TENDER ID :

Bidder shall have positive Net worth. To establish the same, bidder shall furnish the latest Audited Financial
Statement including Auditors reports, Audited Balance Sheet, Profit & Loss Account, notes, Annexures (if
any) etc.

Net-worth Calculation:
The net worth means paid up share capital, share application money pending allotment* and reserve # less
accumulate losses and deferred expenditure to the extent not written off.

# Reserves to be considered for the purpose of net-worth shall be all reserves created out of the
profits and securities premium account but shall not include reserves created out of revaluation of
assets, write back of depreciation and amalgamation.
*Share application money pending allotment will be considered only in respect of share to be
allotted.
Accordingly, the definition of net worth shall be as follows:
Paid up share capital XXXX
Add: Share Application Money pending allotment XXXX
Add: Reserves (As defined Above) XXXX
Less: Accumulated Losses XXXX
Less: Deferred Revenue Expenditure to the extent not written off XXXX
Networth XXXX

Notes:
1. Any of the following documents shall be furnished by the bidder in support of Net Worth calculations above:
(a) Audited published Annual Report OR
(b) Audited Balance Sheet and Profit and Loss Statement OR
(c) Financial statements duly certified by practicing Chartered Accountant (not being an employee or a
Director and not having any interest in the bidder’s company) where audited accounts are not mandatory as
per law.

2. In case the financial year closing date is within 9 months of bid due date and audited annual report of
immediate preceding financial year is not available, bidder has the option to submit the financial details of the
three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the
financial details of the immediate three preceding financial years.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ATTACHMENT-VII
INSTRUCTIONS TO BIDDERS
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 2

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not
available and where bid closing date is up to 31st December, the financial details of the three previous years
immediately prior to the last financial year may be submitted. However, in case the bid closing date is after
31st December, it is compulsory to submit the financial details of the immediate three preceding financial years
only.

3. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single consolidated
annual report is prepared and audited, which includes the financial details of their
wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the
financial criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder
(without the financial data of subsidiaries) is not prepared and audited.

4. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not
prepared and audited, but only a consolidated annual report of the Parent Company is available, consolidated
audited annual report shall be considered for establishing the financial criteria
subject to statutory auditor of the parent company certifying that separate annual report of bidder
is not prepared and audited
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - VIII
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ATTACHMENT – VIII (LETTER FROM STATUTORY AUDITOR/ CA)


(To be printed on Letter Head of Statutory Auditor/CA)

We,________________________________, a CA firm having our registered office address


_________________________________ and certificate number ________________________________
certify that we are statutory auditor of the Company M/s________________________________, having its
registered office at ___________________________________ .

OR

We, _____________________________, a CA firm having our registered office address


_______________________________ and certificate number __________________________ certify that
statutory auditor is not mandatory for the Company M/s ____________________________, having its
registered office at ______________________________ as per prevailing law and we are practicing
chartered Accountant, not being an employee or a Director or not having any interest in the Company.

Financial details of the above mentioned Company, as per latest available audited balance sheet are as
follows: Auditor/CA to select either of the following options and strike off the other.

a. In case bidder is a parent company, i.e., having its wholly owned subsidiaries: Auditor to select either of
the following options and strike off the other.

i. Financial details are of parent company without the financial data of subsidiaries
ii. Financial details are of parent company including the financial data of subsidiaries. It is certified
that separate annual report of bidder, without the financial data of subsidiaries, is not prepared
and audited.
OR

b. In case bidder is a subsidiary company: Auditor to select either of the following options and strike off
the other.

i. Financial details are of subsidiary Company


ii. Financial details are of Parent Company including the financial data of subsidiaries. It is
certified that separate annual report of bidder, i.e., subsidiary, is not prepared and audited.

OR
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - VIII
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

c. In case bidder does not have any subsidiary or parent company, Financial details of are of the
company itself.
Sr.No Description Year Value Currency
(_______________)
1 Turnover Latest Financial Year
(________________)
Preceding 1st Year
(________________)
Preceding 2nd Year
(________________)
2 Networth Latest Financial Year (*)
(________________)

(*) – Indicate Positive or Negative (Value is not Mandatory)


Note:
1. In case the financial year closing date is within 9 months of bid due date and audited annual report
of immediate preceding financial year is not available, bidder has the option to submit the financial
details of the three previous year immediately prior to the last financial year. Otherwise, it is
compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st
March) is not available and where bid closing is up to 31st December, the financial details of the
three previous years immediately prior to the last financial year may be submitted. However, in case
the bid closing date is after 31st December, it is compulsory to submit the financial details of the
immediate three preceding financial years only.

2. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single
consolidated annual report is prepared and audited, which includes the financial details of their
wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing
the financial criteria subject to statutory auditor of the bidder certifying that separate annual report
of bidder (without the financial data of subsidiaries) is not prepared and audited.

3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not
prepared and audited, but only a consolidated annual report of the Parent company is available,
consolidated annual report shall be considered for establishing the financial criteria subject to
statutory auditor of the parent company certifying that separate annual report of bidder is not
prepared and audited.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - VIII
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

4. Networth Calculation: Networth means paid up share capital, Share Application Money pending
allotment* and reserves # less accumulated losses and deferred expenditure to the extent not written
off. Networth has been calculated using the following formula, as per provisions of the enquiry
document:

# Reserves to be considered for the purpose of networth shall be all reserves created out of the
profits and securities premium account but shall not include reserves created out of revaluation of
assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Paid up share capital XXXX


Add: Share Application Money Pending Allotment XXXX
Add: Reserves (As defined above) XXXX
Less: Accumulated losses XXXX
Less: Deferred Revenue Expenditure to the extent not written off XXXX
Networth XXXX

5. Turnover: Turnover shall be calculated including Excise Duty but excluding other incomes.

6. Networth and Turnover has been calculated using the above mentioned formulae and after giving
effect to the impact of Audit Qualifications given in the Audit Report.

Signature

Name & Designation


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE - IX
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ANNEXURE – IX ( CERTIFICATION BY STATUTORY AUDITOR/ CA)


(To be printed on Letter Head of Company)
We, M/s ________________________________, having our registered office at
_________________________________ certify that M/s ___________ is a CA firm having their registered
office address ______________ having certificate number ____________________are our statutory
auditor.

OR
We, M/s ________________________________, having our registered office at
_________________________________ certify that statutory auditor is not mandatory for the Company as
per prevailing law and M/s _______________, a CA firm having their registered address
______________________________ having certificate number ___________ are practicing chartered
Accountant, not being an employee or a Director or not having any interest in our Company.

Financial details of our Company, as per latest available audited balance sheet are as follows: Company to
select either of the following options and strike off the other.

a. In case bidder is a parent company, i.e., having its wholly owned subsidiaries: Company to select either
of the following options and strike off the other.
i. Financial details are of parent company without the financial data of subsidiaries
ii. Financial details are of parent company including the financial data of subsidiaries. It is certified
that separate annual report of bidder, without the financial data of subsidiaries, is not prepared
and audited.
OR

b. In case bidder is a subsidiary company: Auditor to select either of the following options and strike off
the other.
i. Financial details are of subsidiary Company
ii. Financial details are of Parent Company including the financial data of subsidiaries. It is
certified that separate annual report of bidder, i.e., subsidiary, is not prepared and audited.
OR

c. In case bidder does not have any subsidiary or parent company, Financial details of are of the
company itself.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE - IX
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

Sr.No Description Year Value Currency


(_______________)
1 Turnover Latest Financial Year
(________________)
Preceding 1st Year
(________________)
Preceding 2nd Year
(________________)
2 Networth Latest Financial Year (*)
(________________)

(*) – Indicate Positive or Negative (Value is not Mandatory)

Note:

1. In case the financial year closing date is within 9 months of bid due date and audited annual report
of immediate preceding financial year is not available, bidder has the option to submit the financial
details of the three previous year immediately prior to the last financial year. Otherwise, it is
compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st
March) is not available and where bid closing is up to 31st December, the financial details of the
three previous years immediately prior to the last financial year may be submitted. However, in case
the bid closing date is after 31st December, it is compulsory to submit the financial details of the
immediate three preceding financial years only.

2. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single consolidated
annual report is prepared and audited, which includes the financial details of their wholly owned
subsidiaries, consolidated audited annual report shall be considered for establishing the financial
criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder
(without the financial data of subsidiaries) is not prepared and audited.

3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not
prepared and audited, but only a consolidated annual report of the Parent company is available,
consolidated annual report shall be considered for establishing the financial criteria subject to
statutory auditor of the parent company certifying that separate annual report of bidder is not prepared
and audited.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE - IX
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

4. Networth Calculation: Networth means paid up share capital, Share Application Money pending
allotment* and reserves # less accumulated losses and deferred expenditure to the extent not written
off. Networth has been calculated using the following formula, as per provisions of the enquiry
document:

# Reserves to be considered for the purpose of networth shall be all reserves created out of the
profits and securities premium account but shall not include reserves created out of revaluation of
assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Paid up share capital XXXX


Add: Share Application Money Pending Allotment XXXX
Add: Reserves (As defined above) XXXX
Less: Accumulated losses XXXX
Less: Deferred Revenue Expenditure to the extent not written off XXXX
Networth XXXX

5. Turnover: Turnover shall be calculated including Excise Duty but excluding other incomes.

6. Networth and Turnover has been calculated using the above mentioned formulae and after giving
effect to the impact of Audit Qualifications given in the Audit Report.

Signature
Name and Designation

Sign and Stamp of Statutory Auditor / CA (on all pages)


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - X
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ATTACHMENT – X (CERTIFICATION BY CEO/CFO)


(To be printed on Letter Head of Company)

I, _____________________ S/o/D/o of _________________________________, working as


CEO/CFO (indicate, as applicable) of the Company _________________________ having its
registered office at __________________________________________________ certifies the
Financial details of our Company, as per latest available audited balance sheet are as follows:
Company to select either of the following options and strike off the other.

a. In case bidder is a parent company, i.e., having its wholly owned subsidiaries: Company to select
either of the following options and strike off the other.

i. Financial details are of parent company without the financial data of subsidiaries
ii. Financial details are of parent company including the financial data of subsidiaries. It is certified that
separate annual report of bidder, without the financial data of subsidiaries, is not prepared and
audited.

OR

b. In case bidder is a subsidiary company: Auditor to select either of the following options and strike off
the other.
i. Financial details are of subsidiary Company
ii. Financial details are of Parent Company including the financial data of subsidiaries. It is certified that
separate annual report of bidder, i.e., subsidiary, is not prepared and audited.

OR

c. In case bidder does not have any subsidiary or parent company, Financial details of are of the
company itself.
Sr.No Description Year Value Currency
(_______________)
1 Turnover Latest Financial Year
(________________)
Preceding 1st Year
(________________)
Preceding 2nd Year
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - X
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

(________________)
2 Networth Latest Financial Year (*)
(________________)

(*) – Indicate Positive or Negative (Value is not Mandatory)


Note:
1. In case the financial year closing date is within 9 months of bid due date and audited annual report
of immediate preceding financial year is not available, bidder has the option to submit the financial
details of the three previous year immediately prior to the last financial year. Otherwise, it is
compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st
March) is not available and where bid closing is up to 31st December, the financial details of the three
previous years immediately prior to the last financial year may be submitted. However, in case the
bid closing date is after 31st December, it is compulsory to submit the financial details of the
immediate three preceding financial years only.

2. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single consolidated
annual report is prepared and audited, which includes the financial details of their wholly owned
subsidiaries, consolidated audited annual report shall be considered for establishing the financial
criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder
(without the financial data of subsidiaries) is not prepared and audited.

3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not
prepared and audited, but only a consolidated annual report of the Parent company is available,
consolidated annual report shall be considered for establishing the financial criteria subject to
statutory auditor of the parent company certifying that separate annual report of bidder is not prepared
and audited.
4. Networth Calculation: Networth means paid up share capital, Share Application Money pending
allotment* and reserves # less accumulated losses and deferred expenditure to the extent not written
off. Networth has been calculated using the following formula, as per provisions of the enquiry
document:

# Reserves to be considered for the purpose of networth shall be all reserves created out of the profits
and securities premium account but shall not include reserves created out of revaluation of assets,
write back of depreciation and amalgamation.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ATTACHMENT - X
TO
INSTRUCTIONS TO BIDDER
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Paid up share capital XXXX


Add: Share Application Money Pending Allotment XXXX
Add: Reserves (As defined above) XXXX
Less: Accumulated losses XXXX
Less: Deferred Revenue Expenditure to the extent not written off XXXX
Networth XXXX

5. Turnover: Turnover shall be calculated including Excise Duty but excluding other incomes.

6. Networth and Turnover has been calculated using the above mentioned formulae and after giving
effect to the impact of Audit Qualifications given in the Audit Report.

Signature
Name and Designation

Sign and Stamp of CEO/CFO (on all pages)


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

BID DATA SHEET


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 5

BID DATA SHEET (BDS)


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

BID DATA SHEET


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 5

BID DATA SHEET

SR. NO. ITB CL. NO. CONTENT


1. ITB 1.1 Bidding Document No.: 077154C/T/LuPech(J18)/PACKAGE-4

2. ITB 1.1 Name of Work is:

LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND


LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY, INDIA

3. ITB 3.1 & 3.3 Enquiry Basis is: Domestic Competitive Bidding

Note: Tender is issued on Open Domestic Competitive Tender Basis.


Bidders meeting the Bidder Qualification Criteria (BQC) as per NIT only are
eligible to quote.

4. ITB 3.2 & 19.14 Consortium/Joint Venture (JV) Bids are not acceptable as per NIT.

5. ITB 5.2 i. Last date for submission of pre-bid queries: as per NIT.
ii. The pre-bid meeting is scheduled as following:
Schedule: As per NIT
Venue: As per NIT

6. ITB 5.2, 10.2 The detail of Contact Persons for any query/clarification/ communication/Postal
address:

Mr. Venkataraman Krishnamoorty


Technip India Limited,
Technip Centre, 19, Velachery Main Road, Guindy,
Chennai – 600032
Tel: +91-44-22303301
Email:
venkataraman.krishnamoorty@technipenergies.com and cc to
govindasamy.subbarayan@technipenergies.com
krishnamoorthy.saravanan@technipenergies.com
manikandan.subburaj@technipenergies.com
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

BID DATA SHEET


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 5

SR. NO. ITB CL. NO. CONTENT


7. ITB 5.9 The contact person for Site Visit:

Mr. Abhijit Chakraborty CGM (PJ)


Gujarat Refinery, P.O. Jawaharnagar
Karachiya, Vadodara, Gujarat 391320
Ph: 0265 – 2237122

8. ITB 10, 19.1, The last Date and time of submission of Bids & Bid Security shall be AS
25.0 MENTIONED IN NIT.
URL for e-tendering portal is https://iocletenders.nic.in.

9. ITB 10.1 List of Document required in the UNPRICED BID:


(a) Bid forwarding letter & Synopsis of the proposal
(b) Table of Contents of the Bidding Document and Amendment/addendum (if
any) duly signed and stamped by bidder in token of having read all parts of
the Bidding Document and having accepted and considered the same in
preparing and submitting the Bid;
(c) Scanned copy of Bid Security declaration as per Clause 10.2 (a) of ITB (to
be uploaded in “FEE FOLDER” in e-tendering portal).
(d) Scanned Copy of Power of Attorney in favour of person(s) digitally signing
the bid that such person(s) is/are authorised to sign the bid on behalf of the
bidder and any consequence resulting due to such signing shall be binding
on the bidder;
(e) Integrity Pact Agreement in accordance with clause 11.00 of ITB.
(f) Scanned copy of authenticated documents required for meeting the Bidder
Qualification Criteria, as per NIT.
(g) Form of Bid, Information about Tenderer & Information about bidder in
accordance with relevant forms provided in Bidding Forms, as per FORM A &
B;
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

BID DATA SHEET


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 5

(h) Copies of documents defining constitution or legal status, place of


registration and principal place of business of the Company.
Organisation Details
- In case of a proprietorship firm, the name and address of proprietor and
certified copy of bank account details
- In case bidder is a partnership firm, certified copy of the partnership
deed.
- In case of company (whether private or public), certified copy of the
“Certificate of incorporation” together with certified copy of
Memorandum/Article of Association.
(i) Compliance to Bid requirement as per FORM-E
(j) Declaration by the bidder FORM-C
(k) Format of Letter of Waiver FORM D.
(l) Bank Mandate Form with cancelled Cheque duly signed and stamped with
the Banker’s certification as per relevant forms provided in Bidding token of
Forms (FORM L);
(m) Self-certificate as per FORM-F & G regarding not under Liquidation, Court
receivership or similar proceedings, Current Litigation/ Arbitration and Black
listing/ Holiday listing;
(n) Undertaking for non-engagement of child labour FORM - H
(o) Commercial Questionnaire (FORM-J)
(p) Check List (FORM M)
(q) Unpriced copy (without price) of Schedule of Rates/ Prices, in accordance
with the instructions mentioned there in including the following:
i. FORM SP-0 to SP-8 (in BoQ) indicated as quoted and details as per
instructions in Preamble to Schedule of Prices.
ii. FORM SP-4 & SP-5 indicating percentage breakup.
(r) Deployment Schedule of construction equipment tools & tackles proposed
for execution of work as per Bidding FORM-O
(s) Detailed execution philosophy as per Bidding FORM-P.
(t) Details of proposed Organization for Home and Site Office as per Bidding
FORM-Q.
(u) Deployment Schedule of Construction Supervisory personnel and
Construction Workers, as per FORM-R.
(v) PF allotment letter/ PF Registration
(w) Independent ESI Code or undertaking for Independent ESI code as per
FORM-S.
(x) Technical Information Required for Assessing Quantum of Work as per
FORM-T.
(y) FORM W- Declaration regarding acceptance of tender document.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

BID DATA SHEET


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 5

SR. NO. ITB CL. NO. CONTENT

(z) Assessment Order or Copy of Income tax Returns (duly acknowledged by


Income Tax Department) for last 3 three financial years.
(aa) Copy of PAN card
(bb) Project Schedule in the form of Bar Chart.
(cc) Technical Information with Bid (Part-I, Other Documents, s.no.11.4
(dd) Technical Compliance check List (Part-I, Other Documents, s.no.11.5)
(ee) Other Documents/details required as per Technical portion of the bidding
document.

10. ITB 11 Integrity Pact is applicable for this tender.


11. ITB 15, 35 The currency of Bid shall be as per Preamble to Schedule of Prices.

12. ITB 18 The offer of the Bidder shall remain valid for 06 (Six) months from the last
date of submission of Tender / Revised offer (if applicable as permitted by
the Owner). On account of exigencies if bidders are asked to extend their validity
the same should be without any deviation including change in the prices.
13. ITB 32 Purchase preference as admissible under the prevailing procurement policy for
MSEs is not applicable to this tender.
14. ITB 34,35 The evaluation and comparison of bids shall be carried out as per following:

I. The Total amount quoted shall be calculated / established based on price


quoted in the Schedule of Price (SOP) Forms (SP FORMS) after arithmetic
check in line with Clause 34 & 35.0 of ITB and Schedule of Price Provisions.

II. To arrive at the evaluated price, aggregate of the following shall be


considered:
a) Total Lumpsum Price quoted by bidder in FORM SP-0
b) Taxes and Duties as per FORM SP-3
c) PCWAMC quoted in FORM SP-7

III. Conditional discount, if offered, shall not be considered for evaluation.


However, discount furnished in the SOP shall be considered for evaluation
and Ordering.

IV. Price preference as per PPLC policy attached as Annexure to SCC

V. Suo moto price change as per clause no. 35.3 of ITB.

VI. 2 Years O&M spares quoted in FORM SP-6 shall not be considered for
evaluation.
FORM-A
FORM OF BID
(TO BE GIVEN ON BIDDER’S LETTER HEAD)

Ref: Date:

From:

To
Indian Oil Corporation Ltd.
(Refineries Division)
Project Department
New Delhi.

Dear Sirs,

Having examined the Bidding Documents consisting of the Invitation for Bid, Instructions to Bidders, General
Conditions of Contract, Special Conditions of Contract, Specifications, Technical requirements, Time Schedule,
Form of Contract, Form of Bid, Price Schedule and Amendment(s) to the Bidding Documents (if any), and
having understood the provisions of the said Bidding Documents and having thoroughly studied the
requirements of Indian Oil Corporation Ltd. relative to the work for in connection with the LUPECH POWER
DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-
18) PROJECT AT IOCL GUJARAT REFINERY, INDIA and having conducted a thorough study of the job site(s)
involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material and
equipment availability, the transport, communication facilities and access to site, the availability and suitability
of borrowed earth areas, the availability of land and/or premises for temporary office and accommodation
quarters and all other factors and facilities and things whatsoever necessary or relevant to the formulation of
the Bid and the performance of Work, I/we hereby submit our bid/offer for the performance of the proposed
services and supplies in accordance with the terms and conditions and within the time mentioned in the Bidding
Documents at the lumpsum price quoted by me/us in the Price Schedule(s) included within the Bidding
Documents and arrived at by adding the Price of Materials/Supplies and the Price of Services & Site works as
per the Price Schedule. If the Work is awarded to me/us, I/we undertake to perform the Work and make the
supplies in accordance with the Contract Documents as defined in the Form of Contract forming part of the
Bidding Documents and accept the terms and conditions of Contract as laid down therein and undertake within
30 (Thirty) days of receipt of the Letter/FAX of Acceptance to deposit with the Chief Finance Manager, Indian
Oil Corporation Ltd. (Refineries Division) a sum equivalent to 3% (Three percent) of the Lumpsum price as
specified in the Letter of Acceptance by way of Bank Guarantee from a Scheduled Bank in India (which includes
Indian Branch of a foreign Bank), and to commence work at the job site(s) involved within 60 (Sixty) days from
the Acceptance of Bid, and to sign the formal Contract in terms of the Form of Contract forming part of the
Bidding Documents within 15 (Fifteen) days of receipt of the Letter of Acceptance from or on behalf of Indian
Oil Corporation Ltd., failing which Indian Oil Corporation Ltd. shall be at liberty, without further reference to
me/us and without prejudice to any of its other rights or remedies, to terminate the Contract.
I/ We further undertake to keep my/this Bid/offer open for a period of not less than 6 (six) months from the date
of opening of bids specified in the Instruction to Bidders forming part of the Bidding Documents.

I/We hereby further state that I/We/None of us (in the case of partnership firm) was/were employed as Directors
of Indian Oil Corporation Ltd. during the period of 2 (Two) years immediately preceding the date hereof OR
I/We hereby declare that I Shri………………. one of our partners (in the case of partnership firm) was employed
as a director in Indian Oil Corporation Ltd., during the period of 2 (Two) years immediately preceding the date
hereof and that Shri ……………………. OR I/We has/have obtained previous permission of Indian Oil
Corporation Ltd. to make this Bid. I/We hereby declare that Shri ……………… one of directors was employed
as a director of Indian oil Corporation Ltd. during a period of 2 (Two) years immediately preceding the date
hereof and that Shri ……………. /I/We has / have obtained previous permission of Indian Oil Corporation Ltd.
to make this Bid.

I/We have annexed to this Bid the following documents:

(i) Original Power of Attorney or other proof of authority of the person who has signed the Bid or Copy of
Power of Attorney or other authority duly certified by a Notary Public in proof of authority of the person
who has signed the Bid:
(ii) Information Regarding Bidder in the form annexed to the Form of Bid.
(iii) Table of Contents (Master Index) of the Bidding documents including all
AMENDMENTS/ADDENDUMS issued till the due date for submission of Bid, duly signed as a token of
receipt of the complete set of the Bidding Document.
(iv) Additional documents as listed below:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
I/We hereby undertake that the statements made herein and the information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
incorrect in any particular the same may be construed to be a misrepresentation entitling Indian Oil Corporation
Ltd. to avoid or terminate any resultant Contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce for its inspection,
original(s) of the documents(s) of which copies have been annexed hereto.

Yours faithfully,
(Signature(s) of the Bidder(s))

Name & Designation of authorized person signing the Bid on behalf of the Bidder(s)
Full Name and address of the Bidder(s)
ATTACHMENT-I TO FORM-A

INFORMATION ABOUT TENDERER

(TO BE FURNISHED WITH TENDER)

(To be furnished with the Bid separately for each consortium member in case of bids on consortium basis)

1. In Case of Individuals.

1.1. Name of Business


1.2. Whether his business is registered
1.3. Date of commencement of business
1.4. Whether he pays Income Tax over Rs.1,00,000/- per year.

2. In case of Partnership.

2.1. Name of partners


2.2. Whether the partnership is registered
2.3. Date of establishment of firm
2.4. If any of the partners of the firm pays Income Tax over Rs.1,00,000/- per year, State which of them
pays the same.

3. In case of Limited Liability Company or Company Limited by Guarantee

3.1. Amount of paid up capital


3.2. Name of Directors
3.3. Date of the Registration of Company
3.4. Copies of the Balance Sheet of the Company of the last 3 (Three) years

(Signature of the Bidder)

Name and address of the Bidder

(Note: In case of Consortium bid, these details shall be provided for each member of consortium)
ATTACHMENT 1 FOR FORM B

FORM-B
INFORMATION ABOUT BIDDER
(OTHER DETAILS)

To
Technip India Limited

For
Indian Oil Corporation Limited

1.1 Bidder Name:


1.2 Address of Registered Office: ______________________________
City
District
State
1.3 Operation Address if different from above: ______________________________
PIN/ZIP
City
District
State
1.4 Telephone Number: PIN/ZIP

1.5 Fax Number:


1.6 Name & Mobile no. of Concerned person(s)
1.7 E-mail address:
1.8 Website:
1.9 ISO Certification, if any
1.10 GENERAL
1.11 Income Tax PAN No. of the firm.
1.12 Corporate Identification Number or
Company CIN No. in India
1.13 Provident Fund Registration No. of the firm.
We hereby confirm that the above PF Account is under operation presently and shall be used for all
PF related activities for the labour engaged by us in the present work (If awarded to us).

1.14 ESI Registration No. of the firm


1.15 Goods and Services Tax Identification Number
(GSTIN)
1.16 Whether any of the Directors of the Company is a Director or is related to any Director of IOCL, present
or within the past 2 years (as per Format in the Attachment 1):
(Note: In case of Consortium bid, these details shall be provided for each member of consortium)
ATTACHMENT 1 FOR FORM B

DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL

The Tenderer shall declare the following information in exhaustive details:

Sl. No. Description (PLEASE SPECIFY)

i) Whether proprietor is a Director or is related to any


Director of IOCL present or retired within the past 2
years.

ii) Whether any partner or member of the


Firm is a Director or is related to any Director of IOCL
present or retired within the last two years.

iii) Whether any of the Directors of the Company is a


Director or is related to any Director of IOCL present
or retired within past two years.

LIST OF DIRECTORS

The list of boards of directors are available in our website at


https://www.iocl.com/AboutUs/Profile.aspx
FORM-C

DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT

We, …………………. [Name of the Bidder] hereby represent that we have gone through and
understood the Bidding Documents (including but not limited to) the Commercial & Technical
Requirements/ Specifications in the entire Bidding Document and that our Bid has been prepared
accordingly in compliance with the requirements stipulated in the said documents.

We are submitting the Table of Contents of Bidding Documents and amendments, if any, as part of our
Bid duly signed and stamped on each page in token of our acceptance. We are not submitting the total
Bidding Document as part of our Bid but undertake that said Bidding Documents consists of Part-I –
Techno Commercial, Part-II – Price Part, Part III - Technical and addendums/amendments, if any, shall
be deemed to form part of our bid and in the event of award of work to us, all the parts shall be
considered for constitution of Contract Agreement. Further, we shall sign and stamp each page of these
documents as a token of Acceptance and as a part of the Contract in the event of award of Contract to
us.

SIGNED FOR AND ON BEHALF OF

_____________________________

(NAME OF BIDDER)

PLACE: ______________

DATE: ______________

NOTE: This declaration should be signed by the Bidder’s representative who is signing the Bid
FORM– D

FORMAT OF LETTER OF WAIVER

(ON LETTERHEAD OF BIDDER)

Name of Work: -------------------------------------------------------------------

Bidding Document No.: --------------------------------------------------------------------

We * hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other conditions whatsoever of the tender documents of
Tender no.___________ and all Addenda issued by Technip India Limited on behalf Indian Oil
Corporation Ltd.

We further hereby waive, withdraw and abandon any and all deviations, variations, objections or
reservations whatsoever thereto here to-before set out, given or indicated in our offer, clarifications,
correspondence, communications, or otherwise with a view that the price bid submitted may be treated
to conform in all respects, with the terms and conditions of the said tender documents including all
Addenda.

We further hereby confirm that the price quoted in the price bid are as per the provisions of the tender
document and there is no deviation to the provisions in the price bid.

**

For & on behalf of

Authorized signatory of Bidder

* Here fill in the name of bidder.

** The Letter of Waiver must be signed by the person(s) authorized to sign


FORM–E

COMPLIANCE TO BID REQUIREMENT

(TO BE SUBMITTED ON THE LETTERHEAD OF BIDDER)

TITLE OF WORK : ______________________________

BIDDING DOCUMENT / RFQ NO. :______________________________

We ……………………………………………………… (*) hereby agree to fully comply with, abide by and


accept without variation, deviation or reservation all technical, commercial and other conditions of the
Bidding Document and its Technical & Commercial Amendments, issued by TECHNIP INDIA LTD. on
behalf of INDIAN OIL CORPORATION LTD. (IOCL)

We confirm that during detailed engineering, we will review and recommend the required Special tools
& tackles and Commissioning spares, wherever specified in the enquiry document and supply the same
without any additional cost and time implication to Purchaser.

We further hereby waive, withdraw and abandon any and all assumptions, deviations, variations,
objections or reservations whatsoever hereto set out, given or indicated in our offer, clarifications,
correspondence, communications, or otherwise with a view that the price bid and price implication (if
any) submitted may be treated to conform to, in all respects, with the terms and conditions of the said
Bidding Document including all Technical and Commercial Amendments.

**
For and on behalf of

Authorised signatory

(Name and signature of authorized signatory)


Date:

* Here fill in the name of bidder.

** The bid compliance letter must be signed by the person (s) authorized to sign.
FORM–F
SELF DECLARATION

Bidder’s declaration as furnished in the declaration here shall supersede the stipulations mentioned
elsewhere in their bid.

SL. NO. DESCRIPTION BIDDER'S DECLARATION

1. We confirm that we are not involved in any Litigation/


Arbitration,
OR
We confirm that the current Litigation/ Arbitration, in
which bidder is involved will not have any impact in work
being tendered or in entering into contract during the CONFIRM
validity of offer and performing the contract till all the
contractual obligations under contract are performed.

2. We confirm that we are not on Holiday/ Suspension


/Banning List / Negative list of IOCL or its Administrative
Ministry, MoPNG or TECHNIP on due date of submission CONFIRM
of bid.
3. We confirm that we are not Banned or Delisted or Black
Listed by any Government Department / Public Sector
Undertaking on due date of submission of bid. CONFIRM

4. We confirm that we are not under liquidation, court


receivership or similar proceedings. CONFIRM
5. We confirm that the content of the Bidding Document
including schedule of rates/ prices and Corrigendum /
Addendum (if any) have not been altered or modified. CONFIRM

6. We confirm that all authenticated documents submitted


for meeting the BQC and Documents for MSEs (if any)
are certified as per the authentication requirement CONFIRM
defined in the bidding document.

SIGNATURE OF BIDDER : ____________________

NAME OF BIDDER : ____________________

COMPANY SEAL : ____________________


FORM–G

PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING

TITLE OF SUPPLY :_______________________________

BIDDING DOCUMENT / RFQ NO. :_______________________________


In the case of a Proprietary Concern:

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 last three years, been placed on any blacklist or holiday list declared by
Indian Oil Corporation Limited 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 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 given particulars of blacklisting or holiday listing, and /or inquiry and in absence thereof state
“NIL”)

I hereby further declare that none of the contracts, supplies, jobs, works or services with respect to
which I or my proprietary concern or any partnership firm in which I am a partner claims qualification
under the accompanying bid/tender has at any time been the subject of any contract, supply, job, work
or service for or in relation to which an order of black-listing or holiday listing has at any time been
made.
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
on any blacklist or holiday list declared by Indian Oil Corporation Limited 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 is there 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 any corrupt or fraudulent practice(s) against us or any partner or
any other concern or firm of which he is proprietor or partner, except as indicated below:
(Here given particulars of blacklisting or holiday listing, and /or inquiry and in absence thereof state
“NIL”)

We hereby further declare that none of the contracts, supplies, jobs, works or services on the basis of
which our aforesaid firm submitting the accompanying bid claims qualification under the accompanying
bid/tender has been the subject of any contract, supply, job, work or service for or in relation to which
an order of black-listing or holiday listing has at any time been made.
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 blacklist declared by Indian Oil Corporation Limited 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 Limited or by any
Department of any Government (State, Provincial, Federal or Central) or by 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 given particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state “NIL”)

We hereby further declare that none of the contracts, supplies, jobs, works or services on the basis of
which we claim qualification under the accompanying bid/tender has been the subject of any contract,
supply, job, work or service for or in relation to which an order of black-listing or holiday listing has at
any time been made.

It is understood that if this declaration is found to be false in any particular, Indian Oil Corporations 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 Limited.

Place: Signature of Bidder:

Date: Name of Signatory:

Note:
(i) The bidder shall indicate/disclose also the job/work/contract with respect to which the bidder
has been blacklisted/ placed on the holiday list, and the reasons for such blacklisting/holiday
listing as disclosed in the show-cause notice.
(ii) Except as indicated in the Instructions to Bidders, the above declaration is for information
purpose only.
FORM–H

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

Name of Work:

Bidding Doc. No.:

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: Signature of Bidder:


Date: Name of Signatory
FORM-I

FORMAT FOR BIDDERS’ QUERIES

WORK DETAILS : _____________

BIDDING DOCUMENT : _____________

NAME OF BIDDER : _____________

REFERENCE OF ENQUIRY DOCUMENT

SL. Part/Volume/ OWNER/PMC


PAGE BIDDER'S QUERY
NO. Section/ CLAUSE NO. SUBJECT REPLY
NO.
Document

NOTE:
1. The Pre-Bid Queries may be sent by e-mail to concern persons, the details of which is provided in
BDS.
2. Also send the editable native file (in excel format) through email.

SIGNATURE OF BIDDER: _________________________ WITH SEAL/STAMP


FORM-J

COMMERCIAL QUESTIONNAIRE (CQ)

Bidder’s reply/ confirmation as furnished in the Commercial Questionnaire (CQ) shall supersede the
stipulations mentioned elsewhere in their bid.

SL. BIDDER'S REPLY/


TECHNIP’S QUERY
NO. CONFIRMATION
1.0 Confirm that your Bid is valid for 6 (Six) Months from the last date of
submission of Bid / Revised offer (if applicable as permitted by the Owner.

2.0 Confirm that Earnest Money Deposit (EMD) as per bid stipulations have
been furnished along with bid.
3.0 Confirm that the following documents are submitted with Part-I : (Part I – as
per our Master Index)
a) All documents as per CHECKLIST.
b) Master Index as enclosed with Bidding Document is submitted in unpriced
part duly signed and stamped on each page.
c) Copy of Addendum/ Amendments as a token of acceptance (Applicable, if
issued).
4.0 Confirm that price has been submitted in the e-tender portal as per the
manner stated in the ITB.
5.0 Schedule of Rates / Price
a) Price must be filled in the BOQ uploaded in the e-tender portal in excel.
Please note that the format is not to be edited / altered by the bidder.
b) Confirm that rate/ price has been quoted for all items of SOR.
c) Confirm that deviation/ terms & conditions are not mentioned in the price
part. In case any terms and condition is mentioned in the price part, the
same shall be treated as null and void.
6.0 Confirm that you have studied complete Bidding Document including
Technical and Commercial part and your Bid is in accordance with the
requirements of the Bidding Document.
7.0 Confirm your compliance to total Scope of Work mentioned in the Bidding
Document.
8.0 Confirm your acceptance for `Scope of Supply' mentioned in the Bidding
Document and confirm that all materials shall be supplied as per Standards
and Specification.
9.0 Confirm your acceptance for Time Schedule as mentioned in Bidding
Document.
SL. BIDDER'S REPLY/
TECHNIP’S QUERY
NO. CONFIRMATION
10.0 Confirm that in your quoted price taxes & duties have been considered in
accordance with the provision of General Conditions of Contract (GCC) and
Special Conditions of Contract (SCC).

11.0 Confirm that your quoted price includes all types of insurance as per the
provisions of GCC and SCC.
12.0 Confirm that all costs resulting from safe execution of Work, such as safety
practices, use of protective clothing, safety glasses and helmet, safety
precaution taken during monsoon, or any other safety measures to be
undertaken by the Contractor for execution of work are included in the
quoted rates/ price.

13.0 Confirm that you have your own QA/ QC programme for executing this work.
In case of award of work, you will submit all QA/QC documents as per
ITB/Bidding documents.
14.0 Confirm that you have uploaded the Bid on e-tender portal as per the
instructions given in ITB.
15.0 Confirm that None of the Directors of BIDDER is a relative of any Director of
Owner or the BIDDER is a firm in which any Director of Owner or his relative
is a Partner or the BIDDER is a private company in which none of director
of Owner is a member or Director.

16.0 Bidder to confirm whether they require the interest bearing Mobilisation
Advance as per Special Conditions of Contract. YES

In case the bidder does not indicate the requirement of Mobilisation, it shall NO
be presumed that the bidder does not require the Mobilisation Advance and
their offer shall be evaluated accordingly. (Tick, as applicable)

SIGNATURE OF BIDDER: ____________________

NAME OF BIDDER: ____________________

COMPANY SEAL: _________________


FORM K-1
EXPERIENCE DETAILS OF BIDDER UNDER SINGLE RESPONSIBILITY
Bidder shall furnish their experience details with reference to the Work, which pre-qualify them in line with
Experience Criteria mentioned in Invitation for Pre-qualification.
(MARK ✓ FOR APPLICABILITY IN BOX)
SL. DESCRIPTION DETAILS Bidder confirmation
NO.
1 Name of project, location
2 Plant Description
3 Basis of execution of above EPC
EPC/EPCC/LSTK project EPCC
On LSTK basis
Any other basis (Give details)
3.a Awarded Contract Value in INR/USD
3.b Executed Contract Value in INR/USD
4 Name of Owner/End User, Postal
Address, Phone/Fax No./e-mail
5 Name of Consultant, Postal Address,
Phone/ Fax No./e-mail
6.0 Plant Details
6.1 (a) Capacity of plant (a) Capacity: -------- TPD

7 For all the years since its


commissioning:
(a) Year wise plan & emergency
shutdown
(b) Year wise capacity utilization
8 Supply of Feedstock /Utilities by owner Yes / No
9 Present Operation (Bidder has to
confirm that the plant has been in
satisfactory operation for a continuous
minimum period of one (1) year after
commissioning
10 Key Milestone Dates / Completion Date/month/year of award
status /commencement of Project
SL. DESCRIPTION DETAILS Bidder confirmation
NO.
Date/month/year of scheduled
Mechanical Completion of the
Project
Date/month/year of actual
Mechanical Completion of the
Project
Date/month/year of scheduled
commissioning of the Project
Date/month/year of actual
commissioning of Project
Date/month/year of
Performance Guarantee Test
Runs
Handing over of plant to Owner
Period of operation
Whether completion certificate
enclosed
11 Scope of work executed by your Overall Project Management
organization Plant Design and Detailed
Engineering
Financing
Procurement and Supply
QA/QC
Construction
HSE & Construction
Management
Precommissioning
Commissioning
/Commissioning Assistance
Performance Guarantees Test
Responsibility for statutory
obligations
12 Health and Safety Records • Frequency Rate
• Severity Rate
SL. DESCRIPTION DETAILS Bidder confirmation
NO.
Grass Root Refinery
Grass Root Petrochemical Plant
13 Type of Project: Whether this work is for Existing Refinery

Existing Petrochemical Plant


Gas Processing Plant-Onshore
Any other (Please Specify) as
mentioned in BQC of NIT
14 Basis of Execution of Work Individual
Copies of work order and
completion certificate identifying
15 Whether document submitted in support the scope of responsibility and
successful commissioning and
satisfactory operation for at least
one year after commissioning
Whether above documents are
authenticated
16 Details of sub-contractor along with
scope of work, if any
Whether following documents enclosed
17 Details of EPC/EPCC/LSTK work
experience in India

Notes:
1. Bidder shall furnish the experience details as above of Projects which the bidder considers suitable for
their pre-qualification. OWNER/PMC reserve the right not to evaluate any other Project/details
2. Bidder to note that BQC form shall be filled as per the proformas as stated along with the copies of
work order and completion certificates.
3. Bidder to note that non-submission of relevant supporting documents may lead to rejection of their PQ
bid. It is to be ensured that all relevant supporting documents shall be submitted along with the PQ bid
in the first instance itself. Pre-qualification may be completed based on the details so furnished without
seeking any subsequent additional information.
FORM_K-2 FINANCIAL DETAILS
A. AUDITED ANNUAL TURNOVER REPORTS FOR LAST 3 YEARS
A.1
COMPANY ANNUAL PROFIT NET PROFIT – NET WORTH * Exchange
TURNOVER INR or US $ AFTER TAX, (US$/INR) rate
(US$/INR) INTEREST & considered (if
DEPRECIATION any currency
(US$/INR) other than
US$)
Year 1
Year 2
Year 3

B. ENCLOSE AUDITED ANNUAL AND PUBLISHED FINANCIAL STATEMENTS (INCLUDING


AUDITOR’S REPORT, BALANCE SHEET, PROFIT & LOSS ACCOUNT STATEMENT AND ALL OTHER
SCHEDULES) FOR THE PRECEDING THREE FINANCIAL YEARS
(*) NET WORTH – For Net worth calculations,
Net worth Calculation:
Net worth means paid up share capital, Share Application Money pending allotment* and reserves
# less accumulated losses and deferred expenditure to the extent not written off.
# Reserves to be considered for the purpose of net worth shall be all reserves created out
of the profits and securities premium account but shall not include reserves created out of
revaluation of assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to
be allotted.
Accordingly, the definition of net worth shall be as follows:
Paid up share capital
Add: Share Application Money pending allotment
Add: Reserves (As defined Above)
Less: Accumulated Losses
Less: Deferred Revenue Expenditure to the extent not written off
Net worth

# Profit after Tax (PAT) + depreciation + other expenses which do not result in cash outflow can be
treated as cash accruals
FORM-L
BANK MANDATE FORM
(For Indian Bidder)

1. Bidder Name :
2. Bidder Code :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code:
d. 9-Digit MICR code Number of the Bank & Branch
(As appearing in the MICR Cheque issued by
the bank) (Please do not give multicity cheque book
code Number)
e. Type of account (Saving Bank, Current or Cash Credit):
f. Account Number :
g. RGTS/IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :

I/we declare that the particulars given above are correct and complete and I/we accord our consent for
receiving all our payments through Electronic Mechanism.

(Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder


Place:
Date:
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.

Place :
Date :
(Signature of the Authorised Official of the Bank)

Bank’s Stamp
NOTE: To be submitted along with Copy cancelled cheque
FORM –M
CHECK LIST

Bidder is requested to fill this checklist and ensure that all details/ documents have been furnished as called
for in the Bidding Documents along with duly filled in, signed & stamped checklist with each copy of the
"Unpriced bid (Part–I)”.

Please tick the box and ensure compliance:

(1) Form of Bid as per FORM-A


Submitted

(2) Power of Attorney in favour of the person who has signed the bid.
Submitted

(3) Information about Bidder as per Attachment-I to FORM-A & Form B


Submitted

(4) EMD
Submitted

(5) Declaration by the bidder as per FORM-C.


Submitted.

(6) Letter of Waiver as per FORM-D.


Submitted.

(7) Compliance to Bid Requirement as per FORM-E.


Submitted.

(8) Reply to commercial questionnaire as per FORM-J with


Bidder's reply/ confirmation for each Sl. Nos.
Submitted

(9) Details of PF & ESI Registration as per FORM-B


Submitted
(10) All SP Forms (Un-priced) of Price Part by hiding the prices by mentioning
“Quoted”, strictly as per Bidding documents format
Submitted

(11) Form SP-4 and Sp-5 indicating % break-up of Form SP-1 & SP-2
Submitted

(12) Declaration by Bidder regarding Blacklisting/ Holiday listing


Submitted

(13) Undertaking for non-engagement of child labour as per FORM-H


Submitted

(14) Bidder’s Bank Details as per FORM-L


Submitted

(15) Commercial Questionnaire as per FORM-J


Submitted

(16) Deployment Schedule of construction equipment tools & tackles


proposed for execution of work as per Bidding FORM-O.
Submitted

(17) Detailed execution philosophy as per Bidding FORM-P.


Submitted

(18) Details of proposed Organization for Home and Site Office as per
Bidding FORM-Q.
Submitted

(19) Deployment Schedule of Construction Supervisory personnel and


Construction workers, as per FORM-R.
Submitted

(20) Format for Independent ESI as per FORM-S


Submitted
(21) Project Schedule in the form of Bar Chart.
Submitted

(22) Reply to Technical questionnaire/ Technical compliance


(if enclosed in technical part)
Submitted

(23) Technical Details/ Documents specified in Technical part.


Submitted (If applicable)
P
R
(24) Purchase Preference Policies O
J
Undertaking for PPLC Policy E
Self-Affidavit for Domestically Manufactured Iron & Streel Products C
T
Domestically Manufactured Electronic Products
M
A
CONFIRM THE FOLLOWING N
A
G
(1) All pages of the bid have been page numbered in sequential manner. E
M
YES
E
N
(2) Master Index and Copy of Addendum/ Amendment, if any, has been T
,
submitted along with offer, duly signed and stamped on each page. R
YES E
S
I
(3) The bid has been submitted in line with requirements as specified in D
Instructions to Bidders U
A
YES
L
P
R
O
C
SIGNATURE OF BIDDER : E
S
S
NAME OF BIDDER : D
E
S
COMPANY SEAL : I
G
N
,
D
E
T
A
I
L
FORM_N- PAST EXPERIENCE COMPLETED DURING LAST TEN YEARS

SL. FULL POSTAL DESCRIPTION CONTRACT START SCHEDULED ACTUAL ACTUAL REMARKS
NO. ADDRESS OF CLIENT & VALUE DATE COMPLETION COMPLETION COMPLETED
NAME OF OFFICER-IN- OF WORK DATE DATE VALUE
CHARGE (US $)
FORM-O
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

SL. DESCRIPTION DEPLOYMENT SCHEDULE

CAPACITY
NO.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 .. .. .. 32
TOTAL

1 CRANES

1.1 Above 1000 MT

1.2 1000 MT

1.3 500 MT

1.4 300 MT

1.5 150 MT

1.6 75 MT

1.7 50 MT

1.8 20 MT

1.9 15 MT

1.10 10 MT

1.11 5 MT

2 DIESEL
GENERATORS
2.1 500 KVA

2.2 300 KVA/250KV

2.3 150 KVA/125KV


FORM-O

SL. DESCRIPTION DEPLOYMENT SCHEDULE

CAPACITY
NO.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 .. .. .. 32
TOTAL

3 COMPRESSORS
3.1 600 CFT
3.2 350 CFT
4 WELDING M/CS

4.1 DIESELWELDING
M/C

4.2 DIESEL
GENERATOR
4.3 WELDING TRANS
FORMERS/REC-
TIFIERS
4.4 TIG WELDING
M/CS
5 GRIT BLASTING
M/CS
6 SPRAY PAINTING
M/CS
7 STRESS
RELIEVING M/CS
8 RADIOGRAPHY
M/CS
9 TEST PUMP

10 WATER PUMP
FORM-O

SL. DESCRIPTION DEPLOYMENT SCHEDULE

CAPACITY
NO.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 .. .. .. 32
TOTAL

11 TRANSPORTAION
EQPT
11.1 TRACTOR -TRAILOR

11.2 TRUCKS

11.3 BUS

12 JACKS

12.1 MECHANICAL

12.2 HYDRAULIC

13 CIVIL

13.1 EXCAVATORS

13.2 DUMPERS

13.3 BATCHING PLANT

13.4 CONCRETE PUMP


CAR

13.5 TRANSIT MIXER

13.6 MIXER

13.7 VIBRATORS

13.8 COMPACTORS
FORM-O

SL. DESCRIPTION DEPLOYMENT SCHEDULE

CAPACITY
NO.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 .. .. .. 32
TOTAL

13.9 THEODOLITES
14.0 OTHERS

14.1 INSULATION
TESTING
EQUIPMENT
14.2 SECONDARY
INJECTION
TESTING KIT

14.3 METERS, TOOLS &


TACKLES ETC.

14.4 CALIBRATION
EQUIPMENT
14.5 OTHER TOOLS &
TACKLES

14.6 MULTI METERS


CALIBRATORS
ETC.

_______________________________
(STAMP & SIGNATURE OF BIDDER)

Note: Deployment schedule shall be as per Time for completion as defined in Appendix II to SCC/amendment if
any. Bidder agrees to augment the above list with additional numbers/category/type/capacity, if required as per
contract or/and as directed by OWNER/PMC to complete the work within the completion schedule and contract
price.
FORM-P

SUBJECT: METHODOLOGY OF EXECUTION

In this Proposal FORM, Bidder shall detail out Methodology of Execution of work, as applicable for the
following:

In this Exhibit, Bidder shall furnish the following:

1. Methodology of execution of residual basic design and detailed engineering considering/ furnishing
▪ Availability of 3D modelling with PDMS/S3D/Equivalent software along with details such as number
of work stations, available experienced manpower etc.
▪ Availability of latest IT communication system and Engineering Documentation Management &
control & Transfer of deliverables
▪ Exposure of engineering company for above software
▪ Key personnel to be deployed by main bidder, either at Bidder's design office or design office of
Engineering sub-contractor, for review, approval and monitoring.

2. Methodology of Procurement including the methodology of inspection/expediting/transportation of


material/ equipment to back up the Construction activities and ODC route survey & transportation.

3. Methodology of Construction Execution covering.

▪ Distribution matrix of month wise major key quantities to be executed for the entire construction
duration
Sr. Item description
Unit Total qty Month wise quantities
No
1 Piles Nos
2 RCC M3
3 Structural fabrication MT
4 Structural erection MT
5 Piping welding (Shop) ID
6 Piping welding (Field) ID
7 Electrical cable laying Mtr
8 Instrumentation cable Mtr
laying
▪ Mobilization of heavy duty crane for installation of heavy lifts mentioned under (4) below.
▪ Labour productivity/day considered
- Welder (Shop Inch dia)
- Welder (Field Inch dia)
- Carpenter (Sqm)
- Bar bender (Kg)
▪ Monsoon working
- % of normal efficiency
- Period of such efficiency in a year
▪ Extent of mechanization of construction processes/equipment
- Excavation
- Concrete works
- Modular structure/extent of modularization
- Auto welding
▪ Philosophy of fabrication of Pipe Spools, Structural Steel, Site Fabricated Tank components etc.
(Example – Pipe fabrication at site or at different shop located outside, Supply of prefabricated
structural steel from shop outside site location etc.,).
▪ All other details mentioned in the document titled “Project Execution Plan” enclosed with the
Technical portion of the Bidding Document.

4. Details of Heavy Lifts involved in the project and its execution methodology

(STAMP & SIGNATURE OF BIDDER)

DATE
FORM-Q

DETAILS OF PROPOSED ORGANISATION

The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be
deployed for execution of work. Bidder shall also furnish the bio-data of Site-in-Charge and key
personnel to be deployed meeting the minimum criteria specified in the SCC.

Bidder understand that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number and/or
categories, if required if directed by Engineer-in-Charge in order to compete the work within the
completion schedule and quoted lumpsum price.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________


FORM-R

A. DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

SL. DESCRITPION DEPLOYMENT SCHEDULE


NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
1 PROJECT MANAGEMENT
1.1 PROJECT MANAGER
1.2 PLANNING MANAGER
1.3 PLANNING ENGINEERS
2 RESIDUAL DESIGN AND
DETAILED ENGINEERING
2.1 PROJECT ENGINEERING
MANAGER
2.2 ENGINEERING
COORDINATOR
2.3 ENGG. PERSONNEL FOR
VARIOUS DISCIPLINE
2.3.1 CIVIL STRUCTURAL
(i) ENGINEERS
2.3.2 PRESSURE VESSELS
2.3.3 MECHANICAL EQPT/
ROTARY EQPT.
2.3.4 PIPING
(i) ENGINEERS
2.3.5 ELECTRICAL
(i) ENGINEERS
FORM-R

SL. DESCRITPION DEPLOYMENT SCHEDULE


NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
2.3.6 INSTRUMENTATION
(i) ENGINEERS
2.3.7 MISCELLANE-OUS
3 PROCUREMENT
3.1 PURCHASE
3.1.1 PURCHASE MANAGER
3.1.2 PURCHASE
COORDINATOR
3.1.3 PURCHASE OFFICER
3.2 INSPECTION
3.2.1 INSPECTION MANAGER
3.2.2 INSPECTORS
3.3 EXPEDITING
3.3.1 EXPEDITING
COORDINATOR
3.3.2 EXPEDITORS
3.4 CUSTOM CLEARANCE,
IMPORT LICENCE, TRANS-
PORTATION PERSONNEL
4 SITE CONSTRUCTION
4.1 RCM
4.2 CONSTN. MGR.
4.3 CIVIL STRUCTURAL
4.3.1 LEAD ENGINEER
4.3.2 SITE ENGINEER
FORM-R

SL. DESCRITPION DEPLOYMENT SCHEDULE


NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
4.3.3 SUPERVISORS
4.4 MECHANICAL WORKS
4.4.1 LEAD ENGINEER
4.4.2 SITE ENGINEER
4.4.3 SUPERVISORS
4.5 PIPING WORK
4.5.1 LEAD ENGINEER
4.5.2 SITE ENGINEER
4.5.3 SUPERVISORS

4.6 ELECTRICAL WORK


4.6.1 LEAD ENGINEER
4.6.2 SITE ENGINEER
4.6.3 SUPERVISORS

4.7 INSTRUMENTATION
4.7.1 WORKENGINEER
LEAD
4.7.2 SITE ENGINEER
4.7.3 SUPERVISORS
4.8 QUALITY ASSURANCE/
QUALITY CONTROL
4.8.1 QC/QA MANAGER
4.8.2 INSPECTOR (CIVIL)
4.8.3 INSPECTOR (PIPING)
4.8.4 INSPECTOR (MECH
EQPT)
FORM-R

SL. DESCRITPION DEPLOYMENT SCHEDULE


NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
4.9 HSE
4.9.1 HSE MANAGER
4.9.2 HSE ENGINEER
4.10 SITE ENGINEERING WORKS
4.10.1 FIELD ENGG. MANAGER
4.10.2 FIELD ENGG. ENGINEERS
4.10.3 FIELD ENGG. SUPERVISORS
4.11 COMPUTER ENGINEER
4.12 ADMIN. MANAGER
4.13 MISCELLANEOUS
4.14 WAREHOUSE PERSONNEL
4.15 MATERIAL MANAGER
4.16 COMMISSIONING
i) COMMISSIONING
COORDINATOR
ii) COMM ENGINEER (SHIFT-
IN-CHARGE)
iii) CONTROL ROOM
COORDINATOR
iv) FIELD SUPERVISOR
v) TECHNICIAN
4.17 OTHERS

(STAMP & SIGNATURE OF BIDDER)


Note:
1. Deployment schedule shall be as per Time period for completion as defined in Appendix II to SCC/subsequent amendment
if any.
2. Bidder/Contractor agrees to augment the above list with additional numbers/category/type/qualification/specialization,
etc., required as per contract or/and as directed by OWNER/PMC to complete the work within the completion schedule
and contract price.
FORM-R

B. DEPLOYMENT SCHEDULE OF CONSTRUCTION WORKERS

SL. DESCRITPION DEPLOYMENT SCHEDULE


NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
1. Bar Binder
2. Carpenter
3. Mason
4. Plumber
5. Unskilled Workers
6. Structural Fitter
7. Pipe Fitter
8. Fabricator
9. Mill Wright Fitter
10. ARC Welder
11. TIG Welder
12. Tack Welder
13. Rigger
14. Grinder
15. Gas cutter
16. Scaffolder
17. Helper
18. DG Operator
19. Compressor Operator
SL. DESCRITPION DEPLOYMENT SCHEDULE
NO. TOTAL MAN-
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 .. .. .. 32 MONTHS
20. Sort Blaster
21. Painter
22. Electrician
23. Electrical Technician
24. Instrument Technician
25. Insulation Fitter
26. Insulation Lagger
27. Insulation Cladder

(STAMP & SIGNATURE OF BIDDER)


Note:

1. Deployment schedule shall be as per Time period for completion as defined in Appendix II to SCC/subsequent amendment
if any.
2. Bidder/Contractor agrees to augment the above list with additional numbers/category/type/qualification/specialization,
etc., required as per contract or/and as directed by OWNER/PMC to complete the work within the completion schedule
and contract price.
FORM-S

FORMAT FOR INDEPENDENT ESI

Strike out Not Applicable Clause/ section and furnish relevant document.

(a) If Available:

If independent ESI code is available, please indicate code __________ and annex the copy of the
same.

(b) If independent ESI code is presently not available:

Party will be governed by the following:

“In case job is awarded, party will acquire independent ESI code within 15 days of the date of issue
of Work order. The gate pass for labour shall be issued only after furnishing the independent ESI
code to Engineer-in-Charge (EIC). In case party fails to acquire the independent ESI code, EIC
reserves the right to cancel the work order, forfeit the EMD and initiate suitable penal action as
deemed fit by IOCL.”

(c) In case of exemption claim:

In case bidder claims exemption from obtaining independent ESI code, bidder must submit
documentary evidence towards the same along with the bid. IOCL will examine the submitted
documents during tendering and convey the decision to the party. If the exemption claim is accepted
by IOCL, the party will have to furnish an indemnity bond indemnifying IOCL against any eventuality
regarding ESI becoming applicable to the party during the tenure of the contract. In case the
exemption claim of party is not acceptable to IOCL the same will be conveyed to the party and party
will be governed by above clause (b). In response to IOCL communication conveying non-
acceptance of party’s exemption claim, party will submit acceptance to above clause (b).

In case, party does not agree to any of the above clauses (a), (b) or (c), the offer of party shall
be liable for rejection.

Signature & Stamp of Bidder


TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY
EXPANSION FROM 13.7 TO 18 MMTPA (J-18) PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT,
INDIA

FORM-T

TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK

Information required to be submitted along with bid.

Based on the defined scope of work as detailed out in various sections of this tender
documents, bidders shall require to furnish technical information on equipment, bulk
material and site work for the defined package using these formats along with the
unpriced Bids. The information sought in this section is purely meant for reviewing the
understanding of the CONTRACTOR assessment with respect to defined scope of works
at the time of bidding stage. However, the quantum of work as indicated shall in no way
be considered from be a contractual obligation. In any case, it shall be the exclusive
responsibility of the CONTRACTOR to ensure that all the equipment, material, hardware
etc., as required for completion and successful commissioning of the plant is included in
their scope and shall be supplied by the CONTRACTOR without any time and cost
implication.

THE INFORMATION SHALL BE TREATED AS STRICTLY CONFIDENTIAL.

FORMATS ATTACHED WITH THIS DOCUMENT.

Table No. Description Bidder’s Confirmation

1. HVAC System
2. PIPING
3. ELECTRICAL WORK
4. INSTRUMENT WORK
5. CIVIL WORK
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

TABLE NO.1: HVAC SYSTEM

RATED POWER FOR


EQUIPMENT/ TOTAL CAPACITY
S. COMPLETE HVAC
MACHINE (As INSTALLED OF EACH REMARKS
No SYSTEM (Without
Applicable) CAPACITY MACHINE
standby) (kW)
Packaged AC for
LuPech Power
Distribution Facility
Substation

NOTES:

1. The information being sought in this section is specifically for the purpose of assessing quantum of work and not from any
contractual angle. Data being indicated here should be true to the best of information available / worked out by bidder.
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

TABLE NO.2: PIPING

Sl. No. Description Total Length (m) Total Weight (kg) No. of Valves Strainers Steam Traps Remarks
AG UG Pipes Fittings Flanges Hand/Gear MOV
A CS Piping (Non IBR)
1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
4 14" and above

B AS Piping (Non IBR)


1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
4 14" and above

C SS Piping
1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
4 14" and above

D CS Piping (IBR)
1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
4 14" and above

E AS Piping (IBR)
1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

Sl. No. Description Total Length (m) Total Weight (kg) No. of Valves Strainers Steam Traps Remarks
AG UG Pipes Fittings Flanges Hand/Gear MOV
4 14" and above
F Tracing
1 UP TO 1.5”
2 2" TO 8"
3 10" TO 12"
4 14" and above

G Special Items

NOTES:

1. The information being sought in this section is specifically for the purpose of assessing quantum of work and not from any
contractual angle. Data being indicated here should be true to the best of information available / worked out by bidder.
2. Complete information should be furnished against each item.
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

TABLE NO.3: ELECTRICAL WORK

Sl. No. Work Description Type Specification Unit Qty. Any Other Remarks
required info
Required Information
1. 33 kV GIS Fixed type Rating, quantity, type and make No
2. Auxiliary Distribution Fixed Type Rating, quantity, type and make No
Boards e.g., LVDBs,
MLDB, EMLDB, ASBs
3. 220kV/33 kV Power Oil filled outdoor type Rating, quantity, type and make No
Transformers
4. UPS and associated 1) 110V AC UPS for Type, rating, size, make and No
batteries and DB for Instrumentation quantity
instrumentation and
electrical
5. Battery and battery 1) 110V Battery charger Type, rating, size, make and No
charger for Electrical quantity
2) 110V Battery charger
for Critical lighting
6. EHV Cables XLPE Type, rating, size, make and Mtrs.
7. HV and MV Power XLPE, FRLS quantity Rating,
Type, rating, quantity,
size, make type
and Mtrs. Bidder shall
Cables and make
quantity provide breakup as
per cable size
8. MV control cables XLPE, FRLS Type, rating, size, make and Mtrs -do-
including lighting cables quantity
9. Industrial and LED Type, rating, make and quantity Nos. Bidder to provide
Flameproof Lighting breakup as
fittings including industrial and
receptacles flameproof
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

Sl. No. Work Description Type Specification Unit Qty. Any Other Remarks
required info
Required Information
10. Bulk material Rating, quantity, type and make

a. Cable trays
b. Earthing and lightning
protection material
c. Lighting and small power
panels
d. Lighting poles including
high mast lighting
e. Cable termination kits Bidder to provide
breakup as per
cable size
f. Cable glands

NOTES:

1. The information being sought in this section is specifically for the purpose of assessing quantum of work and not from any
contractual angle. Data being indicated here should be true to the best of information available / worked out by bidder.
2. Bidder to list any additional item considered / required to complete the tender as per attached specifications, scope of work and
good engineering practice.
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

TABLE NO.4: INSTRUMENTATION WORK

Sl. No. Item Description Type Specification Unit Qty. Any Other Remarks
required info
Required Information
A. INSTRUMENTS
1. Gas Detection Gas Detectors/Transmitters, Different types No
Hooters, Beacons, Sounders
etc.

2. Fire Detection Fire detector, Smoke detector, Different types No


HSSD, Thermal detector,
MCP, Hooter & Beacons,
Linear Heat Sensing cable
etc.,
B. CONTROL SYSTEMS

1. Gas Detection Systems No. of I/O counts No

C. CABLES Signal/Control Length and Specifications

1. Instrument Power & Signal Length and Specifications mtrs


cables
D. ERECTION MATERIALS
1. Junction Boxes Size & Specifications No
2. Cable Glands Size & Specifications No
3. MCT Size & Specifications No
4. Cable Trays/Ducts Size & Specifications mtrs
5. Structural Steel Type & MOM No
E. EARTHING SYSTEM
1. Conductors/Cables Size & Specifications mtrs
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

NOTES:
1. The information being sought in this section is specifically for the purpose of assessing quantum of work and not from any
contractual angle. Data being indicated here should be true to the best of information available / worked out by bidder.
2. The information shall cover all instruments, cables, erection material etc.
TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

TABLE NO.5: CIVIL

Sl. Work Description Type Detail Unit Remarks/Any Other Info


No.
1. Earth Filling CUM

2. Sand Filling CUM

3. Stone Columns (if any) Dia Length No.


RM
4. Piling Dia Length No.
RM
5. Reinforcement Fe-500D (TOR) Steel – TMT MT
HYSD Bars
6. CONCRETING
6.1 Filling/Mass/Plum concrete (M10) CUM

6.2 Levelling concrete (M15) CUM

6.3 Reinforced Concrete (M20) CUM

6.4 Reinforced Concrete (M25) CUM

6.5 Reinforced Concrete (M30) CUM

7. Structural steel including Pipe racks & MT


Platforms
8. Chequred Plate SQM

9. Grating SQM

10. Fire Proofing SQM

11. Roads Width Length M


TECHNICAL INFORMATION REQUIRED FOR ASSESSING QUANTUM OF WORK – FORM T

PROJECT: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR GUJARAT REFINERY CAPACITY EXPANSION FROM 13.7 TO 18 MMTPA (J-18)
PROJECT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

Sl. Work Description Type Detail Unit Remarks/Any Other Info


No.
12. Area of Pavement SQM

13. Gravel Filling CUM


14. Drains Width Length M
15. Compound wall M
16. Fencing M

17. BUILDING AREAS LXW Specify the Height of


Building
17.1 Substation SQM

17.2 Any other building SQM

18. Brick Masonry Work CUM

19. Acid/Alkali proof surface lining/coating SQM

NOTES:

1. The information being sought in this section is specifically for the purpose of assessing quantum of work and not from any
contractual angle. Data being indicated here should be true to the best of information available / worked out by bidder.
FORM – V
EXCEPTIONS AND DEVIATIONS

TENDER DOCUMENT REFERENCE

S.
PART N O . /
NO. PAGE NO. CLAUSE NO. SUBJECT EXCEPTIONS / DEVIATION
VOLUME

NOTE: 1. If unavoidable, Bidder may stipulate deviations to the requirements of the Tender document only in this format.

2. Bidder shall furnish Technical and commercial deviations, if any, separately.

3. Any deviations stated elsewhere in the bid shall not be taken into account and may render the bid non-responsive a n d liable to be
rejected.

SIGN AND STAMP OF THE BIDDER


FORM- W

NAME OF WORK :

TENDER No. :

UNIQ E-TENDER ID :

Declaration regarding Acceptance Of Tender Document

I/ we confirm that we have quoted the rates in the tender considering Inter-alia the following
documents, as applicable for the subject tender:

1. Price bid(BoQ) sheets


2. Techno-Commercial Bid Document
3. General Conditions of Contract (GCC), Other Conditions of Contract,
4. PPE Guidelines
5. Addendum / Corrigendum (if any)
6. All other attachments, drawings, specifications etc. which are part of the tender
document.

I/we hereby certify that we have fully read and thoroughly understood the tender requirements and
accept all terms and conditions of the tender including all documents mentioned above and all
corrigendum/addendum issued. Our offer is in confirmation to all the terms and conditions of
the tender including all corrigendum/addendum and minutes of the pre-bid meeting, if any except
the deviations stated in format of “Deviations / Exceptions”. In the event of award of contract to us, the
complete tender document along with addendum /corrigendum, if any as uploaded by Indian Oil
Corporation Limited at e-tender portal [https://iocletenders.nic.in] under the subject referring to the
above-mentioned tender number shall be considered for constitution of Contract Agreement.

I/ we declare that none of the electronic documents have been tampered with. In case of
tampering of electronic documents, the bid shall be rejected outright and EMD forfeited without prejudice
to any other rights or remedies available to IOCL.

I / we further undertake and confirm that all the documents submitted by us along with the bid are true
and genuine to the best of our knowledge and belief. In case at any time, any document /
information furnished by us are found to be forged / false / fabricated / misleading, we shall be solely
liable for any legal consequences, penal actions including holiday listing by IOCL.

(STAMP & SIGNATURE OF TENDERER)

Name :……………..………………………
Designation :………………….………………….
Company Name :…………………………………...
Contact Number :……………….………………….
Email ID : …………………….………………
3(752&+(0,&$/$1'/8%(
,17(*5$7,21352-(&7
³/X3HFK´ -
,2&/*8-$5$75(),1(5<

GENERAL CONDITIONS OF CONTRACT (GCC)


Bidding Document Reference : &7-/67.
PACKAGE-4

SECTION 8

GENERAL CONDITIONS OF CONTRACT


(GCC)
INDIAN OIL CORPORATION LIMITED

GENERAL CONDITIONS
OF
LUMPSUM TURNKEY (LSTK) CONTRACT

(Amended in April - 2017)


GENERAL CONDITIONS OF LSTK CONTRACT

CONTENTS
SECTION – 1 DEFINITIONS 1

SECTION – 2 GENERAL 8

2.0.0.0 Interpretation of Contract Documents


2.1.0.0 Security Deposit
2.2.0.0 Plans, Drawings and Approvals furnished by Owner
2.3.0.0 Plans, Designs, Drawings and Specifications to be furnished by
Contractor
2.4.0.0 Alterations in Designs, Plans, Drawings, Specifications Orders
and Instructions
2.5.0.0 Alteration in the Scope of Work or Supply
2.6.0.0 Change Orders
2.7.0.0 Cancellation of Contract
2.8.0.0 Suspension of Work and Supplies
2.10.0.0 Work Front

SECTION – 3 MATERIALS, LABOUR, EQUIPMENT AND FACILITIES 25

3.0.0.0 Contractor’s Responsibility


3.0.2.0 Materials
3.0.2.0 General Provision with regard to Materials
3.0.2.0 Bills of Materials
3.0.5.0 Supply of Materials
3.0.6.0 Certificate of Verification and Good Condition
3.0.7.0 Materials within the Contractor’s Scope of Supply
3.0.8.0 Taxes and Duties and other Levies
3.1.0.0 Material and Equipment supplied by the Owner
3.2.0.0 Utilities and Consumables etc.
3.3.0.0 Labour, Machinery and Equipment
3.4.0.0 Land, Power, Water and other Facilities
3.5.0.0 Power Supply
3.6.0.0 Water Supply
3.7.0.0 Land
3.8.0.0 Access to Site
3.9.0.0 Shipping and other Documents
3.10.0.0 Packing and Forwarding
3.11.0.0 Equipment
3.12.0.0 Miscellaneous Imports

1
SECTION – 4 PERFORMANCE OF WORKS 46
4.0.0.0 General
4.1.0.0 The Job Sites
4.2.0.0 Compliance with Codes and Standards
4.3.0.0 Time for Completion
4.4.0.0 Price Adjustment for Slippage in Completion
4.5.0.0 Schedule of Activities
4.6.0.0 Report and Records
4.7.0.0 Quality Assurance/Quality Control Programme
4.8.0.0 Execution of the Work
4.9.0.0 Sub-Contracts
4.10.0.0 Relationship with Consortia
4.11.0.0 Misconduct
SECTION – 5 INSPECTION AND TESTING 64
5.0.0.0 Inspection and Testing of Materials
5.1.0.0 Inspection and Testing of Works
5.2.0.0 Tests, Commissioning and Possession of Works
5.3.0.0 Completion Certificate
5.4.0.0 Defect Liability Period and Latent Defects
5.5.0.0 Contractor’s Guarantees
5.6.0.0 Commissioning
5.7.0.0 Guarantee Performance Tests
5.8.0.0 Spare Parts
SECTION – 6 MEASUREMENTS, CERTIFYING INSPECTIONS AND
81
PAYMENTS
6.0.0.0 Certifying Inspections
6.1.0.0 Measurement
6.2.0.0 Final Bill
6.3.0.0 Price Schedule
6.4.0.0 Advance and On Account Payment
6.5.0.0 Mode of Payment and Tax Deductions
6.6.0.0 Claims by the Contractor
6.7.0.0 Discharge of Owner’s Liability
6.8.0.0 Final Certificate and Release of Security
6.9.0.0 Claims of Owner
SECTION – 7 TERMINATION 95

7.0.0.0 Termination

2
SECTION – 8 MISCELLANEOUS 101
8.0.0.0 Personal Acts and Liabilities
8.1.0.0 Taxes

8.2.0.0 Labour Laws and Regulations


8.3.0.0 Risk, Accident and Damage
8.4.0.0 Indemnity and Insurance
8.5.0.0 Effects of Insurance
8.6.0.0 Limitation of Liability
8.7.0.0 Training of Apprentices
8.8.0.0 Records and Inspection
8.9.0.0 Patents and Royalties
8.10.0.0 Articles of Value Found
8.11.0.0 Materials obtained from Dismantling
8.12.0.0 Liens and Liabilities
8.13.0.0 Collection of Indebtedness
8.14.0.0 Liabilities of Sub–Contractor(s)
8.15.0.0 Confidential Handling of Information
8.16.0.0 Waiver
8.17.0.0 Contractor's Establishment
8.18.0.0 Observance of Environmental Regulations and Environmental
Protection.
8.19.0.0 Registration of the Contractor with Statutory Authorities
8.20.0.0 Statutory Approvals
8.21.0.0 Rents & Royalties
8.22.0.0 Utilisation of Local Resources
8.23.0.0 Fuel Requirement of Workers
SECTION – 9 ARBITRATION 115
9.0.0.0 Arbitration
9.1.0.0 Conciliation
9.2.0.0 General
9.3.0.0 Settlement of Dispute between Public Sector Undertaking/ Public
Sector Enterprises/ Government Department

SECTION – 10 SAFETY CODE AND REGULATIONS 118

10.0.0.0 General
10.1.0.0 First Aid and Industrial Injuries
10.2.0.0 General Rules
10.3.0.0 Contractor's Barricades
10.4.0.0 Scaffolding

3
10.5.0.0 Excavation and Trenching
10.6.0.0 Demolition
10.7.0.0 Safety Equipment
10.8.0.0 Risky Places
10.9.0.0 Hoisting Equipment
10.10.0.0 Electrical Equipment
10.11.0.0 Maintenance of Safety Devices
10.12.0.0 Display of Safety Instructions
10.13.0.0 Enforcement of Safety Regulations
10.14.0.0 No Exemption
10.15.0.0 Entry Passes
10.16.0.0 Gate Passes
10.17.0.0 Work Permit
10.18.0.0 Vehicle Permit
10.19.0.0 Special Safety Regulations
10.20.0.0 Deductions from Contract Price
10.21.0.0 Special Contributions
APPENDICES 127
(i) Contractor’s Labour Regulations (Appendix-I)
(ii) Model Rules for Labour Welfare (Appendix-II)
(iii) Safety Practices during Construction (Appendix-III)
(iv) Form of Contract (Appendix-IV)
(v) Form of Bank Guarantee to Cover Earnest Money Deposit (EMD)
(Appendix-V)
(vi) Form of Bank Guarantee to Cover Lumpsum Advance
(Mobilisation) (Appendix-VI)
(vii) Form of Bank Guarantee to Cover Security Deposit
(Appendix-VII)

4
SECTION – 1
DEFINITIONS

1.0.0.0 The following expressions hereunder and elsewhere in the Contract


documents used and their grammatical variations shall unless repugnant to
the subject or context thereof, have the following meanings hereunder
respectively assigned to them, namely:
1.0.1.0 “Agreed Variations” shall mean the statement of agreed variations annexed to
the Detailed Letter of Acceptance and any document subsequently signed by
the OWNER and the CONTRACTOR as an amendment of contract.
1.0.2.0 “Approval” and its grammatical variations shall mean approved or confirmed
in writing by OWNER or Engineer-in-Charge.
1.0.3.0 “Battery Limit ” shall mean the demarcated area within which the Unit is to be
located.
1.0.4.0 “Bid/Bidding Documents” shall mean the totality of the documents comprising
the Bidding Document for the Project.
1.0.5.0 “Bills of Materials” shall mean the Bill of Materials from time to time
established by the CONTRACTOR and approved by the OWNER pursuant to
the provisions of the general conditions of contract.
1.0.6.0 “CATALYST” shall mean any catalyst or adsorbent or other like chemical(s) or
additive(s) required to be loaded to operate the UNIT.
1.0.6.0.A “Certificate of Verification and Good Condition” shall mean such certificate
referred to in Clause 3.0.6.0 hereof.
1.0.7.0 “Code-1 or Level-1 Approval” means final approval of drawings/documents
incorporating all comments of the OWNER (including OWNER’s Consultant).
1.0.8.0 “Code-2 or Level-2 Approval” means tentative approval of the drawings/
documents by the OWNER (including OWNER’s Consultant) with comments
to be incorporated by Contractor, with the intent that subject to incorporation
of and/or rectification in accordance with such comments, construction/
manufacture can proceed based on commented drawings/ documents
pending their re-submission and grant of Code-1 or Level-1 Approval.
1.0.9.0 “Code-3 or Level-3 Approval” means that on review of the drawings/
documents by the OWNER (including OWNER’s Consultant) the same have
not been found in accordance with the applicable codes, standards, design
basis and contractual stipulations and must therefore be re-submitted for
review and approval after appropriate correction and/or re-preparation.
1.0.10.0 “Commissioning” means successfully pressing into service of the plant(s),
Equipment(s), Vessel(s), Pipeline(s), Machinery(ies) and systems & sub-
systems comprised within the UNIT in accordance with the procedures as
approved in the applicable Operating Manual and as per the requirement of
Process Licensor after successful testing, pre-commissioning and trial run of
the UNIT.
1.0.10.0(A) “Commissioning Certificate” shall mean the commissioning certificate
specified in Clause 5.2.1.4 hereof.

SECTION – 1 - DEFINITIONS Page 1 of 192


1.0.11.0 “Commissioning and Performance Test Certificate” shall mean the
Commissioning and Performance Test Certificate issued under Clause
5.2.1.5 hereof.
1.0.12.0 “Completion Certificate” shall mean the Completion Certificate issued by the
Engineer-in-Charge under Clause 5.3.0.0 hereof.
1.0.13.0 “Construction materials” shall mean all materials whatsoever required for
permanent incorporation in the constructed Works, including but not limited
to, cement, iron and steel rods, plates, sheets and structurals of any or all
kinds, sand, stone, aggregate, bricks, earth and clay, nuts and bolts, screws
and nails and other fasteners of all kinds, wood and boards of all kinds,
electrical and other wires, sanitary pipes and other sanitary fittings, sewage
pipes and other sewage fittings, drainage pipes and associated fixtures and
fittings, switches, lights, fans, contactors, cut-outs, switch boards, bus bars
and control panels, bulbs and other electrical fittings whatsoever, basins,
taps, valves, stoppers, flanges, cisterns, toilets, toilet-seats and other sanitary
fittings of any kind whatsoever, water proofing compounds, chemicals, paints,
varnishes, white-washes, distempers, plaster of paris and other finishing
materials whatsoever, barricading materials of all kinds and welding and other
electrodes, lead and other alloys and compounds and consumables
whatsoever involved for and/or incorporated in the permanent Works.
1.0.14.0 The “Contract” shall mean the totality of agreement between OWNER and the
CONTRACTOR as derived from the contract documents.
1.0.15.0 The “CONTRACTOR” shall mean the bidder selected by the OWNER for the
performance of the work and supply of materials and shall include the
successors and permitted assigns of the CONTRACTOR, and if the
CONTRACTOR is joint venture or consortium, shall include each member
thereof.
1.0.16.0 “Contract Documents” shall mean the contract documents as defined in
Article -1 of the form of the contract.
1.0.17.0 “Defect Liability Period” shall mean the defect liability period as specified in
the contract.
1.0.18.0 “Delivery Schedule” shall mean the delivery schedule of the supplies as
elsewhere provided for in the contract documents and Clause 3.0.5.3 hereof
and associated provisions.
1.0.19.0 The “Engineer-in-Charge” shall mean the Engineer for the time being
nominated by the OWNER as Engineer-in-Charge for the purpose of the
contract or any portion thereof, and shall include the PMC or CONSULTANT
for the project wherever the Contract so reasonably admits.
1.0.20.0 “Equipment” shall include all scaffolding, shuttering, appliances, equipment,
machinery, instruments and other things of whatever nature required for use
in or for the execution or completion of the work or maintenance of the
work(s) or temporary works other than materials falling within the scope of
supply.
1.0.21.0 The “Executive Director” shall mean the Executive Director or Chief Executive
(by whatever name called) for or embracing the project and in the absence of
an Executive Director or Chief Executive shall include any person acting as
Executive Director or Chief Executive (by whatever name called) and in the

SECTION – 1 - DEFINITIONS Page 2 of 192


absence of an Acting Executive Director or Acting Chief Executive shall
include a General Manager or Deputy Chief Executive (by whatever name
called) under whose overall jurisdiction the work falls, and on conclusion of
the project shall mean the Executive Director, Chief Executive, General
Manager, Acting Chief Executive or Acting General Manager or Deputy Chief
Executive as the case may be for the resultant facility in which the Unit is
comprised.
1.0.22.0 “Facilities” shall mean land, transport, telephone, telex and fax
communication and other amenities and facilities whatsoever required for or
incidental to the performance of the services.
1.0.23.0 “FEED Package” shall mean all technical details such as specifications,
drawings, documents, guidelines and/or instructions which will form the basis
for CONTRACTOR to take up detailed engineering, procurement and
construction activities for the UNIT.
1.0.24.0 “Final Certificate” shall mean the Final Certificate issued by the Engineer-in-
Charge under Clause 6.8.0.0 hereof.
1.0.25.0 “Final Test Certificate” shall mean a Final Test Certificate in respect of civil
works or a Mechanical Completion Certificate in respect of civil or mechanical
works, as the case may be, issued by the Engineer-in-charge under Clause
5.2.1.2 hereof.
1.0.26.0 Foreign Currency means United States Dollar, EURO, Pound Sterling and
Japanese Yen.
1.0.27.0 The “Job Site/ Site” means any site at which the work is to be performed by
the CONTRACTOR and shall include a part or portion of the site required for
the time being to provide a work front to the CONTRACTOR.
1.0.28.0 “Letter of Acceptance” shall mean the Letter or Fax of Acceptance of bid
issued by the OWNER to the CONTRACTOR, and shall wherever the
Contract so requires include the “Detailed Letter of Acceptance” subsequently
issued by the OWNER to the CONTRACTOR.
1.0.29.0 “LICENSOR” shall mean the Process Licensor for the UNIT or of any part
thereof.
1.0.30.0 “Lumpsum Price” shall mean the aggregate of the price of materials specified
in FORM SP-1 of the Price Schedule and the price of the services specified in
FORM SP-2 of the Price Schedule and insofar as the same is expressed in
Indian Rupees and Foreign Currency for determination of a percent thereof,
shall mean the specified percentage of each, and if the percentage is to be
calculated in Indian Rupees shall mean the aggregate arrived at after
converting the Foreign Currency into Indian Rupees at the mean rate of
exchange between the two arrived at on the basis of the notified mean rate or
of the average between the buying rate and the selling rates if the mean rate
is not separately notified, as the case may be, by the State Bank of India for
the day immediately preceding the date of conversion.“
1.0.31.0 “Materials” shall mean all materials, plant, machinery, instruments,
components, assemblies, parts, spares and any other items and things
whatsoever required for permanent incorporation in the works to establish the
UNIT and/or works complete in all respect, and will include the replacement of
any defective materials and of any materials damaged, lost, or destroyed

SECTION – 1 - DEFINITIONS Page 3 of 192


during transit, storage, fabrication, erection, installation, testing, pre-
commissioning, commissioning or otherwise upto and until issue of the
Completion Certificate, and shall also include all construction materials.
1.0.32.0 “Mechanical Completion” mean the installation of all equipment and facilities
and the completion of all Works required to complete the Unit(s) in all
respects, and thereafter the completion of all activities as listed in API-700 to
be performed by the CONTRACTOR including Pre-commissioning and Start-
up activities, completion of all punch list items as provided by OWNER/PMC
and/or Process Licensor and/or Statutory bodies like OISD, CCE, TAC,
Factory Inspector, Pollution Control Authorities etc., and insulation of hot
lines/ Steam lines, but excluding for the limited purpose of enabling milestone
payment due upon commissioning of the Unit(s), insulation of other lines, final
painting, Alkali Boil Out, furnace drying, Catalyst loading and punch list items
which, in the sole opinion of the Engineer-in-Charge, do not affect
Commissioning. Copy of API-700 tick-marked in line with above is attached to
the technical documents for guidance. Notwithstanding any exclusion as
aforesaid, Mechanical Completion shall be understood not to have achieved
for any purpose other than the milestone payment due on Mechanical
Completion or for the purpose of any payment milestone(s) subsequent to
Mechanical Completion unless the excluded items are completed.
1.0.33.0 “Mobilisation” shall mean establishment of sufficient and adequate
infrastructure by the CONTRACTOR at and about the job site(s) comprising
of equipment, aids, tools, tackle including establishment of temporary works,
with facilities, utilities, man power and equipment ready to receive, transport
and store materials and to commence and execute work at site(s), in
accordance with the Progress Schedule to the satisfaction of the Engineer-in-
Charge.
1.0.34.0 “Notified Claim” shall mean a claim of the CONTRACTOR notified in
accordance with the provisions of Clause 6.6.1.0.
1.0.35.0 “Order” and “Instruction” shall respectively mean any written order or
instructions given by the OWNER or by the Engineer-in-Charge to the
CONTRACTOR within the scope of their respective powers in terms of the
contract.
1.0.36.0 “Outside Battery Limit Facilities (OSBL)” shall mean the Offsite Facilities &
Utilities (if any) which are required to be set up by the CONTRACTOR outside
the Battery Limit.
1.0.37.0 The “OWNER” shall mean Indian Oil Corporation Ltd., a Company
incorporated in India and having its registered office at G-9, Ali Yavar Jung
Marg, Bandra (East) Bombay: 400051.
1.0.38.0 “Performance Test” shall mean the test or series of tests to be carried out by
the CONTRACTOR to prove the contractual guarantees with respect to the
UNIT or any part thereof, whether with reference to its input, throughput,
output, quality, quantity or consumption or otherwise.
1.0.39.0 “Plans” and “Drawings” shall mean maps, plans, tracings and prints forming
part of the bid documents and any detail or working drawings, amendments
and/or modifications thereof approved in writing by the Engineer-in-Charge or
any agency notified by the OWNER to the CONTRACTOR for the purpose
and shall include any other drawings or plans in connection with the work or

SECTION – 1 - DEFINITIONS Page 4 of 192


any supply as may from time to time be furnished by or approved in writing by
the Engineer-in-Charge or any other agency nominated by the OWNER in this
behalf .
1.0.40.0 “Pre-commissioning” shall mean all activities required to be performed after
final tests for all plant, equipment & machinery comprised within the UNIT
which is the subject matter of the Contract to bring the equipment covered
from an inactive condition to a state ready for trial run and shall include but
not be limited to checking of systems and vessels, flushing and steam
blowing, air blowing of pipelines, system leak checking upto the specified
pressure, purging the system using inert gas, checking of electrical equipment
for proper earthing, installation of resistance, conducting operability tests on
individual equipment, vessels & systems, integration of all control systems of
the Unit with the control systems of the Refinery or other installation(s)
concerned and all other activities required to be performed in terms of the
Contract and as per API 700 under the head “Check list for plant completion ”
and division of responsibilities between the OWNER and the CONTRACTOR
after final tests and before commissioning of the UNIT. The activities to be
performed by the CONTRACTOR shall also include Loop checking during
pre-commissioning activities for completely integrated instrumentation and
control system, including package/sub-package system items and units for
which control system is being integrated by the CONTRACTOR in line with
the requirements specified elsewhere in the bid documents.
1.0.41.0 “Price Schedule” or “Schedule of Rates” shall mean the Price Schedule
annexed to the Detailed Letter of Acceptance.
1.0.42.0 “Price of Materials” shall mean the price for materials excluding the taxes
indicated in FORM SP-1 of the Price Schedule or in the Bidding Formats.
1.0.43.0 “Price of Services” shall mean the price of services excluding the taxes
indicated in FORM SP-2 of the Price Schedule or in the Bidding Formats.
1.0.44.0 “Progress Schedule” shall mean the Progress Schedule for the work as
defined in Clauses 4.3.4.0 hereof and shall, in the event of more than one
progress schedule being prepared, include each of such progress schedules.
1.0.45.0 The “Project” shall mean the project embracing the works and/or unit(s)
forming the subject matter of the Bid and resultant Contract.
1.0.46.0 “PROJECT MANAGEMENT CONSULTANT” or “PMC” or “CONSULTANT”
shall mean any person(s) nominated by the OWNER as the Project
Management Consultant for the Project. The words “PROJECT
MANAGEMENT CONSULTANT”, “PMC”& “CONSULTANT” are synonymous.
1.0.47.0 “Running Account Bill” shall mean a Bill for the payment of “on account”
monies to the CONTRACTOR in terms of Clause 6.4.0.0 hereof and
associated Clauses thereunder.
1.0.48.0 “Schedule of Activities” shall mean the Schedule of Activities from time to time
submitted by the CONTRACTOR and approved by the OWNER pursuant to
the provisions of these General Conditions of Contract.
1.0.49.0 “Scope of Supply” shall mean the totality of materials by expression or
implication envisaged in the Contract including (but not limited to) the supply
as identified in the Bid Document.

SECTION – 1 - DEFINITIONS Page 5 of 192


1.0.50.0 “Scope of Contract” shall mean the totality of work and services to be
performed by the CONTRACTOR within the Scope of Work and totality of
materials to be supplied by the CONTRACTOR within the Scope of Supply
and shall include (but not be limited to) all works/services and supplies by
expression or implication envisaged in the Bid Documents.
1.0.51.0 The expressions “Scope of Work” and “Scope of Services” and “Work” are
synonymous and mean the totality of the work/services and supplies by
expression or implication envisaged in the Contract, including (but not limited
to) the work as detailed in the Bid Documents, and include all work, facilities,
materials, utilities, consumables and equipment and labour required for or
relative or incidental to or in connection with the preparation for,
commencement, performance, completion, testing, pre- commissioning,
start up, commissioning, performance guarantees, replacement and/or
rectification of any work(s)/services and/or in the maintenance or inspection of
the work(s) and any and all temporary works required for or incidental to any
work/service.
1.0.52.0 “Security Deposit” shall mean Bank Guarantee(s) furnished by the
CONTRACTOR by way of Security Deposit as specified in Clause 2.1.0.0
hereof and associated Clauses thereunder.
1.0.53.0 “Specification(s)” shall mean the various specification as set out in the
specifications and other documents forming part of the bid documents and as
referred to and derived from the contract and any order(s) or instruction(s)
thereunder, and in the absence of any specifications as aforesaid covering
any particular work or supply or part or portion thereof shall mean the relevant
BS, AWS, API, ASTM, BIS, AWWA or NACE, ASME, HEI, IEC, Indian Boiler
Regulation (IBR), IEEE standard or code, as the case may be, approved by
the Engineer-in-Charge and in the absence of any such standard or code
covering the relative work or part or portion thereof, shall mean the relevant
international standard or practice applied as a standard Engineering practice
for the work and approved in writing by the Engineer-in-Charge with or
without modification(s). All references to any code, standard, specification or
practice in the specifications shall be deemed to be a reference to the latest
edition of relative code, standard, specification or practice, as the case may
be, prevailing as on date of submission of the last price bid, notwithstanding
the mention of any previous year or date of edition relative thereto in the
specifications.
1.0.54.0 “Start-up" shall mean all activities required to be performed after Pre-
commissioning and prior to trial operation and shall include final Pre-
commissioning inspection and check out of equipment, vessels and systems
and supporting sub systems, initial operation of complete equipment and
systems within the plant to obtain necessary pre-trial operation data,
confirmation and correction of calibration, and change of safety
interlock/control loop, shutdown inspection and adjustment and other steps
required to be taken prior to and to enable commissioning/trial operation.
1.0.55.0 “Supply” or “Supplies” shall mean the totality of the materials by expression or
implication required to be supplied by the CONTRACTOR for permanent
incorporation in the works within the Scope of Supplies.
1.0.56.0 “Temporary works” means all temporary offices, living quarters and works of
every kind required in for or about the execution, completion or maintenance
of the works.

SECTION – 1 - DEFINITIONS Page 6 of 192


1.0.57.0 “Tools” shall mean all tools and things whatsoever to be supplied by the
CONTRACTOR to the OWNER within the scope of supply for or in relation to
the operation and maintenance of the Unit or any part, machinery or
component thereof.
1.0.58.0 “UNIT” shall mean the totality of the Units and Facilities comprised in the
Scope of Contract, which form a distinct operating system.
1.0.59.0 “Unit Rate” shall mean the unit rate for the particular item of supply as
specified in Bill of Materials and for Services as specified in the Bill of Activity.
1.0.60.0 “Utilities” shall mean water (including raw water and treated water of all kinds),
steam, gases of all kinds, power, electricity, gas and other sources of
energy, lubricants, fuels, chemicals of all types (except catalysts and
adsorbents forming part of the Plant or Process) whatsoever required for or
incidental to the performance, testing or pre-commissioning of the works, not
being materials required for permanent incorporation in the works.
1.0.61.0 The expression “Works” means the product of materials and services.
1.1.0.0 Unless otherwise specifically stated, the masculine gender shall include the
feminine and neuter genders and vice-versa and the singular shall include the
plural and vice-versa.
1.2.0.0 The definitions shall apply to all the expressions defined above when used in
the contract documents, whether expressed wholly in capitals or partly in
capital or with the first letter in capital or wholly in ordinary letters.

************************************

SECTION – 1 - DEFINITIONS Page 7 of 192


SECTION – 2
GENERAL

2.0.0.0 INTERPRETATION OF CONTRACT DOCUMENTS


2.0.1.0 The several Contract documents forming the Contract are to read together as
a whole and are to be taken as mutually explanatory.
2.0.1.1 Notwithstanding the sub-division of the Contract into these separate
documents and/or volumes and/or heads, every part of each separate
section/volume/head 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.
2.0.1.2 Subject to the provisions of Clause 2.0.1.3 hereof, in case of an irreconcilable
contradiction in the commercial terms or conditions to the extent that the two
provisions cannot co-exist, the following shall prevail in order of precedence.
i) Contract Agreement
ii) Detailed Letter of Acceptance
iii) Statement of Agreed Variations
iv) Special Conditions of Contract
v) Instructions to Bidders
vi) Price Schedule
vii) General Conditions of Contract
viii) Other documents
2.0.1.3 If in respect of any commercial term or condition, if any provision in the
General Conditions of Contract is repugnant to or at variance with any
provision(s) of the Special Conditions of Contract and/or the Agreed
Variations or if any provision of the Special Conditions of Contract is
repugnant to or at variance with any provision(s) of the Agreed Variations,
and the two cannot be reconciled or otherwise co-exist, then unless a
different intention appears, the provision(s) of the Special Conditions of
Contract shall be deemed to override the provision(s) of General Conditions
of Contract and the provision(s) of the Agreed Variations shall be deemed to
override the provision(s) of the Special Conditions of Contract, but only to the
extent that such repugnancies in the General Conditions of Contract cannot
be reconciled with the Special Conditions of Contract and/or Agreed
Variations or to the extent that such repugnancies in the Special Conditions of
Contract cannot be reconciled with the Agreed Variations, as the case may
be.
2.0.1.4 Without prejudice to the provisions of the General Conditions of Contract,
whenever in the Bidding documents it is mentioned or stated that the
CONTRACTOR shall perform certain work or provide certain facilities, it is
understood that the CONTRACTOR shall do so at his own cost and the
Lumpsum Price shall be deemed to have included the cost of such
performance and/or provision, as the case may be.
2.0.1.5 The materials, design and workmanship shall satisfy the applicable relevant
Indian Standards, the job specifications contained herein and the codes
referred to by expression or implication. Where the job specifications stipulate
requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied. In the

SECTION – 2 - GENERAL Page 8 of 192


absence of any standard/specification/code of practice for detailed
specifications covering any part of the work covered in this tender, the
instructions/directions of the Engineer-in-Charge shall be binding on the
CONTRACTOR.
2.0.1.6 In case of an irreconcilable contradiction in the technical requirements or
technical specifications between Indian standards/Applicable Codes &
Standards, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, Schedule of Lumpsum Price and or Agreed
Variations to the extent that the two provisions cannot co-exist or be read
together to satisfy both or all, the following order of precedence shall prevail:
i) Formal Contract
ii) Detailed Letter of Acceptance
iii) Statement of Agreed Variations
iv) Job specifications/ Scope of Work
v) Drawings
vi) Technical/Material Specifications
vii) Quality Assurance Procedures
viii) Applicable Codes & Standards
ix) Special Conditions of Contract
x) General Conditions of Contract
xi) Price Schedule
xii) Instructions to Bidders
xiii) Other documents
2.0.1.7 Should there be any doubt or ambiguity in the interpretation of the Contract
documents or contradiction therein or should there be any discernable error
or omission in any Contract document, the CONTRACTOR shall, prior to
commencing the relative work or supply, as the case may be, apply in writing
to the Engineer-in-Charge for his decision for resolution of the doubt,
ambiguity or contradiction or correction of the error or making good the
omission, as the case may be. Should the CONTRACTOR fail to apply to the
Engineer-in-Charge for his decision as aforesaid prior to commencing the
relative work or supply, the CONTRACTOR shall perform the said work or
make the said supply, as the case may be, at his own risk, and the provisions
of Clause 2.0.1.10 hereof shall apply to any such work performed or supply
made by the CONTRACTOR.
2.0.1.8 Notwithstanding anything provided in Clause 2.0.1.7 hereof above, either the
CONTRACTOR or any representative of the OWNER or CONSULTANT may,
at any time prior to or during the execution of the work or supply of any
material or any part thereof (if the CONTRACTOR has failed to make an
application as provided for in Clause 2.0.1.7), apply to the Engineer-in-
Charge in writing for his decision in resolution of any doubt, ambiguity or
contradiction or for the correction of any error or for making good the
omission as the case may be.
2.0.1.9 The decision of the Engineer-in-Charge on any application under Clause
2.0.1.7 or Clause 2.0.1.8 hereof shall be in writing and shall be final and
binding upon the CONTRACTOR and shall form part of the Contract
documents, with the intent that the Contract documents shall be read as
though the said decision is and was at all times incorporated therein.

SECTION – 2 - GENERAL Page 9 of 192


2.0.1.10 In the event of the CONTRACTOR performing or executing any work or
making any supply at variance with the decision of the Engineer-in-Charge as
aforesaid, then such work shall, if the Engineer-in-Charge so consider
necessary, be deemed to be a defective work/ supply and the provision of
Clause 5.1.5.0. hereof and associated clauses thereunder shall apply thereto.
2.0.2.0 Any work or supply shown, indicated or included in any description of the
work, plans, drawings, Specifications and/or Price Schedule or other Contract
or Bid documents shall be deemed to form part of the work and/or supply
contracted for, as the case may be, notwithstanding failure to show, indicate
or include such work or supply in any other or others among the documents
aforesaid with the intent that the indication or inclusion of the work or supply
within any one of the said documents shall be deemed to be a sufficient
indication or inclusion of the work or supply, as the case may be, within the
work and supply covered by the Contract.
2.0.3.0 No verbal agreement, assurance, representation or understanding given by
any employee or officer of the OWNER or so understood by the
CONTRACTOR, whether given or understood before or after the execution of
the contract, shall any-wise bind the OWNER or alter the Contract documents
unless specifically given in writing and signed by the OWNER or by the
Engineer-in-Charge on behalf of the OWNER and CONTRACTOR’S
authorised representative as an Agreed Variation and amendment of the
relative term(s) in the contract documents.
2.0.4.0 Clause headings given in this or any other contract documents are intended
only as a general guide for convenience in reading and segregating the
general subject of the various Clauses, but do not form part of the contract
documents, with the intent that the Clause headings shall not govern the
meaning or import of the Clauses thereunder appearing or confine or
otherwise affect the interpretation thereof.
2.0.5.0 The OWNER may, as a measure of convenience to the CONTRACTOR,
furnish Hindi or any other Vernacular translation of the several contract
documents or any of them. Such translation shall, however, not any–wise
operate as the contract between the parties or regulate upon the terms and
conditions of the contract documents, with the intention that all rights and
obligations of the parties in terms of the contract documents and any
reference to the contract or contract documents or any of them shall be
deemed as the rights and obligations arising out of the contract or contract
documents or any of them as written in English; and no claim, disputes,
difference or other objection will lie or will be entertained by the OWNER on
account of any reference in the import or interpretation between any provision
contained in Hindi and/or any other Vernacular translation of the contract
documents or any of them and the contract documents in English .

2.1.0.0 SECURITY DEPOSIT


2.1.1.0 The CONTRACTOR shall within 30 (Thirty) days from the date of issue of the
Acceptance of Bid furnish Security Deposit in an amount equivalent to 10%
(Ten percent) of the Lumpsum Price in the manner specified in Clause 2.1.2.0
hereof. Such security deposit is to be held by the OWNER in lieu of cash as
security for the due performance of the CONTRACTOR’S obligation under the
contract and due discharge of CONTRACTOR’s liabilities under and/or arising
out of the Contract.

SECTION – 2 - GENERAL Page 10 of 192


2.1.2.0 As and by way of the said Security Deposit, the CONTRACTOR shall within
30 (Thirty) days from the date of issue of Acceptance of Bid submit one or
more unconditional Bank Guarantee(s) from one or more Bank(s) in India
acceptable to the OWNER and in a format, provided by the OWNER, for a
sum equivalent to 10% (Ten percent) of the Lumpsum Price of the Contract.
Such Bank Guarantee(s) to the extent that the Lumpsum Price as designated
in Foreign Currency, shall be for an amount of 10% (Ten percent) of the
designated Foreign Currency(ies), and to the extent that the Lumpsum Price
as designated in Indian Rupees, shall be for an amount of 10% (Ten percent)
of the designated Indian Rupees, and shall be valid in the first instance for a
period of not less than 3 (three) months after the expiry of the defect liability
period, reckoned from the scheduled date of final completion under the
Contract. PROVIDED that if and after the CONTRACTOR has successfully
completed all CONTRACTOR’s obligations under the Contract as witnessed
by the issue of a Completion Certificate under Clause 5.3.3.0, so that the only
surviving obligations of the CONTRACTOR under the Contract concern or
relate to and arise out of the Defect Liability Period and obligations consequent
thereto, the CONTRACTOR may opt to replace the existing Bank
Guarantee(s) aforesaid furnished by the CONTRACTOR to the OWNER under
this Clause with similar unconditional Bank Guarantee(s) for a sum equivalent
to 5% (five per cent) of the Lumpsum Price designated in Foreign Currency
and for a sum equivalent to 5% (five per cent) of the Lumpsum Price
designated in Indian Rupees. Such replacement Bank Guarantee(s) shall be
valid for a period of not less than 3 (three) months after the expiry of the Defect
Liability Period.

2.1.2.1 The Bank Guarantee(s) shall be extended by such further period(s) as the
OWNER may require until performance of all the Contractor’s obligations
under the Contract.
2.1.2.2 Without prejudice to any other right or remedy available to the OWNER, the
OWNER may at any time and from time to time before issue of the Final
Certificate under the Contract require the CONTRACTOR by notice in writing
to renew the Bank Guarantee(s) for such period(s) as the OWNER may deem
fit, and upon such request, the CONTRACTOR shall renew the Bank
Guarantee(s) for the required period(s), and without prejudice to any other
right or remedy under the Contract, and unless the OWNER shall not have
required such renewal, the OWNER shall be entitled to encash the Bank
Guarantee(s) or any of them which are not renewed at least 14 (Fourteen)
days prior to the date of expiry thereof .
2.1.3.0 The Security Deposit shall be held by the OWNER as security for the due
performance of the CONTRACTOR’S obligations under the contract,
PROVIDED that nothing herein stated shall make it incumbent upon the
OWNER to utilise the Security Deposit in preference to any other remedy
which the OWNER may have, nor shall be construed as anywise confining the
claims of the OWNER against the CONTRACTOR to the quantum of the
security deposit.
2.1.4.0 Upon determination of the contract prior to completion of the work(s) for any
cause, the OWNER shall insofar as the Security Deposit constitutes cash
refund, and insofar as Security Deposit is in any other form, release/
discharge/ return, as the case may be, to the CONTRACTOR the unutilised
balance of the Security Deposit, if any, for the time being remaining in the
hands of the OWNER, after settlement of accounts and discharge of all

SECTION – 2 - GENERAL Page 11 of 192


amounts due from the CONTRACTOR to the OWNER and fulfillment of all
obligations of the CONTRACTOR .

2.2.0.0 PLANS, DRAWINGS AND APPROVALS FURNISHED BY OWNER


2.2.1.0 Plans and Drawings and other information forming part of the bid documents
has been provided by the OWNER in good faith with a view to assist the
CONTRACTOR, and shall constitute only a general guidance to enable the
CONTRACTOR to visualise the work and/or supplies contemplated under the
contract. The OWNER assumes no responsibility as to the correctness
thereof, and the CONTRACTOR is expected prior to bidding, to have
undertaken a complete and independent survey and to have made its own
study and assessment of all factors relevant to the performance of the
work or making the supplies. The CONTRACTOR shall exercise its
knowledge and competence in scrutinising and evaluating such information
and shall proceed with use of such information only after satisfying itself of
its sufficiency and correctness for use.
2.2.1.1 It shall be the exclusive responsibility of the CONTRACTOR to call upon the
Engineer-in-Charge for and to pursue and obtain from the Engineer-in-
Charge any approvals required to be furnished to the CONTRACTOR under
the Contract for the proper execution of the work or any particular item or job
therein or for making available any front or supply of materials or utilities to be
supplied by the OWNER, as the case may be, as and when required,
sufficiently in advance of the stage of delivery of the materials or of the
progress of the work for continuance of which the same shall be required.
Any failure by the CONTRACTOR to do so shall be entirely at the risks and
the costs of the CONTRACTOR and shall not constitute a ground for the
extension of time. If the Engineer-in-Charge shall fail to provide the
CONTRACTOR requisite approval(s) or disapproval(s) or front(s) or supply,
as the case may be, the CONTRACTOR shall give written notice to the
Engineer-in-Charge and to the OWNER stating specifically the approval(s),
front(s) and/or utilities and/or supplies as the case may be, which is/are
pending, the period for which it/they are pending, the reason(s) for which
they are pending and specially stating that the notice is being given
pursuant to the provisions of this Clause 2.2.1.1 of the General Conditions of
Contract. If thereafter, the said notice notwithstanding (i) the approval or the
disapproval, as the case may be, is not granted within 10(ten) working days
after the receipt of such notice by the Engineer-in-Charge and OWNER, the
drawings or documents or other proposal(s) put up for approval, will be
deemed to have been approved; and (ii) the front, material or utility as the case
may be, is not provided by the OWNER within 10 (ten) working days of the
receipt of such notice by the Engineer-in-Charge and OWNER, the
CONTRACTOR shall be entitled to resort to the provisions of Clause 4.3.5.0
for extension of time, if so required.

2.2.1.2 The CONTRACTOR shall submit to OWNER/ Engineer-in-Charge, within the


periods specified by OWNER/ Engineer-in-Charge, such documents, write-
ups, designs, samples, patterns, models, data and other information as may
be required in order to enable OWNER/ Engineer-in-Charge to furnish the
requisite approval(s). The CONTRACTOR shall be responsible for any
discrepancy, error, or omission in any drawings or other matters or things or
documents and other particulars supplied by it whether or not such drawings,
documents and particulars or other matters and/or things have been approved
by the OWNER/ Engineer-in-Charge.
SECTION – 2 - GENERAL Page 12 of 192
2.2.1.3 Where the CONTRACTOR claims such deemed approval, pursuant to Clause
2.2.1.1, the CONTRACTOR shall submit to the Executive Director the
supporting documents and notice(s) in support of the claim of deemed
approval and the Executive Director shall, if satisfied of the existence of such
deemed approval, certify the approval on the drawing/document and upon
such certification the drawing/document shall be deemed to have been
approved in Code-I. The CONTRACTOR shall not be entitled to claim any
extension of time on this account.
2.2.1.4 The CONTRACTOR shall not depart from the approved documents, drawings,
samples, patterns, models or manuals except as directed in writing by
OWNER/ Engineer-in-Charge.
a) With a view to expedite OWNER’s approvals of critical drawings, the
CONTRACTOR shall furnish to the Engineer-in-Charge, in writing as
precisely as possible, a list of critical drawings (hereinafter referred to
“critical drawings”) within 25 (twenty five) working days of the Letter of
Acceptance or at the commencement of the kick-off meeting, whichever
is earlier.
b) At the initiative of the CONTRACTOR, the Engineer-in-Charge and the
CONTRACTOR shall discuss as soon as possible and finalise the
schedule for the presentation for approval of the critical drawings so as
to enable appropriate persons to be assigned for approval of the
drawings.
c) The critical drawings requiring the OWNER’s approval shall be
transmitted to the office of the OWNER’s CONSULTANT electronically
for which the CONTRACTOR shall establish an electronic system
compatible with that of the OWNER’s CONSULTANT for document/
data transfer. The details of the system available with the OWNER’s
CONSULTANT are provided in the Bidding Documents. Failure by the
CONTRACTOR to install such compatible electronic transfer system
shall constitute a breach of the CONTRACTOR’s obligations to which
the provisions of Clause 7.0.1.0 of these General Conditions shall be
applicable, without prejudice to any right of action available to the
OWNER’s in this behalf. Until the CONTRACTOR provides such
system, the CONTRACTOR shall solely assume all risks and delay, and
shall personally deliver to OWNER’s CONSULTANT’s office all
drawings and documents requiring approval and to depute to the
OWNER’s CONSULTANT’s designated office, its design engineer for
across the table discussions with reference to the drawings/documents
and to personally pick up from the designated offices of the OWNER’s
CONSULTANT the reviewed/commented upon drawings/documents.
d) It is anticipated that the non-critical drawings will be submitted
periodically in accordance with a schedule to be established by the
CONTRACTOR in consultation with the Engineer-in-Charge within 56
(Fifty Six) days of the notification of award in conjunction with the
Progress Schedule.
e) Bottlenecks in critical and non-critical drawings shall be removed by
discussion across the table between the OWNER/OWNER’s
CONSULTANT with the CONTRACTOR and the CONTRACTOR’s
consultants and/or sub-vendors concerned. These meetings shall be
held at the designated offices of OWNER or the OWNER’s
CONSULTANT once in a week or otherwise as required.
f) The CONTRACTOR shall as soon as possible, after issue of Letter of
Acceptance establish with the Process Licensor(s), in consultation with
SECTION – 2 - GENERAL Page 13 of 192
the OWNER, the schedule for and modalities of Licensor’s review of
CONTRACTOR’s drawings, so far as required.
2.2.2.0 The CONTRACTOR shall carefully study the plans/drawings and other
Contract documents and shall bring to the notice of the Engineer-in-Charge
for clarification/correction, any ambiguity, error, discrepancy, contradiction or
omission therein prior to the execution of related work(s) or undertaking the
related supply(ies) as the case may be, under the provisions of Clause
2.0.1.7 hereof.
2.2.3.0 Notwithstanding anything to the contrary in the contract documents expressed
or implied, and notwithstanding the absence of any ambiguity, error,
discrepancy, contradiction or omission in the plans/drawings as aforesaid, the
Engineer-in-Charge shall be entitled at any time before or during the making
of the related supplies or execution of the related works to amend/modify or
alter any plan(s) or drawing(s) furnished to the CONTRACTOR by the
OWNER and the CONTRACTOR shall, subject to the provisions of Clause
2.4.2.0 hereof, thereafter perform and/or to continue to perform the related
work(s) or supply(ies) as the case may be, according to the
amended/modified/altered plans/drawings without entitlement to any extra
remuneration . Should the CONTRACTOR thereafter execute any relative
work(s) or make any supply at variance there with, the provisions of Clause
5.1.5.0 hereof and associated clauses thereunder relating to defective work
and supply shall apply thereto, provided that if any such amendment/
modification/ alteration shall, in the opinion of the CONTRACTOR,
necessitate an extension of time, the provisions of Clause 4.3.5.0 hereof and
Clauses related thereto shall apply.
2.2.4.0 Copies of all approved plans and designs relating to the work(s) and supplies
shall be kept and maintained at the CONTRACTOR’S office at the site and
shall be made available to the Engineer-in-Charge for inspection or reference
at any time during the execution of work.
2.2.5.0 All plans and drawings furnished by the OWNER to the CONTRACTOR shall
be and remain the property of the OWNER and shall be returned by the
CONTRACTOR to the OWNER on completion of the work(s) or prior to
determination of the contract.

2.3.0.0 PLANS, DESIGNS, DRAWINGS AND SPECIFICATIONS TO BE


FURNISHED BY CONTRACTOR
2.3.1.0 The CONTRACTOR shall within scope of his work prepare detailed working
and other plans, drawings and designs required for or in connection with the
performance of the work or selection, procurement or making any supply, and
these plans/ drawings shall be got approved from the OWNER before the
CONTRACTOR commences the performance of the relative work or making
the relative supply.
2.3.2.0 The CONTRACTOR shall, if within the scope of his work also carry out
investigative and design studies and prepare detailed design for the various
materials and works covered in the contract documents. Such detailed
designs along with referred codes, standards and practices, back-up
calculations, computer runs and other details on basis of which the designs
have been prepared shall be subject to the OWNER’S approval. Detailed
working drawings and material specifications shall be prepared and
established on the basis of the approved design(s) and shall also be subject
to the OWNER’S approval.
SECTION – 2 - GENERAL Page 14 of 192
2.3.3.0 Where the CONTRACTOR shall be required under the contract
to prepare or furnish any plan(s) or specification(s) or other items or things in
respect of the work or any particular work and/or supplies or any particular
supply, the CONTRACTOR shall within 30(thirty) days (or such other
period as the Engineer-in-Charge may prescribe in this behalf) of receipt
of Letter of Acceptance or not less than 90(ninety) days before the proposed
date of commencement of the relative work or supply, which ever shall be
earlier, submit to the Engineer-in-Charge or other authorities specified
by the OWNER in this behalf for approval the relative plan(s)/ drawing(s)/
design(s)/ specification(s)/ item(s)/ thing(s) concerned. The Engineer-
in-Charge/ specified authority shall be entitled at any time to suggest any
amendment (s) or modification(s) in the plans/ drawings and/or specifications
and the CONTRACTOR shall thereupon either convince the Engineer-in-
Charge/specified authority of the unnecessity in whole or part of such
amendment or modifications or shall implement the same and shall cause the
plan(s)/drawing(s)/ design(s)/ specification(s)or item(s) or thing(s) concerned
to be accordingly amended, provided that no such approval of or
amendments/ modifications in the plans/drawings/designs/specifications by or
suggested by the Engineer-in-Charge/specified authority shall anywise
absolve the CONTRACTOR of any of his obligations, responsibilities or
liabilities under the contract, inclusive of and relative to the utility and
suitability of the CONTRACTOR’s plans/drawings/designs/specifications or
items or things concerned in or for the relative works or supplies and
fulfillment of all specifications and performance and other guarantees of the
consequent works/supplies, any such approval or suggestion by the
Engineer-in-Charge/ authority as aforesaid being intended only by way of
assistance to the CONTRACTOR and prima facie satisfaction of the OWNER
without any attendant liability upon the Engineer-in-Charge/ specified
authority in this behalf and without any estopped against the OWNER from
asserting that notwithstanding such approval, the plan, drawing, design,
specification or other item or thing approved and any resultant work or supply
were faulty and/or not in accordance with the contractual requirements .
2.3.3.1 The CONTRACTOR shall furnish six prints each of the drawings for approval
of the Engineer-in-Charge.
2.3.4.0 The CONTRACTOR shall not permit any work to be done or any material to
be supplied or fabricated or manufactured at variance with drawings/ designs/
specifications approved by the Engineer-in-Charge or other specified
authority. The approved drawings may be released to the CONTRACTOR for
fabrication/ installation progressively.
2.3.5.0 Unless otherwise required at least 3(three) sets of direct reading
reproducibles, no lower in quality than auto positive of extra thin paper able to
produce clean legible prints (the reproducibles to be submitted in roll forms)
and 3(three) sets of prints of all approved plans/drawings/ designs/
specifications prepared by the CONTRACTOR, together with similar sets of
reproducibles and prints of all revisions/amendments/ modifications therein
shall be lodged with the Engineer-in-Charge/ specified authority for the record
of the OWNER, such sets of plans/ drawings/designs/ specifications shall be
signed by the CONTRACTOR and shall indicate thereon the number and date
of each revision/ amendment and of the communication of the Engineer-in-
Charge or any other agency appointed by the OWNER for the approval
thereof, by which the approval was given.

SECTION – 2 - GENERAL Page 15 of 192


2.3.5.1 All the Final drawings shall bear the certification stamp as indicated below,
duly signed by both, the CONTRACTOR and the approving authority
specified/ Engineer-in-Charge:
“Certified true for EPCC Package No. i.e.
,
Contract No.:
signed (CONTRACTOR):
signed (on behalf of IOCL): ”

2.4.0.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS


ORDERS AND INSTRUCTIONS
2.4.1.0 In addition and without prejudice to the provisions of Clause 2.2.0.0 and
2.3.0.0 and associated clauses thereunder, if the Engineer-in-Charge is of
opinion that any plan, drawings, design or specification or order or instruction
relative thereto within the CONTRACTOR’S scope of work or supply is
anywise erroneous or is otherwise required to be modified, altered, amended
or improved to conform to the Contract requirements, whether or not the
same has or have been priorly approved by or on behalf of the OWNER, the
Engineer-in-Charge may by written notice to the CONTRACTOR at any time
prior to or in the course of the execution of the works or any part thereof
modify or amend the relevant plan, drawing, design, specification, order
and/or any instruction or any of them by addition, omission, substitution or
otherwise whatsoever, and the CONTRACTOR shall thereupon either
convince the Engineer-in-Charge of the unnecessity in the whole or part of
the amendment(s) or modification(s) or shall implement the same and shall
cause the plan, drawing, design, specification, order or instruction as the case
may be to be accordingly amended and the CONTRACTOR shall thereafter
carry out the work or supply or the related work or supply, as the case may
be, in accordance with such altered specification, order, instruction, plan,
drawing and/or design, as the case may be, on the same terms and
conditions in all respects without entitlement to any additional remuneration or
price.
2.4.1.1 In addition to and without prejudice to Clause 2.4.1.0 hereof, the Engineer-in-
Charge shall have the power by written notice to the CONTRACTOR at any
time prior to the or in the course of the execution of the relative works or
supply or any other part thereof, to alter or amend or modify any other
requirement. If and so far as the alteration, amendment and/or modification
requires any consequential amendment in any plan(s), drawing(s), design(s)
or specification(s) within the CONTRACTOR’S scope of work and/or supply,
the CONTRACTOR shall make such alternations, amendment(s) or
modification(s) as the case may be.
2.4.1.2 If such alteration, amendment, modification or improvement under Clause
2.4.1.0 or 2.4.1.1 shall, in the opinion of the CONTRACTOR, necessitate an
extension in the item for completion, the provisions of Clause 4.3.5.0 hereof
and related clauses with regard to the extension of time shall apply.
2.4.2.0 If any alteration, amendment or modification under Clauses 2.4.1.1 shall,
in the opinion of the OWNER, result in a reduction in the scope of work or
specifications of the work or supply covered by the Lumpsum Price so as
to render unreasonable the Lumpsum Price, or if in the opinion of the
CONTRACTOR, the alteration, amendment or modification shall result in
SECTION – 2 - GENERAL Page 16 of 192
an increase in the scope of work or specifications of the work or supply
covered by the Lumpsum Price so as to render unreasonable the Lumpsum
Price, the OWNER or the CONTRACTOR, as the case may be, shall serve
written notice thereof to the other, with a copy to the Engineer-in-Charge and
the OWNER’s Project Management Consultant, and the provisions of Clause
2.6.0.0 and associated provisions thereunder applicable to a Change Order
initiated by the OWNER or CONTRACTOR, as the case may be, shall mutatis
mutandis apply. Such notice shall constitute and shall comply with the
requirements of a Change Order Proposal under Clause 2.6.1.0 (if initiated by
the OWNER) or Clause 2.6.2.0 (if initiated by the CONTRACTOR).
2.4.2.1 Pending finalization of a Change Order pursuant to a notice/change
order proposal given under the provisions of Clause 2.4.2.0 hereof, the
CONTRACTOR shall continue and be bound to continue and perform the
work(s) and/or make the supply(ies) to completion in all respects according
to the Contract (unless the Contract or works be determined by the
OWNER) and the CONTRACTOR shall c o n t i n u e t o be liable and
bound in all respects under the Contract.

2.5.0.0 ALTERATION IN THE SCOPE OF WORK OR SUPPLY


2.5.1.0 The OWNER may at any time(s), before or after the commencement of the
work or supply, by notice in writing issued to the CONTRACTOR, alter the
scope of work or supply, by increasing or reducing the quantities relative to
any job(s) or supply(ies) or by increasing or reducing the job(s) required to be
done or supplied with respect thereto or by omitting therefrom any specific
job(s) or portion(s) or by substituting any existing jobs or operations with other
jobs and/or operations, or by requiring the CONTRACTOR to perform any
extra works and upon receipt of such notice the CONTRACTOR shall execute
the job(s) and/or make supplies as required within the altered scope of work
and/or supply.
2.5.2.0 If any alteration in the scope of work and/or supply shall in the opinion of the
CONTRACTOR, necessitate any extension in time for completion, the
provisions of Clause 4.3.5.0 hereof and related Clauses with regard to the
extension of time shall apply.
2.5.3.0 If an alteration under Clause 2.5.1.0 shall, in the opinion of the OWNER, result
in a reduction in the scope of work or supply covered by the Lumpsum Price
so as to render unreasonable the Lumpsum Price, or if in the opinion of the
CONTRACTOR, the alteration, amendment or modification shall result in an
increase in the scope of work or supply covered by the Lumpsum Price so as
to render unreasonable the Lumpsum Price, the OWNER or the
CONTRACTOR, as the case may be, may initiate a Change Order Proposal
by serving written notice thereof to the other, with a copy to the Engineer-in-
Charge and the OWNER’s Project Management Consultant, and the
provisions of Clause 2.6.0.0 and associated provisions thereunder applicable
to a Change Order initiated by the OWNER or CONTRACTOR, as the case
may be, shall mutatis mutandis apply. Such notice shall constitute and shall
comply with the requirements of a Change Order Proposal under clause
2.6.1.0 (if initiated by the OWNER) or Clause 2.6.2.0 (if initiated by the
CONTRACTOR).
2.5.4.0 Pending finalization of a Change Order pursuant to a notice/Change Order
Proposal given under the provisions of Clause 2.5.3.0 hereof, the
CONTRACTOR shall continue and be bound to continue and perform the
SECTION – 2 - GENERAL Page 17 of 192
work(s) and/or make the supply(ies) to completion in all respects according
to the Contract (unless the Contract or works be determined by the
OWNER) and the CONTRACTOR shall c o n t i n u e t o be liable and
bound in all respects under the Contract.
2.6.0.0 CHANGE ORDERS
2.6.1.0 If initiated by the OWNER, the Change Order Proposal shall specify the
reduction in the Lumpsum Price proposed by the OWNER by virtue of the
change(s) referred to in the notice and shall set forth the basis for the
calculation thereof.

2.6.2.0 A Change Order Proposal may be initiated by the CONTRACTOR only within
21 (twenty one) days from the date of issue of orders or instructions relative to
any works for which the CONTRACTOR claims the additional payment or
compensation. The Change Order Proposal made by the CONTRACTOR
shall set out the reasons for the proposal and the basis on which the increase
in the Lumpsum Price is proposed to be calculated and shall give particulars
of the order or instruction from which it arises.

2.6.2.1 If the CONTRACTOR fails to initiate a Change Order Proposal within the time
and in the manner specified in Clause 2.6.2.0, the OWNER shall not be liable
for or in respect of a claim or Change Order Proposal subsequently or
otherwise made or initiated by the CONTRACTOR in respect of such orders
or instructions, and the CONTRACTOR hereby waives and relinquishes any
and all rights in respect of any such claim or Proposal subsequently or
otherwise made or initiated by the CONTRACTOR.

2.6.3.0 The OWNER’s Project Management Consultant shall promptly consider a


Change Order Proposal submitted by the CONTRACTOR in compliance with
Clause 2.6.2.0 and shall submit its recommendations to the OWNER within 2
(two) weeks of receipt of the Change Order Proposal.

2.6.3.1 The OWNER shall within 3 (three) weeks thereafter examine the Proposal and
the recommendations of its Project Management Consultant with respect
thereto and convey in writing to the CONTRACTOR its approval or
disapproval in principle of the Change Order Proposal.

2.6.3.2 If the Change Order Proposal is made by the OWNER or if the OWNER
conveys its approval in principle to the Change Order Proposal made by the
CONTRACTOR, the CONTRACTOR shall within 3 (three) weeks of receiving
the Change Order Proposal or OWNER’s approval in principle, as the case
may be, submit to the OWNER, the Engineer-in-Charge and the OWNER’s
Project Management Consultant in writing its detailed engineering analysis
and costing of the change by way of reduction or increase, as the case may
be, in the Lumpsum Price.

2.6.3.3 The OWNER’s Project Management Consultant shall review the detailed
engineering and costing of the change proposed by the CONTRACTOR and
submit to the OWNER and the CONTRACTOR its comments thereon within
three (3) weeks of the receipt thereof.

2.6.3.4 Within 4 (four) weeks of receiving its Project Management Consultant’s


comments, if the OWNER is able to agree with the CONTRACTOR on the
costing of the change, the OWNER shall issue a Change Order incorporating
SECTION – 2 - GENERAL Page 18 of 192
the cost impact of the change by increase or reduction, as the case may be, in
the Lumpsum Price. In order to achieve such agreement, the OWNER may
call the CONTRACTOR for negotiations.

2.6.4.0 If a Change Order is not issued by the OWNER within 18 (eighteen) weeks of
initiation of the Change Order Proposal by the OWNER or within seven (7)
weeks of the CONTRACTOR’s compliance with Clause 2.6.3.2, whichever is
later, the OWNER or the CONTRACTOR may apply to the Engineer-in-
Change for fixing an ad hoc price for the activities covered by the change
which shall be 90% (ninety per cent) of the cost of such change, as estimated
by the Engineer-in-Charge, and the OWNER shall pay such ad hoc price for
such activities in accordance with the payment terms specified in the Contract
Documents.

2.6.5.0 If the OWNER has not given its in principle approval to a Change Order Proposal
initiated by the CONTRACTOR in accordance with the provisions of Clause
2.6.2.0, or if the OWNER and the CONTRACTOR are unable to agree on the
costing of the Change Order Proposal as envisaged in Clause 2.6.3.4, the
Change Order Proposal made by the CONTRACTOR shall be deemed to be a
claim of the CONTRACTOR under Clause 6.6.1.0 to which the provisions of
Clause 6.6.1.0 and associated provisions with regard to the CONTRACTOR’s
claims shall mutatis mutandis apply.
2.6.6.0 Provided always that the provisions with respect to a Change Order or a Change
Order Proposal shall not be applicable if:
(a) the change of supply or services or work is required by the OWNER or
Engineer-in-Charge before approval of detailed design or engineering to
meet the requirements of the Contract.
(b) the change of supply or services or work is necessary at any time in order
for the CONTRACTOR to comply with the requirements of the Contract
or the CONTRACTOR’s responsibilities under the Contract.
(c) the additional supply or services or works are required because of any
delay or deficiency attributable to the CONTRACTOR.
(d) the additional Work/services and/or materials are required to make good
the CONTRACTOR’s Warranties and/or Guarantees as set forth in the
Contract.
(e) the change relates to the repair, rectification or re-performance of any of
the defective work(s) or materials within the CONTRACTOR’s scope or
supply or services or work

2.6.7.0 Unless otherwise agreed between the CONTRACTOR and the OWNER, the price
implications of a Change Order Proposal for addition to or subtraction from the
Lumpsum Price shall be calculated on the following basis:

(A) (i) For Materials covered under the CONTRACTOR’s scope of supply (including
equipment) incorporated in work(s) not being Civil and Structural Works covered by
(B) below, at cost of such materials involved in the work(s) to which the Change
Order Proposal relates, as witnessed by the Supplier’s relative invoices;

(ii) For works and services, other than Civil and Structural works covered by (B)
below, at the cost of labour and consumables and utilities involved in the works to
which the Change Order Proposal relates and the cost of equipment involved in the
SECTION – 2 - GENERAL Page 19 of 192
execution of such work, the cost of the equipment to be worked out by amortization
in the manner provide in Clause 2.6.7.1;
(iii) 6 % (six per cent) of (i) and (ii) above to cover design and other engineering and
overall co-ordination costs.
(iv) 15% (fifteen per cent) of the total of (i), (ii) and (iii) above to cover all other costs,
overheads and profit.
(B) (i) For Civil and Structural works involved in the works to which the Change Order
Proposal relates, on basis of the CPWD rates then prevailing for the location of the
works or, in the absence of the existence of CPWD rates for the location, at the
applicable State PWD rates, which cover costs, overheads and profit;
(ii) 6 % (six per cent) of (i) above to cover design and other engineering and overall
co-ordination costs.
2.6.7.1 Unless otherwise agreed, for the purposes of calculating the increase or reduction
in the Lumpsum Price consequent upon a Change Order Proposal with respect to
any works other than Civil and Structural work(s) covered by Clause 2.6.7.0 (B), as
and from the date of the initiation of a Change Order Proposal, the CONTRACTOR
shall on each day prepare and submit to the OWNER, a statement of time worked
by all labour employed in the work/services to which the Change Order Proposal
relates and showing the description and quality and invoiced costs of all
CONTRACTOR supplied materials (including equipment) incorporated in the works
and the cost of materials and utilities and equipment utilized for the work to which
the Change Order Proposal relates. Such statement shall be submitted by the
CONTRACTOR on a daily basis to the OWNER after obtaining the comments (if
any) and signature of the Engineer-in-Charge thereon. At the end of each
month, the CONTRACTOR shall deliver to the OWNER for approval a price
statement of the cost of labour, materials, utilities and equipment used in this
behalf. The cost of mechanical equipment utilized for the work shall be worked out
on a capital amortization of 2000 (two thousand) working days. Notwithstanding
any dispute as to the cost allocation, the Statement shall be signed by the
Engineer-in-Charge with a Note of dissent as a record of the views of the
Engineer-in-Charge thereon.
2.6.7.2 Unless otherwise agreed, the amount calculated under Clause 2.6.7.0 shall solely
determine the rights of the OWNER or the CONTRACTOR, as the case may be,
pursuant to a Change Order Proposal in respect of which the OWNER is entitled to
a reduction in the Lumpsum Price or the CONTRACTOR is entitled to an increase
in the Lumpsum Price.
2.6.7.3 It is hereby specifically clarified as follows:
(a) Nothing provided herein shall in any manner permit the CONTRACTOR to
disobey any order(s) or instruction(s) of the OWNER or the Engineer-in-Charge or
other person or authority competent to issue such order(s) or instruction(s) or to
await the outcome of the process set forth herein for claiming or determining the
cost implications or implementing such order(s) or instruction(s).
(b) The CONTRACTOR shall within the Scope of Work and Services be bound to
promptly and timely implement such order(s) or instruction(s).
(c) The time taken in implementing the process herein set forth shall in no
circumstances constitute a ground for extension of time under Clause 4.3.5.0 or
Clause 4.3.6.0 or otherwise.
(d) Any delay or inability by the Project Management Consultant to consider and/or
submit its recommendations on a Change Order Proposal in accordance with
Clause 2.6.3.0 or to review and/or submit its comments in accordance with Clause
2.6.3.3, or by the OWNER to examine the Change Order Proposal or
recommendations of the Project Management Consultant, or convey its approval
or disapproval to the Change Order Proposal in accordance wth Clause 2.6.3.1 or
to convey its agreement or to issue a Change Order under Clause 2.6.3.4 shall in

SECTION – 2 - GENERAL Page 20 of 192


no circumstances constitute a ground for extension of time under Clause 4.3.5.0 or
Clause 4.3.6.0 or otherwise.
2.7.0.0 CANCELLATION OF CONTRACT
2.7.1.0 The OWNER shall be entitled at any time at its discretion to cancel the Contract, if
in the opinion of the OWNER the cessation of the work becomes necessary owing
to any cause whatsoever other than the default of the CONTRACTOR, and a
notice in writing from the OWNER to the CONTRACTOR of such cancellation and
the reason(s) therefore shall be conclusive proof of such cancellation and of the
reason(s) thereof. Upon cancellation of the Contract the Engineer-in-Charge may
require the CONTRACTOR :
i) To perform, to completion or to any other intermediary stage of
completion to the satisfaction of the Engineer-in-Charge, any work(s) already
commenced by the CONTRACTOR; and
ii) To take steps as are considered necessary by the Engineer-in-Charge for
properly protecting and securing the works performed by the CONTRACTOR,
to the satisfaction of the Engineer-in-Charge.
And the CONTRACTOR shall act accordingly and the same shall be deemed to
be included within the CONTRACTOR’s scope of work.
2.7.2.0 Upon receipt of a notice as specified in Clause 2.7.1.0 hereof the
CONTRACTOR shall, unless the notice otherwise requires:
i) Immediately discontinue work and/or supply from the date and to the extent
specified in the notice.
ii) Not place any further orders or sub-Contracts for materials, services or
facilities other than as may be necessary or required for completing or
performing such portion of the work(s) or supplies which the CONTRACTOR is
required to complete or perform.
iii) Promptly make every reasonable effort to obtain cancellation or
fulfillment, as the case may be at the option of the Engineer-in-
Charge/OWNER of all orders and sub-contracts to the extent they relate to the
performance of the work(s) or supplies cancelled.
iv) Assist the Engineer-in-Charge/OWNER, as specifically requested in writing
by the Engineer-in-Charge/OWNER, in the maintenance, protection and
disposition of property/works acquired by the OWNER pursuant to the Contract.
2.7.3.0 Upon Cancellation of the Contract, the OWNER shall take over from the
CONTRACTOR, the approved surplus materials supplied by the CONTRACTOR
for permanent incorporation in the work and lying at the job site on the date of
receipt of notice of cancellation by the CONTRACTOR, and the decision of the
Engineer-in-Charge as to the approved materials lying at the site on the date of
cancellation and the quantities thereof shall be final and binding upon the
CONTRACTOR.
2.7.4.0 Upon cancellation of the Contract, the CONTRACTOR agrees to waive any
claim for damages, including loss of anticipated profits on account thereof, and
as the sole right and remedy of the CONTRACTOR against the OWNER resultant
upon such cancellation, the CONTRACTOR agrees to accept from the OWNER
the following, namely :
i) The cost of settling and paying claims for cancellation or completion of pending
orders and/or sub contracts as provided for in sub-clause (iii) of clause 2.7.2.0
hereof.
ii) The cost of protecting, securing and/or maintaining the works pursuant to the
provisions of sub-clause (ii) of Clause 2.7.1.0 hereof and/or sub-clause (iv) of
Clause 2.7.2.0 hereof.
iii) Payment for the supplies actually made on the basis of the Bill of Materials.
iv) Payment for the work actually performed by the CONTRACTOR, calculated
on the basis of the relative milestone achieved as derived from the Payment
Schedule specified in the Special conditions of Contract.
SECTION – 2 - GENERAL Page 21 of 192
v) The cost of materials taken over by the OWNER pursuant to the
provisions of Clause 2.7.3.0 hereof.
vi) An allowance, if any due, as determined by the Engineer-in-Charge (whose
decision shall be final) to cover the cost of CONTRACTOR’s actual mobilisation
and de-mobilisation at job site for the work to the extent uncovered by
payments under items (i) to (iv) above.
AND THE CONTRACTOR shall not be entitled to any compensation in
addition to the payments specifically provided for above, and the
CONTRACTOR hereby specifically waives any and all contrary rights and
claims whatsoever.
2.7.5.0 Upon cancellation of the Contract, the CONTRACTOR shall as soon as is
reasonably feasible prepare an account of all amounts due to it from the
OWNER pursuant to Clause 2.7.4.0 hereof and upon submission of
such account to the OWNER, the parties shall forthwith agree upon a
reduction in the value of the Bank Guarantee(s) furnished by way of Security
Deposit on behalf of the CONTRACTOR to cover defects in the works
performed and supplies made by the CONTRACTOR for the Defect Liability
Period specified in Clause 1.0.17.0 hereof, and upon such agreement, the
value of the Bank Guarantee(s) shall be reduced to the value agreed and the
period of the Bank Guarantee(s) shall be reduced to the Defect Liability
Period reckoned from the date of the said agreement plus a claim period of
three (03) months thereafter. The CONTRACTOR shall cause fresh Bank
Guarantee(s) to be furnished to the OWNER for the amount and period
aforesaid in lieu of the existing Bank Guarantee(s) furnished to the OWNER
by way of Security Deposit and the provisions of Clause 2.1.1.0 to 2.1.3.0
hereof shall mutatis mutandis apply to such substituted Bank Guarantee(s).

2.8.0.0 SUSPENSION OF WORK AND SUPPLIES


2.8.1.0 The Engineer-in-Charge or the OWNER may at any time(s), at his discretion
should he consider that the circumstances so warrant (the decision of the
Engineer-in-Charge as to the existence of circumstances warranting such
suspension shall be final and binding upon the CONTRACTOR), by notice in
writing to the CONTRACTOR, temporarily suspend the work or supply or any
part thereof for such period(s) as the Engineer-in-Charge/ OWNER shall
deem necessary and the CONTRACTOR shall, upon receipt of the order of
suspension, forthwith suspend the work(s) or supply(ies) or such part thereof as shall have
been suspended until he has received a written order from the Engineer-in-
Charge/ OWNER to proceed with the work suspended or any part thereof.
2.8.1.1 During the period of any suspension under Clause 2.8.1.0, the
CONTRACTOR shall at his own cost within the scope of the relative work,
properly protect and secure the work and materials so far as is necessary in
the opinion of the Engineer-in-Charge.
2.8.2.0 If the suspension under Clause 2.8.1.0 is for reasons of force majeure as
defined in Clause 4.3.8.0 or by reason(s) of the default or failure on the part of
the CONTRACTOR or is for the purpose of ensuring safety of the work(s) or
any part thereof or is necessary for the proper execution of the work(s) or is
for reason(s) of weather affecting the safety or quality of the work(s) or
materials (the reasons for the suspension stated by the Engineer-in-Charge/
OWNER in any notice of suspension as aforesaid, inclusive as to existence or
default or failure on the part of the CONTRACTOR, if so stated in the notice,

SECTION – 2 - GENERAL Page 22 of 192


shall be final and binding upon the CONTRACTOR), the CONTRACTOR shall
not be entitled to claim compensation for any loss or damage sustained by
the CONTRACTOR by virtue of any suspension as aforesaid, notwithstanding
that consequent upon such suspension, the machinery, equipment and/or
labour of the CONTRACTOR or any part thereof shall be or become or be
rendered idle and notwithstanding that the CONTRACTOR shall be liable to
pay salary, wages or hire charges and expenses thereof or therefor.
2.8.2.1(a) If a suspension under Clause 2.8.1.0 affecting the work(s) occurs for any
reason(s) other than specified in Clause 2.8.2.0, the CONTRACTOR may at
any time after the commencement of the suspension, give written notice to
the Engineer-in-Charge (with a copy to the OWNER), of his intention to claim
“Standby Allowance” for the continuance of the suspension thereafter, and
shall upon communication of such notice cause to be jointly prepared with the
Engineer-in-Charge a list of all CONTRACTOR’s equipment and personnel
and permanent Labour on Contractor’s payroll rendered idle directly by such
suspension, and shall thereafter so long as the order of suspension remains
in force, once in every 24 (Twenty four) hours, cause a like statement to be
jointly compiled with the Engineer-in-Charge.
(b) In this event, effective from communication of the said notice by the
CONTRACTOR upto communication of an order of the Engineer-in-Charge or
OWNER removing the relative suspension, the CONTRACTOR shall be
entitled to a “Standby Allowance” as hereunder provided for the
CONTRACTOR’s equipment, personnel and labour, actually and directly
rendered idle by the suspension:
i) Standby Allowance for equipment actually and directly rendered idle by
the suspension shall be calculated for each day of consequent idleness
in accordance with the provisions of Sub-Clause (c) hereof below.
ii) Standby allowance for personnel and labour actually and directly
rendered idle by the suspension shall be calculated for each day of
consequent idleness in accordance with the provisions of Sub-Clause
(d) hereof below.
iii) “Day” shall mean each 24 (twenty-four) hours’ period commencing from
midnight and terminating at midnight.
iv) Standby Allowance shall be subject to the ceiling of Standby Allowance
for each day calculated in accordance with the following formula :
Per day Ceiling = 15 % of LP ÷ N
Where LP = Lumpsum Price
N = Number of days from the date of Letter of Acceptance upto
the date of Mechanical Completion of the Unit/ Works
indicated in the Time Schedule.
(c) For calculating Standby allowance for equipment actually and directly
rendered idle by the suspension, the list of the equipment referred to in
Clause 2.8.2.1(a) shall be submitted by the CONTRACTOR on a day-to-day
basis to the OWNER after obtaining the comments (if any) and signature of
the Engineer-in-Charge thereon. Per day stand-by allowance for such
equipment shall be calculated on the basis of the per day idle cost of each
equipment rendered idle worked out on an amortization of the cost of the
equipment over 5000 (Five thousand) idle days. The cost of equipment shall
be determined on the basis of the actual cost of the purchase, for which the
CONTRACTOR shall furnish the OWNER satisfactory proof of the cost of
purchase, failing which the cost shall be determined on the basis of the
SECTION – 2 - GENERAL Page 23 of 192
manufacturer’s price list of the equipment (if this be not available, then of like
equipment) prevailing at the time of purchase as established by the
CONTRACTOR to the satisfaction of the Engineer-in-Charge. If any
equipment is more than 5000 (Five thousand) days old, the cost of equipment
shall be deemed to be nil and no stand-by allowance shall be applicable with
respect thereto.
(d) For calculating the stand-by allowance for personnel and labour actually and
directly rendered idle by the suspension, the list of personnel and labour
referred to in Clause 2.8.2.1(a) shall be submitted by the CONTRACTOR to
the OWNER on daily basis after obtaining the comments (if any) and signature
of the Engineer-in-Charge thereon. For determining the stand-by allowance,
the CONTRACTOR shall furnish to the OWNER such proof as may be
reasonably required for determining the salary/ wages payable to such
personnel and/or labour. If the emoluments payable are on monthly basis, the
daily rate shall be worked out by amortizing the monthly emoluments over 30
(Thirty) idle days.
(e) If any dispute arises as to whether any particular equipment/personal/labour
was or was not actually and directly rendered idle by virtue of the suspension,
or personnel/labour concerned was or was not on the permanent pay roll of
the CONTRACTOR or is employed in a claimed capacity or not, the decision
of the Engineer-in-Charge shall be final and binding upon the CONTRACTOR.
(f) Standby Allowance provided above shall be the sole right and remedy of the
CONTRACTOR for any suspension and the CONTRACTOR shall not be
entitled to any compensation for loss or damage sustained by the
CONTRACTOR by virtue of suspension as aforesaid or for any additional
costs, charges or expenses incurred or liable to be incurred by the
CONTRACTOR resultant thereupon.
2.8.3.0 Unless the suspension is by reason of default or failure on
the part of the CONTRACTOR (and the reasons for the suspension stated
by the Engineer– in-Charge in any notice of suspension as aforesaid
inclusive as to the existence of default or failure on the part of the
CONTRACTOR if so stated in the notice, shall be final and binding upon
the CONTRACTOR), if in the opinion of the CONTRACTOR such
suspension shall necessitate any extension in the time of completion, the
provisions of Clause 4.3.5.0 hereof and related Clauses in respect of
extension of time shall apply.
2.8.4.0 In the event that the suspension continues for a period of 84 (Eighty Four)
days or more, the OWNER and the CONTRACTOR shall forthwith review the
situation with a view to take suitable remedies, including termination of
contract. If the parties are unable to agree upon a suitable remedy, either
party may terminate the Contract by giving the other party written notice of
such termination, provided that any notice of termination by the
CONTRACTOR shall be operative only if the Engineer-in-Charge/ OWNER
does not lift the suspension within 28 (Twenty Eight) days of receipt of the
CONTRACTOR’s notice in this behalf, and the CONTRACTOR’s notice shall
so specify.
2.8.5.0 In the event of such termination being upon a suspension consequent to a
default or failure by the CONTRACTOR, the CONTRACTOR shall not be
entitled to any damage, compensation, loss of profit or other compensation
whatsoever in addition to payment for the completed supplies made and
completed works done in accordance with the terms of the Contract in

SECTION – 2 - GENERAL Page 24 of 192


accordance with the provisions of sub-Clauses (iii) and (iv) of Clause 2.7.4.0
hereof.
2.8.6.0 Except for a suspension by written order of the Engineer-in-Charge under
Clause 2.8.1.0 hereof, the CONTRACTOR shall not suspend the work for any
cause and any such suspension, if occurs shall be likely to be attended by
consequences under Clause 7.0.1.0 (i) (g) hereof.
2.9.0.0 Notwithstanding anything provided in Clause 2.7.0.0 and/or Clause 2.8.0.0
and related Clauses thereunder, upon a cancellation of the Contract under
the provisions of Clause 2.7.1.0 hereof or termination of the Contract under
provisions of Clause 2.8.4.0 hereof, the provisions of Clauses 7.0.3.0 to
7.0.7.0 hereof consequent upon termination of Contract shall apply. Should
the termination be one to which the provisions of Clause 2.8.5.0 hereof apply,
then the provision of Clauses 7.0.2.0, 7.0.8.0, 7.0.9.0, 7.0.10.0, 7.1.0.0 and
7.2.0.0 consequent upon termination of Contract shall also mutatis mutandis
apply.

2.9.1.0 It is hereby clarified that on no account shall Standby Allowance be payable


to the CONTRACTOR on the ground that:

(i) The Job Site/Work Front was in whole or part not timely provided to the
CONTRACTOR in accordance with the Front Release Programme or
otherwise; or

(ii) Any other front required for progressing further with the work is not timely
made available to the CONTRACTOR in whole or part; or

(iii) Any approval or disapproval required to be given by the Engineer-in-


Charge or the OWNER is delayed, or the supply of any material or utility
required to be supplied by the OWNER is delayed or interrupted; or

(iv) The progress of any work is delayed or interrupted for a cause not
attributable to the CONTRACTOR.

In all such cases the CONTRACTOR’s sole remedy shall be extension of time
so far as permissible under and in accordance with the provisions of Clause
4.3.5.0 and/or 4.3.6.0 and the CONTRACTOR hereby waives any and all
contrary rights or claims for compensation or damages or otherwise.

2.10.0.0 WORK FRONT


2.10.1.0 The work front/ job site required by the CONTRACTOR for the performance
of the works shall be handed over by the OWNER to the CONTRACTOR
sequentially in the stages meeting the CONTRACTOR’s requirements for the
works with a view that the CONTRACTOR shall so plan his works as to
perform and achieve completion in a sequential manner without starting all
the works at the same time.
2.10.2.0 To this end, within 28 (Twenty Eight) days of the Letter of Acceptance, the
CONTRACTOR shall finalise in consultation with the Engineer-in-Charge,
sequential requirements of the work front/ job site taking into account other
works concurrently being undertaken by the OWNER at and about the same
job site and/or on the performance or completion of which the
CONTRACTOR’s performance depends (the “Front Release Programme”)

SECTION – 2 - GENERAL Page 25 of 192


2.10.3.0 In the event that the OWNER for any reason(s) not attributable to
the CONTRACTOR, i s unable to hand-over to the CONTRACTOR, the
relative work front/ job site on the planned date of release thereof as
specified in the Front Release Programme, as a result of which the
CONTRACTOR is prevented from continuing with the work, the
CONTRACTOR shall give written notice thereof to the Engineer-in-Charge
and the OWNER, specifying the particular work front/ job site with reference
to which the default has occurred and specifying that notice is being given
under this Clause 2.10.3.0 of the General Conditions of Contract, and if the
work front/ job site is not thereafter sufficiently made available to the
CONTRACTOR within 10 (ten) working days from the receipt of such notice
and the CONTRACTOR cannot commence or progress with the work, the
CONTRACTOR shall be entitled to resort to the provisions of Clause 4.3.5.0
and 4.3.6.0 for extension of time if so required as the CONTRACTOR’s sole
remedy in accordance with the provisions of Clause 2.9.1.0 hereof.

************************************

SECTION – 2 - GENERAL Page 26 of 192


SECTION – 3
MATERIALS, LABOUR, EQUIPMENT AND FACILITIES

3.0.0.0 CONTRACTOR’S RESPONSIBILITY


3.0.1.0 Notwithstanding anything to the contrary in the Contract Documents
expressed or implied, the CONTRACTOR shall be and remain at all times
exclusively responsible to Supply all material and provide all, labour,
equipment, machinery and facilities and utilities and other items and things
whatsoever required for or in connection with the work, including but not
limited to those indicated by expression or implication in the job description,
Schedule of Rates, the specifications, plans, drawings and/or other Contract
documents or howsoever otherwise as shall or may from time to time and at
any time be necessary for or in connection with the work, either for
incorporation in or within the permanent works or relative to the execution and
the performance of the work.

3.0.2.0 MATERIALS
3.0.2.1 These General Conditions of Contract shall, on issue of the Letter of
Acceptance to the CONTRACTOR, constitute a firm and indivisible contract
for the sale and supply, to the OWNER, of all materials required for
incorporation in the permanent works as determined by the CONTRACTOR,
within the scope of work, to be necessary to establish, commission and
operate (so far as concerns mandatory spares) the Plant/ Unit delivered on
CIF basis at Indian port of CONTRACTOR’s choice in respect of imported
materials and delivered ex-factory in respect of other materials, at the price
of materials specified in the Price Schedule. It is hereby clarified that the said
contract shall include a contract for the sale and supply within the price of
materials (and any recoveries in respect thereof under any policy of insurance)
of all materials required for the replacement of any defective materials and any
materials lost, damaged or destroyed during transit, storage, fabrication,
erection or otherwise prior to the issue of the Completion Certificate.
3.0.2.2 (a) Supplier’s invoices in respect of materials covered within the scope of supply
under Clause 3.0.2.1 shall be made out by the Supplier in favour of the
OWNER and the materials shall be consigned to the OWNER. Where the
CONTRACTOR is the supplier, the invoices shall be drawn by the
CONTRACTOR as the Supplier.
(b) The Supplier’s invoices for imported materials shall include the cost of all pre-
delivery tests and third party inspections, but shall not include the
CONTRACTOR’s procurement charges.
(c) The Supplier’s invoices for indigenously supplied materials shall include all
pre-delivery tests, but shall not include the CONTRACTOR’s procurement
charges.
(d) The invoices for indigenously supplied materials shall also include the taxes,
duties and other levies on the supply which are reimbursable by the OWNER.
Reimbursement shall, however, be subject to the satisfaction of the conditions
and provision of the documents required to qualify for the reimbursement.
3.0.2.3 The CONTRACTOR shall be responsible at his own cost and initiative within
the scope of services, to take delivery of the materials from the port of delivery
in India in respect of imported materials and from the factory or ware-house or

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 25 of 192


other place(s) of delivery in respect of indigenous materials and to transport
these to the CONTRACTOR's stockpiles, godowns or other places of storage
approved by the Engineer-in-Charge, and to transport the same from said
godowns or place(s) of storage to the work site for incorporation in the
permanent works.
3.0.2.4 The work of delivery and transportation of materials shall include (but not be
limited to) the following :
i) Clearance of the goods through custom and port clearance including
filling and/or filing of all custom manifests, bills of entry, and custom
declarations and other documents as may be required for the clearance
of the goods from customs or port authorities, for which purpose the
OWNER shall, from time to time, grant to the CONTRACTOR or the
CONTRACTOR’s designate(s), such authority(ies) as may be
reasonably required by the CONTRACTOR in this behalf.
ii) Stevedoring, clearing, forwarding and handling services as required for
clearing, forwarding and handling imported and indigenous materials
and consignments including payment at CONTRACTOR’s cost of any
demurrage, wharfage, port charges, siding charges, retention charges,
detention charges or other charges whatsoever and howsoever
designated or levied by any railway, air-port, ship and/or other
authorities for or in connection with the loading, unloading or detention
of any materials or vessels or other means of transport beyond the free
period or unloading, clearance, retention or detention or loading, as the
case may be, provided by the relevant authority(ies) or carrier(s) in this
behalf.
iii) All works and operations necessary to lift and to remove the material
from port, ware-house, railway or other siding, factory or other places of
delivery, loading, handling, transporting and unloading and safely
stacking, placing or storing the same at approved godowns, yards or
other place(s) of storage including lashing or other-wise securing or
protecting the same in transit and during and in storage.
iv) Supply, procurement, mobilisation, and deployment of all labour
thereofs, equipment & machinery necessary for lifting, loading, handling,
removing, transporting, unloading, stacking or securing the materials.
v) Transit and storage insurance of all materials for the full replacement
value thereof delivered at site.
vi) All acts, deeds, matters or things required to fulfill all local, municipal
and other statutory authorities with respect to the transportation of any
materials through or into any State, municipal, local or other barriers or
limits or for the import of the materials or any of them within the limits of
such barrier, including payment of octroi or other local toll, terminal
and/or entry or other taxes payable on the passage or entry of the
materials through or within any local limits, for which purpose the
OWNER shall give the CONTRACTOR and/or CONTRACTOR's
designate(s) any and all authority(ies) as may be reasonably required in
this behalf. If Road Permits, Entry Permits, Transit Permits or the like for
the transportation of any materials is to be obtained in the name of the
OWNER, the OWNER shall at the request of the CONTRACTOR sign
and provide such documents as are required to be furnished by the
OWNER to obtain the Permit(s).
vii) All other acts, deeds, matters and things whatsoever ancillary, auxiliary
or incidental to the above including but not limited to the grading of the
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 26 of 192
site and/or creation of temporary approaches and ramps etc. as may be
required.

3.0.3.0 GENERAL PROVISION WITH REGARD TO MATERIALS


3.0.3.1 The CONTRACTOR shall, within the scope of work, undertake the following
activities and responsibilities with respect to and in addition and without
prejudice to the activities and responsibilities under Clause 3.0.2.0 and
associated clauses thereunder in respect of materials :
i) The CONTRACTOR shall in taking delivery, ensure compliance of any
condition for delivery applicable to deliveries from the concerned
authority or carrier, and shall be exclusively responsible to pay and bear
any detention, demurrage or penalty or other charges payable by virtue
of any delay or failure by the CONTRACTOR in lifting the materials or in
observing any of the conditions aforesaid, and shall keep the OWNER
indemnified from and against all consequences thereof.
ii) The CONTRACTOR shall maintain a day-to-day account of all materials
indicating the daily receipt(s), consumption(s) and balance of each
material and category thereof. Such account shall be in the format, if
any, prescribed by the Engineer-in-Charge and shall be supported by all
documents necessary to verify the correctness of the entries in the
account. Such account shall be maintained at the CONTRACTOR’s
relative officer(s) and site(s) and shall be open for inspection and
verification (by verification of documents in support of the entry as also
by feasible verification of the stock) at all times by the Engineer-in-
Charge and his representative(s) with authority at all times without
obstruction to enter into or upon any godown or other place(s) or
premise(s) where the materials or any part of them are lying or stored
and to inspect the same himself and or through his representative(s).
iii) All materials shall be taken delivery of, held, stored and utilised by the
CONTRACTOR as Trustee of the OWNER, and delivery of the material
to the CONTRACTOR shall constitute an entrustment thereof to the
CONTRACTOR, with the intent that any utilisation, application or
disposal thereof by the CONTRACTOR otherwise than for permanent
incorporation in the contractual works in terms of the contract shall
constitute a breach of trust by the CONTRACTOR.
iv) All materials, including materials in respect of which licences/release
orders/permits/authorisation have been accorded in the name of the
OWNER shall, without prejudice to the responsibility/liability of the
CONTRACTOR in respect thereof, vest in the OWNER at the time when
it/they would have ordinarily vested in the OWNER on a direct delivery
to the OWNER, and the CONTRACTOR shall be deemed to be acting
on behalf of the OWNER and as an agent of the OWNER in respect of
deliveries taken by the CONTRACTOR.
v) The Engineer-in-Charge may at his discretion require that all premises
in which any materials are stored, shall be double Locked with the keys
to one lock retained by the Engineer-in-Charge or his representative,
with the intent that all issues of materials shall be with the concurrence
of the Engineer-in-Charge or his representative, as the case may be,
provided that any such double-locking and/or concurrence as aforesaid

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 27 of 192


shall only be an additional precaution and shall not anywise absolve the
CONTRACTOR of his full liabilities or responsibilities in respect of such
material.
vi) The CONTRACTOR shall at all times be exclusively responsible for any
and all losses, damages, deterioration, misuse, wastage, theft, or other
application or misapplication or disposal of the materials or any of them
contrary to the provisions hereof and shall keep the OWNER
indemnified from and against the same and shall forthwith at its own
cost and expenses replace any such material, lost, damaged,
deteriorated, misused, wasted, stolen, applied, mis-applied and/or
disposed as aforesaid with other material of equivalent quality and
quantity delivered to site at the CONTRACTOR’s risks and costs in all
respects.
vii) The CONTRACTOR shall take out, at his own cost and keep in force at
all times, during transit, handling, storage, and erection upto completion
in all respect of the work, policy(ies) with Insurance Company(ies)
approved by the OWNER for the full replacement value of the materials
at site against the risks hereinafter specified. Such policies shall be in
the joint names of the OWNER and the CONTRACTOR, with exclusive
right in the OWNER to receive all monies due in respect of such
policy(ies) and with right in the OWNER (but without obligation to do so)
to take out and pay the premia for any such policy(ies) and deduct the
premia and any other costs and expense in this behalf from the monies
for the time being due or in future becoming due to the CONTRACTOR.

a) Notwithstanding anything herein provided, the CONTRACTOR


shall be and remain solely and exclusively liable to repair,
restore or replace, as the case may be, the materials damaged
or destroyed as a result of any act or omission, notwithstanding
the existence or otherwise of any policy(ies) of insurance
aforesaid, with the intent that any policy(ies) of insurance
aforesaid taken out by o r o n b e h a l f o f the CONTRACTOR
or by the OWNER, shall not anywise absolve the
CONTRACTOR from his full liability under Clause 5.3.4.0 hereof
or otherwise with respect to the materials, but shall constitute
merely an additional security and not a substitution of liability.
b) It shall be the exclusive responsibility of the CONTRACTOR to
lodge and pursue any or all claims in respect of the insurance
aforesaid.
c) The CONTRACTOR shall, as a condition to the certification of
any Running Account Bill, satisfy the OWNER/ Engineer-in-
Charge of the existence of one or more policy(ies) of insurance,
covering the materials as specified herein. The policy(ies) of
insurance aforesaid shall cover all insurable risks, including but
not limited to, any loss or damage commencing from the
supplier’s ware house in handling, transit, storage and during
erection, theft, pilferage, riot, civil commotion, force majeure
(including earth quake, flood, storm, cyclone, tidal wave,
lightening and other adverse weather conditions), accidents of
kinds, fire, war risks and explosion.
viii) Notwithstanding anything herein provided and notwithstanding the
transference of all risks in respect of the materials to the
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 28 of 192
CONTRACTOR, the Ownership in respect of the material shall at all
times be and remain in the OWNER.
ix) An inventory shall be made by the CONTRACTOR of all surplus
construction materials and empties including but not limited to scrap,
wastages and unserviceable material supplied and/or remaining in the
hands of the CONTRACTOR upon completion of the contract for
whatsoever reason, and the CONTRACTOR shall forthwith, upon being
required to do so, place the OWNER in undisputed possession of and
transport the said material to the OWNER’s stores or otherwise as
reasonably directed by the Engineer-in-Charge.
x) If the CONTRACTOR shall default in replacing at the job site, free of
any cost to the OWNER, any material lost, damaged, deteriorated,
misused, wasted, short, stolen, misapplied or disposed of within the
provisions hereof above, or shall fail to return to the OWNER any
surplus material or empties within the provision hereof above, the
CONTRACTOR shall be liable to pay to the OWNER the cost of such
materials or empties delivered at OWNER’s stockpile/godown plus
departmental charges calculated at 15% (Fifteen percent) of the said
costs determined by the Engineer-in-Charge, and the decision of the
Engineer-in-Charge as to such cost shall be final and binding upon the
CONTRACTOR.

3.0.4.0 BILLS OF MATERIALS


3.0.4.1 The CONTRACTOR shall within 56 (Fifty Six) days from the date of
acceptance of bid, furnish to the OWNER a detailed Bill of Materials
specifying the materials, which on preliminary determination made by the
CONTRACTOR, will be required to be incorporated in the permanent works in
order to establish the Works/ Unit and to operate the Plant/Unit (to the extent
of the mandatory spares), including construction materials.
3.0.4.2 Each item entered in the Bill of Materials shall be priced, so far as possible, in
conformity with the details given in this behalf in the priced bid. The Bill of
Materials and said price break–up therein and in the price bid are intended
only to form a basis for the purpose of calculating on account payments and
for calculating payments due to the CONTRACTOR under Clause 2.7.4.0
hereof upon cancellation of contract, and for no other purpose.
3.0.4.3 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the materials listed in the Bill of
Materials for the works for which they are intended, and of the prices
indicated in the Bill of Materials in respect thereof. Such review shall be
performed in conjunction with the design, engineering, specification and other
technical reviews to be done by the OWNER and all provisions applicable
thereto with reference to critical drawings shall be applicable to the review of
the Bill of Materials.
3.0.4.3.1 The priced Bill of Materials as approved by the OWNER shall
constitute the Bill of Materials envisaged in the contract documents. However,
no such approval shall, in any manner, absolve the CONTRACTOR of his full
responsibility under the contract to sell and supply to the OWNER at and
within the price of materials quoted in the Price Schedule, all materials
required for the permanent incorporation in the works and which are required
to establish, commission and operate (to the extent of mandatory spares) the
Plant/ Unit in accordance with the contract and the specifications, complete in
all respects including spares, tools, tackles and testing equipment, so far as
included within the scope of supply, whether or not any particular material is
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 29 of 192
actually included within or omitted in the Bill of Materials and whether or not
the price thereof is included in the price indicated in the Bill of Materials and
whether or not the price thereof is in conformity with the price thereof
indicated in the Bill of Materials. The review and approval of the Bill of
Materials and the prices therein are intended only for the satisfaction of the
OWNER that the priced Bill of Materials, prima-facie covers the materials
required to be supplied by the CONTRACTOR within the scope of supply.
3.0.4.4 The Bill of Materials shall be subject to amendment in both items and prices
in so far as necessary consequent upon any amendment in any relevant
related technical particulars, and upon any amendment, the amended Bill of
Materials as approved by the OWNER, shall thereafter constitute the Bill of
Materials as envisaged in the contract documents, provided that unless the
amendment results from a Change Order and/or Agreed Variation, no such
amendment shall anywise impose any liability on the OWNER to pay customs
and other import duties in excess of the customs and other import duties
payable on the value of imported materials as indicated in the Price schedule
but for such amendment.

3.0.5.0 SUPPLY OF MATERIALS


3.0.5.1 The CONTRACTOR shall supply the materials required to be supplied within
the Contractor’s scope of supply for incorporation in the permanent works in
accordance with and to meet the requirements in quality, quantity and other
particulars of the descriptions, specifications, plans, drawings, designs and
other documents applicable thereto, and the CONTRACTOR shall be deemed
to have undertaken that all materials selected, procured and supplied by the
CONTRACTOR within the scope of supply shall be of the best quality and
workmanship and shall be capable of producing the designed and desired
results and to perform the designed and desired functions to meet the
contractual requirements in all respects for the project.
3.0.5.2 The CONTRACTOR shall undertake and complete the supply of materials
within the scope of supply to meet the scheduled progress and requirements
of the work within the scope of work, and on no account later than the delivery
dates in this behalf specified in the Delivery Schedule.
3.0.5.3 Within 42 (Forty Two) days from the date of issue of the Letter of Acceptance
of bid, the CONTRACTOR shall submit to the OWNER for approval in respect
of each work or groups of work, a detailed Delivery Schedule in Graphical or
other suitable form giving dates of starting and finishing the various supplies
relative to the work, providing sufficient margin to cover for contingencies.
The Engineer-in-Charge and the CONTRACTOR shall thereafter, within 14
(Fourteen) days, settle the Delivery Schedule which shall form part of the
contract with attendant obligations upon the CONTRACTOR to make the
various deliveries/supplies involved on or before the date(s) mentioned in
respect thereof in the Delivery Schedule and default by the CONTRACTOR to
make within the prescribed date(s) any supply shall be deemed to be a
breach by the CONTRACTOR to which the provisions of clause 7.0.1.0
hereof relating to termination of contract shall be applicable, but without
prejudice to any other right or remedy that OWNER may have in this behalf.
3.0.5.4 All materials shall be deemed to have been accepted only when the material
is received at the project site and accepted by the Engineer-in-Charge. Such
acceptance shall however, be subject to the terms and conditions hereof,
including the right of rejection and/or replacement as elsewhere herein
specified.

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 30 of 192


3.0.5.5 If the CONTRACTOR fails to submit to the OWNER a Delivery Schedule as
envisaged above or if the Engineer-in-Charge and the CONTRACTOR shall
fail to agree upon the Delivery Schedule as envisaged above, then the
Engineer-in-Charge shall in consultation with the CONTRACTOR so far as
reasonably feasible prepare the Delivery Schedule as best he can and the
dates of delivery as fixed by the Engineer-in-Charge shall be final and binding
upon the CONTRACTOR except as herein otherwise expressly provided. The
Engineer-in-Charge shall issue the Delivery Schedule so prepared to the
CONTRACTOR, and the provisions of Clause 3.0.5.3 hereof shall apply
thereto as though it was an approved Delivery Schedule.
3.0.5.6 Any reference in the contract documents to the “approved Delivery Schedule”
or to the “Delivery Schedule” shall mean the approved Delivery Schedule
specified in Clause 3.0.5.3 above or the Delivery Schedule prepared and
issued by the Engineer-in-Charge as specified in Clause 3.0.5.5 above,
whichever shall be in existence.
3.0.5.7 Within 7 (Seven) days of the occurrence of any act, event or omission which,
in the opinion of the CONTRACTOR, is likely to lead to delay in the
commencement or completion of delivery of any particular material or of all
material and is such as would entitle the CONTRACTOR for an extension of
the time specified in this behalf in the Delivery Schedule(s), the
CONTRACTOR shall inform the Engineer-in-Charge in writing of the
occurrence of the act, event or omission and date of commencement of such
occurrence. Thereafter, if even upon the cessation of such act or event or the
fulfillment of the omission, the CONTRACTOR is of opinion that an extension
of time specified in the Delivery Schedule relative to particular material(s) or
in relation to all materials is necessary, the CONTRACTOR shall within 7
(Seven) days after the cessation or fulfillment as aforesaid make a written
request to the Engineer-in-Charge for extension of the relative time specified
in the Delivery Schedule and the Engineer-in-Charge may at any time, prior to
completion of the work, extend the relative time of completion in the Delivery
Schedule for such period(s) as he considers necessary, if he is of opinion that
such act/event/omission constitutes a ground for extension of time in terms of
the contract and that such act/event/omission has in fact resulted in
insurmountable delay to the CONTRACTOR. The opinion/decision of the
Engineer-in-Charge in this behalf and as to the extension necessary shall,
subject to the provisions of Clause 3.0.5.8 hereof, be final and binding upon
the CONTRACTOR.
3.0.5.8 Notwithstanding the provisions of Clause 3.0.5.7 hereof, the OWNER may at
any time after the completion of the work in all respects at the request of the
CONTRACTOR made by way of appeal either against a decision of the
Engineer-in-Charge taken under Clause 3.0.5.7 or against the Engineer-in-
Charge’s refusal to take a decision under the said clause, if satisfied of the
existence of any ground(s) justifying the delay/omission, extend the date of
delivery of any materials for such period(s) as the OWNER may consider
necessary, and the decision of the OWNER as to the existence or otherwise
of any grounds justifying the extension and as to the periods of extension, if
any necessary, shall be final and binding upon the CONTRACTOR.
3.0.5.9 Subject as elsewhere herein or in the contract documents, otherwise
expressly provided, only the existence of force majeure circumstances as
defined in Clause 3.0.5.10 hereof, shall afford the CONTRACTOR a ground
for extension of time for delivery of materials, and specifically without prejudice
to the generality of the foregoing :

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 31 of 192


i) Inclement or unforeseen weather, strike or lock-out (except as
provided in Clause 3.0.5.10), shutdown, third party breach, delay in
payment or commercial hardship shutdown or idleness or other
impediment in progress or completion of the supply or work due to any
reason whatsoever shall not afford the CONTRACTOR a ground for
extension of time or relieve the CONTRACTOR of his/its full
obligations under the contract.
ii) No delay whatsoever in the supply of any material by the
CONTRACTOR or any of the CONTRACTOR’s vendors, suppliers or
sub-contractors shall anywise entitle the CONTRACTOR to any
extension of time for completion or to any claim for additional costs,
remuneration or damages or compensation notwithstanding that an
increase in the time of performance of the contract is involved by virtue
of the delay or failure and notwithstanding that any labour, machinery
or equipment brought to or upon the job site by the CONTRACTOR or
any sub-contractor is rendered idle by such delay.
3.0.5.10 “Force Majeure” shall mean an event beyond the control of the
CONTRACTOR and not involving the CONTRACTOR’s fault or negligence
and not foreseeable, such as, but not restricted to wars (declared or
undeclared), revolutions, civil wars, tidal waves, fires, major floods,
earthquakes, epidemics, quarantine restrictions, nation-wide transportation
strikes and national strikes and freight embargoes.
Notwithstanding the provisions of Clause 3.0.5.9 hereof, strike or lock-out in
the works of manufacturers of critical equipments (if any) as specified in the
Special Conditions of Contract, in excess of a continuous period of 7 (seven)
days at any time during the period established for the supply of such
equipment, shall constitute a force majeure event provided that :
i) The strike or lock-out, as the case may be, was not foreseeable at the
time of placing the order on the manufacturer; and
ii) The strike/ lockout occurred at least 3 (three) months after the
CONTRACTOR placed the order on the manufacturer.
It is clarified that the expression “manufacturer of Critical Equipment” and
“manufacturer” shall not include a sub-manufacturer of such equipment or any
part or component thereof or a vendor of such equipment or any part or
component thereof who is not a manufacturer; and the expression “Critical
Equipment” shall not include any part or component thereof.
3.0.5.11 No assurance, representation, promise or other statement by
any personnel, Engineer or representative of the OWNER regarding the
extension of time for the supply by the CONTRACTOR of any material within
the CONTRACTOR’s scope of supply shall be binding upon the OWNER or
shall constitute an extension of time for the supply of any material(s)
within the provision of Clause 3.0.5.7 or Clause 3.0.5.8 hereof, unless the
same has been communicated by the Engineer-in-Charge to the
CONTRACTOR in writing under Clause 3.0.5.7 or by the Executive Director
under Clause 3.0.5.8 and the writing specifically states that it constitutes an
extension of time within the provisions of Clause 3.0.5.7 or 3.0.5.8, as the
case may be. Without prejudice to the foregoing, it is clarified that the mere
agreement, acceptance or prescription of a Delivery or other Schedule
containing an extended time of commencement or completion in respect of
the entire delivery(ies) or any of them shall not anywise constitute an
extension of time in a terms of the contract so as to bind the OWNER or
relieve LABOUR,
SECTION – 3 - MATERIALS, the CONTRACTOR
EQUIPMENT ANDof all or any
FACILITIES Page 32 of 192
of his liabilities under contract, nor shall constitute a promise on behalf of the
OWNER or a waiver by the OWNER of any of its rights in terms of the contract
relative to the performance of the contract within the time specified or
otherwise, but shall be deemed only (at the most) to be a guidance to the
CONTRACTOR for better organising his work on a recognition that the
CONTRACTOR has failed to organise his supplies and/or make the same
within the time specified in the Delivery Schedule.
3.0.5.12 If the CONTRACTOR fails to supply the materials in accordance with the
dates in this behalf specified in the Delivery Schedule, the CONTRACTOR
shall be deemed in breach of contract and the provisions of Clause 7.0.0.0
and associated Clauses thereunder with regard to the termination of the
contract shall apply, but without prejudice to any other rights, discount or
remedy available to the OWNER in respect of such delay or failure.

3.0.5.13 MAKE OF MATERIALS


i) All equipment and materials to be supplied under this Contract shall be
from approved vendors as indicated in the Bidding Document or as
otherwise approved by the Engineer-in-Charge/ OWNER.
ii. Wherever any item is specified by a brand name, manufacturer or
vendor, the make mentioned shall be for establishing type, function and
quality desired. Other makes will be considered, provided sufficient
information is furnished to the OWNER/ Engineer-in-Charge, to assess
the makes proposed by the CONTRACTOR as equivalent and
acceptable.
iii. Where the makes of materials are not indicated in the Bidding document,
the CONTRACTOR shall furnish details of proposed makes and supplies
and supply the same after obtaining the OWNER's/Engineer-in-Charge’s
approval.

3.0.6.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION


3.0.6.1 The CONTRACTOR shall, before supply of material covered within the scope
of supply, at his own risks, costs and initiative, undertake or cause to be
undertaken all tests, analysis and inspections as shall be required to be
undertaken with regard to the materials under the specifications and any
codes, practices, orders and instructions with respect thereto and shall cause
the results thereof to be recorded, reported or certified, as the case may be,
and shall not offer for delivery or deliver any material(s) which has/have not
passed such tests/analysis or inspection and which are not accompanied by
the tests results, reports and/or certificates in this behalf provided in the
applicable specifications, code(s) and/or practices.
3.0.6.2 On arrival of the material at site the CONTRACTOR shall give written notice
thereof to the Engineer-in-Charge or Inspection Agency notified by the
OWNER in this behalf, to inspect the materials, and shall keep in readiness for
inspection, the materials and the relevant tests results, reports and certificates
hereto.
3.0.6.3 Notwithstanding any other provisions in the contract documents for
analysis or tests of materials and in addition thereto, the CONTRACTOR
shall, if so required by the Engineer-in-Charge or Inspection Agency in
writing at his own risks and costs, analyse, test, prove and weigh all
materials (including materials incorporated in the works) required to be
analysed, tested, proved and/or weighed by the Engineer-in-Charge or
Inspection Agency in this behalf and shall have such analysis or tests
conducted
SECTION – 3 - MATERIALS, by EQUIPMENT
LABOUR, the agency(ies), or
AND FACILITIES Page 33 of 192
authority(ies) if any specified by the Engineer-in-Charge or Inspection
Agency. The CONTRACTOR shall provide all equipment, labour, materials
and other things whatsoever required for testing, preparation of the
samples, measurement of work and/or proof of weighment of the materials
as directed by the Engineer-in-Charge or Inspection Agency.
3.0.6.4 If on Inspection or proof, analysis or tests as aforesaid the Engineer-
in- Charge or Inspection Agency nominated by the OWNER in this
behalf is prima facie satisfied that the material received is in
conformity with the material requirements of the Bill of Materials and
description given in the shipping documents and in the Contractor’s
invoices in this behalf and that the test reports/results/certificates given in
respect thereof are prima facie in conformity with the relevant
result/reports/certificates required in respect thereof in terms of the
specifications and/or relevant codes and practices, and that the material
appears to be prima facie in good order and condition, the Engineer-in-
Charge shall promptly issue to CONTRACTOR, a Certificate of Verification
and Good Condition in respect of such material, and this shall constitute the
Certificate of Verification and Good Condition elsewhere envisaged in the
contract documents.
3.0.6.5 Such certificate is only intended to satisfy the OWNER that prima facie
the material supplied by the CONTRACTOR is in order and shall not anywise
absolve the CONTRACTOR of his/its full responsibility under the contract in
relation thereto, including in relation to specification fulfillment
and/or performance or other guarantees.
3.0.6.6 Notwithstanding that any area(s) or source(s) has/have been suggested by
the OWNER to the CONTRACTOR from which any material for incorporation
in the works can be obtained, the CONTRACTOR shall independently satisfy
himself of the suitability, accessibility and sufficiency of the source(s) of
supply suggested by the OWNER and suitability of the material available from
such source(s) with the intent that any suggestion as aforesaid shall not
anywise relieve the CONTRACTOR of his full liability in respect of the
suitability and quality of the material(s) obtained from said source(s) and the
Contractor shall obtain material(s) therefrom and incorporate the same within
the permanent works entirely at his own risks and costs in all respects, with
the intent that any such suggestion by the Owner shall only be by way of
assistance to the Contractor and shall not entail any legal responsibility
or liability upon the OWNER.

3.0.7.0 MATERIALS WITHIN THE CONTRACTOR’S SCOPE OF SUPPLY


3.0.7.1 The OWNER does not warrant or undertake the provisions of any
materials and the CONTRACTOR shall not imply, by conduct, expression or
assurance or by any other means, any promise or obligation on the part of
the OWNER in his respect understood by the CONTRACTOR.
3.0.8.0 TAXES AND DUTIES AND OTHER LEVIES
The Special Conditions of Contract and Clause 8.1.4.0 to 8.1.5.3 state the
taxes, duties and levies which will be borne by the OWNER or which will be
reimbursed by the OWNER to the CONTRACTOR in respect to the supplies
and/or services/works, and the conditions under and/or subject to which such
payments or re-imbursements shall be made by the OWNER.
3.0.8.1 Except as specifically provided to the contrary in the Special Conditions of
Contract:
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 34 of 192
(i) The CONTRACTOR shall within the price of materials and scope of
supply be liable to pay and bear any and all duties, taxes, levies and
cesses lawfully payable on any goods, equipment or materials
imported into India or within any local limits for permanent
incorporation in the work(s), and on materials sold and supplied to the
OWNER pursuant to the Contract.
(ii) The CONTRACTOR shall within the price of services and scope of
services be liable to pay and bear any and all duties, taxes, levies and
cesses lawfully payable on any goods or equipment imported into
India or within any local limits for use in the performance of the
work(s), and on services performed pursuant to the contract.

3.0.8.2 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES


The CONTRACTOR shall accept full and exclusive liability at his own cost for
the payment of any and all taxes, duties, cesses and levies howsoever
designated, as are payable to any government, local or statutory authority in
any country other than India as are now in force or as are hereafter imposed,
increased or modified and as are payable by the CONTRACTOR, his agents,
Sub-contractors and Suppliers and its/their respective employees for or in
relation to the performance of this Contract. The CONTRACTOR shall be
deemed to have been fully informed with respect to all such liabilities and
shall further be deemed to have consideration and included the same in his
bid and the Lumpsum Price shall not be varied in any way on this account.

3.0.8.3 TAX INDEMNITY


It will be the duty of the CONTRACTOR to duly observe and perform all laws,
rules, regulations, orders and formalities applicable to Excise Duty, Sales
Tax/VAT and Customs Duty on the manufacture, sale, import and/or supply of
any material to OWNER and/or applicable to Service Tax on the services
performed by the CONTRACTOR pursuant hereto. The CONTRACTOR shall
keep the OWNER indemnified for and against any and all claims, demands,
prosecutions, penalties, damages, demurrages and/or other levies
whatsoever made or levied by the Court or Customs Authorities with respect
to any alleged breach, evasion or infraction of such duties, taxes, charges or
levies or any breach or infraction of such laws, rules, regulations, orders or
formalities concerning the same and from the consequence thereof.

3.1.0.0 MATERIAL AND EQUIPMENT SUPPLIED BY THE OWNER


3.1.1.0 The OWNER may supply within its scope of supply specific equipment and/or
materials for permanent incorporation in the works. The supply of equipment
and materials to the CONTRACTOR shall be on the following terms and
conditions:
a) Deliveries shall be either from the storage of the OWNER or from the
factory/ storage of supplier or from nearest suitable railhead or other
point(s) of collection as may be determined by the OWNER taking into
account the source(s) of supply of the material.
b) It shall be the responsibility of the CONTRACTOR at his own risks and
costs to take delivery of the materials from the stores, factory, railhead
or other designated collection point, and to arrange for its loading,
transportation to job site and unloading at the job site or other place of
storage. The CONTRACTOR shall, in taking delivery, ensure
compliance of any conditions for delivery applicable to deliveries from
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 35 of 192
OWNER's or supplier's factory/ stores or railways or other transporters
concerned, and shall be exclusively responsible to pay and bear any
demurrage or penalty or other charges payable by virtue of any failure
or delay by the CONTRACTOR in lifting the supplies and/or any failure
by the CONTRACTOR to observe the conditions of supply as aforesaid,
and the CONTRACTOR shall keep the OWNER indemnified from and
against all consequences thereof.
c) The CONTRACTOR shall inspect the equipment and materials at the
time of taking delivery thereof and satisfy himself of the quality, quantity
and condition thereof prior to taking delivery and the OWNER shall not
be liable for any claims or complaints whatsoever in respect of quality,
quantity or conditions of the equipment or materials once the
CONTRACTOR has taken delivery thereof, except for established latent
defects which could not be determined at the time of delivery.
d) The CONTRACTOR shall on receiving and opening the packing cases
or other packaging of equipment and material on behalf of the OWNER,
verify and tally the actual contents with the packing list and bring any
discrepancies to the notice of the Engineer-in-Charge. The
CONTRACTOR shall also sort out and segregate and hand over to the
OWNER's stores, the Instruction Manuals, Operation and Maintenance
Manuals, Special Maintenance Tools, Erection Spares, Commissioning
Spares, and Maintenance Spares and other extras, if received with the
equipment/ materials.
e) The equipment and/or material(s) supplied or procured by the OWNER
shall be utilized by the CONTRACTOR only for incorporation in the
permanent works and even so shall not (unless specifically authorized
by the OWNER in this behalf) be utilized for manufacturing any item(s)
which can be obtained in finished form from standard manufactures.
f) The CONTRACTOR shall furnish to the Engineer-in-Charge sufficiently
in advance a detailed statement showing its requirement of all types and
quantities of equipment and materials agreed to be supplied by the
OWNER, indication of the time when relative types and quantities
thereof shall be required by him for the works so as to enable the
OWNER to verify the quantities of materials specified by the
CONTRACTOR and to enable the OWNER to make arrangements for
supply thereof.
g) The Contractor shall maintain a day to day account of all equipment and
materials supplied to him by the OWNER indicating the daily receipt(s),
consumption and balance(s) in hand of each material and category
thereof. Such account shall be maintained in such form (if any) as shall be
prescribed by the Engineer-in-Charge and shall be supported by all
documents necessary to verify the correctness of the entries in the
account. Such account shall be maintained at the CONTRACTOR’s office
at the site, and shall be open for inspection and verification (by verification
of documents in support of the entries as also by physical verification of
the stocks) at all times by the Engineer-in-Charge and Site Engineer
without notice, and for the purpose, the Engineer-in-Charge and Site
Engineer shall be permitted and enabled without obstruction to enter into
any godown or other place or premises where the equipment or materials
or any part thereof shall be stored and to inspect the same and to take by
himself and/or through his representative(s) an inventory thereof.
(h) All equipment and materials supplied by the OWNER shall be taken
delivery of, held, stored and utilized by the CONTRACTOR as trustee of
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 36 of 192
the OWNER, and delivery of material to the CONTRACTOR shall
constitute an entrustment thereof by the OWNER to the CONTRACTOR,
with the intent that any utilization, application or disposal thereof by the
CONTRACTOR otherwise than for permanent incorporation in the
contractual works in terms hereof shall constitute a breach of trust by the
CONTRACTOR.
(i) The CONTRACTOR shall hold and store any equipment or material(s)
supplied by the OWNER only at such place and/or premises as may be
approved by the Engineer-in-Charge, provided that no such approval shall
absolve the CONTRACTOR in whole or part of his full liabilities in respect
of such equipment or material, and the CONTRACTOR shall be and
remain responsible at all times at his own risk and cost to ensure that the
equipment and material(s) supplied by the OWNER is/are retained at all
times in premises that are water tight and otherwise suitable for the
storage of the concerned equipment or materials so as to prevent
damage or deterioration for any cause whatsoever or theft or other loss,
and shall arrange such watch and ward therefor as shall be necessary to
ensure the safety thereof.
(j) The Engineer-in-Charge may at his discretion require that all premises in
which any equipment or materials supplied by the OWNER are stored,
shall be double-locked with the keys to one lock retained by the Site
Engineer or his representative and the other with the CONTRACTOR with
the intent that all issues of OWNER supplied equipment and materials
shall be with concurrence of the Site Engineer or his representative, as
the case may be, provided that any such double-locking and/or
concurrence as aforesaid shall be an additional precaution and shall not
anywise absolve the CONTRACTOR of his full liabilities or responsibilities
in respect of such equipment or materials.
(k) The equipment and material supplied by the OWNER shall be insured by
the OWNER against normal risks during transit, storage and erection. The
CONTRACTOR shall, however, be responsible forthwith to make/lodge
with the insurers and pursue on behalf of the OWNER any and all claims
under the policy(ies) and to fulfill all formalities required to obtain payment
thereunder and/or to assist the OWNER in making or pursing any such
claim(s) and/or in obtaining payment thereunder.
(l) No such insurance(s), shall anywise absolve the CONTRACTOR from
his full liabilities hereunder, with the intent that the CONTRACTOR shall
at all times be exclusively responsible for any and all loss(es), damage(s),
deterioration, misuse, theft, misapplication or disposal of the equipment or
material(s) supplied by the OWNER or any of them contrary to the
provisions hereof and shall keep the OWNER indemnified from and
against the same and shall forthwith at his own cost and expense replace
any such equipment and material(s) lost, damaged, deteriorated,
misused, stolen, misapplied and/or disposed as aforesaid, with other
equipment or material of equivalent quality and quantity to the extent that
the same is not covered by any insurance as above, and if covered, to the
extent that payment under the relative policy(ies) is for any reason not
available to the OWNER.
(m) The CONTRACTOR shall use the equipment and materials supplied by
the OWNER for incorporation in the permanent works carefully and
judiciously with no wastage or the minimum possible wastage, wherever
some wastage is inevitable or unavoidable, in any case within the
wastage limit, if any, specified by the OWNER in respect of any such
material(s). For any excess wastage or generation of scrap or misuse or

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 37 of 192


injudicious, careless or wrong use of OWNER supplied materials, as to
all of which the decision of the Engineer-in-Charge shall be final and
binding on the CONTRACTOR, the CONTRACTOR shall be bound to
replace the material lost by such excess, misuse or injudicious, careless
or wrong use with material of equivalent quantity and grade acceptable to
the OWNER within the time limit specified by the OWNER and where this
is not done or is not possible, practicable or advisable to be done, in the
opinion of the OWNER, which shall be final and binding on the
CONTRACTOR, the OWNER shall be compensated by the
CONTRACTOR for the replacement costs at site thereof plus the costs of
procurement at 15% (fifteen percent) of the assessed replacement cost
thereof. Failing remittance of this amount by the CONTRACTOR to the
OWNER within a week of demand made by the OWNER, the OWNER
shall be entitled to recover/adjust the amount demanded from any
money(ies) due from the OWNER to the CONTRACTOR and/or from any
Security or any other deposits of the CONTRACTOR lying with the
OWNER under this and/or any other contract, without any further notice to
the CONTRACTOR. The decision of the OWNER in respect of the actions
contemplated in this clause shall be final and binding on the
CONTRACTOR.
(n) Notwithstanding anything herein provided and notwithstanding the
transfer of all risks in respect of such equipment and materials to the
CONTRACTOR, the ownership in respect of all OWNER supplied
equipment and materials shall at all times be and remain in the OWNER.
(o) The excess equipment and material and the scrap material generated
from the work, in so far as the OWNER supplied materials are concerned,
shall be returned to the OWNER’s stores. On completion of the work, the
CONTRACTOR shall duly render accounts for the materials and
equipment issued by the OWNER, to the satisfaction of the OWNER. Any
shortages, losses and/or damages shall be to the CONTRACTOR’S
account and all the conditions stipulated under sub-Clause(m) above shall
apply in this case also.
(p) The CONTRACTOR shall within the scope of the CONTRACTOR’s
obligations and price payable under the contract and without entitlement
to claim any additional cost, charge, remuneration or compensation
therefor be responsible to co-ordinate the supply of OWNER supplied
materials and equipment (including parts and components thereof) and to
expedite with the manufacturer(s), supplier(s) and transporter(s) of such
materials and equipment the timely supply and delivery thereof to meet
the CONTRACTOR’s requirements and the progress of the work in such
manner as the CONTRACTOR considers necessary taking into account
the location of the manufacturer or supplier or transporter, and the
urgency of the requirement so as to ensure that there is no delay in any
supply or delivery of such material or equipment as could affect the
progress of the work.
(q) The OWNER shall not be responsible for any delay in the supply of any
such equipment and/or materials supplied or procured or agreed to be
supplied or procured by the OWNER, and no such delay or failure shall in
any way render the OWNER liable for any claim for damages or
compensation by the CONTRACTOR notwithstanding that an increase in
the time of performance of the contract is involved by virtue of such delay
and notwithstanding any labour, machinery or equipment brought upon or
to the job site by the CONTRACTOR for the performance of the work
being rendered idle by such delay or failure, PROVIDED that:

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 38 of 192


(i) If in spite of best efforts on the part of the CONTRACTOR to
coordinate and expedite deliveries of such material or equipment
for permanent incorporation in the work, the Contractor has been
unable to persuade or otherwise to get the manufacturer, supplier
or transporter thereof to agree to supply or deliver the material or
equipment within the date(s) of the anticipated requirement of
such equipment or material by the CONTRACTOR for permanent
incorporation in the work thereafter to match the actual
requirement of such material to match the progress of work
achieved by the CONTRACTOR, the CONTRACTOR shall give
written notice thereof to the Engineer-in-Charge and to the
OWNER at least 15 (fifteen) days prior to the requirement
specifying the material or equipment involved, the manufacturer,
supplier or transporter involved, the steps which the
CONTRACTOR has taken to expedite supply or delivery of such
material or equipment, and the anticipated date of actual
requirement of such material or equipment for incorporation in the
permanent works to match the actual progress of the work by the
CONTRCTOR, so that Engineer-in-Charge and/or OWNER may
also intervene to expedite delivery of such material(s) or
equipment; and
(ii) If notwithstanding such notice by the CONTRACTOR, the
Engineer-in-Charge and OWNER have not been able to arrange
supply/delivery of such equipment or material to match the
CONTRACTOR’s requirement thereof within 15 (fifteen) days of
the notice or the requirement, whichever is later, the
CONTRACTOR shall give further notice thereof to the Engineer-in-
Charge in accordance with the provisions of Clause 4.3.5.0 hereof,
and the provisions of Clauses 4.3.5.0 and 4.3.6.0 hereof with
regard to extension of time shall apply with regard to any period of
delay thereafter in the supply of such material or equipment if the
CONTRACTOR is able to demonstrate by the documents to the
satisfaction of the Engineer-in-Charge or OWNER, as the case
may be, that the CONTRACTOR has taken all reasonable steps to
expedite the supply or delivery of the equipment/material and that
the completion of the work has actually been delayed because of
the unavailability of such equipment or material, and that there has
been no concurrent delay by the CONTRACTOR in the
performance of any other work. In such event, the Contractor shall
be entitled to extension of the time specified in the Time Schedule
for the number of days by which the completion of the work has
been actually delayed because of the unavailability of such
equipment or material absent any concurrent delay by the
CONTRACTOR.
3.2.0.0 UTILITIES AND CONSUMABLES ETC.
3.2.1.0 The CONTRACTOR shall be and remain at all times exclusively responsible
within the scope of work to provide all utilities, consumables, permits,
licenses, easements and facilities and other items and things whatsoever
required for or in connection with the work, including but not limited to those
indicated by expression or implication in the bid documents and/or other
contract documents or howsoever otherwise as shall be or may from time to
time be necessary for or in connection with the work.

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 39 of 192


3.2.1.1 The OWNER shall supply all Utilities required for commissioning the Unit/works,
if and so far as commissioning is within the CONTRACTOR’s scope of work
under the Contract.
3.2.1.2 The OWNER shall not be responsible for any delay in the supply of any Utility
required for commissioning the Unit or works and no such delay or failure shall in
any way render the OWNER liable for any claim for damages or compensation
by the CONTRACTOR notwithstanding that an increase in the time of
performance of the contract may be involved by virtue of such delay and
notwithstanding any labour, machinery or equipment brought upon to the job site
by the CONTRACTOR for the performance of the work being rendered idle by
such delay or failure, PROVIDED that:

(i) If the CONTRACTOR shall have given written notice to the Engineer-in-
Charge and to the OWNER specifying the Utility(ies) required and the
anticipated date of actual requirement of such Utility(ies) for
commissioning to match the actual progress of the work by the
CONTRACTOR at least 15 (fifteen) days prior to such requirement; and

(ii) If notwithstanding such notice by the CONTRACTOR, the Engineer-in-


Charge/OWNER has not been able to arrange supply of the Utility to
match the CONTRACTOR’s requirement thereof within 15 (fifteen) days
of the notice or the actual requirement, whichever is later, the
CONTRACTOR shall give further notice thereof to the Engineer-in-
Charge in accordance with the provisions of Clause 4.3.5.0 hereof, and
the provisions of Clauses 4.3.5.0 and 4.3.6.0 hereof with regard to
extension of time shall apply with regard to any delay thereafter in the
supply of such Utility if the Contractor is able to demonstrate by
documents to the satisfaction of the Engineer-in-Charge or OWNER, as
the case may be, that the commissioning has actually been delayed
because of the unavailability of such Utility and that there has been no
concurrent delay by the CONTRACTOR in the performance of any other
work. In such event, the CONTRACTOR shall be entitled to extension of
time for commissioning specified in the Time Schedule by the number of
day for which the commissioning has actually been delayed by the
unavailability of the utility absent any concurrent delay by the
CONTRACTOR.

3.3.0.0 LABOUR, MACHINERY, AND EQUIPMENT


3.3.1.0 The CONTRACTOR shall be and remain at all times exclusively responsible
within the scope of work at his/its own risks and costs in all respects to
provide all labour, supervision, staff, personnel, machinery and equipment(s),
tools, tackles and instruments whatsoever required for or in connection with
the work, including all testing and/or measuring laboratories, equipment,
instruments and/or facilities and associated personnel.

3.4.0.0 LAND, POWER, WATER AND OTHER FACILITIES


3.4.1.0 The CONTRACTOR shall be responsible to provide within the scope of work,
all facilities necessary for performance of the work including (but not limited
to) water (including water for hydrostatic testing if any), power, transportation,
handling and construction equipment, vehicles, vessels and any additional
land at or about the job site(s) required for the CONTRACTOR’s field
office(s), camps, godowns, workshops and residential accommodation for
CONTRACTOR’s staff, quarry rights, borrow areas and access roads to or
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 40 of 192
about the job site(s) and CONTRACTOR’s offices, camps, godowns,
workshops, accommodations, and temporary works and facilities whatsoever.
3.4.2.0 The OWNER does not warranty or undertake the provisions of any facility
aforesaid or otherwise whatsoever to the CONTRACTOR or assistance in
obtaining, procuring the same or other assistance whatsoever for or in the
performance or testing the work(s) and the CONTRACTOR shall not imply by
conduct, expression or assurance or by any other means any promise or
obligation on the part of the OWNER contrary to the provisions hereof, and
any such promise or obligation understood by the CONTRACTOR shall not
be binding upon the OWNER.
3.4.3.0 Any assistance which the OWNER renders to the CONTRACTOR, in terms
hereof or otherwise relative to the work by provision of any facility, water,
power, transportation, tools, vessels, vehicles, construction and/or testing
equipment and machinery, provision of land for quarries or borrow areas or
for CONTRACTOR’s Office, godown(s), workshop(s) or accommodations
and/or access road(s) or otherwise howsoever in the performance or testing
of the work(s), shall be, without any attendant obligation upon the OWNER or
liability on the OWNER for any failure, omission, delay or refusal in providing
or continuing to provide the same, and shall not for any cause afford a basis
of defence to the CONTRACTOR for any breach by the CONTRACTOR of
any of his obligations under the Contract or a ground for extension of time for
completion.
3.4.4.0 After the completion of the works, certain areas shall be
declared as Restricted Areas by the OWNER. If the CONTRACTOR is still
in location or occupation of any such Restricted Area, the CONTRACTOR
shall vacate the same forthwith on being required to do so by the OWNER,
and meanwhile shall at all times comply with and ensure strict compliance
with all regulations as the OWNER may from time to time issue with reference
to such Restricted Area(s).

3.5.0.0 POWER SUPPLY


3.5.1.0 Without prejudice to the provisions of Clause 3.4.0.0 hereof and following
clauses thereunder, as and when adequate power supply becomes available
for the site, the OWNER may, at its discretion provide for supply of power to
the CONTRACTOR for the work from the OWNER’s convenient & nearest
sub station, from which source the CONTRACTOR shall at his own cost and
initiative make arrangements for temporary distribution of power to
CONTRACTOR’s work(s) at the site.
3.5.2.0 All arrangements for the distribution or power from source aforesaid and the
work relative thereto shall be made, performed and/or installed in conformity
with Indian Electricity Act and other applicable Laws and Regulations
governing the supply and transmission, distribution of electricity and shall be
subject to prior approval by the Engineer-in-Charge.
3.5.3.0 The CONTRACTOR shall, at his own costs and initiative, on completion or
prior determination of work or otherwise during execution of the work, if
required by the Engineer-in-Charge because of hindrance caused thereby or
for any other cause, forthwith remove or re-route the distribution lines,
installations and/or works or part(s) thereof, as the case may be required to
be removed or re-routed.
3.5.4.0 The OWNER shall recover from the CONTRACTOR for the power consumed
by the CONTRACTOR from the OWNER’s source(s) of supply the cost
thereof to the OWNER as determined by the OWNER in this behalf from time
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 41 of 192
to time. The amount due to the OWNER in respect of such power supplied
shall, without prejudice to any other mode of recovery available to the
OWNER, be deductible from the Running Account/Final Bill(s) of the
CONTRACTOR and/or any monies due or becoming due to the
CONTRACTOR from time to time.
3.5.5.0 The CONTRACTOR shall provide at his own cost suitable electric meters
certified by State Electricity Board or other authority approved by the
Engineer-in-Charge for measurement of the power units supplied to the
CONTRACTOR for determination of the payment due thereon to the
OWNER. Such meters shall be under the custody and control of the OWNER.
3.5.6.0 In the event of failure or defect of meter(s), power charges shall be calculated
on the consumption determined by the Engineer-in-Charge (whose decision
shall be final both as regards the existence of a defect or failure and as
regards the power consumed).
3.5.7.0 The OWNER may at any time without notice and without specifying any
cause, suspend or discontinue power supply as aforesaid to the
CONTRACTOR, and such suspension or discontinuance shall not entitle the
CONTRACTOR to any compensation or damages or constitute a basis for
extension of time for completion.
3.5.8.0 Power supplied by the OWNER to the CONTRACTOR shall be
entirely at the risk of the CONTRACTOR as to the continuity and
regularity of supply, maintenance of voltage and adequacy of load and
frequency without any warranty by or liability of the OWNER in respect
thereof and without entitlement to the CONTRACTOR for any compensation,
damages, extension of time or otherwise on ground of grid disturbances,
discontinuance, fluctuation of voltage or inadequacy of load or frequency or
any other cause whatsoever.

3.6.0.0 WATER SUPPLY


3.6.1.0 Without prejudice to the provisions of Clause 3.4.0.0 hereof and the following
clauses thereunder in the event of the OWNER having adequate source of
water supply at the site available for distribution, the OWNER may at its
discretion provide water to the CONTRACTOR for the work from the
OWNER’s source of supply. The CONTRACTOR shall, at CONTRACTOR’s
own cost and initiative provide suitable pumping installations and piping for
the transportation of water to and distribution at the CONTRACTOR’s place or
work.
3.6.2.0 Such installations, pipes and other equipment shall be laid out/installed by the
CONTRACTOR only with the prior approval of the Engineer-in-Charge so as
not to interfere with the layout and progress of the other construction work at
the site and access to or about the job site.
3.6.3.0 The CONTRACTOR shall forthwith on completion of the work or earlier
determination of the Contract or during the execution of the work(s), if so
required by the Engineer-in-Charge, on grounds of hindrance or obstruction
caused thereby or other cause whatsoever at his/ its own cost and initiative
remove or re-route, as the case may be, any installation, pipes and/or other
equipment put up or erected by the CONTRACTOR for the transportation
and/or distribution of water, and fill any trenches, ditches or other excavations
done by the CONTRACTOR for the purpose thereof and restore the site to
the same condition in which it was prior to the installation.
3.6.4.0 The OWNER shall recover from the CONTRACTOR, for water supplied to the
CONTRACTOR from OWNER’s source of supply at the cost thereof
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES
to the
Page 42 of 192
OWNER as determined by the OWNER in this behalf from time to time. The
amount due to the OWNER in respect thereof shall (without prejudice to any
other mode of recovery available to the OWNER) be deductible from the
Running Account and Final Bill(s) of the CONTRACTOR and/or payments
due or becoming due to the CONTRACTOR from time to time.
3.6.5.0 The CONTRACTOR shall provide at his own cost and initiative suitable water
meters approved by the Engineer-in-Charge for measurement of the water
units supplied to the CONTRACTOR for determination of the payments due in
this behalf to the OWNER. Such meters shall be under the custody and
control of the OWNER.
3.6.6.0 In the event of failure or defect of meters, water charges will be calculated on
the consumption determined by the Engineer-in-Charge (whose decision shall
be final both as regards the existence of a defect or failure and as regards the
water consumed).
3.6.7.0 The OWNER may without notice or specifying any cause, suspend or
discontinue water supply to the CONTRACTOR and such suspension or
discontinuation shall not entitle the CONTRACTOR to any compensation or
damages or constitute a basis or ground for extension of the time for
completion.

3.6.8.0 Water supply by the OWNER to the CONTRACTOR shall be entirely at the
risk of the CONTRACTOR as to the continuity and regularity of supply and
maintenance and adequacy of pressure without any warranty by or liability to
the OWNER in respect thereof and without entitlement to the CONTRACTOR
on grounds of discontinuance, irregularity, drop or rise in pressure or other
cause whatsoever to claim from the OWNER any damages, compensation or
extension of time or otherwise in respect thereof or the consequences
thereof.

3.7.0.0 LAND
3.7.1.0 Without prejudice to the provision of Clause 3.4.1.0 hereof and following
Clauses thereunder, the OWNER may at its discretion and convenience, if it
has sufficient available land at its disposal, provide land to the
CONTRACTOR near or about any job site, for the construction of the
CONTRACTOR’s field office(s), godown(s), workshop(s), assembly yard,
residential accommodation and/or temporary works or any of them required
for/or in connection with the execution of the works.
3.7.2.0 The CONTRACTOR shall at his own cost and initiative construct temporary
buildings or other accommodation or works necessary and make suitable
arrangement for water and power supply thereto and for provision of sanitary,
drainage and de-watering arrangements in respect thereof in accordance with
plans/designs, layouts previously approved by the Engineer-in-Charge in this
behalf.
3.7.3.0 Any land provided by the OWNER to the CONTRACTOR within the
provisions hereof shall be strictly on a license basis, and shall not create any
right, title or interest whatsoever in the CONTRACTOR therein or in respect
thereto.
3.7.4.0 The CONTRACTOR shall pay to the OWNER, license fee @ Rs. 1000/-
(Rupees One Thousand only) per month or part thereof for upto 500 (Five
Hundred) square meters of land or part thereof made available to it by the
OWNER and Rs. 200/- (Two Hundred only) per month or part thereof for
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 43 of 192
each additional 100 (One Hundred) square meters of land or part thereof
made available by the OWNER to the CONTRACTOR or at such other
rate(s) of license fee as specified by the OWNER in this behalf from time to
time for any land made available to the CONTRACTOR within the
provisions hereof, and the OWNER shall be entitled (without prejudice to
any other mode of recovery), to recover the license fee from the Running
Account and Final Bill(s) of the CONTRACTOR and/or other payments due or
becoming due to the CONTRACTOR from time to time.
3.7.5.0 Notwithstanding anything herein provided, the OWNER reserves the right at
any time during the pendency of the work to call upon the CONTRACTOR to
vacate the land or any part thereof on giving 7 (Seven) days’ written notice to
the CONTRACTOR in this behalf.
3.7.6.0 Forthwith upon expiry of such notice or on completion of the works or earlier
determination of the contract, the CONTRACTOR shall remove all
constructions, works, piping and other installation whatsoever not forming part
of the contractual works, put up or erected by the CONTRACTOR upon the
land, and shall have the land cleared, leveled and dressed to the satisfaction
of the Engineer-in-Charge.
3.7.7.0 The CONTRACTOR shall not be entitled, upon any vacation or notice within
the provisions of clause 3.7.5.0 hereof, to claim any resultant compensation
or damage from the OWNER nor shall such notice or vacation constitute a
ground or basis for any claim by the CONTRACTOR for compensation or
damages or ground for extension of time for completion.
3.7.8.0 The OWNER shall be entitled at any time without notice to the
CONTRACTOR, to suspend or withdraw use by the CONTRACTOR of any
part of such area or land or access thereto and no suspension or withdrawal
of such facility, or disruption or inadequacy thereof by virtue of flood, storm,
fire, disrepair or other cause whatsoever, shall form the basis of any claim by
the CONTRACTOR for compensation or damages or ground for extension of
time for completion.
3.7.9.0 Notwithstanding anything herein provided, the provisions of clause 7.0.6.0
hereof and related Clauses applicable consequent upon termination of
contract, shall apply to any breach by the CONTRACTOR of his obligations,
within the provisions of Clauses 3.4.4.0, 3.5.3.0, 3.6.3.0 and 3.7.6.0 hereof as
to a breach of clause 7.0.5.0 hereof.

3.8.0.0 ACCESS TO SITE


3.8.1.0 The CONTRACTOR shall at his own cost and initiative arrange for and
provide any access to the work area and stringing or other yards for labour,
equipment and material as may be necessary for any cause in addition to the
ingress and egress available through public highways. Any arrangements in
respect thereof as may be entered into by the CONTRACTOR with any
person interested in the land through which access is sought, shall be in
writing and a copy of the writing (certified by or on behalf of the
CONTRACTOR to be true copy thereof) shall forthwith be lodged with the
OWNER. Such a writing shall specifically stipulate that the OWNER shall not
be responsible for any claims under the Contract or for any damage, loss or
injury to the land or any material, item or thing thereon or in, and the
CONTRACTOR shall keep the OWNER indemnified from and against any
claim, action or proceedings in respect thereof.
3.8.2.0 The CONTRACTOR shall at his own cost and initiative arrange for and obtain
all necessary permissions, permits, consents and licenses as may be
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 44 of 192
necessary to transport the materials, tools, equipment, machinery and labour
along or across any highway, roadway, or other way, or railway, tramway,
bridge, dyke, dam or embankment, or lake, pond, canal, river, state terminal,
toll octroi, or other line, border or barrier.
If for the purpose of convenience of the CONTRACTOR, the OWNER shall
arrange road permits for the transportation of any materials to site in its own
name, or otherwise if by applicable law, rule, regulation or practice road
permits will only be granted to the OWNER for the transportation of any such
materials to or within the local area in a state and the OWNER by virtue
thereof shall be liable to pay toll, octroi or other tax or levies in relation to such
permit(s), the CONTRACTOR shall on demand forthwith reimburse the
OWNER, the cost of such tax or levy imposed upon or borne by the OWNER,
failing which the CONTRACTOR shall be liable to pay interest thereon at 2%
(two percent) above the prime lending rate of the State Bank of India as long
as the amount remains outstanding or unadjusted from any bill or other
payment due to the CONTRACTOR

3.9.0.0 SHIPPING AND OTHER DOCUMENTS


3.9.1.0 Without prejudice to any other obligations of the
CONTRACTOR under the Contract, and in addition to any other documents
required to be furnished by the CONTRACTOR under the Contract, the
CONTRACTOR shall, in respect of all items and materials imported into
India, obtain and furnish within
10 (Ten) working days to the OWNER, at his own cost and initiative, the
following documents (hereinafter for the sake of brevity collectively referred to
as the “the said documents”) according to the provisions of the following
clauses, namely :
i) Signed Invoice(s);
ii) Clean Bill of Lading;
iii) Packing lists/Mill Tally Sheets;
iv) Certificate of origin;
v) Consular’s Invoice, if necessary ;
vi) Export License/documents, if applicable; and
vii) Any other document(s) or literature required for Custom clearance;
viii) Phytosanitary Certificate for packing material as per International
norms
3.9.2.0 The Bill of Lading shall be drawn to show the OWNER’s concerned project as
the consignee, or otherwise as instructed by the OWNER, and shall clearly
indicate the Contract Number specified in this behalf by the OWNER, the
description of the items/materials giving the dimensions, quantities, weights,
and all other details required for Customs clearance of the consignment,
and/or as may be specified by the OWNER from time to time in this behalf.
3.9.3.0 The Bill of Lading shall show the gross freight amount, and shall either
indicate or be accompanied by the carrier’s statement of charges and shall
carry all other particulars necessary to bind the carrier.
3.9.4.0 The CONTRACTOR shall not less than 7(seven) clear days before the
contemplated date of shipment, inform the Engineer-in-Charge of the
contemplated date of relative shipment of the item(s) or material(s) and of the
contemplated date of arrival thereof in India.

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 45 of 192


3.9.5.0 In addition, within 7 (Seven) working days of the date of shipment, the
CONTRACTOR shall dispatch, by Air Courier, according to the instructions of
the Engineer-in-Charge in this behalf, 10 (Ten) sets/copies of the said
documents.
3.9.6.0 The CONTRACTOR shall also, within 48 (Forty-Eight) hours of shipment,
send intimation of shipment by fax or scanned copy by email to the addresses
of the OWNER and/or Engineer-in-Charge specified in this behalf.
3.9.7.0 The Invoice shall be drawn in the name of the OWNER and shall state the
quantity and detailed description of each item supplied reflecting the value of
each item/material and the basis of delivery as CIF.
3.9.8.0 The description of each item/material indicated in the Invoice and the Bill of
Lading shall conform to the description of the item/material as given in the
relative Import License(s)/Permit(s) issued to the OWNER in this behalf.
3.9.9.0 The Invoice and Bill of Lading shall also indicate on the face of it, the Number,
date and validity of the Import License (if the Import License has been
revalidated, Number and date of re-validation) against which the Import is
being made.
3.9.10.0 Invoice(s) referred to with reference to the said documents
are intended merely to comply with customs and Import formalities and will
not create any obligation for payment thereof or against unless
specifically as provided elsewhere in the Contract.
3.9.11.0 The OWNER reserves the right to vary the said list of documents by addition
thereto or subtraction therefrom and to vary applicable instruction(s) from time
to time.
3.10.0.0 PACKING AND FORWARDING
(a) IMPORTED SUPPLIES
(i) The CONTRACTOR wherever applicable, shall, after proper painting,
pack and crate all materials for shipment in a manner suitable for export
to a tropical, humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect them from
damage and deterioration in transit by road, rail and/or sea and during
storage at the site till the time of erection. Without prejudice to any other
liabilities or obligations of the CONTRACTOR, the CONTRACTOR shall
be responsible for all damage(s) to the materials due to improper
packing.
(ii) The CONTRACTOR shall notify the OWNER and Engineer-in-Charge of
the date of each shipment from the port of embarkation as well as of the
expected date of arrival of such shipment at the designated port of
arrival only for the OWNER's/ Engineer-in-Charge’s information and to
enable the OWNER to pay customs duty at the port of dis-embarkation
(iii) The CONTRACTOR's notification shall give complete shipping
information concerning the weight, size and content of each package
and such other information as the OWNER may require.
(iv) The packing material used should be duly certified by a Phytosanitary
Certificate issued as per international norms.

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 46 of 192


(b) INDIGENOUS SUPPLIES
i. The CONTRACTOR shall, wherever applicable, after proper painting,
pack and crate all items in such a manner as to protect them from
deterioration and damage during rail and road transportation to the site
and during storage at the site till the time of erection. Without prejudice
to any other liabilities or obligations of the CONTRACTOR, the
CONTRACTOR shall be responsible for all damage(s) due to improper
packing.
ii. The CONTRACTOR shall notify OWNER/ Engineer-in-Charge of the
date of each shipment from the works and expected date of arrival at
the site for the information of OWNER/ Engineer-in-Charge.
iii. The CONTRACTOR's notification shall also give all shipping information
concerning the weight, size and content of each packing and such other
information as the OWNER/ Engineer-in-Charge may require.
iv. The following documents shall be sent to the OWNER/ Engineer-in-
Charge within 3 (three) days from the date of shipment :
- Invoice (2 copies)
- Packing List (2 copies)
- Test Certificate (4 copies)
- Railway Receipt/Lorry Receipt (2 copies)
- Insurance Certificate (2 copies) or copy of MCE Policy
- Third Party Inspection Release Note or Inspection Certificate as per
QAP approved by OWNER/ Engineer-in-Charge or waiver certificate
issued by OWNER/ Engineer-in-Charge (2 copies).

3.11.0.0 EQUIPMENT
3.11.1.0 The CONTRACTOR shall be exclusively responsible to arrange for
importation into India in its own name on drawback or re-export or other basis
all equipment, if any, required to be imported into India for the purposes of the
work and to pay and bear the customs, import and other duties and levies (if
any) payable thereon or in respect thereof, and will be solely responsible for
the timely and proper compliance of all applicable terms and conditions and
formalities relative thereto.
3.11.2.0 The CONTRACTOR shall within 28 (Twenty Eight) days from the date of
receipt of Acceptance of Bid, furnish to the Engineer-in-Charge a list of the
said equipment which he proposes to import into India on a draw-back/re-
export basis for the purposes of the work, together with complete details
thereof. The OWNER may without obligation or responsibility furnish to the
Import Licensing Authorities in India its recommendations relative to import of
such equipment which the OWNER considers necessary for the work. The
OWNER may also without obligation or responsibility render such assistance
as may be reasonably required by the CONTRACTOR from the OWNER to
enable the CONTRACTOR to obtain the relative Import License(s)/Permit(s)
for the importation of the said equipment on a draw-back/re-export basis.

3.12.0.0 MISCELLANEOUS IMPORTS


3.12.1.0 The CONTRACTOR shall be exclusively responsible at his own costs and
initiative to arrange for importation into India, to import into India, to pay
Custom duties and Port and other charges and levies, to clear from Customs
and to transport to job site all consumables, spares for the CONTRACTOR’s
equipment and other materials and things whatsoever not covered by the
OWNER’s obligation under Clause 3.1.0.0 hereof provided that the OWNER
SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 47 of 192
may, without obligation or responsibility, render the CONTRACTOR such
assistance by way of recommendation to the Import Control authorities in
India or otherwise as may be reasonably required by the CONTRACTOR
from the OWNER to enable the CONTRACTOR to obtain Import
License(s)/Permit(s) for importation of such consumables, spares, material
and other items as the OWNER considers necessary for importation by the
CONTRACTOR for the purpose of the Contract, taking into account local
availability.
3.12.2.0 Any obligation undertaken or recommendation, facility or assistance provided
by the OWNER to the CONTRACTOR for or in relation to the importation of
any equipment or material whatsoever into India by or on behalf of the
CONTRACTOR pursuant to the provisions hereof or otherwise shall be
without any responsibility or liability whatsoever upon the OWNER and
without right in the CONTRACTOR to raise any claim or demand or to seek
extension of time on account of any delay or failure on the part of the
OWNER or any delay or failure by the CONTRACTOR in obtaining Import
License(s) and/or permits for importation thereof into India.

3.12.3.0 All materials and equipment Imported into India by or on behalf of the
CONTRACTOR for and in connection with the work and any obligation
undertaken or recommendation, facility or assistance provided by the
OWNER relative thereto shall be on the clear understanding that the
materials and equipment shall be utilised only for and relative to the
performance of the work covered by the Contract.
3.12.4.0 All the equipment and temporary works and materials when brought to or
erected on the job site, shall be exclusively intended for execution of works
and the CONTRACTOR shall not remove the same or any part thereof,
except for the purpose of moving it from one part of the job site to another,
without the prior consent in writing of the Engineer-in-Charge.
3.12.5.0 Upon completion of the works, the CONTRACTOR shall within the scope of
work remove from the job site all the equipment and temporary works
remaining thereon.
3.12.6.0 All equipment, materials and temporary works shall at all times be and remain
at the risks of the CONTRACTOR in all respects. The OWNER shall not, at
any time, be liable for the loss or destruction of or damage to any equipment,
temporary works or materials for any reason whatsoever.

***************************

SECTION – 3 - MATERIALS, LABOUR, EQUIPMENT AND FACILITIES Page 48 of 192


SECTION – 4
PERFORMANCE OF WORKS

4.0.0.0 GENERAL
4.0.1.0 All works shall be performed and executed by the CONTRACTOR in strict
conformity with the job description(s), Specification(s), Plan(s), drawing(s),
design(s) and other contract documents applicable to the specific work(s) and
any relative instructions as may be issued to the CONTRACTOR by the
Engineer-in-Charge from time to time.
4.0.2.0 The Engineer-in-Charge shall be entitled from time to time or at any time, at
their discretion, to issue written orders or instructions to the CONTRACTOR
relative to the performance and/or execution of work(s) by the
CONTRACTOR or otherwise, relative to any matter touching or affecting the
contract or arising therefrom and to revise or revoke any orders or instructions
previously issued, and the CONTRACTOR shall, subject to the provisions of
the following clause, obey and/or abide thereby.
4.0.2.1 Should the CONTRACTOR require any clarification in respect of any orders
or instructions issued by the Engineer-in-Charge, or should there appear to
the CONTRACTOR to be any contradiction between any orders or
instructions issued by the Engineer-in-Charge and the contract documents or
any of them, the CONTRACTOR shall refer the matter immediately in writing
to the Engineer-in-Charge for his decision before proceeding further with the
work and the decision of the Engineer-in-Charge on any such matters shall be
final and binding upon the CONTRACTOR, who shall perform the work
accordingly, without entitlement to any claim against or compensation from
the OWNER resultant upon such order, instruction or decision.
4.0.3.0 The CONTRACTOR shall, within 28 (Twenty Eight) days of receipt of
notification of acceptance of bid, name Engineer(s) responsible for the work
at the job site on behalf of the CONTRACTOR. The said Engineer(s) of
CONTRACTOR shall be the representative(s) of the CONTRACTOR at the
job site for and relative to all actions and transactions and dealings on behalf
of the CONTRACTOR and to whom all plans, designs, drawings, orders and
instructions or other documents or communications for or relative to the job
site may be given, with the intent that all transactions and dealings had with
the said Engineer(s) shall be deemed to have been had with the
CONTRACTOR, and any and all plans, drawings, orders, instructions,
documents or communications delivered to said Engineer(s) shall be deemed
to have been delivered to the CONTRACTOR. The CONTRACTOR shall also
independently or from amongst the said Engineer(s) designate one person to
be the CONTRACTOR’s Project Manager with whom the OWNER may also
deal with as the CONTRACTOR’s representative in the manner specified
above, and who is authorized to take decisions on behalf of the
CONTRACTOR and to co-ordinate amongst the aforesaid Engineer(s) of the
CONTRACTOR.
4.0.3.1 The CONTRACTOR shall also nominate, at the job site, a Deputy Site
Representative (which nomination shall also be subject to the approval of the
Engineer-in-Charge) to deputize for the CONTRACTOR’s Representative(s)
during periods of unavoidable absence.
4.0.4.0 The CONTRACTOR shall also provide and maintain, at or about the job site,
an office for the working accommodation of the CONTRACTOR’s engineer
and staff. Such office shall remain open and attended at all hours during
SECTION – 4 - PERFORMANCE OF WORKS Page 49 of 192
which work is being performed at the job site, for the receipt of instructions,
notices, and other communications.
4.0.5.0 The CONTRACTOR shall, within the scope of work erect and/or cause to be
erected any and all temporary works, ancilliary works and enabling works,
including preparing approaches and working areas for movement and
operation of cranes, preparing and leveling areas for assembly and erection,
dewatering of surface and sub-soil water and protection of existing works,
drains, pipes, trenches, cables overhead and underground works and other
facilities and utilities falling within the job site and/or approximate thereto and
repair and/or re-placement of any and all existing works, drains, pipes,
trenches, cables, wires and facilities and/or utilities damaged or destroyed by
the CONTRACTOR or which may have to be temporarily or permanently
diverted or re-routed to enable the contractual works.
4.0.6.0 The CONTRACTOR shall co-operate with and afford the OWNER and other
contractors engaged at site, access to the work and shall supply at cost as
determined by the Engineer-in-Charge (whose decision will be final), power
and water for the performance of the work entrusted to them and/or for the
carriage and storage of materials by them and whenever any work by the
CONTRACTOR is being done in association, collaboration or in proximity with
any other contractors, the CONTRACTOR shall co-operate with the OWNER
or other contractor(s)/ agency(ies) involved in such work and shall ensure the
harmonious working between the CONTRACTOR and the
OWNER/contractor(s)/agency(ies) involved, and shall comply with any
instructions issued by the Engineer-in-Charge for the purpose.
4.0.7.0 The OWNER shall be entitled, at its discretion, to appoint one or more
engineers and/or other personnel at or about its job site on behalf of the
OWNER to do such acts, deeds, matters and things as may be necessary to
safeguard the OWNER’S interests including (but not limited to), at the
discretion of the OWNER, supervision and testing of the works being
conducted by the CONTRACTOR at the job site and/or for rendering such
assistance to the CONTRACTOR relative thereto as the OWNER or such
Engineer(s) or personnel shall or may deem fit, it being understood, however,
that the presence of any engineers or personnel of the OWNERS at or about
the job site for any supervision, inspection or test performed or conducted by
any such engineer(s) or any personnel of the OWNER in respect of any
work(s) or any other assistance rendered by such engineer(s) and/or
personnel to the CONTRACTOR relative thereto, shall be without any
attendant obligation or liability of the OWNER vis-à-vis the CONTRACTOR,
nor shall relieve the CONTRACTOR of his/its full responsibility in respect of
the work(s) under the contract or bind the OWNER to accept as satisfactory
or complete and/or in accordance with the contract, any work(s) performed by
the CONTRACTOR which has/ have been supervised, inspected, tested or
assisted by the said engineer(s) and/or personnel of the OWNER.
4.0.8.0 If the CONTRACTOR’s work or any part thereof shall be consequent or
resultant upon any works performed by any other person or shall be in
continuance thereof or otherwise based or founded or dependant thereon, the
CONTRACTOR shall before commencing with his/its work, bring to the notice
of the Engineer-in-Charge, in writing, any defects existing in said prior works.

4.1.0.0 THE JOB SITES


4.1.1.0 The OWNER shall furnish the CONTRACTOR with only four corners of the
job site and level bench mark, and the CONTRACTOR shall at his own cost
SECTION – 4 - PERFORMANCE OF WORKS Page 50 of 192
and initiative, set out the works to the satisfaction of the Engineer-in-Charge,
but shall be solely responsible for the accuracy of such setting up
notwithstanding satisfaction as aforesaid of the Engineer-in-Charge or any
other assistance rendered by the Engineer-in-Charge for the purpose.
4.1.2.0 The CONTRACTOR shall provide, fix and be responsible for the maintenance
of all stakes, templates, level marks, profiles and the like and shall take all
precautions necessary to prevent their removal or disturbance and for their
efficient and timely reinstatement. The CONTRACTOR shall also be
responsible for the maintenance of all survey marks, boundary marks,
distance marks, whether existing or supplied/fixed by the CONTRACTOR.
4.1.3.0 So far as necessary to achieve the desired levels, the CONTRACTOR shall
before commencing the work, remove, spread, and/or fill earth (brought from
outside the job site, if necessary) to achieve and/or maintain the desired
levels.
4.1.4.0 Before commencing the work, the CONTRACTOR shall at his/its own cost and
initiative provide all necessary reference and level posts, pegs, bamboos,
flags, ranging rods, strings and other materials for proper layout of the work in
accordance with the scheme for bench marks acceptable to the Engineer-in-
Charge. The centre, longitudinal or face line and cross line shall be marked
by means of small masonry pillars. Each pillar shall have a distinct mark at
the centre to enable a theodolite to be set over it. No work shall be started
until all these points are approved by the Engineer-in-Charge in writing, but
such approval shall not relieve the CONTRACTOR of any of his
responsibilities in respect of the adequacy or accuracy thereof. The
CONTRACTOR shall also provide all labour, material, tools and other
facilities necessary for the proper checking of layout and inspection of the
points during construction.
4.1.5.0 Pillars bearing geodetic marks located at the sites of units of works under
construction should be protected and fenced by the CONTRACTOR.
4.1.5.1 On completion of works, the CONTRACTOR must submit to the Engineer-in-
Charge the geodetic documents according to which the work was carried out.
4.1.6.0 The CONTRACTOR shall be exclusively responsible for the provision and
maintenance of horizontal and vertical alignments and levels and for the
correctness of every part of the work in accordance therewith and shall, at his
own cost, rectify any error or imperfections therein.
4.1.7.0 SITE CLEARANCE, FILLING AND LEVELLING
4.1.7.1 The CONTRACTOR shall clear the job site of all unwanted trees, bushes,
undergrowth and overground and underground structures, pipes and
installations, and shall re-route, if necessary, any private utilities located on or
within the job sites and shall take care to keep the job site clean at all times
for easy access to the job site and also from the safety point of view to the
satisfaction of the Engineer-in-Charge.

4.2.0.0 COMPLIANCE WITH CODES AND STANDARDS


4.2.1.0 (a) The Work and all systems, components and parts of the Works shall comply
with :
(i) Those design criteria, codes and standards which are specified in this
Contract, Scope of Contract and as agreed between CONTRACTOR and
OWNER, and
SECTION – 4 - PERFORMANCE OF WORKS Page 51 of 192
(ii) The requirements of all relevant Indian authorities, including without
limitation :
(a) Factories Act;
(b) Indian Petroleum Rules;
(c) Tariff Advisory Committee Guidelines;
(d) Liquid effluent discharge, as per Minimal National Standards for
liquid effluents and air emissions conforming to Pollution Control
Board Standards;
(e) Civil Aviation Rules;
(f) Indian Boiler Regulations;
(g) Indian Electricity Rules;
(h) Requirement of Chief Controller of Explosives;
(i) Requirement of Town & Country Planning Department;
(j) Requirements of other authorities concerned with the Project or with
any license, permission, sanction, approval or no objection relative
thereto, and the terms thereof.
(b) Any modification to the agreed design criteria will be subject to the
CONTRACTOR providing detailed justification and OWNER’s/ Engineer-in-
Charge’s approval of the same.

4.2.2.0 CONDITIONS OF WORK


4.2.2.1 If necessary, the CONTRACTOR shall work overtime or in two or more shifts
in a day. The CONTRACTOR shall not be entitled to any extra compensation
or remuneration for overtime or double or triple shift working.
4.2.2.2 The CONTRACTOR will be expected to work on Sundays and holidays, if
necessary, without extra compensation.
4.2.2.3 The CONTRACTOR shall plan and organise all operations taking into account
all suspensions or shut downs necessitated by weather conditions and the
severity of weather conditions (foreseen or unforeseen) shall on no account
constitute a ground for extension of time for completion nor shall entitle the
CONTRACTOR to claim any idle charges or additional compensation
howsoever designated.
4.2.2.4 Notwithstanding the shut down or suspension of any operations necessitated
by weather conditions, the CONTRACTOR shall, without entitlement to any
additional compensation or remuneration, at his own cost and initiative take
all steps necessary to protect the job site, and works, materials, equipment
and machinery at site during adverse weather conditions and the effects
thereof and shall, at his own cost and initiative, do and perform, to the
satisfaction of the Engineer-in-Charge, all such consequential rectification,
repairs and/or reworking as shall be necessary.

4.2.2.5 The CONTRACTOR shall plan, well in advance for the collection of materials
and equipment and the erection of such tarpaulins, sheds, wind breakers
and/or other protection as shall or may be necessary for work during adverse
weather conditions.
4.2.2.6 The CONTRACTOR shall also arrange and bring to job site and install such
pumps and special equipment and machinery as may be necessary to enable
work during the monsoon or adverse weather conditions and shall, at his own
cost and initiative, arrange for dewatering the job sites so as to keep the
construction site and areas to be worked upon free of water.
SECTION – 4 - PERFORMANCE OF WORKS Page 52 of 192
4.2.2.7 The CONTRACTOR shall not be entitled to any extra compensation or
remuneration for or relative to any work during the monsoon or adverse
weather conditions or for or relative to any special arrangements to be made
and/or equipment or machinery to be brought to the job sites and/or operated
to enable such workings.

4.3.0.0 TIME FOR COMPLETION


4.3.1.0 The CONTRACTOR shall complete in all respects in accordance with the
Contract, the entire work within the time specified in this behalf in the Time
Schedule included in the bid documents.
4.3.2.0 Within 28 (Twenty Eight) days from the date of receipt of notification of
acceptance of Bid the CONTRACTOR shall submit to the OWNER for
approval a detailed Progress Schedule in graphical or other suitable form,
giving dates of starting and finishing of various operations and works within
the scope of work, providing sufficient margin to cover for contingencies and
for final testing and commissioning and consequential reparation,
replacement and/or supply. The Engineer-in-Charge and the CONTRACTOR
shall thereafter within another 14 (Fourteen) days settle the Progress
Schedule and the Progress Schedule so settled shall be the approved
Progress Schedule and shall form part of the contract with attendant
obligations upon the CONTRACTOR to commence the various
works/operations involved on or before date(s) mentioned in this behalf in the
approved Progress Schedule and to conclude the said works/operations on or
before date mentioned in this behalf in the approved Progress Schedule and
default by the CONTRACTOR to commence or complete within
prescribed date(s) any work or operation shall for the limited purpose of
Clause 7.0.1.0 hereof be deemed to be a breach by the CONTRACTOR to
which the provisions of clause 7.0.1.0 hereof relating to termination of
contract shall apply, but without prejudice to any other rights or remedies
which the OWNER may have in this behalf.
4.3.2.1 The said Progress Schedule(s) to be submitted to the Engineer-in-Charge for
approval shall be accompanied as part thereof by a document which will list,
relative to each operation, the labour, machinery and equipment to be
employed by the CONTRACTOR to achieve the desired rate of progress, it
being understood, however, that the quantity and types therein indicated shall
merely constitute an indication of minimums, and shall not anywise absolve
the CONTRACTOR from his/its obligations to complete the work in all
respects within the time for completion specified in this behalf elsewhere in
the bid documents and/or to employ additional labour, machinery and
equipment necessary to achieve the desired rates of progress and/or to
complete the work within the specified time.

4.3.3.0 If the CONTRACTOR shall fail to submit to the OWNER a Progress Schedule
as envisaged above or if the Engineer-in-Charge and CONTRACTOR shall
fail to agree upon the Progress Schedule as envisaged above, then the
Engineer-in-Charge shall in consultation with the CONTRACTOR prepare the
Progress Schedule (the dates of progress as fixed by the Engineer-in-Charge
being final and binding upon the CONTRACTOR except as herein otherwise
expressly provided), and shall issue the Progress Schedule so prepared to
the CONTRACTOR, and the provisions of clause 4.3.2.0 shall apply relative
thereto as though it was as approved Progress Schedule.

SECTION – 4 - PERFORMANCE OF WORKS Page 53 of 192


4.3.4.0 Any reference in the contract documents to the “approved Progress
Schedule” or to the “Progress Schedule” shall mean the “approved Progress
Schedule” specified in clause 4.3.2.0 above or the “Progress Schedule”
prepared and issued by the Engineer-in-Charge as specified in clause 4.3.3.0
above, whichever shall be in existence.
4.3.5.0 Within 7 (Seven) days of the occurrence of any OWNER’s hold-up or
change, alteration or instruction by the OWNER or Engineer-in-Charge in
accordance with the provisions hereof or of the occurrence of any act,
event or omission which, in the opinion of the CONTRACTOR, is likely to
lead to delay in the commencement or completion of any particular work(s) or
operation(s) or the entire work at any job site(s) and is such as would entitle
the CONTRACTOR to an extension of time specified in this behalf in the
Progress Schedule(s), the CONTRACTOR shall inform the OWNER and the
Engineer-in-Charge, in writing, of the occurrence of the change, alteration
or instruction or of the act, event or omission and the date of
commencement of such occurrence. Thereafter, within 7 (seven) days of such
notice in the case of a change, alteration or instruction, and, if even upon the
cessation of such act or event or the fulfillment of the omission in any other
case, the CONTRACTOR is of the opinion that an extension of the time
specified in the Progress Schedule relative to particular operation(s) or
item(s) of work or the entire work at the job site(s) is necessary, the
CONTRACTOR shall, within 7 (Seven) days after the cessation or fulfillment
as aforesaid, make a request to the Engineer-in- Charge for extension of the
relative time specified in the Progress Schedule. The Engineer-in-Charge may
on such request at any time prior to completion of the works extend the
relative time of completion in the Progress Schedule for such period(s) as he
considers necessary, if he is of opinion that such act, event, or omission
constitutes a ground for extension of time in terms of the Contract and that
such act, event, or omission has in fact resulted in insurmountable delay to
the CONTRACTOR. The opinion/decision of the Engineer-in-Charge in this
behalf and as to the extension necessary shall subject to the provisions of
clause 4.3.6.0 hereof, be final and binding upon the CONTRACTOR.
4.3.5.1 The application for extension of time made by the CONTRACTOR to the
Engineer-in-Charge should contain full details of -
(a) The OWNER’s hold-up, change, alteration or instruction, if any, for which
the application is made,
(b) A copy each of the notices sent to the Engineer-in-Charge and Site
Engineer under Clause 4.3.5.0 and other Clauses applicable to
OWNER’s hold ups,
(c) The activity(ies) of the Progress schedule affected,

(d) Particulars of the bottleneck(s) or obstruction(s) perceived/experienced or


additional work and time involved and the reason(s)/explanations
therefor,
(e) Extension required/ necessitated on account of the above,
(f) Extension of time
(g) Extension required/ necessitated on account of force majeure reasons,
and

SECTION – 4 - PERFORMANCE OF WORKS Page 54 of 192


(h) The total extension of time (if any) required/ necessitated for completion,
taking the above into account and after eliminating all overlaps.
4.3.6.0 Notwithstanding the provisions of clause 4.3.5.0 hereof, the OWNER may at
any time after final completion of the Unit or works in all respects of its own
initiative consider a request for extension of time made by the
CONTRACTOR to the Engineer-in-Charge under Clause 4.3.5.0 or at the
request of the CONTRACTOR made by way of appeal either against the
decision of the Engineer-in-Charge taken under clause 4.3.5.0 or against the
Engineer-in-Charge’s failure to take a decision under the said clause, if
, satisfied that the act, event or omission which forms the subject matter of the
CONTRACTOR’s application for extension of time constitutes a ground for
extension of time in terms of the contract and such act, event or omission has in
fact resulted in insurmountable delay to the CONTRACTOR extend the date for
completion of the work or any item or operation thereof for such period(s) as
the OWNER may consider necessary, and the decision of OWNER as to the
existence or otherwise of any grounds justifying the extension and as to the
period(s) of extension necessary shall be final and binding upon the
CONTRACTOR.

4.3.7.0 Subject as elsewhere herein or in the Contract documents expressly


provided, only the existence of force majeure circumstances as defined in
clause 4.3.8.0 hereof or OWNER’s holdup as defined in Clause 4.3.8.1
hereof shall afford the CONTRACTOR a ground for extension of time for
completion of the work or any part of the work or any operation(s) involved
therein, and specifically without prejudice to the generality of the foregoing,
inclement or unforeseen weather, strike, lockouts, third party breach, delay in
supply of materials(s) or commercial hardship shall not afford the
CONTRACTOR a ground for extension of time or relieve the CONTRACTOR
of his/its full obligations under the Contract, nor will any forced shutdown or
idleness or other impediment in progress or completion of the work due to any
reason whatsoever afford the CONTRACTOR a ground for extension of time
or relieve the CONTRACTOR of his/its full obligation under the Contract
except and to the extent otherwise elsewhere herein specifically provided.
4.3.8.0 “Force Majeure” shall mean an event beyond the control of the
CONTRACTOR and not involving the CONTRACTOR’s fault or negligence
and not foreseeable, such as, but not restricted to, wars (declared or
undeclared) or revolutions, civil wars, tidal waves, hurricanes, typhoons, act
of terrorism, fires, major floods, earthquakes, epidemics, quarantine
restrictions, freight embargoes, nation-wide transportation strikes and national
strikes.

4.3.8.1 The term “OWNER’s hold up” as employed in this Contract applies to a delay
by the OWNER in providing a drawing, specification, approval, change,
alteration, instruction, work front, input, material or facility or utility which the
OWNER is required to provide under the Contract and on which the progress
or further progress of the work is dependant and will include any act of the
OWNER or any other contractor appointed by the OWNER which prevents or
interrupts the further progress of the whole work or a substantial portion
thereof.
4.3.8.2 In granting or refusing in whole or part an application of the CONTRACTOR for
extension of time and in calculating the number of days for which extension of
time, if any, is to be granted to the CONTRACTOR, the Engineer-in-Charge or
OWNER, as the case may be, shall be guided by the following principles:
SECTION – 4 - PERFORMANCE OF WORKS Page 55 of 192
(i) An extension of time shall only be granted on and with reference to an
application made by the CONTRACTOR to the Engineer-in-Charge in
compliance with the provisions of Clauses 4.3.5.0 and 4.3.5.1 hereof.

(ii) If the extension of time is sought on account of an OWNER’s holdup, the


CONTRACTOR must have given a written Notice to the Engineer-in-Charge,
and to the OWNER under Clause 2.2.3.0 hereof or under this Clause
specifically stating that and setting out the specific drawing, specification,
approval, front, input, material or facility which the OWNER is required to
provide under the Contract and on which further progress of the work or any
part of the work is dependent which has not been provided, and the said Notice
notwithstanding, the drawing, specification, approval, front, input, material or
facility which the OWNER is required to provide under the Contract is not
provided within 15 (fifteen) days of service of the Notice to the Engineer-in-
Charge and to the OWNER.

(iii) If the extension of time is sought on account of OWNER’s hold-up,


subject to the satisfaction of (i) and (ii) above, the following principles shall be
applied:

(a) Extension of time will only be considered in respect of delay with respect
to Owner’s hold-up which continues after the expiry of the 15 (fifteen)
days notice period specified in (ii) above.

(b) Extension of time will only be considered in respect of an insurmountable


delay which impacts the critical path and not to an OWNER’s hold-up
which does not impact the critical path.

(c) Extension of time will be considered only in respect of an OWNER’s hold-


up which has in fact resulted in insurmountable delay to the
CONTRACTOR, meaning thereby, that the CONTRACTOR had
progressed the work or activity in relation to which the OWNER’s hold-up
has occurred to a stage at which the work could not progress further
because of the OWNER’s hold-up. In such a case, extension of time can
be considered for the number of days by which the OWNER’s hold-up
has actually and insurmountably thereafter delayed the performance of
the work by the CONTRACTOR.

(d) If the CONTRACTOR has independently of the OWNER’s hold-up


delayed the work or any activity beyond the date on which the drawing,
specification, approval, front, input, material or facility is provided or could
be provided by the OWNER, the CONTRACTOR will not be entitled to
any extension of time in respect of such delay.

(e) If the CONTRACTOR has independently of the OWNER’s hold-up


delayed performance of any activity or of work(s), but such delay was
less than the delay arising out of the OWNER’s hold-up, then the
CONTRACTOR will be entitled to an extension of time only for the
number of days by which the delay(s) occasioned by the OWNER’s hold-
up exceeds the CONTRACTOR’s delay.
(iv) If the extension of time is sought by the CONTRACTOR on the ground of
the intervention of a force majeure, event, the CONTRACTOR must have given
written notice of the commencement or cessation of such event to the
SECTION – 4 - PERFORMANCE OF WORKS Page 56 of 192
Engineer-in-Charge under and in accordance with Clause 4.3.5.0 and shall
have applied for extension of time with respect thereto under and in accordance
with the said Clause.

(v) If the extension is sought on ground(s) of force majeure, then subject to the
satisfaction of (ii) above, extension of time shall be permissible only in respect
of the number of days during which the performance of any activity or all
activities were insurmountably prevented by the force majeure and impacted
the critical path.

(vi) If the extension of time is sought because of a change, alteration or


instruction of the OWNER or Engineer-in-Charge in terms of the Contract,
subject to the satisfaction of (i) above, extension of time shall have to be
considered for such number of days as the change, alteration or instruction has
actually and insurmountably delayed the performance of the work by the
CONTRACTOR on application mutatis mutandis of the principles enunciated in
(iii) (b), (c), (d), and (e) above.

4.3.9.0 Upon an extension of the time for completion of the work or any part of the
work or any operation(s) involved therein, the extended date of completion
shall be deemed to be the relative date of completion in the Progress
Schedule.
4.3.10.0 The extension of time shall be the sole remedy of the CONTRACTOR for any
cause or event of delay and the CONTRACTOR shall not be entitled in
addition to or in lieu of such extension, to claim any damages or
compensation for extended stay or otherwise whether under the law
governing contracts or quasi-contracts or any other relationship, and the
CONTRACTOR hereby waives and disclaims any and all contrary rights.
4.3.11.0 No assurance, representation, promise or other statement by any personnel,
Engineer or representative of the OWNER in relation to extension of time for
commencement or completion of any work(s) or operation thereof or of the
entire works under the Contract shall be binding upon the OWNER or shall
constitute an extension of time for commencement or completion of the entire
work(s) or any part or operation thereof within the provision of Clause 4.3.5.0
or Clause 4.3.6.0 hereof, unless the same is communicated to the
CONTRACTOR by the Engineer-in-Charge under Clause 4.3.5.0 or by the
Executive Director under Clause 4.3.6.0 and the writing specifically states to
embody an extension of time within the provisions of Clause 4.3.5.0 or 4.3.6.0
as the case may be, and without prejudice to the foregoing, the mere
agreement or prescription of a Progress Schedule by the Engineer-in-Charge
or any representative of the OWNER at variance with the Progress Schedule,
or approved Progress Schedule, as the case may be, referred to in Clause
4.3.2.0 and/or 4.3.3.0, or containing an extended time of commencement or
completion in respect of the entire work(s) or any part or operation thereof
shall not anywise constitute an extension of time in terms of the contract so
as to bind the OWNER or to relieve the CONTRACTOR of all or any of his/its
liabilities under the Contract, nor shall constitute a promise on behalf of the
OWNER or a waiver by the OWNER of any of its rights in terms of the
Contract relative to the performance of the contract within the time specified
or otherwise, but shall be deemed only (at the most) as a guidance to the
CONTRACTOR for better organising his work on a recognition that the
CONTRACTOR has failed to organise his work and/or to perform the same
within the time specified in the Progress Schedule established within the
SECTION – 4 - PERFORMANCE OF WORKS Page 57 of 192
provisions of clause 4.3.2.0 or 4.3.3.0 hereof as the case may be.

4.4.0.0 PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION


4.4.1.0 The Lumpsum Price specified in the Contract is based (i) On the Mechanical
Completion of the Unit(s) by the CONTRACTOR; and (ii) On Mechanical
Completion of the Unit(s) within the time for Mechanical Completion of the
Unit(s) specified in the Time Schedule. The Lumpsum Price shall be subject
to adjustment by way of discount as hereinafter specified, if the Unit(s) is/are
not mechanically completed by the CONTRACTOR or if the Unit(s) is/are
mechanically completed subsequent to the date of Mechanical Completion
specified in the Time Schedule.
4.4.2.0 If Mechanical Completion of the Unit(s) is/are not achieved by the date of
Mechanical Completion of the Unit(s) specified in the Time Schedule or if any
works for which a separate Progress Schedule has been established is/are
not achieved by the date of completion thereof specified in the relevant
Progress Schedule (each of the said date(s) is hereinafter referred to as the
"starting date for discount calculation”), the OWNER shall be entitled to a
discount in the Lumpsum Price in a sum equivalent to the Lumpsum Price
specified below for each week or part thereof that the work remains
incomplete beyond the starting date for discount calculation, namely :
(i) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 1 (one) week of the starting date
for discount calculation – 1/8 % (one eight percent) of the Lumpsum
Price.
(ii) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 2 (two) weeks of the starting date
for discount calculation – ¼ % (one quarter percent) of the
Lumpsum Price.
(iii) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 3 (three) weeks of the starting
date for discount calculation – ½ % (one half percent) of the Lumpsum
Price.
(iv) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 4 (four) weeks of the starting
date for discount calculation – ¾ % (three fourth percent) of the
Lumpsum Price.
(v) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 5 (five) weeks of the starting date
for discount calculation – 1% (one percent) of the Lumpsum Price.
(vi) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 6 (six) weeks of the starting date
for discount calculation – 1½ % (One and one half percent) of the
Lumpsum Price.

(vii) For Mechanical Completion of the Unit(s) or completion of the works,


as the case may be, achieved within 7 (seven) weeks of the starting
date for discount calculation – 2% (two percent) of the Lumpsum
Price.

SECTION – 4 - PERFORMANCE OF WORKS Page 58 of 192


(viii) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 8 (eight) weeks of the starting
date for discount calculation – 2½ % (two and one half percent) of the
Lumpsum Price.
(ix) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 9 (nine) weeks of the starting
date for discount calculation – 3 % (three percent) of the
Lumpsum Price.
(x) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 10 (ten) weeks of the starting
date for discount calculation – 3 ½ % (three and one half percent)
of the Lumpsum Price.
(xi) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 11 (eleven) weeks of the starting
date for discount calculation – 4% (four percent) of the Lumpsum Price.
(xii) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 12 (twelve) weeks of the starting
date for discount calculation – 4½ % (four and one half percent) of the
Lumpsum Price.
(xiii) For Mechanical Completion of the Unit(s) or completion of the works,
as the case may be, achieved within 13 (thirteen) weeks of the starting
date for discount calculation – 5% (five percent) of the Lumpsum
Price.
(xiv) The adjustment in the contract price hereunder by way of price
discount shall in no event exceed 5% (five per cent) of the Total
Contract Value.
4.4.2.1 The starting date for discount calculation shall be subject to variation upon
extension of the date for Mechanical Completion of the Unit(s) or final
completion of the works as the case may be by the Engineer-in-Charge under
Clause 4.3.5.0 or by the OWNER under Clause 4.3.6.0, with a view that upon
any such extension there shall be an equivalent extension in the starting date
for discount calculation under Clause 4.4.2.0 hereof.
4.4.3.0 Application of price adjustment under clause 4.4.2.0 above shall be without
prejudice to any other right of the OWNER, including the right of termination
under Clause 7.0.1.0 and associated clauses thereunder.
4.4.4.0 Nothing in Clause 4.4.2.0 above shall prevent the OWNER from exercising its
right of termination of Contract under Clause 7.0.1.0 hereof and associated
clauses thereunder, and the OWNER shall be entitled, in the event of
exercising its said right of termination after the last date for Mechanical
Completion of the Unit(s) and/or for final completion of the works as the case
may be, as specified in the Progress Schedule or any extension thereof,
without prejudice to any other right or remedy available to the OWNER, to
discount as aforesaid in the contractual price of services in addition to any
amount as may be due consequent to a termination under Clause 7.0.1.0
hereof and associated clauses thereunder.
4.4.5.0 It is specifically acknowledged that the provisions of this Clause 4.4.0.0 and
associated Clauses thereunder constitute purely a provision for price
adjustment and/or fixation and are not to be understood or construed as a
provision for liquidated damages or penalty under Clause 74 of the Indian
SECTION – 4 - PERFORMANCE OF WORKS Page 59 of 192
Contract Act or otherwise, and that the OWNER shall be entitled to damages
or compensation, if any, for any breach or delay, independently of these
provisions for price adjustment.

4.5.0.0 SCHEDULE OF ACTIVITIES


4.5.1.0 The CONTRACTOR shall within 28 (Twenty Eight) days from the date of
issue of the Letter of Acceptance, furnish to the OWNER a detailed Schedule
of Activities specifying in detail the various activities which the
CONTRACTOR would be required to perform and the milestones with respect
to each which the CONTRACTOR would have to achieve in order to set-up,
complete, establish and successfully commission the UNIT/ works in
accordance with the Contract.
4.5.2.0 Each activity entered in the Schedule of Activities and each milestone therein
shall be priced so as to break-up so far as possible, the Lumpsum Price of
services into various priced milestones of achievements and priced activities
required to achieve those milestones. The Schedule of Activities and the said
priced break-up of activities therein are intended only to provide a basis for
the purpose of calculating on account payments for services and for
calculating payments due to the CONTRACTOR under clause 2.7.4.0 hereof
upon cancellation of Contract, and for no other purpose.
4.5.3.0 The prices in Schedule of Activities shall be in conformity with the price(s)
quoted by the CONTRACTOR for the various activities and the Contractual
provisions for on account payments.
4.5.4.0 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the activities listed in the Schedule of
Activities for the works for which they are intended, and of the prices indicated
in the Schedule of Activities in respect thereof. Such review shall be
performed in conjunction with the design, engineering, specification and other
technical reviews to be done by the OWNER and all provisions applicable
thereto shall be applicable to the review of the Schedule of Activities.
OWNER shall approve or comment on such schedule of activities submitted
by the CONTRACTOR within a period of 3 (Three) Weeks from the date of
submission by CONTRACTOR.
4.5.5.0 The priced Schedule of Activities as approved by the OWNER
shall constitute the Schedule of Activities envisaged in the contract
documents. However, no such approval shall in any manner absolve the
CONTRACTOR of his full responsibility under the contract to perform
within the lump-sum price of services specified in the Price-Schedule, all
services and to perform and undertake the work(s) required to set up,
establish and commission the Unit in accordance with the Contract and
the specification, complete in all respects, whether or not any particular
work or activity required is included within the Schedule of Activities and
whether or not the price thereof is included in the price indicated in the
Schedule of Activities and whether or not the price thereof is in conformity
with the price thereof indicated in the Schedule of Activities.
4.5.6.0 The Schedule of Activities shall be subject to amendment in both items and
prices in so far as necessary consequent upon any amendment in any
relevant related technical particulars or consequent upon a Change Order,
and upon any amendment, the amended Schedule of Activities as approved
by the OWNER shall thereafter constitute the Schedule of Activities as
envisaged in the Contract Documents, provided that no such amendment
shall by itself anywise oblige the OWNER to pay any amount in addition
SECTION – 4 - PERFORMANCE OF WORKS
to the
Page 60 of 192
Lumpsum Price of services as specified in the Price Schedule or oblige the
OWNER to pay or bear any tax or duty which it would not have had to pay or
bear but for such amendment.

4.6.0.0 REPORT AND RECORDS


4.6.1.0 The CONTRACTOR shall from time to time maintain at each job site (in
addition to any records or registers required to be maintained by the
CONTRACTOR under any law, rule or regulation having the force of law),
such records and registers with respect to the materials and/or works as the
Engineer-in-Charge or the OWNER shall require the CONTRACTOR to keep
and/or maintain from time to time.
4.6.2.0 In addition to any other records or registers to be maintained by the
CONTRACTOR from time to time and/or reports required to be furnished by
the CONTRACTOR, the CONTRACTOR shall submit to the Engineer-in-
Charge and to the OWNER a Daily Progress Report of all work done and/or
progress achieved by the CONTRACTOR at each job site within the
preceding day.
The said daily Progress Report shall also contain category-wise the labour
and equipment deployed in the various activities during the previous day.
4.6.2.1 The CONTRACTOR shall also submit to the Engineer-in-Charge and to the
OWNER at the end of each week (terminating on Sunday), a Progress Report
of all work done and/or progress achieved by the CONTRACTOR at each job
site within the preceding week. The Report shall also indicate the targets and
the slippage (if any) in the achievement of targets, and the cause(s) for such
slippage.
4.6.2.2 The CONTRACTOR shall also at the end of each English Calendar month
submit to the Engineer-in-Charge and to the OWNER, a Progress Report of
all work done and/or progress achieved by the CONTRACTOR at each job
site within preceding month. Such Report shall also indicate the slippages of
any achievement in the targets upto the previous month and the steps being
taken and to be taken to catch up and the catch up plan of the
CONTRACTOR relative thereto. The said Report shall also indicate in a
separate statement, the equipment(s) received at the job site during the
previous month, the date of receipt of each equipment at site and whether the
equipments have been erected or deployed or not.
4.6.3.0 The failure by the CONTRACTOR to submit the reports as specified in Clause
4.6.2.0, 4.6.2.1 and/or 4.6.2.2 shall:
(i) disentitled the CONTRACTOR from submitting any Running Account Bill
or other Bill or Invoice for material or equipment or for work done until the
CONTRACTOR shall have duly made up any shortfall in the
compliance(s).
(ii) constitute a breach of contract under Clause 7.0.1.0(i)(e) of the General
Conditions of Contract.
4.6.4.0 The receipt and/or acceptance of any such report by the Engineer-in-Charge
and/or the OWNER shall be without prejudice to the full rights and remedies
of OWNER and obligations/liabilities of CONTRACTOR under the Contract,
and shall not anywise operate as an estopped against OWNER by reason
only of the fact that no notice or objection was taken of any information
contained in any such report; nor shall any statement in any such report be
deemed to be correct merely by virtue of the existence of such statement, and
it being uncontroverted by the OWNER or the Engineer-in-Charge.
SECTION – 4 - PERFORMANCE OF WORKS Page 61 of 192
4.7.0.0 QUALITY ASSURANCE/QUALITY CONTROL PROGRAMME
4.7.1.0 The CONTRACTOR shall establish, document and maintain an effective
Quality Assurance Programme conforming to ISO 9001. Within 28 days of the
issue of the Letter of acceptance, a detailed Quality Assurance Programme
conforming to the said specifications to be followed for the execution of the
contract shall be submitted by the CONTRACTOR to the Engineer-in-Charge
for approval.
4.7.2.0 The Quality Assurance Programme, plans and procedures shall be furnished
in the form of a QA manual. This document should cover details of the
personnel responsible for the quality assurance plan or procedures to be
followed for quality control in respect of design, engineering, procurement,
supply, work(s), fabrication, installation, testing and commissioning. The
quality assurance system should indicate organisational approach for
Quality Control and quality assurance of the construction activities, at all
stages of work at site as well as at manufacturer's works and despatch of
materials.
4.7.3.0 The Engineer-in-Charge shall review the Quality Assurance Programme
within 3 (three) weeks of receipt.
4.7.4.0 The CONTRACTOR shall within the Scope of Supply, arrange for and carry
out inspection activities in respect of imported equipment/ materials through
an approved Third Party Inspection Agency. Third party inspection shall be
carried out by TPI office of the country (ies) from where materials are being
procured/ sourced. The Third Party shall within its scope of work, examine
the existence, correctness and completeness of all test and other certificates
and Reports required to be furnished under the approved Quality Assurance
Procedure (QAP), the applicable codes and specifications and the contract
documents.
4.7.5.0 Payments to be made to the Third Party Inspection Agency shall be the
responsibility of the CONTRACTOR. The responsibility for ensuring
inspection/ testing as per specifications, approved documents and agreed
QAP and plans shall be that of the CONTRACTOR. Inspection activities of
the Third Party Inspection Agency shall be coordinated by the Inspection
Coordinator of the CONTRACTOR.
4.7.6.0 The CONTRACTOR shall ensure the following to maintain utmost quality in
supply of equipment/ materials :
(a) No supply will be accepted unless drawings (wherever required) are
approved under Code-1.
(b) The Inspection Agency shall carry out inspection based on Code-1
approved drawings and approved QAP.
(c) The Inspection Release Note issued by the Inspection Agency shall
clearly stipulate that materials/ equipment(s) has/have been inspected
as per Code-1 approved drawings and approved QAP, and that the
Certificate and Reports referred to in Clause 4.7.4.0 which have been
examined by the Inspection Agency are correct and complete and have
been signed by the Inspection Agency in token thereof. Payment shall
be released only after receipt of the said Release Note from the
Inspection Agency.
(d) No clearance shall be given to the CONTRACTOR for erection works or
for installation of the equipment without receipt of the Inspection Release
Note as indicated in para (c) above.

SECTION – 4 - PERFORMANCE OF WORKS Page 62 of 192


(e) Pre-commissioning and commissioning of the plant and equipment and
of the UNIT shall be undertaken only after complete satisfaction/
verification of supplies as per final approved drawings (Code-1) and
QAP (Code-1).
4.7.7.0 The CONTRACTOR has to ensure the deployment of quality Assurance and
Quality Control Engineer(s) depending upon the quantum of work. This
QA/QC group shall be fully responsible to carry out the work as per standards
and all code requirements. In case the Engineer-in-charge feels that QA/QC
Engineer(s) of the CONTRACTOR or any of them are incompetent or that the
designated Engineer(s) are insufficient, the CONTRACTOR shall deploy other
experienced Engineer(s) to the satisfaction of Engineer-In-Charge.
4.7.8.0 If the CONTRACTOR fails to comply with the requirements of the QAP and
the above provisions or to follow the instructions of Engineer-in-charge under
Clause 4.7.7.0, the next payment due to him shall not be certified, or if already
certified, shall not be released unless the CONTRACTOR complies therewith
to the satisfaction of Engineer-in-charge.
4.7.9.0 If Third Party Inspection is specifically excluded from the CONTRACTOR’s
responsibility under the Contract, the inspection shall be carried out by the EIC
or by any other Inspection Agency nominated by the OWNER, and Cl. 4.7.4.0,
4.7.5.0, 4.7.7.0 and 4.7.8.0 shall stand accordingly modified.

4.8.0.0 EXECUTION OF THE WORK


4.8.1.0 The CONTRACTOR shall provide sufficient labour, staff (qualified and
unqualified), machinery, tools and equipment, material and things whatsoever
necessary for the proper performance of the work and to ensure the rate of
progress as envisaged in the Progress Schedule.
4.8.2.0 If in the opinion of the Engineer-in-Charge (the opinion of either of whom in
this behalf shall be final), the work(s)/operation(s) at any job site or as a whole
is/are not meeting the progress necessary to achieve the relative date of
completion in the Progress Schedule, the Engineer-in-Charge may instruct the
CONTRACTOR to employ/provide additional labour, staff, machinery, tools,
equipment or material necessary to achieve the required progress and the
CONTRACTOR shall forthwith comply with such instruction(s).
4.8.3.0 Should the CONTRACTOR fail to comply with such instruction(s) or fail to
comply therewith to the satisfaction of the Engineer-in-Charge (whose opinion
in this behalf shall be final and binding upon the CONTRACTOR), the
Engineer-in-Charge may, at his discretion, at the risk and cost of
CONTRACTOR, and after consulting the CONTRACTOR, appoint, procure or
provide the material(s) and/or the additional labour/personnel and or
equipment as the Engineer-in-Charge (whose decision in this behalf shall be
final and binding upon the CONTRACTOR) considers necessary to achieve
the necessary progress in relation to any particular work/operation or the work
as a whole, or may appoint subcontractor(s) for the performance of any
particular work or operation and/or for the supply of any requisite material. In
so doing, the Engineer-in-Charge shall be deemed to be acting for and on
behalf of and as agent of the CONTRACTOR and any such appointment(s),
procurement or provision shall be deemed to have been made by the
CONTRACTOR and shall be paid for by the CONTRACTOR and/or out of any
monies payable to the CONTRACTOR. The OWNER shall also be entitled in
this event to 15% (Fifteen Percent) as supervision charges on the total cost of
such appointment(s), procurement(s) and/or provision(s), and the OWNER
shall be entitled (without prejudice to any other mode of recovery) to deduct
SECTION – 4 - PERFORMANCE OF WORKS Page 63 of 192
the same from the running account/final bills of the CONTRACTOR or any
amount howsoever becoming payable to the CONTRACTOR from time to
time and the decision of the Engineer-in-Charge as to the cost incurred in this
behalf shall be final and binding upon the CONTRACTOR.
4.8.4.0 Should the Engineer-in-Charge at any stage (notwithstanding that the time for
completion of the relative work or item of work as specified in the Progress
Schedule has not expired) be of the opinion (the opinion of the Engineer-in-
Charge in this behalf being final) that the performance of any work or item of
work by the CONTRACTOR is unsatisfactory (whether in the rate of progress,
the manner, quality or workmanship of the performance or in the adherence
to specifications, or in the omission, neglect or failure to do, perform,
complete or finish any works or item, or for any other cause whatsoever), the
Engineer-in-Charge shall be entitled (without prejudice to any other rights of
the OWNER and/or obligations of the CONTRACTOR under the Contract) at
his discretion and after consulting the CONTRACTOR at the risk and cost of
the CONTRACTOR either to appoint, procure and/or provide such labour,
staff, machinery, tools, materials etc. as the Engineer-in-Charge (whose
decision shall be final and binding upon the CONTRACTOR) considers
necessary to achieve satisfaction in relation to the particular work, operation
or item or work, or the work as a whole, as the case may be, or to appoint one
or more subcontractors for the satisfactory performance thereof or any part
thereof, or to undertake the performance thereof or any part thereof
departmentally, and the provisions of clause 4.8.3.0 hereof shall mutates
mutandis apply to any action taken by the Engineer-in-Charge pursuant to
this clause in the same manner as applicable to an action taken under the
said clause.
4.8.4.1 After and so far as the performance of any work or supply of any materials
under Clause 4.8.3.0 or under Clause 4.8.4.0 shall involve payment of any
advance(s) or down payment(s) or any other payment in advance of the
payments for relative works or supplies to the CONTRACTOR, such
payment(s) shall be funded out of the amounts payable or becoming payable
on the Running Account Bills or other Bills of the CONTRACTOR and/or out
of any Bank Guarantees to secure advance(s) or otherwise held by the
OWNER pursuant to this contract.
4.8.5.0 Any action, taken by the Engineer–in-Charge under clause 4.8.3.0 and/or
4.8.4.0 shall be without prejudice to the full liability of the CONTRACTOR
under the Contract including but not limited to the OWNER’S full rights under
clauses 4.4.0.0 and associated clauses thereunder, and under clauses
7.0.7.0 and 7.0.8.0 hereof.
4.8.6.0 During the progress of the works, the CONTRACTOR shall keep the site
reasonably free from all unnecessary obstruction and shall store or dispose of
any constructional plant and surplus materials and clear away and remove
from the site, any wreckage, rubbish or temporary works no longer required.
Disposal of surplus materials shall be in accordance with the instructions of
the Engineer-in-Charge.

4.9.0.0 SUB-CONTRACTS
4.9.1.0 The CONTRACTOR shall not assign, sub-contract or subject the whole or
any part of the work in any manner to any third party lien, right or interest,
provided that the CONTRACTOR may, with the prior written approval of
Engineer-in-Charge and subject to the other provisions in this behalf, sub
contract any particular work or part of the work to a subcontractor approved
by the Engineer-in-Charge.
SECTION – 4 - PERFORMANCE OF WORKS Page 64 of 192
4.9.2.0 Each Sub-Contractor shall be covered by the contract on the same basis as
the CONTRACTOR, provided, however, that notwithstanding approval of the
Sub-Contract as aforesaid and notwithstanding that the OWNER/Engineer-in-
Charge shall have received a copy of the Contract between CONTRACTOR
and Sub-Contractor, the CONTRACTOR shall be and shall remain exclusively
responsible to the OWNER, for which purposes the Sub-Contractor shall, vis-
a-vis the OWNER, be deemed to be the servant/agent of CONTRACTOR
employed for the performance of the particular work with full responsibility on
CONTRACTOR for all acts, omissions and defaults of the Sub-Contractor.
4.9.3.0 Subject as herein above in this behalf specifically permitted and provided, the
CONTRACTOR shall not sub-contract or assign any work under the Contract,
and any sub-contract in breach hereof shall be deemed to be an assignment
of the Contract or part or portion thereof sub-contracted, as the case may be.
4.9.4.0 If any sub-contractor engaged upon the work at the site executes any work
which in the opinion of the Engineer-in-Charge is not of the requisite standard
(the opinion of the Engineer-in-Charge being final in this behalf), the
Engineer-in-Charge may after consulting the CONTRACTOR, by written
notice to the CONTRACTOR require the CONTRACTOR to terminate such
sub-contract, and the CONTRACTOR shall upon the receipt of such notice,
terminate such sub-contract at the risks and cost of the CONTRACTOR, and
shall keep OWNER indemnified against the consequences.
4.9.5.0 Notwithstanding such sub-contract being approved by Engineer-in Charge as
herein envisaged, the CONTRACTOR shall, at the commencement of every
month, furnish the Engineer-in-Charge with a list of all sub-contractors
engaged and working at the site during the previous month, with particulars of
the general nature of the works performed by them.

4.9.6.0 SUB-CONTRACTOR FOR CONSTRUCTION WORKS


4.9.6.1 Following the issue of the Letter of Acceptance, the
CONTRACTOR will submit to the OWNER and Engineer-in-Charge for
approval the details of sub-Contractors for construction in the Format
prescribed by the OWNER for the purpose. The CONTRACTOR shall
ensure that only competent and resourceful agencies with proven track
record and performance should be proposed for the work to be sub-
contracted.
4.9.6.2 The list of construction sub-contractors proposed by the Bidders in the Bid
shall be considered as indicative only.
4.9.6.3 A minimum of the following construction activities shall be performed by the
CONTRACTOR directly and shall not be sub-contracted:
(i) Total Project Management
(ii) Planning, Scheduling, Monitoring
(iii) Procurement: (except for procurement of Cement, Steel and aggregate)
(iv) Quality Assurance
(v) Construction Management
(vi) Mechanical Completion, Pre-commissioning, Start up and Commissioning
4.9.6.4 Additionally, the CONTRACTOR must deploy its own manpower for planning,
supervision and quality of works at site including Project Manager(s), Quality
Control Engineer(s) for various disciplines, Planning Engineer(s) and front line
supervisors for Civil, Electrical, Mechanical, Piping and Instrumentation jobs.
Sub-contracting of these activities shall not be permitted under any
circumstances.
SECTION – 4 - PERFORMANCE OF WORKS Page 65 of 192
4.9.7.0 ENGINEERING SUB-CONTRACTOR
4.9.7.1 The CONTRACTOR shall carry out residual process design and detailed
engineering activities either himself and/or if so permissible in terms of the
tender/ bid documents, through an approved engineering sub-contractor
having the requisite experience and qualifications.
4.9.7.2 The CONTRACTOR or Engineering sub-contractor executing residual
process design and detailed engineering shall follow inter alia the
methodology mentioned below:
a) Residual Process Design and detailed Engineering shall be done by the
CONTRACTOR or specified Engineering Subcontractor identified by the
CONTRACTOR in his Bid and approved by the OWNER. No other or
further subcontracting shall be permitted.
b) The Residual process Design and detailed Engineering shall be carried
out at the Principal International Design Office of the CONTRACTOR/
Engineering Subcontractor, as the case may be, with adequate strength
of technical personnel and support design aids.
c) The CONTRACTOR/ Engineering Subcontractor shall extensively use
latest design software including 3D Modeling with PDS/PDMS software.
d) In the case of Residual Design Engineering and/or
Detailed Engineering being done by engineering subcontractor, the
CONTRACTOR shall locate its Lead Engineers of the respective
disciplines viz CIVIL, STRUCTURAL, PRESSURE VESSELS, STATIC
& ROTATING EQUIPMENT, PIPING, ELECTRICAL and
INSTRUMENTATION at the design Centre (office) of the
engineering subcontractor to control, monitor and approve the
engineering design work/deliverables of the engineering
subcontractor prior to their issue for Review or
Construction, as applicable. Such placement shall be a pre-condition for
the issue of any drawings for review or construction, to which end the
CONTRACTOR shall keep the OWNER informed of such deployment
with particulars of the Lead Engineers deployed, and the relevant dates
of their deployment, and all drawings issued for review or construction
shall be countersigned by the concerned Lead Engineer. All interactions
on Design / Review / Discussions with OWNER / OWNER’s
representative shall be done under single point responsibility of the
CONTRACTOR.
e) After start of construction work, the CONTRACTOR and/or its
engineering subcontractor, as the case may be, shall position at work
site a field engineering team essentially consisting of General Civil,
Piping and Structures initially and followed by Electrical and
Instrumentation who have been involved in carrying out the design at
the design centre in order to closely co-ordinate with site construction
group to resolve any issues related to design/construction and provide
additional drawings/documents as required. Other specialists as
required shall also be deployed. The field engineering team shall be
equipped with all their design aids (both hardware and software) and
with effective communication network facilities with their Principal
International Design Office.

4.10.0.0 RELATIONSHIP WITH CONSORTIA

SECTION – 4 - PERFORMANCE OF WORKS Page 66 of 192


4.10.1.0 Where the CONTRACTOR is a consortium, the members of the consortium
shall nominate or appoint one amongst them to be the consortium leader and
to represent them in all dealings with the OWNER and to do all acts, deeds,
matters and things required to be done by the CONTRACTOR under the
contract, including (but not limited to) exchange of correspondence, raising
invoices, drawings, documents and receiving payments. Failing such
nomination or appointment, the OWNER shall be entitled at its discretion to
nominate any one member of consortium to be the consortium leader and to
represent the CONTRACTOR and/or to deal with the OWNER. The
Consortium leader must be a person/entity who satisfies the qualification
criterion for bidding.
4.10.1.1 All dealings had with and/or all acts, deeds, matters and things done by or
payments made to and invoices/documents drawn and/or negotiated by a
person/entity appointed or nominated by the consortium or the OWNER as
aforesaid shall be binding upon the CONTRACTOR and each member of the
consortium, and in so far as the OWNER shall require a discharge in respect
of any dealing had or act, deed, matter or thing done or payment made as
aforesaid, the same shall constitute a valid discharge to the OWNER.
4.10.2.0 Each and every member of the consortium shall be jointly and severally liable
to the OWNER for and in respect of all liabilities and obligations of the
CONTRACTOR under the Contract.
4.10.3.0 The constitution of the consortium or the relative distribution of work(s) and/or
activities amongst the consortium members within the relative expertise of
each as approved by the OWNER shall not be altered or assigned, as the
case may be, except with the prior written consent of the OWNER with the
intent that any contrary alteration or assignment shall be deemed to be an
unauthorised assignment of contract with attendant liabilities including
termination of contract.
4.11.0.0 MISCONDUCT
4.11.1.0 If and whenever any of the CONTRACTOR’s or Sub-contractor’s agents, sub-
agents, assigns, consultants or employees shall in the opinion of the
Engineer-in-Charge (whose opinion in this behalf shall be final), be guilty of
misconduct or be incompetent or indifferently qualified or negligent in the
performance of his/their duties, or if in the opinion of the Engineer-in-Charge
(which shall be final), it is undesirable for any reason (which need not be
disclosed to the CONTRACTOR) for such person(s) to be employed in the
works, the CONTRACTOR, if so directed by the Engineer-in-Charge, shall
forthwith remove or cause to be removed such person(s) from employment
thereon, and any person(s) so removed shall not be re-employed in the works
except with the prior permission in writing of the Engineer-in-Charge. Should
the CONTRACTOR be requested to repatriate any person removed from the
works, the CONTRACTOR shall do so forthwith at his own cost. Any
person(s) so removed from the works shall be immediately replaced at the
expense of CONTRACTOR by a qualified and competent substitute.
4.11.2.0 The CONTRACTOR shall keep the OWNER indemnified from and against all
personal and third party claims whatsoever (inclusive of all costs incurred
between attorney and client) arising out of any act or omission on part the of
any sub-contractor or agent, sub-agent, consultant or employee of the
CONTRACTOR or any Sub-contractor, whether committed, omitted or arising
within or without the scope of the contract, sub-contract, agency or
employment, as the case may be.
SECTION – 4 - PERFORMANCE OF WORKS Page 67 of 192
***************************

SECTION – 4 - PERFORMANCE OF WORKS Page 68 of 192


SECTION – 5
INSPECTION AND TESTING

5.0.0.0 INSPECTION AND TESTING OF MATERIALS


5.0.1.0 All materials to be supplied by the CONTRACTOR within the scope of supply
shall each be individually inspected, tested and analysed in terms of the
specifications, applicable codes and the relevant practices specified therein or
elsewhere in the contract document by expression or implication.
5.0.1.1 Inspection, tests and analysis shall be carried out in so far as possible, at the
place of manufacture, production or fabrication of the materials, at the cost of
the CONTRACTOR/manufacturer.
5.0.1.2 In each and every instance, the CONTRACTOR shall give the OWNER and
its specified representatives, adequate advance (minimum 15 days)
notification of the schedule of inspection or test so that the OWNER/its
representative may witness the same. The CONTRACTOR shall afford the
OWNER/its authorised representatives, access to any and all parts of
manufacturer’s facilities or other places where manufacture, production or
fabrication is being done, of any material intended for supply within the scope
of supply.
5.0.1.3 The OWNER shall be entitled at all times whether prior to despatch of stores,
by itself and/or through inspectors appointed by the OWNER to inspect, test
and/or analyse and/or to direct the manufacturers to inspect, test and/or
analyse, any materials used or proposed to be used in the manufacture,
production or fabrication of any material to be supplied by the CONTRACTOR
within the scope of supply. The said inspection, test and analysis as far as
required, shall be conducted in the presence of the inspector. The
manufacturer shall ensure that the inspecting personnel referred to above are
given free access to all the required places and information connected with
their work, besides working facilities to carry out their functions. The said
inspection, test and analysis shall be so conducted as not to interfere with the
manufacturer’s normal production.
5.0.1.4 The OWNER shall be entitled at any time at the risk of the CONTRACTOR to
inspect and/or test by itself or through any independent person(s) or
agency(ies) appointed by the OWNER any materials, items and components
whatsoever supplied or proposed to be supplied for incorporation in the
works.
5.0.1.5 Further, the OWNER may, if so considers necessary for reasons to be
recorded in writing, direct the CONTRACTOR to conduct such inspection or
tests in addition to the inspection/ tests specified in the Contract or the
applicable codes, standards and/or practices. The inspection and/or tests, if
conducted by the CONTRACTOR, shall be conducted at the expense of
CONTRACTOR and may be directed by the OWNER to be conducted by
agency(ies) nominated by the OWNER. Such tests may include destructive
and/or non-destructive tests by ultrasonic, electromagnetic, radiological,
visual and other means.
5.0.1.6 Where the manufacture or fabrication of any materials intended for
incorporation in the works is being done by any person(s) other than the
CONTRACTOR, and/or in the premises/workshop of any person other than

SECTION – 5 - INSPECTION AND TESTING Page 64 of 192


the CONTRACTOR, the CONTRACTOR shall procure and arrange for the
inspection or testing and/or analysis thereof by such other person(s) and shall
provide the OWNER and/or its authorised representative(s) every facility and
assistance necessary for the inspection and/or testing thereof.
5.0.1.7 The CONTRACTOR shall also, on receipt of intimation or any communication
of any inspection or tests by the OWNER or any agencies nominated by the
OWNER in this behalf, present himself or his authorised representative(s) at
the place of inspection and/or testing to receive any orders or instructions
consequent thereto, as shall be necessary.
5.0.1.8 The CONTRACTOR shall furnish to the OWNER and/or agency specified by
the OWNER for the purpose of inspection or approval when requested, or as
required by the inspection or other contract documents, adequate samples of
all materials and finishes intended for incorporation in the works. Such
samples shall be submitted before the work is commenced, permitting
sufficient time for tests/examination(s) thereof by the OWNER. All materials
furnished and finishes incorporated in the work shall conform to the approved
sample(s) in all respects.
5.0.1.9 The CONTRACTOR/manufacturers including their authorised Sub-
contractors/ Suppliers shall make available to the OWNER and any other
individual/agency authorised by the OWNER, for the purpose of inspection, all
its records and results in respect of inspection, test and analysis conducted
by it as part of their manufacturing and testing operations under the
applicable codes and practices.
5.0.2.0 Should the manufacturers fail to comply with any of the provisions aforesaid
relating to inspection, testing and/or analysis, the OWNER shall be entitled by
itself and/or through inspector to conduct the inspection, test and/or analysis
at the risk and expense of the manufacturer/CONTRACTOR in all respects.
5.0.2.1 No rejected material, component or sub-assembly shall be used or reused for
manufacture, production or fabrication of any material(s) intended for
permanent incorporation in the works.
5.0.3.0 Unless otherwise specifically authorised by the OWNER in writing, the
supplier shall not ship or dispatch for shipment, within the scope of supply,
any store(s) which have not been priorly inspected, tested and/or analysed as
herein contemplated and in respect of which a certificate of quality has not
been issued or signed by the inspectors.
5.0.4.0 If the rejection rates at the OWNER’S inspection for defects exceeds 5%
(Five percent), the OWNER shall be entitled to halt production until the cause
thereof is rectified, without any liability to the OWNER and without in any
manner relieving the CONTRACTOR of its full liabilities under the Contract.
5.0.5.0 The Engineer-in-Charge shall be entitled for reasons to be recorded in writing
to reject at any time even after delivery to the job site any defective materials
(including specially manufactured or fabricated items and components)
supplied by the CONTRACTOR for incorporation in the works,
notwithstanding previous inspection and/or testing thereof by or on behalf of
the OWNER without rejection or previous approval thereof by or on behalf of
the OWNER and upon such rejection the CONTRACTOR shall either perform
such work or improvement thereon or in respect thereof as shall be necessary
to bring the material, item or component to the requisite standard, or shall if

SECTION – 5 - INSPECTION AND TESTING Page 65 of 192


so required by the Engineer-in-Charge (whose decision in his behalf shall be
final), remove the rejected material/item/component from the job site within
the time specified by the Engineer–in-Charge and replace it at his own cost
and expense (without additional remuneration or compensation in respect
thereof) with material (s)/item(s)/component(s) approved by the Engineer-in-
Charge.
5.0.6.0 Should the CONTRACTOR commit a breach of its obligations under Clauses
5.0.2.1 or Clause 5.0.3.0 or Clause 5.0.5.0 hereof, the CONTRACTOR shall
be deemed to be in breach of contract within the provisions of Clause 7.0.1.0
hereof with regard to termination of Contract, and the provisions of the said
Clause and associated provisions thereunder shall apply to such breach.
5.0.7.0 Notwithstanding anything provided in the foregoing clauses hereof and
notwithstanding that the OWNER and/or its representative or any agency
appointed by the OWNER has inspected, tested and/or approved any raw
material intended to be incorporated in any material(s) to be supplied
pursuant to the Scope of Supply and/or has inspected, tested and/or
approved any such material(s), the CONTRACTOR shall be and remain fully
responsible under the Contract for and in relation to specification fulfillments
and performance guarantees. The said inspection, tests and related
procedures are intended only for the OWNER’S satisfaction that prima facie
the raw material and/or material(s), as the case may be, intended for
incorporation and/or supply under the Contract, are in order.

5.1.0.0 INSPECTION AND TESTING OF WORKS


5.1.1.0 The CONTRACTOR shall at all times ensure highest standards of
workmanship relative to the work to the satisfaction of the Engineer-in-
Charge. The Engineer-in-Charge shall have the power to inspect or cause to
be inspected the works in all respects at any and all times up to completion of
the works, as also, to test or to instruct the CONTRACTOR to test the works
or any structure, material or component thereof at the risk and cost of the
CONTRACTOR, either by the CONTRACTOR or by any agency(ies)
nominated by the Engineer-in-Charge in this behalf.
5.1.1.1 The CONTRACTOR shall provide all facilities, instruments, material, labour
and equipment required for testing the work (including checking the setting
out of the works) and shall afford the Engineer-in-Charge all assistance
necessary to conduct or have conducted the inspection and tests.
5.1.1.2 The CONTRACTOR shall also provide and keep at all times during the
progress of the work and maintenance period, proper means of access to the
works and every part thereof by means of ladders, gangways etc. and the
necessary attendants to move and set up the same as directed by the
Engineer-in-Charge for inspection or measurement of the works.
5.1.2.0 On no account shall the CONTRACTOR proceed with cover up or otherwise
place beyond reach of inspection, test or measurement any work before
necessary inspection entries are filled in the Site Inspection Register by the
Engineer-in-Charge or his authorised representative unless OWNER has
been permitted sufficient time for test/examination(s) in accordance with
foregoing provisions hereof. Should the CONTRACTOR do so, the same shall
be uncovered at CONTRACTOR’S risk and expense for carrying out of the
inspection, test and/or measurement.

SECTION – 5 - INSPECTION AND TESTING Page 66 of 192


5.1.3.0 Should the CONTRACTOR fail to comply with any provisions foregoing
relative to inspection and/or testing of the works, the Engineer-in-Charge shall
in his absolute discretion be entitled to remove, dismantle and/or uncover, as
the case may be, at the risk and cost of the CONTRACTOR, such cover-up
thereof installed, erected or put up by the CONTRACTOR and to conduct or
have conducted the test(s) and/or examination at the risk and cost of the
CONTRACTOR. In such event the CONTRACTOR shall also bear the risk
and cost of the replacement, reinstallation or re-erection of the concerned
work(s) or part thereof, as case may be.
5.1.4.0 Notwithstanding anything provided in the foregoing clauses hereof, the
CONTRACTOR shall be and remain liable at his own cost and initiative to
conduct all tests at all relevant times during performance, erection and
installation of any work(s), as shall be required in terms of the contract
documents or the codes, standards or practices referred to therein, or as
reasonably required by the Engineer–in-Charge, such tests to be conducted
through agency(ies) or Laboratory(ies) specified or approved by the Engineer-
in-Charge in this behalf.
5.1.5.0 Should the Engineer-in-Charge on inspection or test be not satisfied with the
quality or workmanship of any work(s), or any part thereof (the decision of the
Engineer-in-Charge being final in this behalf), the CONTRACTOR shall re-
perform, replace, re-install and/or re- erect, as the case may be, such work(s)
or part as the case may be and no such rejected work(s) or part shall be used
or reused with reference to the works except with the prior permission of the
Engineer-in-Charge and the provisions of Clause 5.1.7.0 hereof shall apply to
default by the CONTRACTOR of the provisions of this clause.
5.1.6.0 Notwithstanding anything provided on foregoing clauses hereof and
notwithstanding that the Engineer-in-Charge and/or his representative has
inspected, tested and/or approved any particular work(s) or structure or part
thereof, such inspection, test or approval shall not absolve CONTRACTOR of
his full responsibility under the contract inclusive of and relative to
specification fulfillments and performance guarantees. The said inspection
and test procedure is intended basically to satisfy the OWNER that prima
facie the work(s) done and/or structure or system installed is/are in order.
5.1.7.0 Should the CONTRACTOR fail to re-perform, replace, reinstall and/or re-
erect, as the case may be, any work(s) or structure, or part thereof rejected or
found defective in terms of clause 5.1.5.0 hereof within such period as the
OWNER or Engineer-in-Charge may specify by written notice to the
CONTRACTOR in this behalf, without prejudice to the rights of the Engineer-
in-Charge under Clause 4.8.3.0 and Clause 4.8.4.0 thereof, the
CONTRACTOR shall be deemed to be in breach of contract within the
provisions of clause 7.0.1.0 hereof with regard to termination of Contract and
the provision of the said clause and associated provisions thereunder shall
apply to such breach, and the OWNER shall be entitled (without prejudice to
any other right or remedy available to the OWNER) upon expiry of the period
specified in said notice, to demolish and/or remove the rejected/defective
work(s) and/or structure, or part thereof and to re-perform, replace, re-install
and/or re-erect, as the case may be, the same by itself or through other
agency or CONTRACTOR at the risks and cost of the CONTRACTOR in all
respects, and to recover the costs incurred by the OWNER in this behalf
together with a supervision charge of 15% (Fifteen percent) thereon
admissible to the OWNER, and the OWNER shall be entitled (without

SECTION – 5 - INSPECTION AND TESTING Page 67 of 192


prejudice to any other mode of recovery) to deduct the same from the
Running Account/ Final Bill(s) of the CONTRACTOR or any monies becoming
due to the CONTRACTOR from time to time and the decision of the Engineer-
in- charge as to the cost incurred by the OWNER as aforesaid shall be final
and binding upon the CONTRACTOR.

5.2.0.0 TESTS, COMMISSIONING AND POSSESSION OF WORKS


5.2.1.0 As soon as the works at any Site have been completed in all respects to the
satisfaction of the Engineer-in-Charge, and prior to the start-up of the UNIT,
Final Tests of the different equipments, sub-systems, and systems comprised
in the works/UNIT shall be undertaken by the CONTRACTOR at the risks and
costs of the CONTRACTOR in the presence of the Engineer-in-Charge or his
authorised representative. The OWNER may at its discretion permit Final
Tests, piece-meal in respect of particular part(s) or section(s) or group(s) of
the works.
5.2.1.1 As soon as all the Final Tests have been completed in all respects to the
satisfaction of the Engineer-in-Charge, pre-commissioning & start up of the
complete system, plant(s), equipment(s), vessels and machinery, and
associated systems or the UNIT, as the case may be shall be undertaken by
the CONTRACTOR at the risk and cost of the CONTRACTOR under the
overall supervision of the Engineer-in-Charge or his authorised representative
and/or of the Process Licensor.
5.2.1.2 Upon satisfactory completion of the Final Tests in respect of all plant,
machinery, equipment, sub-systems and systems constituting the works/UNIT
and Mechanical Completion of the UNIT to the satisfaction of the OWNER,
the Engineer-in-Charge shall prepare a Final Test Certificate or Mechanical
Completion Certificate which shall certify the date on which Final Tests in
respect of various plant, machines, equipment, sub-systems and systems
have been successfully completed and the date of Mechanical Completion of
the UNIT.
5.2.1.3 Following Mechanical Completion of the UNIT to the satisfaction of the
OWNER the CONTRACTOR shall, as soon as feasible, commission the UNIT
insofar as the Scope of Contract comprises of a UNIT, in accordance with the
contractual requirements.
5.2.1.4 Once the UNIT has been successfully commissioned to the satisfaction of
OWNER, Engineer-In-Charge shall issue a Commissioning Certificate to
CONTRACTOR which will set out the date of successful commissioning of the
UNIT solely in order to facilitate the CONTRACTOR to claim the milestone
payment against Commissioning and to fix the Defect Liability Period. The
issue of the Commissioning Certificate to CONTRACTOR shall not, however
relieve the CONTRACTOR of any obligations, which CONTRACTOR has to
perform until issue of the Commissioning and Performance Test Certificate as
per the Contract. Subsequent to successful commissioning of the UNIT, and
after the operation of the UNIT has been stabilized, the CONTRACTOR shall
undertake Performance Tests for the UNIT to establish that the UNIT
performs according to the contractual requirements. Such Performance Tests
will be undertaken by the CONTRACTOR at the risks and costs of the
CONTRACTOR under the overall supervision of the Engineer-in-Charge or
his authorized representative and/or of the Process Licensor.
5.2.1.5 On successful completion of the Performance Tests to the satisfaction of the
OWNER, the Engineer-in-Charge shall issue a Commissioning and

SECTION – 5 - INSPECTION AND TESTING Page 68 of 192


Performance Test Certificate to the CONTRACTOR, which will set out the
date of successful commissioning of the UNIT and the date of successful
completion of the Performance Tests.
5.2.2.0 If within the scope of work, the Contractor is required to load the Catalyst into
the UNIT, such loading shall include within its scope the handling and
removal of the catalyst from the OWNER’s godown or warehouse where the
Catalyst is stored, its transportation to the job site, opening of packing or
containers in which the catalyst is loaded, loading of the catalyst in
accordance with the specifications and/or instructions of the Licensor and/or
the Engineer-in-Charge, and return of empties to the OWNER’s designated
warehouse. Loading of the catalyst shall be an activity excluded from the
scope of Mechanical Completion.
5.2.3.0 As and from the date of issue of Commissioning and Performance Test
Certificate, the OWNER shall be deemed to have taken over the work(s) as
mentioned in the Commissioning and Performance Test Certificate but
without prejudice to CONTRACTOR’s liability under clause 5.3.4.0 hereof. In
respect of works which are not required to be commissioned by the
CONTRACTOR, the OWNER shall be deemed to have taken over the works
as and from the date of successful completion of the final tests and stated in
the Final Test Certificate, but without prejudice to the CONTRACTOR’s
liability under Clause 5.3.4.0 hereof.
5.2.4.0 If during Final Tests and/or pre-commissioning, start up, commissioning
and/or Performance Tests or at any time prior thereto, any defect(s) in the
design or in any work performed or structure erected or component installed
or in any installation or erection(s) or material(s) incorporated in the works
is/are noticed, the CONTRACTOR shall forthwith within the scope of the work
remove and/or demolish the same and re-perform, replace, re-install and re-
erect the same and otherwise do and provide whatever is necessary to be
done to correct, repair and/or rectify the defect(s) to the satisfaction of the
Engineer-in-Charge, and if the defect(s) be discovered during Final Tests or
commissioning or Performance Tests, the CONTRACTOR shall thereafter
repeat the Final Tests or commissioning or Performance Tests or such of
them as may be required to be repeated, and so on until successful
conclusion of Final Tests, commissioning of the total system without defect,
and/or successful completion of the Performance Tests. Any and all
lubricants, consumables and spares required for commissioning the UNIT and
to undertake the Performance Tests shall be provided by the CONTRACTOR
within the scope of supply.
5.2.4.1 Should the CONTRACTOR fail to correct, repair or rectify any defects as
aforesaid, the provision of Clause 5.1.7.0 hereof shall mutatis mutandis apply
as for defects under Clause 5.1.5.0.
5.2.5.0 Notwithstanding anything provided in Clause 5.2.3.0, Clause 5.2.4.0 and
Clause 5.2.4.1 hereof, the OWNER shall be entitled without prejudice to any
other rights of the OWNER or liabilities of the CONTRACTOR under the
foregoing provisions hereof or otherwise under the Contract, including the
rights of the OWNER under clause 4.4.0.0 hereof and associated clause
thereunder and clause 7.0.1.0 hereof and associated clauses thereunder :
i) If by reason of any default on the part of the CONTRACTOR a
Commissioning and Performance Test Certificate has not been issued
in respect of the entire works within 28 (Twenty Eight) days after the

SECTION – 5 - INSPECTION AND TESTING Page 69 of 192


date fixed for completion of the entire works in the Progress
Schedule(s), to take over and use any portion of works in respect of
which Commissioning and Performance Test Certificate has not been
issued, with or without affording the CONTRACTOR further opportunity
for completing the work for issue of the Commissioning and
Performance Test Certificate.
ii) At any time during the progress of the works, notwithstanding that time
for the completion of the entire works or concerned part, portion or
section thereof according to the Progress Schedule(s) shall not have
expired, to take over and/or use for any purpose the incomplete or
partially completed works/UNIT or any part or portion or section thereof,
as the case may be, and give the CONTRACTOR an opportunity for
completing the work or relative part or portion or section thereof, as the
case maybe, within the time for completion permitted therefor under the
Progress Schedule and if in the opinion of the CONTRACTOR, such
taking over and/or use shall require an extension of time for completion,
the provision of Clause 4.3.5.0 hereof and associated clauses
thereunder relating to extension of time shall apply.
Provided always that take over, possession or use of the works/UNIT or any
part or portion or section thereof by the OWNER within the provisions of item
(i) and/or item (ii) above shall not be deemed to be an acceptance of work or
relative part or portion or section thereof by the OWNER or relieve the
CONTRACTOR of his full obligations in respect thereof under the Contract.
5.2.6.0 The CONTRACTOR shall be deemed to have successfully commissioned the
UNIT contracted for when the following conditions are satisfied :
(i) The UNIT and all its components/facilities have been successfully tested
after installation at site individually and as a whole and Final Test
Certificate shall have been issued in respect thereof.
(ii) The UNIT is successfully commissioned by continuous and stabilised
operation up to full capacity for a continuous period of not less than 7
(seven) days.
(iii) The Performance Tests for the UNIT shall have been successfully
completed.
(iv) The Engineer-in-Charge shall have issued a Commissioning and
Performance Test Certificate in respect of the UNIT.

5.3.0.0 COMPLETION CERTIFICATE


5.3.1.0 After the final tests have been successfully completed in respect of all the
works envisaged in the contract, or after the UNIT has been Mechanically
completed, as the case may be, the CONTRACTOR shall clear the job site of
all scaffolding, wiring, pipes, surplus materials, CONTRACTOR's labour,
equipment and machinery and shall demolish, dismantle and remove all
CONTRACTOR's site offices and quarters and other temporary works,
structure and constructions and other items and things whatsoever brought
upon or erected at the job site or on any land allotted to the CONTRACTOR
by the OWNER and not incorporated in the permanent works and shall
remove all rubbish from the job site and the land allotted to the
CONTRACTOR and shall clear, level and dress the job site and said land to
the satisfaction of the Engineer-in-Charge and shall put the OWNER in
undisputed custody and possession of the job site and all land allotted by the

SECTION – 5 - INSPECTION AND TESTING Page 70 of 192


OWNER to the CONTRACTOR and unless the CONTRACTOR shall have
fulfilled the provisions of the clause, the works shall not be deemed to have
been completed.
5.3.2.0 Upon the satisfactory fulfillment by the CONTRACTOR of the provisions of
Clause 5.3.1.0 hereof and the issue of Final Test Certificate by the Engineer-
in-Charge, the CONTRACTOR shall be entitled to apply to the Engineer-in-
Charge, for a Completion Certificate in respect of the entire work or work at
any job site, as the case may be, upon submission of the following
documents:
i) The Technical Documents according to which the work was carried out.
ii) Complete set of working drawings showing therein corrections and
modifications (if any) made during the course of execution of the works,
signed by the Engineer-in-Charge.
iii) Statement of final levels as set for various works, signed by the
Engineer-in-Charge.
iv) Final Test Certificate issued by the Engineer-in-Charge (if
commissioning is not within the CONTRACTOR's scope of the work with
respect to which the Final Test Certificate has been issued) and
Commissioning Certificate (if Performance Tests are not within the
CONTRACTOR's scope of work) and Commissioning and Performance
Test Certificate (if Performance Tests are within the CONTRACTOR's
scope of work) issued by the Engineer-in-Charge.
v) Confirmation of Engineer-in-Charge of satisfactory fulfillment of the
provisions of the Clause 5.3.1.0 hereof.
vi) Item-wise list of surplus materials including the quantity & estimated
value of each surplus item (out of the materials issued by the OWNER
or brought at site by the CONTRACTOR) returned to the OWNER's
Store or otherwise disposed of, duly signed by the Engineer-in-Charge.
vii) Materials-at-site accounting for OWNER-supplied materials, signed by
the Engineer-in-Charge.
viii) Discharge in respect of OWNER-supplied equipment and machinery,
signed by the Engineer-in-Charge;
ix) Declaration by the CONTRACTOR that he has duly cleared any and all
of the dues payable by him to his Labour/Piece rate workers (PRWs),
Sub-Contractors, Suppliers, Vendors, Income Tax, Sales Tax, Octroi
and Service Tax, Excise and Customs, Provident fund, ESI and
royalties, if any; and
(x) Proof of payment in full of the cess payable under the Building and other
Construction Workers’ Welfare Cess Act, 1996.
5.3.3.0 If the Engineer-in-Charge is satisfied of the completeness in all
respects of all documents specified in Clause 5.3.2.0 and of proper
reconciliation and accounting of all materials the Engineer-in-Charge shall,
within 1 (One) month of receipt of the application for the Completion
Certificate, issue a Completion Certificate in respect of the works for which
the Completion Certificate has been applied. If the CONTRACTOR cannot
produce to the satisfaction of the Engineer-in-Charge, the statement of
reconciliation or other explanation of issues, utilisation and balance of
materials, the Engineer-in-Charge shall (after taking into account
irrecoverable losses, if any, determined to be reasonable by Engineer-in-
Charge) debit the CONTRACTOR the reasonable cost of such material plus
SECTION – 5 - INSPECTION AND TESTING Page 71 of 192
15% (Fifteen percent) thereof under the provision of item (x) of clause 3.0.3.1
hereof and issue the Completion Certificate subject thereto. The decision of
the Engineer-in-Charge as to the acceptability of the material reconciliation
furnished by the CONTRACTOR and as to the irrecoverable losses, if any,
permissible shall be final and binding upon the CONTRACTOR.
5.3.3.1 The issue of a Completion Certificate shall be without prejudice to the
OWNER’s rights and CONTRACTOR’s liabilities under the Contract, including
the CONTRACTOR’s liability for the defect liability period under clause
5.4.1.0 hereof nor shall the issue of a Completion Certificate in respect of the
works be construed as a waiver of any right or claim of the OWNER against
the CONTRACTOR in respect of works or any of them.
5.3.4.0 Up to and until issue of the Completion Certificate as provided for herein
above in respect of the works, the work(s) and all materials incorporated
therein shall be and remain at the risks of the CONTRACTOR in all respects,
including (but not limited to) accident, lightning, earth-quake, fire, storm, flood,
tempest, riot, civil commotion and/or war, provided that notwithstanding the
Engineer-in-Charge’s failure to issue a Completion Certificate under Clause
5.3.3.0 hereof, the risk specified above shall be transferred to the OWNER
within 01 (one) month of the Engineer-in-Charge receiving the
CONTRACTOR”s application for the Completion Certificate if the application
and the documents submitted in support thereof satisfy in all respects the
requirements of Clause 5.3.2.0 and properly reconciled and account for all
materials and a Commissioning Certificate has been issued in respect of the
Unit(s).
5.3.4.1 Without limiting his obligations and liabilities under Clause 5.3.4.0 hereof, the
CONTRACTOR shall takeout erection insurance and/or other suitable
insurance and at all times from the commencement of the work keep insured
for full value the works in progress and completed works in the joint names of
the OWNER and the CONTRACTOR against loss or damage from
whatsoever causes arising, including the risks specified below, in a manner
that the OWNER and the CONTRACTOR are covered during the period of
construction of the works and are also covered during the defect Liability
Period for loss or damage arising from any cause occurring prior to the
commencement of the Defect Liability Period and for any loss or damage
occasioned by the CONTRACTOR in the course of any operation carried out
by it for the purposes of complying with its obligation under clause 5.4.1.0
hereof. Such insurance(s) shall be effected with an insurer(s) and in terms
approved by the OWNER (which approval shall not be unreasonably
withheld) and the CONTRACTOR shall whenever required produce to the
Engineer-in-Charge or his representative, the policy or policies of insurance
and the receipt for payment of the current premium(s) PROVIDED THAT the
OWNER shall, at the CONTRACTOR’s cost, insure under the Emergency
Risk Insurance Law as applicable in India from time to time, the OWNER’s
works covered under this contract as insurable under the said law.
The policy(ies) of insurance aforesaid shall stipulate exclusive rights in the
OWNER to receive all monies due in respect of such policy(ies), and the
OWNER shall exclusively be entitled to receive all monies payable under said
policy (ies). In default by the contractor to effect or maintain insurance as
aforesaid, the Owner shall be entitled (but without obligation to do so) to take
out/or pay the premium for any such policy (ies) and deduct the premium(s)
and other costs and expenses incurred in this behalf by the Owner from the

SECTION – 5 - INSPECTION AND TESTING Page 72 of 192


monies for the time due or payable or becoming due or payable to the
Contractor.
PROVIDED ALWAYS THAT:
(i) Notwithstanding anything herein provided, the CONTRACTOR shall be
and remain solely and exclusively liable to repair, restore or replace, as
the case may be, works (including the materials therein incorporated)
damaged or destroyed as a result of any force majeure or other act or
omission, notwithstanding the existence or otherwise of any policy(ies)
of insurance aforesaid, with the intent that any policy(ies) of insurance
aforesaid taken out by the CONTRACTOR or by the OWNER on default
by the CONTRACTOR, shall not anywise absolve the CONTRACTOR
from his full liability under Clause 5.3.4.0 hereof or otherwise but shall
constitute merely an additional security and not a substitution of liability.
(ii) It shall be the exclusive responsibility of the CONTRACTOR to lodge
and pursue any or all claims in respect of the insurance aforesaid.
(iii) The CONTRACTOR shall, as a condition to the certification of any
Running Account Bill, satisfy the OWNER/ Engineer-in-Charge of the
existence of one or more policy(ies) of insurance covering the materials
as specified herein. The policy(ies) of insurance aforesaid shall cover all
insurable risks including but not limited to any loss or damage in
handling at storage point, transit from storage point, storage at job site
and during erection and upto issue of Completion Certificate against
theft, pilferage, riot, civil commotion, force majeure (including earth
quake, flood, storm, cyclone, tidal wave, lightening and other adverse
weather conditions), accidents of kinds, fire, war risks and explosion.
5.3.4.2 APPLICATION OF PROCEEDS OF INSURANCE
(a) Proceeds of any policy(ies) of insurance received by the OWNER
pursuant to Clause 3.0.3.1(vii) or Clause 5.3.4.1 hereof shall be utilized
at the sole discretion of the OWNER either for payment to the
CONTRACTOR for repair, restoration or replacement, as the case may
be, of the relative materials or works, or to meet the costs of repair,
restoration or replacement in the event of the CONTRACTOR refusing
or failing or neglecting to undertake such repair, restoration and/or
replacement, as the case may be, without prejudice to any other right or
remedy available to the OWNER in respect of such default, failure or
neglect.
(b) If the CONTRACTOR repairs, restores or replaces, as the case may be,
the lost, damaged or destroyed materials or works affected to the
satisfaction of the OWNER, the CONTRACTOR shall be entitled to the
disbursement by the OWNER of the full monies received by the
OWNER under the relative policy(ies) of insurance with respect to such
materials or works repaired, restored or replaced, as the case may be,
by the CONTRACTOR.

5.4.0.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS


5.4.1.0 The primary Defect Liability Period for the complete works/Unit(s) shall be 12
(twelve) months from the date of the issue of the Commissioning Certificate or
8000 hours of run, whichever shall be earlier, provided that if the Unit(s)

SECTION – 5 - INSPECTION AND TESTING Page 73 of 192


cannot be commissioned for a cause solely attributable to the OWNER within
12 (twelve) months from the Mechanical Completion, the primary Defect
Liability Period shall be 18 (Eighteen) months from the date of Mechanical
Completion.
Notwithstanding the expiry of the primary Defect Liability Period aforesaid, the
CONTRACTOR shall be and remain liable:
(i) To correct and/or rectify or replace, as the case may be, the defective
works or materials with respect to which a greater defect liability period
than as stated above has been specified in any of the Contract
Documents, for the entirety of the period so specified; and
(ii) To pass on to the OWNER the benefit(s) of any or all warranties or
guarantees which may be available to the CONTRACTOR from its
vendors in respect of materials or parts or components thereof which
enure(s) for a period in excess of the primary Defect Liability Period
specified above.
5.4.2.0 The CONTRACTOR shall at its own cost and initiative, within the scope of
work, correct, repair and/or rectify to the satisfaction of the OWNER/Engineer-
in-Charge any and all defects and/or imperfections in the design of the work
and/or in the works performed and/or systems, materials (including plant,
equipment and machinery) incorporated therein as shall be discovered during
the said defect liability period and if it be not possible to correct, repair and/or
rectify any defective works and/or system(s), incorporated therein, the
CONTRACTOR shall at his own cost and initiative replace and/or re-install
the defective works, system(s) and/or materials and shall, insofar as
necessary for the purpose, at his own cost and initiative re-perform in whole
or in part the relative and/or any associated works to the satisfaction of the
OWNER/Engineer-in-Charge, and shall within the scope of supply, supply any
and all materials required to correct, repair and/or rectify the defect and/or
imperfections and/or to replace or re-install the defective works.
5.4.2.1 The responsibility under Clause 5.4.1.1 hereof shall, without prejudice to the
foregoing, include the responsibility on the part of the CONTRACTOR at his
own cost and initiative (and without cost to the OWNER), to provide and
furnish, within the scope of work, all labour, equipment, crafts and inputs,
whatsoever required in and relative to the correction, repair, rectification,
replacement, installation and/or re-performance of the relative work(s) and/or
system(s), and to supply within the scope of supply, all materials and other
items to be incorporated therein including, without prejudice to the generality
of the foregoing, the supply by the CONTRACTOR of all materials.
5.4.3.0 The defect liability period for any works re-performed and/or systems,
materials, components or other items supplied and incorporated therein
pursuant to the obligations of the CONTRACTOR under Clause 5.4.1.0 shall
be 12 (Twelve) months from the date of correction, repair, rectification,
replacement and/or re-installation thereof, as the case may be, with the intent
that the provisions of Clause 5.4.2.0 hereof and associated provisions
thereunder shall apply thereto in respect of all defects discovered during a
period of 12 (Twelve) months from the date of completion of the relative
correction, repair, rectification, replacement and/or re-installation, as the case
may be, in the same manner and to the same extent as apply in respect of
the original works. For the purpose of clarification, it is stated that such

SECTION – 5 - INSPECTION AND TESTING Page 74 of 192


extended defect liability period shall be applicable only to the particular work,
system, material, component or other item corrected, repaired rectified,
replaced, re-performed or re-installed, as the case may be (example: if the
bearings of an equipment are replaced, the extended defect liability shall be
applicable only with respect to the bearings, while the basic defect liability
period shall be applicable to the relative equipment).
5.4.4.0 Should the CONTRACTOR fail to fulfill his obligations under Clause 5.4.1.0,
5.4.2.0 and/or 5.4.3.0 and associated clauses thereunder, the provisions of
Clause 5.1.7.0 hereof shall mutates mutandis apply.
5.4.5.0 In fulfillment of the CONTRACTOR’s obligations relative to defects, the
CONTRACTOR shall so arrange the working as to cause the least
inconvenience to the OWNER in operating the UNIT and/or avoid shut-downs
thereof except during the periods of planned shut-down or idleness in the
course of normal operation of the system (s).

5.5.0.0 CONTRACTOR’S GUARANTEES


5.5.1.0 The guarantees herein set forth are without prejudice and in addition to any
other guarantees or liabilities of the CONTRACTOR. The CONTRACTOR
guarantees and undertakes that:

5.5.2.0 GENERAL
5.5.2.1 (i) The UNIT designed, supplied and installed and/or erected by the
CONTRACTOR shall on operation under local conditions when operated
under the specified operating conditions operate to the desired capacity
to produce the desired product(s) of desired purity(ies) and quantity(ies)
at desired economy(ies). Excluded from the scope of this guarantee are
defects and shortcomings arising wholly out of defects in design(s)
furnished by a Process Licensor other than CONTRACTOR.
(ii) The materials supplied and incorporated in the UNIT including plant and
machinery and instruments shall be of good quality and workmanship
and shall conform in all respects to the specifications and the provisions
of the Contract.
(iii) The work performed pursuant to the Contract including civil and
associated work shall be of good quality and workmanship and shall
conform in all respect to the specifications and the provisions of the
Contract.
(iv) The plant, machinery and systems incorporated in the UNIT shall be so
designed and arranged that even after the expiry of the said 2 (Two)
years period, the spares, spare parts and/or suitable replacement parts
shall be and remain available at reasonable cost to enable trouble free
operation of the UNIT for its reasonable life expectancy.

5.5.3.0 ENGINEERING GUARANTEE


5.5.3.1 Since residual process design and detailed engineering (including Hazop &
Hazan as specified) is within the CONTRACTOR’s scope and the work shall
be executed and UNIT established based on the engineering performed, it
shall be the prime responsibility of the CONTRACTOR to carry out such
design and engineering in accordance with good and sound engineering
practices.

SECTION – 5 - INSPECTION AND TESTING Page 75 of 192


5.5.3.2 In case any error or omission in design or engineering within the
CONTRACTOR’s scope i.e. the residual process design or detailed
engineering (including Hazop & Hazan) requires re-engineering which results
in any new requirements for equipment/materials, the same shall be supplied
and re-engineering shall be carried by the CONTRACTOR within the scope of
relative Work and/or supply and within the contractual period without extra
cost to the OWNER or entitlement of extension of time to the CONTRACTOR.
5.5.3.3 The CONTRACTOR shall guarantee that the system design for the
UNIT/PLANT shall meet and comply with the OWNER’s requirements and :
- the equipment approved and/or selected
- the Site Criteria
- the Engineering specifications, standards and design guides and codes
- the Front End Engineering Design (FEED) as mentioned in Bidding
Document.
5.5.3.4 The CONTRACTOR shall check the Front End Engineering Data (FEED) for
any discrepancy or deficiency and with regard to its completeness to meet the
CONTRACTOR's guarantees. In case any discrepancy, deficiency or
incompleteness is discovered in the FEED, the CONTRACTOR shall forthwith
inform the OWNER/Consultant thereof and of the action required to be taken
to rectify the discrepancy or deficiency or to complete the FEED and shall
within the Scope of Work undertake such corrective measures as are
approved or suggested by the OWNER/Consultant to rectify at no extra cost
to the OWNER, the discrepancy or deficiency or to complete the FEED.
The CONTRACTOR, if required shall carry out corrective Technical studies
and Engineering based on action suggested by OWNER/Consultant as may
be required without any extra cost to Owner.
5.5.4.0 WORKMANSHIP GUARANTEE
5.5.4.1 Workmanship for manufacture and construction shall be carried out in
accordance with the requirements of the Contract and the codes and
standards and practices therein specified. Any defective material supplied or
defective works done shall be made good and shall, if so required by the
OWNER or the Engineer-in-Charge, be replaced by new materials within the
relative scope of Work and/or supply.
5.5.4.2 The CONTRACTOR accepts full responsibility for the quality and correctness
of all materials (including plant and equipments and all components/parts)
and Works within the CONTRACTOR’s scope of supply and/or scope of work
including but not limited to :
- Selection of materials, unless such selection is unnecessary because the
material has been selected and specified by the LICENSOR/PMC;
- Material specifications and metallurgy;
- Work specifications;
- Fabrication/manufacturing workmanship;
- Engagement of experienced, reliable and qualified suppliers, engineers
and/or sub-Contractors.
5.5.5.0 PERFORMANCE GUARANTEE
5.5.5.1 The CONTRACTOR is not responsible for the process guarantees of the
LICENSOR. The CONTRACTOR however guarantees its engineering as set

SECTION – 5 - INSPECTION AND TESTING Page 76 of 192


forth in Clause 5.5.3.0 and its workmanship as set forth in Clause 5.5.4.0. If
the UNIT does not achieve the results set forth in the LICENSOR's process
guarantees due to defect(s) or deficiency(ies) in the CONTRACTOR's
engineering or workmanship, the CONTRACTOR shall within the Scope of its
Work and responsibilities, repair, alter and/or replace such defective
engineering and/or workmanship and/or the product(s) thereof. The
CONTRACTOR’s guarantees shall also cover the mechanical performance of
such equipment/materials and their efficiencies as indicated by the
CONTRACTOR in its bid. Equipment which does not perform to the
guarantees shall, in consultation with the OWNER/ Engineer-in-Charge either
be replaced or altered or repaired in parts or components or wholly (including
dismantling, transportation, erection, hook-up, commissioning and
performance tests) within the relative scope of supply and/or services at no
extra cost to the OWNER and without entitlement of extension of time to the
CONTRACTOR. Although the CONTRACTOR is not responsible for the
Licensor’s process guarantees, he shall carry all activities in collecting the
required data during Performance Tests or other process guarantee runs to
identify problems of non-performance.
5.5.5.2 The CONTRACTOR shall select the equipment considering the economy of
power consumption and minimum effluent or pollution discharge.
5.5.5.3 All instruments required to establish performance are within the
CONTRACTOR’s scope of contract at no extra cost to the OWNER.
5.5.5.4 The CONTRACTOR shall provide a list of laboratory test procedures and
frequencies thereof required for validating the CONTRACTOR’s Performance
Guarantees.
5.5.5.5 Performance tests shall be started when the operation of the UNIT is
stabilized under design conditions. The UNIT shall be operated and controlled
in accordance with procedures set up before hand. One or more performance
tests shall be carried out for a maximum of 120 hours under the technical
direction of OWNER/Licensor and/or their designated representatives after
successfully commissioning the UNIT in accordance with the procedures and
conditions detailed in the Bid documents. At the end of the performance tests,
an uninterrupted period of 72 hours shall be selected by OWNER/ Engineer-
in-Charge and average results obtained during that period shall form the
basis of comparison between the actual performance and the guaranteed
performance.
5.5.5.6 (a) If on any testing, any material or equipment or the UNIT does not meet
the design, rated or guaranteed performance relative thereto, the
CONTRACTOR shall forthwith, within the CONTRACTOR’s scope of
Work and at no additional cost to the OWNER, undertake such additional
tests and/or operations as are necessary to identify the cause of such
failure. Such tests and/or operations shall be conducted in conjunction
with the Process Licensor, if the UNIT as a whole fails to meet the
Process Licensor’s process guarantees.
(b) If as a result of such tests and/or operations it is determined that the
design, rated and/or guaranteed outputs or capacities have not been met
because of a defect in any material(s) (including plant and equipments)
supplied by the CONTRACTOR, the CONTRACTOR shall forthwith in
consultation with the Engineer-in-Charge take steps necessary to cause

SECTION – 5 - INSPECTION AND TESTING Page 77 of 192


the defect to be identified and rectified, either by replacement of the
defective material, plant or equipment or part thereof or by repair or
replacement thereof. After such repair/replacement is carried out, the
guarantee performance tests shall be repeated. The costs for such
repeated tests (including charges payable to the Process Licensor or any
other agency) shall be borne by the CONTRACTOR. The
CONTRACTOR shall forthwith establish a Time Schedule acceptable to
the Engineer-in-Charge for such replacement/rectification bearing in
mind the exigencies of the Project requirement. Should the
CONTRACTOR fail to establish such Time Schedule, the Engineer-in-
Charge shall establish the Time Schedule, and the Time Schedule so
established shall be binding on the CONTRACTOR.
(c) Should the CONTRACTOR thereafter fail to adhere to a Time Schedule
so established for the replacement/rectification, the OWNER may (but
without obligation to do so) take over in whole or part such
replacement/rectification at the risk and cost of and as agent of the
CONTRACTOR. In so doing, the OWNER shall be entitled to identify and
employ through private negotiations, the quickest available resources of
supply and/or Work without resorting to the tender process or any other
form of competitive bidding.

5.6.0.0 COMMISSIONING
5.6.1.0 The CONTRACTOR shall be responsible to commission the UNIT and to
prove the CONTRACTOR’s performance guarantees with respect thereto.
The commissioning shall, to the extent necessary, be carried out under the
supervision of Licensor, Engineer-in-Charge and with the assistance of the
OWNER's personnel. The CONTRACTOR shall, within his responsibilities for
and the scope of Commissioning the UNIT, train OWNER's personnel at the
site of the UNIT in such number and for such period as the CONTRACTOR
considers reasonably necessary for Commissioning the PLANT.
5.6.2.0 It is envisaged that the UNIT will be commissioned within 3 (three) months of
Mechanical Completion, and the mobilisation and/or retention of the
CONTRACTOR's personnel until completion of Final Testing and
Commissioning shall be included within the Lumpsum Price of services. If,
however, for any reason not attributable to the CONTRACTOR the
Commissioning of the UNIT cannot be undertaken within 3 (three) months of
Mechanical Completion of the UNIT, the CONTRACTOR may, in consultation
with the OWNER, demobilise some or all of its personnel brought to or
retained at the site for the purpose of Commissioning. The CONTRACTOR
shall re-mobilise the required personnel on receipt of notice for
Commissioning, and the OWNER and the CONTRACTOR shall agree upon
the reasonable cost to be incurred by the CONTRACTOR for re-mobilisation
of such personnel, which shall be payable in addition to the price of services
specified in the Contract, and this additional amount shall be included within
and form part of the Final Bill of the CONTRACTOR.
5.6.3.0 In addition, within the CONTRACTOR's responsibilities for Commissioning
and within the price of services, the CONTRACTOR shall be required to
maintain watch and ward of and ensure the safety and integrity of the UNIT
until successful completion of Commissioning and issue of Commissioning
and Performance Test Certificate for the UNIT. If Commissioning of the UNIT

SECTION – 5 - INSPECTION AND TESTING Page 78 of 192


commences later than 3 (three) months of Mechanical Completion of the
UNIT for any reason not attributable to the CONTRACTOR, the OWNER and
the CONTRACTOR shall agree upon the reasonable cost incurred for
maintaining watch and ward and preservation and insurance of the UNIT
beyond the said 3 (three) months period and upto commencement of
Commissioning, which shall be payable to the CONTRACTOR in addition to
the price of services and this additional amount shall be included within and
form part of the Final Bill of the CONTRACTOR. If the Commissioning of the
UNIT is delayed beyond 6 (six) months of Mechanical Completion of the
UNIT, the OWNER and the CONTRACTOR shall work out the modalities for
the takeover of the UNIT by the OWNER without prejudice to the
CONTRACTOR's obligation for and related to and consequent to
Commissioning.
5.6.4.0 As and when the UNIT is ready to be commissioned, the OWNER shall give
the CONTRACTOR notice of not less than 10 (Ten) days for Commissioning
the UNIT.
5.6.5.0 The OWNER shall supply free of cost to the CONTRACTOR, power, water,
DM water, steam, plant air, instrument air and raw materials (required for
producing the final product), hydrogen, nitrogen (excluding chemicals &
lubricating oil), required exclusively for pre-commissioning and commissioning
and Guarantee Performance Tests of the UNIT. The OWNER will also make
available its existing facilities for handling and disposal of waste water during
pre-commissioning and commissioning.
5.6.6.0 If Commissioning of the UNIT and/or the conduct of the Performance Test is
delayed beyond 6 (six) months from the date of Mechanical Completion of the
UNIT for reasons not attributable to the CONTRACTOR, the OWNER shall
(subject to such adjustments as permissible) release to the CONTRACTOR,
the undisputable balance payable on commissioning and Performance Tests
against the CONTRACTOR furnishing a Bank Guarantee from a scheduled
bank in India (including the Indian branch of a foreign bank) acceptable to the
OWNER in a format prescribed by the OWNER for an amount equivalent to
the amount of the payment(s) to be released. The validity of such Bank
Guarantee(s) shall be initially for a period of 6 (six) months and shall be
extended for one further period of 6 (six) months. If the commissioning and/or
Performance Test cannot be conducted within such extended period for
reasons solely attributable to the OWNER, the Bank Guarantee will be
substituted by Corporate Guarantee of the CONTRACTOR in a format
acceptable to the OWNER. If however, the UNIT cannot be commissioned
within the said period for reason(s) attributable to the CONTRACTOR or if
commissioning and/or the Performance Test conducted indicates that the
UNIT does not perform to the contractual specifications and requirements,
then the Bank Guarantee(s) shall even after the extension aforesaid continue
to be extended upto and until successful commissioning and Performance
Tests of the UNIT. In either event, the OWNER will be entitled to encash the
Bank Guarantee(s) if the Bank Guarantee is not extended or substituted by
an acceptable Corporate Guarantee permissible in terms aforesaid, as the
case may be, at least 14 (Fourteen) days prior to the date of expiry of Bank
Guarantee(s).

5.7.0.0 GUARANTEE PERFORMANCE TESTS


5.7.1.0 For the purpose to demonstrate that the UNIT meets CONTRACTOR’s
contractual guarantees, one or more performance tests shall be carried out by
SECTION – 5 - INSPECTION AND TESTING Page 79 of 192
the CONTRACTOR under the technical direction of the Process Licensor, the
CONTRACTOR and the Engineer-in-Charge and/or their designated
representatives after commissioning the UNIT in accordance with the
stipulated and/or agreed procedures and conditions.
5.7.2.0 The Performance Tests shall be carried out in accordance with a detailed
technical programme to be drawn up by Engineer-in-Charge and the
CONTRACTOR in consultation with OWNER prior to the commencement of
the performance tests.
5.7.3.0 Within five days after completion of a performance test, all relevant operating
and production figures having any bearing on CONTRACTOR’s guarantees
or in connection therewith and actually achieved during the performance test
conducted shall be recorded in a protocol to be signed by authorised
representatives of OWNER and the CONTRACTOR.

5.7.4.0 The CONTRACTOR’s guarantees shall be deemed to have been met once all
guarantees have been established during one or more performance tests
carried out in respect of the UNIT.

5.8.0.0 SPARE PARTS


5.8.1.0 COMMISSIONING SPARES
The CONTRACTOR shall procure and supply all spare parts required during
commissioning of the UNIT and various systems. The price of supply shall be
deemed to be inclusive of the provision of all such commissioning spares
required till successful commissioning of the UNIT. The CONTRACTOR
should make available all the commissioning spares required at site at least 4
(four) weeks prior to commissioning.
5.8.2.0 MANDATORY SPARES
The CONTRACTOR shall within the Lumpsum Price supply all the mandatory
spares as specified elsewhere in Bidding Document required for the UNIT.
The handing over of the spares will be followed through SAP system and the
templates against individual category of items shall be duly filled in by the
CONTRACTOR including price for each item before handing over the
mandatory spares to OWNER. Methodology/Modalities to be followed for
handing over of spares as per SAP system shall be provided by OWNER
during Kick of Meeting.
5.8.3.0 OPERATION AND MAINTENANCE (O&M) SPARES
a) The lump-sum price quoted shall include cost of O & M Spares
required during the Defect Liability Period.
b) The CONTRACTOR shall, within 3 (three) months of finalisation of all
the suppliers by the CONTRACTOR, furnish to the OWNER the
current price list for O&M spares for 2 (two) years operation beyond
the Defect Liability Period as recommended by manufacturers of
various equipment (other than commissioning, mandatory and O&M
spares required during the defect liability period). Price lists of these
spares are intended for information purpose only shall not be included
in quoted Lumpsum Price.

**********************************

SECTION – 5 - INSPECTION AND TESTING Page 80 of 192


SECTION – 6
MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS

6.0.0.0 CERTIFYING INSPECTIONS


6.0.1.0 All provisions hereinafter referred to in Clauses 6.1.2.0 to 6.1.5.0 in respect of
measurement shall mutatis mutandis apply to all inspections required to be
made in order to qualify the CONTRACTOR for any payment(s) under the
Contract and any reference in the said clauses to measurements shall, for the
purpose of this clause, be deemed to be a reference to certifying inspections
and any reference therein to the measurement book shall, for the purpose of
this clause, be deemed to be a reference to the certifying inspection book.

6.1.0.0 MEASUREMENT
6.1.1.0 All measurements shall be in the metric system, and except where expressly
indicated to the contrary in the Contract, all measurements shall be taken in
accordance with the procedure set forth in the Contract documents
notwithstanding any provision(s) in the relative standard method of
measurement or any other general or local custom to the contrary.
6.1.2.0 All measurements shall be taken jointly by the Engineer-in-Charge or his
representative on the one hand and the CONTRACTOR or his representative
on the other hand, and the CONTRACTOR shall be bound to present himself
or his authorised representative for measurement(s) whenever so required by
the Engineer-in-Charge or his designated representative, and shall remain
present throughout the time required for joint measurements.
6.1.3.0 If the CONTRACTOR absents himself for any reason whatsoever on any date
appointed for joint measurements, the joint measurements shall be taken by
the Engineer-in-Charge or his representative in the absence of the
CONTRACTOR and such measurements signed by the Engineer-in-Charge
or his representative shall be final and binding upon the CONTRACTOR.
6.1.4.0 Measurements shall be signed and dated on each page by the
CONTRACTOR/CONTRACTOR’s representative and Engineer-in-Charge or
his representative. If the CONTRACTOR objects to any of the measurements
recorded, including the mode of measurement, such objection shall be noted
in the Measurement Book/Sheet against the item objected to and such note
shall be signed by the CONTRACTOR/CONTRACTOR’s representative and
Engineer-in-Charge or his representative. In the absence of any noted
objections as aforesaid, the CONTRACTOR shall be deemed to have
accepted the relative measurements as entered in the Measurement Book/
Sheets and shall be barred from making or recording any objection in respect
of the measurements recorded in the Measurement Book/Sheets.
6.1.5.0 All measurement(s) relative to which any objection have been noted in the
Measurement Book/Sheet shall be submitted to the Engineer-in-Charge for
his decision, and the decision of the Engineer-in-Charge relative thereto
(whether on the correct measurement to be adopted or on the mode of
measurement to be adopted) shall be final and binding upon the
CONTRACTOR.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 81 of 192


6.2.0.0 FINAL BILL
6.2.1.0 On the basis of the Lumpsum Price provided in the Contract, the
CONTRACTOR shall prepare a Final Bill in the prescribed form with
reference to the total supplies covered by the scope of supplies and shall
prepare a separate Final Bill with reference to the total services covered by
the scope of services. Such Bill shall be prepared by applying the price of
materials specified in FORM SP-1of the Price Schedule in respect of supplies
broken up with respect to the indigenous materials and with respect to
imported materials (including plant, parts and components) in accordance
with the break-up of the Price of Materials given in FORM SP-1 of the Price
Schedule and the various formats thereunder, and by applying the price of
services specified in FORM SP-2 of the Price Schedule in respect of
works/services broken up with respect to the various heads of services/works
in accordance with the break-up of the Price of services given in FORM SP-2
of the Price Schedule and the various formats thereunder. Additions claimed
to the Lumpsum Price or reductions therefrom resultant upon any Change
Order(s) shall be separately indicated in the Final Bill with reference to the
relative Change Orders(s).
6.2.2.0 The Final Bill shall, in addition to the payment entitlements arrived at
according to the provisions of Clause 6.2.1.0 hereof separately state and
include therein all claims of the CONTRACTOR as provided for in Clause
6.6.3.0 hereof.
6.2.3.0 The Final Bill drawn in accordance with Clause 6.2.1.0 shall be submitted
together with the Completion Certificate to the Engineer-in-Charge for
certification, who shall certify the Final Bill, if drawn in accordance with Clause
6.2.1.0. After certification of the Engineer-in-Charge, the Final Bill shall be
submitted in quadruplicate (or in such other number of copies as the OWNER
may prescribe) accompanied by the Completion Certificate to the OWNER for
payment.
6.2.4.0 All monies payable under the Contract for works to be performed and
materials to be supplied up to and including successful completion and final
tests and commissioning of the system and performance tests shall become
due and payable to the CONTRACTOR only after submission to the OWNER
of the Final Bill prepared in accordance with the provisions of Clause 6.2.1.0
hereof and associated provisions thereunder accompanied by the Completion
Certificate in respect of the works.
6.2.5.0 Payments of the amount(s) due on the Final Bill to the extent certified by the
Engineer-in-Charge, shall be made within 84 (Eighty Four) days from the due
date as specified in Clause 6.2.4.0 hereof, subject to the deductions provided
in Clause 6.2.5.1.
6.2.5.1 All payments due to the CONTRACTOR on the Final Bill shall be subject to
deduction of “on-account” payments and other amounts due from
CONTRACTOR to the OWNER, tax deductions as provided for in Clause
6.5.2.0 and associated clauses thereunder, and any other deduction provided
for herein or agreed to between the parties or required to be made under any
law, rule or regulation having the force of law for the time being applicable, or
elsewhere provided for in the Contract documents.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 82 of 192


6.3.0.0 PRICE SCHEDULE
6.3.1.0 The remuneration determined due to the CONTRACTOR as provided for in
Clause 6.2.1.0 hereof shall constitute the entirety of the remuneration and
entitlement of the CONTRACTOR in respect of the work under the Contract,
and no further or other payment whatsoever shall be or become due or
payable to the CONTRACTOR under the Contract.
6.3.2.0 Without prejudice to the generality of the provisions of Clause 6.3.1.0 hereof,
the Price Schedule and Lumpsum Price shall be deemed to include and cover
(unless otherwise expressly specified to the contrary in any contract
document(s)) :
(i) All costs, expenses, outgoings and liabilities of every nature and
description whatsoever and all risks whatsoever (foreseen or
unforeseen, including force majeure) to be taken or which may occur
in or relative to execution, completion, testing, commissioning and/or
handling over the works to the OWNER and/or in or relative to
acquisition, loading, unloading, transportation, storing, working upon,
using, converting fabricating, or erecting any item, equipment, system,
material or component in or relative to the works, and the
CONTRACTOR shall be deemed to have known the nature, scope,
magnitude and the extent of the works and items, materials,
equipment, and components required for the proper and complete
execution of the works though the Contract documents may not fully
and precisely set out, describe or specify them, and the generality
hereof shall not be deemed to be anywise limited, restricted or
abridged because in certain cases the Contract documents or any of
them shall or may and/or in other cases they shall or may not
expressly state that the CONTRACTOR shall do or perform any
particular labour or service or because in certain cases the Contract
documents state that a particular work, operation, supply, labour or
service shall be performed/made by the CONTRACTOR at his own
cost or without additional payment, compensation or charge or without
entitlement of claim against the OWNER or words to similar effect,
and in other cases they do not, or because in certain cases it is stated
that the same are included in or covered by the Price Schedule and in
other cases it is not so stated.
(ii) The cost of all construction and related vessels, craft, vehicles,
movements, plant, equipment, supply of water and power,
construction of temporary roads and access, temporary works, pumps,
wiring, pipes, scaffolding, piling, shuttering and other materials,
supervision, labour, insurance, fuel, stores, spares, supplies,
appliances and materials, items, articles and things whatsoever
(foreseen of unforeseen) by expression or implication to be supplied,
provided or arranged in or relative to or in connection with the
performance and/or execution of the works and/or related or incidental
thereto, complete in every respect in accordance with the Contract
document, and the plans, drawing, designs, orders and/or instructions;
(iii) The cost of mobilisation including but not limited to mobilisation of
vehicles, movements, machinery, equipment, gear, tools, tackle,
consumables and other items and goods and personnel necessary for
or to perform the works contemplated under the Contract, preparation

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 83 of 192


and erection of work yards and other work places and facilities
necessary for or to perform the works contemplated under the
Contract and/or to supply the material included within the scope of
supplies including all work, labour, inputs, goods, equipment, and
other items and things whatsoever necessary for the performance of
the works, dismantling and/or removal of the same and restoration of
the site, lifting the materials and transporting them to
CONTRACTOR’s stock piles/work yard, job sites and loading,
stacking and/or storing the same.
(iv) The costs and risks of all rents, royalties, licenses, permits, permission
and other fees, duties, penalties, levies, and damages whatsoever
payable for or in respect of any protected or patented goods,
materials, equipment or processes employed in or relative to the
works and of all rents, royalties, licenses, permits, permissions and
any other fee, duty, penalty, levy, loss or damages payable on the
excavation, removal or transportation of any material or acquisition or
use of any right of way or other right, licenses, permit, privilege,
permission or uses required for or relative to the performance of the
work.
(v) The cost of all sales taxes and/or octroi or terminal taxes payable in
India with regard to materials supplied by the CONTRACTOR within
the scope of supplies, all customs and import duties, excise duties,
Indian Income Tax, Sales Tax and other direct and indirect taxes and
duties, quay, wharfage, demurrage, detention and landing charges
and all other duties, taxes, fees, charges, levies, and/or cesses
whatsoever imposed or to be imposed by the Central Government or
State Government or Municipal or Local Bodies or other Authorities
whatsoever and payable on any materials supplied and/or on works
performed without any entitlement to the CONTRACTOR for any
exemption, remission, refund or reduction thereof.
(vi) The cost of all indemnities under the Contract, and insurance primia
on insurance required in terms of the Contract documents or
otherwise under any law, rule or regulation, and the cost of all risks
whatsoever (foreseen and unforeseen) including but not limited to
risks of delay or extension of time or reduction or increase in the work
or scope of work and/or cancellation of Contract, and/or accident,
strike, civil commotion, war, strike, labour trouble, third party breach,
fire, lighting, inclement weather, storm, tempest, flood, earthquake and
other acts of God, Government regulation or imposition or restriction,
dislocation of road, rail, sea, air and other transport, access or facility,
flooding of site and/or access roads and approaches thereto,
suspension of work, sabotage and other cause whatsoever.
(vii) The cost of all inspections, tests and certificates relative thereto
including third party tests and/or inspections where necessary, and of
items, instruments, plant and/or tools and appliances required to
conduct such inspection and tests.
(viii) The cost of all materials supplied and/or intended for incorporation in
the works supplied within the scope of work, delivery thereof to the job
site, loading, transportation and unloading thereof, waste on materials,
and return of empties and surpluses.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 84 of 192


(ix) The cost of all escalations (foreseen and unforeseen) including but not
limited to increase in Government taxes and duties, labour costs and
material costs and other inputs whatsoever, except for new, altered or
increased taxes elsewhere specifically provided for in these General
Conditions of Contract or other Contract document(s).
(x) All supervision charges, establishment’s overheads, finance charges
and other costs and expenses and charges to the CONTRACTOR,
and the CONTRACTOR’s profit of and relative to the work and/or
supply.
(xi) The cost of all deductions, reductions, discounts, adjustments and
withholdings whatsoever under or in connection with the Contract.
6.3.3.0 The rates stated in the Price Schedule and the lump sum price(s) shall not be
subject to escalation or increase for any reason whatsoever.
6.3.4.0 Notwithstanding any provision to the contrary in these conditions, the
Engineer-in-Charge may at his absolute discretion agree to accept as
complete any incomplete works or items of work performed or supply made
by the CONTRACTOR at variance with the specifications, subject and upon
the terms and conditions of this clause. Upon such acceptance in writing by
the Engineer-in-Charge, such works/materials shall be deemed to have been
accepted as complete (but without prejudice to any right(s) of the OWNER or
obligation(s) of the CONTRACTOR relative thereto under the Contract)
subject to the terms and conditions of this clause. The conditions of such
acceptance shall be that the CONTRACTOR shall be entitled to reduced
remuneration therefor only as determined by the Engineer-in-Charge in
accordance with the provisions of Clauses 2.4.2.0 hereof, and the provisions
of the said clause shall in all respects mutatis mutandis apply to such work
and/or supply, as the case may be, and for the determination of the reduced
remuneration to the CONTRACTOR in respect thereof, provided always that
the remuneration therefor shall on no account exceed the Lumpsum price or
remuneration therefor payable under the Price Schedule in respect of the
relative completed works or supply.

6.4.0.0 ADVANCE AND ON ACCOUNT PAYMENT


6.4.1.0 Without prejudice to the provisions of Clause 6.2.4.0 hereof, the OWNER
may by way of assistance to the CONTRACTOR, make “advance” or “on-
account” payments to the CONTRACTOR during the progress of the work
and/or supply on the basis of Running Account Bills or otherwise as
elsewhere more specially provided for in the Contract documents.

6.4.2.0 The CONTRACTOR may be allowed a Mobilization Advance for an amount


equivalent to upto 10% (ten per cent) of the Lumpsum Price (to be released in two or
more equal installments as the OWNER may determine), subject to the fulfillment of
the following conditions:
a) The CONTRACTOR shall have signed and sent back a copy (or copies if so
required) of the Acceptance of Tender issued by the OWNER in token of unqualified
acceptance thereof.
b) The CONTRACTOR shall have furnished the Security Deposit as stipulated in
Clause 2.1.1.0 and associated clauses hereof.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 85 of 192


c) The CONTRACTOR shall have executed the formal contract in terms of the
Form of Contract.
d) The CONTRACTOR shall have made a formal application for the release of the
Mobilization Advance and shall have furnished in addition to any other Bank
Guarantees required to be furnished by the CONTRACTOR under the Contract, a
Bank Guarantee in the sum of the Mobilization Advance sought plus a sum
equivalent to 10% (ten per cent) thereof from a Schedule Bank in India acceptable to
the OWNER and in format prescribed in this behalf by the OWNER.
e) The outstanding balance of the Mobilization Advance shall carry interest at 1%
(one percent) above the State Bank of India declared rate for cash credit advances
prevailing on the date of opening of Price Bids;
f) Without prejudice to any other mode of recovery available to the OWNER, the
Mobilization Advance, together with interest thereon calculated on the reducing
balance, may be recovered at the rate of 10% (ten per cent) of the gross amount
certified against each Running Account Bill, till the advance, together with the
interest accrued thereon, is recovered in full. The unrecovered balance if any, and
interest may be recovered from the Final Bill of the CONTRACTOR and/or from any
other amount due to the CONTRACTOR under any other contract or otherwise.
g) All recoveries shall first be appointed and appropriated to interest and then to
principal.

(h) If the OWNER is satisfied that 25% (twenty five per cent) of the Mobilization
Advance and interest accrued till then on the Mobilization Advance has been repaid
to or recovered by the OWNER, the OWNER may on the application of the
CONTRACTOR, if the Bank Guarantee submitted by the CONTRACTOR covers and
secures only the Mobilization Advance, permit the CONTRACTOR to substitute the
Bank Guarantee by a Bank Guarantee in a format approved by the OWNER from a
Scheduled Bank in India acceptable to the OWNER for an amount reduced by 25%
(twenty five per cent) of the Bank Guarantee sought to be substituted.
(i) The provisions of paragraph (h) hereof above, shall mutatis mutandis apply to
the OWNER's satisfaction that the CONTRACTOR has repaid 50% (fifty per cent)
and/or 75% (seventy five per cent), as the case may be, of the Mobilization Advance,
and interest upto then accrued till then on the Mobilization Advance.
(j) Any Bank Guarantee furnished to secure the Mobilization Advance shall be valid,
in the first instance, for a period of 3 (three) months beyond the period of Mechanical
Completion/completion of all the works under the Contract specified in the Time
Schedule. The CONTRACTOR shall prior to the expiry of any period for which a
Bank Guarantee is valid, at the request of the OWNER, suitably extend the validity of
the Bank Guarantee(s) for such further period or periods as may be required by the
OWNER failing which, without prejudice to any other right or remedy available to the
OWNER, the OWNER shall be entitled to encash the Bank Guarantee(s) and
recover in part or whole the outstanding mobilization advance and interest from the
proceeds of the encashment.
(k) All other conditions stipulated in Clause 2.1.3.0 and Clause 2.1.4.0 hereof shall
be applicable to the Mobilization Advance(s).
6.4.2.1 (a) Interest shall be applied on the portion of the Mobilization Advance outstanding
from any amount certified for payment under a Running Account Bill up to the date of
recovery or up to a period of thirty (30) days from the date of submission of the
Running Account Bill complete in all respects to the Engineer-in-Charge, whichever
is earlier.
SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 86 of 192
(b) Interest shall be applied on the portion of the Mobilization Advance outstanding
from any amount certified for payment under the Final Bill upto the date of recovery
or up to a period of ninety (90) days from the date of submission of the Final Bill
complete in all respects to the Engineer-in-Charge, whichever is earlier. The Final
Bill shall be deemed to be submitted on the date when the Engineer-in-Charge has
acknowledged receipt of the Final Bill without conveying any reservation.
6.4.2.2 The provisions aforesaid in Clause 6.4.2.0 and Clause 6.4.2.1 shall mutatis mutandis
apply to any other advance which the OWNER may agree to grant the
CONTRACTOR in relation to the Contract.
6.4.2.3 Nothing provided in the foregoing clauses hereof shall anywise be deemed to confer
any rights or entitlement on the CONTRACTOR to receive on-account payments or
Advance payments of any kind whatsoever, nor shall any failure or delay by the
OWNER to make any advance or on-account payment(s) as herein envisaged or
otherwise afford the CONTRACTOR a ground or basis for extension of time for
completion or otherwise relieve the CONTRACTOR from any of its/his liabilities
under the Contract, it being clearly understood that these on-account payments or
advance payments are only by way of assistance to the CONTRACTOR.
6.4.2.4 The Mobilization Advance shall be utilized by the CONTRACTOR solely for and in
the execution of the Contract and for no other purpose, and the CONTRACTOR
shall satisfy the OWNER/Engineer-in-charge in this regard whenever required. If it is
found that any of the advance(s) have been utilized by the CONTRACTOR in whole
or part for any other purpose or if the Contract is for any reason cancelled or
terminated, the OWNER may at its discretion recall the said advances or the
unrecovered portion(s) thereof, as the case may be, and without prejudice to any
other right or remedy available to the OWNER, recover the same by recourse to any
Bank guarantee(s) furnished by the CONTRACTOR to the OWNER.

6.4.3.0 The approved Bill of Materials shall form the basis for the calculation of “on-
account” payments with respect to supplies of materials. It is understood,
however, that the Bill of Materials or approval thereof by the OWNER shall not
in any way relieve the CONTRACTOR of its full responsibility to supply to the
OWNER within the scope of supply, any and all materials whatsoever required for
the performance of the work within the scope of work, or otherwise
howsoever confine the responsibility of the CONTRACTOR within the scope of
supply to the supply of materials indicated in the Bill of Materials, nor shall it
otherwise be assumed or be deemed or construed as an acceptance by the
OWNER of the adequacy or sufficiency of the materials listed in the Bill of
Materials to meet the quantitative and/or qualitative requirements of the materials
required to be supplied by the CONTRACTOR under the scope of supply or
otherwise in any manner operate to bind the OWNER or to limit the liability of the
CONTRACTOR, such Bill(s) of Materials being designed only to provide a basis
for making “on account” payments to the CONTRACTOR for materials supplied,
with a view that the OWNER shall make “on account” payments to the
CONTRACTOR for the various materials supplied on the basis thereof in the
manner and at the time in this behalf provided for in the contract.
6.4.4.0 The approved Schedule of Activities shall form the basis for the calculation of on
account payments with respect to services/works performed by the
CONTRACTOR. It is however understood that the Schedule of Activities or
approval thereof by the OWNER shall not in any way relieve the CONTRACTOR
of his full responsibility to perform within the scope of services/works whatsoever
is required for the performance of the work covered by the scope of work or
SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 87 of 192
otherwise however confine the responsibility of the CONTRACTOR to the
performance of the services indicated in the Schedule of Activities, nor shall
otherwise be assumed or be deemed or construed as an acceptance by the
OWNER of the adequacy or sufficiency of the work/activities listed in the Schedule
of Activities to meet the quantitative and/or qualitative requirements of services
required to be performed or work required to be done by the CONTRACTOR
under the scope of services or otherwise in any manner operate to bind the
OWNER or to limit the liability of the CONTRACTOR, such Schedule of Activities
being designed primarily to provide a basis for making On Account payments to
the CONTRACTOR for works/services performed, with a view that the
OWNER shall make “On Account” payments to the CONTRACTOR for the
work/services performed on basis thereof in the manner and at the time in this
behalf provided for in this Contract.
6.4.5.0 For the purposes of making “on account” payments for the work performed,
monthly or otherwise as the Engineer-in-Charge may specify in this behalf, the
CONTRACTOR shall make a quantitative assessment of the work performed by
the CONTRACTOR as listed in the Schedule of Activities during the preceding
month or other specified period and shall submit a Running Account Bill (in the
form prescribed by the OWNER) in quadruplicate to the Engineer-in-Charge for
the works performed during the said month/period with detailed measurement
thereof, the said Running Account Bill(s) to be drawn by applying the rates
applicable under the Schedule of Activities to the applicable items, which shall be
subject to certification by the Engineer-in-Charge specified for the purpose. The
Engineer-in-Charge shall thereafter have a summary verification undertaken of the
work and quantities entered in the Running Account Bills and shall certify the
Running Account Bills for payments on basis of such verification.
6.4.5.1 For the purpose of making “On Account” payment for materials supplied
within the scope of supply other than payments made in advance monthly or
otherwise as the Engineer-in-Charge may specify in this behalf, the
CONTRACTOR shall make a quantitative list of material supplied by the
CONTRACTOR within the scope of supplies at the job site and of the “On
Account” payment made in respect thereof prior thereto, and of the “On Accounts”
payment(s) becoming due in respect thereof during the preceding month or other
specified period as the case may be supported by the Certificate of Verification
and Good Condition given by the Engineer-in- Charge in order to qualify for the
relative on account payment claimed as due. The CONTRACTOR shall submit
such assessment in the form of a Running Account Bill prepared in the format
prescribed or approved by the OWNER in this behalf in quadruplicate to the
Engineer-in-Charge. The Running Account Bill(s) shall be drawn by applying
applicable parts of the price(s) for relative materials as indicated in the Bill(s) of
materials for the applicable item(s) and shall be subject to certification by the
Engineer-in-Charge. The Engineer-in- Charge shall thereafter have a summary
verification undertaken of the materials and quantities entered in the Running
Account Bill(s) and of the amount claimed and shall certify the Running Account
Bill(s) for payment on the basis of such verification.
6.4.6.0 The amount certified for payment by the Engineer-in-Charge on any Running
Account Bill within the provisions for “on account” payments in the Contract
documents shall be conclusive for the determination of any “on account”
payments and no claim shall be entertained by the OWNER contrary thereto or in
contradiction thereof.
6.4.6.1 In any certificate for on account payment, the Engineer-in-Charge shall be
authorised to adjust in whole or part, any previous amount certified by error.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 88 of 192


6.4.7.0 All “on account” payments shall be subject to deduction of previous payments on
account and of all claims of the OWNER, adjustments and/or deductions provided
for in the Contract or agreed to between the parties, tax deductions and any other
deductions required to be made under any law, rule or regulation for the time
being in force.
6.4.7.1 All “advance” and “on account” payments shall be regarded merely as
advance payments against the amounts due to the CONTRACTOR in terms of
the Contract, and any such payments shall be without prejudice to the full rights of
the OWNER under the contract and the liabilities of the CONTRACTOR
thereunder, and specially shall not be regarded as an acceptance or completion
of any works or the acceptance of any materials paid for in terms of any Running
Account Bill or otherwise, notwithstanding any verification or certification by the
Engineer-in-Charge or otherwise in respect thereof.
6.4.7.2 Except as elsewhere herein to the contrary provided, the Schedule of
Activities or Bill of Materials or other criterion applied by the CONTRACTOR in
respect of any work or supply in his Running Accounts Bill(s) or acceptance thereof
by the Engineer-in-Charge in verifying the bill in respect of such work or supply or
criterion applied shall not be deemed to be binding upon the OWNER as
determining the completeness, acceptance or price payable for relative work or
supply.
6.4.7.3 Unless or until an extension of time has been granted by the Engineer-in-
charge under Clause 4.3.5.0 hereof or by the OWNER under Clause 4.3.6.0
hereof on account payments made under Running Account Bills raised by the
CONTRACTOR for the works executed after the expiry of the date of Mechanical
Completion of the works under the approved Progress Schedule, shall be subject
to provisional withholding of an amount towards adjustment by way of discount in
the price calculated in accordance with the provisions of Clause 4.4.2.0 hereof.
The amount so withheld shall be adjusted towards the Price Adjustment (if any)
finally determined after Mechanical Completion of the works, without prejudice to
the OWNER’s right to recover from the CONTRACTOR any shortfall between the
Price Adjustment finally determined and the amount provisionally withheld. Any
excess amount provisionally withheld in excess of Price Adjustment finally
determined shall upon such determination be paid to the CONTRACTOR.
As an alternative, the CONTRACTOR shall have an option to provide a Bank
Guarantee from a schedule bank and in a format acceptable to the OWNER for a
sum equal to 5% (five percent) of the total contract value which shall be available
for recovery of the Price Adjustment For Slippage In Completion (if any) finally
determined after Mechanical Completion of the works/Unit(s). This Bank guarantee
shall be in addition to any other guarantee to be provided by the CONTRACTOR
and shall be valid for a period of not less than 12 (twelve) months from the date of
Mechanical Completion of the works.

6.4.8.0 Interest on Delayed Payment


6.4.8.1 For the purpose of calculating late payment interest and notional interest
pursuant to the following provisions, relevant due date shall be the date
terminating with the expiry of 45 (forty five) days after the date the
CONTRACTOR delivers his Running Account Bill to the Engineer-in-charge for
certification in accordance with the contractual provisions (hereinafter for the
purposes of Clause 6.4.8.2 and Clause 6.4.8.3, referred to as the “relevant due
date”). Such date of delivery shall be entered by or on behalf of the Engineer-
in-charge on the face of the bill and on the face of a copy thereof returned for the
CONTRACTOR’s record.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 89 of 192


6.4.8.2 Any undisputed amounts of any Running Account Bill(s) not paid by the
OWNER on the relevant due date shall bear interest (the “Late Payment
Interest”) from the date following the relevant due date for payment upto the
date of payment at the same rate as payable in respect of Indian Rupees
on rupee advances by the OWNER to the CONTRACTOR and as payable in
respect of foreign currency on foreign currency advances by the OWNER to
the CONTRACTOR. The Late Payment Interest shall be recorded in the
OWNER’s records (with notice of the same to the CONTRACTOR) (the “Late
Payment Interest Account”).
6.4.8.3 Notional Interest on Early Payment
In case any payment is made by the OWNER on a date earlier than the
relevant due date of payment the OWNER shall calculate an amount of
notional interest (the “Notional Interest”) on the amount so paid at the same
rate as for late payments specified in Clause 6.4.8.2 from the date of payment
to the relevant due date. The Notional Interest shall be recorded in the
OWNER’s records (with notice of same to the CONTRACTOR) (The “Notional
Interest Account”). If the OWNER is required to pay any Late Payment
Interest in the Late Payment Interest Account pursuant to Clause 6.4.8.2, the
OWNER will offset any such Late Payment Interest otherwise due by any
positive amount of Notional Interest in the Notional Interest Account.
6.4.8.4 The Late Payment Interest Account and the Notional Interest Account shall be
closed at the time of payment of the Final Bill by the OWNER. If the balance
standing to credit in the Notional Interest Account is less than the Late
Payment Interest payable under the Late Payment Interest Account, the
shortfall shall be paid to the CONTRACTOR in Indian Rupees at the time of
the payment of the Final Bill. For the purposes of the said payment, foreign
exchange shall be converted into Indian Rupees at the Bill Collection Buying
Rate of the State Bank of India, New Delhi for the relevant foreign exchange
prevailing 7 (seven) working days prior to the date of payment.
Notwithstanding the foregoing, in no event shall the Contract Price be
reduced under this Clause 6.4.8.4 due to adjustments made for Notional
Interest or due to any unallocated Notional Interest in the Notional Interest
Account, with the intent that credit in the Notional Interest Account only be
utilised to offset any Late Payment Interest payable by the OWNER.
6.4.9.0 Notwithstanding provisions aforesaid any failure or delay by the OWNER to
make any advance or on account payment(s) shall not afford the
CONTRACTOR a ground or basis for extension of time for completion or for
any claim (other than interest) or otherwise relieve the CONTRACTOR from
any of its liabilities and obligations under the Contract.
6.4.10.0 Notwithstanding anything elsewhere provided in the Contract documents, all
advances made by the OWNER to the CONTRACTOR shall forthwith
become repayable to the OWNER in the event of the contract being
terminated for any cause.

6.5.0.0 MODE OF PAYMENT AND TAX DEDUCTIONS


6.5.1.0 All payments to be made by the OWNER to the CONTRACTOR under or in
terms of the Contract shall be paid by b a n k t r a n s f e r t o t h e
d e s i g n a t e d a c c o u n t o f t h e C O N T R A C T O R notified in this
behalf by the CONTRACTOR to the OWNER for which purpose, the
CONTRACTOR shall furnish to the OWNER such documents and information
as required by the OWNER to effect the bank transfer.
SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 90 of 192
6.5.1.1 On written request from the CONTRACTOR, the payments by the OWNER to
the CONTRACTOR may be made by wire transfer to an account or accounts
to be designated by the CONTRACTOR and maintained by the
CONTRACTOR with a bank or banks in India in respect of Rupee payments
and to a bank or banks in the country in which CONTRACTOR’s relevant
bank account is located in respect of the Dollar/Home Currency payments,
and shall be deemed to have been fully discharged when deposited in
Dollars/Home Currency or Rupees as the case may be, in the account or
accounts designated by CONTRACTOR as aforesaid, provided that, once all
acts necessary to initiate the relevant wire transfer have been completed
within the time specified for such payment, any delays within the international
or domestic banking system in the transfer of such payments to
CONTRACTOR’s account or accounts shall not give rise to a claim that
OWNER has breached its payment obligations hereunder. If funds are not
received in the account or accounts designated by CONTRACTOR, OWNER
will furnish upon CONTRACTOR’s written request, documentary
substantiation that all steps necessary to initiate the transfer of such funds
have been taken by OWNER’s bank or banks. All costs associated with such
wire transfer and incurred in India shall be for OWNER’s account, and all
other costs shall be borne by the CONTRACTOR.
6.5.2.0 The CONTRACTOR shall be primarily responsible for the payment of all
Indian Income Tax.
6.5.2.1 It is to understand that in terms of the Indian Law, the OWNER is responsible
also to deduct at source Indian Income Tax at prescribed rates on any money
paid or payable by the OWNER to a non-resident CONTRACTOR. With this
in view, the following stipulations shall apply with respect to payments to non-
resident CONTRACTOR.
(i) The CONTRACTOR shall promptly apply for instructions from Income
Tax Authorities in India of the rate at which deductions of tax at source
shall be made by the OWNER on payments to the CONTRACTOR. Any
information required by the Owner or Income Tax Authorities for such
instructions shall promptly be furnished by the CONTRACTOR, in the
form (if any) required. Pending such instructions, the OWNER shall not
release any payment to a non-resident CONTRACTOR.
(ii) The amount(s) deductible at source by way of Indian Income Tax in
accordance with the instructions of the Indian Authorities or otherwise
as aforesaid shall be deducted from all amounts payable by the
OWNER to the CONTRACTOR.
(iii) The amounts deducted shall be paid by the OWNER directly to the
Income Tax Authorities on behalf of the CONTRACTOR.
(iv) In the event of the amounts deducted being found ultimately to be in
excess of the Indian Income Tax assessed, the CONTRACTOR shall be
exclusively responsible to apply for and collect the refund thereof from
the Income Tax authorities concerned in this behalf.
(v) In the event of the amount deducted being found to be less than the
Indian Income Tax payable on assessment or otherwise, the
CONTRACTOR shall forthwith pay the short- fall to the concerned
Indian Income Tax Authorities, and shall indemnify and keep
indemnified the OWNER from and against all claims and recoveries
against the OWNER relative thereto.

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 91 of 192


6.5.2.2 The CONTRACTOR shall be exclusively liable to pay directly to the
concerned Income Tax Authorities in India and to bear all Indian Taxes
payable relative to employment of any personnel by the CONTRACTOR.
6.5.2.3 Payments to a CONTRACTOR resident in India shall be subject to deduction
of taxes under Section 194 C of Income Tax and/or under other Section, law,
rule or regulation for the time being in force providing for the deduction of tax
at source. OWNER shall issue Tax deduction certificate of taxes deducted at
source as per the provisions and within the time limits prescribed under the
Indian Income Tax Act 1961 and the rules thereunder.

6.6.0.0 CLAIMS BY THE CONTRACTOR


6.6.1.0 Should the CONTRACTOR consider that he is entitled to any extra payment
or compensation in respect of the works or supplies over and above the
amounts due in terms of the Contract as specified in Clause 6.3.1.0 hereof,
the CONTRACTOR shall give notice in writing of its claim in this behalf to the
Engineer-in-Charge and the OWNER within 21 (Twenty one) days from the
date of the issue of orders or instructions relative to any work(s) for which the
CONTRACTOR claims such additional payment or compensation, or from the
date of the happening of any other event upon which the CONTRACTOR
bases such claim, as the case may be. Such notice shall give full particulars
of the nature of such claim, grounds on which it is based, and the amount
claimed. The OWNER shall not anywise be liable in respect of any claim by
the CONTRACTOR unless notice of such claim shall have been given by the
CONTRACTOR to the Engineer-in-Charge and the OWNER in the manner
and within the time aforesaid, and the CONTRACTOR hereby waives and
relinquishes any and all claims and all his rights in respect of any claim which
is not notified by the CONTRACTOR to the Engineer-in-Charge and the
OWNER in writing in the manner and within the time aforesaid.
6.6.2.0 The Engineer-in-Charge and/or the OWNER shall be under no obligation to
reply to any notice of claim given or claim made by the CONTRACTOR within
the provisions aforesaid or otherwise, or to otherwise reject the same, and no
omission or failure on the part of the Engineer-in-Charge or the OWNER to
reject any claim made or notified by the CONTRACTOR nor any
consideration thereof or dealing therewith shall be deemed to be an
admission by the OWNER of the validity of such claim or waiver by the
OWNER of the provisions of Clause 6.6.1.0 hereof.
6.6.3.0 Any or all claims of the CONTRACTOR notified in
accordance with the provision of Clause 6.6.1.0 hereof as shall remain/
persist at the time of preparation of the Final Bill by the CONTRACTOR
shall be separately included in the Final Bill prepared by the
CONTRACTOR in the form of a Statement of Claims attached thereto, giving
particulars of the nature of such claim, grounds on which it is based, and the
amount claimed, and shall be supported by copy(ies) of the notice(s) sent
in respect thereof to the Engineer-in-Charge and the OWNER under
Clause 6.6.1.0 hereof. In so far as such claim shall in any material
particular be at variance with the claim notified by the CONTRACTOR within
the provisions of Clause 6.6.1.0 hereof, it shall be deemed to be a claim
different from the notified claim with consequence in respect thereof indicated
in Clause 6.6.1.0 hereof, and with consequence in respect of the notified
claim as indicated in Clause 6.6.3.1 hereof.
6.6.3.1 Any and all notified claims not specially reflected and included in the Final Bill
in accordance with the provisions of Clause 6.6.3.0 hereof shall be deemed to
have been waived and relinquished by the CONTRACTOR, and the
CONTRACTOR
SECTION – 6 - MEASUREMENTS, hereby
CERTIFYING waives and
INSPECTIONS relinquishes all rights to raisePage
AND PAYMENTS or 92
include
of 192
in the Final Bill any claim(s) other than a notified claim conforming in all
respects to and in accordance with the provisions of Clause 6.6.3.0 hereof.
6.6.4.0 No claim(s) shall on any account be made by the CONTRACTOR after the
Final Bill, with the intent that the Final Bill prepared by the CONTRACTOR
shall reflect any and all claims whatsoever of the CONTRACTOR against the
OWNER arising out of or in connection with the Contract or any supply made
or work performed by the CONTRACTOR thereunder or in relation thereto,
and notwithstanding any enabling provision in any law or Contract and
notwithstanding any claim in quantum meruit that the CONTRACTOR could
have with respect thereto, the CONTRACTOR hereby waives and
relinquishes any and all such claims not included in the Final Bill and
absolves and discharges the OWNER from and against the same, even if in
not including the same as aforesaid, the CONTRACTOR shall have acted
under a mistake of law or of fact, or shall claim to have acted under economic
compulsion or necessity.
6.6.5.0 Notwithstanding the existence of any claim by the CONTRACTOR in terms
hereof or otherwise, the CONTRACTOR shall continue and be bound to
continue and perform the works and supplies to completion in all respects
according to the Contract (unless the contract be priorly determined by the
OWNER).
6.6.6.0 The payment of any sum on account to the CONTRACTOR during the
performance of any work or the making of any supply in respect of which a
claim has been notified by the CONTRACTOR in terms of Clause 6.6.1.0
hereof or the making or negotiation of any interim arrangement(s) by the
OWNER in respect of the performance of such work or item of work or the
making of any supply or item of supply by the CONTRACTOR shall not be
deemed to be an acceptance of the related claim by the OWNER, or any part
or portion thereof unless specifically signed by the authorised representative
of the OWNER and the CONTRACTOR as an Amendment to Contract, or as
an Agreed Variation, with the intent that any such payment or arrangement
shall (unless signed as an amendment or variation aforesaid) constitute
merely a facility or assistance to the CONTRACTOR, and not an obligation
upon the OWNER.
6.6.7.0 If required by the OWNER, the Engineer-in-Charge shall be authorised to
require the CONTRACTOR to furnish, and the CONTRACTOR shall, upon
the request of the Engineer-in-Charge/OWNER, furnish all invoices, vouchers
and accounting records as may be deemed necessary by the Engineer-in-
Charge/OWNER for the purpose of verifying any CONTRACTOR’s claim.

6.7.0.0 DISCHARGE OF OWNER’S LIABILITY


6.7.1.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
CONTRACTOR in respect of the Final Bill of the CONTRACTOR in
settlement of all said dues to the CONTRACTOR under the Final Bill shall,
without prejudice to the claims of the CONTRACTOR included in the Final Bill
in accordance with the provisions of clause 6.6.3.0 hereof, be deemed to be
in full and final satisfaction of all such dues to the CONTRACTOR
notwithstanding any qualifying remarks, protest or condition imposed or
purported to be imposed by the CONTRACTOR relative to the acceptance of
such payment, with the intent that upon acceptance by the CONTRACTOR of
any payment made as aforesaid, the contract (including the arbitration clause)
shall stand discharged and extinguished insofar as relates to and/or concerns
the entitlements of the CONTRACTOR under the Contract except for the
SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 93 of 192
CONTRACTOR’s right, if any, to receive payment in respect of his notified
claims included in his Final Bill and the right to receive payment of the
unadjusted balance of the Security Deposit in accordance with the provisions
of Clause 6.8.3.0 hereof on successful completion of the defect liability
period. But nothing herein stated shall affect the CONTRACTOR’s
undischarged liabilities and obligations under the Contract.
6.7.2.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
the CONTRACTOR in respect of the notified claims of the CONTRACTOR
included in the Final Bill, in settlement of the claims of the CONTRACTOR,
shall be deemed to be in full and final settlement of all claims of the
CONTRACTOR notwithstanding any qualifying remarks, protest or condition
imposed or purported to be imposed by the CONTRACTOR relative to the
acceptance of such payment made as aforesaid with the intent that upon
acceptance by the CONTRACTOR of any payment made as aforesaid, the
Contract shall stand discharged and extinguished insofar as relates to and/or
concerns the claims of the CONTRACTOR except for the CONTRACTOR’s
rights to receive payments of the unadjusted balance, if any, of the security
deposit in accordance with clause 6.8.3.0 hereof on successful completion of
the defect liability. But nothing herein stated shall affect the CONTRACTOR’s
undischarged liabilities and obligations under the Contract.
6.7.3.0 Notwithstanding anything provided in Clause 6.7.1.0 and/or Clause 6.7.2.0
hereof, the CONTRACTOR shall be and remain liable for defects in terms of
Clause 5.4.0.0 and associated clause thereunder and for any indemnity to the
OWNER in terms of Clause 6.8.2.0 and shall be and remain entitled to
receive the unadjusted balance of the Security Deposit remaining in the
hands of the OWNER in terms of Clause 6.8.3.0 hereof and associated
clauses thereunder.

6.8.0.0 FINAL CERTIFICATE AND RELEASES OF SECURITY


6.8.1.0 Forthwith on the CONTRACTOR’s application made after the
expiry of the period of defect liability provided for in Clause 5.4.0.0 hereof
and associated clauses thereunder and satisfaction of all liabilities of the
CONTRACTOR in respect thereof, the Engineer-in-Charge shall issue a Final
Certificate to the CONTRACTOR Certifying that the CONTRACTOR has
performed his obligations in respect of the defect liability period in terms of
Clause 5.4.0.0 hereof and associated clauses thereunder, and until issue
of such Final Certificate, the CONTRACTOR shall be deemed not to have
performed such liabilities notwithstanding issue of the Completion
Certificate or payment of the Final Bill by the OWNER.
6.8.2.0 Upon application for the Final Certificate, the CONTRACTOR shall :
(i) Be deemed to have warranted that it had been fully paid and satisfied all
claims for or arising out of the work, labour, materials, supplies and
equipment used in or connected with the Contract and all other liabilities
whatsoever touching or affecting the Contract, or its performance,
including in relation to sub-contractors and suppliers, and
(ii) To have undertaken to indemnify and keep indemnified the OWNER
from and against all claims, demands, debts, liens, obligations and
liabilities whatsoever arising therefrom or relating thereto.

6.8.2.1 Upon issue of the Final Certificate, the CONTRACTOR shall be deemed to
have released, acquitted and discharged the OWNER from and against all
SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 94 of 192
claims (known or unknown), liens, demands or causes of action of any kind
whatsoever arising out of or relating to the Contract or otherwise howsoever
touching or affecting the same.
6.8.3.0 Forthwith on application made by the CONTRACTOR in this behalf
accompanied by the Final Certificate, or within 84 (Eighty Four) days of the
OWNER passing the CONTRACTOR’s Final Bill, whichever shall be later, the
OWNER shall cancel and return to the CONTRACTOR all previous Bank
Guarantees remaining unutilised in the hands of the OWNER, and upon such
cancellation and return, the OWNER shall stand discharged of all obligations/
liabilities under the Contract provided that the cancellation and return of any
Bank Guarantee(s) furnished by the CONTRACTOR as and by way of
security deposit shall be subject to the CONTRACTOR replacing such Bank
Guarantee(s) with a Bank Guarantee from any Bank in India (including the
Indian Branch of foreign Bank) in a format acceptable to the OWNER
covering 10% (ten percent) of the value (as determined by the OWNER) of
equipments/works replaced or repaired during the Defect Liability Period for
the unexpired term of defect liability in respect thereof plus a 3 (three) months
claim period.

6.9.0.0 CLAIMS OF OWNER


6.9.1.0 No release/payment of any unadjusted balance of the Security Deposit
(furnished in the form of a Bank Guarantee or otherwise) by the OWNER to
the CONTRACTOR as aforesaid or otherwise shall be deemed or treated as
a waiver of any right(s) or claim(s) of the OWNER or shall stop or prevent the
OWNER from thereafter making or enforcing any claim or any rights against
the CONTRACTOR with the intent that the claims of the OWNER, against the
CONTRACTOR shall continue to survive and shall not get extinguished
notwithstanding the issue of Final Certificate and/or the release of Security
Deposit to the CONTRACTOR.

************************

SECTION – 6 - MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS Page 95 of 192


SECTION – 7
TERMINATION

7.0.0.0 TERMINATION
7.0.1.0 Notwithstanding anything elsewhere herein provided and in addition to any
other right or remedy of the OWNER under the CONTRACT or otherwise
(including the right of the OWNER to discount by way of price adjustment
under the provisions of Clause 4.4.0.0 hereof and associated Clauses
thereunder), the OWNER shall be entitled to terminate the CONTRACT by
written notice at any time during its currency on or after occurrence of any
one of the following events/contingencies, namely :
(i) Breach or failure by the CONTRACTOR of any of the obligations of
the CONTRACTOR under the Contract, including :
(a) Failure to start the work within 84 (Eighty Four) days of the
date of issue of the Acceptance of Bid by the OWNER,
notwithstanding the OWNER having made available to the
CONTRACTOR the work front necessary for the
commencement of work.
(b) Failure to commence work at site within 21 (Twenty-One) days
of the time prescribed in this behalf in the Progress Schedule
or to commence supply of any material within 21 (Twenty One)
days of the time prescribed in this behalf in the Delivery
Schedule.
(c) Failure to carry out or carry on the works or any of them to
meet the Progress Schedule resulting in a delay of 28 (Twenty
Eight) days or more in the actual performance of the work, or
failure to complete any supplies to meet the Delivery Schedule
resulting in a delay of 28 (Twenty Eight) days or more in the
scheduled deliveries of materials.
(d) Failure to provide at the job site, within 21 (twenty one) days of
being required to do so by the Engineer-in-Charge, sufficient
labour, material, equipment, machinery, temporary works
and/or facilities required for the proper and/or due execution of
the work or any part thereof.
(e) Failure to execute the works or any of them in accordance with
the Contract or disobedience of any order or instruction of the
Engineer-in-Charge or negligence or lack of expertise in the
performance of the work, or failure to supply materials of
quality conforming to the requirements of the contract.
(f) Abandonment of the works or any part thereof.
(g) Substantial suspension of the works or any part thereof for a
period of 14 (Fourteen) days or more without the authority of
the Engineer-in-Charge.
(h) Failure to execute the Contract in terms of the Form of
Contract forming part of the Bid Documents within 30 (thirty)
days of the date of issue of the Letter of Acceptance by the
OWNER or within such extended period as may be permitted
by the OWNER in this behalf.

SECTION – 7 - TERMINATION Page 95 of 192


(i) Failure to furnish the Bank Guarantee (s) required to be
furnished by the CONTRACTOR under Clause 2.1.1.0 and
related provisions hereof within 28 (Twenty Eight) days of the
date of issue of Letter of Acceptance by the OWNER.
(j) Any other event which is an event of termination under the
Contract or which in the opinion of the OWNER, reasonably
impinges on the CONTRACTOR’s capability to fulfill its
contractual commitments.
(ii) Dissolution of the CONTRACTOR (if a firm), or commencement of
liquidation or winding up (whether voluntary or compulsory) of the
CONTRACTOR (if a company) or of any member (if the
CONTRACTOR is a consortium), or insolvency of the CONTRACTOR
or of any partner (if a firm), or appointment of a receiver or manager of
the CONTRACTOR’s assets or of any partner/member of the
CONTRACTOR (if a firm or consortium) by a court;
(iii) Distress, execution, or other legal process being levied on or upon any
of the CONTRACTOR’s goods and/or assets involved in or relative to
the performance of the work or supply;
(iv) Death of a CONTRACTOR (if an individual);
(v) If upon any voluntary change in the partnership/constitution of
CONTRACTOR’s organisation (if a partnership or Company) the
OWNER refuses in its sole discretion to Continue the Contract with
the re-constituted firm or Company;
(vi) If the CONTRACTOR or any person employed by him shall make or
offer for any purpose connected with the contract, any gift, gratuity,
royalty, commission, gratification or other inducement (whether money
or in any other form) to any employee or agent or CONSULTANT of
OWNER;
(vii) If the CONTRACTOR shall assign or attempt to assign his interest or
any part thereof in or under the Contract.
7.0.1.1 The decision of the Executive Director as to whether any of the events or
Contingencies mentioned in Clause 7.0.1.0 hereof entitling the OWNER to
terminate the Contract has occurred or not shall be final and binding upon the
CONTRACTOR.
7.0.2.0 The notice of termination shall set forth, in addition to statement of the reason
or reasons for terminating the Contract, the time(s) and place(s) for
conducting a survey and inspection/measurement of the work performed and
materials supplied under the Contract upto the date of termination for the
purpose of determining the final amount(s) due to the CONTRACTOR
therefor. The reasons for the termination stated in the notice of termination
shall be final and binding upon the CONTRACTOR.
7.0.2.1 Forthwith upon receipt of notice of termination, the CONTRACTOR shall at
his own risks and costs within the scope of relative work, do and perform to
the satisfaction of the Engineer-in-Charge all and whatsoever is necessary, in
the opinion of the Engineer-in-Charge (which shall be final and binding upon
the CONTRACTOR) to secure and protect all complete and incomplete works
performed by the CONTRACTOR upto termination, and should it fail to do so,
the OWNER shall be entitled by itself or through an independent
Contractor(s) or partly by itself and partly through an independent

SECTION – 7 - TERMINATION Page 96 of 192


Contractor(s), to do and perform at the risks and costs of the CONTRACTOR
all such work(s) not done by the CONTRACTOR, and the provisions of
Clause 7.0.9.0 therefore shall mutatis-mutandis apply thereto.
7.0.3.0 For the purpose of measurements, the provisions of Clause 6.0.0.0 to 6.1.5.0
hereof shall apply. Only completed items of work and materials shall be
reckoned for the purpose of measurements and the decision of the Engineer-
in-Charge as to whether or not any works have or supply has been completed
for the purpose of measurement shall be final and binding upon the
CONTRACTOR. Incomplete items or works shall be measured and paid for
only on the basis of materials (if any) supplied by the CONTRACTOR, and
the decision of the Engineer-in-Charge as to the quantity of material involved
in or relative to any incomplete works shall be final and binding upon the
CONTRACTOR.
7.0.4.0 Work done and/or supplies made by the CONTRACTOR qualifying for
payment under Clause 7.0.3.0 hereof shall be paid for in respect of work done
on the basis of on account payment due thereon based on Schedule of
Activities, and for materials supplied on the basis of on account payment due
thereon on the basis of Bill of Materials and the provisions of Clause 6.4.6.0,
6.4.6.1, 6.4.7.0 and 6.4.8.0 hereof shall mutatis mutandis apply and
accounting done and bill prepared by the CONTRACTOR on the basis thereof
shall be the Final Bill and no other amount(s) shall be due to the
CONTRACTOR in respect thereof, subject to the provisions of 6.6.0.0 and
associated clauses thereunder with regard to the notified claim(s) of the
CONTRACTOR included in the Final Bill in accordance with the provisions of
Clause 6.6.3.0.
7.0.5.0 Within 28 (Twenty Eight) days of completion of the inspection/measurements,
the CONTRACTOR shall clear the job site(s) made available by the OWNER
to the CONTRACTOR of all surplus materials, CONTRACTOR’s labour,
equipment and machinery and shall demolish, dismantle and remove such
temporary works, structure and construction and other items and things
brought upon or erected at the job site(s) and not incorporated in the
permanent works and shall remove all rubbish from the job site(s) and shall
clear, dress and restore the job site(s) to the satisfaction of the Engineer-in-
Charge and shall put the OWNER in undisputed custody and possession
thereof and the entire works.
7.0.6.0 Should a CONTRACTOR fail to comply with the provisions of Clause 7.0.5.0
hereof in the manner and within the time specified therein, the OWNER shall
have the right at the risk and costs of the CONTRACTOR in all respects to
clear the job site(s) of all surplus materials, CONTRACTOR’s labour,
equipment and machinery and other materials and things and/or
demolish/dismantle and remove any temporary works, structures and/or
construction and other items and things brought upon or erected at the job
site(s) and to remove all rubbish from the job site(s) and the land allotted to
the CONTRACTOR and clear, dress and restore the said land to the
satisfaction of the Engineer-in-Charge and take undisputed possession and
custody thereof and of the works and CONTRACTOR’s stores thereon and
dispose of and/or otherwise deal with any and all equipment and machinery
etc., stores and other items and things aforesaid and recoveries of any
demolition/dismantling as the OWNER shall in its absolute discretion deem fit,
and the CONTRACTOR shall forth with on demand pay the OWNER the
entire costs/expenses of the OWNER relative to the above together with 15%

SECTION – 7 - TERMINATION Page 97 of 192


(Fifteen percent) thereof to cover the OWNER’s supervision, with right in the
OWNER (without prejudice to any other mode or recovery) to recover the
same from the proceeds of any sale or disposal as aforesaid or from any
monies whatsoever of the CONTRACTOR held by the OWNER or dues of the
CONTRACTOR and the CONTRACTOR hereby irrevocably nominates,
constitutes and appoints the OWNER (with right to the OWNER to delegate
any and all of its rights in terms hereof to such of its officer(s) and/or other
person(s) as it shall deem fit) for and on behalf of and as attorney of the
CONTRACTOR to do, commit and/or sign all acts, deeds, matters and things
as shall or may be necessary to be done, committed and/or signed by the
CONTRACTOR to put into effect the provisions of this clause with full right to
enter into arrangements with third parties for or relative to the storage, sale
and/or other disposal of any goods, equipment and machinery and other
items and things and to enter into or upon any of the CONTRACTOR’s
premises and to break open if necessary any locks, bolts, fasteners, bonds or
other devices restricting entry thereto and to do all other acts, deeds, matters
and things as shall or may be necessary to give full effect to the provision of
this Clause.
PROVIDED ALWAYS THAT:
(i) The OWNER shall be entitled, without prejudice to the foregoing and
in addition thereto, upon the CONTRACTOR failing to comply with the
provisions of Clause 7.0.5.0 hereof after removing/demolishing/
dismantling from the job site any of the CONTRACTOR’s goods,
temporary works and other items and things, by written notice to the
CONTRACTOR, to require the CONTRACTOR to take delivery of, lift
and/or clear the same within 7 (seven) days (or such other period as
may be specified in said notice) of date of said notice failing which the
OWNER shall abandon the same at the risks and costs of the
CONTRACTOR, and should the CONTRACTOR fail to take delivery
of, lift and/or clear the same within the period in this behalf specified in
the said notice, the OWNER shall be entitled at any time thereafter to
abandon the same at the risks and costs of the CONTRACTOR,
whereupon (without prejudice to any other rights of the OWNER) the
OWNER shall stand absolutely discharged and absolved in respect of
all and any material, equipment, machinery and other item and things
whatsoever abandoned as aforesaid.
(ii) Notwithstanding anything to the contrary herein provided, nothing
herein stated shall constitute the OWNER as a trustee or bailee of any
of the CONTRACTOR’s material, equipment, machinery or other items
or things removed, cleared, demolished, dismantled or abandoned as
aforesaid, nor shall the OWNER be bound in law or fact by any duty of
care in respect thereof, with the intent that all actions, dealings and
disposals within the provisions of this clause shall be exclusively at the
risk and liability of the CONTRACTOR (including relative to any loss or
damage) and the OWNER shall not be howsoever responsible,
accountable or liable in respect thereof.
7.0.7.0 If for any cause attributable to the CONTRACTOR (including but not limited to
resistance put up by the CONTRACTOR and/or his servants or agents or any
court order consequent upon a suit or proceedings filed by the
CONTRACTOR), the OWNER is unable to fully take over possession of the
entire works within 7 (Seven) days from the date of completion of the

SECTION – 7 - TERMINATION Page 98 of 192


measurements as contemplated above, the OWNER shall, in addition to all
discounts, compensations and/or damages recoverable from the
CONTRACTOR in terms hereof (including but not limited to OWNER’s
entitlements under Clause 4.4.0.0 and Clause 7.0.9.0 hereof) or otherwise, be
entitled to recover from the CONTRACTOR liquidated damages in the
amount equivalent to 1% (one percent) of the Lumpsum Price for each week
or part thereof that the said taking over possession of any works is delayed
beyond the period of 7 (seven) days specified above, subject to a maximum
of 5% (five percent) of the Lumpsum Price.
7.0.8.0 Notwithstanding anything provided in Clause 7.0.5.0 hereof, the OWNER
shall have the right at any time prior to the removal of the same from the job
site, to take possession of such of the CONTRACTOR’s goods or equipment
at any and all jobs sites as the OWNER shall deem fit, and the
CONTRACTOR shall be entitled to compensation for any such goods or
equipment taken over at cost thereof to the CONTRACTOR or depreciated
value thereof in the case of equipment, whichever shall be less, such cost or
value not to include the cost of transport, carriage or handling or storage, but
to include the cost of freight to India on imported goods. The cost of goods
and/or depreciated value of equipment taken over as determined by the
Engineer-in-Charge shall be final and binding upon the CONTRACTOR.
7.0.9.0 Upon termination of the Contract, the OWNER shall be entitled at the risk and
expenses of the CONTRACTOR in all respects to either engage one or more
contractors to complete the work and/or supplies and/or to redesign, re-
perform and/or redo and/or to alter, modify and/or replace the materials
supplied by the CONTRACTOR and/or supply other materials or substitutes
to the extent necessary to set up, install, erect, establish and operate the Unit
and tools and spares in accordance with the Contract and/or to complete the
works in accordance with the Contract, notwithstanding that the contractor(s)
so engaged shall adopt design and/or processes or methods or materials
different from those proposed or projected and/or adopted by the
CONTRACTOR for any purpose.
7.0.10.0 In addition to rights under clauses 7.0.8.0 and 7.0.9.0, the OWNER shall,
upon termination of the contract have an option to take over from the
CONTRACTOR, in whole or part, any subsisting order or sub-contract
entered into by the CONTRACTOR in or relative to performance of the
CONTRACTOR’s obligations under the contract, for which purpose the
provisions hereof shall operate as an assignment by the CONTRACTOR to
OWNER of the orders and sub-contract opted to be taken over by the
OWNER, with right in the OWNER as attorney for and on behalf of and in the
name of the CONTRACTOR to sign, execute and/or deliver any document,
notice or other communication as may be required under the law applicable to
the relative contract or order to complete the assignment thereof in favour of
the OWNER, and the provisions hereof shall constitute appropriate
appointment by the CONTRACTOR in favour of the OWNER in this behalf,
with right in the OWNER to act in this behalf through any of its directors or
officers.
7.1.0.0 No amount shall be due and payable to the CONTRACTOR upon or in the
event of termination of the Contract unless and until the entirety of the works
as contemplated in the scope of services and the entirety of the supplies as
contemplated in the scope of supplies shall have been completed in all
respects and all payments finally due on any account to the OWNER and/or

SECTION – 7 - TERMINATION Page 99 of 192


other contractor(s) in respect of the balance works and supplies have been
finally settled and the OWNER has been discharged from all liabilities in
respect thereof.
7.2.0.0 If upon the satisfaction of the clause 7.0.9.0 and 7.1.0.0 hereof there shall
remain in the hands of the OWNER any excess/balance after all accounting
and adjustment of all dues from the CONTRACTOR to the OWNER, the
OWNER shall forthwith pay over the excess/balance to the CONTRACTOR
and in the event of the security deposit and other dues of the CONTRACTOR
in the hands of the OWNER being insufficient to meet the dues of the
OWNER as aforesaid, the CONTRACTOR shall forthwith on demand by the
OWNER pay the OWNER the shortfall. For calculating the excess/balance
aforesaid in the hands of the OWNER any price discount or adjustment due to
the OWNER from any other contractor under the provisions of Clause 4.3.6.0
hereof or any equivalent or similar provisions in the Contract in this behalf
between the OWNER and the other CONTRACTOR shall not be reckoned.

*********************************

SECTION – 7 - TERMINATION Page 100 of 192


SECTION – 8
MISCELLANEOUS

8.0.0.0 PERSONAL ACTS AND LIABILITIES


8.0.1.0 No director, officer or other employee of the OWNER shall anywise be
personally bound or liable to the CONTRACTOR for the acts, commissions or
obligations of the OWNER under the contract or otherwise or be personally
answerable to the CONTRACTOR for on in respect of any default or omission
in the performance of any act(s), deed(s), or things to be observed and/or
performed by the OWNER under the contract.
8.0.2.0 The CONTRACTOR shall not be entitled to any increase in the rate(s)
mentioned in the Price Schedule or in any of them or to any other payment,
right, benefit or claim whatsoever by reason of any representation,
explanation, statement, assurance or understanding given or alleged to have
been given to him by the Engineer-in-Charge, PMC or any other agent or
consultant of the OWNER, nor shall any director, officer or other employees
or the Engineer-in-Charge, PMC or agent or consultant of the OWNER be
personally liable for or in respect of any representation, explanation,
statement or assurance or understanding given or alleged to have been given
by him to the CONTRACTOR or any other person relative to the contract, nor
shall the OWNER be responsible in respect thereof unless the same has
been jointly signed by the CONTRACTOR and the OWNER as an agreed
variation or amendment to Contract.
8.0.3.0 The CONTRACTOR shall not under any circumstances, pay or advance to
any officer(s), servant or agent(s) of the OWNER, any sum or money on any
account without prior authority of the OWNER in writing, and any such
payment made or money advanced by the CONTRACTOR without such
authority shall be entirely at the risks of the CONTRACTOR without any
liability to the OWNER in respect thereof.
8.0.4.0 Any money paid to or dealing had with any partner or member of the
CONTRACTOR (if a firm or consortium) and any receipt, settlement,
acknowledgement of liability or other arrangement, agreement or document
whatsoever signed by any one of the partners or members of the firm or
consortium or erstwhile partner or member of the firm or consortium (without
notice of the cessation of his interest) or to any person held out to be a
partner of the firm or member of the consortium shall be binding upon the
CONTRACTOR vis-à-vis the OWNER and shall constitute a full release and
discharge to the OWNER and/or a valid settlement, acknowledgement or
obligation upon the CONTRACTOR, as the case may be, and the OWNER
shall not be concerned with the application of any monies so paid or the
authority of the concerned partner or member (or erstwhile or purported
partner or member) vis-à-vis the other partner(s)/members to make the
settlement, receipt, acknowledgement or other document(s) concerned,
provided always that the OWNER shall be entitled at its discretion at any time
to call upon all or any of the partners/members of the CONTRACTOR’s
firm/consortium to sign any receipt, settlement, acknowledgement or other
document(s) including any receipt, settlement, acknowledgement or other
document signed by a partner or member (or erstwhile or purported partner or
member) as aforesaid, and all the partners of the firm or members of the
consortium shall, when called upon to do so by the OWNER, forthwith sign
the receipt, order, acknowledgement or other documents required to be so
signed.

SECTION – 8 - MISCELLANEOUS Page 101 of 192


8.0.5.0 Any money paid to any director, attorney, agent, officer or employee of the
CONTRACTOR and any receipt, settlement, acknowledgement of liability or
other arrangement, agreement or document whatsoever signed by any such
director, attorney, agent, officer or employee of the CONTRACTOR or
erstwhile director, attorney, agent, officer or employee of the CONTRACTOR
(without notice of his cessation of interest) or by any person held and to be a
director, attorney, agent, officer or employee of the CONTRACTOR
authorised to act on behalf of and/or to bind the CONTRACTOR, shall as
between the OWNER and the CONTRACTOR, be binding upon the
CONTRACTOR and shall constitute a full release and discharge to the
OWNER and/or settlement, acknowledgement or obligation of, upon or with
the Contractor, as the case may be, and the OWNER shall not be concerned
with the actual authority of such director, attorney, agent, officer or employee
(actual, erstwhile or purported, as the case may be) vis-a-vis the
CONTRACTOR (and if the CONTRACTOR be a consortium vis-à-vis each
member of the consortium) to make the settlement, receipt,
acknowledgement, agreement or other document concerned.

8.1.0.0 TAXES
8.1.1.0 Except as herein elsewhere expressly otherwise provided, the

CONTRACTOR shall be exclusively liable for the payment of any and all fees,
cesses, duties, taxes and levies now or hereafter imposed, increased or
modified in respect of any work done and/or material supplied and for the
payment of all contributions and taxes for unemployment compensations,
welfare, insurance, old age pension and/or annuity or gratuity now or
hereinafter imposed by the Central or State Government or authority with
respect to or covered by the wages, salaries or other compensations paid to
person employed or engaged by the CONTRACTOR, and the
CONTRACTOR hereby undertakes to indemnify and keep indemnified the
OWNER from and against the same and all claims, actions, demands and
payments whatsoever against the OWNER whatsoever arising therefrom or in
connection therewith.
8.1.2.0 Except as herein elsewhere expressly otherwise provided, the
CONTRACTOR shall be liable for and shall pay any and all Indian fees,
cesses, taxes, duties and levies assessable against CONTRACTOR in
respect of or pursuance to the Contract.
8.1.3.0 In addition, the CONTRACTOR shall be responsible for payment of all Indian
duties, levies, and taxes assessable against the CONTRACTOR or
CONTRACTOR’s employees or Sub-contractor’s whether corporate or
personal or applicable in respect of property.

8.1.4.0 Notwithstanding anything to the contrary elsewhere provided in these General


Conditions of Contract;

(i) If and prior to the date of Mechanical Completion/completion of the entire


work(s) specified in the Time Schedule or any extension thereof by the
Engineer-in-Charge under Clause 4.3.5.0 or by the OWNER under Clause
4.3.6.0 (the later of the said dates is hereafter in this and associated sub-
clauses referred to as the “Relevant Date”), there is an increase in the rate of
any of the following output taxes applicable to invoices raised on the OWNER,
namely, Central Sales Tax, VAT or Service Tax or Goods and Service Tax
SECTION – 8 - MISCELLANEOUS Page 102 of 192
(GST) relevant to the execution of Contract (in this Clause referred to the “said
taxes”) between rate(s) of the said taxes as exist on the last date of submission
of the Price Bid relevant to the Contract and the date of relative invoice (in the
Clause referred to as the “additional tax”), the OWNER shall pay and bear the
additional tax in respect of the work performed by the CONTRACTOR upto the
Relevant Date. Similarly, if there is any reduction in any of the said taxes
between the said dates, the CONTRACTOR shall pass on the benefit of such
reduction to the OWNER with a view that the OWNER shall be invoiced for and
pay the reduced tax(es).

(ii) If after the date of the last Price Bid of the CONTRACTOR relevant to the
Contract and prior to the Relevant Date, any new output tax is introduced in
addition to the taxes then existing relevant to the execution of the works, on
proof of payment by the CONTRACTOR, the OWNER will reimburse the
CONTRACTOR the amount of such new tax paid by the CONTRACTOR in
respect of the work performed by the CONTRACTOR upto the Relevant Date.

(iii) If after the date of the last Price Bid of the CONTRACTOR relevant to the
Contract and prior to the Relevant Date, a new output tax is introduced in lieu of
an existing output tax(es) and the rate and impact of the new tax is in excess in
aggregate of the rate and impact of existing tax(es) which it replaces, the
OWNER shall on satisfactory proof reimburse the CONTRACTOR the
additional tax paid by the CONTRACTOR as a result of the imposition of the
new tax in respect of the work performed by the CONTRACTOR upto the
Relevant Date. If, on the other hand, the rate and impact of the new tax is less
than the aggregate rate and impact of the tax(es) which it replaces, the
CONTRACTOR shall pass on to the OWNER the benefit thereof as determined
by the OWNER (whose decision in this behalf shall be final and binding on the
CONTRACTOR) by reduction in the amounts payable by the OWNER to the
CONTRACTOR.

(iv) If after the Acceptance of Tender and prior to the Relevant Date, the Goods
and Service Tax or equivalent New Central Tax in lieu of Excise Duty, Service
Tax and Central Sales Tax and/or any other Central Taxes (in this clause
hereinafter referred to as the “New Central Tax”) is introduced and the rate of
such New Central Tax is higher than the combined rate of the Central taxes
which it replaces, then the OWNER will reimburse the CONTRACTOR the
additional output tax burden borne by the CONTRACTOR by virtue of the
higher rate of the New Central Tax in respect of the work performed by the
CONTRACTOR upto the Relevant Date. In calculating the additional output tax
burden for the purpose of reimbursement, benefit of any difference in
abatement in the original Central Tax and the New Central Tax shall be passed
on to the Owner.

(v) If the New Central Tax is levied at a rate lower than the combined rate of the
Central taxes which it replaces, the CONTRACTOR shall pass on to the
OWNER the benefit or advantage which it has gained as a result of the lower
rate of the New Central Tax along with any difference in abatement in the
original Central Tax and the New Central Tax.

(vi) If, after the Acceptance of Tender, and prior to the Relevant Date, the State(s) in
which the work(s) is/are to be carried out imposes a Goods and Service Tax or
equivalent New State Tax in lieu of VAT, Local Sales Tax (including tax on sale
of goods under works contracts) and Entry Tax and/or any other State Tax(es)
is introduced, (in this clause hereinafter referred to as the “New State Tax”) and
SECTION – 8 - MISCELLANEOUS Page 103 of 192
the rate of such New State Tax is higher than the combined rate of the State
taxes which it replaces, then the OWNER will reimburse the CONTRACTOR
the additional tax burden borne by the CONTRACTOR by virtue of the higher
rate of the New State Tax in respect of the work performed by the
CONTRACTOR upto the Relevant Date. In calculating the additional tax burden
for the purpose of reimbursement, benefit of any difference in abatement in the
original State Tax and in the New State Tax shall be passed on to the Owner.

(vii) If the New State Tax is levied at a rate lower than the combined rate of the
State taxes which it replaces, the CONTRACTOR shall pass on to the OWNER
the benefit or advantage which it has gained as a result of the lower rate of the
New State Tax along with any difference in abatement in the original State Tax
and the New State Tax.

(viii) If, after the acceptance of tender and prior to the Relevant Date, the New
Central Tax and the New State Tax is replaced by an Integrated Goods and
Service Tax (howsoever designated) (hereinafter called the “Integrated Tax”)
then the provisions of Sub-clauses (iv) to (vii) above shall mutatis mutandis
apply with respect to such Integrated Tax to the extent that it replaces the New
Central Tax and the New State Tax, and in applying the said Sub-clauses, the
increase or benefit shall be calculated with reference to the impact of the
Integrated Tax in comparison to the combined impact of the New Central Tax
and the New State Tax.

(ix) For purpose of calculating the impact of any benefit to be passed to the
OWNER under sub-clauses (iii), (iv), (v), (vii) and (viii) above, if the
CONTRACTOR fails to submit satisfactory documents in relation to such benefit
to the OWNER then the benefit shall be determined by the OWNER and such
determination by the OWNER shall be final and binding on the CONTRACTOR.

8.1.4.1 If there is an increase in the rate of output tax (CST, VAT, Excise Duty, Service
Tax and Goods and Service Tax (GST) etc) or any new output tax is introduced
in addition to the exiting taxes in lieu of existing taxes where the total financial
implication on account of new output taxes is more and arises beyond the
contractual completion period (“Relevant Date” as described in 8.1.4.0 (i)),
Owner shall reimburse the same, if the increase in output taxes or new output
taxes is entitled for tax credit to the Owner. In other cases, Contractor shall bear
the increase in the rates of existing taxes or any new output tax.
8.1.5.0 The CONTRACTOR shall ensure that it is registered with the respective tax
authorities in the Centre and the applicable State(s) in which the work is to be
executed, and shall submit to the OWNER self attested copy(ies) of such
registration certificate(s). Any taxes/duties/levies claimed by the CONTRACTOR
shall be claimed by issuing a proper Invoice raised on the OWNER indicating
details/elements of all taxes charged and necessary requirements as prescribed
under the respective tax laws. The CONTRACTOR shall mention correct and
valid registration numbers applicable to the tax charged on all invoices raised on
the OWNER.
8.1.5.1 The CONTRACTOR shall reimburse to or make good to the OWNER any loss to
the OWNER resulting from a claim by the OWNER of any tax credit being
rejected/disallowed by any tax authority due to non deposit of taxes or non-
compliance of tax laws by the CONTRACTOR or of any requirement or formality
to be fulfilled by the CONTRACTOR to qualify the OWNER for such tax credit.

SECTION – 8 - MISCELLANEOUS Page 104 of 192


8.1.5.2 The CONTRCTOR shall charge the correct rate of tax as prescribed under the
respective tax laws, and shall avail of and shall pass on to the OWNER the
benefit(s) of all exemptions, rebates and concessions available to the
CONTRACTOR under tax laws as may be applicable after the last date of
submission of price bid relevant to the Contract.

8.1.5.3 The OWNER will issue/provide Road Permits to the CONTRCTOR only in
respect of material directly purchased by the OWNER and transported by the
CONTRACTOR. In such event, the CONTRCTOR will be obliged to ensure the
proper utilization of the Road Permit issued /provided by the OWNER for the
specific supply, and in case of the seizure of goods or vehicle transporting the
goods, the CONTRCTOR will be solely responsible for release of the
goods/vehicle and shall reimburse the OWNER any resultant litigation costs
incurred by the OWNER.

8.2.0.0 LABOUR LAWS AND REGULATIONS


8.2.1.0 The CONTRACTOR shall be responsible for strict compliance of and shall
ensure strict compliance by its sub-contractors, servants and agents of all
laws, rules or regulations having the force of law affecting the relationship of
employer and employee between the CONTRACTOR/sub-contractors and
their respective employees and/or otherwise concerning labour, social welfare
and provident fund, pension, bonus, gratuity and other benefits to employees.
Without prejudice to the generality of this provision, the CONTRACTOR shall
comply with and ensure that his sub-contractors and other agencies
employed by him comply with the provisions of the Payment of Wages Act
1936, Minimum Wages Act 1948, Employers Liability Act1938, Workmen's
Compensation Act 1923, Industrial Disputes Act 1947, Maternity Benefit Act
1961, Mines Act 1952, Contract Labour (Abolition & Regulation) Act 1970,
Payment of Bonus Act, Gratuity Act, Factories Act and the Employees’
Provident Fund and Miscellaneous Provisions Act 1952 and Employees’ State
Insurance Act 1948, all as amended from time to time and all rules,
regulations and schemes framed thereunder from time to time.
8.2.1.1 In addition, the CONTRACTOR shall abide by and observe the provisions of:

(i) The Inter-State Migrant Workmen (Regulation of Employment and


Conditions of Service) Act, 1979,

(ii) The Building and Other Construction Workers’ (Regulation of


Employment and Conditions of Service) Act, 1996,

(iii) The Building and Other Construction Workers’ Welfare Cess Act, 1996,

(iv) The Child Labour (Prohibition and Regulation) Act, 1986.

8.2.1.2 The CONTRACTOR shall also be responsible at its own cost and initiative to
pay directly to the prescribed authorities and bear any and all cess(es) payable
under the Building and Other Construction Workers’ Welfare Cess Act, 1996
with respect to the contract and work covered thereunder and with respect to
any subsidiary contract or sub-contract entered into by the CONTRACTOR for
the performance thereof, and shall indemnify and keep indemnified the OWNER
from and against any liability in respect thereof.

SECTION – 8 - MISCELLANEOUS Page 105 of 192


8.2.1.3 To this end, the CONTRACTOR shall as a document to be submitted to the
Engineer-in-Charge for the Completion Certificate under Clause 5.3.2.0 hereof,
submit to the Engineer-in-Charge satisfactory proof of having paid in full the
cess payable with respect to the contract under the Building and other
Construction Workers’ Welfare Cess Act, 1996.

8.2.2.0 The CONTRACTOR and sub-contractor(s) of the CONTRACTOR shall obtain


from the authority(ies) designated in this behalf under any applicable law, rule
or regulation (including but not limited to) the Factories Act and Labour
(Abolition and Regulation) Act, 1970 (in so far as applicable) any and all such
license(s), consent(s), registration(s) and/or other authorisation(s) as shall
from time to time be or become necessary for or relative to the execution of
the work or any part or portion thereof or the storage or supply of any
material(s) or otherwise in connection with the performance of the Contract
and shall at all times observe and ensure due observance by the sub-
contractors, servants and agents of all terms and conditions of the said
license(s), consent(s), regulation(s) and other authorisation(s) and laws, rules
and regulations applicable thereto. Without prejudice to the generality of this
provision, the CONTRACTOR shall obtain and ensure that his sub-
contractors and other agencies employed by him on the Work, obtain a valid
License under the Contract Labour (Regulation & Abolition) Act, 1970 and
shall duly and faithfully observe and comply with the provisions of the
Contract Labour (Regulation & Abolition) Central Rules 1971 and other
Central and State Act or Rules as amended from time to time and applicable
to the work, and shall duly, promptly and faithfully maintain and/or cause to be
maintained all records and facilities required to be maintained and/or provided
in terms thereof or any license granted thereunder.
8.2.3.0 The CONTRACTOR shall ensure that wages are paid by himself or by his
sub-contractors to their workmen directly without the intervention of any
Jamadars or Thekedars and that no amount by way of commission or
otherwise is deducted or recovered by the Jamadars from the wages of the
workmen.
8.2.4.0 The OWNER shall be entitled at all times to carry out any check(s) or
inspection(s) of the CONTRACTOR's facilities, records and accounts to
ensure that the provisions aforesaid are being observed by the
CONTRACTOR and the sub-contractors and that the workmen are not denied
the rights and benefits to which they are entitled under such provisions. Any
violation shall, without prejudice to any other rights or remedies available to
the OWNER, constitute a ground for termination of the Contract as though
specifically set forth under Clause 7.0.1.0 thereof.
8.2.5.0 Nothing in the Contract Documents stated shall anywise constitute any
workman/employee of the CONTRACTOR or any sub-contractor as or to be a
workman/employee of the OWNER, or place obligation or liability in respect
of any such workman/employee upon the OWNER.
8.2.6.0 The CONTRACTOR shall not employ in connection with the work, any person
below the prohibited age of employment.
8.2.7.0 The establishment of the CONTRACTOR and its sub-contractors shall be
duly registered under the Employees’ Provident Fund and Miscellaneous
Provisions Act, 1952 and the Employees’ State Insurance Act, 1948 and the
CONTRACTOR shall duly and timely pay and ensure payment by its sub-
contractors of contributions and its/their employees to the Authorities
prescribed under the said Acts and any schemes framed thereunder in
SECTION – 8 - MISCELLANEOUS Page 106 of 192
respect of all labour employed by it/them for the execution of the contract.
Copies of challans/receipt of such payments alongwith the list showing
persons employed together with emoluments paid for the purpose of P.F.
deductions shall be submitted to the OWNER before the end of every
calendar months. In case the Provident Fund Authority’s receipted challan
referred to above are not furnished, the OWNER shall deduct 5% (five
percent) of the payable amount from the CONTRACTOR’s running bill for
services and retain the same as a security for the payment of the Provident
Fund. Such retained amounts shall be released to the CONTRACTOR only
on production of challan/receipts of the Provident Fund Authority for the
period covered by the related deduction.
8.2.8.0 On receiving information of any breach, non-fulfillment and/or non-
observance by the CONTRACTOR and/or his sub-contractors and other
agencies engaged by him in connection with the Works or any of the
provisions or requirements of any of the Labour Laws, rules and regulations
and/or as to the inaccuracy of any of the returns or statements furnished by
the CONTRACTOR and/or his sub-contractors and/or any records or
accounts maintained by any of them with respect to which the OWNER as the
principal employer or otherwise can have a liability, the OWNER shall be
entitled to deduct from the bills and any amounts due or becoming due to the
CONTRACTOR, under this or other contract(s) with the CONTRACTOR, any
sum(s) required or estimated to be required, in its judgement which shall be
final and binding on the CONTRACTOR, for making good or compensating
for the liability or possible liability of the OWNER by reason of the said
breach, non-fulfillment or non-observance and/or inaccuracy aforesaid.
8.2.9.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from
and against all actions, claims, demands and liabilities whatsoever under and
in respect of the breach of any of the provisions hereof and/or against any
claim, action or demand by any workman/ employee of the CONTRACTOR or
any sub-contractor and/or from any liability anywise to any sub-contractor
under any law, rules or regulation having the force of law including (but not
limited to) claims against the OWNER under the Workmen's Compensation
Act 1923, the Employees’ Provident Funds and Miscellaneous Provisions Act
1952, the Employees’ State Insurance Act 1948 and/or the Contract Labour
(Abolition & Regulation) Act 1970 and/or the Child Labour (Prohibition
andRegulation Act, 1986.
8.2.10.0 The CONTRACTOR and his sub-contractors and agents
employed by him for and/or in the performance of the Works shall strictly
abide by and observe the provision of the "Contractors' Labour Regulations"
and the "Model Rules for Labour Welfare" as set out in Appendix I and
Appendix II to these General Conditions of Contract, which shall be
binding on the CONTRACTOR, his sub-contractors and agents.
8.2.10.1 In the event of an irreconcilable conflict between the provisions herein and
the provisions contained in the "Contractors' Labour Regulations" and/or the
"Model Rules of Labour Welfare" (as set out in Appendix I and Appendix II
hereto), the "Contractors' Labour Regulations" and "Model Rules for Labour
Welfare" shall prevail to the extent of the irreconcilable conflict.
8.2.10.2 In the event of irreconcilable conflict between the "Contractors' Labour
Regulations" and/or the "Model Rules for Labour Welfare" (set out in
Appendix I and Appendix II hereto) and any applicable law, rule or regulation,
the law, rule or regulation shall prevail over the "Contractors' Labour

SECTION – 8 - MISCELLANEOUS Page 107 of 192


Regulation" and/or the "Model Rules for Labour Welfare", as the case may
be, and shall be complied with.

8.3.0.0 RISK, ACCIDENT AND DAMAGE


8.3.1.0 The CONTRACTOR shall take due precaution to avoid damages to any
pipelines, Railway lines, roads, canals, cables, culverts, bridges, drains,
sewer, telegraph and telephone lines, water mains, dykes, poles, pillars,
fences, wires, supports and embankments and other underground or over
ground works, structural or constructions whatsoever and shall at his own
cost and initiative forthwith restore and repair any damage thereto the
satisfaction of OWNER and/or the person or authority concerned relative to
the line, pipe or other works, construction of installation as the case may be.
8.3.2.0 The CONTRACTOR shall be responsible at his own cost in and relative to
performance of the work(s) and contract to observe and to ensure
observance by his sub-contractor's agents and servants, of the provisions of
the safety code as hereinafter appearing and all fire, safety and security
instructions and regulations as may be prescribed by the OWNER, the
Central Government or any State Government, any Marine or Port Authority
or any other body or authority legally authorized to issue such instructions or
regulations, from time to time and such other precautions and measures as
shall be necessary, and shall employ/deploy all equipment necessary to
protect all works, materials, properties, structures, equipment, installations,
communications and facilities whatsoever from damage, loss or other hazard
whatsoever (including but not limited to fire, collision or explosion) and shall
during construction and other operations, minimize the disturbance and
inconvenience to the OWNER, shipping, transportation, the public and the
adjoining land and property of the OWNER and occupiers, and crops, trees
and vegetation.
8.3.3.0 The CONTRACTOR shall indemnify and keep indemnified the
OWNER from and against all losses and damages (including relative to any
gas, crude oil, refined products and other commodities lost) and costs,
charges and expenses and penalties, actions, claims, demands
and proceedings whatsoever suffered or incurred by or against the OWNER,
as the case may be, by virtue of any loss, alteration, displacement,
disturbance or destruction or accident to any vessel, works, material,
property, structure, equipment, installation, communication and facility and
land and property of the OWNER and occupiers and crops, trees and
vegetation as aforesaid, with the intent that the CONTRACTOR shall be
exclusively responsible for any accident, loss, damage, alteration,
displacement, disturbance or destruction as aforesaid directly or
indirectly from any breach by the CONTRACTOR of his obligations aforesaid
or upon any operation, act or omission of the CONTRACTOR, his Sub-
contractor(s) or his or their agent(s) or servant(s).

8.4.0.0 INDEMNITY AND INSURANCE


8.4.1.0 The CONTRACTOR shall at all times indemnify and keep indemnified the
OWNER and its officers, servants, agents from and against all third party
claims whatsoever (including but not limited to property loss and damage,
personal accident, injury or death of/or to property or person of any Sub-
contractor and/or the servants/agents of the CONTRACTOR or any Sub-
contractor(s) and/or the OWNER) arising out of any act or omission of the
CONTRACTOR and the CONTRACTOR shall at his own cost and initiative at
SECTION – 8 - MISCELLANEOUS Page 108 of 192
all times upto the successful conclusion of the defect liability period specified
in Clause 5.4.1.0 hereof take out and maintain all insurable liabilities under
this Clause, including but not limited to third party insurance and liabilities
under the Motor Vehicles Act, Worker’s Compensation Act, Fatal Accidents
Act, Personal Injuries Insurance Act, Emergency Risk Insurance Act and/or
other Industrial Legislation from time to time in force in India with Insurance
Company(ies) approved by the OWNER, and such policy(ies) shall be of not
lesser limit then the limits hereunder specified with reference to the matters
hereunder specified, namely.
(a) Workmen’s Compensation Insurance to the limit to which compensation
may be payable under the laws of the Republic of India.
(b) Third party Insurance for body injury and property damage to the limit of
not less than Rs. 10,00,000 (Rupees One Million only) in each accident
at each job site and to a limit of not less than Rs. 100,00,000 (Rupees
Ten Million only) for all accidents at all job sites. Provided that the limits
specified above shall operate only as a specification of minimum limits
for insurance purposes, but shall not anywise limit the CONTRACTOR’S
liability in terms of this clause or otherwise to the limit(s) specified.
8.4.1.1 Should the CONTRACTOR fail to take out and/or keep afoot insurance as
provided for in the foregoing clause the OWNER shall be entitled (but without
obligation to do so) to take out and/or keep afoot such insurance at the cost
and expense of the CONTRACTOR, and without prejudice to any other rights
or remedies of the OWNER in this behalf, to deduct the sum(s) incurred
therefore from any amounts howsoever becoming payable to the
CONTRACTOR.
8.4.2.0 In addition, the CONTRACTOR shall protect, defend, indemnify and hold the
OWNER harmless from and against:
(a) any and all losses arising directly or indirectly from or incurred by reason
of the acts or omissions of the CONTRACTOR, its Affiliates,
Subcontractors or Suppliers or any of their respective officers, directors,
employees, servants or agents in the performance of CONTRACTOR’s
obligations under this Contract, whether or not resulting from any defect
in or condition of the premises on which the Works are or are to be
performed, or any equipment thereon or any materials furnished by
OWNER including any losses arising from or in respect of or in
consequence of any illness, accident or injury to any employees,
directors, servants or agents of the CONTRACTOR, its affiliates, sub-
contractors or suppliers.
(b) any and all losses, arising directly or indirectly from or incurred by
reason of claims or sanctions or penalties imposed by any
Governmental Authorities or others for any actual or asserted failure by
the CONTRACTOR or its affiliates, sub-contractors or suppliers or any
of their respective officers, directors, employees, servants or agents to
comply with any applicable law or applicable consent(s), sanction(s)
and/or authorization(s) or with any rules or regulations applicable to it or
them or to obtain or maintain any such consent, sanction or
authorization.
(c) any and all losses, arising directly or indirectly from or incurred by
reason of any failure of CONTRACTOR or any sub-contractor or
supplier (i) to pay any taxes relating to income or any other taxes
required to be paid by such person (ii) to pay any amounts in respect of
taxes which are to be paid by such person in connection with the
SECTION – 8 - MISCELLANEOUS Page 109 of 192
performance of its obligations relating to this Contract or (iii) to file tax
returns as required by applicable laws or comply with reporting or filing
requirements under applicable law relating to taxes or (iv) arising
directly or indirectly from or incurred by reason of any misrepresentation
by or on behalf of such person to any competent authority in respect of
taxes (nothing in this clause shall restrict any person’s right to bonafide
contest the amount of any tax or other liability owed to a competent
authority provided such contest is bonafide and made in good faith); and
(d) any and all losses arising directly or indirectly from or incurred by reason
of hazardous materials introduced to the job site or works or any other
location by the CONTRACTOR, its affiliates, sub-contractors or
suppliers or its or their agents in or in connection with the performance
of the Contract.

8.5.0.0 EFFECTS OF INSURANCE


The obligations of CONTRACTOR to indemnify and hold harmless the
OWNER under the Contract shall not be limited or reduced to any insurance
provided pursuant to the Contract or otherwise, provided always that the
proceeds of any such insurance shall in the first instance be applied to meet
the obligations of the CONTRACTOR under the relative indemnity(ies).

8.6.0.0 LIMITATION OF LIABILITY


8.6.1.0 Except as otherwise specifically provided in the Contract, neither the OWNER
nor the CONTRACTOR shall be liable to the other for loss of production, loss
of profit or indirect /consequential loss or for or arising out of idleness or
extended stay or like damages suffered or incurred by such other party
because of any breach of contract, and each party hereby specifically waives
and disclaims any and all contrary rights.

8.6.2.0 a) Subject to Clause 8.6.1.0, the aggregate liability of the CONTRACTOR


to the OWNER (whether based on contract or tort, including
negligence and strict or absolute liability) arising out of or under this
Contract shall not exceed twenty percent (20%) of the Lumpsum Price
provided that no such limit shall apply in respect of:
(i) any liability pursuant to CONTRACTOR’s indemnity obligations
under the Contract; or
(ii) any loss resulting from fraud, intentional or willful misconduct
or illegal or unlawful acts or omissions of CONTRACTOR, its
affiliates or any sub-contractor or any supplier or any of its or
their respective officers, directors, employees, servants or
agents; or
(iii) any liability to rectify, repair, restore or replace any materials
and/or works or deficiencies therein in terms of the Contract;
(iv) any liability under clause 7.0.7.0. or Clause 7.0.9.0;
b) The aggregate liability of the CONTRACTOR to the OWNER under
Clause 7.0.9.0 shall not exceed 50% (fifty percent) of the Lumpsum
Price provided that no such limit shall apply in respect of
(i) Any liability pursuant to CONTRACTOR’s indemnity
obligations under Clauses 3.0.3.1 (i), 3.0.3.1 (vi), 3.0.8.3,
3.1.1.0 (b), 3.8.1.0, 4.9.4.0, 4.11.2.0, 6.3.2.0 (vi), 6.5.2.1 (v),

SECTION – 8 - MISCELLANEOUS Page 110 of 192


6,8,2,0 (ii), 8.1.1.0, 8.2.9.0, 8.3.3.0, 8.4.1.0, 8.4.2.0, 8.5.0.0,
8.9.2.0, 8.9.3.0, 8.12.1.1, 8.1481.0 & 8.18.2.0; or
(ii) Any loss resulting from fraud, intentional or willful misconduct
or illegal or unlawful acts or omissions of CONTRACTOR, its
affiliates or any sub-contractor or any supplier or any of its or
their respective officers, directors, employees, servants or
agents; or
(iii) Any liability to rectify, repair, restore or replace any materials
and/or works or deficiencies therein in terms of Clauses
5.0.5.0, 5.1.3.0, 5.1.5.0, 5.1.7.0, 5.2.4.0, 5.2.4.1, 5.3.4.1 (i),
5.4.1.0 (i), 5.4.2.0, 5.4.2.1, 5.4.3.0, 5.5.3.2 hereof and
Appendix-2 to the Special Conditions of Contract arising out of
any supply made or work done by the CONTRACTOR up to the
date of termination.
c) Provided always that any limitation of liability aforesaid shall exclude
any amounts recovered under any policy(ies) of insurance taken out
and/or maintained by the CONTRACTOR pursuant to the provisions of
the Contract.

8.7.0.0 TRAINING OF APPRENTICES


8.7.1.0 The CONTRACTOR shall if so required by law, himself engage and/or
procure engagement by his subcontractor(s) of such number of apprentices
and for such period as may be required in this behalf in accordance with the
provisions of the Apprentices Act, 1961 and any other act, rule and/or
regulation having the force of law, regulating upon the employment of
apprentices, and the CONTRACTOR shall be responsible at his own cost and
initiative and without entitlement to any extra compensation or remuneration
from the OWNER in this behalf, to fulfill all obligations of the employer under
the said Act, including liability for payment to apprentices as required
thereunder.

8.8.0.0 RECORDS AND INSPECTION


8.8.1.0 The CONTRACTOR shall if and when required by the
Engineer-in-Charge relative to the execution of the Contract produce or cause
to be produced before the Engineer-in-Charge or any other person
designated by the Engineer-in-Charge in this behalf, for examination,
any records and documents in the possession of the CONTRACTOR or
any subcontractor or subsidiary or associated firm or company or the
CONTRACTOR or any sub- CONTRACTOR, and/or copies or extracts
thereof and/or other information or returns relative thereto. Such returns
shall be verified in the manner prescribed by the Engineer-in-Charge or
other officer aforesaid designated in this behalf. The CONTRACTOR shall in
addition produce and/or caused to be produced before the Engineer-in-
Charge or any other person designated by the Engineer-in-Charge in this
behalf, for examination any vouchers, bills and orders etc. required for
verifying or ascertaining the cost of any material, labour, service or item or
thing, to calculate any monies payable under the Contract for which item rates
are not mutually agreed. The decision of the Engineer-in-Charge as to
whether any book, record, document, information or return is relevant for any
of the purpose aforesaid, shall be final and conclusive.

8.9.0.0 PATENTS AND ROYALTIES


SECTION – 8 - MISCELLANEOUS Page 111 of 192
8.9.1.0 The CONTRACTOR undertakes that all equipment, machinery, instruments
and materials used or supplied by the CONTRACTOR or methods or
processes practiced or employed by the CONTRACTOR in the works shall
not be covered by any third party patent, design or other rights, with the intent
that the OWNER shall be entitled to the unfettered use of and right to the
same and any subsequent works in which the same are incorporated without
any third party right, claim or entitlement.
8.9.2.0 If any equipment, machinery, instruments and/or materials, used or supplied
by the CONTRACTOR, or methods or processes practiced or employed by
the CONTRACTOR in the performance of this contract or resultant works,
is/are covered by a patent, design or other rights under which the
CONTRACTOR, is not licensed, the CONTRACTOR shall before supplying or
installing or using or employing or practicing the same obtain such license(s)
and pay such royalty(ies) and license fees as may be necessary in
connection with the performance of this contract. In the event that the
CONTRACTOR fails to pay such royalty or obtain such license, the
CONTRACTOR shall defend at its own expense, any suit for infringement of
patent, design or other right which is brought against the CONTRACTOR
and/or the OWNER as a result of the failure, and shall pay any damages and
costs awarded in such suit and shall keep the OWNER indemnified from and
against all other consequences thereof, including (but not limited to) the costs
incurred by the OWNER relative to such proceedings and in obtaining legal
advice or opinion(s) relative to such proceedings, and shall perform all
remedial and consequent works as shall be necessary, and the provision of
Clause 8.9.3.0 shall mutatis mutandis apply.
8.9.3.0 Forthwith upon the CONTRACTOR acquiring any knowledge or
information of any patent, design or information or other right in respect of
which a claim for infringement of patent, design or other right could be
brought involving any equipment, machinery, instrument or materials used or
supplied by the CONTRACTOR or methods or processes practiced or
employed by the CONTRACTOR in the performance of the contractual
works, the CONTRACTOR shall notify the OWNER in respect thereof and
shall, at its own cost and initiative take such steps as shall be necessary to
procure the relative rights or licenses, or compound the relative claims, and/or
shall at his own cost and initiative re-design, re-fabricate, re-supply, re-
place and/or install, as the case may by alternative systems and works
necessary to avoid such patent, design or other rights within the
CONTRACTOR’s scope of work and within the time for completion in this
behalf prescribed in the contract documents, without entitlement to any
additional remuneration in respect thereof, and the CONTRACTOR shall,
meanwhile, keep the OWNER indemnified from and against all
consequences and liabilities and losses, claims and damages whatsoever.
Excluded from the scope of this indemnity is any patent, design information
or other right arising out of work done or performed or materials supplied
strictly in accordance with the process design provided by the Process
Licensor within the exclusive scope of the Process Licensor.

8.10.0.0 ARTICLES OF VALUE FOUND


8.10.1.0 All gold, silver and other metals and minerals or ore of any kind or description
and all precious and semi-precious stones and bearing earth, rock or shale,
coins, treasures, treasure trove, bullion, antiques and other items and things
whatsoever which may be found under or upon the job site shall, between the
CONTRACTOR and the OWNER, be the exclusive property of the OWNER
SECTION – 8 - MISCELLANEOUS Page 112 of 192
and the CONTRACTOR shall, forthwith upon discovery thereof, notify the
OWNER of such discovery with the details of the item(s) or things discovered
and pending directions by the OWNER for disposal thereof shall hold and
preserve the same as trustee of the OWNER to the satisfaction of the
Engineer-in-Charge.

8.11.0.0 MATERIALS OBTAINED FROM DISMANTLING


8.11.1.0 Any materials obtained by the CONTRACTOR consequent upon dismantling-
mantling of any building, structure or construction upon the job site (not being
a temporary building, structure or construction erected by the CONTRACTOR
for the performance of the works by him ) shall be the exclusive property of
the OWNER.

8.12.0.0 LIENS AND LIABILITIES


8.12.1.1 If, at any time there is evidence of any item or claim for which the OWNER
might be or become liable and which in terms of the Contract or otherwise is
chargeable to or the liability of the CONTRACTOR, the OWNER shall have
the right to retain, out of any payment then due or thereafter becoming due to
the CONTRACTOR, an amount sufficient to completely indemnify the
OWNER against such lien or claim, and should the CONTRACTOR not
dispute such lien or claim and/or if such lien or claim be found to be valid, the
OWNER may pay and discharge the same and deduct the amount so paid
together with any legal and other costs, charges and expenses incurred by
the OWNER in defending any action and/or in obtaining legal advice or
opinion relative to the lien, claim or action, from any monies retained as
aforesaid and any monies then due or thereafter becoming due to the
CONTRACTOR, and if no monies have been retained and/or if the same be
insufficient to satisfy the payment(s) aforesaid, the CONTRACTOR shall on
demand pay to the OWNER the same, and failing such payment within 10
(ten ) days or demand by the OWNER in this behalf, shall be liable to pay
interest on the amount due from the date of demand up to and until the date
of payment in full at the State Bank of India lending rate applicable to the
OWNER plus 1% (one percent) per annum and the provisions hereof (insofar
as such notice shall be deemed to be necessary in addition to the contractual
provisions herein) shall be deemed to constitute a notice for the payment of
interest under the provisions of the Indian Interest Act, 1839.

8.13.0.0 COLLECTION OF INDEBTEDNESS


8.13.1.0 Without prejudice to any other rights or remedies of
the OWNER and in addition to any other provisions thereof, the OWNER
shall be entitled to deduct out of the Security Deposit or the proceeds of any
Bank Guarantee or any monies for the time being of the CONTRACTOR in
its hands and any payment then due or becoming due to the CONTRACTOR
on any account, any and all amounts claimed by the OWNER from the
CONTRACTOR arising out of or in connection with the Contract.
8.13.2.0 Where the OWNER makes any deduction pursuant to the provisions of
Clause 8.13.1.0 hereof, the OWNER shall furnish to the CONTRACTOR all
details of the deduction(s) with copies of the documents, if any, in support of
the deduction(s).

8.14.0.0 LIABILITIES OF SUB – CONTRACTOR (S)


SECTION – 8 - MISCELLANEOUS Page 113 of 192
8.14.1.0 Without prejudice to any other liabilities or obligations of the CONTRACTOR
relative to Sub-contractor(s) in terms hereof or otherwise, the CONTRACTOR
shall require every Sub-contractor to whom any portion of the work to be
performed under the contract has been sub-contracted, to comply with the
provisions of the Contract insofar as applicable to each Sub- contractor, and
the CONTRACTOR shall hold the OWNER harmless and indemnified, from
and against any and all penalties, actions, claims and demands and costs,
charges and expenses whatsoever arising out of or occasioned by failure of
the CONTRACTOR or any Sub-contractor(s) to fully and properly comply with
any of the terms and conditions of Contract.

8.15.0.0 CONFIDENTIAL HANDLING OF INFORMATION


8.15.1.0 The CONTRACTOR and his employees, agents and Sub-contractors and
employees and agents of the Sub-contractors shall treat as strictly
confidential and shall take all steps necessary to ensure confidential handling
of all maps, plans, charts, designs, drawings, photographs, data, reports,
tests, specifications, methods and other information developed or acquired by
the CONTRACTOR from or by means of the tender documents or any facility
extended to the CONTRACTOR pursuant thereto or the award or
performance of the contract or any of them or otherwise disclosed or made
available to the CONTRACTOR or any aforesaid persons and shall constitute
the intellectual property of the OWNER without prejudice to the generality of
the foregoing, the CONTRACTOR, its sub-contractor(s) and their respective
employees and agents shall not report, disclose or reproduce the same in any
book, article, speech or other publications, provided always that, the OWNER
may, upon application by the CONTRACTOR to the OWNER in this behalf,
permit report, disclosure or re-production of the same in any book, article,
speech or the publications if it is satisfied that this would not involve the
disclosure of any classified or other proprietary information which would not
be in the interest of public or security to disclose and/or which should not be
in breach of any obligation of confidentiality.
The information and documents pertaining to the CONTRACTOR and
furnished or submitted by CONTRACTOR to the OWNER as part of the
CONTRACTOR’s bid and marked as ‘Confidential’ shall be treated as
Confidential by the OWNER and shall be utilized by the OWNER or their
authorized representative(s) solely for the purpose of assessing the
CONTRACTOR’s capabilities and bid.

8.15.1.1 Application for such consent shall be submitted to the OWNER in writing
outlining the intended use of the relative material and shall be submitted to
the OWNER at least one month prior to the expected use accompanied by
the text of the relative publication in which it is sought to be used.
Photographs should be accompanied by their caption. An application shall not
be understood to have been permitted unless expressly permitted in writing
by the OWNER.

8.16.0.0 WAIVER
8.16.1.0 It shall always be open to the OWNER, by written communication to the
CONTRACTOR, to waive in whole or part any right or the enforcement of any
right or remedy which the OWNER may have against the CONTRACTOR or
of any obligations which the CONTRACTOR may have hereunder, provided
always that :
SECTION – 8 - MISCELLANEOUS Page 114 of 192
i) No waiver shall be presumed or inferred unless made in a written
communication addressed by the OWNER to the CONTRACTOR and
specifically communicated as a Waiver;
ii) No waiver of any right or part of any right on one occasion shall be
deemed to be a waiver or abandonment of that right for all occasions with
the intent that a waiver once given shall be limited to the specific waiver
and shall be without prejudice to the right of the OWNER to insist upon
the strict adherence of the attendant obligations of the CONTRACTOR
and/or the future enforcement of the right by the OWNER in respect of the
same and/or any other dependent obligation.
8.17.0.0 CONTRACTOR'S ESTABLISHMENT
8.17.1.0 It is understood that the establishment of the CONTRACTOR (and any Sub-
contractor engaged by the CONTRACTOR) constitutes an independent
establishment involved inter alia in undertaking works and/or services for
others of the nature and kind forming the subject matter of the Contract. It is
consequently understood that all the employees of the CONTRACTOR (and
any Sub-contractor engaged by the CONTRACTOR) are the employees of
the independent establishment of the CONTRACTOR or Sub-contractor (as
the case may be) who have been and will be appointed solely for and/or with
reference to the work of that establishment, and have not been and will not be
appointed specifically or otherwise for the sole purpose of the work covered
by the present Contract. To this end, each CONTRACTOR (and Sub-
contractor engaged by the CONTRACTOR) shall issue to each of its
employees deputed to the job-site to perform any work in relation to the
Contract, a regular letter of appointment for employment in the
CONTRACTOR's/ Sub-contractor's independent establishment, with authority
in the CONTRACTOR/ Sub-contractor to employ or depute him for or in
relation to any work or engagement assumed by the CONTRACTOR/Sub-
contractor from time to time in the course of its business and the production of
a certified copy of each letter of appointment duly acknowledged by the
concerned employee shall be a pre-condition for the issue of a Gate Pass to
any employee of the CONTRACTOR/Sub-contractor into any area, the entry
to which is restricted by the OWNER.

8.18.0.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND


ENVIRONMENTAL PROTECTION.
8.18.1.0 The CONTRACTOR shall ensure that its servants and agents and sub-
contractors and their servants and agents shall duly comply with all
environmental laws, rules and regulations and the conditions of any permit,
permission, consent and/or no-objection granted in this behalf by any
authority with respect to or concerning the work, and shall independently so
organize and conduct its operations and cause its sub-contractors to so
organize and conduct their operations as not to cause any hazard or
pollution to health, life, property or environment including (but not limited to)
discharge of any noxious substance or effluent into the atmosphere or into
the earth or into any drain, canal, stream, river, pond, lake or other water
body.
8.18.2.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from
and against the breach, non-observance, infraction or dereliction of any of the
provisions of Clause 8.15.1.0 hereof, and against any and all claims, actions
or proceedings, prosecutions and liabilities, and losses and damages, and
costs (including legal costs), charges and expenses whatsoever suffered or
incurred or instituted against the OWNER as the case may be.
SECTION – 8 - MISCELLANEOUS Page 115 of 192
8.19.0.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES
8.19.1.0 Within 30 days of execution of the Contract Agreement, the
CONTRACTOR shall, insofar as necessary, register itself and the Contract at
its own cost with the Reserve Bank of India, Income Tax, Sales Tax, Excise
and other statutory authorities as required under the rules and regulations
governing in India. A copy of all documents related to all such registrations
shall be submitted to the OWNER for record.
8.19.2.0 Immediately after notification of the Letter of Acceptance, the
CONTRACTOR shall, in so far as necessary obtain permission for opening of
office(s) in India from the Reserve Bank of India.

8.20.0.0 STATUTORY APPROVALS


8.20.1.0 Unless otherwise specified, it shall be the CONTRACTOR's sole responsibility
to obtain all approvals from any authority (except for environment clearance)
required under any statute, rule or regulation of the Central or State
Government concerned with the performance of the Contract and/or the
contractual Work. The application on behalf of the OWNER for submission to
relevant authorities alongwith copies of required certificates complete in all
respects shall be prepared and submitted by the CONTRACTOR well ahead
of time so that the actual construction/commissioning of the works is not
delayed for want of the approval/inspection by the concerned authorities.
The CONTRACTOR shall arrange for the inspection of the works by
the authorities and will undertake necessary coordination and liaison required
and shall not be entitled to any extension of time for any delay in obtaining
such approvals.
8.20.2.0 Any deficiency(ies) as pointed out by any such authority shall be rectified by
the CONTRACTOR within the scope of relative supply and/or Work at
no extra cost to the OWNER. The inspection and acceptance of the Works
by such authorities shall, however, not absolve the CONTRACTOR from
any of its responsibilities under this Contract.
8.20.3.0 Statutory Approval of Oil Industry Safety Director (OISD) is also required to
be taken by the CONTRACTOR and any deficiency(ies) as pointed out by
Internal and External audit team of OISD shall be rectified by the
CONTRACTOR within the scope of relative supply and/or Work at no extra
cost to the OWNER.
8.20.4.0 No extension of time shall be granted for meeting the requirement and/or
obtaining approval of statutory authorities.

8.21.0.0 RENTS & ROYALTIES


8.21.1.0 Unless otherwise specified, the CONTRACTOR shall pay all tonnage and
other royalties, rents and other payments or compensation (if any) for getting
stone, sand, gravel, clay, bricks or other materials required for the works or
any temporary works and the price quoted shall be deemed to be inclusive of
such payment.

8.22.0.0 UTLISATION OF LOCAL RESOURCES


8.22.1.0 The CONTRACTOR shall ascertain the availability of local sub-Contractor’s
and skilled/ unskilled manpower and engage them to the extent possible for
performance of the works.

SECTION – 8 - MISCELLANEOUS Page 116 of 192


8.22.2.0 The CONTRACTOR shall not recruit personnel of any category from among
those who are already employed by the other agencies working at the site,
but shall make maximum use of local labour available.

8.23.0.0 FUEL REQUIREMENT OF WORKERS


8.23.1.0 The CONTRACTOR and its sub-contractor(s) shall be responsible to arrange
for the fuel requirement of its workers and staff without resorting to cutting of
trees and shrubs. Cutting of trees and shrubs is strictly prohibited for this
purpose.

*******************************

SECTION – 8 - MISCELLANEOUS Page 117 of 192


SECTION – 9
ARBITRATION

9.0.0.0 ARBITRATION
9.0.1.0 Subject to the provisions of Clauses 6.7.1.0, 6.7.2.0 and 9.0.2.0 hereof, any dispute
arising out of a Notified Claim of the CONTRACTOR included in the Final Bill of the
CONTRACTOR in accordance with the provisions of Clause 6.6.3.0 hereof, and any
dispute arising out of any claim(s) of the OWNER against the CONTRACTOR shall
be referred to the arbitration of a Sole Arbitrator selected in accordance with the
provisions of Clause 9.0.1.1 hereof. It is specifically agreed that the OWNER may
prefer its claim(s) against the CONTRACTOR as counter-claim(s) if a Notified Claim
of the CONTRACTOR has been referred to arbitration. The CONTRACTOR shall
not, however, be entitled to raise as a set-off, defence or counter-claim any claim
which is not a Notified Claim included in the CONTRACTOR's Final Bill in
accordance with the provisions of Clause 6.6.3.0 hereof.
9.0.1.1 The Sole Arbitrator referred to in Clause 9.0.1.0 hereof shall be selected by the
CONTRACTOR out of a panel of 3 (three) persons nominated by the OWNER for
the purpose of such selection, and should the CONTRACTOR fail to select an
arbitrator within 30 (thirty) days of the panel of names of such nominees being
furnished by the OWNER for the purpose, the Sole Arbitrator shall be selected by
the OWNER out of the said panel.
9.0.1.2 If a dispute arises with reference to any of the matters referred to in Paragraphs (i)
and/or (ii) of Clause 9.0.2.0 hereof before the appointment of the sole Arbitrator
under this clause, such dispute shall be referred for decision of the General Manager
under Clause 9.0.2.0 hereof and the appointment of the sole Arbitrator under this
Clause shall be subject to and without prejudice to Clause 9.0.2.0 and the sole
Arbitrator so appointed shall refrain from proceeding in the arbitration so far as
concerns any such disputed matter until the decision of the General Manager or his
nominee is rendered under Clause 9.0.2.0 in respect thereof. If a dispute with
respect to any of the said matters arises after a statement of claim is filed during the
course of the arbitration proceedings commenced under Clause 9.0.1.0 with respect
to any of the said matters, the Arbitrator shall forthwith refrain from proceeding
further in the arbitration so far as concerns any such disputed matters until the
decision of the General Manager or his nominee under Clause 9.0.2.0 is rendered,
and if necessary, the Arbitrator so appointed under this Clause shall direct the
parties before him for the purpose to make reference of such dispute(s) to the
General Manager or his nominee under Clause 9.0.2.0.
9.0.2.0 Any dispute(s) or difference(s) with respect to or concerning or relating to any of the
following matters are hereby specifically excluded from the scope, purview and ambit
of the Arbitration Agreement embodied in Clause 9.0.1.0 with the intention that any
dispute or difference with respect to any of the said following matters and/or relating
to the Arbitrator's or Arbitral Tribunal's jurisdiction with respect thereto shall not and
cannot form the subject- matter of any reference or submission to arbitration under
Clause 9.0.1.0, and the Arbitrator or the Arbitral Tribunal shall have no jurisdiction to
entertain the same or to render any decision with respect thereto, and such matter
shall be referred to the General Manager for decision by the General Manager or his
nominee and shall be decided by the General Manager or his nominee, as the case
may be (whose decision shall be final and binding on the OWNER and the
CONTRACTOR) prior to the Arbitrator appointed under Clause 9.0.1.0 proceeding
with or proceeding further with the reference, as the case may be. The said excluded
matters are:

SECTION – 8 - MISCELLANEOUS Page 118 of 192


(i) Whether or not a Claim sought to be referred to arbitration by the
CONTRACTOR under Clause 9.0.1.0 is a Notified Claim;
(ii) Whether or not a Notified Claim is included in the CONTRACTOR's Final Bill in
accordance with the provisions of Clause 6.6.3.0 hereof.
9.0.2.1 The General Manager or his nominee shall act as a persona designate or expert and
not as an arbitrator and the provisions of the Indian Arbitration and Conciliation Act,
1996 or any law governing arbitration shall not apply to proceedings before the
General Manager.
9.0.2.2 The General Manager shall render his decision on the basis of the material placed
before him either by the OWNER or by the CONTRACTOR, and if the
CONTRACTOR fails to place material before him, the General Manager shall
assume that the CONTRACTOR has no material to place and may render his
decision accordingly.
9.0.3.0 The provisions of the Indian Arbitration & Conciliation Act, 1996 and any re-
enactment(s) and/or modification(s) thereof and of the Rules framed there under
shall apply to arbitration proceedings pursuant hereto subject to the following
conditions:
(a) The Arbitrator shall give his Award separately in respect of each Claim and /or
Counter-Claim as the case may be; and
(b) The Arbitrator shall not be entitled to review any decision, opinion or
determination (howsoever expressed) which is stated to be final and/or binding
on the CONTRACTOR in terms of the Contract Documents.
(c) Any procedure applicable to the arbitration shall be subject to the provisions of
Clauses 9.0.1.0 and 9.0.2.0 hereof.
9.0.4.0 The venue of the arbitration under Clause 9.0.1.0 shall be New Delhi, provided that
the Arbitrator may with the consent of the OWNER and the CONTRACTOR agree
upon any other venue, while the proceedings under Clause 9.0.2.0 shall be at the
place where the General Manager is located, provided that the General Manager
may with the consent of the Contractor agree upon any other venue.
9.1.0.0 CONCILIATION
9.1.1.0 At any time prior to or during arbitration of any arbitrable dispute(s) pursuant to
Clause 9.0.1.0, the CONTRACTOR may seek resort to the Conciliation Machinery
under the Indian Oil Conciliation Rules, 2014 as amended and/or re-enacted from
time to time. The proposal for conciliation shall be made to the General Manager.
9.1.2.0 The said Rules are available on the OWNER’s website.

9.2.0.0 GENERAL
9.2.1.0 Notwithstanding the existence of any arbitration or conciliation in terms hereof or
otherwise, the CONTRACTOR shall continue and be bound to continue and perform
all its/ his outstanding obligations in all respects under the Contract (unless the
Contract is determined by the OWNER), and the CONTRACTOR shall remain liable
and bound in all respects under the Contract.
9.2.2.0 The provisions of this Section 9 shall apply for the resolution of disputes between the
OWNER and the CONTRACTOR irrespective of whether the CONTRACTOR is a
foreign entity or an Indian entity, or whether the CONTRACTOR is an undertaking in
public sector or the private sector.
*******************************
SECTION – 8 - MISCELLANEOUS Page 119 of 192
SECTION – 10
SAFETY CODE AND REGULATIONS

10.0.0.0 GENERAL
10.0.1.0 The CONTRACTOR shall adhere to safe construction practices and guard
against hazardous and unsafe working conditions and shall comply with the
OWNER's safety rules as set forth herein.
10.0.2.0 In addition, the CONTRACTOR shall adhere to and be bound by the "Safety
Practices During Construction" (OISD-GDN-192) formulated by the Oil
Industry Safety Directorate from time to time. A copy of the existing "Safety
Practices During Construction" as presently formulated by the Oil Industry
Safety Directorate is annexed hereto as Appendix III.
10.0.3.0 In the event of any irreconcilable conflict between the “Safety Practices
During Construction” prescribed by the Oil Industry Safety Directorate and the
Safety provisions set out herein, the "Safety Practices During Construction"
established by the Oil Industry Safety Directorate shall prevail to the extent of
the irreconcilable conflict.
10.0.4.0 In this Section any reference to the Refinery shall wherever applicable include
any existing Plant, Unit or Installation (other than a Refinery) in or adjacent to
which the job site or any part thereof is located.

10.1.0.0 FIRST AID AND INDUSTRIAL INJURIES


10.1.1.0 The CONTRACTOR shall maintain first aid facilities for its employees and
those of its sub-contractors.
10.1.2.0 The CONTRACTOR shall make outside arrangements for ambulance service
and for the treatment of industrial injuries. Names of those providing these
services shall be furnished to the Engineer-in-Charge prior to start of
construction, and their telephone numbers shall be prominently posted in
CONTRACTOR's field office.
10.1.3.0 All critical industrial injuries shall be reported promptly to the Engineer-in-
charge, and a copy of CONTRACTOR's report covering each personal injury
requiring the attention of a physician shall be furnished to the OWNER.

10.2.0.0 GENERAL RULES


10.2.1.0 Carrying/Striking of matches, lighters inside the Refinery area, smoking within
the refinery, tank, farm, or dock limits are strictly prohibited. Violators of the
"No Smoking" rules shall be discharged immediately. Within the operation
area, no hot work shall be permitted without valid gas safety/fire permits. The
CONTRACTOR shall be held liable and responsible for all lapses of his sub-
contractors/employees in this regard.

10.3.0.0 CONTRACTOR'S BARRICADES


10.3.1.0 The CONTRACTOR shall erect and maintain barricades required in
connection with his operation to guard or protect :
(i) Excavation
(ii) Hoisting areas
(iii) Areas adjudged hazardous by the CONTRACTOR's or the OWNER's
inspectors.
SECTION – 9 - ARBITRATION Page 120 of 192
(iv) OWNER's existing property liable to damage by CONTRACTOR's
operations, in the opinion of Engineer-in-Charge.
(v) Railroad unloading spots.
10.3.2.0 The CONTRACTOR's employees and those of its sub-contractors shall
become acquainted with the OWNER's barricading practices and shall
respect the provisions thereof.
10.3.3.0 Barricades and hazardous areas adjacent to but not located in normal routes
of travel shall be marked by red flasher lanterns at nights.

10.4.0.0 SCAFFOLDING
10.4.1.0 Suitable scaffolding shall be provided for workmen for all works that cannot
safely be done from the ground or from solid construction except such short
period work as can be done safely from ladders. When a ladder is used, an
extra person shall be engaged for holding the ladder and if the ladder is used
for carrying materials as well, suitable footholds and handholds shall be
provided on the ladder and the ladder shall be given an inclination not steeper
than 1 in 4 (1 horizontal 4 vertical)
10.4.2.0 Scaffolding or staging more than 12' above the ground floor, swung or
suspended from an overhead support or erected with stationary support shall
have a guard rail properly attached, bolted, braced and otherwise rewinded at
least 3' high above the floor or platform of scaffolding or staging and
extending along the entire length of the outside and ends thereof with only
such openings as may be necessary for the delivery of materials. Such
scaffolding or staging shall be so fastened as to prevent it from swaying from
the building or structure.
10.4.3.0 Working platforms, gangways and stairways should be so constructed that
they should not sag unduly or unequally and if the height of the platform or
the gangway or the stairway is more than 12' above ground level or floor
level, they should be closely boarded, should have adequate width and
should be suitably fastened as described in Clause 10.4.2.0 above.
10.4.4.0 Every opening in the floor of a building or in a working platform shall be
provided with suitable fencing or railing whose minimum height shall be 3 feet
to prevent the fall of persons or materials by providing.
10.4.5.0 Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single
ladder shall be over 30' in length while the width between the side rails in rung
ladder shall in no case be less than 11.5" for ladder up to and including 10' in
length. For longer ladders this width would be increased by at least ¼'' for
each additional foot of length. Uniform step spacing shall not exceed 12''.
Adequate precautions shall be taken to prevent danger from electrical
equipment. No materials on any site of work shall be so stacked or placed as
to cause danger or inconvenience to any person or public. The
CONTRACTOR shall also provide all necessary fencing and lights to protect
the workers and staff from accidents, and shall be bound to bear the
expenses of defence of every suit, action or other proceedings, that may be
brought by any person for injury sustained owing to neglect of the above
precautions and to pay damages and costs which may be awarded in any
such suit or action or proceedings to such person, or which may with the
consent of the CONTRACTOR be paid to compromise any claim by any
person.

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 121 of 192


10.5.0.0 EXCAVATION AND TRENCHING
10.5.1.0 All trenches 4’ or more in depth, shall at all times be supplied with at least one
ladder for each 100' length or fraction thereof.
10.5.2.0 The Ladder shall be extended from bottom of the trench to at least 3' 3’’
above the surface of the ground. The site of the trenches which is 5’ or more
in depth shall be stepped back to give suitable slope, or securely held by
timber bracing, so as to avoid the danger of sides to collapse. The excavated
material shall not be placed within 5’ of the edge of the trench or half of trench
depth whichever is more. Cutting shall be done from top to bottom. Under no
circumstances shall undermining or undercutting be done.

10.6.0.0 DEMOLITION
10.6.1.0 Before any demolition work is commenced and also during the process of
such work all roads and open areas adjacent to the work site shall either be
closed or suitably protected.
10.6.2.0 No electric cable or apparatus which is liable to be a source of danger over a
cable or apparatus used by the operator shall remain electrically charged.
10.6.3.0 All practical steps shall be taken to prevent danger to persons employed, from
risk of fire or explosion or flooding. No floor, or other part of the building shall
be so overloaded with debris or material as to render it unsafe.

10.7.0.0 SAFETY EQUIPMENT


10.7.1.0 All necessary personal safety equipment as considered adequate by the
Engineer-in-charge should be made available for the use to the persons
employed on the site and maintained in a condition suitable for immediate
use, and the CONTRACTOR should take adequate steps to ensure proper
use of equipment by those concerned.
10.7.2.0 Workers employed on mixing asphaltic materials, cement and lime mortars
shall be provided with protective footwear and protective gloves.
10.7.3.0 Those engaged in white washing and mixing or stacking of cement bags or
any materials which are injurious to the eyes shall be provided with protective
goggles.
10.7.4.0 Those engaged in welding and cutting works shall be provided with protective
face and eyeshields, and gloves, etc.
10.7.5.0 Stone breakers shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
10.7.6.0 When workers are employed in sewers and manholes, which are in use, the
CONTRACTOR shall ensure that the manhole covers are opened and are
ventilated at least for an hour before the workers are allowed to get into the
manholes, and the manholes so opened shall be cordoned off with suitable
railing and provided with warning signals or boards to prevent accident.
10.7.7.0 The CONTRACTOR shall not employ men below the age of 18 years and
women on the work of painting or products containing lead in any form.
Wherever men above the age of 18 years are employed on the work of lead
painting, the following precautions should be taken:

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 122 of 192


10.7.7.1 No paint containing lead product shall be used except in the form of paste or
readymade paint.
10.7.7.2 Suitable face masks shall be supplied for use by the workers when paint is
applied in the form of spray or if a surface having lead paint dry rubbed and
scrapped.
10.7.7.3 Overalls shall be supplied by the CONTRACTOR to workmen and adequate
facilities shall be provided to enable the working painters to wash during and
on cessation of work.

10.8.0.0 RISKY PLACES


10.8.1.0 When the work is done near any place where there is a risk of drowning, all
necessary safety equipments shall be provided and kept ready for use and all
necessary steps taken for prompt rescue of any person in danger and
adequate provision should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.

10.9.0.0 HOISTING EQUIPMENT


10.9.1.0 Use of hoisting machines and tackle including their attachments, anchorage
and supports shall conform to the following standards or conditions:
10.9.1.1 These shall be of good mechanical construction, sound materials and
adequate strength and free from patent defect and shall be kept in good
condition and in good working order.
10.9.1.2 Every rope used in hoisting or lowering materials or as a means of
suspension shall be of durable quality and adequate strength and free from
patent defects.
10.9.1.3 Every crane driver or hoisting appliance operator shall be properly qualified
and no person under the age of 21years should be in charge of any hoisting
machine including any scaffolding winch or to give signals to the operator.
10.9.1.4 In case of every hoisting machine and of every chain, ring, hook, shackle,
swivel and pulley block used in hoisting or lowering or as a means of
suspension, the safe working load shall be ascertained by adequate means.
Every hoisting machine and all gear referred to above shall be plainly marked
with the safe working load and the condition under which it is applicable shall
be clearly indicated. No part of any machine or any gear referred to above in
this paragraph shall be loaded beyond the safe working load except for the
purpose of testing.
10.9.1.5 In case of departmental machines, the safe working load shall be notified by
the Engineer-in-Charge. As regards CONTRACTOR's machines, the
CONTRACTOR shall notify the safe working load of the machine to the
Engineer-in-charge, whenever he brings any machinery to site of work and
get it verified by the Engineer-in-charge concerned.

10.10.0.0 ELECTRICAL EQUIPMENT


10.10.1.0 Motor, Gearing, Transmission, wiring and other dangerous parts of hoisting
appliances shall be provided with efficient safeguards. Hoisting appliances
should be provided with such means as will reduce to the minimum, the risk
of accidental descent of the load. Adequate precautions shall be taken to
reduce to the minimum the risk of any part of a suspended load becoming

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 123 of 192


accidentally displaced. When workers are employed on electrical installations
which are already energised, insulating mats, wearing apparel, such as
gloves and boots as may be necessary shall be provided. The workers shall
not wear any rings, watches and carry keys or other materials which are good
conductors of electricity.

10.11.0.0 MAINTENANCE OF SAFEY DEVICES


10.11.1.0 All scaffolds, ladders and other safety devices mentioned or described herein
shall be maintained in safe conditions and no scaffold, ladder or equipment
shall be altered or removed while it is in use. Adequate washing facilities
should be provided at or near the place of work.

10.12.0.0 DISPLAY OF SAFETY INSTRUCTIONS


10.12.1.0 These safety provisions should be brought to the notice of all concerned by
display on a notice board at a prominent place at the job site. The person
responsible for compliance of the safety code shall be named therein by the
CONTRACTOR.

10.13.0.0 ENFORCEMENT OF SAFETY REGULATIONS


10.13.1.0 To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangements made by the CONTRACTOR shall be open to
inspection by the Welfare Officer, Engineer-in-charge or Safety Engineer of
the OWNER or their representatives.

10.14.0.0 NO EXEMPTION
10.14.1.0 Notwithstanding anything provided in Clauses 10.0.0.0 to 10.13.0.0, the
CONTRACTOR shall be bound by the provisions of any other Act or rules in
force in the Republic of India, with a view that the provisions hereof shall be in
addition thereto and not in lieu thereof.
10.14.2.0 The works throughout including any temporary works shall be carried on in
such a manner as not to interfere in any way whatsoever with the traffic on
any roads or footpaths at the site or in the vicinity thereof or with any existing
works whether the property of the OWNER or of a third party.
10.14.3.0 In addition to the above, the CONTRACTOR shall abide by the safety code
provision as per CPWD Safety Code framed from time to time.
10.14.4.0 The CONTRACTOR shall also arrange to obtain valid gate passes for his
men and equipment from the concerned authorities of the Refinery/Project
10.14.5.0 No man/material/equipment not covered by valid passes shall be permitted
within the Refinery/ Project area and no material/equipment shall be permitted
to be taken out of the Refinery/Project area, unless authorised by the
concerned authorities of the Refinery/Project. The CONTRACTOR shall be
held fully responsible for any or all delays/ losses/ damages that may result
consequent on any lapse(s) that may occur on the part of his sub-
contractors/employees in this regard.

10.15.0.0 ENTRY PASSES


10.15.1.0 The CONTRACTOR has to apply for photo Entry Passes for his workers and
staff and the workers and staff of his sub-Contractors in a prescribed
SECTION – 10 - SAFETY CODE AND REGULATIONS Page 124 of 192
proforma provided by the OWNER. The Application shall be accompanied by
a Statement and Declaration in the form prescribed by the OWNER signed by
the employees for whom the Entry Passes are sought and confirmed by the
employer. The photo Entry Passes shall be issued by the OWNER for a
maximum period of 3 (three) months, which will be extendable upon the
CONTRACTOR's application. As a special case, Temporary Passes may be
issued for a maximum period of 7 (seven) days.
10.15.2.0 Unutilized/expired Entry Passes/Identity Cards shall have to be immediately
surrendered to the OWNER.
10.15.3.0 In case of the loss of an Entry Pass/Identity Card, the CONTRACTOR shall
immediately lodge an FIR with the local police station and inform the
Engineer-in-Charge of the loss and shall pay a charge of Rs.150/- against
Entry Pass/Identity Card lost. The CONTRACTOR is required to keep an
account and track of all Entry Passes issued and surrendered.
Gate Passes/Identity Cards issued by the Security Section should always be
displayed by the CONTRACTOR’s or Sub-contractor’s employees while
working inside the Plant.

10.16.0.0 GATE PASSES


10.16.1.0 To bring materials, equipment, tools and tackle and other things inside the
Refinery for construction Work, the CONTRACTOR has to produce proper
documents of title or authority relative thereto for inspection by the OWNER's
personnel at the gate. These shall be checked thoroughly by the OWNER's
personnel at the Gate and recorded in their Register before permitting the
same to be brought inside the Refinery limits. It is the CONTRACTOR's
responsibility to see that the entry is duly recorded in the Register with proper
Entry Number, date and signature of OWNER's authorised representative and
that the supporting challans/documents are stamped and signed by the
OWNER's personnel at the gate at the time of entry.
10.16.2.0 Those materials which need repairing/ replacement as per site condition will
be allowed to move beyond OWNER’s battery limit only after exchange of
good equivalent material.

10.17.0.0 WORK PERMIT


10.17.1.0 In order to keep the OWNER informed of the various jobs being undertaken
within the Refinery and to enable the OWNER to regulate the same to ensure
the observance of safety regulations relative thereto, when Work is to be
carried out in hazardous areas, a Hot Work Permit is to be obtained by the
CONTRACTOR from the OWNER before start of Work on jobs which are
capable of generating a flame, spark or heat e.g., gas cutting, grinding,
welding, use of any electrical, diesel, petrol or battery operated prime mover,
machine, tool or equipment or generator set, mixer machine, drilling machine,
pump, crane, fork lift or hand truck or trailer or chipping or breaking of rocks
or concrete or hacksaw cutting and drilling. Similarly the CONTRACTOR
shallobtain a Cold Work Permit from the OWNER for jobs which do not
come under the category of hot work and in respect of which there is no risk
of fire, e.g., transportation, backfilling of ordinary soil by manual process, pile
testing, hydrotesting, shuttering, fixing of reinforcement, hand mixed
concreting, plastering and brickwork.

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 125 of 192


10.17.2.0 Depending on the nature of the Work and the equipments and tools involved,
the CONTRACTOR shall apply for Cold/Hot Permit in a prescribed format at
least 7(seven) days before the Work is planned to start. No Work Permit shall
be issued by the OWNER unless proper arrangement is made by the
CONTRACTOR to ensure safe performance of the Work inside the Refinery
limit. Job-wise and area-wise permits shall be issued to the CONTRACTOR
and for Work against each permit the CONTRACTOR shall post at site at least
one Construction Supervisor and one Safety Supervisor of required level to
ensure the due observance of all safety requirements.

10.18.0.0 VEHICLE PERMIT


10.18.1.0 Permits are to be obtained separately for entry/use of vehicles/trailers and
other mobile equipment inside the Refinery limits. All the CONTRACTOR’s
vehicles should have a valid ‘PUC Certificate’. The following requirements are
to be met to obtain vehicle permit :
i. Vehicle/Equipment shall be in good condition and fitted with spark
arrestor.
ii. Vehicles should carry, wherever applicable, valid Road Tax Certificate
and Fitness Certificate from the Competent authority and insurance
policy.
iii. Valid operating/driving license of driver/operator.

10.18.2.0 VALIDITY OF THE PERMIT


(i) Any Hot or Cold Work Permit issued is valid only for 24 hours.
(ii) Thereafter the validity of the Permit must be renewed for each shift
(morning & evening) by the shift in-charge/ shift representative of the
OWNER.
(iii) The permit may be renewed for a maximum period of one month from
the date of issue and if extension is required, the CONTRACTOR has to
apply for a fresh permit.
(iv) A permit is not valid for Work on holidays unless special permission of
the OWNER is obtained for the purpose.

10.19.0.0 SPECIAL SAFETY REGULATIONS


10.19.1.0 REGARDING WORK PERMIT
10.19.1.1 The Work shall be carried out inside the Refinery limits to
conform to the OWNER's safety section and in accordance with any
instructions of the Engineer-in-Charge issued from time to time. Sometimes
working hours may be drastically reduced or increased to satisfy safety
requirements and the CONTRACTOR shall meet these requirements without
any time and cost implications. No claim for idling of machinery, plant,
manpower or equipment shall be entertained for reason of delay in the issue
of a Work Permit and it shall be the exclusive responsibility of the
CONTRACTOR to apply for, pursue and obtain the requisite Work Permit(s)
well in advance of the relative requirement(s).
10.19.1.2 The CONTRACTOR shall abide by all safety regulations of the Plant and
ensure that safety equipment for specific jobs as stipulated in the Factories
Act Safety Handbook is issued to all employees during the execution of Work,
failing which all the works at site shall be suspended.
SECTION – 10 - SAFETY CODE AND REGULATIONS Page 126 of 192
10.19.1.3 HSE specifications, OISD and other requirements shall be followed in totality.

10.19.2.0 REGARDING HOT WORK


10.19.2.1 When doing hot work inside the plant, the CONTRACTOR must ensure that
the fire hose is hooked up with the fire water system and extended to the
work site. In addition, at least one fire extinguisher must be kept near the
working spot. The area around and below the place of hot work must be
adequately protected from sparks and hot metals by a booth made of
asbestos cloth/sheet and by wetting with water. In addition, depending on the
location and hazard of the work, the CONTRACTOR shall at its own cost
arrange sufficient number of additional fire hoses and such fire fighting
equipment of approved quality as may be required to carry out hot job inside
the plant.
10.19.2.2 Welding & electrical cables should be of approved quality and no jointing or
loose connection shall be permitted.
10.19.2.3 At the end of the working day the CONTRACTOR must inform the electrical
section to switch off power at sub-station end.
10.19.2.4 The CONTRACTOR must provide cotton clothes, safety shoes, safety helmet,
safety belt, and hand gloves of approved quality to his workers to meet the
safety requirement of various jobs to be carried out inside the Plant.

10.19.3.0 REGARDING USE OF VEHICLE


10.19.3.1 Vehicle must not ply on any road within the Refinery limit at a speed
exceeding 20 KM/hr.
10.19.3.2 Mobile cranes, loaded trucks and trailers must not exceed the speed limit of
15 KM/hr inside the plant.
10.19.3.3 No crane is allowed to move inside the plant with load.
10.19.3.4 No vehicle is allowed to be parked inside the plant.
10.19.3.5 Limited number of vehicles will be permitted inside the battery area due to
security reasons.

10.20.0.0 DEDUCTIONS FROM LUMPSUM PRICE


10.20.1.0 In addition to price reduction and deductions as provided for, the OWNER
shall be entitled to deduct from any payment due to the CONTRACTOR, any
amount claimed by the OWNER under the Contract and any costs, damages
or expenses for which the CONTRACTOR is liable under the Contract.
10.20.2.0 In addition to price reduction and deductions as provided for in the Contract,
the OWNER shall be entitled to deduct from any payment due to the
CONTRACTOR, for violations of safety provisions, as per details given below:
(i) Violation of applicable safety, health and environment related norm, a
price reduction of Rs.5000/- per occasion
(ii) Violation as above resulting in :
(a) Any physical injury - a price reduction of 0.5% of the Lumpsum
Price (maximum of Rs.2,00,000) per injury in addition to Rs. 5,000/-

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 127 of 192


(b) Fatal accident - a price reduction of 1% of the Lumpsum Price
(maximum of Rs.10,00,000) per fatality in addition to Rs. 5,000/-

10.21.0.0 SPECIAL CONTRIBUTIONS


10.21.1.0 With a view to ensure the formulation and enforcement of a safety code by
the CONTRACTOR, it is stipulated that in the event of any act, omission or
accident at the job site which results in the death of a person, the
CONTRACTOR shall contribute a sum of Rs.5,00,000/- (Rupees five lakh
only), or which results in the permanent disablement of a person, the
CONTRACTOR shall contribute a sum of Rs.3,00,000/- (Rupees three lakh
only) in addition to any other sum(s) required to be paid by the
CONTRACTOR under any law or other contract, to a welfare fund to be
established by the OWNER for, inter alia, such contributions, and until such
fund is established, to a charity nominated by the OWNER.

*******************************

SECTION – 10 - SAFETY CODE AND REGULATIONS Page 128 of 192


APPENDICES

The following documents listed in Appendices hereto shall be deemed to form part of
these General Conditions of LSTK Contracts:
(i) CONTRACTOR’s LABOUR REGULATIONS (APPENDIX-I)
(ii) MODEL RULES FOR LABOUR WELFARE (APPENDIX-II)
(iii) SAFETY PRACTICES DURING CONSTRUCTION (APPENDIX-III)
(iv) FORM OF CONTRACT (APPENDIX-IV)
(v) FORM OF BANK GUARANTEE TO COVER EARNEST MONEY DEPOSIT
(EMD) (APPENDIX-V)
(vi) FORM OF BANK GUARANTEE TO COVER LUMPSUM ADVANCE
(MOBILISATION) (APPENDIX-VI)
(vii) FORM OF BANK GUARANTEE TO COVER SECURITY DEPOSIT
(APPENDIX-VII)

*******************************

APPENDICES Page 127 of 192


APPENDIX-I
CONTRACTORS' LABOUR REGULATIONS
1. These regulations may be called Model Contractors Labour Regulations.
2. Definition : In these regulations, unless otherwise expressed or indicated, the
following words and expressions shall have the meaning hereby assigned to them :
(a) "Labour" means workers employed by a contractor, directly or indirectly through
a sub-contractor, or by an agent on his behalf to do any skilled, semi-skilled or
unskilled manual, supervisory, technical or clerical work.
(b) "Fair Wage" means wages, which shall include wages for weekly day of rest
and other allowances, whether for time or piece work, after taking into
consideration prevailing market rates for similar employments in the
neighbourhood but shall not be less than the minimum rates of wages fixed
under the payment of Minimum Wages Act.
(c) "Wages" shall have the same meaning as defined in the Payment of Wages
Act.
(d) "Contractor" for the purpose of these regulations shall include an agent or sub-
contractor employing labour on the work taken on the contract.
(e) "Inspecting Officer" means any Labour Enforcement Officer or Assistant Labour
Commissioner of the Chief Labour Commissioner's Organisation.
(f) "Prescribed" means prescribed under the Contract Labour (Regulation and
Abolition) Act, 1970 and Rules framed thereunder.
3. Notice of commencement : The Contractor, shall within SEVEN days of
commencement of the work, furnish in writing, to Inspecting Officer of the area
concerned the following information:
(a) Name and Situation of the work.
(b) Contractor's name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Name and address of sub-contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.
(g) "Fair wages" for different categories of workers.
(i) Number of hours of work to constitute a normal working day : The number
of hours which shall constitute a normal working day for an adult shall be
NINE hours. The working day of an adult worker shall be so arranged that
it is inclusive of intervals, if any, for rest, it shall not spread over more than
twelve hours on any day. When a worker is made to work for more than
NINE hours on any day or for more than FORTY EIGHT hours in a week,
he shall, in respect of overtime work, be paid wages at double the
ordinary rate of wages.
(ii) Weekly day of rest : Every worker shall be given a weekly day of rest
which shall normally be a Sunday unless otherwise fixed and notified at
least TEN days in advance. A worker shall not be required or allowed to
work on the weekly rest day unless he has or will have a substituted rest
day, on one of the five days immediately before or after the rest day,
provided that no substitution shall be made which will result in the worker
working for more than ten days consecutively without a rest day for a
whole day.

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 128 of 192


4. Where, in accordance with the foregoing provisions, a worker works on the rest day
and has been given a substituted rest day, he shall be paid wages for the work done
on the weekly rest day at the overtime rate of wages.
(NOTE : The expression "ordinary rate of wages" means the fair wage the worker is
entitled to.)
5. Display of notice regarding Wages, Weekly Day of Rest etc. : The contractor
shall, before the commencement of his work on the Contract, display and correctly
maintain and continue to display and correctly maintain in a clean and legible
condition in conspicuous places on the works, notice in English and in the local
Indian language, spoken by majority of workers, giving the rate of fair wages, the
hours of work for which such wages are payable, the weekly rest days workers are
entitled to and name and address of the Inspecting Officer. The Contractor shall
send a copy each of such notices to the Inspecting Officers.
6.1 Fixation of Wage Periods : The Contractor shall fix wage periods in respect of
which wages shall be payable. No wage period shall normally exceed one month.
6.2 Payment of wages :
(i) Wages due to every worker shall be paid to him direct. All wages shall be paid
in current coins or currency or in both. The wages shall be paid without
deductions of any kind except those specified by Central Government by
General Order or Special Order in this behalf or permissible under the Payment
of Wages Act.
(ii) Wages of every worker employed as contract labour in an establishment or by
Contractor are less than one thousand, such workers shall be paid within
SEVEN days from the end of the Wage period; and before the expiry of the
10th day from the end of the wage period accordingly as the number of workers
exceed 1,000.
(iii) When employment of any worker is terminated by or on behalf of the
Contractor, the wages earned by him shall be paid before expiry of the second
working day from the date on which his employment is terminated.
(iv) All payment of wages shall be made at the work site on a working day except
when the work is completed before expiry of the wage period, in which case
final payment shall be made at the work site within 48 hours of the last working
day and during normal time.
(NOTE : The term "working day" means a day on which labour is employed,
and the work is in progress)
7. Register for Workmen : A register of workmen shall be maintained in the prescribed
form and kept at the work site or as near to it as possible, and the relevant particulars
of every workmen shall be entered therein within THREE days of his employment.
8. Employment Card : The Contractor shall issue an employment card in the Form
appended to these regulations to each worker on the day of work or entry into his
employment. If a worker already has any such card with him issued by the previous
employer, the Contractor shall merely endorse that Employment Card with relevant
entries. The Contractor may, alternatively, issue an attendance-cum-wage slip to
each worker in the form appended. This card shall be valid for a wage period. The
Contractor shall mark attendance on the cards twice each day and again after the
rest interval, before he actually starts the work. On termination of employment, the
Employment Card shall again be endorsed by the Contractor, service certificate
issued and returned to the Worker.

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 129 of 192


9. Register of Wages etc.:
(i) A register of Wages-cum-Muster Roll in the prescribed Form shall be
maintained and kept at the work site or as near to it as possible.
(ii) A wage slip in the prescribed Form shall be issued to every worker employed
by the Contractor at least a day prior to disbursement of wages.
10. Fines and deductions which may be made from Wages :
(i) Wages of a worker shall be paid to him without any deduction of any kind
except the following:
(a) Fines ;
(b) Deduction for absence from duty, i.e. from the place of his employment he
is required to work. The amount of deductions shall be in proportion to
the period for which he was absent ;
(c) Deduction for damage to or loss of goods expressly entrusted to the
employed person for custody, or for loss of money which he is required to
account for, where such damage or loss is directly attributable to his
neglect or default ;
(d) Deductions for recovery of advances or for adjustment of overpayment of
wages. Advance granted shall be entered in a register ; and
(e) Any other deduction which the Corporation may from time to time allow.
(ii) No fines shall be imposed on any worker say in respect of such acts and
omissions on his part as have been approved by the Chief Labour
Commissioner or Competent Authority.
(iii) No fine shall be imposed on a worker and no deductions for damage or loss
shall be made from his wages until the worker has been given an opportunity of
showing cause against such fines or deductions.
(iv) The total amount of fines which may be imposed in any one wage period on a
worker shall not exceed an amount equal to three paise in a rupee of the wages
payable to him in respect of that wage period.
(v) No fine imposed on a worker shall be recovered from him in installments, or
after expiry of sixty days from the date on which it was imposed. Every fine
shall be deemed to have been imposed on the day of the act or commission in
respect of which it was imposed.
(vi) The Contractor shall maintain both in English and the local Indian language, a
list approved by the Chief Labour Commissioner or Competent Authority clearly
stating the acts and commissions for which penalty or fine may be imposed on
a workman and display it in good condition in a conspicuous place on the work
site.
(vii) The Contractor shall maintain a register of fines and the register of deductions
for damage or loss in the prescribed Forms which should be kept at the place of
work.
(viii) The Contractor shall display in a conspicuous place of work the list of acts and
omissions for which the fines can be imposed. They are as under :
1. Willful insubordination or disobedience, whether alone or in combination
with other.
2. Theft, fraud or dishonest in connection with the Contractors beside a
business or property of Corporation.
3. Taking or giving bribes or any illegal gratification.

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 130 of 192


4. Habitual late attendance.
5. Drunkenness, fighting, riotous or disorderly or indifferent behaviour.
6. Habitual negligence.
7. Smoking near or around the area where combustible or other materials
are locked.
8. Habitual indiscipline
9. Causing damage to work in the progress or to property of the Corporation
or of the Contractor.
10. Sleeping on duty.
11. Malingering or slowing down work.
12. Giving of false information regarding name, age, father's name etc.
13. Habitual loss of wage cards supplied by the employers.
14. Unauthorised use of employer's property of manufacture or making of
unauthorised articles at the work place.
15. Bad workmanship in construction and maintenance by skilled workers
which is not approved by the Corporation and for which the Contractor is
compelled to undertake rectification.
16. Making false complaints and/or misleading statements.
17. Engaging trade within the premises of the establishments.
18. Any unauthorised divulgence of business affairs of the employers.
19. Collection or canvassing for the collection of money within the premises of
an establishment unless authorised by the employer.
20. Holding meeting inside the premises without previous sanction of the
employers.
21. Threatening or intimidating any workmen or employer during the working
hours within the premises.
22. Non-observance of Safety norms/practices applicable to the Worksite.
11. Register of Accidents : The Contractor shall maintain a register of accidents in such
form as may be convenient at the work place but the same shall include the following
particulars :
(a) Full particulars of the labourers who met with accident.
(b) Rate of wages.
(c) Sex
(d) Age
(e) Nature of accident and cause of accident
(f) Time and date of accident
(g) Date and time when admitted in hospital
(h) Date of discharge from the hospital
(i) Period of treatment and result of treatment
(j) Percentage of loss of earning capacity and disability as assessed by Medical
Officer.
(k) Claim required to be paid under Workmen's Compensation Act.
(l) Date of payment of compensation
(m) Amount paid with details of the person to whom the same was paid.
(n) Authority by whom the compensation was assessed
(o) Remarks

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 131 of 192


12. Preservation of Registers : The Register of Workmen and the Register of Wages -
cum-Muster Roll required to be maintained under these Regulation shall be
preserved for 3 years after the date on which the last entry is made therein.
13. Enforcement : The Inspecting Officer shall either, on his own motion or on a
complaint received by him, carry out investigations and send a report to the
Engineer-in-charge specifying the amounts representing Workers' dues and amount
of penalty to be imposed on the Contractor for breach of these Regulations, that
have to be recovered from the Contractor, indicating full details of the recoveries
proposed and the reasons therefor. It shall be obligatory on the part of the Engineer-
in-charge on receipt of such a report to deduct such amounts from payments due to
the Contractor.
14. Disposal of amounts recovered from the Contractor : The Engineer-in-charge
shall arrange payment to workers concerned within FORTY FIVE days from receipt
of a report from the Inspecting Officer. In cases where there is an appeal, payment
of workers dues would be arranged by the Engineer-in-charge wherever such
payments arise, within THIRTY days from the date of receipt of the decision of the
Regional Labour Commissioner (RLC).
15. Appeal against decision of Inspecting Officer : Any person aggrieved by a
decision of the Inspecting Officer may appeal against such decision to the RLC
concerned within THIRTY days from the date of decision, forwarding simultaneously
a copy of his appeal to the Engineer-in-charge. The decision of the RLC shall be final
and binding upon the Contractor and the workmen.
16. Representation of parties :
(i) A workman shall be entitled to be represented in any investigation or enquiry
under these Regulations by an officer of a registered trade union of which he is
a member or by an officer of a Federation of Trade Unions to which the said
trade union is affiliated or where the workman is not a member of any
registered trade union, by an officer of a registered trade union, connected with,
or by any other workman employed in the industry in which the worker is
employed.
(ii) A contractor shall be entitled to be represented in any investigation of enquiry
under these Regulations by an officer of an Association of Contractors of which
he is a member or by an officer of a Federation of Association of Contractors to
which the said association is affiliated or where the Contractor is not a member
of any Association of Contractors, by an officer of association of employers,
connected with, or by any other employer engaged in the industry in which the
Contractor is engaged.
(iii) No party shall be entitled to be represented by a legal practitioner in any
investigation or enquiry under these Regulations.
17. Maternity benefits for female employees : The Contractor shall extend the leave,
pay and other benefits as admissible to the female employees. No maternity benefits
shall be admissible to a female worker unless she has been employed for a total
period of not less than 6 months immediately proceeding the date on which she
proceeds on leave. The Contractor shall maintain a register of maternity benefits in
prescribed form, and shall be kept in all places of work.
18. Inspection of Books and other documents : The Contractor shall allow inspection
of the Registers and other documents prescribed under these Regulations by
Inspecting Officers and the Engineer-in-Charge or his authorised representative at
any time and by the worker or his agent on receipt of due notice at the convenient
time.

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 132 of 192


19. Submission of Returns : The Contractor shall submit periodical returns as may be
specified from time to time.
20. Amendments : The Corporation may, from time to time, add to or amend these
Regulations, and issue such directions as it may consider necessary for the proper
implementation of these Regulations or for the purpose of removing any difficulty
which may arise in the administration thereof.

*******************************

APPENDIX-I - CONTRACTORS' LABOUR REGULATIONS Page 133 of 192


APPENDIX-II
MODEL RULES FOR LABOUR WELFARE

1. Definitions
(a) "Workplace" means a place at which, on an average, twenty or more workers
are employed on any day during which the Contract work is in progress.
(b) "Large Workplace" means a place at which, on an average 500 or more
workers are employed.
2. First Aid
i) At every workplace, there shall be provided and maintained in a readily
accessible place First Aid appliances including an adequate supply of sterilized
dressings and sterilized cotton wool as prescribed in the Factory Rules of the
State in which the work is carried on. The appliances shall be kept in good order
and in large work places, they shall be placed under the charge of a responsible
person who shall be trained in First Aid treatment and who shall also be readily
available during working hours. The First Aid boxes at the rate of not less than
one box for 150 contract labour or part thereof shall be ordinarily employed.
Adequate arrangement shall be made for immediate recoupment of
items/equipment when necessary.
ii) At large work places, where hospital facilities are not available within easy
distance of the Works, First Aid posts shall be established and be run by a
trained compounder.
Where large work places are remotely situated far away from regular hospitals,
an indoor ward shall be provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no
beds are considered necessary owing to proximity of city or town hospitals,
suitable transport shall be provided to facilitate removal of urgent cases to these
hospitals. At other workplaces, some conveyance shall be kept readily available
to take injured person or persons suddenly taken seriously ill to the nearest
hospital.
At large work places, there shall be provided and maintained an ambulance room
of the prescribed sizes, containing the prescribed equipment and in the charge of
such medical and nursing staff as may be prescribed. For this purpose, the
relevant provisions of the Factory Rules of the State Government area where the
work is carried on may be taken as the prescribed standard.
3. Accommodation for labour : The Contractor shall during the progress of the
Works, provide, erect and maintain necessary temporary living accommodation and
ancillary facilities for labour at his own expense and to standard and scales as
approved by the Engineer-in-charge. However, following specifications shall be
followed :
(a) (i) The minimum height of each hut at the eaves level shall be 2.10m (7ft)
and the floor area to be provided will be at the rate of 2.7 sq.m (30sq.ft.)
for each member of the worker's family staying with the labourer.
(ii) The Contractor shall in addition construct suitable cooking places having
a minimum area of 1.80mX 1.50m (6' x 5') adjacent to the hut for each
family.

APPENDIX-II - MODEL RULES FOR LABOUR WELFARE Page 134 of 192


(iii) The Contractor shall also construct temporary latrines and urinals for the
use of the labourers, each on the scale of not less than four per each one
hundred of the total strength. Separate latrines and urinals shall be
provided for women.
(iv) The Contractor shall construct sufficient number of bathing and washing
places, one unit for every 25 persons residing in the camp. These
washing and bathing places shall be suitably screened.
(b) (i) All the huts shall have walls of sun-dried or burnt-bricks laid in mud
mortar or other suitable local material as may be approved by the
Engineer-in-Charge. In case of sun-dried bricks, the walls should be
plastered with mud gobri on both sides. The floor may be katcha, but
plastered with mud gobri and shall be at least 15cm. (6") above the
surrounding ground. The roofs shall be laid with thatch or any other
materials as may be approved by the Engineer-in-Charge and the
Contractor shall ensure that throughout the period of their occupation, the
roofs remain water-tight.
(ii) The Contractor shall provide each hut with proper ventilation.
(iii) All doors, windows and ventilators shall be provided with suitable leaves
for security purposes.
(iv) There shall be kept an open space at least 7.2m (8 yards) between the
rows of huts which may be reduced to 6m (20ft) according to the
availability of site with the approval of the Engineer-in-charge. Back to
back construction will be allowed.
4. Drinking Water : In every workplace, there shall be provided and maintained at
suitable places, easily accessible to labour, a sufficient supply of cold water fit for
drinking.
Where drinking water is obtained from an intermittent public water supply, each
workplace shall be provided with storage where drinking water should be stored.
Every water supply storage shall be at a distance of not less than 15 meters from
any latrine, drain or other source of pollution. Where water has to be drawn from an
existing well, which is within such proximity of latrine, drain or any other source of
pollution, the well shall be properly chlorinated before water is drawn for drinking. All
such wells shall be entirely closed in and be provided with a trap door which shall be
dust and water proof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept
locked and opened only for cleaning or inspection which shall be done at least once
a month.
5. Washing and Bathing Places : Adequate washing and bathing places shall be
provided separately for men and women. Such places shall be kept in clean and
drained conditions.
6. Scale of accommodation in latrines and urinals : There shall be provided within
the precincts of every workplace, latrines and urinals in an accessible place and the
accommodation separately for each of these, shall not be less than at the following
scales :
No. of seats
(a) Where number of persons does not exceed 50 - 2
(b) Where number of persons exceeds 50 but does not exceed 100 - 3
(c) For additional persons (per 100 or part thereof) - 3

APPENDIX-II - MODEL RULES FOR LABOUR WELFARE Page 135 of 192


In particular cases, the Engineer-in-Charge shall have the power to increase the
requirement, where necessary.
7. Latrines and Urinals : Except in workplaces provided with water-flushed latrines
connected with a water-borne sewage systems, all latrines shall be provided with
receptacies on dry earth system which shall be cleaned at least four times daily and
at least twice during working hours and kept in strictly sanitary condition.
Receptacies shall be tarred inside and outside at least once a year.
If women are employed, separate latrine and urinals screened from those for men
and marked in the vernacular in conspicuous letters "For Women Only" shall be
provided on the scale laid down in Rule 6. Those for men shall be similarly marked
"For Men Only". A poster showing the figure of a man and a woman shall also be
exhibited at the entrance to latrines for each sex. There shall be adequate supply of
water close to latrines and urinals.
8. Construction of latrines : Inside walls shall be constructed of masonry or other
non-absorbent materials and shall be cement-washed inside and outside at least
once a year. The dates of cement washing shall be noted in a register maintained for
the purpose and kept available for inspection. Latrines shall have at least thatched
roof.
9. Disposal of excreta : Unless otherwise arranged for by the local municipal authority,
arrangement for proper disposal of excreta by incineration at the workplace shall be
made by means of a suitable incinerator approved by the local medical, health and
medical or cantonment authorities. Alternatively, excreta may be disposed off by
putting a layer of night soils at the bottom of pucca tank prepared for the purpose
and covering it with a 15 c.m. Layer of waste or refuse and then covering it with a
layer of earth for a fortnight (when it will turn into manure).
The Contractor shall, at his own expense, carry out all instructions issued to him by
the Engineer-in-charge to effect proper disposal of soil and other conservancy work
in respect of Contractor's work people or employees at the site. The Contractor shall
be responsible for payment of any charges which may be levied by municipal or
cantonment authority for execution of such work on his behalf.
10. Provision of shelters during rest : At every workplace shall be provided, free of
cost, four suitable sheds, two for meals and two others for rest, separately for use of
men and women labour. Height of each shelter shall not be less than 3 meters from
the floor level to lowest part of roof. Sheds shall be kept clean and the space
provided shall be on the basis of at least 0.5 sq.m per head.
11. Creches : At a place at which 20 or more women workers are ordinarily employed,
there shall be provided at least one hut for use of children under the age of 6 years
belonging to such women. Huts shall not be constructed to a standard lower than
that of thatched roof, mud floor and wall with wooden planks spread over mud floor
and covered with matting.
Huts shall be provided with suitable and sufficient openings for light and ventilation.
There shall be adequate provision of sweepers to keep the places clean. There
shall be two dais in attendance. Sanitary utensils shall be provided to the
satisfaction of local medical, health and municipal or cantonment authorities. Use of
huts shall be restricted to children, their attendants and mothers of children.
Where the number of women workers is more than 25 but less than 50, the
Contractor shall provide at least one hut and one Dai to look after the children of
women workers.

APPENDIX-II - MODEL RULES FOR LABOUR WELFARE Page 136 of 192


Size of creche(s) shall vary according to the number of women workers employed.
Creche(s) shall be properly maintained and necessary equipment like toys etc.
provided.
12. Canteen : A cooked food canteen on a moderate scale shall be provided for the
benefit of workers wherever it is considered necessary.
13. Planning, setting and erection of the above mentioned structures shall be approved
by the Engineer-in-charge and the whole of such temporary accommodation shall at
all times during the progress of the works be kept tidy and in a clean and sanitary
condition as per requirements of the local bodies and to the satisfaction of the
Engineer-in-charge and at the Contractor's expense. The Contractor shall conform
generally to sanitary requirements of local medical, health and municipal or
cantonment authorities and at all time adopt such precautions as may be necessary
to prevent soil pollution of the site.
On completion of the Work, the whole of such temporary structures shall be cleared
away, all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of site left clean and tidy to the entire satisfaction
of the Engineer-in-Charge and at the Contractor's expense.
14. Anti-malarial precautions : The Contractor shall, at his own expense, conform to all
anti-malarial instructions given to him by the Engineer-in-Charge, including filling up
any burrow pits which may have been dug by him.
15. Enforcement : The Inspecting Officer mentioned in the Contractors' Labour
Regulations or any other officer nominated in his behalf by the Engineer-in-charge
shall report to the Engineer-in-charge all cases of failure on the part of the Contractor
and or his sub-contractors to comply with the provisions of these Rules either wholly
or in part and the Engineer-in-charge shall impose such fines and other penalties as
are prescribed in the conditions.
16. Interpretations etc : On any question as to the application, interpretation of effect of
these Rules, the decision of the Chief Labour Commissioner or Deputy Chief Labour
Commissioner (Central) shall be final and binding.
17. Amendments : Government/Corporation may, from time to time, add to or amend
these rules and issue such directions as it may consider necessary for the proper
implementation of these Rules or for the purpose of removing any difficulty which
may arise in the administration thereof.

*******************************

APPENDIX-II - MODEL RULES FOR LABOUR WELFARE Page 137 of 192


APPENDIX-III

SAFETY PRACTICE DURING CONSTRUCTION

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF EXECUTION AGENCIES
4.2 GENERAL DUTIES OF OWNERS
5.0 SAFETY PRACTICES AT WORK PLACES
5.1 GENERAL PROVISIONS
5.2 MEANS OF ACCESS AND EGRESS
5.3 HOUSEKEEPING
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS AND PERSONS AND
COLLAPSE OF STRUCTURES
5.5 PREVENTION OF UNAUTHORISED ENTRY
5.6 FIRE PREVENTION AND FIRE FIGHTING
5.7 LIGHTING
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS
6.0 CONSTRUCTION ACTIVITIES
6.1 EXCAVATION
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.4 ROAD WORK
6.5 CUTTING/WELDING
6.6 WORKING IN CONFINED SPACES
6.7 PROOF/PRESSURE TESTING
6.8 WORKING AT HEIGHTS
6.9 HANDLING AND LIFTING EQUIPMENT
6.10 VEHICLE MOVEMENT
6.11 ELECTRICAL
6.12 OFFSHORE
6.13 DEMOLITION
6.14 RADIOGRAPHY
6.15 SAND/SHOT BLASTING/SPRAY PAINTING
6.16 WORK ABOVE WATER
7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS
8.0 FIRST
9.0 DOCUMENTATION
10.0 SAFETY AWARENESS & TRAINING
11.0 REFERENCES
ANNEXURE - I

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 138 of 192


SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION
Safety in Construction Management deserves utmost attention especially in the
hydrocarbon industry, such as Exploration, Refineries, Pipelines and Marketing
installations, Gas Processing units etc. Construction is widely recognised as one of
the accident-prone activities. Most of the accidents are caused by inadequate
planning, failure during the construction process and/or because of design
deficiencies. Besides property loss, accidents also result in injuries and fatalities to
the personnel; same needs to be prevented.
The reasons for accidents during construction activities are related to unique nature
of the industry, human behaviour, difficult work-site conditions, extended odd duty
hours, lack of training & awareness and inadequate safety management. Unsafe
working methods, equipment failure and improper housekeeping also tend to
increase the accident rate in construction.
Ensuring good quality of materials, equipment and competent supervision along with
compliance of standard engineering practices shall go a long way to in built safety in
the system.
The objective of this standard is to provide practical guidance on technical and
educational framework for safety and health in construction with a view to:
(a) prevent accidents and harmful effects on the health of workers arising from
employment in construction;
(b) ensure appropriate safety during implementation of construction;
(c) provide safety practice guidelines for appropriate measures of planning, control
and enforcement.
2.0 SCOPE
This document specifies broad guidelines on safe practices to be adhered to during
construction activities in oil industry. However, before commencing any job, specific
hazards and its effects should be assessed and necessary corrective/preventive
actions should be taken by all concerned. The document is intended only to
supplement and not to replace or supersede the prevailing statutory requirements,
which shall also be followed as applicable. For Personal Protective Equipment
(PPE's), OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
3.0 DEFINITIONS
Definitions of various terminology are given below:
· Adequate, appropriate or suitable are used to describe qualitatively or
quantitatively the means or method used to protect the worker.
· Brace: A structural member that holds one point in a fixed position with respect to
another point; bracing is a system of structural members designed to prevent
distortion of a structure.
· By hand: The work is done without the help of a mechanised tool.
· Competent Authority: A stautory agency having the power to issue regulations,
orders or other instructions having the force of law.
· Competent person: A person possessing adequate qualifications, such as
suitable training and sufficient knowledge, experience and skill for the safe
performance of the specific work. The competent authorities may define
appropriate criteria for the designation of such persons and may determine the
duties to be assigned to them.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 139 of 192


· Execution agency:
Any physical or legal person, having contractual obligation with the owner, and
who employs one or more workers on a construction site
· Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent,
authorised from time to time to act for and on its behalf, for supervising/
coordinating the activities of the execution agency.
· Hazard: Danger or potential danger.
· Guard-rail: An adequately secured rail erected along an exposed edge to
prevent persons from falling.
· Hoist: A machine, which lifts materials or persons by means of a platform, which
runs on guides.
· Lifting gear: Any gear or tackle by means of which a load can be attached to a
lifting appliance but which does not form an integral part of the appliance or load.
· Lifting appliance: Any stationary or mobile appliance used for raising or lowering
persons or loads.
· Means of access or egress: Passageways, corridors, stairs, platforms, ladders
and any other means for entering or leaving the workplace or for escaping in
case of danger.
· Scaffold: Any fixed, suspended or mobile temporary structure supporting
workers and material or to gain access to any such structure and which is not a
lifting appliance as defined above.
· Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc.,
and secured there to guard against the slipping of persons or the falling of
material.
· Worker: Any person engaged in construction activity.
· Workplace: All places where workers need to be or to go by reason of their work.
4.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF EXECUTION AGENCIES
4.1.1 Execution agency should:
i) provide means and organisation to comply with the safety and health measures
required at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and
organise construction work so that, there is no risk of accident or injury to health
of workers. In particular, construction work should be planned, prepared and
undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements
are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of
view;
(e) working methods are adopted to safeguard workers against the harmful
effects of chemical, physical and biological agents.
iii) establish committees with representatives of workers and management or
make other arrangement for the participation of workers in ensuring safe
working conditions.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 140 of 192


iv) arrange for periodic safety inspections by competent persons of all buildings,
plant, equipment, tools, machinery, workplaces and review of systems of work,
regulations, standards or codes of practice. The competent person should
examine and ascertain the safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their work with due
regard to safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age,
physique, state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards
connected with their work and environment and trained in the precautions
necessary to avoid accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which
a dangerous defect has been found should not be used until the defect has
been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the
operation and evacuate workers as appropriate, where there is an imminent
danger to the safety of workers.
x) establish a checking system by which it can be ascertained that all the members
of a shift, including operators of mobile equipment, have returned to the camp or
base at the close of work on dispersed sites and where small groups of workers
operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per
various statutes like the Factories Act, 1948 etc. and, whenever collective
measures are not feasible or are insufficient, provide and maintain personal
protective equipment and clothing in line with the requirement as per OISD-
STD-155 (Vol. I& II) on Personnel Protective Equipment. They should also
provide access to workers to occupational health services.
xii) Educate workers about their right and the duty at any workplace to participate in
ensuring safe working conditions to the extent of their control over the
equipment and methods of work and to express views on working procedures
adopted as may affect safety and health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should
not interfere with, remove, alter or displace any safety device or other appliance
furnished for their protection or the protection of others, or interfere with any
method or process adopted with a view to avoiding accidents and injury to
health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that
they have not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as
scaffolds, railway tracks, garages, confined spaces or in the vicinity of fires,
dangerous or toxic substances, running machines or vehicles and heavy
equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner
xviii) As per the Govt. circular as amended from time to time all contractors who
employ more than 50 workers or where the Lumpsum Price exceeds Rs. 50
crores, the following facilities are to be provided by contractor at site :
· Arrangement for drinking water
· Toilet facilities
· A creche where 10 or more women workers are having children below the
age of 6 years
· Transport arrangement for attending to emergencies

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 141 of 192


xix) should deploy a safety officer at site

4.2 GENERAL DUTIES OF OWNERS


4.2.1 Owners should:
i) co-ordinate or nominate a competent person to co-ordinate all activities relating
to safety and health on their construction projects;
ii) inform all contractors on the project of special risks to health and safety;
iii) Ensure that executing agency is aware of the owner's requirements and the
executing agency's responsibilities with respect to safety practices before
starting the job.
5.0 SAFETY PRACTICES AT WORK PLACES
5.1 GENERAL PROVISIONS
5.1.1 All openings and other areas likely to pose danger to workers should be clearly
indicated.
5.1.2 Workers & Supervisors should use the safety helmet and other requisite Personal
Protective Equipment according to job & site requirement. They should be trained to
use personal protective equipment.
5.1.3 Never use solvents, alkalis and other oils to clean the skin.
5.1.4 Lift the load with back straight and knees bent as far as possible. Seek the help in
case of heavy load.
5.1.5 Ensure the usage of correct and tested tools and tackles. Don't allow the make shift
tools and tackles.
5.1.6 No loose clothing should be allowed while working near rotating equipment or
working at heights.
5.2 MEANS OF ACCESS AND EGRESS
Adequate and safe means of access (at least two, differently located) to and egress
from all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING
5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate
intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured.
Accumulation of these at the site can obstruct means of access to and egress from
workplaces and passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND
COLLAPSE OF STRUCTURES
5.4.1 Precautions should be taken such as the provision of fencing, look-out men or
barriers to protect any person against injury by the fall of materials, or tools or
equipment being raised or lowered.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 142 of 192


5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively
covered or fenced and displayed prominently.
5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect
workers from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY
5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian
traffic routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE FIGHTING
5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out
within existing operating area.
5.6.2 Combustible materials such as packing materials, sawdust, greasy/oily waste and
scrap wood or plastics should not be allowed to accumulate in workplaces but should
be kept in closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of
fire, be provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily
visible and accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of
various OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of
escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to
indicate clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be
frequently inspected particularly in high structures and where access is restricted.
5.7 LIGHTING
5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a
job.
5.7.2 Emergency lighting should be provided for personnel safety during night time to
facilitate standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 143 of 192


5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS
5.8.1 General Provisions
i) Plant, machinery and equipment including hand tools, both manual and power
driven, should:
a) be of proper design and construction, taking into account health, Safety
and ergonomic principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given
appropriate training.
e) be provided with protective guards, shields or other devices as
required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant,
machinery and equipment.
iv) Operators of plant, machinery and equipment should not be distracted while
work is in progress.
v) Plant, machinery and equipment should be switched off when not in use and
isolated before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as
practicable and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately
guarded.
viii) Every power-driven machine and equipment should be provided with adequate
means, immediately accessible and readily identifiable to the operator, of
stopping it quickly and preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with
PPEs, including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a
suitable radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be
kept in sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable
or explosive dusts or vapours.
5.8.3 Pneumatic Tools
i) Operating triggers on portable pneumatic tools should be:
a) so placed as to minimise the risk of accidental starting of the machine.
b) so arranged as to close the air inlet valve automatically when the
pressure of the operator's hand is removed.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 144 of 192


ii) Hose and hose connections for compressed air supply to portable pneumatic
tools should be:
a) designed and tested for the pressure and service for which they are
intended;
b) fastened securely on the pipe outlet and equipped with the safety chain,
as appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to
prevent dies and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose
lines released before any adjustment or repair is made.
5.8.4 Electrical Tools
i) Low voltage portable electrical tools should generally be used.
ii) All electrical tools should be earthed, unless they are "all insulated" or "double
insulated" tools which do not require earthing.
iii) All electrical tools should get inspected and maintained on a regular basis by a
competent electrician and complete records kept.
5.8.5 Engines
i) Engines should:
a) be installed so that they can be started safely and the maximum safe
speed cannot be exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a safe place in an emergency.
ii) IC engines should not be run in confined spaces unless adequate exhaust
ventilation is provided.
iii) When IC engines are being fuelled:
a) the engine should be shut off.
b) care should be taken to avoid spilling fuel;
c) no person should smoke or have an naked light in the vicinity.
d) a fire extinguisher should be kept readily available.
iv) Secondary fuel reservoir should be placed outside the engine room.
6.0 CONSTRUCTION ACTIVITIES
The various common activities in construction are as under:
· Excavation
· Scaffolding, Platforms & Ladders
· Structural Work, Laying of Reinforcement & Concreting
· Road Work (Laying of roads)
· Cutting/ Welding
· Working in Confined Space
· Proof/Pressure Testing
· Working at Heights
· Handling & Lifting Equipments
· Vehicle Movement
· Electrical

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 145 of 192


· Offshore
· Demolition
· Radiography
· Sand/shot blasting/ spray painting
· Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:
6.1 EXCAVATION
6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be
shut off or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be
determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method
of excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m
should be maintained. Based on site conditions, provide proper slope, usually
45o,and suitable bench of 0.5m width at every 1.5m depth of excavation in all soils
except hard rock or provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the
edge of the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain at least 2m
distance from edge of excavation. No load, plant or equipment should be placed or
moved near the edge of any excavation where it is likely to cause its collapse and
thereby endanger any person unless precautions such as the provision of shoring or
piling are taken to prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the
excavation unless the support work has been specially designed to permit it.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 146 of 192


6.1.9 If an excavation is likely to affect the security of a structure on which persons are
working, precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 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.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of
side wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.
6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody
to come within one meter of extreme reach of the mechanical shovel. The
mechanised excavator shall be operated by a well-trained experienced operator.
When not in operation, the machine shall be kept on firm leveled ground with
mechanical shovel resting on ground. Wheel or belt shall be suitably jammed to
prevent any accidental movement of the machine. Suitable precautions as per
manufacturer guidelines should be taken for dozers, graders and other heavy
machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting
operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction
i) A scaffold should be provided and maintained or other equally safe and suitable
provision should be made where work cannot safely be done on or from the
ground or from part of a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs,
ladders or ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent
collapse or accidental displacement when in use.
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during erection and
dismantling;
(b) in such a way so as guard rails and other protective devices, platforms,
ladders, stairs or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for
which it is to be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good
conditions and apart from any material unsuitable for scaffolds.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 147 of 192


vii) Couplers should not cause deformation in tubes. Couplers should be made of
drop forged steel or equivalent material.
viii) 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.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly
connected to the building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which
might endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not
be used for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of
scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic
conditions or any other occurrence likely to have affected their strength or
stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;
(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by
or under the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every
part should be kept fixed or secured so that no part can be displaced in
consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and
inspected before putting in use.
6.2.2 Lifting appliances on scaffolds
i) When a lifting appliance is to be used on a scaffold:
(a) the parts of the scaffold should be carefully inspected to determine the
additional strengthening and other safety measures required;
(b) any movement of the scaffold members should be prevented;
(c) if practicable, the uprights should be rigidly connected to a solid part of the
building at the place where the lifting appliance is erected.
6.2.3 Prefabricated scaffolds
i) In the case of prefabricated scaffold systems, the instructions provided by the
manufacturers or suppliers should be strictly adhered to. Prefabricated
scaffolds should have adequate arrangements for fixing bracing.
ii) Frames of different types should not be intermingled in a single scaffold.
iii) Scaffolding shall be erected on firm and level ground.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 148 of 192


iv) All members of metal scaffolding shall be checked periodically to screen out
defective/ rusted members. All joints should be properly lubricated for easy
tightening.
v) Entry to scaffolding should be restricted.
vi) Erection, alteration and removal shall be done under supervision of
experienced personnel.
vii) Use of barrels, boxes, loose bricks etc., for supporting platform shall not be
permitted.
viii) Each supporting member of platform shall be securely fastened and braced
ix) Where planks are butt-joined, two parallel putlogs shall be used, not more than
100mm apart, to give support to each plank.
x) Platform plank shall not project beyond its end support to a distance exceeding
4 times the thickness of plank, unless it is effectively secured to prevent tipping.
Cantilever planks should be avoided.
xi) The platform edges shall be provided with 150mm high toe board to eliminate
hazards of tools or other objects falling from platform.
xii) Erect ladders in the "four up-one out position"
xiii) Lash ladder securely with the structure.
xiv) Using non-slip devices, such as, rubber shoes or pointed steel ferules at the
ladder foot, rubber wheels at ladder top, fixing wooden battens, cleats etc.
xv) When ladder is used for climbing over a platform, the ladder must be of
sufficient length, to extend at least one meter above the platform, when erected
against the platform in "four up-one out position."
xvi) Portable ladders shall be used for heights not more than 4mt. Above 4mt
flights, fixed ladders shall be provided with at least 600 mm landings at every
6mt or less.
xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced
not more than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be
removed immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind.
After heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.
6.2.4 Suspended scaffolds/boatwain's chair
i) In addition to the requirements for scaffolds in general as regards soundness,
stability and protection against the risk of falls, suspended scaffolds should
meet the following specific requirements.
(a) platforms should be designed and built with dimensions that are
compatible with the stability of the structure as a whole, especially the
length;
(b) the number or anchorage should be compatible with the dimensions of the
platform;
(c) the safety of workers should be safeguarded by an extra rope having a
point of attachment independent of the anchorage arrangements of the
scaffold;

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 149 of 192


(d) the anchorage and other elements of support of the scaffold should be
designed and built in such a way as to ensure sufficient strength;
(e) the ropes, winches, pulleys or pulley blocks should be designed,
assembled, used and maintained according to the requirements
established for lifting gear adapted to the lifting of persons according to
national laws and regulations;
(f) Before use, the whole structure should be checked by a competent
person.
6.2.5 Bamboo Scaffolding
i) In general, it should be avoided as far as possible. It should not be used in the
unit/off-site areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated
outside explosive licensed area, bamboo scaffold, if used, should conform to
provisions given in lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions
i) The erection or dismantling of buildings, structures, civil engineering works,
formwork, falsework and shoring should be carried out by trained workers only
under the supervision of a competent person.
ii) Precautions should be taken to guard against danger to workers arising from any
temporary state of weakness or instability of a structure.
iii) Formwork, falsework and shoring should be so designed, constructed and
maintained that it will safely support all loads that may be imposed on it.
iv) Formwork should be so designed and erected that working platforms, means of
access, bracing and means of handling and stabilising are easily fixed to the
formwork structure.
6.3.2 Erection and dismantling of steel and prefabricated structures
i) The safety of workers employed on the erection and dismantling of steel and
prefabricated structures should be ensured by appropriate means, such as
provision and use of:
(a) ladders, gangways or fixed platforms;
(b) platforms, buckets, boatswain's chairs or other appropriate means
suspended from lifting appliances;
(c) safety harnesses and lifelines, catch nets or catch platforms;
(d) Power-operated mobile working platforms.
ii) Steel and prefabricated structures should be so designed and made that they can
be safely transported and erected.
iii) In addition to the need for the stability of the part when erected, the design should
explicitly take following into account:
(a) the conditions and methods of attachment in the operations of transport,
storing and temporary support during erection or dismantling as applicable;
(b) Methods for the provision of safeguards such as railings and working
platforms, and, when necessary, for mounting them easily on the structural
steel or prefabricated parts.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 150 of 192


iv) The hooks and other devices built in or provided on the structural steel or
prefabricated parts that are required for lifting and transporting them should be so
shaped, dimensioned and positioned as:
(a) to withstand with a sufficient margin the stresses to which they are
subjected;
(b) Not to set up stresses in the part that could cause failures, or stresses in the
structure itself not provided for in the plans, and be designed to permit easy
release from the lifting appliance. Lifting points for floor and staircase units
should be located (recessed if necessary) so that they do not protrude
above the surface;
(c) To avoid imbalance or distortion of the lifted load.
v) Store places should be so constructed that:
(a) there is no risk of structural steel or prefabricated parts falling or overturning;
(b) storage conditions generally ensure stability and avoid damage having
regard to the method of storage and atmospheric conditions;
(c) racks are set on firm ground and designed so that units cannot move
accidentally.
vi) While they are being stored, transported, raised or set down, structural steel or
prefabricated parts should not be subjected to stresses prejudicial to their stability.
vii) Every lifting appliance should:
(a) be suitable for the operations and not be capable of accidental
disconnection;
(b) be approved or tested as per statutory requirement.
viii) Lifting hooks should be of the self-closing type or of a safety type and should have
the maximum permissible load marked on them.
ix) Tongs, clamps and other appliances for lifting structural steel and prefabricated
parts should:
(a) be of such shape and dimensions as to ensure a secure grip without
damaging the part;
(b) be marked with the maximum permissible load in the most unfavourable
lifting conditions.
x) Structural steel or prefabricated parts should be lifted by methods or appliances
that prevent them from spinning accidentally.
xi) When necessary to prevent danger, before they are raised from the ground,
structural steel or prefabricated parts should be provided with safety devices
such as railings and working platforms to prevent falls of persons.
xii) While structural steel or prefabricated parts are being erected, the workers
should be provided with appliances for guiding them as they are being lifted
and set down, so as to avoid crushing of hands and to facilitate the operations.
Use of such appliances should be ensured.
xiii) A raised structural steel or prefabricated part should be so secured and wall
units so propped that their stability cannot be imperiled, even by external
agencies such as wind and passing loads before its release from the lifting
appliance.
xiv) At work places, instruction should be given to the workers on the methods,
arrangements and means required for the storage, transport, lifting and erection

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 151 of 192


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.
xv) During transportation within the construction area, attachments such as slings
and stirrups mounted on structural steel or prefabricated parts should be
securely fastened to the parts.
xvi) Structural steel or prefabricated parts should be so transported that the
conditions do not affect the stability of the parts or the means of transport result
in jolting, vibration or stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of
protection against fall of persons, the workplaces should be protected by
guardrails, and if appropriate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced
visibility entail risks of accidents, the work should be carried on with particular
care, or, if necessary, interrupted.
xix) Structures should not be worked on during violent storms or high winds, or
when they are covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other
means of protection.
xxi) The risks of falling, to which workers moving on high or sloping girders are
exposed, should be limited by all means of adequate collective protection or,
where this is impossible, by the use of a safety harness that is well secured to a
strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as
practicable be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently
extended area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or
guyed until they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by
cutting, holing or other means.
xxvi) Structural members should not be forced into place by the hoisting machine
while any worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in
position and secured against dislodgment.
6.3.3 Reinforcement
i) Ensure that workers use Personnel Protective equipment like safety helmet,
safety shoes, gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use
measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as
mentioned in Item No. 6.5 to be followed.
vi) For supplying of rods at heights, proper staging and/or bundling to be provided.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 152 of 192


vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be
provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front
of or by the sides of driver's cabin. In case such protrusion cannot be avoided
behind the deck, then it should not extend 1/3rd of deck length or 1.5M which
ever is less and tied with red flags/lights.
6.3.4 Concreting
i) Ensure stability of shuttering work before allowing concreting.
ii) Barricade the concreting area while pouring at height/depths.
iii) Keep vibrator hoses, pumping concrete accessories in healthy conditions and
mechanically locked.
iv) Pipelines in concrete pumping system shall not be attached to temporary
structures such as scaffolds and formwork support as the forces and
movements may affect their integrity.
v) Check safety cages & guards around moving motors/parts etc. provided in
concreting mixers.
vi) Use Personal Protective Equipment like gloves, safety shoes etc. while dealing
with concrete and wear respirators for dealing with cement.
vii) Earthing of electrical mixers, vibrators, etc. should be done and verified.
viii) Cleaning of rotating drums of concrete mixers shall be done from outside.
Lockout devices shall be provided where workers need to enter.
ix) Where concrete mixers are driven by internal combustion engine, exhaust
points shall be located away from the worker's workstation so as to eliminate
their exposure to obnoxious fumes.
x) Don't allow unauthorised person to stand under the concreting area.
xi) Ensure adequate lighting arrangements for carrying out concrete work during
night.
xii) Don't allow the same workers to pour concrete round the clock. Insist on shift
pattern.
xiii) During pouring, shuttering and its supports should be continuously watched for
defects.
6.4 ROAD WORK
6.4.1 Site shall be barricaded and provided with warning signs, including night warning
lamps at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen
batch mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or
mixing bitumen with aggregate, shall be provided with PVC hand gloves and rubber
shoes with legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered
by a metal sheet, to prevent anything falling in it.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 153 of 192


6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling
sand, to prevent anybody stepping on it. Then it shall be removed with the help of
spade.
6.4.8 For cement concrete roads, besides site barricading and installation of warning signs
for traffic diversion, safe practices mentioned in the chapter on "Concreting", shall
also be applicable.
6.5 CUTTING/WELDING
6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying
particles, harmful light rays, electric shocks etc. Following precautions should be
taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) 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.
iii) Ensure that only approved and well-maintained apparatus, such as torches,
manifolds, regulators or pressure reducing valves, and acetylene generators,
be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc
welding machine.
v) The work piece should be connected directly to Power supply, and not
indirectly through pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase
system with a scraping earth. Receptacles shall have necessary mechanical
interlocks and earthing facilities.
vii) 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.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet
points away from oxygen cylinder.
xiii) 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. Use flash back arrestors to prevent back-fire in
acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place
under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 154 of 192


xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their
bottom edge but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators
and not by crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.
xxv) Move out any leaking cylinder immediately.
xxvi) Use trolleys for oxygen & acetylene cylinder and chain them.
xxvii) Always use Red hose for acetylene and other fuel gases and Black for
oxygen, and ensure that both are in equal length.
xxviii) Ensure that hoses are free from burns, cuts and cracks and properly
clamped.
xxix) Avoid dragging hoses over sharp edges and objects
xxx) Do not wrap hoses around cylinders when in use or stored.
xxxi) Protect hoses from flying sparks, hot slag, and other hot objects.
xxxii) Lubricants shall not be used on Ox-fuel gas equipment.
xxxiii) During cutting/welding, use proper type goggles/face shields.
6.6 WORKING IN CONFINED SPACES
6.6.1 Following safety practices for working in confined space like towers, columns, tanks
and other vessels should be followed in addition to the safety guidelines for specific
jobs like scaffolding, cutting/welding etc.
i) Shut down, isolate, depressurise and purge the vessel as per laid down
procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance
of valid permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined
space.
iv) The number of persons allowed inside the vessel should be limited to avoid
overcrowding.
v) When the work is going on in the confined space, there should always be one
man standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation,
probability of dense vapours accumulating nearby should also be considered in
addition to inside the vessel.
vii) Ensure requisite O2 level before entry in the confined space and monitor level
periodically or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level
periodically or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall
be worn by everyone entering confined space. In case of sewer, OWS or in the
confined area where there is a possibility of toxic or inert gas, gas masks shall
be used by everyone while entering.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 155 of 192


xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure
testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering
the confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like
Iron Sulphide), special care need to be taken before opening the vessel.
Attempt should be made to remove the pyropheric substances. Otherwise,
these should be always kept wet by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the
cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined
space at end of each work day, even if the work is to be resumed in the same
space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before
entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering
should be permitted inside a confined space or area unless it has been made
completely free of the flammable atmosphere, tested and found safe by a
competent person. Only non-sparking tools and flameproof hand lamps
protected with guard and safety torches should be used inside such confined
space or area for initial inspection, cleaning or other work required to be done
for making the area safe.
xxiii) Communication should be always maintained between the worker and the
attendant.
6.7 PROOF/PRESSURE TESTING
6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of
fasteners, grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure
testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment
to be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain
records.
6.7.9 Take readings at pre-defined intervals.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 156 of 192


6.8 WORKING AT HEIGHTS
6.8.1 General Provision
i) While working at a height of more than 3 meters, ISI approved safety belt shall
be used.
ii) While working at a height of more than 3 meters, permit should be issued by
competent person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage
at the time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety
net should be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.
xi) Keep both hands free while climbing. Don't try to bypass the steps of the
ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of
access and egress such as stairs, ramps or ladders.
6.8.2 Roof Work
i) All roof-work operations should be pre-planned and properly supervised.
ii) Roof work should only be undertaken by workers who are physically and
psychologically fit and have the necessary knowledge and experience for such
work.
iii) Work on roofs shouldn't be carried on in weather conditions that threaten the
safety of workers.
iv) Crawling boards, walkways and roof ladders should be securely fastened to a
firm structure.
v) Roofing brackets should fit the slope of the roof and be securely supported.
vi) Where it is necessary for a person to kneel or crouch near the edge of the roof,
necessary precautions should be taken.
vii) On a large roof where work have to be carried out at or near the edge, a simple
barrier consisting of crossed scaffold tubes supporting a tubing guardrail may
be provided.
viii) All covers for openings in roofs should be of substantial construction and be
secured in position.
ix) Roofs with a pitch of more than 10 should be treated as sloping.
x) When work is being carried out on sloping roofs, sufficient and suitable crawling
boards or roof ladders should be provided and firmly secured in position.
xi) During extensive work on the roof, strong barriers or guardrails and toe-boards
should be provided to stop a person from falling off the roof.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 157 of 192


xii) Where workers are required to work on or near roofs or other places covered
with fragile material, through which they are liable to fall, they should be
provided with suitable roof ladders or crawling boards strong enough and when
spanning across the supports for the roof covering to support those workers.
xiii) A minimum of two boards should be provided so that it is not necessary for a
person to stand on a fragile roof to move a board or a ladder, or for any other
reason.
6.8.3 Work on tall chimneys
i) For the erection and repair of tall chimneys, scaffolding should be provided. A
safety net should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the
chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in
position as a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the
chimney should not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by
falling objects.
vi) For climbing tall chimneys, access should be provided by:
(a) stairs or ladders;
(b) a column of iron rungs securely embedded in the chimney wall;
(c) Other appropriate means.
vii) When workers use the outside rungs to climb the chimney, a securely fastened
steel core rope looped at the free end and hanging down at least 3 m should be
provided at the top to help the workers to climb on to the chimney.
viii) While work is being done on independent chimneys the area surrounding the
chimney should be enclosed by fencing at a safe distance.
ix) Workers employed on the construction, alteration, maintenance or repair of tall
chimneys should not:
a) work on the outside without a safety harness attached by a lifeline to a
rung, ring or other secure anchorage;
b) put tools between the safety harness and the body or in pockets not
intended for the purpose;
c) haul heavy materials or equipment up and down by hand to or from the
workplace on the chimney;
d) fasten pulleys or scaffolding to reinforcing rings without first verifying their
stability;
e) work alone;
f) climb a chimney that is not provided with securely anchored ladders or
rungs;
g) Work on chimneys in use unless the necessary precautions to avoid
danger from smoke and gases have been taken.
x) Work on independent chimneys should not be carried on in high winds, icy
conditions, fog or during electrical storms.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 158 of 192


6.9 HANDLING AND LIFTING EQUIPMENT:
6.9.1 General Provisions
Following are the general guidelines to be followed with regard to all types of
handling and lifting equipment in addition to the guidelines for specific type of
equipments dealt later on.
i) There should be a well-planned safety programme to ensure that all the lifting
appliances and lifting gear are selected, installed, examined, tested,
maintained, operated and dismantled with a view to preventing the occurrence
of any accident;
ii) All lifting appliances shall be examined by competent persons at frequencies as
specified in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley
blocks, slings, U-clamps, D-shackles etc. before putting them in use.
iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles
should be got verified and certificates obtained from competent authorities
before its use. The safe working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's
recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity,
boom length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the
radius of the boom and underneath the load.
ix) While loading, unloading and stacking of pipes, proper wedges shall be placed
to prevent rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is
moving or lifting the load, the trained rigger should be there for keeping a vigil
against hitting any other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be
avoided. If unavoidable to do erection in night, operator and rigger should be
fully trained for night signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom
should either be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while
lifting, to the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of
overhead electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting
appliance, which may affect the safety of the appliance without the permission
and supervision of the competent person.
6.9.2 Hoists
i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 159 of 192


ii) The enclosure of hoist shafts, except at approaches should extend where
practicable at least 2mt above the floor, platform or other place to which access
is provided except where a lesser height is sufficient to prevent any person
falling down the hoistway and there is no risk of any person coming into contact
with any moving part of the hoist, but in no case should the enclosure be less
than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and,
in the case of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided
above the top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely
braced, guyed and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if
no other ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the heaviest load that
they will have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as
the platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control
handle is not held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not
designed for the conveyance of persons.
xi) Winches should not be fitted with pawl and ratchet gears on which the pawl
must be disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they
will have to carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform
with the maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should
be a locking arrangement preventing the cage or platform from moving while
any worker is in or on it.
xv) On sides not used for loading and unloading, hoist platforms should be
provided with toe-boards and enclosures of wire mesh or other suitable material
to prevent the fall of parts of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should
be provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made
of specially constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible
characters:
(a) on all hoists:
· on the platform: the carrying capacity in kilograms or other appropriate
standard unit of weight;
· on the hoisting engine: the lifting capacity in kilograms or other
appropriate standard unit of weight;

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 160 of 192


(b) on hoists authorised or certified for the conveyance of persons:
· on the platform or cage: the maximum number of persons to be
carried at one time;
(c) on hoists for goods only:
· on every approach to the hoist and on the platform: prohibition of use
by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so
constructed as to prevent any person from falling out or being trapped between
the cage and any fixed part of the structure when the cage gate is shut, or from
being struck by the counterbalance weight or by articles or materials tailing
down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted
with devices which ensure that the gate cannot be opened except when the
cage is at a landing and that the gate must be closed before the cage can move
away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing
place to the cage should be fitted with devices to ensure that the gate cannot
be opened except when the cage is at that landing place, and that the cage
cannot be moved away from that landing place until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks
i) Derricks should be erected on a firm base capable of taking the combined
weight of the crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
iii) Electrically operated derricks should be effectively earthed from the sole plate
or framework.
iv) Counterweights should be so arranged that they do not subject the backstays,
sleepers or pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between
the wheels;
b) they should be equipped with struts to prevent them from dropping if a
wheel breaks or the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the
manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of
the crane.
Guy derricks
i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor
plates in concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced
approximately equally.
iii) The spread of the guys of a guy derrick crane from the mast should not be
more than 450 from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle
or other device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from
swinging.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 161 of 192


6.9.4 Gin poles
i) Gin poles should:
(a) be straight;
(b) consist of steel or other suitable metal;
(c) be adequately guyed and anchored;
(d) be vertical or raked slightly towards the load;
(e) be of adequate strength for the loads that they will be required to lift/move.
ii) Gin poles should not be spliced and if a gin pole is composed of different
elements, they should be assembled in conformity with their intrinsic material
strength.
iii) Gin poles should be fastened at their feet to prevent displacement in operation. iv)
Gin poles, which are moved from place to place and re-erected, should not be
taken into use again before the pole, lifting ropes, guys, blocks and other parts
have been inspected, and the whole appliance has been tested under load.
v) When platforms or skips are hoisted by gin poles, precautions should be taken
to prevent them from spinning and to provide for proper landing.
6.9.5 Tower cranes
i) Where tower cranes have cabs at high level, persons, capable and trained to
work at heights, should only be employed as crane operators.
ii) The characteristics of the various machines available should be considered
against the operating requirements and the surroundings in which the crane will
operate before a particular type of crane is selected.
iii) Care should be taken in the assessment of wind loads both during operations
and out of service. Account should also be taken of the effects of high
structures on wind forces in the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing
capacity. Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm
and level. Tower cranes should only operate on gradients within limits specified
by the manufacturer. Tower cranes should only be erected at a safe distance
from excavations and ditches.
vi) Tower cranes should be sited where there is clear space available for erection,
operation and dismantling. As far as possible, cranes should be sited so that
loads do not have to be handled over occupied premises, over public
thoroughfares, other construction works and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could
touch any part of the other crane, there should be direct means of
communication between them and a distinct warning system operated from the
cab so that one driver may alert the other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken
into use.
ix) The climbing operation of climbing tower cranes should be carried out in
accordance with manufacturers' instructions. The free-standing height of the
tower crane should not extend beyond what is safe and permissible in the
manufacturers' instructions.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 162 of 192


x) When the tower crane is left unattended, loads should be removed from the
hook, the hook raised, the power switched off and the boom brought to the
horizontal. For longer periods or at times when adverse weather conditions are
expected, out of service procedures should be followed. The main jib should be
slewed to the side of the tower away from the wind, put into free slew and the
crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on
the tower crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name
boards or other items liable to catch the wind should not be mounted on a tower
crane other than in accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling
operations or other duties, which could impose excessive loading on the crane
structure.
6.9.6 Lifting ropes

i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a
work platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for
other vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.
6.10.4 Always expect the unexpected and be a defensive driver.
6.10.5 Drive carefully during adverse weather and road conditions.
6.10.6 Read the road ahead and ride to the left.
6.10.7 Be extra cautious at nights. Keep wind screens clean and lights in working
condition.
6.10.8 All vehicles used for carrying workers and construction materials must undergo
predictive/preventive maintenance and daily checks
6.10.9 Driver with proper valid driving license shall only be allowed to drive the vehicle
6.10.10 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.
6.10.11 While reversing the vehicles, help of another worker should be ensured at all times
6.10.12 An unattended vehicle should have the engine switched off
6.10.13 Wherever possible one-way system shall be followed
6.10.14 Barriers/fixed stops should be provided for excavation/openings to prevent fall of
vehicle
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should always be lowered before driving the vehicle off.
6.10.17 Signs/signals/caution boards etc. should be provided on routes.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 163 of 192


6.11 ELECTRICAL
6.11.1 General Provisions
i) Only persons having valid licenses should be allowed to work on electrical
facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable,
special care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out
maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including
Portable ones prior to taking into service.
ix) Make sure that electrical switchboards, portable tools, equipments (like grinding
machine etc.) don't get wet during their usage. If it happens, stop the main
supply, make the tools dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably
protected from rain and the level of same should be high enough to avoid
contact with water due to water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug
tops.
xv) All power supply cables should be laid properly and neatly so that they don't
cause hindrance to persons working and no physical damage also takes place
to the cables during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size
and adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per
area classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at
crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary
cables should be laid at least 750 mm below ground and cable markers should
be provided. Proper sleeves should be provided at road crossings. In case
temporary cables are to be laid on wooden poles/steel poles, the minimum
cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules
and relevant acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or
improper insulated joints.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 164 of 192


xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be
marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary
switch boards being used for construction purposes. Don't use water for fighting
electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and
maintained as to prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves,
insulating mats, hoods etc. to be done/witnessed along with maintaining a
register at site signed by competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms
or from handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in
contact with live conductors and the restoration of persons suffering from
electric shock;
c) specifying the person to be notified in case of electrical accident or
dangerous occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to
avoid damage or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered
wherever installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage
Circuit Breaker (ELCB), when installed, protects a human being to the widest
extent. RCCB or ELCB should be provided as per Indian Electricity Rules.
6.11.2 Inspection and maintenance
i) All electrical equipment should be inspected before taking into use to ensure
suitability for its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should
make a careful external examination of the equipment and conductors,
especially the flexible cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical
equipment should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to
remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on
again;
c) the conductors or the equipment should be tested to ascertain that they are
dead;
d) the conductors and equipment should be earthed and short-circuited;

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 165 of 192


e) neighboring live parts should be adequately protected against accidental
contact.
v) After work has been done on conductors and equipment, the current should
only be switched on again on the orders of a competent person after the
earthing and short-circuiting have been removed and the workplace reported
safe.
vi) Electricians should be provided with approved and tested tools, and personal
protective equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a
proof of the contrary.
viii) When work has to be done in dangerous proximity to live parts the current
should be cut off. If for operational reasons this is not possible, the live parts
should be fenced off or enclosed by qualified staff from the sub-station
concerned.
6.11.3 Testing
i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be
carried out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against
mechanical damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General
The isolated nature of offshore installations are hazardous. They call for greater need
for safety and survival at offshore. Safety at offshore is safety of installations and
safety of personnel. Safety problems and accidents at offshore have high risks due to
limited space, helicopter operation, sea transport etc. Following are the general
safety guidelines to be followed in addition to the safety guidelines stipulated for
specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of
self-control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be
followed at offshore, evacuation system etc. All personnel should wear overall
(dangri), helmet and shoes for personnel protection.
iii) In case of emergency, workers should follow instruction of Field Production
Superintendent (F.P.S.) In certain cases instructions may be given to abandon
the offshore installation and evacuate the persons to safe location.
iv) To overcome above problems, offshore personnel must receive training for
using life saving appliances and other personal survival techniques.
v) Any person working at offshore should have one person as standby for any
eventuality.
6.12.2 Drilling Rigs
i) Location of jack up rigs should not be less than 5 Kms from shipping route.
Orientation of the rig, wind direction etc are required for safe landing of
helicopter. Information w.r.t. sea currents, wind speed, Hi-lo tide etc are
required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 166 of 192


iii) Radio and other communication facilities should be such to maintain contact
with base all times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be
in good condition and tensions in various toeing lines should be constantly
monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed
preferably in day light.
6.12.3 Drilling
i) In view of CO2 and H2S gas cut from well, effective ventilation should be
provided where drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation
system.
iii) Suitable sensors for H2S and Methane should be function tested time to time
and suitable colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in
particular, basket transfer of passengers. Persons engaged in
loading/unloading of materials should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like
winches, cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be
available between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking
off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should
have rigid and fixed guard rails at least one meter high and should have one
intermediate rail midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid
blow out.
xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%)
concentration in air, a person should not be exposed for more than 8 hours, If
concentration is more, then breathing apparatus should be used. Corrosion of
equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continuously used.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 167 of 192


6.12.4 Production Platforms
i) In case hydrocarbon is released due to overpressure, leak, overflow, gas blow
etc., shut down process to stop flow of hydrocarbon. Prevent ignition of
released hydrocarbon and in case of fire shut in the process complex and follow
emergency contingency plan.
ii) Sub surface safety valve (SSSV)) below the well head should be actuated
during uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed
port/ flange etc., in the well head area. It should not be in "mechanical override"
or bypassed from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in
"normal position" from shutdown panels. A record of status of switches
normal/bypassed in auto-con* panels (PSH, PSL, LSL, ILSL) should be
maintained.
* Shut Down Panels
vi) Welders rectifier set and electrical connections to it should be checked and
approved by electrical-in- charge for proper electrical safely.
vii) "SCADA" telementry system if available should be operational for remote
opening and closing of wells at unmanned platforms (through RPMC).
viii) Local ESD/FSD (near the work site) should be provided for jobs of very critical
nature, so that the persons working can access it immediately in emergency for
safety. Safety officer should judge the requirement & inform FPS for the same.
ix) Railings and Gratings etc. in and around work area should be O.K. and
inspected to avoid slippage of man into sea.
x) Emergency shut down (ESD) system is initiated when an abnormal condition is
detected. ESD should be checked once in six months.
xi) Platform should be manned round the clock.
xii) Welding and cutting work should be regulated by hot work permit.
xiii) All detectors should be calibrated as per recommendation of the manufacturer.
xiv) No system should be by-passed which affects the system of platform.
xv) In H2S field platforms, due care shall be taken as per recommendations.
xvi) Follow the instructions of F.P.S. during stay at platform
6.12.5 Fire Prevention And Control
i) Provision be made for safe handling and storage of dirty rags, trash, and waste
oil. Flammable liquids and chemicals applied on platform should be
immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and
cutting should be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas
engines which are potential source of ignition in the event of failure.
v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector
should be function tested once in three months.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 168 of 192


vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and
sprinkler system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system
is not effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control station, fire alarms and
fire detectors, deluge valves and sprinkler, fire extinguishing appliances,
fireman outfit and ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances
i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are
used in offshore.
ii) No. of life boats on one installation should have a capacity to accommodate
twice the number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the
sea.
viii) All life saving appliances should be inspected by the MMD surveyor/ sr. officials
once a year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent
authority,
6.12.7 Safety Precautions during Helicopter Transportation
i) Passenger briefing regarding safety rules while travelling in helicopter should
be carried out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter
is to ditch into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched
on the deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its
parameter. Closest super structure above the helideck should have red
obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/
towards helicopter

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 169 of 192


6.13 DEMOLITION
6.13.1 General provisions
i) When the demolition of any building or structure might present danger to
workers or to the public:
(a) necessary precautions, methods and procedures should be adopted,
including those for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of
a competent person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever
possible;
(b) details of the previous use should be obtained to identify any possible
contamination and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems
and risks associated with flammable substances and substances
hazardous to health. The survey should note the type of ground on which
the structure is erected, the condition of the roof trusses, the type of
framing used in framed structures and the load-bearing walls;
(d) a method of demolition should be formulated after the survey and
recorded in a method statement having taken all the various
considerations into account and identifying the problems and their
solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as
necessary, capped or otherwise controlled at or outside the construction site
before work commences.
iv) If it is necessary to maintain any electric power, water or other services during
demolition operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately
fenced off and sign posted. To protect the public a fence 2m high should be
erected enclosing the demolition operations and the access gates should be
secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health
should be decontaminated. Protective clothing and respiratory devices should
be provided and worn.
vii) Where plant has contained flammable materials, special precautions should be
taken to avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may
contain flammable materials. Any residual flammable material in the plant
should be rendered safe by cleaning, purging or the application of an inert
atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the
stability of other parts.
x) Demolition activities should not be continued under adverse climatic conditions
such as high winds, which could cause the collapse of already weakened
structures.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 170 of 192


xi) To prevent hazards parts of structures should be adequately shored, braced or
otherwise supported.
xii) Structures should not be left in a condition in which they could be brought down
by wind pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert
engineering advice should be obtained, and:
(a) it should only be used where the whole structure is to come down
because it relies on the removal of key structural members to effect a total
collapse;
(b) it should only be used on sites that are fairly level and where there is
enough surrounding space for all operatives and equipment to be
withdrawn to a safe distance.
xiv) When equipment such as power shovels and bulldozers are used for
demolition, due consideration should be given to the nature of the building or
structure, its dimensions, as well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at
least one-and-a-half times the height of the building or structure should be
maintained around the points of impact.
6.13.2 Demolition of structural steelwork
i) All precautions should be taken to prevent danger from any sudden twist, spring
or collapse of steelwork, ironwork or reinforced concrete when it is cut or
released.
ii) Steel construction should be demolished tier by tier.
iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY
6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be
cordoned off.
6.14.3 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.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when
there is little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited
during exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 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.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried
by public transport like bus, train etc.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 171 of 192


6.14.13 Radiography sources and cameras, when not in use, should be stored inside a
source pit with lock and key arrangement as approved by BARC. 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.
6.14.14 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.
6.15 SAND/SHOT BLASTING/ SPRAY PAINTING
6.15.1 Sand blasting should be used only after approval from competent person.
6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and
positioned away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the
work place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor
to be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the
same to be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including
mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to
rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.
6.16 WORK ABOVE WATER
6.16.1 General Provisions
i) Where work is done over or in close proximity to water & where possibility of
drowning exists, provision should be made for:
a) Preventing workers from falling into water;
b) The rescue of workers in danger of drowning;
c) Safe and sufficient transport.
ii) Provisions for the safe performance of work over or in close proximity to water
should include, where appropriate, the provision and use of suitable and
adequate:
a) fencing, safety nets and safety harnesses;
b) lifebuoys, life jackets and manned boats;
c) protection against such hazards as reptiles and other animals.
iii) Gangways, pontoons, bridges, footbridges and other walkways or work places
over water should:
a) possess adequate strength and stability;
b) be sufficiently wide to allow safe movement of workers;
c) have level surfaces free from tripping hazards;
d) be adequately lit when natural light is insufficient;
e) where practicable and necessary, to prevent danger, be provided with toe-
boards, guard rails, hand ropes etc.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 172 of 192


f) be secured to prevent dislodgment by rising water or high winds;
g) if necessary, be equipped with ladders which should be sound, of sufficient
strength and length and be securely lashed to prevent slipping.
iv) All deck openings including those for buckets should be fenced.
6.16.2 Rescue & Emergency procedures
i) Persons who work over water should be provided with some form of buoyancy
aid. Life jackets should provided sufficient freedom of movement, have sufficient
buoyancy to bring persons to the surface and keep them afloat face upwards, be
easily secured to the body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.
7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS
In addition to general safety precautions as outlined above for the activities in Clause
6.0, following additional safety precautions need to be taken for the sites within the
operating area or nearby, where presence of Hydrocarbons cannot be ruled out.
i) No job shall be carried out without a valid permit. Permit should be in line with
OISD-STD-105 "Work Permit System".
ii) Smoking should be prohibited in all places containing readily combustible or
flammable materials and "No Smoking" notices be prominently displayed.
iii) In confined spaces and other places where flammable gases, vapours or dusts
can cause danger, following measures should be taken:
(a) only approved type electrical installations and equipment, including
portable lamps, should be used;
(b) there should be no naked flames or source of ignition;
(c) oily rags, waste and clothes or other substances liable to spontaneous
ignition should be removed without delay to a safe place;
(d) ventilation should be provided.
iv) Regular inspections should be made of places where there are fire risks. These
include the vicinity of heating appliances, electrical installations and conductors,
stores of flammable and combustible materials, welding and cutting operations.
v) Welding, flame cutting and other hot work should only be done after issuance of
work permit in line with the requirement of OISD-STD-105 after appropriate
precautions, as required, are taken to reduce the risk of fire. For carrying out
other jobs also, OISD-STD-105 should be followed strictly.
vi) Fire-extinguishing equipment should be well maintained and inspected at
suitable intervals by a competent person. Access to fire-extinguishing
equipment such as hydrants, portable extinguishers and connections for hoses
should be kept clear at all times.
vii) All supervisors and a sufficient number of workers should be trained in the use
of fire-extinguishing equipment, so that adequate trained personnel are readily
available during all working periods.
viii) Audio means to give warning in case of fire should be provided where this is
necessary to prevent danger. Such warning should be clearly audible in all
parts of the site where persons are liable to work. There should be an effective
evacuation plan so that all persons are evacuated speedily without panic and
accounted for and all plant and processes shut down.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 173 of 192


ix) Notices should be posted at conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and address of the nearest emergency services.
x) The work site shall be cleared of all combustible materials, as Sparks and
molten metal coming from the welding job can easily ignite combustible
materials near or below the welding site. If the combustible materials cannot be
removed from the area, the same shall be properly shielded.
xi) A dry chemical type fire extinguisher shall be made available in the work area.
Also fire protection facilities like running hoses etc. as per permit should be
complied with.
xii) Wherever required, welding screens shall be put up to protect other equipment
in adjoining areas against flying sparks. Material used should be
metal/asbestos/water curtain.
xiii) Welding or cutting of vessels/ equipments used in Hydrocarbon/ hazardous
chemicals shall be done after proper gas freeing and verifying the same with
the explosive-meter.
xiv) The confined space/equipment shall be gas freed and cleaned.
xv) Absence of any toxic gas and any flammable gas above explosion limit shall be
ensured with the help of gas detection instrument and explosive meter
respectively.
xvi) Used and hot electrode stubs shall be discarded in a metal bucket.
xvii) Use approved and certified flame arrestors for vehicles.
xviii) Work permit to be obtained, if construction work is carried out within existing
operating area.
8.0 FIRST AID
First aid facilities should be provided in line with various statutory regulations like
factory act etc. However following care should be taken:
i) First aid, including the provision of trained personnel should be ensured at work
sites. Arrangement should be made for ensuring the medical attention of the
injured workers. First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at
the construction site.
iii) 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.
iv) First-aid kit or boxes should not keep anything besides material for first aid in
emergencies.
v) First-aid kits and boxes should contain simple and clear instructions to be
followed, be kept under the charge of a responsible person qualified to render
the first aid and be regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-
aid personnel should be proficient in the use of resuscitation and other life
saving techniques and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 174 of 192


9.0 DOCUMENTATION
The intention of keeping documentation of all types of accident(s) is to prevent
recurrence of similar accident(s). All accidents should be reported as per OISD
Guidelines (OISD-GDN-107) and Factories act, 1948.
All accidents (major, minor or near miss) should be investigated, analysed and
recommendations should be documented along with implementation status.
All related data should be well-documented and further analysis highlighting the
major cause(s) of accidents be done. This will help in identifying thrust areas and
training needs for prevention of accidents.
10.0 SAFETY AWARENESS & TRAINING
Safety awareness to all section of personnel ranging from site-in-charge to workmen
helps not only preventing the risk but also build up the confidence. Time and
expenditures also get saved as a result.
Safety awareness basically seeks to persuade/inform people on safety besides
supplementing skill also. Awareness programme may include followings:
i) Poster: Posters with safety slogan in humorous, gruesome demonstrating
manner may be used to discourage bad habits attributable to accidents by
appealing to the workers' pride, self-love, affection curiosity or human aspects.
These should be displayed in prominent location(s).
ii) Safety Sign Boards: Different type of message of cautioning, attention, notice
etc. should be displayed at the appropriate places for learning/ awareness of
the workmen while working at site.
iii) Films & Slides: Film(s) narrating the accident including the causes and possible
remedial ways of preventing the recurrence of a similar accident should be
displayed at regular intervals. Slides consisting main points of the film show
may also be shown to workers.
iv) Talks, lectures & conferences: The success of these events would depend
much on audience's understandings of the speaker (s). The speakers are to be
knowledgeable and good presenter. Speakers should know to hold the
attention and to influence the audiences.
v) Competitions: Organise competition(s) between the different deptts/categories
of workers. The sense of reward/recognition also will improve safety awareness
and result in enhancing safety levels.
vi) Exhibitions: Exhibitions also make the workers acquainted with hazards and
means of preventive measures.
vii) Safety Publication: Safety publications including pocket books dealing with
ways of investigation and prevention in the field of safety and so on, may be
distributed to workers to promote the safety awareness.
viii) Safety Drives: From time to time, an intensive safety drive by organising a
safety day or a safety week etc. should be launched.
ix) Training: Training for covering the hazards for different trade should be
imparted. Training should also include the specific hazards related to a job in
addition to the general safety training as has been dealt in various chapters and
should include all workers. Reference may be drawn from OISD-STD-154.

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 175 of 192


11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
iii) Safety & Health in Construction by ILO
iv) The Building & Other Construction Workers (Regulation, Employment and
Conditions of Service) Act 1996

*******************************

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 176 of 192


ANNEXURE - I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF INDIAN


STANDARDS

Sr. No Code No. Title


01. IS : 818 Code of Practice for Safety and Health Requirements in
Electric and Gas Welding and Cutting Operations - First
Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry
walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type - Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding - First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry
walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
-Second Revision.
08. IS : 2361 Specification for Building Grips - First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets - First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations - First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 - Part I Safety Code for Scaffolds and Ladders : Part I - Scaffolds.
14. IS : 3696 - Part II Safety Code for Scaffolds and Ladders : Part II - Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings - First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards -First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors - First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 177 of 192


27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 - Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 - Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and
around building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places

*******************************

APPENDIX-III - SAFETY PRACTICE DURING CONSTRUCTION Page 178 of 192


APPENDIX-IV

FORM OF CONTRACT

CONTRACT NO.:

THIS CONTRACT made at New Delhi this ………….. day of 200 BETWEEN INDIAN
OIL CORPORATION LTD., a Government of Indian Undertaking registered in India under
the Indian Companies Act-1956, having its registered Office at G-9, Ali Yavar Jung Marg,
Bandra (East), Mumbai-400051 and the Head Office of its Refineries Division of Indian Oil
Corporation Ltd. (Refineries Division), at Scope Complex, Core-2, 4th Floor, 7 Institutional
Area, Lodhi Road, New Delhi-110003 (hereinafter referred to as the “OWNER” which
expression shall include its successors and assigns) of the One Part;
AND
, a Company registered in India under the Indian Companies Act
1913/1956 having its registered office at (hereinafter referred to as
the “CONTRACTOR”) of the other part :
WHEREAS
WHEREAS the OWNER issued Tender No. for Residual Process Design,
Detailed Engineering, Procurement, Supply, Transportation, Storage, Fabrication,
Construction, Installation, Testing, Pre-commissioning, Commissioning, Performance,
Guarantee Test Run and handing over of Unit for the of
Indian Oil Corporation Ltd. at .
AND WHEREAS the Contract with respect to the said Tender has been awarded to the
CONTRACTOR, pursuant whereto, the CONTRACTOR has to make supplies of materials
and to execute works and to undertake services with the use of the said material as more
specifically mentioned and described in the Contract Documents as hereinafter defined.
AND WHEREAS it is desirable to have a formal Document setting out the documents which
comprise the Contract and determining certain other aspects as hereinafter appearing.

NOW, THEREFORE, THIS CONTRACT WITNESSETH as follows:

ARTICLE 1
CONTRACT DOCUMENTS
1.1 The Contract Document shall comprise the following:
(i) Letter Inviting Bid/Invitation to Bidder
(ii) Instructions to Bidder
(iii) General Conditions of Contract
(iv) Special Conditions of Contract (including the Scope of Work and Time
Schedule)
(v) Specifications
(vi) Plans Exhibits to

APPENDIX-IV - FORM OF CONTRACT Page 179 of 192


(vii) Drawings Exhibits to
(viii) Form of Contract
(ix) Form of Bid, including formats attached to the Form of Bid as embodied in the
CONTRACTOR’s final bid.
(x) Form of Schedule of Payment as embodied in the CONTRACTOR’s final bid.
(xi) Addendum/Addenda to the Bid Documents
(xii) Notification of Acceptance of Bid
(xiii) Detailed Letter of Acceptance (including Statement of Agreed Variations and
other enclosures/annexures to the Detailed Letter of Acceptance).

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 Detailed Letter of
Acceptance of Tender alongwith Annexures thereto and a copy of Notification of
Acceptance of Bid dated……………….are annexed hereto & said copies have been
collectively marked as Annexure-‘B’.

1.3 Where the CONTRACTOR is a Consortium of one or more entities or persons, all
members of the Consortium shall be jointly and severally liable for the performance
of the Contract and of all obligations of the CONTRACTOR arising under the
Contract and for the discharge of all the CONTRACTOR’s liabilities to the OWNER
under or in respect of the Contract and any claim of the OWNER without any
limitation of liability as between the OWNER and the members aforesaid,
notwithstanding the existence of any agreement between the said members inter se
limiting the liability of any member for or in the performance of any duties or
obligations under the Contract.

ARTICLE 2
SERVICES, SUPPLIES AND WORK
2.1 The CONTRACTOR shall make the Supplies specified in the Contract Documents
upon the terms and conditions and within the time specified in the Contract
Documents.
2.2 The CONTRACTOR shall undertake the works and perform the services specified in
the Contract Documents upon the terms and conditions and within the time specified
in the Contract documents.

ARTICLE 3
PRICE AND COMPENSATION
3.1 Subject to and upon the terms and conditions contained in the Contract Documents,
the OWNER shall pay CONTRACTOR the price for the said supplies and
Compensation for the said works and services as specified in respect to each in the
Contract Documents upon the satisfactory completion of the said supplies and
satisfactory performance of the services and/or otherwise as may be specified in this
behalf in the Contract Documents.

APPENDIX-IV - FORM OF CONTRACT Page 180 of 192


ARTICLE 4
JURISDICTION & GOVERNING LAW
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 proceeding arising out of or relative
to the contract or any award arising therefrom, shall lie only in the Court of competent
civil jurisdiction in this behalf at New Delhi (where this Contract has been signed on
behalf of 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.
4.2 The Contract shall be governed in all aspects by the law of the Republic of India,
without application of the doctrine of Renvoi.

ARTICLE 5
ENTIRE CONTRACT
5.1 The Contract Documents mentioned in Article-1 hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering 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, contracts and/or agreements and understandings 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 Courier 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 Courier to the principal office of the CONTRACTOR at
or other address for service subsequently notified by
CONTRACTOR to the OWNER in this behalf in writing.

ARTICLE 7
WAIVER
7.0 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.

APPENDIX-IV - FORM OF CONTRACT Page 181 of 192


ARTICLE 8
NON-ASSIGNABILITY
8.0 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.

ARTICLE 9
LANGUAGE OF CONTRACT AND COMMUNICATION
9.0 The language of the Contract shall be English and all communications, drawings,
design, data, information, codes specifications and other document whatsoever
supporting the bid or otherwise exchanged under the Contract shall be in English. In
the event that any technical documentation is in any language other than English, the
document should be translated and presented to the OWNER/Engineer-in-Charge in
English and English document/translated document shall be regarded as the only
authentic document.

ARTICLE 10
GOVERNMENT OF INDIA NOT LIABLE
10.0 It is expressly understood and agreed by and between the CONTRACTOR and the
OWNER that the OWNER is entering into this agreement solely on its own behalf
and not on behalf of any other person or entity. In particular, it is expressly
understood and agreed that the Government of India is not a party to this agreement
and has no liabilities, obligations or rights thereunder. It is expressly understood and
agreed that the OWNER is an independent legal entity with power and authority to
enter into contracts, solely in its behalf under the applicable laws of India and general
principles of Contract Law. The CONTRACTOR expressly agrees, acknowledges
and understands that the OWNER is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of
India is not and shall not be liable for any acts, omissions, commissions, breaches or
other wrongs arising out of the Contract. Accordingly, CONTRACTOR hereby
expressly waives, releases and foregoes any and all actions or claims, including
cross claims, impleader claims or counter claims against the Government of India
arising out of this Contract and covenants not to sue the Government of India on any
matter, claim, cause of action or thing whatsoever arising out of or under this
Contract.

ARTICLE 11
NO LIABILITY ON DIRECTOR AND EMPLOYEE
11.0 No Director, employee, consultant or agent of the OWNER or other person
representing the OWNER or acting on behalf of the OWNER in or pursuant to the
Contract or in the discharge of any obligation to the OWNER under the Contract or
otherwise in relation to the Contract shall have any personal liability to the
CONTRACTOR or any Sub-Contractor, agent, representative, director or employee
of the CONTRACTOR or to any other person acting for or on behalf of the
CONTRACTOR and the CONTRACTOR on its own behalf and on behalf of its Sub-

APPENDIX-IV - FORM OF CONTRACT Page 182 of 192


Contractors, directors, employees, agents and representatives hereby waives and
disclaims any and all right of action which it or they may have whether under tort or
Contract or otherwise against the OWNER or any director, employee, agent,
consultant or representative of the OWNER for act of omission or commission done
or omitted to be done.

IN WITNESS WHEREOF THE PARTIES hereto have executed this Contract in


duplicate at the place, day and year first above written.

SIGNED & DELIVERED SIGNED & DELIVERED


FOR AND ON BEHALF OF FOR AND ON BEHALF OF
INDIAN OIL CORPORATION LTD
(CONTRACTOR)

BY BY

(THIS DAY OF 20 )

IN THE PRESENCE OF: IN THE PRESENCE OF :


1. 1.

2. 2.

*******************************

APPENDIX-IV - FORM OF CONTRACT Page 183 of 192


APPENDIX-V

FORM OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT

BG NO:

DATED :

VALID UPTO :

To,
Indian Oil Corporation Limited
(Refineries Division)

Dear Sirs,

In consideration of Indian Oil Corporation Limited (Refineries Division) (hereinafter called "the
Corporation" which expression shall include its successors and assigns), having agreed interalia to
consider the tender of (Name of the Tenderer)
having its Head Office/Registered Office at (Address
of the Tenderer) (hereinafter called the "Tenderer" which expression shall include its successors and
assigns), for the work of (Name of the Project/Work) at to
be awarded under Tender No. upon the Tenderer furnishing an undertaking
from the Bank as hereinafter appearing in lieu of cash deposit of the Earnest Money.

We (Name of the Bank), a Bank


constituted/Registered under the _Act, having our Head Office/Registered Office at
(hereinafter called the "Bank" which expression shall include its
successors and assigns), at the request of the Tenderer and with the intent to bind the Bank and its
successors and assigns do hereby unconditionally and irrevocably undertake to pay the Corporation
at New Delhi forthwith on first demand without protest or demur or proof or satisfaction or condition
and without reference to the Tenderer, all sums payable by the Tenderer as and by way of Earnest
Money to the Corporation, upto an aggregate limit of (Amount in figures and words).

AND THE BANK DOTH HEREBY FURTHER AGREES AS FOLLOWS :

1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full force and
effect for all claims or demands made by the Corporation on the Bank until the Corporation
discharges this Guarantee/Undertaking subject, however, that the Corporation shall have no
claims under this Guarantee/Undertaking after the midnight
of 200_ _or any written extension(s) thereof.

PROVIDED that if the aforesaid work tendered for or any part thereof shall be awarded to the
Tenderer on or before the said date, whether on the basis of accompanying tender or any
other basis, then the validity of this guarantee/undertaking shall stand automatically extended
for all claims and demands made by the Corporation for a further three months.

APPENDIX-V - FORM OF BG IN LIEU OF EARNEST MONEY DEPOSIT Page 184 of 192


2. The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in any way the liability of the Bank under this Guarantee/Undertaking at any time
and/or from time to time any wise to postpone and/or vary any of the powers, rights, and
obligations exercisable by the Corporation against the Tenderer and either to enforce or to
forbear from enforcing all or any of the terms and conditions of or governing the said Tender
and/or any contract consequent upon any award of work or the said Earnest Money Deposit
or the securities available to the Corporation or any of them and the Bank shall not be
released from its liability under these Presents and the liability of the Bank hereunder shall
remain in full force and effect notwithstanding any exercise by the Corporation of the liberty
with reference to any or all the matters aforesaid or by reason of any other act, matter or thing
whatsoever which under law relating to the sureties or otherwise which could, but for this
provision have the effect of releasing the Bank from all or any of its obligations hereunder or
any part thereof, and the Bank specifically waives any and all contrary rights whatsoever.

3. It shall not be necessary for the Corporation to proceed against the Tenderer before
proceeding against the Bank and the Guarantee/Undertaking herein contained shall be
enforceable against the Bank as principal debtor notwithstanding the existence of any other
undertaking or security for any indebtedness of the Tenderer to the Corporation and
notwithstanding that any such security shall at the time when claim is made against the Bank
or proceedings taken against the Bank hereunder, be outstanding or unrealised.

4. The amount stated by the Corporation in any demand, claim or notice made with reference to
this guarantee shall as between the Bank and the Corporation for the purpose of these
Presents be conclusive of the amount payable by the Bank to the Corporation hereunder.

5. The liability of the Bank to the Corporation under this Guarantee/Undertaking shall remain in
full force and effect notwithstanding the existence of any difference or dispute between the
Tenderer and the Corporation, the Tenderer and the Bank and/or the Bank and the
Corporation or otherwise howsoever touching these Presents or the liability of the Tenderer to
the Corporation, and notwithstanding the existence of any instructions or purported
instructions by the Tenderer or any other person to the Bank not to pay or for any cause
withhold or defer payment to the Corporation under these Presents, with the intent that
notwithstanding the existing of such difference, dispute or instructions, the Bank shall be and
remain liable to make payment to the Corporation in terms thereof.

6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding


up or dissolution or change of constitution or insolvency of the Tenderer or any change in the
legal constitution of the Bank or the Corporation.

7. Without prejudice to any other mode of service, a demand or claim or other communication
may be transmitted by the Corporation to the Bank either by post or by fax. If transmitted by
fax, the transmission shall be complete as soon as acknowledged by the Bank.

8. Notwithstanding anything contained herein:


(i) The Bank's liability under this guarantee/undertaking shall not exceed (Amount in
figures & words) ;

APPENDIX-V - FORM OF BG IN LIEU OF EARNEST MONEY DEPOSIT Page 185 of 192


(ii) This guarantee/undertaking shall remain in force upto and any
extension(s) thereof; and
(iii) The Bank shall be released and discharged from all liability under this
guarantee/undertaking unless a written claim or demand is issued to the Bank on or
before or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.

The Bank doth hereby declare that


Shri (designation) who is authorised to sign
this Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.

This_ day of 20

Yours faithfully

Signature :

Name & Designation:_

Name of the Branch:

*******************************

APPENDIX-V - FORM OF BG IN LIEU OF EARNEST MONEY DEPOSIT Page 186 of 192


APPENDIX-VI

FORM OF BANK GUARANTEE TO COVER LUMPSUM ADVANCE (MOBILISATION)

BG NO:

DATED :

VALID UPTO :

To,
INDIAN OIL CORPORATION LIMITED
(Refineries Division)

Dear Sirs,

WHEREAS Indian Oil Corporation Limited (hereinafter called "the Corporation" which expression shall
include its successor and assigns) has awarded to _(Name &
Address of the Contractor) hereinafter called "the Contractor" which expression shall include its
successors and assigns) the work of (Name of the Project/Work)
under and in terms of a Contract as evidenced by a Letter of Acceptance
No. dated issued by the Corporation to the Contractor
read with the relevant Tender Documents (hereinafter collectively called "the Contract" which
expression shall include any formal contract entered into between the Corporation and the Contractor
in supersession of the said Letter of Acceptance and all amendments and/or modifications therein or
in the terms of the said advance as herein stipulated) :

AND WHEREAS the Corporation has agreed to advance the Contractor, inter-alia, a sum of
Rs._ (Rupees_ only) (hereinafter
called "the said Advance"), upon the condition, inter-alia, that the said Advance together with interest
thereon at the rate of %( percent) per annum on the amount of the said Advance for
the time being outstanding shall without prejudice to any other mode of recovery available to the
Corporation be recoverable by the Corporation by deduction from the gross accepted amount of any
Running Account Bills and the Final Bill of the Contractor commencing from the first Running Account
Bill of the Contractor, and meanwhile, the said Advance shall be secured by an undertaking from a
Bank as hereinafter appearing.

We_ (Name of the Bank), a body registered/constituted under the


Act, having Registered Office/Head Office
at (hereinafter called the "Bank" which expression shall include
its successors and assigns), at the request of the Contractor and with the intent to bind the Bank and
its successors and assigns, do hereby unconditionally and irrevocably undertake to pay the
Corporation at New Delhi forthwith on first demand without protest or demur or proof or satisfaction

APPENDIX-VI - FORM OF BG TO COVER LUMPSUM ADVANCE (MOBILISATION) Page 187 of 192


and without reference to the Contractor, any and all amounts demanded from us by the Corporation
with reference to this Undertaking upto an aggregate limit of Rs._ (Rupees
only) and interest thereon at the rate
hereinabove provided.

AND the Bank doth hereby further agrees as follows : -

i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid and
irrevocable for all claims of the Corporation upon the Bank made up to the midnight
of _provided that the Bank shall upon the written request of the Corporation
made upon the Bank at any time within 6 (six) months from the said date extend the validity of
the Bank Guarantee by a further 6 (six) months so as to enable claims to be made under this
Guarantee by a further 6 (six) months from the said date with the intent that the validity of this
Guarantee shall automatically stand extended by a further 6 (six) months upon such request
by the Corporation.
ii) The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in any way the liability of the Bank under this guarantee/undertaking, at any time
and/or from time to time to amend or vary the contract and/or any of the terms and conditions
thereof or relative to the said Advance and/or to extend time for performance of the said
contract in whole or part and/or payment of the said Advance in whole or part or to postpone
for any time and/or from time to time any of the said obligations of the Contractor and/or the
rights, remedies or powers exercisable by the Corporation against the Contractor and either
to enforce or forbear from enforcing any of the terms and conditions of or governing the said
Contract and/or the said Advance, or the securities, available to the Corporation and the Bank
shall not be released from its liability under these Presents and the liability of the Bank shall
remain in full force and effect notwithstanding any exercise by the Corporation of the liberty
with reference to any or all the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, act or omission on the part of the Corporation or any
indulgence by the Corporation to the Contractor or of any other act, matter or thing
whatsoever which under any law could (but for this provision) have the effect of releasing the
Bank from its liability hereunder or any part thereof and the Bank hereby specifically waives
any and all contrary rights whatsoever.
iii) The obligations of the Bank to the Corporation hereunder shall be as principal to principal and
shall be wholly independent of the Contract and it shall not be necessary for the Corporation
to proceed against the Contractor before proceeding against the Bank and the
guarantee/undertaking herein contained shall be enforceable against the Bank as Principal
debtor notwithstanding the existence of any undertaking or security for any indebtedness of
the Contractor to the Corporation (including relative to the said Advance) and notwithstanding
that any such undertaking or security shall at the time when claim is made against the bank or
proceedings taken against the Bank hereunder, be outstanding or unrealised.
iv) As between the Bank and the Corporation for the purpose of this undertaking, the amount
stated in any claim, demand or notice made by the Corporation on the Bank with reference to
this undertaking shall be final and binding upon the Bank as to be the amount payable by the
Bank to the Corporation hereunder.

APPENDIX-VI - FORM OF BG TO COVER LUMPSUM ADVANCE (MOBILISATION) Page 188 of 192


v) The liability of the Bank to the Corporation under this undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Contractor and
the Corporation, the Contractor and/or the Bank and/or the Bank and the Corporation or
otherwise howsoever touching or affecting these presents or the liability of the Contractor to
the Corporation, and notwithstanding the existence of any instructions or purported
instructions by the Contractor or any other person to the Bank not to pay or for any cause
withhold or defer payment to the Corporation under these presents, with the intent that
notwithstanding the existence of such difference, dispute or instruction, the Bank shall be and
remain liable to make payment to the Corporation in terms hereof.

vi) This undertaking shall not be determined or affected by any change in the constitution of the
Bank or that of the Contractor or the Corporation or any irregularity in the exercise of
borrowing powers by or on behalf of the Contractor.

vii) Without prejudice to any other mode of service, a demand or claim or other communication
may be transmitted by the Corporation to the Bank either by post or by fax. If transmitted by
fax, the transmission shall be complete as soon as acknowledged by the Bank.

viii) Notwithstanding anything contained herein:

(i) The Bank's liability under this guarantee/undertaking shall not exceed
(Amount in figures
& words);

(ii) This guarantee/undertaking shall remain in force upto_ and any


extension(s) thereof; and

(iii) The Bank shall be released and discharged from all liability under this
guarantee/undertaking unless a written claim or demand is issued to the Bank on or
before _or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.
ix) The Bank doth hereby declare that Shri who is the
(designation) of the Bank is authorised to sign this undertaking on
behalf of the Bank and to bind the Bank thereby.

Yours faithfully,

Signature :
Name & Designation:_

Name of the Branch:


Dated:_

*******************************

APPENDIX-VI - FORM OF BG TO COVER LUMPSUM ADVANCE (MOBILISATION) Page 189 of 192


APPENDIX-VII

FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT

Indian Oil Corporation Limited


(Refineries Division)

Dear sir,

In consideration of Indian Oil Corporation Limited (Refineries Division) (hereinafter called the
Corporation which expression shall include its successors and assigns) having awarded certain Work
for and relative to the installation of a (Name of Project) at of the Corporation to (Name &
address of Contractor) (hereinafter called the “CONTRACTOR”) upon certain terms and conditions
mentioned in the Corporation’s Letter of Acceptance No. ……….. Dated …………… read with the
CONTRACTOR’s bid and the relative Bid Documents (hereinafter collectively called the “Contract”
which expression shall include any formal Contract entered into between the Corporation and the
CONTRACTOR in supersession of the said Letter of Acceptance and all amendments and/or
modifications in the Contract) inclusive of the condition that the Contractor shall cause to be furnished
a Bank Guarantee from a Scheduled Bank in India (which includes the Indian Branch of a foreign
Bank acceptable to the Corporation) as hereinafter appearing in lieu of cash Security deposit.

We ………………. (Name of the Bank) a body corporate registered/constituted under the laws
of………………….. (hereinafter called the “BANK” which expression shall include its successors and
assigns) with the intent to bind the Bank and its successors and assigns, do hereby unconditionally
and irrevocably undertake to pay the Corporation at the project office of the Indian Oil Corporation at
New Delhi on first demand in writing without protest or demur or proof of condition any and all
amounts from time to time demanded by the Corporation from the Bank with reference to this
Guarantee/Undertaking upto an aggregate limit of US $ ……………………. (United States Dollars
…………………………….. only) and Indian Rupees ……………………….. (Rupees
…………………………….. only).

AND the Bank doth hereby further agree as follow :

(i) The Guarantee/Undertaking herein contained shall remain in full force and effect during
the entire period that would be taken for the performance for the Contract and until the
claims of the Corporation relative thereto are satisfied and/or discharged and the
Corporation accordingly discharges this Guarantee/Undertaking subject, however, that
the Corporation shall have no claim under this Guarantee/Undertaking after midnight of
…….. 200 , unless a notice of the claim under this Guarantee/ Undertaking has been
served on the Bank before the expiry of the said date, in which event the same shall be
valid notwithstanding that the same is enforced after the expiry of the said date, provided
that the Bank shall upon the written request of the Corporation made at any time within 6
(six) months after the expiry of the said date extend this Guarantee/Undertaking for a
further 6 (Six) months from the said date within which the Corporation may make a
demand.

APPENDIX-VII - FORM OF BG TO COVER SECURITY DEPOSIT Page 190 of 192


(ii) The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in any way the liability of the Bank under this Guarantee/ Undertaking, at any
time and/or from time to time anywise to vary the Contract and/or any of the terms and
conditions thereof or relative to the Security deposit or to extend time of performance of
the Contract in whole or part or to postpone for any time and/or from time to time any of
the obligations of the CONTRACTOR and/or the power(s) exercisable by the Corporation
against the CONTRACTOR and either to enforce or forbear from enforcing any of the
terms and conditions of or governing the Contract or the Security deposit or the securities
available to the Corporation or any of them and the Bank shall not be released from its
liability under these presents and the liability of the Bank shall remain in full force and
effect notwithstanding any exercise by the Corporation of the liberty with reference to any
or all the matters aforesaid or by reason of time being given to the CONTRACTOR or any
or all the matters aforesaid or by reason of time being given to the CONTRACTOR or any
other forbearance, act or omission on the part of the Corporation or any indulgence by the
Corporation to the CONTRACTOR or of any other act, matter or thing whatsoever which
under the law relating to sureties could but for this provision, have the effect of releasing
the Bank from its liability hereunder or any part thereof and the Bank doth hereby
specifically waive any and all contrary rights.

(iii) It shall not be necessary for the Corporation to proceed against the CONTRACTOR
before proceeding against the Bank and the Guarantee/Undertaking herein contained
shall be enforceable against the Bank notwithstanding the existence of any other security
for any indebtedness of the CONTRACTOR to the Corporation (including relative to the
security deposit) and notwithstanding that any such security shall at the time when claim
is made against the Bank or proceeding taken against the Bank hereunder, be
outstanding or unrealised.

(iv) The amount stated by the Corporation in any demand, claim or notice as due to the
Corporation from the CONTRACTOR shall as between the Bank and the Corporation for
the purpose of these presents be conclusive of the amount payable by the Bank to the
Corporation hereunder.

(v) The liability of the Bank to the Corporation under this Guarantee/Undertaking shall remain
in full force and effect notwithstanding the existence of any difference or dispute between
the CONTRACTOR and the Corporation, the CONTRACTOR and the Bank and/or the
Bank and the Corporation, or otherwise howsoever touching or affecting these presents
or the liability of the CONTRACTOR to the Corporation, and notwithstanding the
existence of any instructions or purported instructions by the CONTRACTOR or any other
person to the Bank not to pay or for any cause withhold or defer payment to the
Corporation, under these presents, with the intent that notwithstanding the existence of
such difference, dispute or instructions, the Bank shall be and remain liable to make
payment to the Corporation in terms hereof.

(vi) The Bank shall not revoke this Guarantee/Undertaking during its currency except with the
previous consent of the Corporation in writing and also agrees that any change in the
constitution of the CONTRACTOR or of the Bank or of the Corporation shall not discharge
the Bank’s liability hereunder.

APPENDIX-VII - FORM OF BG TO COVER SECURITY DEPOSIT Page 191 of 192


(vii) Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by the Corporation to the Bank either by post or by
fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by
the Bank.

(viii) The Bank doth hereby declare that Shri …………………………….. (Name and
Designation of the person) is authorised to sign this Guarantee/Undertaking on behalf of
the Bank and to bind the Bank thereby.

Dated : day of 200

Yours faithfully,

For

Signature
Name and designation
Name of the Branch

NOTES: (1) This Guarantee/Undertaking is not to be witnessed

(2) This Guarantee/Undertaking is required to be stamped as an agreement


according to the stamp duty prescribed either in the State in which it is
executed or at New Delhi, whichever is higher.

*******************************

APPENDIX-VII - FORM OF BG TO COVER SECURITY DEPOSIT Page 192 of 192


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 1 of 47

SPECIAL CONDITIONS OF CONTRACT


(SCC) PART-A
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 2 of 47

Table of Contents

1. DEFINITIONS ...................................................................................................................................... 5
2. GENERAL ............................................................................................................................................ 6
3. LOCATION OF SITE .......................................................................................................................... 8
4. SITE VISIT............................................................................................................................................ 8
5. SCOPE OF SUPPLY AND SCOPE OF WORK ............................................................................. 9
6. CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIAL .................................... 14
7. TIME SCHEDULE ............................................................................................................................. 14
8. SITE CLEANING ............................................................................................................................... 15
10. INFORMATION ABOUT EXISTING UNDERGROUND / OVERHEAD STRUCTURES/
UTILITIES/ PIPELINES .............................................................................................................................. 17
11. EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOSERS AND/OR
DEPENDENT OF LAND LOSERS............................................................................................................. 18
12. SETTLEMENT OF DISPUTE BETWEEN GOVT.DEPT. /PUBLIC SECTOR
UNDERTAKINGS ......................................................................................................................................... 18
13. CONCILIATION ................................................................................................................................. 19
14. ERRANT BIDDER ............................................................................................................................ 19
15. CORRUPT AND FRAUDULENT PRACTICES............................................................................ 19
16. SITE ORGANISATION..................................................................................................................... 21
17. GENERAL GUIDELINES DURING AND BEFORE ERECTION: ............................................. 21
18. MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF
CONSTRUCTION EQUIPMENT ............................................................................................................... 22
19. QUALITY ASSURANCE SYSTEM ................................................................................................ 23
20. TESTS AND INSPECTION OF WORKS ...................................................................................... 24
21. DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE. ......................... 26
22. COMPLETION DOCUMENTS ........................................................................................................ 26
23. ADDITIONAL WORKS/ EXTRA WORKS .................................................................................... 27
24. HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY NORMS ...... 27
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 3 of 47

25. COORDINATION WITH OTHER AGENCIES .............................................................................. 28


26. PANEL OF BANKS AND BANK GUARANTEE ......................................................................... 28
27. QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL .................. 29
28. SETTING OUT OF WORK .............................................................................................................. 30
29. COORDINATION WITH PMC ......................................................................................................... 30
30. DRAWINGS AND DOCUMENTS ................................................................................................... 30
31. SUB-CONTRACTING ...................................................................................................................... 31
32. ELECTRICAL CONTRACTOR’S LICENCE ................................................................................ 32
33. PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY
CONTRACTOR ............................................................................................................................................. 32
34. CONSTRUCTION ............................................................................................................................. 33
35. ERECTION OF EQUIPMENT / BARRICADING .......................................................................... 34
36. SPECIAL REQUIREMENT FOR ERECTION& BARRICADING WORKS .............................. 34
38. GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT FOR MECHANICAL /
COMPOSITE ITEM RATE CONTRACTS ................................................................................................. 35
39. REQUIREMENTS FOR DOCUMENTATION ............................................................................... 37
40. COMPLIANCE WITH CODES AND STANDARDS .................................................................... 37
41. MODIFICATIONS TO GCC ............................................................................................................. 38
42. LIST OF CRITICAL TAGGED ITEMS ........................................................................................... 39
43. CONTRACTOR’S PERFORMANCE EVALUATION .................................................................. 40
44. GUARANTEES.................................................................................................................................. 40
45. THIRD PARTY INSPECTION ......................................................................................................... 40
46. ENTRY OF FOREIGN NATIONALS TO REFINERY PREMISES ............................................ 41
47. ENDORSEMENT OF FEED ............................................................................................................ 41
48. FREE ISSUE MATERIALS ............................................................................................................. 41
49. PURCHASE PREFERENCE LINKED TO LOCAL CONTENT ................................................. 41
50. SPARE PARTS ................................................................................................................................. 42
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 4 of 47

51. OFFICE ACCOMMODATION, SERVICES AND FACILITIES FOR PMC / OWNER’S


PERSONNEL AT CONTRACTOR'S WORK STATIONS/OFFICES ................................................... 42
52. TAXES & DUTIES REIMBURSABLE STATEMENT .................................................................. 43
53. HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT ......................................... 43
54. MSME Vendors as per GOI Policy .............................................................................................. 46
55. CUSTOM PUBLIC NOTICE ............................................................................................................ 46
56. DOMESTICALLY MANUFACTURED IRON & STEEL POLICY (DMI&S) &
DOMESTICALLY MANUFACTURED ELETRONIC PRODUCTS ....................................................... 46
57. TERMS & CONDITIONS FOR TRAINING.................................................................................... 47
58. SOFTWARE REQUIRMENTS: ....................................................................................................... 47
59. REVISED FORM OF CONTRACT: ................................................................................................ 47
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 5 of 47

1. DEFINITIONS

▪ The “PROJECT” shall mean the project embracing the works and/or unit(s) forming the subject
matter of the Bid and resultant Contract.

▪ The “OWNER” shall mean Indian Oil Corporation Ltd., a Company incorporated in India and includes
the Owner’s personal representatives or successors as assigned by them from time to time.

▪ “PMC” or “CONSULTANT” shall mean TECHNIP INDIA LIMITED (TPIL), India, appointed by
‘OWNER’ M/s INDIAN OIL CORPORATION LIMITED and shall include its successors and permitted
assigns. The words “PROJECT MANAGEMENT CONSULTANT”, “PMC” & “CONSULTANT or
Authorized Representative” are synonymous.

▪ The “CONTRACTOR” shall mean the bidder selected by the OWNER for the performance of the
work and supply of materials and shall include the successors and permitted assigns of the
CONTRACTOR, and if the CONTRACTOR is joint venture or consortium, shall include each
member thereof.

▪ “ITB” means Instructions to Bidders.

▪ “EMD” means Earnest Money Deposit.

▪ “GCC” means General Conditions of Contract.

▪ “SCC” means Special Conditions of Contract.

▪ “SOP” / “SOR” / “BOQ” means Schedule of Prices/ Schedule of Rates/Bill of Quantities.

▪ “Bidder” / “Tenderer” means any person, company, firm or body who is submitting Bid against the
Tender Enquiry floated by the Owner/PMC.

▪ “Bidding document / Tender document” means the totality of the documents including addendum
issued to the bidder based on which bid is to be submitted.

▪ “Government Authority” means the Government of India, any state government or any local
authority or any department, instrumentality or agency thereof or any corporation (to the extent
acting in a legislative, judicial or administrative capacity and not as a contracting party with Owner
or the Contractor) or commission under the direct or indirect control of such central, state or local
government or any political sub-division thereof or any court, tribunal or judicial body within India.

▪ “Contractor's Representative” means the person nominated by the Contractor to act on its behalf
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 6 of 47

for the purposes of the Contract and notified as such in writing to Engineer-in-Charge (EIC) with
copy to Owner.

▪ “DESIGN BASIS” shall mean requirements as specified in the Contract document and for
undertaking Basic and Detailed Engineering of the Plant under Contractor’s scope of work.

▪ “EFFECTIVE DATE” of Contract shall be the date of issue of Fax of Acceptance (FOA)/Letter of
Acceptance issued by the Owner accepting the Contractor’s bid.

▪ “EPC” shall mean the work for the Engineering, Procurement and Construction of the Project.

▪ “Foreign Bidder/Company” shall mean the Bidder/company registered outside India & their
operations shall be predominantly outside India.

▪ Foreign Currency means any of currency out of United States Dollar, EURO and Japanese Yen.

▪ “INR” or “Rupees” means the legal currency of the Republic of India.

▪ “MECHANICAL COMPLETION” or “READY FOR START UP” or “RFSU” shall mean completion
of the PLANT as defined elsewhere in the Contract.

▪ “Mechanical completion certificate” shall mean a Mechanical Completion Certificate in respect


of Mechanical Completion of the Unit, issued by the Engineer-in-charge.

▪ “PLANT” shall mean the Units and Facilities comprised in the Project.

▪ “SYSTEM” shall mean the breakdown of the “Plant” into precisely demarcated sections or
components other than UNIT as detailed in the CONTRACT to facilitate smooth start up and
commissioning of the Plant.

▪ “VENDOR/ SUPPLIER” shall mean any third party supplying any of the equipment / materials for
setting up Plant covered under Contractor’s Scope of Work.

▪ “WORK” shall mean the responsibilities to be discharged by Contractor for fulfilling its obligations
under this Contract.

2. GENERAL

2.1 These Special Conditions of Contract (SCC) (Part-A & Part-B) shall be read in conjunction with the
General Conditions of Contract (GCC), Notice Inviting Tender / Instruction to Bidder, Schedule of
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 7 of 47

Prices, specifications of work, drawings and any other document forming part of this Contract
wherever the context so requires.

2.2 Notwithstanding the sub-division of the document into these separate 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.

2.3 If any provision in the General Conditions of Contract is repugnant to or at variance with any
provision (s) of the Special Conditions of Contract and / or the Agreed Variations or if any
provision of the Special Conditions of Contract is repugnant to or at variance with any provision(s) of
the Agreed Variations, and the two cannot be reconciled or otherwise co-exist, then unless a different
intention appears, the provision (s) of the Special Conditions of Contract shall be deemed to override
the provision (s) of General Conditions of Contract and the provision (s) of the Agreed Variations shall
be deemed to override the provision (s) of the Special Conditions of Contract, but only to the extent
that such repugnancies in the General Conditions of Contract cannot be reconciled with the Special
Conditions of Contract and / or Agreed Variations or to the extent that such repugnancies in the
Special Conditions of Contract cannot be reconciled with the Agreed Variations, as the case may be.

2.4 It will be the CONTRACTOR’s responsibility to bring to the notice of Engineer-in-charge any
irreconcilable conflict in the Contract documents before starting the work (s) or making the supply with
reference to which the conflict exists. Decision then conveyed by OWNER / PMC to the CONTRACTOR
shall be considered as FINAL and shall be binding upon the CONTRACTOR without any cost and time
implications.

2.5 Wherever it is stated in this Bidding 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. Contract value (also referred to as Contract Price) shall
be deemed to have included such cost.

2.6 The materials, design and workmanship shall satisfy the applicable 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. In the absence of any Standard / Specifications/Codes of practice
for detailed specifications covering any part of the work covered in this Bidding Document, the
instructions/ directions of Engineer-in-Charge will be binding on the CONTRACTOR.

2.7 In the absence of any Specifications related to any material, design or work(s) the same shall be
performed/ supplied/ executed in accordance with best Engineering practice as per the
instructions/directions of the Engineer-in-Charge, which will be binding on the CONTRACTOR.

2.8 In case of an irreconcilable contradiction in the commercial terms or conditions to the extent that the
two provisions cannot co-exist, the following shall prevail in order of precedence.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 8 of 47

i) Contract Agreement
ii) Detailed Letter of Acceptance
iii) Statement of Agreed Variations
iv) Special Conditions of Contract
v) Instructions to Bidders
vi) Price Schedule
vii) General Conditions of Contract
viii) Other documents

2.9 In case of an irreconcilable contradiction in the technical requirements or technical specifications


between Indian standards/Applicable Codes & Standards, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Schedule of Lumpsum Price and or Agreed Variations
to the extent that the two provisions cannot co-exist or be read together to satisfy both or all, the
following order of precedence shall prevail:

i) Formal Contract
ii) Detailed Letter of Acceptance
iii) Statement of Agreed Variations
iv) Job specifications/ Scope of Work
v) P&ID and other attached Drawings
vi) Technical/Material Specifications
vii) Quality Assurance Procedures
viii) Applicable Codes & Standards
ix) Special Conditions of Contract
x) General Conditions of Contract
xi) Price Schedule
xii) Instructions to Bidders

3. LOCATION OF SITE

The site for Gujarat Refinery is located at Vadodara on the west coast of India, in the State of Gujarat,
at a distance of approx. 400 KM from Kandla Port. The Vadodara refinery site is about 100 KM by
road from Ahmedabad – the capital city of Gujarat and is well connected by road, rail & air with other
parts of the country.

4. SITE VISIT

4.1 The bidder is advised to visit and examine the site of works and its surroundings and obtain for itself
on its own responsibility all information that may be necessary for preparing the bid and entering into
the Contract. Claims of any kind due to variation or ignorance of site conditions and environmental
conditions will not be eligible in any circumstances.

As per Covid protocol, Bidders to reach site before site visit and follow the local quarantine
duration /test as per refinery procedure.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 9 of 47

4.2 The cost of visiting the site shall be at Bidder’s own expenses.

4.3 The bidder and any of its personnel or authorized representatives will be granted permission by IOCL
to enter upon its premises and land for the purpose of such inspection. It is understood that as an
implicit condition of such permission, the bidder, its personnel and/or authorized representative(s) shall
be understood to have released and indemnified IOCL and its personnel from and against all liability in
respect thereof and to have assumed all responsibility for personal injury (whether fatal or otherwise),
loss of or damage to person or property and any other loss, damage, cost and expenses incurred as a
result of such visit, including those sustained by any negligence or other act of tort on the part of IOCL
and/or its personnel and CONSULTANTS. During such visits the Bidder shall abide by all the rules and
regulations, as applicable.

4.4 Bidders may contact the following person at site for the purpose of site visit:

Mr. Abhijit Chakraborty CGM (PJ)


Gujarat Refinery, P.O. Jawaharnagar
Karachiya, Vadodara, Gujarat 391320
Ph: 0265 – 2237122
Email: chakrabortya22@indianoil.in

5. SCOPE OF SUPPLY AND SCOPE OF WORK

5.1 General

The scope of work in general includes scope of work specified in various Technical
Documents/Specifications provided in Technical portion of the bidding document and Schedule of
Prices (SOP) enclosed in the Bidding Document.

CONTRACTOR shall perform the Work in accordance with the terms of this Contract and to ensure
that the Works are completed according to the requirements and the terms and conditions of the
Contract and in compliance with the Completion Schedule set forth as described in Annexure A-II to
this SCC.

5.2 The Scope of Work which CONTRACTOR is required to perform is more particularly described
elsewhere within the tender documents and the Specifications, and includes but not limited to.

(a) The scope of work shall include validation of basic design, Detailed Design & Engineering,
Procurement, Supply, Transportation up to Site, Storage, Construction, Erection, Installation,
Testing and Commissioning and all other related jobs for successful completion of POWER
IMPORT FACILITY for LuPech project. Contractor shall obtain all applicable statutory
approvals including approval from Electrical Inspector for subsequent efficient and trouble free
operation of the substation. Complete 220 / 36 KV Substation Package including, 2 x 115/140
MVA ONAN/ONAF, 220 kV / 36 kV Power Transformers , 220kV Cables, new 33 KV GIS in a
new Substation building including construction of the new Substation building with associated
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 10 of 47

LT AC & DC System, Interconnection of existing 33 KV System at CGP-1 with the new 33 KV


GIS, Substation Control, Protection and Automation System, Illumination, Earthing, lightning
Protection, AC & Ventilation and Fire Detection, Alarm & Protection system along with
associated Civil, Structural, Architectural, etc. and successful commissioning of Power
distribution facility shall be in the scope of the Package CONTRACTOR.

Bidder shall execute the work on Lump Sum Turn Key Basis (LSTK) with single point
responsibility and the scope includes Project Management, Consistency Checks, Power
System Studies as mentioned in Bidding Documents, Site development and enabling jobs,
Topography Survey, Soil Investigation and underground scanning mentioned in the bid and co-
ordination for the same with Owner/PMC, Total Procurement (including first fill of consumables,
special tools and tackles, Pre-Commissioning Spares, Commissioning Spares, Start-up spares
& Mandatory spares), Fabrication, Manufacturing, Quality Assurance, Inspection & Expediting,
Third Party Inspection, Supplies, Transportation, Insurance, Handling & Storage of all
Equipment, Materials, items and other Construction Materials at yard/site, Fabrication,
Assembly, Construction, Erection, Installation of all equipment pertaining to LuPech Power
Distribution facility including civil, Structural, HVAC, Piping, Electrical and Instrumentation
including tie-ins, Testing, Insulation and Painting, Obtaining all Statutory Approvals Pre-
commissioning & Mechanical Completion, Preparation of operating manuals, Training of
Owner’s O&M personnel, consumables for 6 (six) months operation, Contract closure activities
,Final invoice/billing and handing over of the facilities with Final and “As Built”
drawing/documentation, supply of spares with necessary support and services during defect
liability period.

(b) Procurement services and supply of all materials required for the completion of the works;

(c) Complete Site Works Planning including Construction, Commissioning & Commissioning
planning, Start-up & PGTR and Contract Closure;

(d) Barricading / water curtains/ hard strata development for movement of fabricated equipment
and high lifting capacity cranes, few works specifically indicated outside Battery Limits like
trenches from the unit to control room, trenches for FW line up to tie-in, trenches for laying
incoming power cable up to sub-station, trenches between substation and control room etc.

(e) Construction of the work, including enabling, Site development and preparatory works, piling
and Civil Works, Structural, Piping, Insulation, Painting, Electrical, Instrumentation and the
installation of all facilities together with all Pre-commissioning and interconnection and hook-
up services including battery limit hook ups;

(f) Pre-commissioning, commissioning and start-up planning;

(g) Training of OWNER’s Operating / maintenance personnel at Site, as required, by


Contractor / equipment supplier;
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 11 of 47

(h) Mechanical Completion, Commissioning, test runs (PGTR) and plant start up.

(i) Procurement and delivery of Spare parts for Start-Up, Commissioning and Mandatory
Spares as specified in the Contract;

(j) Ancillary design and construction for the WORK;

(k) Repairs and remedial works required during the defects liability period; and

(l) Contract Closure and Work required to attain the Completion Certificate.

5.3 Owner/PMC shall have the right at any time and at its own discretion to increase or decrease the
SCOPE OF WORK and in such case Clause 2.6.0.0 of the ‘General Conditions of Contract’ and sub-
clauses thereby shall apply.

5.4 EMISSIONS:

Contractor shall follow local applicable emission standards. Contractor shall guarantee that these limits
are not exceeded.

5.5 TECHNICAL & SAFETY AUDIT / CERTIFICATION OF DESIGN & ENGINEERING:

a) Notwithstanding the requirements for Statutory Approvals set forth in Clause 8.20.0.0 of the General
Conditions of Contract, it is obligatory on the part of EPC contractor to carry out the technical audit of
their detailed engineering and construction work as per detailed specified elsewhere in the tender
document and submit the report along with the corrective actions for approval. The decision on the
corrective action suggested by OWNER/PMC shall be binding on the EPC contractor. No implication
shall be admissible because of the implementation of suggestive corrective action.

In addition to above, if found necessary, OWNER and / or PMC may carry out, or, if it so desires, may
appoint independent consultant(s) to carry out technical audit / safety audit / certification of the detailed
design and engineering of the work and / or the constructed installations to ensure conformance to the
approved drawing documents and relevant national/international standards and CONTRACTOR shall
extend full co-operation to OWNER or the PMC’s personnel while performing such activities.
Notwithstanding such audit, CONTRACTOR shall not be absolved of its responsibilities nor shall its
liabilities, duties or obligations be diminished under this Contract.

b) CONTRACTOR shall implement the recommendations of the reports prepared by OWNER and / or the
audit team of third party consultant(s) engaged by OWNER and shall perform or re-perform work to
remedy any and all deficient design and engineering as identified in the audit team’s report, or
incorporate sound and viable recommendation to improve such design and engineering at
CONTRACTOR’s own cost and expense.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 12 of 47

5.6 TERMS AND CONDITIONS FOR POST WARRANTY COMPREHENSIVE ANNUAL


MAINTENANCE CONTRACT (PCWAMC)

5.6.1 A 5 (five) years Comprehensive Annual Maintenance Contract (PWCAMC) for following listed Item (with
the spares) shall be entered into by the CONTRACTOR with the OEMs/Vendors prior to expiry of the
Defect Liability Period. CONTRACTOR shall be coordinating with the Vendors/OEMs for performing
the required supply and services under PWCAMC Contract Period. Prior to expiry of Defect Liability
Period, OWNER shall enter into a Contract for PWCAMC with the OEMs/Vendors for the listed items,
CONTRACTOR has to coordinate with the OEMs/Vendors and facilitate for entering into PWCAMC
Contract with OWNER. CONTRACTOR shall be fully responsible for transfer of obligations to
OEMs/Vendors based on the terms and conditions agreed between the CONTRACTOR and OWNER
for PWCAMC Contract period. OEMs/Vendors will follow all the terms and conditions of contract related
to PWCAMC along with LSTK GCC.

a) Electrical Items

AC UPS, DC Battery Charger, HVAC System, Gas Detection System (GDS) as specified in SP-
07

5.6.2 The Bidder shall indicate a separate price for the Comprehensive Post Warranty Annual Maintenance
Contract (PWCAMC) in his bid in FORM SP-7. The Prices for PWCAMC shall remain valid up to the
defect liability period. After award of work, the price for PWCAMC shall remain FIRM till the completion
of scope of work of PWCAMC.

5.6.3 Within Ten days of placement of Order for PWCAMC, PBG for 3% of the annual PWCAMC amount
shall be submitted and the same shall be renewed on yearly basis. In absence of a valid PBG, payment
for PWCAMC shall not be released.

5.6.4 The PWCAMC includes complete servicing, regular & preventive maintenance and breakdown/
Emergency / shutdown maintenance whenever required for above listed item. This also includes spares
and Consumables required for repair or replacement of the above listed item.

5.6.5 PWCAMC Charges are inclusive of all the charges for Transportation, Lodging, Boarding, all insurances
including third party insurance and all other incidental charges. The prices also include cost of spares
and damaged parts (in case of comprehensive maintenance contract). OWNER does not have any
liability, whatsoever, over and above the prices of PWCAMC. The PWCAMC charges quoted by the
bidder shall be exclusive of all output taxes and duties. The output taxes & duties shall be paid as per
prevailing rate against tax invoice and related documents of the Contractor. (Only basic cost to be
quoted by the bidder & applicable output taxes/GST shall be paid extra at that time prevailing rate). The
price shall be quoted by the Contractor shall take into account the input tax credit available to them.

5.6.6 The PWCAMC charges also include arranging hand tools & tackles, special tools etc. required to carry
out the work.

5.6.7 The payments shall be made on quarterly basis upon completion of services required in each quarter
against submission of Bills duly certified by the Engineer-in-charge.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 13 of 47

5.6.8 The minimum terms and conditions for the PWCAMC are specified under Clause 5.6.10 for which the
CONTRACTOR shall include in its price bid.

5.6.9 The services under PWCAMC shall broadly comprise of:

A. Preventive Maintenance

Once in a year the Owner shall inform the PWCAMC Supplier/Agency, one month in advance, the
planned shutdown dates. Site visit, minimum of 6 days per year shall be scheduled as per Owner
intimation. The PWCAMC Supplier /Agency shall mobilize during this period to carry out the preventive
maintenance. This Includes inspection of all hardware and software, fault prediction, inspection of
power supply quality, checks on environmental operating conditions, calibration checks, major repairs
and replacements, replacement of electronics modules or any other parts likely to fail due to aging,
cleaning of each component like electronic modules connectors, etc. flushing of sampling lines and
cleaning of all fillers, valves and preparing detailed reports. This visit shall be in addition to those
required for periodic maintenance and shall be part of PWCAMC.

B. Periodic Maintenance

Site visits, minimum 4 times a year (minimum of 16 days per year). Schedule of visits shall be discussed
and finalized with Owner. Periodic maintenance shall include inspection of general healthiness of the
systems, study and advice on daily maintenance, inspection of all hardware and software, running of
test programs, on-line servicing and solving reported problems. Checks shall be conducted on running
systems / sub-systems like:

a. Checks on power supplies

b. Checks on all ANALYSERS (ALL TYPES) and associated accessories.

c. Cleaning of cabinet filters

d. Cleaning/replacing all filters in analyzer sampling system, checking and rectifying leaks,

etc.

e. Running diagnostic routines, software debugging

f. Taking back-up copies of last updated software as applicable

C. Software Maintenance and Support

This shall include maintenance of operating and application software to improve upon system
performance. This includes application and operating software modification & debugging, supply and
fixing of patches released by licensors / manufacturers to remove bugs or upgrading the running
version, software/firmware update and software patches as released by the PWCAMC supplier/agency.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 14 of 47

PWCAMC supplier agency shall ensure trouble free operation of the system after software updated in
line with the requirements, etc.

D. Emergency Services

i. In the event of any malfunction of any of the systems / items for which the PWCAMC is in force, the
PWCAMC Supplier /Agency shall depute the concerned experts to Site so as to rectify the failed system
items within 24 hours after receipt of a written intimation or Telephone call from IOCL.

ii. The PWCAMC Supplier/Agency shall maintain at his premises or of the other agencies / vendor
charged with the maintenance a stock of necessary spares required. In an event of breakdown,
repairing or replacement should be possible within 24 hours maximum without any lead time for
procurement of spares. The PWCAMC shall include not only the supply of spares for maintenance but
shall also include Labour and materials at no additional cost to repair the ANALYSERS (ALL TYPES)
system and any devices applicable.

iii. The PWCAMC Supplier /Agency liability to provide maintenance spares shall not, however, be confined
in any manner to be requirement of maintenance spares estimated by the PWCAMC Supplier /Agency.
The PWCAMC Supplier /Agency, shall, within the scope of the Maintenance Contract, be required to
fulfil or replenish any shortfall in the maintenance spares without additional cost to OWNER.

iv. During Defects Liability Period and Comprehensive Annual Maintenance Contract (PWCAMC) period,
the PWCAMC Supplier/Agency shall arrange and maintain in, VADODARA (GUJARAT) all the
hardware and consumables required for un-interrupted running / calibration / maintenance of the above
Items. In the event of any malfunction of the hardware / software, the experienced service engineer
shall be made available at Site so as to rectify and put back in service the defective system / item within
24 hours.

v. Owner's personnel shall work on the system on a day to day basis and wherever possible, inform the
PWCAMC Supplier /Agency about the type of failure of hardware / software, based on diagnostics or
other information available. However, CONTRACTOR shall be fully responsible to attend, Identify the
root cause and rectify the failure in the shortest possible time.

6. CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIAL


Conditions for issue and reconciliation of materials supplied by OWNER/PMC shall be as per
Annexure A- I to SCC

7. TIME SCHEDULE
7.1 The Work shall be executed strictly as per Time Schedule given in Annexure A- II to this SCC.

7.2 Delay by OWNER in providing Utilities and Feedstock will not be reason for waiver of price adjustment,
if concurrently CONTRACTOR has delayed the completion of the project..
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 15 of 47

7.3 If the Contractor is also one of the suppliers of items supplied by Owner in the Contract, the
delay on account of supply of such material against the Owner's Purchase order and or Work
order will not be a basis for extension of time without imposition of price reduction schedule on
account of such delays.

8. SITE CLEANING
8.1 The CONTRACTOR shall clean and keep clean the work site from time to time to the satisfaction of the
Engineer In-Charge for easy access to work site and to ensure safe passage, movement and working.
All dismantled material shall be shifted /removed by CONTRACTOR at his own cost to designated
place.

8.2 If the work involves dismantling of any existing structure in whole or part, any RCC foundation, paved
area care shall be taken to limit the dismantling up to the exact point and/ or lines as directed by the
Engineer In-Charge and any damage caused to the existing structure beyond the said line or point shall
be repaired and restored to the original condition at the cost and risk of CONTRACTOR to the
satisfaction of the Engineer-in-Charge, whose decision shall be final and binding upon the
CONTRACTOR.

8.3 The CONTRACTOR shall dispose of the unserviceable materials, debris etc as directed by Engineer-
in-Charge outside the Refinery Complex and into the designated area outside the Municipal
Corporation Limits of the City selected by the CONTRACTOR in due permission of local administrative
authorities for dumping of the debris, waste etc. The quoted Prices shall be inclusive of the above
activities also. The CONTRACTOR shall sort out, clear and stack the serviceable materials obtained
from the dismantling/renewal at places as directed by the Engineer-in-Charge.

8.4 No extra payment-shall be paid on this account. The Prices quoted in SOR are deemed to be
inclusive of all the costs towards all the above activities as well.

8.5 The CONTRACTOR shall be the custodian of the dismantled materials till the Engineer- in-
Charge takes charge thereof.

8.6 LAND FOR TEMPORARY FACILITIES

8.6.1 CONTRACTOR shall submit the temporary facilities layout for approval of OWNER/PMC.

8.6.2 CONTRACTOR shall design, supply, construct and maintain the temporary facilities such as Site office,
fabrication yard, laydown area, ware house, grit blasting/painting area etc. as described in this Tender
Documents.

8.6.3 CONTRACTOR shall dismantle the temporary facilities upon completion of their work and as instructed
by OWNER without any extra cost to OWNER.

8.6.4 The area for temporary construction (TCF) is shown in the overall layout. In case Contractor requires
additional area, Contractor shall hire the space outside the Refinery at their Own Cost. Land outside
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 16 of 47

the refinery premises arranged by Contractor for the Job will be treated as “Job Site/Site” and shall be
covered by Insurance provided by Owner. This Job Site/Site outside the refinery premises should be
within the radial distance of 25 Km from Refinery.

CONTRACTOR shall plan the following at his temporary construction facilities as minimum:

• Site office, porta cabins, closed store and open store


• Grit blasting/ painting area
• Batching Plant
• Hard barricading for the work site area
• Hard barricading/Fencing/boundary wall for the temporary facility area
• Facilities for safety training for workmen, supervisors/engineers inside/ outside refinery.
CONTRACTOR to provide Quarterly refreshing training programs to workmen.
• Welder qualification booths.
• Temporary roads, fencing and gates, proper approach to temporary facility area.
• Security, watch & ward, security gates, watch towers etc.
• Utility supply systems viz. Construction power, construction water, drinking water etc. their storage
and distribution
• Area lighting for work site area / temporary facility area
• Firefighting equipment
• Drainage
• Sanitation facility for workers and staff
• Field Testing Laboratory
• Communication facilities viz. Telephone, Fax, E-mail, electronic transmission of drawings./
documents, etc.
• Hutments, transport, Pantry and Canteen for staff and workers
• Vehicle parking area including construction equipment
• First aid arrangement/ medical and health care facilities including health card for workmen before
issuance of entry gate passes
• DG sets for construction power
• Construction water, storage & distribution
• One Ambulance to be provided on round clock basis at Site
• Vehicle arrangement for workmen transportation from camp to work site & back provided
• PPEs, uniform and fluorescent jackets for all workmen with clear identity mark on it.
• Gate pass system for workmen/officials as per the owners guidelines.
• Miscellaneous workshops including maintenance area for construction equipment
• Identification of borrow earth area (if required)/excess earth dumping yards.
• Fabrication and testing facilities for site fabricated equipment.
• Intrinsically safe wireless communication for site job coordination by contractor personnel
• Bio-metric Access control for contractor personnel with information feed to IOCL
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 17 of 47

9. STATUTORY APPROVALS

9.1 Obtaining statutory approvals, required as defined in Contractor’s scope under Technical Scope of
Work, shall be the responsibility of the Contractor. Contractor shall arrange the inspection of the works
by the authorities and necessary co-ordination and liaison work in this respect. The application on
behalf of the OWNER for submission to relevant authorities along with copies of required certificates
complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that
the actual construction/ commissioning of the work is not delayed for want of the approval/inspection
by concerned authorities.

9.2 Statutory fees paid, if any, for all such inspections and approvals by authorities shall be deemed to
be included in the quoted prices, if not specified otherwise.

9.3 Any change/ addition required to be made to meet the requirements of the statutory authorities shall be
carried out by the Contractor free of charge and without any change in schedule. The inspection and
acceptance of the work by statutory authorities shall however, not absolve the Contractor from any of
his responsibilities under this Contract.

9.4 All statutory approvals other than specified under 9.1 above shall be obtained by OWNER and provided
to the Contractor.

9.5 Payment of minimum wages to workmen by 7th of every month shall be done by CONTRACTOR
including maintenance of PF & other statutory obligations. CONTRACTOR shall submit the supporting
documents for the same to OWNER/PMC.

10. INFORMATION ABOUT EXISTING UNDERGROUND / OVERHEAD STRUCTURES/ UTILITIES/


PIPELINES

10.1 OWNER/PMC shall provide, to the best possible extent, details with respect to existing underground
and above ground structures, overhead lines, cables, pipelines and utilities at the job site to the
CONTRACTOR. The CONTRACTOR shall execute the work in such a manner that the said structures,
utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the
OWNER from and against any destruction thereof or damages thereto. Moreover, CONTRACTOR shall
prepare drawings showing all the above stated details accurately and submit to Engineer- in-Charge.
The Prices quoted in SOR are deemed to be inclusive of the costs towards this activity.

10.2 OWNER/PMC will provide the indicative Underground Scanning Report, wherever possible, for reference
during Bidding stage. It shall be contractor ‘s responsible to reverify the underground facilities within
their battery limit including in the allocated TCF area. Any precautions necessary to avoid damage to
these facilities shall be in the contractor scope .Re-scanning of the area, if necessary, shall be in the
contractor’s scope.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 18 of 47

10.3. In case any facilities are required to be re-routed, CONTRACTOR shall carryout the same to complete
the job within the contractual Time Schedule. Implication if any shall be considered by Owner/PMC on
merit. The decision of OWNER/ PMC in this regard shall be final and binding on the CONTRACTOR.

11. EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOSERS AND/OR


DEPENDENT OF LAND LOSERS

The CONTRACTOR shall ensure that local labour, skilled and/or unskilled, to the extent available shall
be employed in this work. Special preference shall be given to persons and/or dependents of persons
whose land has been acquired for the project work. In case of non-availability of suitable labour in any
category out of the above persons, labour from outside may be employed.

The CONTRACTOR shall not recruit personnel of any category from among those who are
already employed by the other agencies working at site but shall make maximum use of local
labour available.

11.1 LABOUR CAMP

CONTRACTOR shall arrange land for construction of Labour camp outside the Refinery.
CONTRACTOR shall ensure all migrant workers stays in labour camp. CONTRACTOR shall develop
and maintain all necessary facilities in labour camp like power, water, hutments, sanitation facilities,
medical facilities, drainage, transportation facilities etc. as minimum.

During this COVID-19 pandemic, CONTRACTOR shall also consider adequate precautionary safety
measures in the labour camp as per the govt guidelines and the same shall be form part of the quoted
price.

12. SETTLEMENT OF DISPUTE BETWEEN GOVT.DEPT. /PUBLIC SECTOR UNDERTAKINGS

12.1 If the CONTRACTOR is the PSU or P.S.Enterprise or is a Govt.Dept., any disputes or differences
between the CONTRACTOR and the OWNER hereto arising out of any notified claim of the
CONTRACTOR in terms hereof and/or arising out of any amount claimed by the OWNER (whether or
not the amount claimed by the OWNER or any part thereof shall have been deducted from the final bill
of the CONTRACTOR or any amount paid by the OWNER to the CONTRACTOR in respect of the
work), then in suppression of the provisions of Section 9 of the General Conditions of the Contract, the
following provisions shall apply, namely; such disputes of differences shall be resolved amicably by
mutual consultation or through the good offices or empowered agencies of the Government. If such
resolution is not possible, then the unresolved disputes or differences shall be referred by either party
for Arbitration to the Sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises in line with
applicable DPE guidelines for settlement of commercial disputes between CPSEs or between CPSEs
& Government Departments issued by Department of Public Enterprises and as modified from time to
time.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 19 of 47

The Arbitration and Conciliation Act, 1996 shall not be applicable to the arbitrator under this clause.
The award of the arbitrator shall be binding upon parties to the dispute, provided, however any party
aggrieved by such award may make a further reference for setting aside or revision of the award of
Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such
reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional
Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will
share equally the cost of Arbitration as intimated by the Arbitrator.

12.2 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the
CONTRACTOR shall continue and be bound to continue and perform the works to completion in all
respects according to the CONTRACT( unless the Contract or works determined by the OWNER) and
the CONTRACTOR shall remain liable and bound in all respects under the Contract.

13. CONCILIATION

Notwithstanding any other mechanism for dispute resolution provided under the General Condition of
Contract, with a view to speedy resolution, the CONTRACTOR and OWNER may at any time endeavor
to settle through conciliation a dispute referable for settlement by Conciliation under and in accordance
with the Indian Oil Corporation Limited Conciliation Rules, 2014 (hereinafter referred to the ''said
Rules'') as amended from time to time. The said rules may be downloaded from the OWNER's Website
www.iocl.com and if not available, a copy thereof may be obtained from the OWNER on written request.

14. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for any mistake
committed by him in bidding or withdrawal of bid or varying any term in regard thereof leading to re-
tendering, OWNER shall forfeit Earnest Money paid by the bidder and such bidders shall be debarred
from participation in re-tendering of the same job(s)/ item(s).

15. CORRUPT AND FRAUDULENT PRACTICES

15.1 Bidders are required to furnish the complete and correct information/ documents required for evaluation
of their bids. If the information/ documents forming basis of evaluation is found to be false/ fake/ forged,
the same shall be considered adequate ground for rejection of the bids and forfeiture of earnest money
deposit.

15.2 OWNER requires that the CONTRACTOR observes the highest standard of ethics during the execution
of Contract. In pursuance of this policy, OWNER defines, for the purposes of this provision, the terms
set forth below as follows:

a) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to
influence the action of public official in contract execution;
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 20 of 47

b) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of


a Contract to the detriment of OWNER, and includes collusive practice among bidders (prior to
or after bid submission) designed to establish bid prices at artificial non-competitive levels and
to deprive OWNER of the benefits of free and open competition.

c) “False/Fake” means to make or construct falsely. “Faked alibi” is a made, manufactured, or


false alibi. Something that is not what is purports to be; counterfeit, an imposter.

d) “Forgery” means the false making or the material altering of a document with the intent to
defraud. A signature of a person that is made without the person’s consent and without the
person otherwise authorizing it. A person is guilty of forgery if, with the purpose to defraud or
injure anyone or with knowledge that he is facilitating a fraud or injury to be perpetrated by
anyone, the actor (i) alters any writing of another without his authority (ii) makes, completes,
authenticates, executes, issues or transfers any writing, so that it purports to be the act of
another who did not authorize that act or to have been executed at a time or place or in a
numbered sequence other than was in fact the case, or to, be a copy of an original when no
such original exists. Utters any writing which he knows to be false in a manner specified in (i)
& (ii) above.

15.3 OWNER may terminate the Contract if it discovers subsequently that the CONTRACTOR had engaged
in Corrupt Practices or Fraudulent Practices in competing for the Contract.

15.4 INTEGRITY PACT

Bidders are required to sign the Integrity Agreement & Covering letter and submit the same along with
the covering letter in the proforma attached as Attachment to ITB. Offers of the Bidders who signed
and accepted the Integrity Agreement will only be taken up for evaluation.
15.5 In case, the information/document furnished by the CONTRACTOR forming basis of evaluation of its
bid is found to be false/fake/forged after the award of the Contract, OWNER shall have the right to
terminate and get the remaining works executed by a third party at the risk & cost of the CONTRACTOR
and without any prejudice to other rights available to OWNER under the Contract such as forfeiture of
the Contract Performance Bank Guarantee, withholding of payment etc.

15.6 In case, this issue of submission of false/fake documents comes to the notice after execution of the
works, OWNER shall have full right to forfeit any amount due to the CONTRACTOR along with forfeiture
of the Contract Performance Bank Guarantee furnished by the CONTRACTOR.

15.7 Further, any CONTRACTOR which is found guilty of any corrupt or Fraudulent Practice or submission
of false/fake/forged documents, shall be put on the negative/ holiday list of OWNER debarring them
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 21 of 47

from future business with OWNER.

16. SITE ORGANISATION

The CONTRACTOR shall without prejudice to his overall responsibilities and liabilities to provide
adequate qualified and skilled personnel on the work and augment the same as decided by the
Engineer-in-Charge depending on the exigencies of work. In addition to this CONTRACTOR shall
deploy Safety Supervisors to ensure safer working conditions at site. In case where the works are Sub-
Contracted by the main CONTRACTORs, Safety Supervisors are to be provided by the main
CONTRACTOR.

17. GENERAL GUIDELINES DURING AND BEFORE ERECTION:

17.1 The CONTRACTOR shall be responsible for organizing the lifting of the equipment in the proper
sequence for orderly progress of the work and to ensure that access routes for erecting the other
equipment are kept open. CONTRACTOR shall submit the equipment erection plan to the Engineer-in-
charge considering sequence of erection for approval.

17.2 Orientation of all foundations, elevations, lengths and disposition of anchor bolts and diameter of holes
in the supports and saddles shall be checked by the CONTRACTOR well in advance of the installation.
Rectifications, including chipping of foundations, shall be carried out where necessary in consultation
with the Engineer-in-Charge. If a structural member needs to be dismantled to facilitate the
equipment erection, this shall be done by the CONTRACTOR after ensuring proper stability of the main
structure in consultation with the Engineer-in-Charge. All such dismantled members shall be put back
in position to the satisfaction of Engineer-in-Charge after the completion of the equipment erection.

17.3 During the performance of the work the CONTRACTOR shall at his own cost keep structures, materials
and equipment adequately braced by guys, struts or other approved means which shall be supplied
and installed by the CONTRACTOR as required till the installation work is satisfactorily completed.
Such guys, shoring, bracing, strutting, planking supports etc. shall not interfere with the work of other
agencies and shall not damage or cause distortion to other works executed by the CONTRACTOR or
other agencies.

17.4 The CONTRACTOR shall duly comply with manufacturer(s) recommendations and detailed
specifications for the installation of the various equipment and machines.

17.5 Various tolerances required as marked on the drawings and/or in accordance with the specifications
and/or instructions of the Engineer-in-charge shall be maintained. Verticality shall be verified with the
Theodolite and shall be maintained.

17.6 Method Statements for Erection of Heavy Equipment


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 22 of 47

Utmost safety has to be observed during the erection of heavy equipment like columns, reactors etc.
For each equipment, a method statement (erection scheme) signed by contractor’s HSE and approved
by PMC/ Owner has to be prepared by the contractor which shall include the details of the crane, where
the crane will be placed, how crane will move/travel with the equipment, how the equipment is held by
the crane, boom swing, capacity of the slings etc and prove that the crane is capable of lifting and
placing the equipment on the ready foundation safely. Slings used to hold the equipment shall be tested
before use.

17.7 Testing of Safety Equipment’s Record of all the safety equipment used at site shall be kept at site office
including the test dates, validity of testing and re-testing dates. All the failed equipment shall be
segregated and differently colored with paint for easy identification so that those are not used.
Record of failed equipment shall be maintained till the closure of the contract. Month wise color coding
for easy identification of valid test certificates of the equipment shall be done. Record of the testing of
safety equipment shall be reviewed by Consultant / Owner periodically.

17.8 CONTRACTOR shall comply to OWNER’s work permit and others safety philosophy system like JSA,
before any critical and erection activities.

18. MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF CONSTRUCTION


EQUIPMENT
18.1 Mechanization of Construction Activities

18.1.1 The CONTRACTOR shall mechanize the construction activities to the maximum extent by
deploying all necessary construction equipment/machinery in adequate numbers and capacities.

18.1.2 It shall be the responsibility of the CONTRACTOR to carry out leveling / dressing / grading with a proper
approach for the movement of equipment and machinery, at his own cost. No extra payment shall be
made by the OWNER for leveling / dressing / grading. The CONTRACTOR shall acquaint himself with
availability of access, facilities such as railway siding, local labour etc. and the CONTRACTOR may
have to build temporary access roads to aid his work and the quoted and agreed Prices shall be deemed
to include the same.

18.1.3 For speedy execution of work, CONTRACTOR shall also ensure use of latest computer software
for at least the following:

a) Billing

b) Planning & Scheduling

c) Progress Reporting

d) Material Control & Warehousing

e) Safety Records
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 23 of 47

f) Resource Deployment

g) Communication

18.1.4 CONTRACTOR further agrees that Contract Price is inclusive of all the associated costs, which he
may incur for actual mobilization, demobilization required in respect of use of mechanized
construction techniques and that the OWNER/PMC in this regard shall entertain no claim whatsoever.

18.1.5 Calibration Requirements of Monitoring and Measuring Devices at Construction Site. Refer
Annexure A-XIV to this SCC.

18.2 Mobilization of Construction Equipment

The CONTRACTOR shall without prejudice to his responsibilities to execute and complete the work as
per the specifications and Time Schedule, progressively deploy minimum construction equipment, tools
and tackles and further augment the same depending on the exigencies of work and as decided by the
Engineer-in-Charge so as to suit the construction schedule within scheduled completion date without
any additional cost to OWNER. The bidder shall submit a list of construction equipment he proposes to
deploy for the subject work along with deployment schedule. No construction equipment shall be
supplied by the OWNER, unless specified by Owner specifically in the bidding document.

18.3 Work in Monsoon Season

In addition to the Clause No. 4.2.2.0 of General Conditions of Contract, CONTRACTOR shall submit
within 15 days of award of work, to the Engineer-in Charge / OWNER, his contingency plan for work
during monsoon clearly stating their methodology/ strategy to progress uninterruptedly during monsoon
mentioning the deployment of resources viz, numbers, capacity, category of equipment and
manpower on a weekly basis for approval. During monsoon and other periods, it shall be the
responsibility of the BIDDER to keep the construction work site free from water, at his own cost by
deploying suitable dewatering pumps. The CONTRACTOR shall adhere to the Special Conditions
specified in Annexure A-III to this SCC.

19. QUALITY ASSURANCE SYSTEM

19.1 CONTRACTOR shall include in his offer the Quality Assurance Program containing the overall
quality management and procedures which is required to be adhered to during the execution of
Contract. After the award of the Contract, detailed quality assurance program to be for the
execution of Contract under various divisions of works will be mutually discussed and agreed to.

The CONTRACTOR shall establish, document and maintain an effective quality assurance system as
outlined in recognized codes. Specification for Quality Management System using Quality Control
Checklists is attached as Annexure-A-IV to this SCC for Contractor’s reference and developing the
Quality Programme and Formats for approval of OWNER / CONSULTANT.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 24 of 47

19.2 Quality Assurance System plans / procedures of the CONTRACTOR shall be furnished in the form of
a QA Manual. This document should cover details of the personnel responsible for the quality
assurance, plans or procedures to be followed for quality control in respect of Design, Engineering,
Procurement, Supply, Installation, Testing and Commissioning. The quality assurance system should
indicate organizational approach for quality control and quality assurance of the construction activities,
at all stages of work at Site as well as at manufacturer's works and dispatch of materials.

19.3 The Quality Assurance plan for various equipment and materials, construction procedure etc. shall be
furnished to the OWNER/PMC prior to commencement of site work /manufacturing /erection.
OWNER/PMC shall review the same within 03 (three) weeks of its submission.

19.4 The OWNER / PMC or their representative reserve the right to inspect / witness, review any or all
stages of work at shop/site as deemed necessary for quality assurance.

19.5 The CONTRACTOR has to ensure the deployment of Quality Assurance and Quality Control (QA &
QC) Engineer(s) depending upon the quantum of work. This QA / QC group shall be fully responsible
to carry out the work as per standards and all code requirements. In case Engineer-in-charge feels that
QA/QC Engineer(s) of CONTRACTOR are incompetent or insufficient, CONTRACTOR has to deploy
other experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-In-
Charge.

19.6 In case the CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect to the
above clauses, next payment due to him shall not be released unless and until CONTRACTOR
complies with the instructions to, the full satisfaction of Engineer- in-charge.

19.7 CONTRACTOR shall establish field laboratory at Site for day-to-day routine test of samples to be
taken during construction. CONTRACTOR shall indicate the equipment to be made available at the
field laboratory for this purpose.

19.8 The CONTRACTOR shall post Quality Assurance and Quality Control Engineer(s) depending upon the
quantum of work. This QA / QC group shall be fully responsible to carry out the work as per standards
and codes requirement. In case OWNER feels that CONTRACTOR’s QA / QC Engineer(s) are
incompetent or insufficient in numbers, the CONTRACTOR shall further deploy their experienced
Engineer as per Site requirement.

19.9 Contractor shall deploy skilled ASNT Level-III personnel for interpretation and ASNT Level-II
skilled personnel for scanning and reporting.

20. TESTS AND INSPECTION OF WORKS

20.1 The CONTRACTOR shall carry out the various tests as enumerated in the bidding document and as
per direction of Engineer-in-charge either on field or outside laboratories concerning the execution of
work and supply of the material by CONTRACTOR. All the expenses shall be borne by the
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 25 of 47

CONTRACTOR and shall be considered as included in the quoted price. The inspection shall be done
by following:

a) Third Party Inspection agency nominated by the OWNER for all supply items among the following:

1. M/s ABS Industrial Verification (India) Pvt. Ltd

2. M/s Bureau Veritas (India) Pvt. Ltd

3. M/s Certification Engineers International Ltd

4. M/s International Certification Services Pvt. Ltd

5. M/s IR Class Systems and Solutions Private Limited

6. M/s Projects and Development India Ltd. (PDIL)

7. M/s SGS India Pvt Ltd

8. M/s Tata Projects Limited

9. M/s TUV SUD South Asia Pvt ltd

10. M/s VCS Quality Services Private Limited

b) Representative deputed by Engineer-in-charge.

c) Representative deputed by Statutory Authority.

CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-charge and also to
the authorities / TPI to conduct inspection/ to witness such tests.

20.2 All the tests either on the field or at outside laboratory or at any other place, concerning the
execution of the work and supply of materials by the CONTRACTOR shall be carried out by the
CONTRACTOR at his own cost.

20.3 The work is subject to inspection at all times by the Engineer-in-charge. The CONTRACTOR shall carry
out all instructions given during inspection and shall ensure that the work is being carried out according
to the technical specifications of this bidding document, the technical documents that will be furnished
to him during performance of work and the relevant codes of practice furnished to him during the
performance of the work.

20.4 The CONTRACTOR shall provide, for purposes of inspection, access ladders, lighting and
necessary instruments at his own cost including Low Voltage (24V) lighting equipment for I
inspection of work. Compressed air for carrying out works shall be arranged by the
CONTRACTOR at his own cost.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 26 of 47

20.5 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.

20.6 All results of inspection and test will be recorded in the inspection reports, pro-forma of which will be
approved by the Engineer-in-charge. These reports shall form part of the Completion Documents.

20.7 For materials supplied by OWNER, CONTRACTOR shall carryout the tests, if required by the
Engineer-in-charge, and the cost of such tests shall be reimbursed by the OWNER at actual to the
CONTRACTOR on production of documentary evidence.

20.8 Inspection and acceptance of the work shall not relieve the CONTRACTOR from any of his
responsibilities under this contract.

20.9 Cost towards repeat tests and inspection due to failures, repairs etc. for reasons attributable to the
CONTRACTOR shall be borne by the CONTRACTOR.

20.10 Various tests as specified in specifications shall be carried out to the entire satisfaction of
OWNER/PMC.

20.11 PMI testing shall be carried out of all the alloy steels material at site and report to be submitted the
Owner/ PMC before execution of jobs.

21. DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE.

21.1 To distinguish between work in sub-structure and superstructures, the following criteria shall
apply:

21.2 For all equipment pedestals, pipe racks, other foundations and RCC structures, work done up to 300mm
level above finished grade level will be taken as work in sub- structure and work above this level
will be treated as work in superstructures.

21.3 Irrespective of what has been stated above, all pavements, RCC retaining wall, all pipe sleepers and
any similar item would be taken as work done in sub-structure irrespective of locations nomenclature,
and levels given anywhere. Where not specifically pointed out all works in sumps, drains manholes,
tank pads, cable trenches or such similar items would be taken as work in sub-structure.

22. COMPLETION DOCUMENTS

22.1 The CONTRACTOR shall carryout various tests as called for in bidding document either on field or at
outside approved laboratories at his own cost. All test results and related documents shall be submitted
in Original + 3 (Three) hard copies + soft copies as part of completion documents for the work..

22.2 The following documents in-addition to documents specified in GCC shall be submitted in hard
binder by the CONTRACTOR as a part of completion documents:
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 27 of 47

a) Test Certificate from manufacturers for all supply material.

b) Welding Procedure Qualification Report and Welder Qualification Report if applicable.

c) Execution drawing with all corrections / alterations duly marked and carried out during
the execution of the work and in as built condition.

d) Field Test report for all Civil, Structural and Electrical, instrumentation system.

e) Material Inspection / Test report for supply of all material.

f) Original “No Demand Certificate” from the Administration & Personnel Department
regarding vacation of Land, housing accommodation if any, recovery of rents, hire
charges, return of surplus material, reconciliation statement for all the material issued etc.

g) Original “No Demand Certificate” regarding surrendering of Gate Passes etc.

h) All other requirements as specified in the respective specifications.

i) Any other drawing/ document/ report specified elsewhere in the Bidding Document.

j) All the site jobs PMI, radiography, PWHT and others NDT reports.

k) Final As-Built Drawings and Documents etc.

l) Lessons learned during the Project.

Note: CONTRACTOR shall be eligible to apply for issue of Completion Certificate only after
submission of completion documents as mentioned above.

23. ADDITIONAL WORKS/ EXTRA WORKS

23.1 OWNER reserves their right to execute any additional works/ extra works, during the execution of
Work, either by themselves or by appointing any other agency, even though such works are
incidental to and necessary for the completion of Work awarded to the CONTRACTOR. In the
event of such decisions taken by OWNER, CONTRACTOR is required to extend necessary
cooperation, and act as per the instructions of Engineer-in-Charge. This is without prejudice to the
rights of the OWNER to get the additional works/ extra works executed by the CONTRACTOR.

24. HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY NORMS

24.1 In addition to the safety practices as per Section 10 and clause 8.4.0.0 of General Conditions of
Contract, OISD Guidelines-192, OISD Guideline-207, PMC specifications on Health, Safety and
Environment (HSE) Management enclosed as Annexure-A-V, OWNER prescribed work permit system
and job safety analysis procedure shall be followed before under taking any work inside OWNER‟s
premises.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 28 of 47

24.2 Considering the above, the CONTRACTOR shall establish, document and maintain an effective
Health, Safety and Environment (HSE) management system.

24.3 The Engineer-in Charge is responsible for ensuring that CONTRACTOR conforms to the safety
requirements as set forth in the Contract documents at all times. In the event of CONTRACTOR
violations of the safety requirements, and violations that result in physical injury or fatality, OWNER
has the right to deduct from any payment due to CONTRACTOR the amounts prescribed in clause
8.4.0.0 of the General Conditions of Contract and, dependent on the nature of the injury or if fatal,
CONTRACTOR shall be also liable to make contributory payments according to clause 8.4.0.0 of the
General Conditions of Contract.

24.4 In the event of violation by the CONTRACTOR of any stipulation mentioned in the above documents
or violation of any statutory provisions related to HSE, PMC/OWNER shall impose immediate
stoppage of work without any time or cost implication to the OWNER, till the contractor takes remedial
action to the satisfaction Engineer in charge. The decision for stoppage of work shall be final and
binding on the CONTRACTOR.

24.5 In case of conflict between the requirements of the various specifications and/or the requirements
specified in the bidding document including penalties, the more stringent requirement shall be
followed.

24.6 The CONTRACTOR shall arrange for OISD audits in different phases of project as per advice of EIC
without any extra cost implication

25. COORDINATION WITH OTHER AGENCIES


25.1 Work shall be carried out in such a manner that the work of other agencies/CONTRACTORs engaged
by OWNER operating at the site is not hampered due to any action of the CONTRACTOR. Proper
coordination with other agencies will be responsibility of the CONTRACTOR. In case of any dispute,
the decision of Engineer-in-Charge shall be final and binding on the CONTRACTOR.

26. PANEL OF BANKS AND BANK GUARANTEE

26.1 Format for Advance Bank Guarantee is enclosed in Annexure A-VI to this SCC:

26.2 SELECTION OF BANKS FOR ACCEPTANCE OF BANK GUARANTEE(s)

26.2.1 Bank Guarantee(s) shall be submitted as per the following details:

26.2.1.1 BG upto Rs.2 Crore can be accepted if it is issued by an Indian branch of any scheduled bank
appearing in the Second Schedule to the RBI Act, 1934.

26.2.1.2 BG of above Rs.2 Crore can be accepted if it is issued by an Indian branch of:
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 29 of 47

a) Any Nationalized / PSU bank appearing in the Second Schedule to the RBI Act, 1934.
Or
b) Any scheduled bank (other than a Nationalized Bank / PSU bank) having at least desired Credit
Rating at the time of acceptance of BG:

Desired Credit Rating is defined as under:


In case of foreign banks:
If the tenor of BG is more than 1 year: credit rating of ‘A' of Moody's or equivalent
If the tenor of BG is upto 1 year: credit rating of 'P-1' of Moody's or equivalent i.e. highest short
term rating
In case of Indian banks:
If the tenor of BG is more than 1 year: credit rating of: 'AA' of CRISIL or equivalent
If the tenor of BG is upto 1 year: credit rating of 'A 1 +' of CRISIL or equivalent i.e. highest short
term rating

Apart from above, BG, irrespective of its amount, issued by any other bank including but not limited
to non-scheduled banks, foreign branches of scheduled banks and foreign branches of foreign
banks, can be accepted provided such BG is counter guaranteed by any bank mentioned above.

26.2.2 CREDIT RATING

The CONTRACTOR shall note that, in case of acceptance of BG issued or counter guaranteed by a
bank mentioned at para 26.2.1.2.b, if the credit rating of such bank falls below the Credit Rating
mentioned under clause 26.2.1.2.b during the validity period of BG, the Vendor shall either submit a
fresh BG or get the existing BG counter guaranteed, at its own cost, through a bank mentioned above
at 26.2.1.2.b (having at least desired Credit Rating as mentioned above, if applicable). In case of non-
submission of bank guarantee(s), without prejudice to any other right or remedy available to the owner,
the owner shall be entitled to encash the bank guarantee(s).

26.2.3 The vendor at the request of the owner extend the validity of the Bank Guarantee(s) for such further
period(s) as may be required failing which without prejudice to any other right or remedy or remedy
available to the owner, the owner shall be entitled to en-cash the bank guarantee(s).

26.2.4 The vendor to ensure the validity of all bank guarantee(s) as stipulated else-where in the bidding
documents/contract and no payments shall be released to the vendor, if the validity of the bank
guarantee(s) is less than 30 days unless otherwise specifically intimated to the vendor.

27. QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL

27.1 Qualification and Experience of Key Supervisory Personnel to be deployed for this work shall be as
per Annexure A-VII to this SCC. CONTRACTOR shall submit bio-data of Key Supervisory Personnel
meeting the requirement of this Annexure which will be reviewed and approved by Engineer-in-Charge.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 30 of 47

27.2 All key staff employed at the site by the CONTRACTOR shall be considered essential to the
performance of the work, and all key staff shall be subjected to approval of OWNER/ Engineer-in-
Charge. However, such approval shall not relieve the CONTRACTOR of any of his contractual
obligations. No staff including Resident Engineer and other technical supervisory staff shall be
removed or transferred from the work with the prior written permission of the OWNER/ Engineer-in-
Charge. The OWNER / Engineer-in-Charge shall however have the authority to order the removal of
staff from site of any undesirable personnel, the replacement of such personnel shall be carried out
by the CONTRACTOR within 15 (fifteen) days from the notification from OWNER/ Engineer-in-
Charge. If key staff becomes unavailable for assignment to the work for reasons beyond the
CONTRACTOR’s control, the CONTRACTOR shall immediately notify the OWNER/Engineer-in-
Charge to evaluate the impact on the project. Prior to substitution or addition of any key staff,
the CONTRACTOR shall obtain OWNER’s / Engineer-in-Charge’s written consent as to the
acceptability of replacements or additions to such personnel. The CONTRACTOR shall at all
times be fully responsible for the acts, omissions, defaults and neglect of all his representatives,
agents, servants, workmen and suppliers and this of his Sub-Contractors.

28. SETTING OUT OF WORK

28.1 OWNER/ CONSULTANT shall furnish the relevant existing grid point with Bench Mark, on the land. It
shall be CONTRACTOR’s responsibility to set out the necessary control points in and to set out the
alignment of the various works. The CONTRACTOR shall employ an efficient survey team for this
purpose and the accuracy of such setting out works shall be the CONTRACTOR’S responsibility.

28.2 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (Twenty-four) hours advance
notice in writing of his intention to set out or give levels for any part of the work so that arrangements
may be made for checking the same.

28.3 Work shall be scheduled so as to enable checking lines and levels on any part of the work.

28.4 The CONTRACTOR shall within the scope of work provide all assistance, tools, gauges and
instruments required to enable the Engineer-in-Charge to check the setting out of works.

29. COORDINATION WITH PMC

CONTRACTOR shall coordinate with PMC for his day-to-day activities and provide free access and
assistance during the inspections and other activities to be carried out by CONSULTANT.
CONTRACTOR shall comply to the requirements of PMC and obtain all the clearances from PMC for
his work.

30. DRAWINGS AND DOCUMENTS

30.1 The drawings (if any) accompanying the bidding document are of indicative nature and issued for
bidding purpose only. Purpose of these drawings is to enable the bidder to make an offer in line with
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 31 of 47

the requirements of the OWNER. However, no extra claim whatsoever, shall be entertained for
variation in the “Approved/Issued for Construction” and “Bid Drawings” regarding any changes of work.
Construction shall be as per drawings / specifications issued / approved by the Engineer-in-
charge during the course of execution of work.

30.2 The drawings and documents to be submitted by the CONTRACTOR to OWNER/PMC after award of
the work as per the requirements enlisted in the bidding document elsewhere shall be for
OWNER/PMC’s review, information and record. The CONTRACTOR shall ensure that drawings and
documents submitted to OWNER/PMC are accompanied by relevant calculations, data as required and
essential for review of the document / drawings by OWNER/PMC.

30.3 All documents and drawings including those of CONTRACTORs sub-vendor’s manufacturer’s etc. shall
be submitted to OWNER/PMC after having been fully vetted in detail, approved and corrected by the
CONTRACTOR & shall bear CONTRACTORs seal / certifications to this effect. All documents /
drawings & submissions made to OWNER/PMC without compliance to this requirement will not be
acceptable and the delay & liability owing to this shall be to the CONTRACTOR’s account.

30.4 The review of documents and drawings by OWNER/PMC shall not be construed by CONTRACTOR as
limiting any of his responsibility to meet the requirements of specifications, drawings etc. and liabilities
for mistakes and deviations. Upon receiving the comments on the drawing / documents reviewed by
OWNER/PMC, CONTRACTOR shall incorporate the comments as required and ensure their
compliance. The subsequent submission by the CONTRACTOR of the updated drawings / documents
shall be accompanied by a compliance report etc. The submissions calling for repeated reviews by the
OWNER/PMC shall be avoided by the CONTRACTOR.

30.5 Any inaccuracies, errors and non-compliance to contractual requirements will be rectified by the
CONTRACTOR. Delay occurring on this shall be to the account of the CONTRACTOR.

31. SUB-CONTRACTING

31.1 If the CONTRACTOR is required to engage a Sub-contractor for any part of work, then such sub-
contractors shall have prior proven experience of similar work and shall require specific approval by
OWNER before award of sub-contract as per attached as Annexure A-VIII to this SCC.

31.2 Following the notification of Acceptance of Bid, the CONTRACTOR will submit to the OWNER for
approval, the details of sub-contractors to these Special Conditions of Contract. CONTRACTOR shall
ensure that very competent and resourceful agencies with proven track record and performance should
be proposed for the work to be sub-contracted.

31.3 Any bidder who had submitted the bid for this tender and does not get the Contract because of his
being not the lowest will be prohibited from working as sub-contractor for execution of this Contract.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 32 of 47

32. ELECTRICAL CONTRACTOR’S LICENCE

32.1 The CONTRACTOR or its nominated Sub-CONTRACTOR (s), as the case may be, shall have a valid
electrical CONTRACTOR‟s license for working in the State in which the job site is located. The
CONTRACTOR shall furnish a copy of the same to Engineer-in-charge before commencement of any
electrical work or work pertaining to Electrical System.

32.2 No Electrical work or work pertaining to electrical system (s) shall be permitted to be executed
without a valid Electrical CONTRACTORs License being produced by the CONTRACTOR or Sub-
CONTRACTOR, as the case may be intending to execute the work.

33. PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY CONTRACTOR

33.1 Contract Clause for acceptance of Structural Steel & TMT Bars

33.1.1 The Contractor shall purchase Structural Steel and TMT Reinforcement Bars from the approved
Manufacturers as per the Master Supplier/Vendor List attached with the Bidding Document.

However, in the event any of the above approved Manufacturers do not quote for the above steel
material due to quantity limitations/constraints, CONTRACTOR may, with the prior approval of
OWNER/PMC, procure such items from the Authorized Stockist(s) of the Manufacturer (s) subject to
fulfillment of the conditions related to furnishing of the MTCs (confirming to the applicable IS Codes)
and Sample Testing as mentioned in the Tender Document.

Structural Steel/Reinforcement Bars not being manufactured by any of the approved


Manufacturers (in the Vendor List) shall be allowed to be procured, subject to prior approval of
OWNER/PMC, from any Manufacturer(s) having valid BIS license. This also shall be subject to
fulfillment of the conditions related to furnishing of the MTCs (confirming to the applicable IS
Codes) and Sample Testing as mentioned in the Tender Document.

However, delay if any, by OWNER/PMC in approving any Manufacturers / Authorized Stockist


proposed by CONTRACTOR, or rejection, if any, of Manufacturers / Authorized Stockist, by
OWNER/PMC, shall not entitle the CONTRACTOR for any claim for time extension or any cost
implication.

33.1.2 Tests after receipt of Structural Steel at site:

In addition to availability of MTC (confirming to the applicable IS Codes), for each category/ size of
structural steel procured, one sample from every 50 MT or part thereof shall be drawn and tested in
approved laboratory. The charges for such testing shall be borne by the contractor.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 33 of 47

33.1.3 Tests after receipt of TMT bars at site:

In addition to availability of MTC (confirming to the applicable IS Codes), samples as specified


under shall be drawn and tested in approved laboratory. The charges for such testing shall be
borne by the contractor.

• Under 10 mm bars one sample for each 25 MT (or part thereof) for consignment below 100
MT and one sample each 40 MT (or part thereof) for consignment above 100 MT shall be
tested.

• For 10 mm to 16 mm bars, one sample for each 35 mm MT (or part thereof) for consignment
below 100 MT and one sample each 45 MT (or part thereof) for consignment above 100MT
shall be tested.

• Over 16 mm bars one sample for each 45 MT (or part thereof) for consignment below 100 MT
and one sample each 50 MT (or part thereof) for consignment above 100 MT shall be tested.

33.2 Contract Clause for acceptance of Cement manufacturer

33.2.1 The Cement supplied by the Contractor shall be from the approved Manufacturers as per the
Vendor List attached with the Bidding Document.

In the event of non-availability of cement from the approved Manufactures, the CONTRACTOR shall
propose additional vendor(s) to OWNER/PMC for their prior approval, before procurement of Cement.
However, delay if any, by OWNER / PMC in approving any vendors proposed by CONTRACTOR, or
rejection if any vendors(s), by OWNER/PMC, shall not entitle the CONTRACTOR for any claim for time
extension or any cost implication.

33.2.2 Tests after receipt of Cement at Site: Each batch of cement (week wise as mentioned on cement
bags) supplied by the contractor after delivery at site shall be subject to the tests and analysis
required by the relevant Indian Standard codes. The contractor shall carry out and bear the cost of
all tests and analysis to ensure quality of cement before using in actual works.

34. CONSTRUCTION

34.1 The CONTRACTOR shall within the scope of work observe in addition to specifications, all
national and local laws, ordinances, rules and regulation and requirements pertaining to the
work.

34.2 Various procedures and methods to be adopted by CONTRACTOR during the construction as required
in the respective specifications shall be submitted to OWNER/ CONSULTANT in due time and well in
advance of the specific work for approval.

34.3 The CONTRACTOR shall carry out required supervision as per Quality Assurance Plan and furnish all
assistance required by OWNER/ CONSULTANT in carrying out inspection work. OWNER/
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 34 of 47

CONSULTANT will have authorized representatives present who shall have free access to the work
at all times. If an OWNER/ CONSULTANT representative notifies the CONTRACTOR‟S representative
of any deficiency in any work or in the supervision thereof, the CONTRACTOR shall make every effort
to carry out such instructions consistent with best industry practice.

35. ERECTION OF EQUIPMENT / BARRICADING

35.1 All erection shall be carried out by deploying a crane(s) of suitable capacity. Erection by derrick shall
not be permissible. The CONTRACTOR shall submit erection schemes for erection of critical equipment
/ Barricading to Engineer-in-Charge for his approval. No equipment / barricading shall be erected in
the absence of an approved erection scheme for such equipment.

35.2 The quoted Prices of the CONTRACTOR shall be deemed to include load testing of the crane as
required to establish the lifting capacity of the crane.

36. SPECIAL REQUIREMENT FOR ERECTION& BARRICADING WORKS

36.1 ERECTION and Barricading Works shall be carried out as per Drawings and Technical Specifications
attached with the Tender Document and as per instructions of PMC/OWNER.

36.2 Job shall be carried out on round the clock 24 x7 basis with intermittent break as per agreement with
PMC/OWNER.

36.3 CONTRACTOR should ensure testing of Construction materials at local approved IOCL authorized
approved testing laboratory prior to starting of the job and get approval of CONSULTANT.

36.4 Maintenance personnel with all tools & tackles and spares should be available on round the clock
basis for attending the breakdown of equipment, machinery, pump etc. immediately after breakdown.

36.5 Contractor shall use wire rope of reputed make only along with valid Test Certificate to avoid accidents.
Spare wire rope shall be kept readily available to avoid downtime.

36.6 Winch & Fly wheel to be provided with Safety Guard without which the rig shall not be allowed to be
operated.

36.7 100% PPE to be used by all workmen and personnel engaged for the job, otherwise penalty shall be
imposed as per GCC.

36.8 The CONTRACTOR shall deploy and ensure availability of qualified supervisor including safety
supervisor having full knowledge of jobs and safety on round the clock basis.

36.9 In case of non-availability of water by OWNER, the CONTRACTOR shall arrange water without any
extra cost to OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 35 of 47

36.10 Dress code: All the CONTRACTOR‟s workers and officers should use uniform during working hrs. at
site and reflecting jackets in night working hours.

36.11 OWNER/ CONSULTANT reserves the right to physically check/verify the Ownership/availability of the
equipment at any stage prior to award of work. Bidder shall organize and coordinate the inspection
process. OWNER/CONSULTANT’s option shall be final and binding in this regard.

36.12 Bidder to confirm that these equipment’s are available for deployment in this project site and shall be
timely mobilized in good working condition to maintain work progress. BIDDER has option to propose
equipment’s OWNED or HIRED sources against this category.

36.13 Bidder to deploy well qualified ASNT Level III interpreter and Level II Personnel for scanning and
reporting for NDT.

37. LIABILITY OF GOVERNMENT OF INDIA

37.1 It is expressly understood that Govt. of India is not a party to this Contract and has no liability,
obligations or rights hereunder. It is expressly understood that OWNER is an independent legal
entity with power and authority to enter into the Contract solely on its behalf under the Applicable
Laws and general principles of contract law.

37.2 The CONTRACTOR expressly agrees and acknowledges and understands that OWNER is not an
agent, representative or delegate of Government of India.

38. GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT FOR MECHANICAL /
COMPOSITE ITEM RATE CONTRACTS

38.1 CONTRACTOR shall appoint radiography/ NDT agency (ies) only after acceptance of such agency(ies)
by OWNER/PMC. However, acceptance of radiography/ NDT agency by OWNER/PMC shall not
absolve the CONTRACTOR of his responsibility to execute radiography work as per requirements of
the Contract.

38.2 CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate number of
radiography resources/ NDT equipment & appliances, commensurate with the welding activity and
quantum of Radiography/ NDT work load to avoid delays in Radiography / NDT and consequent
generation of back log. In the event of generation of back log leading to Delay / Holdup of subsequent,
activities OWNER/PMC has right to engage additional agency for carrying out the radiography at the
risk and cost of CONTRACTOR including 100% overhead charge.

38.3 Date and extent of mobilization of radiography/ NDT agency/resources shall be agreed by the
CONTRACTOR and the Engineer-in-Charge at the start of work.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 36 of 47

Radiography Check Shots

a) To verify that radiographs are being taken on the prescribed / selected welds / spots only, 5%
of already radiographed spots shall be selected by the Engineer-in- Charge or his designated
person for check shots. The check shots shall be taken up before any further radiography
work.

b) The CONTRACTOR will be paid for the check shots at the quoted rates if no variation is found.
If mismatch / variation is found in any of the check shot as per para 38.3 a), CONTRACTOR
shall have to take re-radiography of the entire lot represented by check shot (a day production
or more as decided by Engineer In-Charge). In such cases, no payment will be made for the
check shots as well as the re-radiography of the entire lot represented by the check shot.

c) In the event of any non-matching / variation is observed in re-radiography of the entire lot a
per para 38.3 b) above with reference to the earlier radiographs taken, the radiography agency
shall be forthright debarred from site. CONTRACTOR shall then carryout re-radiography up to
maximum of 100% of all the prescribed / selected welds/ spots radiographed by the debarred
radiography agency (as per direction of the Engineer In-Charge) at his own cost by engaging
a separate Radiography agency acceptable to OWNER/PMC. The process for verification of
radiographs through check shots shall be continued as per clause 38.3 a) above from the lots
selected by the Engineer In-charge till 2 (two) consecutive lots are found with matching check
shot radiographs to the satisfaction of OWNER/PMC.

d) CONTRACTOR shall be responsible for the repair of faulty welds and or all the required extra
radiography and inspection of the faulty welding work. In case of faulty weld, 100% radiography,
on Contractor account, shall be done on the weld performed as per code. Owner/PMC shall
absolute discretion in the selection of weld, which are to be radiographed.

e) If required, CONTRACTOR shall arrange “Small Controlled Area Radiography (SCAR)”


in place of normal radiography.

f) As per Code & Standard, in place of Radiography CONTRACTOR shall arrange Automated
Ultrasonic Testing (AUT) or Semi-Automated Ultrasonic Testing suitable for full penetration butt
weld of piping, as required.

g) Air conditioned Dark Room with facilities like running water and those required for developing
and viewing radiograph films.

h) In specific cases required by OWNER/PMC, CONTRACTOR shall perform digital radiography


in place of normal radiography.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 37 of 47

39. REQUIREMENTS FOR DOCUMENTATION

39.1 The CONTRACTOR shall adhere to the requirements for DOCUMENT REQUIREMENTS AND
REVIEW PROCEDURE as per Part-I section 11.2.

40. COMPLIANCE WITH CODES AND STANDARDS

40.1 CONTRACTOR agrees that the Work and all systems, components and parts of the Work shall
comply with:

i. those design criteria, codes and standards which are specified in this Contract, Scope
of Work and as agreed between CONTRACTOR and OWNER/PMC; and

ii. list of Engineering Standards and Specifications developed for the Project

iii. the requirements of all relevant Indian authorities, including without limitation:

a) Factories Act;

b) Indian Petroleum Rules;

c) Tariff Advisory Committee Guidelines;

d) Liquid effluent discharge, as per Minimal National Standards for liquid effluents and

air emissions conforming to Pollution Control Board Standards;

e) Civil Aviation Rules;

f) Indian Boiler Regulation Act;

g) India Electricity Rules; and

h) Requirement of Chief Controller of Explosives

i) Requirements of other authorities concerned with the Project or out of any license,
permission, sanction, approval or no objection relative thereto.

j) OISD (Oil Industry Safety Directorate) requirements

CONTRACTOR also agrees that all design criteria, codes and standards included in this Contract
are and at all times prior to the Acceptance of the Work will be in compliance with the requirements of
such authorities.

40.2 CONTRACTOR shall perform all design and engineering in accordance with the Engineering
Standards and Specifications, International Codes and Standards, and National Codes and
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 38 of 47

Standards as detailed in clause 40.1 here above, Licensor Specifications and Standards, National
and Local Rules and Regulations.

Revisions of the above as at the date of submission of the last Price-Bid against this Tender shall be
utilized by CONTRACTOR-

The above requirements shall be considered as the minimum requirements.

In any areas of conflict, the order of precedence, commencing with the highest, shall be as
follows:

1. National and Local Rules and Regulations

2. National Codes and Standards

3. Licensor Specifications and Standards

4. Engineering Standards and Specifications indicated in Clause 40.1(ii) hereabove.

5. International Codes and Standards

The information given in each of the above shall be used, as above, in conjunction with all other
above listed documents. In cases of conflict between documents in the same level of the hierarchy,
the CONTRACTOR shall provide its interpretation in writing of the most stringent requirement for
OWNER/PMC’s approval. In all such cases of conflict, OWNER/PMC’s decision shall be final.

Any deviations to the above require prior OWNER/PMC’s approval. If standards or specifications are
not available for specific applications, CONTRACTOR shall develop such standards and specifications,
based on industry standards and practices, its own experience, and on the basis of fit for purpose. All
new and revised Contract standards or specifications shall be submitted to OWNER/PMC for approval.

The Plant shall be engineered and constructed to minimize the Plant’s environmental impact.

Any modification to agreed design criteria will be subject to CONTRACTOR providing detailed
justification and OWNER/PMC’s approval of the same.

41. MODIFICATIONS TO GCC


41.1 In line number 3 of Clause number 8.18.2.0 of the GCC, the figure “8.15.1.0” shall be replaced with the
figure “8.18.1.0”.

41.2 Add the following at the end of Clause No. 1.0.53.0 of the GCC:
At any stage during currency of the Contract, while carrying out the design and engineering job as part
of this Contract, Contractor shall adhere to/follow the latest revision (notwithstanding that such a
revision has taken place after submission of last price bid) of the applicable specifications and
standards including but not limited to OISD Standards as mentioned elsewhere in the tender. Such
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 39 of 47

design and engineering jobs shall be taken up by the Contractor at any stage without any extra cost to
the OWNER. However, cost towards supply, construction/erection/modification, testing and
commissioning of any facility/system caused due to such revision(s) after submission of last price bid
shall be settled as per the Change Order clause of the Contract.

41.3 Clause No. 10.20.2.0 (ii) (a) of GCC shall be read as follows:

Any reportable physical injury as per Indian Factory Act-1948: - a price reduction of 0.5% of the Lump
sum Price (maximum of Rs.2,00,000) per injury in addition to Rs. 5,000.00.

41.4 Clause No 2.1.1.0 of the GCC shall be modified as follows;

The CONTRACTOR shall within 30 (Thirty) days from the date of issue of the Acceptance of Bid furnish
Security Deposit in an amount equivalent to 3% (Three percent) of the Lumpsum Price in the manner
specified in Clause 2.1.2.0 hereof. Such security deposit is to be held by the OWNER in lieu of cash as
security for the due performance of the CONTRACTOR’S obligation under the contract and due
discharge of CONTRACTOR’s liabilities under and/or arising out of the Contract.

41.5 Clause No 2.1.2.0 of GCC shall be modified as follows

As and by way of the said Security Deposit, the CONTRACTOR shall within 30 (Thirty) days from the
date of issue of Acceptance of Bid submit one or more unconditional Bank Guarantee(s) from one or
more Bank(s) in India acceptable to the OWNER and in a format, provided by the OWNER, for a sum
equivalent to 3% (Three percent) of the Lumpsum Price of the Contract. Such Bank Guarantee(s) to
the extent that the Lumpsum Price as designated in Foreign Currency, shall be for an amount of 3%
(Three percent) of the designated Foreign Currency(ies), and to the extent that the Lumpsum Price as
designated in Indian Rupees, shall be for an amount of 10% (Ten percent) of the designated Indian
Rupees, and shall be valid in the first instance for a period of not less than 3 (three) months after the
expiry of the defect liability period, reckoned from the scheduled date of final completion under the
Contract.

41.6 In line 3 of Clause 8.6.1.0 of GCC, words “or for or” shall stand deleted

41.7 Appendix-V to GCC : Form of Bank Guarantee in lieu of Earnest Money Deposit is not applicable for
this tender.

41.8 Appendix-VII to GCC: FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT is modified
and revised Form of Bank Guarantee is attached as Annexure-A-XXIII of SCC

42. LIST OF CRITICAL TAGGED ITEMS

For the purpose of Payment, the list of critical Tagged items is as per Annexure A-IX.
CONTRACTOR shall finalize the orders for all long lead items within 03 months from the Effective
date of Contract/FOA.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 40 of 47

43. CONTRACTOR’S PERFORMANCE EVALUATION

The performance evaluation of Contractor shall be done as per the enclosed Annexure A-XV to this
SCC.

44. GUARANTEES

Notwithstanding the CONTRACTOR Guarantee provisions expressly stated in clause 5.5.0.0 of the
General Conditions of Contract, CONTRACTOR further warrants the Guarantee requirements for
engineering, materials, supply, construction, workmanship and performance within the guarantee
parameters as set forth in the Scope of Work and in Annexure A-X to this SCC. Should the works and
/ or any part thereof fail to meet the guarantee provisions stipulated herein Special Conditions of
Contract, CONTRACTOR’s obligations & liabilities shall be as determined by the Engineer-in-Charge,
in collaboration with OWNER, under the provisions of the Contract.

45. THIRD PARTY INSPECTION

45.1 As part of and required by CONTRACTOR’S quality assurance procedures for inspection of
materials / equipment, CONTRACTOR shall, within the Scope of Supply and at its sole cost and
expense, engage a Third-Party Inspection Agency (TPIA).

45.2 CONTRACTOR shall utilize TPIA(s) in the procurement by CONTRACTOR of major / critical equipment
and packaged items, materials of construction and Site construction activities for the duration of the
Project.

45.3 CONTRACTOR shall determine the in-country and out-country (India and outside India) capabilities
of TPIA(s) and engage them accordingly.

45.4 CONTRACTOR shall prepare a list of where they propose to utilize TPIA(s) as part of the scope of
supply. This list shall be submitted by CONTRACTOR for review by Engineer-in-Charge. Engineer-in-
Charge may accept or reject a TPIA based on the review and Contractor has to comply with the
directions of Engineer-in-Charge in this regard.

45.5 CONTRACTOR and / or Vendor / Subcontractor QAP / Inspection and Test Plan shall be reviewed by
OWNER/PMC to ensure that all required inspection and tests on associated work scope has been
covered and to identify and designate which inspection and tests require to be monitored /inspected /
witnessed by TPIA Inspectors.

45.6 TPIA Inspectors to report directly to Contractor as confirmation of their independence and to
issue Inspection Reports, Test Results etc., directly to Contractor for onward issue to OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 41 of 47

45.7 CONTRACTOR and / or Vendor / Subcontractor to formally notify OWNER in timely advance of Pre-
Inspection Meetings, planned inspection and tests, inspection releases, etc., where such activities
require TPIA participation

45.8 CONTRACTOR shall be responsible for monitoring and verifying all tests and for carrying out or
supervising (as the case may be) all inspections required. Inspection by such TPIA(s) shall not relieve
the CONTRACTOR of its obligations and responsibilities under this Contract.

46. ENTRY OF FOREIGN NATIONALS TO REFINERY PREMISES

IOCL has 9 operating Refineries, namely Guwahati Refinery in the State of Assam, Barauni Refinery
in the State of Bihar, Gujarat Refinery in the State of Gujarat, Mathura Refinery in the State of U.P.,
Haldia Refinery in the State of West Bengal, Panipat Refinery in the State of Haryana, Bongaigaon
Refinery in the State of Assam & Digboi Refinery in the State of Assam and Paradip refinery in the state
of Odisha.

It may please be noted that all the Refineries shown above are declared as "prohibited place" under
Official Secrets Act 1923, where entry of personnel is restricted / conditioned. It may also be noted
that the Visa to be issued by Govt. of India, normally contains the clause towards no permission for
entry / visit to such place, a default condition which if not removed / struck-off by the Visa issuing
authorities, will create impediment / restriction in movement of personnel of foreign origin deployed at
particular Refinery, to carry out an activity in terms of engagement / Contract with M/s. Indian Oil
Corporation Limited. The same should be kept in cognizance while submitting request for issue of Visa
by CONTRACTOR’s office.

47. ENDORSEMENT OF FEED

Refer Annexure A-XI to this SCC. – Not Applicable for this tender

48. FREE ISSUE MATERIALS

The list of Free Issue Materials is indicated in Annexure A-XII to this SCC.

49. PURCHASE PREFERENCE LINKED TO LOCAL CONTENT

49.1 Bidder shall comply with the “Policy to Provide Purchase Preference (linked with local content) (PP-LC)
in all Public Sector Undertakings under the M/o P&NG-Amended regarding” Dtd. 17th November-2020,
attached as Annexure A-XIII to this SCC. Bidders shall go through the document for better
understanding of the provisions of the Policy.

49.2 The prescribed Local Content in the Policy shall be applicable on the date of Notice Inviting Tender
(NIT).
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 42 of 47

49.3 It shall be noted that Local Content in the Job shall be calculated by the Bidder as specified in Clause
6.0 of the Policy as applicable (Clause No. 6.2 for Service Contracts and Clause No.6.3 for EPC/LSTK
Contracts).

49.4 Bidders shall furnish the required documents as mentioned in the Clause No.7.1.2 of the above Policy
along with their Techno-Commercial Offer. These details shall be uploaded in the e-tender portal along
with the other documents to be submitted as per the Tender requirements.

49.5 All the bidders have to submit the above documents irrespective of the fact that they want to avail the
benefits under the PPLC Policy or Not.

49.6 Bidders shall note that this Job shall NOT be split and shall be awarded to a single Contractor only.

49.7 In this connection, all the Bidders have to submit an UNDERTAKING/ DECLARATION in the FORMAT
attached as Attachment-1 to the Annexure-A-XIII. In case Bidder wants to avail purchase preference
under PP-LC Policy, Bidder shall submit the declaration form for availing purchase preference and
undertaking duly filled, signed & stamped along with the unpriced Bid as advised in the concerned
Annexure A-XIII to this SCC.

50. SPARE PARTS

In addition to the GCC provisions for Spare Parts under Cl. 5.8.0.0, the CONTRACTOR shall carry out
SAP codification of surplus materials/mandatory spares, in consultation with PMC/Owner.
CONTRACTOR shall also submit Spare Parts Interchangeability List (SPIR) as per OWNER’s format,
attached as Annexure A-XVI to this SCC.

51. OFFICE ACCOMMODATION, SERVICES AND FACILITIES FOR PMC / OWNER’S PERSONNEL
AT CONTRACTOR'S WORK STATIONS/OFFICES

At any stage during the currency of Contract, in case if so required, PMC/OWNER may depute their
Personnel (maximum 10 Numbers at one occasion) to Contractor’s Home Office in India/Abroad for
expediting/reviewing the Design & Engineering Jobs or for any other specific job in connection with
the subject Contract. This shall include the Offices (In India/ Abroad) of Contractor’s
Design/Engineering CONSULTANT, Supplier(s), Vendor(s) etc. Normally such deployment/deputation
shall be for shorter durations only. In such situations, CONTRACTOR shall ensure that the
PMC/Owner’s Personnel are facilitated with necessary Office Space, Office furniture & equipment,
communication facilities including High Speed Internet, other office supplies etc. which are reasonably
required for the effective completion of the intended job of PMC/Owner’s personnel. Also, facilities and
assistance for Printing, Photocopying and Scanning shall be ensured by the Contractor. Further, the
Contractor shall ensure that the common facilities like Canteen Services, Courier Services, Clerical
/Secretarial Services etc. are also provided to the Personnel during such a period(s) of their
deputation/deployment to the concerned Offices.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 43 of 47

52. TAXES & DUTIES REIMBURSABLE STATEMENT

Refer Annexure A-XVII to this SCC.

53. HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT

Safety is to be given prime importance. During execution, CONTRACTOR shall strictly follow the
safety procedures, precautions, norms laid down by OWNER time to time.

CONTRACTOR shall establish the document and maintain an effective Health, Safety and
Environment (HSE Management System. CONTRACTOR shall include in his offer, the Health,
Safety and Environment (HSE) Management procedure which is required to be adhered to during the
execution of Contract.

CONTRACTOR shall also adhere to the requirements of OWNER/ OWNER’s Authorized


Representative HSE guidelines, Specification enclosed as ANNEXURE - VI to Special Conditions
of Contract. In case of any conflict between the provisions given in General Conditions of Contract,
Special Conditions of Contract & Specification, the stringent provision shall be considered. In
absence of any required information in the above, CONTRACTOR shall clarify with the OWNER/
OWNER’s AUTHORISED REPRESENTATIVE whose decision is final and binding on the
CONTRACTOR without any cost implications. In case of non-compliance, OWNER/OWNER’s
authorized representative shall free to levy penalty, withholding of bills etc which is final and binding
on the CONTRACTOR.

53.1 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS

The works under this contract are to be carried out in areas within the near vicinity of operating plant.
As such, CONTRACTOR is required to abide by safety and security regulations of OWNER/
CONSULTANT enforced from time to time.

53.1.1 ENTRY PASSES

53.1.1.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a prescribed proforma
available with OWNER / CONSULTANT. The photo entry passes shall be issued by OWNER for a
maximum period of 4 months and if extension is required by the CONTRACTOR, CONTRACTOR has
to apply separately for extension. As a special case, temporary passes for a maximum period of 7 days
may be issued.

Unutilized / Expired entry passes shall have to be submitted immediately to OWNER.

In case of loss of any entry pass, the CONTRACTOR has to lodge FIR with local police station and
inform the Engineer-in-charge and shall have to pay Rs.150/- against each entry pass.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 44 of 47

53.1.1.2 The CONTRACTOR is required to keep track of all entry passes issued and returned. Identity card
issued by the Security Section should always be carried/ displayed by the CONTRACTOR's employee
or person while working inside the Plant.

53.1.1.3 The CONTRACTOR and his subcontractors should leave the location of OWNER’s premises after
the work is completed.

53.1.2 GATE PASSES

53.1.2.1 To bring materials/equipment/tools/tackles etc. inside the plant for construction work, the
CONTRACTOR has to produce challans/ proper documents to OWNER / CONSULTANT personnel at
gate. The materials shall be checked thoroughly by OWNER’s / CONSULTANT personnel at Gate and
recorded in their register before allowing any material to bring inside the plant by CONTRACTOR. It is
CONTRACTOR's responsibility to see that the recorded entry no., date, signature of OWNER/
CONSULTANT with stamp challans / supporting documents signed by company's personnel at gate
during entry.

53.1.3 WORK PERMIT

53.1.3.1 When the work is to be carried out in hazardous areas, hot work permit is to be obtained before start
of work for all the jobs which are capable of generating flame, spark, heat etc. namely, Gas cutting,
grinding, welding, use of any electrical/ diesel/ petrol/ battery operated prime mover/ machine/
tools/ equipment/ generator sets/ mixer machine/ drilling machine/ pumps/crane, fork lifter/ hand
truck/ trailer, chipping/ breaking of rocks/concrete, hacksaw cutting and drilling, etc.

53.1.3.2 Cold work permits are to be obtained for the jobs which are not coming under the category of hot work
and where there is no risk of fire, viz, transportation/ backfilling of ordinary soil in manual process,
piling testing, hydro testing, shuttering, fixing of reinforcement, hand mix concreting, plastering, brick
work etc.

53.1.3.3 According to nature of work and use of various types of equipment & tools the CONTRACTOR has
to apply for cold/hot permits in a prescribed format at least 2 days before the work is planned to start.
No work permit shall be issued by OWNER/ CONSULTANT unless proper arrangement is made by
the CONTRACTOR to ensure safe performance of work inside the plant. Job wise and area wise
permits shall be issued to the CONTRACTOR and against each permit at least one construction
supervisor and one safety supervisor of required level shall always be made available at site by the
CONTRACTOR. These safety permit shall be issued at one point contact by OWNER/
CONSULTANT.

53.1.4 VEHICLE PERMIT

53.1.4.1 Permits are to be obtained separately for entry/use of vehicles/ trailers etc. inside the plant.

53.1.4.2 The following requirements are to be met to obtain vehicle permit:


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 45 of 47

i) Vehicle/Equipment etc. should be brought to site in good conditions.

ii) Valid Road tax certificate, fitness certificate and insurance policy from competent authority.

iii) Valid operating/ driving license of driver/operator.

53.1.5 VALIDITY OF THE WORK PERMIT

i) Permit is valid for 24 hours.

ii) No permit is valid if it is not renewed by the shift in charge/ shift representative in shifts (Morning &
Evening)

iii) The permit shall be issued for a maximum period of one month and if extension is required, the
CONTRACTOR has to apply for fresh permit.

iv) No permit is valid on holidays unless special permission is obtained from the competent authority.

53.1.6 SAFETY REGULATIONS

Regarding work Permit

The work shall be carried out inside the plant as per safety practices enforced by OWNER/
CONSULTANT safety section and instructions of Engineer-in-charge issued from time to time. Many
times, it may happen that the working hours shall be drastically reduced or increased to meet certain
safety requirements and the CONTRACTOR shall meet these requirements without any additional
time and financial implications.

To obtain work permit and to satisfy all conditions laid down therein, shall be the responsibility of the
CONTRACTOR. No claim for idling of machinery, plant, manpower etc. for safety reasons or non-
issuance of work permit by In-charge, Safety Section shall be considered.

The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety for specific
job kit as stipulated in the factory act/ safety handbook is issued to the employee during the execution
of work, failing which all the works at site shall be suspended.

OWNER/ CONSULTANT shall permit CONTRACTOR and his authorized construction personnel to
freely move, in and out of the site, subject to the observance of security and safety regulations of
OWNER /CONSULTANT. In view of specific security requirement for the refinery installation and its
Strictest observance, all personal of CONTRACTOR or his authorized construction personnel
(skilled/ unskilled) are required to have detail police verification for the purpose of issue of photo pass
required for entry and free movement at work site. They will also have to bear with the restriction and
limitation of /exit to work site as per the security requirement.

53.1.6.2 Regarding Hot work


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 46 of 47

When doing hot work inside the plant the CONTRACTOR must ensure that the fire hose is hooked up
with the fire water system and extended to the work spot. Fire extinguisher must be kept near the
working spot. Area around and below the hot working place must be adequately protected from falling/
coming out of sparks/hot metals from the booth made of ceramic cloth or some other suitable
material may be proposed for hot job booth for fire blanketing purposes.

The CONTRACTOR must arrange sufficient number of fire hoses and firefighting equipment of
approved quality at his own cost to carry out hot job inside the plant.

Welding & electrical cables should be of approved quality, and no jointing and loose connection shall
be permitted.

At the end of the working day the CONTRACTOR must inform electrical section to switch off power at
sub-station end.

The CONTRACTOR must provide cotton dress, safety shoe, safety helmet, safety belt, hand gloves
of approved quality to his workers to meet the safety requirement of various jobs to be carried out
inside the plant.

IFR cover all made mandatory for welders, gas cutters and grinders.

Regarding use of Vehicle

Vehicle must not ply on any road within the plant at speed exceeding 20KM/hr.

Mobile crane/ loaded trucks/ trailers must not exceed speed limit of 15 KM/hr inside the plant.

No crane is allowed to move inside the plant with load.

No vehicle is allowed to park inside the plant.

54. MSME Vendors as per GOI Policy

Refer Annexure- A- XVIII enclosed to SCC

55. CUSTOM PUBLIC NOTICE

Refer Annexure- A- XIX enclosed to SCC

56. DOMESTICALLY MANUFACTURED IRON & STEEL POLICY (DMI&S) & DOMESTICALLY
MANUFACTURED ELETRONIC PRODUCTS

Refer Annexure – A-XX enclosed to SCC.

Refer Annexure – A-XXI enclosed to SCC and Notification dated 7th Sep 2020.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-A
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 47 of 47

57. TERMS & CONDITIONS FOR TRAINING

57.1 For Training at Site

Bidder’s personnel shall observe/abide by site working conditions prevailing at the existing site,
safety codes, Indian laws and local laws.

All foreign nationals coming to India for execution of projects / orders will have to apply for necessary
visa. In their own interest bidders are advised to check latest visa rules from relevant sources in their
country in case foreign nationals are required to be deputed to India during execution of order. Visa
should not contain the clause “Not valid for Prohibited, Restricted and Cantonment Areas”.

57.2 For Training at Contractor/supplier office, if any as per technical portion

Bidder’s quoted prices for training at vendor’s office shall include all the charges. However, all
expenses towards owner’s personnel / representatives deputed to contractor’s Office and / or Plant
for training, in respect of travelling, boarding and lodging and travel and living expenses in the place
of work will be borne by the OWNER. The CONTRACTOR shall, however, provide reasonable office
accommodation, furniture, clerical assistance, e-mail and telephone facilities required by such
personnel / representatives for the performance of their duties free of cost to the OWNER.

58. SOFTWARE REQUIRMENTS:

CONTRACTOR agrees to use the latest design software and tools listed in section 11.2, Document
requirement and review procedure for Detailed Engineering, Planning and Reporting.

59. REVISED FORM OF CONTRACT:

Refer Annexure A-XXII to SCC.


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 1 of 29

SPECIAL CONDITIONS
OF
LSTK CONTRACT

Table of Contents (Part-B)

1. PREAMBLE TO SCHEDULE OF RATE & PRICE......................................................................... 2


2. CONTRACT AND BID PRICE COMPARISON .............................................................................. 3
3. TAXES AND DUTIES ..................................................................................................................... 3
4. BUILDING AND OTHER CONSTRUCTION WORKER’S WELFARE CESS ............................... 9
5. PROVIDENT FUND ...................................................................................................................... 10
6. ADVANCE & ON ACCOUNT PAYMENTS .................................................................................. 10
7. MARINE COVER AND ERECTION ALL RISK COVER INSURANCE........................................ 22
8. PRICE VARIATION ...................................................................................................................... 24
9. CONSTRUCTION WATER & POWER SUPPLY AND LICENSE FEE ON LAND ...................... 25
10. COMPUTERISED CONTRACTOR’S BILLING SYSTEM ........................................................... 27
11. ROUNDING OFF ......................................................................................................................... 27
12. PENALTY FOR NON-OBSERVATION OF SAFETY NORMS ................................................... 27
13. RETURN OF LEFT OVER /SURPLUS/SCRAP MATERIALS IN CASE OF LSTK/EPCC CONTRACT
28
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 2 of 29

1. PREAMBLE TO SCHEDULE OF RATE & PRICE

a. The Price quoted shall be Lump sum Price on Turnkey (Supply of services at Project Site) basis. Total
payments to be made to the Contractor shall be limited to Lump sum price indicated in the Price Bid,
irrespective of the progressive payments made during execution based on the split up of price.

b. Obligation of the Contractor is not limited to the quantities that the Contractor may either indicate in
the Breakup of Lump Sum Prices along with his bid or in further detailed breakup of lump sum prices
to be furnished after award of Work. Contractor shall carry out and complete entire scope of
work/supplies/services as detailed in various sections/volumes of the Bidding Document within the
quoted Lump Sum Price.

c. Lump sum prices quoted by the Contractor shall include cost of any other supplies/work(s) /services
not specifically mentioned in the Bidding Document but necessary for the efficient, trouble free
operation of the Plant and to make this package job complete.

d. Contractor to note that breakup of Lump sum price in SP forms are for interim payment purpose only
and total price payable under the Contract shall be restricted to the Lump Sum Price/Contract Price.

e. The total of prices quoted for Engineering portion (in FORM SP-2) and Supply portion (in FORM SP-
1) taken together shall not exceed 70 % of the total Lump Sum Price (in FORM SP-0). In case the
price for Engineering and Supply component exceeds the above-mentioned limit, then such additional
amount shall be payable to the Contractor in the Final Bill.

f. The Price for Engineering Price indicated in FORM SP-2 shall not exceed 7% of Total Lump Sum
Price (in FORM SP-0). In case the price for Engineering Price Component exceeds the above-
mentioned limit, then such additional amount shall be payable to the Contractor in the Final Bill.

g. Spares for start-up/commissioning and mandatory spares required, are in CONTRACTOR's scope
and deemed to be included in their quoted Lump sum Prices.
a. Following Forms of Schedule of Price are also enclosed. FORM SP-6 indicating 2 years O&M
spares.
b. FORM SP-7 for Comprehensive Post Warranty Annual Maintenance Contract (CPWAMC)
Services for five years various Instrumentation and Electrical equipment after defect liability
period of the contract.

h. It shall be the duty of the CONTRACTOR to duly observe and perform all laws, rules, regulations,
orders and formalities applicable to, CGST, SGST & IGST and Customs Duty, etc. on the import,
manufacture, sale and/or supply of any material to the OWNER and performance of the works under
the Contract. The CONTRACTOR shall keep the OWNER indemnified from and against any and all
claims, demands, prosecutions, actions, proceedings, penalties, damages, demurrages and/or other
levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with
respect to any al6leged breach, evasion or infraction of such duties, taxes, charges or levies or any
breach or infraction of any applicable laws, rules, regulations, orders or formalities concerning the
same and from the consequence thereof.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 3 of 29

i. Comprehensive AMC charges submitted vide FORM-SP 7 shall be considered for price bid evaluation
purpose. (to be decided on case to case basis) IOCL reserves right to accord AMC work order to
Bidder after completion of defect liability period.

2. CONTRACT AND BID PRICE COMPARISON

The entire Scope of jobs under this Contract has been classified as Supply of Service in relation to an
immovable property under GST (Excluding items for which separate Work Order is issued for Supply as
per clause 3.4.1 of SCC Part B) and the place of supply of Services shall be the location at which the entire
Scope of Works to be carried out as mentioned elsewhere in the Bidding Documents. Accordingly, the
CONTRACTOR is required to take GST registration for supply of Services and subsequent invoicing to the
OWNER under the Contract.

The quoted prices shall remain firm and fixed, and valid, until completion of the Contract, unless specifically
mentioned otherwise elsewhere in the Tender. The applicable SGST & CGST/IGST and Customs Duty,
SWS was quoted by the bidder separately in Form SP-03 and GST on Services in foreign currency by
foreign bidder/ foreign member of Consortium/ JV shall be loaded on the Lump sum quoted Price for price
comparison. No other taxes and duties except the quoted rates in Form SP-03 shall be eligible for
reimbursement, unless specifically mentioned otherwise elsewhere in the Tender.

3. TAXES AND DUTIES

3.1 CENTRAL GOODS & SERVICE TAX (CGST) & STATE GOODS & SERVICE TAX (SGST) /
INTEGRATED GOODS & SERVICE TAX (IGST).

a) The CONTRACTOR shall be reimbursed at actual Central Goods & Service Tax (CGST) & State
Goods & Service Tax (SGST) payable in India on the intra-State supplies to the OWNER against
submission of invoice issued in accordance with the Invoice Rules. Where supplies are inter-state in
nature, the CONTRACTOR shall charge Integrated Goods & Service Tax (IGST). The Invoice issued
under GST shall be as per provisions of Central Goods and Service Tax and Rules made there under.
At present following particulars are required to be contained in the Invoice: -

i. Invoice Reference Number (IRN) [ e-invoice number]

ii. Name, address and GSTIN of the supplier;

iii. A consecutive serial number of the invoice;

iv. Date of issue;

v. Name, address and GSTIN or UIN, if registered of the recipient;

vi. Name and address of the recipient and the address of the delivery, along with the State
and its code,

vii. Accounting Code of services;

viii. Description of goods or services;


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 4 of 29

ix. Total value of supply of goods or services;

x. Taxable value of supply of goods or services taking into discount or abatement if any;

xi. Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union
Territory Tax or cess);

xii. Amount of tax charged in respect of taxable services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);

xiii. Place of supply along with the name of State, in case of supply in the course of inter-
state trade or commerce;

xiv. Address of the delivery where the same is different from the place of supply;

xv. Whether the tax is payable under Reverse Charge basis and

xvi. Signature or digital signature of the supplier or his authorized representative.

Above details are only for illustration purposes and it is obligatory for the Contractor to issue
GST Invoice as per provisions of Central Goods and Service Tax and Rules made there under.

b) In case of any advance including Mobilization Advance given as per Contract, the CONTRACTOR
shall issue a Receipt Voucher (RV) or GST Invoice containing all details as per Central GST Act and
Rules made there under at the time of issue of RV or Invoice.

c) In case of any Price Variation of Construction Materials applicable as per SCC Clause 8 and any
Foreign Exchange fluctuation, the CONTRACTOR shall issue a GST Invoice containing all the details
stated in (a) (i) to (xv).

d) In case of Price Adjustment for delay in Completion applicable as per GCC Clause No. 4.4.0.0, the
Contractor may issue a Credit Note under Central Goods and Service Tax Act and rules made
thereunder for the Price Reduction amount containing all the details as per law in force at the time of
issue of Credit Note. However, Contractor has the option to issue a Commercial Credit Note without
GST implication. In either case Credit Note has to be issued within 30 days from the date of intimation
of invocation of Price Adjustment under GCC Clause No. 4.4.0.0

e) If Contractor does not issue Credit Note in terms of clause (d) above, the Owner shall issue a GST
Invoice for the amount of Price Reduction plus applicable GST withheld in terms of Clause 6.4.7.3 of
GCC.

f) Where a GST Invoice is issued by the Owner, the amount of price reduction (excluding GST), on a
written request made by the Contractor, may be released under a cover of Bank Guarantee of
equivalent amount issued in favour of the owner. In case GST Invoice is not issued, amount withheld
(including GST), on a written request made by the contractor may be released under a cover of Bank
guarantee of equivalent amount issued in favor of the owner. The format and other requirement of
Bank Guarantee shall be same as defined in Clause 6.4.7.3 of GCC. Amount to be withheld as per
clause no 6.4.7.3 of GCC shall be withheld after including applicable GST on the amount withheld.
This Bank Guarantee shall be valid for a period so that same may remain in force till the invocation
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 5 of 29

of Price Reduction is finally settled and accepted by the Owner.

g) In case of recovery on account of License Fees on Land as per GCC Clause No. 3.7.0.0, Owner shall
issue an Invoice including applicable GST for adjustment against RA / Final Bills.

h) It's the obligation on the part of Bidder / Vendor / Contractor / Consultant to discharge his liability by
payment of GST to Government of India in cash OR utilization of Input Tax credit in respect of such
supply of services through GST Invoice under this Contract, so that Owner can avail Input Tax credit
on such supply. In the event that the input tax credit of the GST charged by the Bidder / Vendor /
Contractor / Consultant is denied by the tax authorities to OWNER due to delay by Bidder / Vendor /
Contractor / Consultant, in issue of Invoice, Debit Notes or Credit notes, filing of Return of Outward
Supplies, payment of taxes or filing of any other Returns as required under GST Laws and Rules, or
timely corrections, rectification or modification in the detail of Return of Outward Supplies or any other
Returns, etc. Owner shall be entitled to recover such amount from the Bidder / Vendor / Contractor /
Consultant by way of adjustment from the next invoice or from Bank Guarantee. In addition to the
amount of GST, Owner shall also be entitled to recover interest and penalty, in case same is imposed
by the tax authorities on Owner.

3.2 The Bidder / Contractor should refer to Clause 3.0.8.0, 6.5.2.0 and other associate clauses of GCC, which
shall be applicable with respect to Taxes and Duties and other levies.

3.3 There will be no materials under the scope of Contract which will be directly consigned to Owner, unless
otherwise specifically mentioned elsewhere in the tender. The OWNER will not issue / provide Road Permits
/ e-Way bill to the CONTRACTOR except in respect of material directly purchased by the OWNER.

3.4 IMPORTED MATERIALS

3.4.1 The CONTRACTOR must have the GSTIN in India. The CONTRACTOR has to clear imported
consignment (except EPCG cases) in its own GSTIN along with their Importer Exporter Code (IEC) in
Bill of Entry on payment of Customs Duty & SWS, IGST, GST Compensation Cess etc. as may be
applicable, at the time of import. In EPCG cases, customs clearance shall be within the scope of
OWNER.

3.4.2 EPCG Or Project Import benefit or any other such Scheme or Benefit (hereinafter collectively called
“Special License(s)”) whereunder Owner is entitled to imports goods with concessional rate of Custom
Duty is not envisaged for this Tender. However, if any time during the tenure of the contract but before
Mechanical Completion, Owner opts to avail the benefit of EPCG or Project Import, same shall be
communicated to the Contractor forthwith and the Contractor shall be bound to afford all facilities,
opportunity, and assistance as defined in clauses hereunder enabling Owner to avail benefits of EPCG
or Project Import Licenses at the time of import of goods. The amount of taxes and duties payable under
imported material shall be limited to the amount quoted by CONTRACTOR in SP-03 Forms of tender,
after adjusting benefits under Special License(s).

3.4.3 Where the Owner opts to avail the benefits of EPCG/Post export EPCG, EPCG/Post export EPCG
License shall be provided to LSTK Contractor and customs clearance shall be done under Indian Oil
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 6 of 29

import export code by endorsement of EPCG License number in Bill of entries as the Owner will be the
importer on record.

In case OWNER opts to avail the benefits of EPCG/Post export EPCG and Customs clearance of
imported consignments is done in the Indian Oil Import Export Code, the amount of duties, taxes etc to
be paid/reimbursed to contractor shall be mutually agreed by Owner and Contractor before opting for
above.

3.4.4 Supply of Imported Goods by Indian Bidder on OWNER account/ Supply of Imported Goods by
Foreign Bidder (in case of direct bidding) or Foreign member of Consortium/JV.

The Foreign Bidder / Foreign Member of the Consortium or JV shall supply the imported materials
entirely on OWNER account. The material shall be consigned to OWNER and import shall be done on
OWNER’s name. Separate Order for Imported Supplies shall be issued under umbrella Contract of total
LSTK works.
All the imported consignments shall be cleared under GSTN/ IEC Code of OWNER as importer of goods
on payment of Customs Duty by OWNER on Import Invoice value as per approved billing break-up, but
all formalities for necessary clearance from Customs is on Contractor account. The Owner’s
responsibility for payment of Customs Duty and related taxes and duties (SWS on Customs Duty, IGST)
for imports for the purpose of permanent incorporation in the Works, shall be limited to the applicable
merit rate of Customs Duty calculated on the amount of Foreign Currency quoted in FORM SP-1.The
amount paid by Owner in excess of amount quoted in form SP-3 shall be recovered from the Contractor.
The CONTRACTOR shall within 7 (seven) days of dispatch/ shipment of any such materials, forward to
the OWNER the Supplier’s/ Vendor’s Invoice in line with approved billing breakup of the materials for
the purpose of assessing Customs and other Import Duties, Bill of Lading/Airway Bill, package wise
packing list, Certificate of Origin and other relevant documents relating to the identification of the
materials, the assessment of Customs Duties and the clearance of the goods through Customs. The
CONTRACTOR shall 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 and other documents required for
import and/or clearance of the goods. The CONTRACTOR shall also be fully responsible for any delays,
penalties, demurrages, shortages and other charges and losses, if any, in this regard”. All the facilitation
shall be provided by LSTK Contractor including de-bonding process with Customs.
3.4.5 I) Supply of imported goods by Indian Bidder’s on (CONTRACTOR) account
In case, the percentage quoted at Sr. No.: 2 of Form SP-3 is less than the actual rate applicable
on last price bid submission date, the reimbursement of taxes will be limited to the rate quoted in
form SP-03.
II) Supply of imported goods by Indian Bidder on OWNER account/ Supply of imported goods
by Foreign Bidder (in case of direct bidding) or Foreign member of Consortium
In case, the percentage quoted at Sr. No: 2 of Form SP-3 is less than the actual rate applicable on
last price bid submission date, the differential amount on account of above-mentioned rate variation
will be recovered from Running Account Bills of the contractor”.
3.4.6 If for any reason, other than a Change Order, the total imported materials mentioned in FORM SP-
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 7 of 29

1 of the Price Schedule are exceeded or any penalty or other charges or higher rate of duty
than applicable to relative imports is levied on the OWNER with respect thereto, the Customs
Duty/penalties and other charges or levies, if any, to the extent of the excess levied, shall be to the
CONTRACTOR‟s account and shall be borne and paid wholly by the CONTRACTOR as and by
way of adjustment/deduction in the price of materials payable.
3.4.7 (i) The OWNER will not bear any liability towards payment of Safeguard Duty, Anti-Dumping Duty,
Protective Duty and applicable IGST on same Or Countervailing Duty on subsidized
articles or any other such duties of Customs imposed by the Government under Customs
Tariff Act, 1975 applicable on import of any materials to India for the subject work.
(ii) If Bidder intends to source import of goods from a country with which India has Free Trade
Agreement or Comprehensive Economic Partnership Agreement or any such Agreement or Treaty,
or under Generalized System of Preference (GSP), Bidder is advised to satisfy and ensure that all
laws and regulations related to such imports are strictly complied with. In case such imports are on
Owners Account, same shall not be undertaken without knowledge and written consent of the Owner.
3.4.8 The CONTRACTOR shall provide the OWNER with all documents necessary for the OWNER to claim
Input Tax credit (ITC) under GST as claimed in the GST invoice. Should the CONTRACTOR fail to
provide any such document(s) resulting in a shortfall in the ITC to the Owner, such shortfall shall be
made good by the CONTRACTOR, and shall be deductible without prejudice to any other mode of
recovery from the Running Account or other bills or payments to the CONTRACTOR.
3.4.9 ISSUE OF ESSENTIALITY CERTIFICATE AND IMPORTS AGAINST EPCG AND OTHER
SPECIAL LICENSE(S)

a) The Essentiality Certificate (EC) shall be issued to the CONTRACTOR for value not exceeding
the CIF value quoted in form SP-1

b) The OWNER shall not be obliged to provide the documents to obtain the Essentiality Certificate
or Special License (s) as the case may be, for materials consigned to CONTRACTOR or any
Supplier for use in fabrication and for materials imported by indigenous Sub-contractors.

c) In order to enable the OWNER to obtain Essentiality Certificate or other applicable Special
License(s) from the concerned authorities, the CONTRACTOR shall furnish the OWNER and
CONSULTANT the required particulars (e.g. Description of Materials, Quantity, Value, Vendor
particulars, Purchase Order particulars, Port of Discharge, etc.) at least 10 (Ten) weeks prior
to the expected receipt of relative materials at Indian Port. The OWNER does not assume any
responsibility or liability for any delay in timely issue of Essentiality Certificate or EPCG or other
Special License(s) covering the materials imported into India for incorporation in the works or
for the issue of Essentiality Certificate with respect to any import by the CONTRACTOR. Where
Owner fails to provide Essentiality Certificate to the Contractor for reasons not attributable to
the Contractor, the Contractor should make a request to the Owner for clearance of goods
under merit rate of duty to avoid any delay in execution of Projects.

d) Essentiality Certificate or Special License(s) required in respect of foreign supplied materials


required to be imported into India for the purpose of replacing defective materials or materials
damaged or destroyed during transit, storage, fabrication, erection, testing, pre-commissioning,
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 8 of 29

commissioning or otherwise up to and until issue of the Completion Certificate shall also be
provided by the OWNER in accordance with the provisions hereof foregoing, provided that the
OWNER shall not pay nor shall be liable to pay any customs or customs related duties on any
value beyond the said duties payable at the aforesaid applicable rate(s) on the CFR value of
imported materials indicated in Form SP-1 of the Price Schedule.

e) The CONTRACTOR shall appoint a Customs House Clearing Agent of good standing and
ensure speedy customs clearance.

f) The CONTRACTOR shall be responsible to register the import License / Essentiality Certificate
with Customs Authorities at the Port of Import, and to answer and sort out queries (if any) raised
by Customs Authorities with regard to any import(s).

g) On completion of the Works / Unit, the CONTRACTOR shall undertake a reconciliation of the
materials imported for permanent incorporation in the Works with the EC / PAC / Special
License(s) provided by the OWNER. Such reconciliation shall be a pre-condition to the release
of any payment against the Final Bill and / or release of any bank guarantee furnished by way
of security deposit to the OWNER.

h) If for any cause the CONTRACTOR is unable to complete the reconciliation of imported
materials at the Site with the Essentiality Certificate or EPCG or other Special Licenses with
the Customs or other Authorities concerned before the payment to the CONTRACTOR of the
Final Bill, the CONTRACTOR shall submit a suitable bank guarantee in a format and from a
bank in India (including the Indian branch of a foreign bank) acceptable to the OWNER for an
amount mutually agreed between the OWNER and CONTRACTOR to secure the OWNER
against any claims by the Customs or other concerned Authority for duty or penalty on any un-
reconciled material imported by the CONTRACTOR, and release of payment against the Final
Bill shall be subject to the CONTRACTOR furnishing such bank guarantee. The said bank
guarantee shall be valid for a period of one (1) year and shall be renewed thereafter until the
CONTRACTOR furnishes satisfactory proof of reconciliation with the Customs Authority of the
imports under the Contract and release of the Bond submitted in this behalf by the OWNER to
the Customs Authorities. If the un-reconciled value of imported materials and penalties leviable
thereon are greater than the amount payable on the Final Bill, then this Bank Guarantee shall
be submitted to the OWNER prior to release of the Bank Guarantee(s) submitted by the
CONTRACTOR towards security deposit.

i) Notwithstanding the provisions set forth in Clauses above in undertaking a materials


reconciliation and the provisions for surplus materials as set forth in the General Conditions of
Contract Clause 5.3.2.0 vi), CONTRACTOR shall during the progress of the work, and with
approval of the Engineer-in-Charge, properly store or dispose of any surplus materials and
clear away and remove promptly from the Site any wreckage, rubbish or scrap material no
longer required and dispose of the same in designated area(s) and at no cost and expense to
OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 9 of 29

3.5 INCOME TAX

3.5.1 The CONTRACTOR shall be exclusively responsible and liable to pay taxes on income comprised in
all or any payments arising out of the Contract, whether payable / paid in India or in any other
jurisdiction and quoted prices shall be inclusive of Income Tax.

3.5.2 Withholding tax / tax deductible at source is applicable to all payments to be made to the
CONTRACTOR. Withholding / deduction is required to be made at the rates specified in the Indian
Income Tax Act. However, in case of non-resident contractors, lower of the rate of withholding tax as
available in the relevant Double Taxation Avoidance Convention or Agreements (DTAA) as notified
or amended from time to time as compared to the rate applicable as per relevant Finance Act will be
applicable subject to certain specified documentary compliances. Therefore, it is incumbent upon the
Contractor to decide and declare whether it intends to take benefits of lower rate of Withholding Tax
and commit to provide necessary documents. As per extant provisions of Income Tax Act and Rules
made there under following documents are mandatory for this purpose (a) Tax Residency Certificate
(TRC) issued by the competent authority of the country of residence of the Contractor (b) Form 10F
as described in Income Tax Rules, 1962 and (c) Copy of PAN/A declaration in specified format in lieu
of Permanent Account Number (PAN).d) No PE Certificate for availing benefit under DTAA.

3.5.3 The Indian Income Tax Act and rules made there under contains provisions permitting deduction of
tax at a lesser rate if the CONTRACTOR is able to justify to the Income Tax Authorities such lesser
rate of deduction. However, a deduction once made has to be deposited by the OWNER with the
Income Tax Authorities in India and will not be adjustable by the OWNER. It is therefore in the interest
of the CONTRACTOR that prior to release of any payment due to the CONTRACTOR under the
Contract that the CONTRACTOR obtains, from the relevant Income Tax Authorities in India, a
certificate specifying the rate of deduction / withholding of Income tax at source, failing which,
payment to the CONTRACTOR shall be made by the OWNER after Withholding / deduction at the
highest rate as may be applicable to the non-resident contractors as per Provisions of Income Tax
Act, 1961.

3.6 RENT & ROYALTIES


Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other royalties, rents and
other payments or compensation (if any) for getting Stone, sand, grave, clay, bricks and other
materials required for the works or any temporary works and it shall be deemed to have been included
in the quoted prices.

4. BUILDING AND OTHER CONSTRUCTION WORKER’S WELFARE CESS

Building and Other Construction Workers’ Welfare CSS Act, 1996 and the rules framed there under shall
be applicable for the job and the CONTRACTOR shall be responsible to comply with all provisions of the
same. The Cess as per the Act shall be deducted at source from the Bills of the CONTRACTOR by the
Owner/Engineer-in-Charge as per the prevailing rate. The Cess collected shall be remitted to the
“Secretary, Building and Other Construction Workers Welfare Board” of the concerned State. The
CONTRACTOR shall be responsible to submit final Assessment Return of the Cess amount to the
Assessing Officer after adjusting the Cess deducted at source. BOCW Cess will be deducted at applicable
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 10 of 29

rate and deposited with appropriate authorities as per Statutory Provisions as may be applicable.

The BOCW cess shall be deducted at the applicable rates on the total cost of construction.

5. PROVIDENT FUND

a) The CONTRACTOR shall strictly comply with the provisions of Employees Provident Fund Act
and register the establishment with the concerned Regional Provident Fund commissioner
before commencing the work. The CONTRACTOR shall deposit “Employees” and “Employers”
contributions in the designated account with the designated Authority every month. The
CONTRACTOR shall furnish along with each running bill, the challan/receipt for the payment of
provident fund made to the RPFC for the preceding month(s).

b) In case the Provident Fund Authority's receipted challan referred to above is not furnished, the
OWNER shall deduct 5% (Five percent) of the payable amount from the CONTRACTOR'S
running bill and retain the same as a security for the payment of the Provident Fund. Such
retained amounts shall be refunded to the CONTRACTOR only on production of challan / receipt
of the Provident Fund Authority for the period covered by the related deduction.

6. ADVANCE & ON ACCOUNT PAYMENTS

The following provisions shall be read in conjunction with the provisions of Section 6.4.0.0 of the General
Conditions of Contract (GCC). The following provisions shall supersede the GCC provisions to the extent
of repugnance and variance, if any. The billing of the entire price of materials, services and reimbursement
for Taxes & Duties shall be done from and to a single point only.

6.1 MOBILISATION ADVANCE


(Note: The Bidder shall clearly indicate his option in the Offer whether Mobilization Advance is required
by them or not).
The CONTRACTOR shall be paid an interest bearing recoverable Mobilization Advance in Two
Installments (of 5% for each milestone listed below), sum equivalent to 10% (Ten percent) of the Lumpsum
Price divided into two parts, namely 10% (Ten percent) of the Foreign Currency portion comprised in the
Lump sum price and 10% (Ten percent) of the Indian Rupees comprised in the Lump sum price subject to
fulfillment of the following conditions:

6.1.1 5% on Signing of the formal Contract between the OWNER and the CONTRACTOR and on
submission of:
• Bank Guarantee(s) equivalent to 110% of Mobilization advance covering the Foreign
Currency portion and the Rupee portion of the said advance(s), valid for 3 months beyond
scheduled date of commissioning of the PLANT, from any Bank as mentioned in the
Special Conditions Contract (SCC-Part-A) and in a format acceptable to the OWNER. The
CONTRACTOR shall at the request of the OWNER suitably extend the validity of the Bank
Guarantee (s) for such period or periods as may be required failing which, without prejudice
to any other right or remedy available to the OWNER, the OWNER shall be entitled to
encash the bank Guarantee(s).
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 11 of 29

• Submission of Bank Guarantee(s) by way of Security Deposit as stipulated in Clause


2.1.1.0 of the General Conditions of Contract. The CONTRACTOR shall at the request of
the OWNER extend the validity of the Bank Guarantee(s), where it is necessary to do so
for the interest of the Project, for such further period or periods as may be required failing
which, without prejudice to any other right or remedy available to the OWNER, the OWNER
shall be entitled to encash the Bank Guarantee(s).

6.1.2 5% on mobilization of CONTRACTOR’s manpower, Construction of Site office, storage shed,


Fabrication yard and resources at Site, duly certified by the Engineer- In- Charge, and on submission
of:
• Bank Guarantee(s) equivalent to 110% of Mobilization advance covering the Foreign
Currency portion and the Rupee portion of the said advance(s), valid for 3 months beyond
scheduled date of commissioning of the PLANT, from any Bank as mentioned in the
Special Conditions Contract (SCC-Part-A) and in a format acceptable to the OWNER. The
CONTRACTOR shall at the request of the OWNER suitably extend the validity of the Bank
Guarantee (s) for such period or periods as may be required failing which, without prejudice
to any other right or remedy available to the OWNER, the OWNER shall be entitled to
encash the Bank Guarantee (s).
Notes:
(i) In the case of foreign CONTRACTOR who draws foreign currency advances in more than one
foreign currency, separate bank guarantees shall be given with respect to each foreign currency
advanced.
(ii) In case of Indian CONTRACTOR, the bank guarantee will be in INR.
(iii) Where the Lump sum Price is divided into more than one foreign currency, the Bank Guarantee
by way of security deposit shall be given with reference to each of the specified currencies into
which the Lump sum Price has been split.
(iv) In case Bidder raises GST Invoice or Receipt Voucher (RV)for Mobilization Advance as per
clause 3.1 (b) above. The amount including GST will be considered as advance. Bidder is
required to submit bank guarantee for the 110% of the amount claimed under clause 6.1
including applicable GST.

6.1.3 The advance paid to the CONTRACTOR shall be used only for execution of this Contract and the
CONTRACTOR shall satisfy the OWNER/Engineer-in-Charge in this regard whenever required. If it is
found that the said advance has been utilized by the CONTRACTOR in whole or part for any other
purpose, the OWNER may at its discretion forthwith recall the entire advance and without prejudice to
any other right or remedy available to the OWNER, recover the same by recourse to any Bank
Guarantee(s).

6.1.4 The Indian Rupee advance(s) shall carry interest @ 7.70 % per annum calculated on the reducing
unadjusted balance(s) of the Indian Rupee advance(s) and the advance(s) shall, without prejudice to
any other mode of recovery available to the OWNER, be recovered from the Bills of the CONTRACTOR
@ 10% (Ten percent) of the Certified Bill amount. The interest accrued thereon shall be additionally
deducted from the amount payable.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 12 of 29

6.1.5 Foreign Currency Advance(s) shall carry interest @ 7.70 % per annum on the reducing unadjusted
balance(s) for relative foreign currency. The advance (s) shall, without prejudice to any other mode of
recovery as may be available to the OWNER, be recovered from the bills of the Contractor made out
in the relative foreign currency @ 10% (ten percent) of the amount payable against the bill. The interest
accrued thereon shall be additionally deducted from the amount payable.

6.1.6 All recoveries against advances shall first be apportioned to interest and then to principal. At the request
of the CONTRACTOR, the Engineer-in-Charge shall certify the mobilization advance repaid and the
Bank Guarantee issued on behalf of the CONTRACTOR to secure the mobilization advance shall stand
reduced by the amount and the currency of the repayment certified. Such reduction shall be allowed
not more than 06(six) occasions during the currency of Bank Guarantee.

6.1.7 TDS on interest recovered on mobilization advance will be deposited by the Contractor and same would
be reimbursed by the Owner against submission of Form-16.

6.1.8 The Contractor to ensure the validity of all bank guarantees as stipulated elsewhere in the Contract
and no payment shall be released to the Contractor if the validity of the bank guarantee is less than 30
days unless otherwise specifically intimated to the Contractor.

6.1.9 The CONTRACTOR shall note that the rating of bank sanctioning the Bank Guarantee(s) should not
fall below the rating of “A” from Moody’s or equivalent (from other rating agency) in case of foreign bank
and of at least “AA” from CRISIL or equivalent (from other rating agency) in case of Indian banks during
the tenor of the Bank Guarantee(s). In case the rating falls below threshold level at any time during the
tenor of the Bank Guarantee(s), the CONTRACTOR will arrange to replace the Bank Guarantee(s), at
its cost, through a bank acceptable to OWNER. In case of non- submission of replaced Bank
Guarantee(s), without prejudice to any other right or remedy available to the OWNER, the OWNER
shall be entitled to en-cash the Bank Guarantee(s).

6.1.10 The unadjusted balance of the Mobilization Advance shall be adjusted in full against payments due on
Mechanical Completion.

6.2 ON ACCOUNT PAYMENTS.

Subject to the other provisions of the Contract documents, on account payments shall be made as
follows:

6.2.1 FOR SUPPLIES

Subject to the other provisions of Contract documents, on account payments for the supplies will be
made as follows:

i) 10% (Ten percent) of total supply value as per SP-1 of Price Part of the tender (excluding cost
of Mandatory Spares and cost of construction materials like Cement, Reinforcement Steel etc.)
on placement of Purchase Order for major critical tagged items (as per list of major tagged
equipment attached to this SCC as Annexure-A-IX) on pro-rata basis. This payment shall be
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 13 of 29

released after submission of Bank Guarantee for equivalent value. This bank guarantee shall
be valid up to the Contractual Date of Completion plus three months. However, this Bank
Guarantee shall be released after receipt of all materials at Site and issue of certificate of
verification and good condition in respect thereof in accordance with Clause 3.0.6.4 of the
General Conditions of Contract. The value of advance Bank Guarantee will be allowed to be
reduced on the written request of the CONTRACTOR in not more than 04 (four) occasions
during the execution of the Contract and on recommendation and certification of Engineer-in-
Charge for receipt and acceptance of materials in good condition at Site and on adjustment of
advance by Owner’s Finance department.

ii) AGAINST PROOF OF SHIPMENT / DESPATCH OF MATERIALS


60% (Sixty percent) of the DDP price excluding GST of imported materials / indigenous materials
as indicated in the Bill of Materials. Stage payment against "Proof of dispatch of Materials" shall
be released (on pro-rata basis) on submission of the following documents with Contractor’s
Invoice

(A) IMPORTED MATERIALS


a) Signed invoice(s).
b) A full set of certified copies of clean onboard bills of lading / airway duly certified by
OWNER's port offices at major ports preferably Kolkata (as the case may be) and all
originals of clean onboard bills of lading / airway.
c) Certificate of country of origin issued by a competent authority.
d) Packing list / Delivery Challan (as applicable)
e) Third Party Inspection Release Note clearly indicating that material has been
inspected and accepted as per QAP approved by OWNER/PMC, or waiver certificate
issued by OWNER/PMC.

Note:

Where the sale of materials to the OWNER is deemed to take place in the course of
international trade through endorsement / transfer of shipping documents during
transit in high seas, the above documents shall be endorsed in favour of the OWNER.

(B) INDIGENOUS MATERIALS


a) Signed invoice(s).
b) Packing list / Delivery Challan (as applicable)
c) Inspection Release Note by Third Party Inspection Agency.
d) Railway Receipt / LR.

Note:

Where the sale to the OWNER is deemed to take place by endorsement / transfer of
Railway Receipt or Truck / Lorry or any receipt during transit, the above documents
shall be endorsed in favour of the OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 14 of 29

iii) On Issue of Certificate of Verification and Good Condition at Site, against Contractor's Certified
Running Account Bill(s):

20% (Twenty percent) of DDP price excluding GST of imported / indigenous materials as
indicated in the Bill of Materials on submission of:

a) Verification of Third-Party Inspection certificate as per QAP approved by OWNER/PMC


along with Test Certificate;
b) Documents as per GST law to avail ITC by Owner;
c) Certificate of Verification and Good Condition in respect of relevant materials issued in
accordance with Clause 3.0.6.4 of the General Conditions of Contract after receipt of
materials at Site

iv) 5% (Five percent) of DDP price excluding GST of imported material / indigenous materials as
indicated in the Bill of Materials and on issue of Mechanical Completion Certificate against
CONTRACTOR’s certified running Accounts Bill(s).

v) 2% (Two percent) of the DDP price excluding GST of imported materials / indigenous material
as indicated in the Bill of Materials on successful commissioning of the plant / works against the
CONTRACTOR’s certified Running Account Bill(s)

vi) 1% (One percent) of the DDP price excluding GST of the imported materials / indigenous
materials as indicated in the Bill of Materials on issue of Commissioning and Performance Test
Certificate against the CONTRACTOR’s certified Running Account Bill(s)

vii) 2% (Two percent) of the DDP price excluding GST of the imported materials / indigenous
materials as indicated in the Bill of Materials on completion of all jobs against the
CONTRACTOR’s certified Final Bill

Note: DDP as per Incoterms 2020 is - “Delivered Duty Paid” means that the seller delivers the
goods when the goods are placed at the disposal of the buyer, cleared for import on the arriving
means of transport ready for unloading at the named place of destination. The seller bears all
the costs and risks involved in bringing the goods to the place of destination and has an
obligation to clear the goods not only for export but also for import, to pay any duty for both
export and import and to carry out all customs formalities.

6.2.2 FOR MANDATORY SPARES


i) 60% (Sixty percent) of DDP price excluding GST of imported / indigenous material as indicated
in the Bill of Materials against CONTRACTOR’s certified running Accounts Bill(s) against
dispatch

Stage payment against "Proof of dispatch of Materials" shall be released on submission of the
following documents with the CONTRACTOR’s invoice:

(A) IMPORTED MATERIALS


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 15 of 29

a) Signed invoice(s)
b) A full set of certified copies of clean onboard bills of lading / airway duly certified by
OWNER's port offices at major ports preferably Kolkata (as the case may be) and all
originals of clean onboard bills of lading / airway.
c) Certificate of country of origin issued by a competent authority.
d) Packing list / Delivery Challan (as applicable)
e) Manufacturer’s Test Certificate
f) Third Party Inspection Release Note clearly indicating that material has been
inspected and accepted as per QAP approved by OWNER/PMC, or waiver certificate
issued by OWNER/PMC.
Note:
Where the sale of materials to the OWNER is deemed to take place in the course of
international trade through endorsement / transfer of shipping documents during
transit in high seas, the above documents shall be endorsed in favour of the OWNER

(B) INDIGENOUS MATERIALS


a) Signed Invoice(s)
b) Packing list / Delivery Challan (as applicable).
c) Manufacturer’s Test Certificate
d) Inspection Release Note by Third Party Inspection Agency.
e) Railway Receipt / LR.
Note:
Where the sale to the OWNER is deemed to take place by endorsement / transfer of Railway
Receipt or Truck / Lorry or any receipt during transit, the above documents shall be endorsed
in favor of the OWNER.

ii) 30% (Thirty percent) of DDP price excluding GST of imported / indigenous material as indicated
in the Bill of Materials on receipt of material at Site and acceptance thereof, against Contractor's
Certified Running Account Bill(s)

iii) 5% (Five percent) of DDP price excluding GST of imported / indigenous materials as indicated
in the Bill(s) of Materials on providing Gate Passes and after carrying out all activities to facilitate
capitalization of Mandatory Spares through entering its receipt in OWNER’s ERP System,
against Contractor's Certified Running Account Bill(s)

iv) 3% (Three percent) of the DDP price excluding GST of the imported materials / indigenous
materials as indicated in the Bill(s) of Materials on issue of Commissioning and Performance
Test Certificate against the CONTRACTOR’s certified running Accounts Bill(s)

v) 2% (Two percent) of the DDP price excluding GST of the imported materials / indigenous
materials as indicated in the Bill of Materials on completion of all jobs against the
CONTRACTOR’s certified Final Bill
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 16 of 29

6.2.3 FOR SUPPLIES OF MATERIALS LIKE CEMENT, REINFORCEMENT STEEL, INSULATION,


PAINTING ETC.

6.2.3.1 90% (Ninety percent) of the supply value of indigenous material as indicated in the Bill(s) of Materials
against receipt of material at Site and acceptance thereof against CONTRACTOR’s certified Running
Account Bill(s).

6.2.3.2 5% (Five percent) of the supply value of indigenous material as indicated in the Bill(s) of Materials on
issue of Mechanical Completion Certificate against CONTRACTOR’s certified Running Account
Bill(s).

6.2.3.3 2% (Two percent) of the supply value of indigenous material as indicated in the Bill(s) of Materials on
successful Commissioning of the plant / works against CONTRACTOR’s certified Running Account
Bill(s)

6.2.3.4 1% (One percent) of the supply value of indigenous material as indicated in the Bill(s) of Materials on
issue of Commissioning and Performance Test Certificate against CONTRACTOR’s certified
Running Account Bill(s)

6.2.3.5 2% (Two percent) of the supply value of indigenous material as indicated in the Bill(s) of Materials on
completion of all jobs against CONTRACTOR’s Final Bill.

6.2.4 Wherever percentage payment (as per Clause No. 6.2, “ON ACCOUNT PAYMENTS” above) is
applicable against the receipt of Materials/Items (Imported or Indigenous) at Site, payment shall be
made as per the payment terms mentioned above on receipt of Materials/Items within Owner’s
premises and acceptance thereof. However, in case of those Materials/Items (Imported/Indigenous)
which are stored/kept at Contractor’s Stores/Lay-down area/Fabrication Yard which is outside the
Owner’s premises, percentage payment against receipt of such materials/items shall be made to the
Contractor on submission of Bank Guarantee (in the Format to be approved by the Owner and from
a Bank acceptable to Owner) of equivalent amount. This Bank Guarantee shall be over and above
any other Bank Guarantee(s) specified in “ON ACCOUNT PAYMENTS” above. Such Bank
Guarantee(s) shall be released only on receipt of the concerned Materials/Items within Owner’s
premises and acceptance thereof by the Engineer-in-Charge. Also, other stipulations/provisions of
the “ON ACCOUNT PAYMENTS” above shall be fulfilled by the Contractor in this regard. The
maximum outstanding amount at any time under these provisions is limited to 10% of Contract Value.

6.2.5 FOR SERVICES

6.2.5.1 DESIGN & ENGINEERING SERVICES

i) 35% (Thirty Five percent) after completion of 30% 3D Model review, on pro-rata basis on
submission of approved for construction drawings, P&IDs, other deliverable as per approved
DCI and their approval under Code-2 (commented as noted) against the Contractor’s certified
Running Account Bill(s).
“Note: For the purpose of release of above payment towards civil / piling drawings, same shall
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 17 of 29

be approved in Code 4 (approved with no comments - Final).

ii) 40% (Forty percent) after completion of 60% 3D Model review, on pro-rata basis on submission
of all approved for construction drawings, P&IDs, Other deliverable as per approved DCI and
their approval under Code 4 (approved with no comments - Final) against the Contractor’s
certified Running Account Bill(s).

iii) 10% (Ten percent) on completion of 90% 3D Model review.

iv) 05% (Five percent) on submission of the followings on pro-rata basis:


a) All certificates and documents pertaining to the equipment comprised in Plant/ Works;
b) Operating and Instructions Manuals with respect to the Plant/ unit;
c) Electronic files for all documents;
d) Finalized 3-D model
against the Contractor’s certified Running Account Bill(s).

v) 05% (Five percent) on submission of As-Built drawings for the Plant / Unit along with its electronic
files against the CONTRACTOR’s certified Running Account Bill(s).

vi) 02% (Two percent) on successful Commissioning of the Plant / works against the
CONTRACTOR’s certified Running Account Bill(s).

vii) 01% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

viii) 02% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

6.2.5.2 INSTALLATION AND COMMISSIONING SERVICES ETC.

(A) FOR CIVIL WORKS

i) 20% (Twenty percent) on completion of Piling works on pro-rata basis as per the approved
Schedule of Activities against the CONTRACTOR’s certified Running Account Bill(s).

ii) 70% (Seventy percent) on pro-rata basis against the CONTRACTOR’s certified Running
Account Bill(s) on completion of individual item of work as per approved Schedule of Activities,
provided that in case piling is not involved then payment percentage shall be 90% (Ninety
percent) on pro-rata basis on completion of individual item(s) of Work as per Schedule of
Activities.

iii) 5% (Five percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s
certified Running Account Bill(s).

iv) 2% (Two percent) on successful Commissioning of the Plant / works against the
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 18 of 29

CONTRACTOR’s certified Running Account Bill(s).

v) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vi) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill

(B) FOR STRUCTURAL WORK

i) 10% (Ten percent) on finalization of quantity, plan and submission of fabrication drawings
against the CONTRACTOR’s certified Running Account Bill(s).

ii) 50% (Fifty percent) against fabrication of materials on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

iii) 30% (Thirty percent) on erection, alignment, grouting and painting etc. on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s).

iv) 5% (Five percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s
certified Running Account Bill(s).

v) 2% (Two percent) on successful Commissioning of the Plant against the CONTRACTOR’s


certified Running Account Bill(s).

vi) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vii) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill

(C) FOR MECHANICAL WORK

C.1 PIPING

i) 40% (Forty percent) on completion of pre-fabrication including NDT as applicable, on pro-rata


basis against the CONTRACTOR’s certified Running Account Bill(s).

ii) 40% (Forty percent) on completion of erection and welding including NDT as applicable, on
pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

iii) 10% (Ten percent) on completion of hydro-testing, on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s)

iv) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 19 of 29

v) 2% (Two percent) on successful Commissioning of the Plant / works against the


CONTRACTOR’s certified Running Account Bill(s).

vi) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vii) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill
C.2 INSULATION

i) 90% (Ninety percent) on completion of insulation works, on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

ii) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

iii) 2% (Two percent) on successful Commissioning of the Plant / works against the
CONTRACTOR’s certified Running Account Bill(s).

iv) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

v) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

C.3 PAINTING
i) 15% (Fifteen percent) on pro-rata basis on surface preparation & primer application against
the CONTRACTOR’s certified Running Account Bill(s).

ii) 75% (Seventy Five percent) on pro-rata basis on Final Painting against the
CONTRACTOR’s certified Running Account Bill(s).

iii) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

iv) 2% (Two percent) on successful Commissioning of the Plant / works against the
CONTRACTOR’s certified Running Account Bill(s).

v) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vi) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 20 of 29

C.4 EQUIPMENT

i) 50% (Fifty percent) on completion of erection, on pro-rata basis against the CONTRACTOR’s
certified Running Account Bill(s).

ii) 40% (Forty percent) on completion of alignment & grouting, on pro- rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

iii) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

iv) 2% (Two percent) on successful Commissioning of the Plant / works against the
CONTRACTOR’s certified Running Account Bill(s).

v) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vi) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

C.5 TANKS

i) 45% (Forty Five percent) on completion of pre-fabrication and erection on pro-rata basis
against the CONTRACTOR’s certified Running Account Bill(s).

ii) 40% (Forty percent) on completion of welding, NDT, grouting etc. on pro-rata basis against
the CONTRACTOR’s certified Running Account Bill(s).

iii) 5% (Five percent) on completion of hydrostatic testing against the CONTRACTOR’s certified
Running Account Bill(s).

iv) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

v) 2% (Two percent) on successful Commissioning of the Plant / Works against the


CONTRACTOR’s certified Running Account Bill(s).

vi) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vii) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

(D) ELECTRICAL & PLANT COMMUNICATION WORKS

i) 50% (Fifty percent) on erection / installation etc. on pro-rata basis against the
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 21 of 29

CONTRACTOR’s certified Running Account Bill(s).

ii) 40% (Forty percent) on testing loops and system on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

iii) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

iv) 2% (Two percent) on successful Commissioning of the Plant / Works against the
CONTRACTOR’s certified Running Account Bill(s).

v) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vi) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

Note: For the purpose of payment of second milestone of 40%, “testing loops and system” shall
mean “continuity & erection protocol” in respect of electrical cables, earthing strips and cable trays.

(E) INSTRUMENTATION

i) 50% (Fifty percent) on erection / installation etc. on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

ii) 40% (Forty percent) on testing loops and system on pro-rata basis against the
CONTRACTOR’s certified Running Account Bill(s).

iii) 5% (Five percent) on issue of Mechanical Completion Certificate against the


CONTRACTOR’s certified Running Account Bill(s).

iv) 2% (Two percent) on successful Commissioning of the Plant / Works against the
CONTRACTOR’s certified Running Account Bill(s).

v) 1% (One percent) on issue of Commissioning and Performance Test Certificate against the
CONTRACTOR’s certified Running Account Bill(s).

vi) 2% (Two percent) on completion of all jobs against the CONTRACTOR’s certified Final Bill.

Note: For the purpose of payment of second milestone of 40%, “testing loops and system” shall
mean “continuity & erection protocol” in respect of Field Instruments.

(F) COMMISSIONING

100% (Hundred percent) on successful Commissioning of the PLANT.


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 22 of 29

(G) PERFORMANCE GUARANTEE TEST RUN (PGTR)

100% (Hundred percent) on issue of Commissioning and Performance Test Certificate.

(H) POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (PWCAMC)


Payment shall be released on pro-rata basis in quarterly installment at the end of each quarter
against bills duly certified by OWNER for satisfactory performance.

(I) All payments other than the Mobilization Advance shall be released only after submission of
preliminary planning and monitoring documents and Progress Schedule

7. MARINE COVER AND ERECTION ALL RISK COVER INSURANCE

Notwithstanding contained in GCC, the provision of Insurance is modified to the following extent:
7.1 OWNER is in the process of taking the Marine cum Erection Insurance of the project for permanent
materials and services. Any loss or damage to the materials or any of them during ocean transportation,
Air transportation, port/ custom clearance, during inland and port handling, inland transportation, storage,
erection, final test and commissioning, shall be to the account of CONTRACTOR, and the CONTRACTOR
shall be exclusively responsible within the scope of supplies in respect of materials and within the scope of
services in respect of works to make good any damage or loss to the materials and works by way of repairs
and/or replacement, as the case may be, pending insurance claim, and no delay shall be made by the
CONTRACTOR in repair/replacement pending such claim. OWNER shall raise the insurance claim in case
of damage to the materials and/or works, and all supporting documents for such claims shall be handed
over by the CONTRACTOR to the OWNER immediately. CONTRACTOR shall provide all assistance for
such a claim.

7.2 Insurance Policy covers IOCL as Principal owner/beneficiary and its contractors, sub-contractors as Co-
insured.

7.3 The CONTRACTOR shall bear the entire cost of arranging all documents/ information, facilitating
inspection/ discussions by the officials/surveyors deputed by the Insurer. The CONTRACTOR shall make
all efforts to get settlement of claim at the earliest, and no time extension for completion of work will be
given for delay on this account.

7.4 The cost of Excess (deductible) and depreciation (if any) will be borne by the CONTRACTOR are as follows:
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 23 of 29

Deductibles for Contracts


Original
Original Original Original
Contract
Contract Contract Contract
value Rs.
value up value Rs. value Above
50 - Rs.
to Rs.50 501-1500 Rs. 1500 crs
500 crs
crs (excl crs (excl for (excl
(excl
taxes) taxes) taxes)
taxes)
Marine Cover 0.5% of Consignment Value subject to minimum of Rs.1.00 Lacs

FOR ERECTION ALL RISK COVER


Testing and
Commissioning/ 5% of claim
Rs. 150
Maintenance/ Design amount subject to Rs. 50 Lakhs Rs. 75 Lakhs Rs. 300 Lakhs
Lakhs
Defect i.e. DE-04 or minimum of
LEG-03
10% of claim
Rs. 150
Act of God amount subject to Rs.50 Lakhs Rs. 75 Lakhs Rs. 300 Lakhs
Lakhs
minimum of

5% of claim
Other Perils – Normal Rs. 45
amount subject to Rs.10 Lakhs Rs. 20 Lakhs Rs. 100 Lakhs
Period/ Catalysts Lakhs
minimum of

Rs. 150
Terrorism Cover Rs.50 Lakhs Rs. 75 Lakhs Rs. 500 Lakhs
Lakhs
• The Excess shall be applicable per event per insured.
• The Excess for Fire and Explosion shall be same as for Normal / Testing Period.
• Excess clause shall be applicable for the respective LSTK / Conventional Contract (s) based on
Original Award / Contract Value (excluding taxes and duties)

7.5 CONTRACTOR shall be solely liable to adhere to the requirements of the insurer for settlement of claims
without prejudice to the rights of OWNER/Insurer. During claim, following steps which are not exhaustive
are required to be taken care by CONTRACTOR:
• Timely information of occurrence of risk event i.e. within 24 hours, for conducting survey.
• Protecting the rights of insurer while issuing acknowledgements
• Lodging of monetary claims in time and furnishing of requisite documents to surveyors/ Insurer.
• Taking necessary precautions so that the loss/damage is not aggravated further.
• Damaged goods to be protected fully.
• Clear the site by dismantling & removing the damaged material to designated location after
verification & survey by Insurer.
Any money received by the OWNER under any policy or policies of insurance shall be held by the
OWNER for proportionate payment to the CONTRACTOR in respect of any appropriate repairs
undertaken and/or replacement(s) made by the CONTRACTOR. Should the CONTRACTOR fail to
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 24 of 29

undertake in whole or in part such repairs and/or replacement(s) and other works necessary
consequent upon the occurrence of any contingency covered by such insurance, OWNER shall be
entitled to get the work done in whole or in part for such repair/replacement through any other agency
(ies), without prejudice to any other rights or remedies available to the OWNER, at the sole risk & cost
of the CONTRACTOR.

7.6 Separate insurance policy to the extent of deductibles on account of excess may be arranged by Contractor at
his own cost.

7.7 CONTRACTOR shall at his own cost and expense cover all insurance required under the prevailing statutes for
his personnel and his sub-contractors. This shall include but not be limited to individual personal accident
insurance / coverage under Workmen Compensation Act etc.

7.8 CONTRACTOR shall at his own cost and expense also obtain suitable insurance policies to cover all third-party
liabilities, vehicles, and all his tools, tackles, construction equipment etc.

7.9 CONTRACTOR shall ensure compliance to all other indemnity and insurance as stipulated in the General
Conditions of Contract (GCC).

7.10 Terrorism coverage:


Terrorism coverage shall also be provided in separate Insurance Policy by IOCL.

8. PRICE VARIATION

The price variation shall be applicable on basic supply price of bulk steel material for site
fabrication/construction for permanent incorporation in work e.g. Structural steel, Reinforcement
bars, Steel Gratings, CS Plates only. The Contract Price shall be adjusted for any increase/decrease on
account of variation in steel prices as per the formula below:

Vm = IR x Q x (M – Mo)
Mo
Where
Vm = Variation in Price
IR = Basic Rate of steel item INR 58,704.40 /- For Structural Steel
INR 55,462.10 /- For Reinforcement bars.
INR 55,993.44 /- For CS Plates
INR 53,099.31 /- For Grating
The above rates are on the date of submission of last priced bid.
Q = Qty. of Structural Steel, Reinforcement bar and Steel Grating / Chequered Plate/ CS Plates
supplied by CONTRACTOR.
Mo = All India Wholesale Monthly Price Index for Steel Commodity relevant for items mentioned
below released by Office of Economic Advisor to Govt. of India, Ministry of Commerce and
Industry (http://www.eaindustry.nic.in) on due date of submission of last price bid.
M = All India Wholesale Monthly Price Index for Steel Commodity relevant for items mentioned
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 25 of 29

below released by Office of Economic Advisor to Govt. of India, Ministry of Commerce and
Industry (http://www.eaindustry.nic.in) one month prior to the month in which the Steel
materials are received at designated site or tax invoice date, whichever is earlier.

a) Structural Steel: All India Wholesale Monthly Price Index for Steel- LONG
b) Reinforcement: All India Wholesale Monthly Price Index for Steel- LONG
c) CS Plates : All India Wholesale Monthly Price Index for Steel - FLAT
d) Grating: All India Wholesale Monthly Price Index for Steel-FLAT

The Escalation towards materials shall be granted provided the Contractor brings the material to site within
90% of Contractual completion or extended completion period, if extended due to reasons not attributable
to the Contractor. For the materials, which are brought at site beyond the above time period, price variation
clause shall not be applicable. Price variation shall not be applicable in items other than mentioned above.

In case of de-escalation of All India Wholesale Monthly Price Index for Steel item/ items, the Contractor has
to submit the relevant details for calculation of decrease in Contract price and in case of failure from the
Contractors side in this regards, variation amount as workout by the EIC/OWNER shall be withheld from
the running account bills till submissions relevant details for final adjustment in Lump sum price, if any.

9. CONSTRUCTION WATER & POWER SUPPLY AND LICENSE FEE ON LAND

9.1 CONSTRUCTION POWER

9.1.1 Clause 3.3.0.0 & 3.4.0.0 of the General Conditions of Contract and its sub-clauses shall be modified as
follows.

Subject to availability, construction power shall be provided by the OWNER from the nearest Substation
/ tapping point on chargeable basis. The cost of power supply shall be recovered by the OWNER from
CONTRACTOR‟S running account/ final bill as per the table given hereunder on Lump sum basis based
on the category of Load demand depending on their connected load. The connected load in different
categories.

Cat. No. Load Demand Feeder Rating in Cost/ month (Rs)


(Amps)
1 Up to 32 A 32 25,000.00
2 >32A up to 63A 63 50,000.00
3 >63A up to 125 A 125 1,00,000.00
4 >125 A up to 250 A 250 2,00,000.00
5 >250A up to 400A 400 3,50,000.00

In the event of power requirement (and or availability of power) is for less than one-month pro-rata cost
will be arrived on the basis of above rates.

9.1.2 At the time of applying for construction power the CONTRACTOR shall furnish the name plate rating of
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 26 of 29

each equipment for which power is required, to arrive at the category of feeder allocation as stated above.

9.1.3 Contracts which do not require load demand to owner, no charges for construction power shall be levied.

9.1.4 The construction power shall be made available to the CONTRACTOR which might have grid
disturbance, and no time extension or compensation shall be payable on this account. Therefore, the
CONTRACTOR shall within the price of services make alternate arrangement to cope with such
eventuality. Additional power, if required, to meet the contractual requirements, shall be arranged by the
CONTRACTOR at its own cost.

9.1.5 The CONTRACTOR shall make his own arrangements for laying of cable and making necessary
distributions, terminations, feeder pillars, junction boxes etc. All necessary safety precautions as per the
normal safety practices and as directed by the Engineer-in-charge shall be followed by the
CONTRACTOR.

9.1.6 Construction Power shall not be supplied outside the battery limit of the Project by the OWNER.

9.2 CONSTRUCTION WATER

Clause 3.4.00 & 3.6.0.0 of the General conditions of Contract and its sub-clauses shall be modified as
follows.

Subject to availability, Construction water shall be provided by OWNER on chargeable basis. The cost of
water supply shall be recovered by the OWNER from CONTRACTOR‟S running/ final account bill at 0.25%
of construction services quoted in FORM SP-2 in running account bill/ final bill value in all the Contracts
irrespective of nature, type and discipline of the Contract. Except contracts which are not executed inside
OWNERS premises, no charges for construction water shall be levied.

However, in case OWNER is not able to provide construction water due to any reason whatsoever,
CONTRACTOR shall be responsible for making all arrangements for Construction water at his cost. Any
statutory requirements/ documentation etc. to this effect shall be met by the CONTRACTOR.

Non-availability of water due to any reason shall not entitle the CONTRACTOR for any claim against
OWNER on account of cost and time implications.

9.3 LAND FOR CONSTRUCTION SITE OFFICES AND RESIDENTIAL ACCOMMODATION

Wherever Structural/ Piping works are included in the scope, the responsibilities of CONTRACTOR shall
include establishing and maintaining of a proper fabrication workshop with transportation facilities to site
to carryout fabrication of steel structures, piping specials etc., preparing approaches working areas for the
movement/operation of cranes and leveling the areas for assembly / erection to ensure effective
mechanization on the works.

The Land required for setting up all the temporary facilities like Fabrication Yard (including blasting &
painting areas), Batching Plant, Storage Areas, Warehouses, Labour Hutments etc. shall be arranged by
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 27 of 29

Contractor at their-own cost outside the Refinery Premises. All the infrastructure arrangements in
connection with these facilities including Water, Power, Security Arrangements etc. shall be in the scope
of Contractor without any extra cost to Owner.

However, land for setting up the Site Office of Contractor shall be provided by the Owner within the
Refinery premises on chargeable basis. The License Fee for the allotted land shall be charged as per the
relevant provisions mentioned in GCC (Refer Clause No. 3.7.0.0)”.

Contracts which does not use land for site offices/fabrication yard and warehouse etc. shall not be liable
to pay the licensee fee to the owner.

The OWNER shall not permit any land at site to be used for residential purposes nor shall the OWNER
otherwise provide or arrange any land for temporary accommodation of the CONTRACTOR‟s personnel
or labour. The CONTRACTOR shall at its own cost and initiative arrange land for residential
accommodation for its staff and workers and the price of services shall be deemed to include the same

10. COMPUTERISED CONTRACTOR’S BILLING SYSTEM

Without prejudice to stipulation in General Conditions of Contract, CONTRACTOR should follow following
billing system:

The bills will be prepared by the CONTRACTOR on their PCs as per the standard formats and codification
scheme proposed by OWNER/ CONSULTANT. The CONTRACTOR will arrange for necessary software (if
the Consultant / Owner doesn’t provide any specific software) for data entry to capture the relevant billing
data for subsequent processing.

The CONTRACTOR will submit these data to OWNER/CONSULTANT in an electronic media along with
the hard copy of the bill, necessary enclosures and documents. The CONTRACTOR will also ensure the
correctness and consistency of data so entered with the hard copy of the bill submitted for payment.

OWNER/CONSULTANT will utilize these data for processing and verification of bill of the CONTRACTOR.

11. ROUNDING OFF

All payments to and recoveries from the bill of CONTRACTOR shall be rounded off to the nearest Rupee.
Wherever the amount to be paid/ recovered consists of a fraction of a Rupee (Paise), the amount shall be
rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the fraction of a
Rupee is less than 50 (fifty) paise, the same shall be ignored.

12. PENALTY FOR NON-OBSERVATION OF SAFETY NORMS


The following penalties shall also be applicable with a view to improve the safety aspects of execution of
the job based on the job requirements:
(i) Penalties
a) Violation of applicable Safety, Health and Environment related norm a penalty of Rs.5,000/
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 28 of 29

per occasion.

b) Violation as above resulting in

• Any reportable physical injury, as per Indian Factory Act 1948, a penalty of 0.5% of the
contract value (maximum of INR 2,00,000) per injury in addition to INR.5,000/per
occasion as in item (a).

• Fatal accident, a penalty of 1% of the contract value (maximum of INR.10,00,000) per


injury in addition to INR.5,000/per occasion as in item (a).
(ii) The contractor should be advised to take appropriate insurance policy for the effective
implementation of the above penalty provision
(iii) In case of accidents depending on the seriousness of injury etc. in addition to the
hospitalization/ Treatment charges and Group insurance amount, compensation shall be
paid by the Contractor to the affected person/ his family members in presence of Engineer-
in-charge as per Workmen Compensation Act.

(iv) In case of any conflict between the penalties mentioned in the HSE section enclosed with
the Part-A of SCC and this clause, the more stringent clause shall be followed.

13. RETURN OF LEFT OVER /SURPLUS/SCRAP MATERIALS IN CASE OF LSTK/EPCC CONTRACT

a) The LSTK/EPCC Contractor shall be allowed to take back all left over/surplus project materials (both
sourced/bought from India as well as from abroad on which Custom Duty has been paid by the
Contractor as Owner of said materials) from the Project Site which are not required for the Project.

b) The handing over of project left over/surplus materials/scrap materials generated by the LSTK
Contractor, after the completion of the project will be subjected to the following:

i. An inventory shall be made by the LSTK Contractor of all left over/surplus materials including but not
limited to scrap, wastages and unserviceable material supplied and/or remaining at the project site in
possession of the Contractor, upon completion of the contract.

ii. Such surplus material shall be allowed to be taken out only after completion of the commissioning
activities for the project (here "Project" shall mean the project embracing the works and/or unit(s)
forming the subject matter of the Bid and resultant Contract).

iii. Necessary approval from Owner will be taken by the LSTK Contractor for taking out the leftover/
surplus materials from project site after obtaining due recommendation from the Project Management
Consultant /E-I-C, as applicable. However, any leftover/surplus project materials procured under
EPCG License or Project Import Regulations or any other similar schemes or regulations shall
continue to be the property of the Owner and shall not be allowed to be taken out from Project
Site/Locations by the CONTRACTOR whether during or after completion of the Contract.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SPECIAL CONDITIONS OF CONTRACT (SCC)


PART-B
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Pagee 29 of 29

iv. On any project surplus/left over materials being handed over to the LSTK Contractor, GST at
applicable rate (at the time of handing over / transfer) will be charged to the LSTK Contractor. Such
invoice value on Project surplus/ left over materials will have a notional value (which will be based on
purchase price of previous PO or as mutually decided by Owner and LSTK Contractor). This value
shall be only for the purpose of tax compliance.
v. Any project left over items, which are no longer required for Project and which has insignificant residual
value, should be suitably disposed of or be destroyed off by the LSTK Contractor, with prior approval
of OWNER.
vi. If the project left over/surplus materials are not removed by the CONTRACTOR from the Project site,
within a period of 2 (Two) Months after due intimation by OWNER/OWNER's representative
to CONTRACTOR to do so, Owner shall be free to dispose these left over/surplus project materials
at its sole discretion without any recourse to the Contractor.
vii. Notwithstanding the same, value realized from disposal of project left over/surplus project materials
not so removed by LSTK Contractor shall be retained by the Owner and LSTK Contractor shall not
raise any claim in any manner whatsoever for the value so realized by OWNER.
Within 60 DAYS of award of the job, the LSTK Contractor shall propose and submit the desired
quantity(ies) of Project Materials (both sourced/bought from India as well as from abroad on which
Custom Duty has been paid by the Contractor as Owner of said materials) to be brought to the Site,
to the E-I-C, for approval. The Contractor shall propose such quantities keeping in mind that dumping
of bulk materials at Site is avoided and at the same time the job progress is not hampered for lack of
availability of Materials. Contractor can make subsequent changes/modifications in these finalized
quantity (ies) with the specific approval of Owner/Engineer-in-Charge.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

ANNEXURE A-I

CONDITIONS FOR ISSUE AND RECONCILIATION


OF MATERIALS
ANNEXURE A-I
CONDITIONS FOR ISSUE AND
RECONCILIATION OF MATERIALS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 4

CONTENTS

1. CONDITIONS FOR ISSUE OF MATERIALS ………………………………………………………………. 3

2. RETURN OF UNUSED MATERIALS SCRAP …………………………………………………………. 3 - 4


ANNEXURE A-I
CONDITIONS FOR ISSUE AND
RECONCILIATION OF MATERIALS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 4

1. CONDITIONS FOR ISSUE OF MATERIALS


Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
PMC/OWNER, when the materials are required for incorporation in permanent works.

1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by PMC/OWNER.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work site/
Contractor’s store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the PMC/OWNER. No separate
payment for such expenditure shall be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

2. RETURN OF UNUSED MATERIALS SCRAP

2.1 All unused/ scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s)
along with proper materials codes as per OWNER’s SAP system and where ever codes are
not available, Contractor has to give the details in proper formats in order to generate the
new codes. Contractor to ensure that the deposition of all unused/ scrap materials/spares
shall start before six months of Mechanical Completion.

2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote
the rates accordingly. Contractor shall make his own arrangements for weighing the cut offs
to be returned to Owner's stores.

2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
ANNEXURE A-I
CONDITIONS FOR ISSUE AND
RECONCILIATION OF MATERIALS

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 4

such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bills or from any other dues of the Contractor to the Owner:
SR.
MATERIAL PENAL RATES
NO.

a) Penal rate for non-return of accountable scrap


Issue Rate + 25%
or
b) Penal rate for return of serviceable materials in excess of
1 Landed Rate + 25%
permitted % allowances
(in case issue rate are not
c) Penal rate for issuance of unplanned OFC jointing indicated in the contract)
kits

Twice the Issue Rates


a) Penal rates for non-return of unused material and or penal
or
rate for generating scrap in excess of permitted % allowances.
2 Twice the Landed Rates
b) Penal rate for using excess amount of materials (in case Issue Rates are not
like cement than permitted % allowances indicated in the Contract)

Note:
i) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by OWNER/PMC.
ii) In case more stringent penal rates have been indicated elsewhere in the Contract
(based on Project requirement), the same shall supersede the above rates.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/Lupech-J18/Packages-4 Page 1 of 3

ANNEXURE A-II

TIME SCHEDULE
ANNEXURE A-II
TIME SCHEDULE

Bidding Document Reference: 077154C/T/Lupech-J18/Packages-4 Page 2 of 3

TIME FOR
NAME OF WORK
COMPLETION

The scope of work shall include validation of basic design, Detailed Design & 16 (Sixteen) Months
Engineering, Procurement, Supply, Transportation up to Site, Storage, Construction, for Mechanical
Erection, Installation, Testing and Commissioning and all other related jobs for Completion (MC) and
successful completion of LUPECH POWER DISTRIBUTION FACILITY for LuPech thereafter 1 month for
project. Contractor shall obtain all applicable statutory approvals including approval Commissioning. The
from Electrical Inspector for subsequent efficient and trouble free operation of the said date of
substation. Complete 220 / 33 KV Substation Package including, 2 x 115/140 MVA Mechanical
ONAN/ONAF, 220 kV / 33 kV Power Transformers, 220kV Cables, new 33 KV GIS Completion will be
in a new Substation building including construction of the new Substation counted from the date
building with associated LT AC & DC System, Interconnection of existing 33 KV of issue of Fax of
System at CGP-1 with the new 33 KV GIS, Substation Control, Protection and Acceptance (FOA).
Automation System, Illumination, Earthing, lightning Protection, AC &
Ventilation and Fire Detection, Alarm & Protection system along with associated
Civil, Structural, Architectural, etc. and successful commissioning of LuPech
Power Distribution facility shall be in the scope of the Package CONTRACTOR.

Bidder shall execute the work on Lump Sum Turn Key Basis (LSTK) with single
point responsibility and the scope includes Project Management, Consistency Checks,
Power System Studies as mentioned in Bidding Documents, Site development and
enabling jobs, Topography Survey, Soil Investigation and underground scanning
mentioned in the bid and co-ordination for the same with Owner/PMC, Total
Procurement (including first fill of consumables, special tools and tackles, Pre-
Commissioning Spares, Commissioning Spares, Start-up spares & Mandatory
spares), Fabrication, Manufacturing, Quality Assurance, Inspection & Expediting, Third
Party Inspection, Supplies, Transportation, Insurance, Handling & Storage of all
Equipment, Materials, items and other Construction Materials at yard/site, Fabrication,
Assembly, Construction, Erection, Installation of all equipment pertaining to LuPech
Power Distribution facility including civil, Structural, HVAC, Piping, Electrical and
Instrumentation including tie-ins, Testing, Insulation and Painting, Obtaining all
Statutory Approvals Pre-commissioning & Mechanical Completion, Preparation of
operating manuals, Training of Owner’s O&M personnel, consumables for 6 (six)
months operation, Contract closure activities ,Final invoice/billing and handing over of
the facilities with Final and “As Built” drawing/documentation, supply of spares with
necessary support and services during defect liability period.
ANNEXURE A-II
TIME SCHEDULE

Bidding Document Reference: 077154C/T/Lupech-J18/Packages-4 Page 3 of 3

NOTES:
1. The time of completion shall be reckoned from the date of Notification of award i.e. date of issue of Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA) whichever is issued earlier.

2. The time indicated above is for completing the works in all respects as per Scope of Work, Design, drawings,
specifications and shall also include the time required for testing and rectification etc., if any, as per
specifications and to complete the works to the satisfaction of Engineer-in-Charge.

LIST OF MILESTONES
LuPech Power Distribution Facility Tender Key Milestones
Month from the Effective
S.No Milestone Description
Date of Contract
1 Submission of Electrical Design
2nd Month
Documents
2 Civil & Structural Drawings - Approval 4th Month
3 Transformers & 33kV GIS Ordering 4th Month
4 Ordering completion of all Equipment 6th Month
5 Completion of all civil works including
Substation Building & Equipment 12th Month
foundations
6 Delivery of Power Transformers / 33kV
13th Month
GIS
7 Equipment delivery completion 14th Month
8 Transformers & 33kV GIS Installation
14th Month
Completion
9 Equipment Installation completion 15th Month
10 Mechanical completion 16th Month
11 Commissioning completion 17th Month
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ANNEXURE A-III

WORK DURING MONSOON


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

1. Contractor must take due cognizance of the presence of rainy season / days in his scheduled
completion period and accordingly, shall take all necessary actions to protect, reorganize and
progress the work, uninterruptedly during the monsoon period.

2. Contractor to collect all meteorological data from the local authority and collect necessary
information about the intensity, frequency and period of rainy season.

3. No extension of time due to interruption /suspension of work, water logging, reduced /slowing
down of progress, non-availability of manpower etc., whatsoever may be the reason, shall
be tenable on account of monsoon and further no claim for stand-by of manpower and
equipment, other resources etc. shall be paid for.

4. The successful bidder shall be required to submit within 15 days of Letter of Acceptance
of offer / award of work, to the PMC/OWNER his contingency plan for work during
monsoon, clearly stating their methodology / strategy to progress uninterruptedly during
monsoon mentioning the deployment of resources viz, numbers, capacity, category of
equipment and manpower on a weekly basis for approval. The contingency plan shall include
all provisions for constructing and maintaining temporary infrastructure like approach road,
temporary drains in and around work area, dewatering whether natural or forced to keep
the work area free from water logging so as to maintain the same always in a state worthy
of vehicular, human and equipment movement. The work area shall be so isolated as
to restrict run-off from the adjacent areas in the work area / site.

5. Contractor shall put up temporary sheds for fabrication of formwork and reinforcement. For
fabrication of steelwork / piping proper rainproof shed with concretized floor of adequate area
shall be made.

6. Additionally, localized (structure wise) monsoon protection shall be provided in order to


facilitate work.

7. The contractor must indicate the structures / areas that he would like to progress (as per the
project schedule and priority) particularly during the monsoon clearly indicating the sub-phases
of construction like foundation / sub structure, superstructure etc.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

8. Contractor shall procure and stock sufficient quantities of materials (if required, outside the
plant premises, the land for which is to be arranged by the contractor at his cost and expenses)
viz. coarse and fine aggregates, bricks etc. adequate for the planned volume of the work during
the monsoon, well in advance of the onset of same so that progress of work is not affected
on this account. PMC/OWNER shall be free to inspect such storing arrangement (particularly
at places outside of the pant areas), at any appropriate time as deemed fit by them.

9. All electrical installations, equipment shall be placed on plinths above ground under proper rain
shed to avoid any inundation, short circuit and hazards of electrocution.

10. Contractor shall organize his work particularly for the underground activities in foundation,
excavation in a way that instead of opening up fronts everywhere and in scattered locations
(provided there is no priority concern) only those many structures and /or areas should be
worked where concerted and continuous effort and resources could be engaged to bring the
work up to the desired level expeditiously to minimize any rework resulting from water
accumulation / rain.

11. To maintain the standard welding quality and progress, localized welding booth in sufficient
numbers as per instruction of PMC shall be installed for protection against wind and rain.

12. Contractors item rates shall be including all costs and expenses including supply of materials
required for monsoon protection like tarpaulins, shed, structural, GI sheet etc. for the above
provisions and no separate payment shall be made on this account.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality Management System

Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 1 of 16


Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

ANNEXURE A-IV

QUALITY MANAGEMENT SYSTEM


REQUIREMENTS FOR CONTRACTOR
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 2 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

SPECIFICATION
QUALITY MANAGEMENT SYSTEM
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 3 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

Table of Contents
1. Purpose ............................................................................................................................................ 4
2. References ....................................................................................................................................... 4
3. Definitions &Abbreviations ............................................................................................................ 4
4. Responsibility .................................................................................................................................. 5
5. Quality Management System ........................................................................................................ 5
6. Quality System Requirements ...................................................................................................... 5
7. Audit ................................................................................................................................................ 10
8. Project Quality Plan ......................................................................................................................... 11
9. Training and Awareness .................................................................................................................. 11
10. Management Design Changes ......................................................................................................... 12
11. Feedback / Lesson Learnt ................................................................................................................ 12
12. Preservation and Storage ................................................................................................................ 12
13. Documentation & Records .............................................................................................................. 12
14. Quality Monitoring and Performance Reporting ............................................................................ 13
15. Key Performance Indicators (KPI) for Quality:................................................................................. 14
ANNEXURE-1 .................................................................................................................................... 15
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 4 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

1. Purpose
This document describes the Quality Management System Requirement to be met by
CONTRACTOR after award of work or during contract execution. In case of any conflict between
this specification & other provisions of the tender document, the same shall be brought to the
notice of PMC by the CONTRACTOR, which will be resolved prior to the placement of the order.
This document shall be applicable for all works to be carried out by CONTRACTOR (including
Sub-Contractors working for the CONTRACTOR) for achieving overall objective of quality of
various activities during any phase of the project.

2. References
• ISO 9001:2015 requirements

3. Definitions & Abbreviations

Abbreviation Definition /Expanded form


IOCL/ OWNER Indian Oil Corporation Limited
PMC/ PMC Technip India Limited
LICENSOR Party selected by IOCL for process technology ownership for any
UNIT
Party whose services are obtained for performing the works specified
CONTRACTOR as part of EPCM/LSTK / packages.
EPCM Engineering, Procurement & Construction Management Services.
LSTK Lump Sum Turn Key portion of the work to be executed by
CONTRACTOR
AUTHORISED IOCL’s/ PMC’s representative authorized to act for and on behalf of
REPRESENTATIVE them.
VENDOR Any third party supplying the equipment/materials for setting up the
Plant
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 5 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

PROJECT PETROCHEMICAL AND LUBE INTEGRATION PROJECT


“LuPech” (J-18) IOCL GUJARAT REFINERY

SITE Indicates Gujarat Refinery in Vadodara, Gujarat State, India


UNIT Indicates any particular portion of the project to be built which can be
Process related or Utilities/Offsites related
QMS Quality Management System
PQP Project Quality Plan
ITP Inspection and Test Plan
QAP Quality Assurance Plan
QA Quality Assurance
QC Quality Control

4. Responsibility
It is CONTRACTOR’S prime responsibility to arrange/produce/manage the products and services
conforming to contract specifications and also inspect all equipment, material and work at
various stages of execution as per approved QAP/ITP. CONTRACTOR shall co-ordinate all
efforts in this regard with the PMC/ OWNER and other involved agencies, giving adequate
desired input that all activities performed are as per approved QAP/ITPs and supporting
documents are readily available. Verification by PMC/OWNER at any stage shall not relieve
CONTRACTOR of his responsibility for the quality of the product.

5. Quality Management System


The proposed quality system of the CONTRACTOR shall fully satisfy all the relevant
requirements of ISO 9001:2015 “Quality Management Systems – Requirements”. The quality
system shall provide the planned and systematic control of all quality related activities for
execution of work as per contract. Implementation of the quality management system shall be in
accordance with CONTRACTOR’S own Quality System and/or Manual. CONTRACTOR is
required to submit The PROJECT specific Quality Plan, covering all related / referenced
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 6 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

procedures including in respect of all materials ls to be supplied and works to be performed to


PMC / OWNER for review and approval after award of contract.

6. Quality System Requirements


6.1 CONTRACTOR shall ensure that the responsible authority for execution of the order /
contract has been communicated with the contract requirements including any
identified or intended statutory and regulatory requirements to all concerned, including sub-
Contractor’s organization who are contributing to the execution of the PO/ contract and
abide by it.
6.2 CONTRACTOR shall establish a documented Quality Policy and Quality Objectives as
appropriate to achieve the specified and intended requirement of purchase order / contract.
6.3 CONTRACTOR shall identify and communicate the responsibilities and authorities of the
personnel contributing to the execution of the order / contract.
6.4 CONTRACTOR shall deploy competent and trained personnel for various activities for
fulfillment of contract. CONTRACTOR shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverables are maintained.
6.5 CONTRACTOR shall carry out the quality planning for all activities involved in execution of
contract.
The quality planning shall cover as minimum the following:
• Resources
• Infrastructure
• Product / deliverable characteristics to be controlled.
• Process characteristics t o ensure the identified product characteristics a r e
realized.
• Identification of any measurement requirements, acceptance criteria, method of
evaluation.
• Need for any documented procedure/documented information
• Records to be generated
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 7 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

The quality planning shall result into the Quality assurance plan, Inspection and Test
plan(ITP)and job procedures of quality for the project activities in the scope of
CONTRACTOR. These documents shall be submitted to PMC/OWNER for review /
approval. Also, any Record or document requested by PMC/OWNER during the
execution of the project as per agreed review process shall be submitted for review by
PMC/OWNER and CONTRACTOR shall carry out changes based on review.
6.6 Requirements for sub-contracting / purchasing of services specified in contract / tender
shall be adhered to. Wherever requirements are not specified, the CONTRACTOR shall
establish and maintain a robust quality system for purchasing / sub- contracting to
ensure that purchased product / service conforms to specified requirements. Criteria for
selection of sub-contractor, evaluation, re-evaluation, maintenance of purchasing data and
verification of purchased product (sub-Contractor services), constitute important
components of this requirement.
6.7 CONTRACTOR shall adhere to design control exactly as per ISO 9001 and provide
assurance that the design meets the performance standard criteria and has been
undertaken in accordance with the design basis. CONTRACTOR should submit required
records as evidence for review of PMC/ OWNER as and when required and shall carry out
changes based on PMC/ OWNER review.
6.8 CONTRACTOR shall forward to PMC/ OWNER for review the plan for engineering
describing the responsibility for various activities and technical interfaces, necessary
resources required for effective planning.
6.9 CONTRACTOR shall ensure, the sub-contractor to establish their quality plans for the
scope of work in conformance with the CONTACTOR quality plan and review & approval
of the same.
6.10 CONTRACTOR shall ensure, the Supplier and their sub-suppliers to establish and
implement the inspection and verification necessary for ensuring that the suppliers / sub-
suppliers products/works meets specified Purchase Order requirements.
6.11 CONTRACTOR will be totally responsible for furnishing the complete and correct technical
documents / specification to his sub vendor and subcontractor. It is responsibility of the
contractor to ensure that relevant specifications indicated in the tender documents are
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 8 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

incorporated in the order /sub-order/subcontractor specification. Each PO shall


categorically indicate involvement of various agencies for inspection.
6.12 CONTRACTOR shall plan and carry out production and service provision under controlled
Conditions.
Controlled conditions shall include, as applicable, but not limited to,
a) The availability o f information that describes the characteristics of the product /
services
b) The availability of work instructions
c) The use of suitable equipment
d) The availability and use of monitoring and measuring devices
e) The implementation of monitoring and measurement
f) The implementation of release, delivery and post-delivery activities
6.13 CONTRACTOR shall expedite to ensure delivery of all materials to site as agreed in the
contract. This includes all materials under their subcontract and supplies
6.14 During construction stage for material control and handling at site, CONTRACTOR to
undertake measures to identify and liquidate problem w.r.t mix up of various material such
as piping flanges, joints etc., with particular emphasis to High pressure and High
temperature section for the entire project. Use of modern gadgets like positive material
identification(PMI)Torque wrenches etc have to be ensured for this purpose.
6.15 CONTRACTOR shall provide assurance that the equipment purchased meets the
performance standard criteria
6.16 During construction CONTRACTOR shall provide assurance that the facilities are
constructed in accordance with design and as agreed in the contract
6.17 CONTRACTOR shall provide design control and supervision on construction activities.
6.18 CONTRACTOR shall validate any processes for production and service provision where
resulting output cannot be verified by monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in service/working
condition. Records of such validation shall be maintained.
6.19 CONTRACTOR shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product / deliver status including with
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 9 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

respect to inspection and testing requirements shall be identified.


6.20 CONTRACTOR shall identify, verify, protect and safeguard PMC / OWNER property
(material/ document) provided for use or incorporation into the product/service. If any
PMC / OWNER property is lost, damaged or otherwise found to be unsuitable for use, this
shall be reported to the PMC/OWNER.
6.21 CONTRACTOR shall establish system to ensure that inspection and testing activities are
carried out in a manner that is consistent with the inspection and testing requirements and
to ensure output of production services shall not be delivered until the planned
arrangement are satisfactorily completed. Where necessary, measuring equipment shall
be calibrated at specified frequency, against national or international measurement
standards; where no such standard exists, the basis used for calibration shall be recorded.
The measuring equipment shall be adjusted or re-adjusted as necessary, identified to
enable the calibration status to be determined. The measuring equipment shall be
protected from damage during handling, maintenance and storage.
6.22 CONTRACTOR shall ensure effective monitoring using suitable methods of the processes
involved in production and other related processes for delivery of the scope of contract.
CONTRACTOR shall establish their own Key Performance Indicators (sample in Annexure
1), monitor them on regular basis and submit to PMC/OWNER.
6.23 CONTRACTOR shall monitor and measure the characteristics of the product
deliverable to verify that product requirement has been met. The inspection (stage as well
as final) by CONTRACTOR and PMC / OWNER personnel shall be carried out strictly as
per the QAP/ITPs forming part of the contract. Product release or service delivery shall
not proceed until the planned arrangements have been satisfactorily completed,
unless otherwise approved by relevant authority and where applicable by PMC / OWNER.
6.24 CONTRACTOR shall commission all the equipment /packages identified in his scope of
work.
6.25 CONTRACTOR shall precommission or commission the equipment /plant only after
complete satisfaction /verification of supplies as per the final approved drawing.
6.26 CONTRACTOR shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to prevent its
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 10 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

unintended use or delivery.


6.27 All non-conformance brought out by the CONTRACTOR’s own review/audit shall be
resolved by CONTRACTOR himself. One level higher than those responsible to carry-out
the activity shall resolve the non-conformance. Corrective action shall be initiated at the
earliest. Report of such resolution shall be submitted to PMC / OWNER for information.
6.28 Non-conformance brought out by PMC/OWNER shall be resolved by the CONTRACTOR
immediately. Such corrective actions shall be submitted to PMC/OWNER for review. Also,
corrective action shall be initiated at the earliest.
In case major, Non-conformities are observed during execution of the works, PMC /
OWNER reserve the right to appoint an independent person/Third Party Agency to conduct
QA/QC Systems Audit for full/part of the facilities being executed by the CONTRACTOR.
This audit will be in addition to the audits agreed in the contract and may be carried out
intermittently/continuously for all or part of the facilities being executed by the
CONTRACTOR. CONTRACTOR shall bear the total cost of such audits and shall
participate & provide full support to the Audit Team and ensure compliance of the audit
findings.
NCR format shall be finalized with PMC / OWNER after award of contract.
Examples but not limited to what should be considered “Non-conformances” are:
• Permanent items that are non-conforming and cannot be reworked prior to final
acceptance.
• Permanent items accepted by the PMC / OWNER and subsequently found t o b e non-
conforming
• Documentation or Procedure violation that renders item to be non-conforming
• Incorrect and incomplete works or materials or equipment supplied which have
functional impacts / not conform to the requirement contained in the purchase
order/contract
• Work being carried out by unqualified personnel
• Non-conformances found in CONTRACTOR’s Internal Quality Audit
• Non-conformance identified by PMC/OWNER during their audit.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 11 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

6.29 All deficiencies noticed and reported by PMC / OWNER shall be analyzed by the
CONTRACTOR and appropriate corrective actions shall be implemented. CONTRACTOR
shall intimate PMC / OWNER of all such corrective action implemented by him.
6.30 CONTRACTOR shall have documented procedure for control of documents and it shall be
submitted for review to PMC / OWNER.
6.31 CONTRACTOR should follow the standards, specification and approved drawings.
Concession/Deviation shall be allowed only in case of unavoidable circumstances. In such
situations, Concession /Deviation request must be made by the CONTACTOR and the
Concession /Deviation request format will be finalized after the award of contract.
6.32 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to PMC / OWNER as per contract
requirement, or disposed as per relevant project procedure after informing PMC/OWNER.
7 Audit
The CONTRACTOR shall plan & carry out internal / external QMS audit for the job. The quality
audit program, as per contractual scope such as, Detail Engineering, Procurement, Construction
including vendor and sub-Contractor, Pre- commission & Commissioning shall be prepared
for systematic approach & surveillance of the Quality Management system. The audit program
and report shall be submitted to PMC / OWNER for review.
PMC/ OWNER’s representative will have right to participate, any internal audit conducted during
the execution of the work.
PMC / OWNER may conduct the Quality and technical Audits independently to ensure that the
CONTRACTOR works are in compliance with contract requirements.
CONTRACTOR shall be responsible for implementing Quality Assurance Program and
auditing of his SUBCONTRACTORs and vendors.
PMC / OWNER shall keep regular surveillance on Quality Assurance Program of
CONTRACTOR and his SUBCONTRACTORs and vendors and ensure its implementation.

PMC / OWNER shall conduct quality audit of the CONTRACTOR/ project facility during various
phases of the project at periodic intervals which will be finalized after award of the contract (for
eg.30%,60%,90%)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 12 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

The contractors internal audit and the audit at subcontractors/supplier’s premises shall be:

• Performed by trained, qualified and certified Auditors belonging to CONTRACTOR


• Performed by auditors independent of the function / activity to be audited
• Performed to ensure that the Corrective Actions, root cause and also other findings are
taken care appropriately and preventive measures are effectively implemented.

8 Project Quality Plan


CONTRACTOR shall prepare and submit Project Quality Plan for review and approval.
Project Quality Plan shall in line with its Corporate QMS and Project requirements. The PQP
shall identify as a minimum, Project Quality Organization, Roles & Responsibilities, Procedures
etc. .
PQP shall define Quality Assurance and Control processes which will be implemented
throughout the Project for the following, but not limited to:
• Project Management
• Discipline Engineering Management
• Procurement Management
• Construction Management
• Quality Management
• Resource Management
• Project Control & Assurance
• Change Management
• Internal Quality Audits
• Training
• List of Quality Control Plans (QCPs) / Inspection Test Plans (lTPs)
• Pre-Commissioning, Commissioning, Start-up and Handing-over
• Document and Record Management
• Material Control at Site
• Control of Non-conformance (products and services)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 13 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

• Key Performance Indicators (KPIs)


9 Training and Awareness
CONTRACTOR shall ensure all project personnel receive quality training and understand the
role they play in delivering the best quality in execution.
CONTRACTOR shall ensure that key personnel assigned to the project including construction
staff have the necessary experience / training and qualification to perform their intended function.
The training process will aim to ensure that personnel are aware of project quality requirements
and any special regulations/compliance requirements pertinent to their work activities.
Few examples of training, but not limited to, are Quality Induction, Lessons Learned sessions,
Specialized topics (Welding, NDT etc.) etc.
CONTRACTOR shall submit the Training Schedule and its status (Planned Vs Actual) to P M C
/ OWNER upon request.
CONTRACTOR shall maintain all the relevant training records.

10 Management of Design Changes


CONTRACTOR shall develop a comprehensive Management of Change (MOC) procedure which
describes the management and control of the modifications/change during the project execution.

11 Feedback / Lesson Learnt


CONTRACTOR shall make proper use of Lessons Learned from past Projects in a similar work
environment. This will be achieved through mining feedback from other similar projects.

12 Preservation and Storage


CONTRACTOR shall ensure adequate protection to preserve equipment / materials during
manufacture, transport, storage and field installation. Specific Preservation Management
procedure to be issued separately by the CONTRACTOR to cover on Site preservation activities.

13 Documentation & Records


Documents required by the quality management system shall be controlled and record shall be
maintained by the CONTRACTOR
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 14 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

All the necessary documentation & records shall be maintained by CONTRACTOR till
completion of project and handed over to PMC/OWNER in requisite copies as a part of
completion documents. Wherever PMC/OWNER personnel were directly involved particularly in
witness and hold point, the copies of the records shall also be provided to personnel on
completing inspection of those activities.
Records including duly authorized & signed As-built Drawings shall be maintained in Hard & Soft
form by the CONTRACTOR and requirement shall be extended further to his Vendors and
Sub-CONTRACTORs.
Records and Certification shall demonstrate evidence of project activities performed, effective
implementation of the QMS, compliance to project requirements, record of changes, non-
conformities including deviations & waivers, assurance & verification results achieved and
traceability.
All documentation related to Guarantees and Warrantees shall be stored for the period as agreed
with PMC/OWNER and shall be handed over to P M C / OWNER upon successful
commissioning.
CONTRACTOR shall submit following documents related to QMS.
Along with BID;
• ISO 9001:2015 Certificate
• Project Quality Plan (A brief description of the CONTRACTOR’s quality assurance system
and statement detailing how quality assurance will be implemented for the Project)
• List of other relevant quality procedures used to control the Project.

Within 3 Months after award of work for review of PMC/OWNER;


• Quality Organization Chart for the Project
• Project Quality Plan (PQP)
• Project specific quality procedures, used to control the Project.
• Procedure for Control of Non-Conforming Product
• CVs of all the key personnel

All the records shall be numbered as agreed with the PMC/OWNER after award of contract.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 15 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

14 Quality Monitoring and Performance Reporting


Monthly Reports shall be submitted to PMC/OWNER which shall include the following, but
not limited to;
a. KPIs and its updated status
b. Lesson Learned and mitigated during month
c. Records of Non-Conformity, Waivers, Deviation
d. Records of internal/external quality audit
e. Test data/inspection and test plans
f. Inspection reports
g. Correction and Corrective action report on the audits
h. Assessment Records of acceptable vendors or sub vendors.
i. Training Records
j. Technical Audit report
15 Key Performance Indicators (KPI) for Quality:
CONTRACTOR shall submit the Quality KPIs for PMC/OWNERs approval within 30 days of
issue of Letter of Award (LOA). CONTRACTOR shall report KPI monitoring data on monthly
basis. Refer Annexure-1 for sample KPls.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

Specification - Quality
Management System
Document no: 077154C-QMS-PACKAGE-0004 Rev: A Page 16 of 16
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

ANNEXURE-1

Sample Quality Key Performance Indicators (KPI)

PROJECT QUALITY KPI EXAMPLES

Quality Review
Function Measure Threshold
Indicator Frequency

Audits and Performed/Planned


> 95 % Quarterly
reviews (Highlight those re-scheduled)
Quality
Closure of audit No. cleared in month × 100
> 90 % Quarterly
findings No. req. by due date
Design No. of document delivered late × 100
<5% Monthly
deliverables No. required by schedule
Engineering
Holds No. design issues/queries closed in
> 90 % Monthly
outstanding month × 100 / Total number raised
Closure of
No. closed in month × 100
Supply Chain > 90 % Monthly
No. req. by due date
NCRs
Vendor ITP No. of witness & hold points missed ×
Procurement witness and 100 / No. of witness & hold points <5% Monthly
hold points scheduled
Vendor Quality
No. of documents delivered late × 100
Records & Data <5% Monthly
No. required by schedule
outstanding
Inspection Inspection Rejected for Technical
Rejection Rate Reasons x 100 / Request for < 3% Monthly
(SR) Inspection Issued
No. of witness & hold points missed ×
ITP witness and
100 / No. of witness & hold points <5% Monthly
hold points
scheduled
Construction No. open / No. raised
NCRs < 10 % Monthly
> 30 days
Weld repair rate No of welds rejected in month× 100
- For 100% NDE /Total No of welds tested in month
< 3% RT
specifically to Monthly
Note: in case of linear measurement < 5% PAUT
RT (or PAUT)
threshold < 0,5 %
(SR)
PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 1 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

SPECIFICATION

HEALTH, SAFETY AND ENVIRONMENT

A 05.30.2021 Issued for Implementation Mohit Sharma Ashish Dwivedi Chintamani Ganapathy P Sayee
Umesh Patel Mohapatra Sankara

REV. DATE DESCRIPTION PREPARED CHECKED APPROVED AUTHORIZED

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 2 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

TABLE OF CONTENTS

Contents

HSE GENERAL ..........................................................................................................................9


1. SCOPE...............................................................................................................................9
2. REFERENCE DOCUMENTS .........................................................................................9
3. DEFINITIONS & ABBREVIATIONS ..............................................................................9
4. HSE REQUIREMENTS TO BE COMPLIED BY BIDDERS .....................................11
4.1 Management Responsibility..........................................................................................11
4.1.1 HSE Policy & Objectives ...........................................................................................11
4.1.2 HSE management ......................................................................................................12
4.1.3 Indemnification ............................................................................................................12
4.1.4 Deployment & qualifications of HSE personnel .....................................................12
4.1.5 Implementation, Inspection / Monitoring .................................................................14
4.1.6 Behavior Based Safety ..............................................................................................15
4.1.7 Awareness and Motivation ........................................................................................16
4.1.8 Key Performance Indicators .....................................................................................16
4.1.9 Documentation ............................................................................................................17
4.1.10 HSE Audit ................................................................................................................18
4.1.10.1 Internal HSE Audit ..............................................................................................18
4.1.10.2 External HSE Audit ............................................................................................18
4.1.10.3 Areas of competence of Audit team ................................................................18
4.1.11 Meetings ..................................................................................................................20
5. OCCUPATIONAL HEALTH REQUIREMENTS & COVID-19 Management ........21
5.1 General ....................................................................................................................................... 21
5.2 Occupational Hazards ............................................................................................................ 22

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 3 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

5.3 Health Centre............................................................................................................................ 22


5.4 Ambulance ................................................................................................................................ 22
5.5 Rest Room ................................................................................................................................ 23
5.6 Rest Shelters cum Lunch Room ......................................................................................... 23
5.7 Canteen ...................................................................................................................................... 23
5.8 Drinking water .......................................................................................................................... 23
5.9 Labour Accommodation ........................................................................................................ 24
5.10 Welfare Measures ................................................................................................................ 24
5.11 First-Aid ................................................................................................................................. 24
5.12 Prevention of mosquito breeding ................................................................................... 25
5.13 Noise ....................................................................................................................................... 26
5.14 Ventilation and Illumination ............................................................................................. 27
5.15 Radiation ............................................................................................................................... 27
5.16 Intoxicating drinks & drugs and Smoking .................................................................... 28
5.17 COVID-19 MANAGEMENT ................................................................................................. 28
6. SAFETY REQUIREMENTS ..........................................................................................28
6.1 Site preparation & development ......................................................................................... 28
6.2 Site Labour Camp / Colony................................................................................................... 29
6.3 Security ...................................................................................................................................... 31
6.4 Signs and Tags ........................................................................................................................ 31
6.5 House Keeping ........................................................................................................................ 33
6.6 Fire prevention ......................................................................................................................... 34
6.7 Personal Protective Equipment’s (PPEs) ......................................................................... 34
6.8 Working at Height ................................................................................................................... 35
6.9 Scaffoldings & Barricading .................................................................................................. 37
6.10 Ergonomics and tools & tackles ..................................................................................... 39
6.11 Hazardous substances ...................................................................................................... 40
6.12 Slips, trips & falls ................................................................................................................ 41

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 4 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.13 Barriers .................................................................................................................................. 41


6.14 Work Permit System ........................................................................................................... 42
6.15 Batching Plant / Fabrication Yard / Casting Yard ....................................................... 43
6.16 Construction Hazards ........................................................................................................ 44
6.17 Accessibility ......................................................................................................................... 45
6.18 Road Safety .......................................................................................................................... 46
6.19 Communication ................................................................................................................... 47
6.20 Unsuitable Land Conditions ............................................................................................. 48
6.21 Tool Box Talks (TBT) .......................................................................................................... 48
6.22 Training & Induction Programme.................................................................................... 48
6.23 Self-Assessment And Enhancement ............................................................................. 50
6.24 HSE Promotion .................................................................................................................... 50
6.25 Incident Reporting and Investigation ............................................................................ 50
6.26 Confined Space Entry ........................................................................................................ 52
6.27 Lock Out and Tag Out (LOTO) for isolation of energy source ................................ 52
6.28 Electrical installations ....................................................................................................... 53
6.29 Static Electricity Control ................................................................................................... 56
6.30 Portable / Hand Tools......................................................................................................... 57
6.31 Grinding ................................................................................................................................. 58
6.32 Lifting appliances and Gear ............................................................................................. 59
6.33 Use of Man-Lift (JLG, Aerial Lift, Elevated Work Platform) ...................................... 63
6.34 Use of Man Basket .............................................................................................................. 64
6.35 Heavy Lifts ............................................................................................................................ 65
6.36 Excavation ............................................................................................................................ 66
6.37 Road work ............................................................................................................................. 67
6.38 Piling / Boring....................................................................................................................... 67
6.39 Bar Bending and Cutting................................................................................................... 68
6.40 Shuttering.............................................................................................................................. 68

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 5 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.41 Structural Work, Laying Of Reinforcement Concreting ............................................ 68


6.42 Temporary Structure / Fixtures ....................................................................................... 70
6.43 Gas Cylinders ....................................................................................................................... 71
6.44 Welding / Gas cutting ......................................................................................................... 72
6.45 Catalyst Storage and Handling ........................................................................................ 73
6.46 Explosives/Blasting operations ...................................................................................... 77
6.47 Grit Blasting.......................................................................................................................... 77
6.48 Painting .................................................................................................................................. 78
6.49 Pressure Testing ................................................................................................................. 80
6.50 Compressed Air ................................................................................................................... 83
6.51 Demolition/ Dismantling .................................................................................................... 83
6.52 Maintenance Work-Machine, equipment, DG, etc. ..................................................... 84
6.53 Additional Safety Requirements for Working inside a Running Plant .................. 84
7. Emergency Preparedness & Response Plan ................................................................... 86
8. ENVIRONMENTAL MANAGEMENT ..........................................................................87
8.1 Environment Protection ........................................................................................................ 87
8.2 Rules & Regulations ............................................................................................................... 88
8.3 Weather Protection ................................................................................................................. 88
8.4 Sustainable Development ..................................................................................................... 88
8.5 Air Quality ................................................................................................................................. 89
8.6 Dust Control ............................................................................................................................. 91
8.7 Water Quality ............................................................................................................................ 92
8.8 Landscape and Greenery ...................................................................................................... 93
8.9 Waste ( Handling, Storage & Disposal) ............................................................................. 94
8.10 Hazardous Chemical & Wastes ....................................................................................... 95
8.11 Spill prevention and response ......................................................................................... 97
8.12 Resource Protection........................................................................................................... 97
8.13 Energy Management........................................................................................................... 98

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 6 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

8.14 Safety, Pollution control and Energy Conservation Measures ............................... 98


9. HSE REQUIREMENT FOR PROCUREMENT ..........................................................99
9.1 PRE-COMMISSIONING AND COMMISSIONING PHASES .................................100
9.2 Pre-commissioning and commissioning area............................................................... 101
9.3 Motor Solo Run / No Load Motor Run.............................................................................. 103
9.4 Commission of the Pumps & Motors ............................................................................... 104
9.5 Card Board Blasting & Air Blowing .................................................................................. 104
9.6 Water Flushing ....................................................................................................................... 105
9.7 Steam Blowing ....................................................................................................................... 106
9.8 Oil Flushing ............................................................................................................................ 107
9.9 Lube Oil Charging ................................................................................................................. 107
9.10 Large Diameter Pipe Manual Cleaning ........................................................................ 107
9.11 Chemical handling and Cleaning .................................................................................. 108
9.12 Loading of the Chemicals in the system .................................................................... 109
9.13 Charging of the Heater (Electric Heater) ..................................................................... 109
9.14 Instrument Check (Loop/Function Test) ..................................................................... 109
9.15 Rotating Machine Run ..................................................................................................... 110
9.16 Proof Testing / Tightness Test ...................................................................................... 110
9.17 Nitrogen Introduction / Purging .................................................................................... 111
9.18 Hydro-Carbon/Toxic Fluid Introduction ...................................................................... 112
9.19 Toxic Fluid Case ................................................................................................................ 113
9.20 Feed intake in to the Plant .............................................................................................. 113
9.21 System Commissioning Spade Isolation Requirements ........................................ 114
9.22 Central Control Room (CCR) .......................................................................................... 114
9.23 HVAC Room ........................................................................................................................ 114
9.24 Vehicle Control .................................................................................................................. 115
10. PENALTY ......................................................................................................................115
10.1 Stoppage of Work ............................................................................................................. 116

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 7 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

10.2 Incentives / Awards .......................................................................................................... 116


11. SOCIAL ACCOUNTABILITY ( CORPORATE SOCIAL RESPONSIBILITY).......117
12. DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR .....................118
12.1 On Award Of Contract ...................................................................................................... 118
12.2 During Job Execution ...................................................................................................... 118
12.3 During Short Listing Of The Sub-Contractors ........................................................... 120
ATTACHMENTS .....................................................................................................................120
1. Details of First Aid Box ........................................................................................................ 121
2. List of Statutory Acts & Rules Relating to HSE ............................................................ 122
3. Training subjects / topics ................................................................................................... 124
4. PENALTY TABLE................................................................................................................... 126
5. ON-SITE HSE ACTIVITIES PROGRAM (TYPICAL) ....................................................... 130
6. TYPICAL TRAINING MATRIX .............................................................................................. 135
7. CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES ....... 136
8. LOTO and Scaffolding Tags ........................................................................................................ 151
9. HSE Reporting Format ............................................................................................................... 152
10. Minutes of Meeting Format ...................................................................................................... 153
11. Incident Reporting Format ........................................................................................................ 154
12. Weekly HSE Walk around Report ..................................................................................... 162
13. Weekly HSE Training / Tool box Meeting........................................................................ 163
14. Vehicle Inspection Checklist .............................................................................................. 164
15. Job Hazards Analysis (JHA)............................................................................................... 164
16. PRE-EMPLOYMENT MEDICAL FITNESS ......................................................................... 165
17. CONTROL MEASURES FOR ENVIRONMENTAL ASPECT ......................................... 167
18. SITE PERMIT TO WORK .............................................................................................................. 171
19. ROUTINE ENVIRONMENTAL INSPECTION ................................................................................. 174
20. Camp Hygiene Inspection.......................................................................................................... 175
21. Daily Safety Checklist ................................................................................................................ 179

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 8 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

22. Housekeeping Assessment & Compliance................................................................................ 180


23. INSPECTION FOR SCAFFOLDING ................................................................................................ 181
24. GUIDELINES ON PERSONAL PROTECTIVE EQUIPMENT (PPE) ................................................... 183

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 9 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

HSE GENERAL

1. SCOPE

This document defines the requirements of the OWNER on Health, Safety and Environment (HSE)
associated with the CONTRACTOR and any other agency to be practiced at construction worksites at
all time. This specification establishes the Health, Safety and Environmental (HSE) management
requirement to be complied by Contractors / Vendors including their sub-contractors / sub vendors
during construction for project site.

This specification is not intended to replace the necessary professional judgment needed to design &
implement an effective HSE system for construction activities and the contractor is expected to fulfil
HSE requirements in this specification as minimum. Requirements stipulated in this specification shall
supplement the requirements of HSE Management given in relevant Act(s) / legislations, IOCL -
General Conditions of Contract (GCC), Technip India Limited group guidelines and procedure,
requirements the most stringent shall apply.

2. REFERENCE DOCUMENTS

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Applicable standards like ISO 45001 and OHSAS 18001
- Safety Practices during Constructions - OISD-192 and OISD-207

3. DEFINITIONS & ABBREVIATIONS


AERB : Atomic Energy Regulatory Board
ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 10 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

BS : British Standard
PMC : Project Management Consultant
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HV : High Voltage
IS : Indian Standard
IE : Indian Electricity
JSA : Job Safety Analysis
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
PPE : Personal Protective Equipment
RCM : Resident Construction Manager or Site-in-Charge
ROW : Right of Way
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
TBM : Tool Box Talks
• The use of ‘Shall’ indicates a mandatory requirement.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 11 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• The use of ‘Should’ indicates a guideline that is strongly recommended.


• The use of ’May’ indicates a guideline that is to be considered.
• ‘HSE’ means Health Safety and Environment.
• OWNER / CLIENT means Indian Oil Corporation Limited, GUJARAT.
• PROJECT MANAGEMENT CONSULTANCY (CONSULTANT) means Technip India Limited
• CONTRACTOR means the party with whom contractual relationship are formed by OWNER /
CONSULTANT.
• SUBCONTRACTOR means the party with whom contractual relationship are formed by
CONTRACTOR

4. HSE REQUIREMENTS TO BE COMPLIED BY BIDDERS

4.1 Management Responsibility

4.1.1 HSE Policy & Objectives

The CONTRACTOR shall have a documented HSE policy and objectives to cover commitment of
their organization to ensure Health, Safety and Environment aspects in their line operation. Within
4 weeks of the notification of acceptance of the tender, the CONTRACTOR shall submit a detailed
and comprehensive Contract specific HSE Plan. The HSE Plan shall include detailed policies,
procedures and regulations with detailed implementation will ensure compliance of the contract
provisions.
The HSE Plan shall include the following but not be restricted to:

• A statement of the CONTRACTOR’s policy, organization and arrangements for HSE.


• The name(s) and experience of person(s) within the CONTRACTOR’s proposed
Management who shall be responsible for coordinating and monitoring their HSE
performance.
• The number of HSE staff who shall be employed on the Works, their responsibilities,
authority and line of communication with the proposed CONTRACTOR’s agent.
• A statement of the CONTRACTOR’s procedures for identifying and estimating hazards, and
the measures for addressing the same.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 12 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• A list of HSE hazards anticipated for this Contract and sufficient information to demonstrate
the CONTRACTOR’s proposals for achieving effective and efficient health and safety
procedures;
• A description of the HSE training courses and emergency drills which shall be provided
by the CONTRACTOR, with an outline of the syllabus to be followed.
• Details of the safety equipment which shall be provided by the CONTRACTOR, including
personal protective equipment;
• A statement of the CONTRACTOR ’s procedures for ensuring that CONTRACTOR 's
Equipment used on the Project Site are maintained in a safe condition and are operated in
a safe manner;

4.1.2 HSE management


Contractor shall cover the HSE requirements & commitments to fulfil HSE MS. The Contractor shall
obtain the approval of its site specific HSE Plan from CONSULTANT / Owner prior to
commencement of any site works. Corporate as well as Site management of the Contractor shall
ensure compliance of their HSE Plan at work sites in its entirety in true spirit.

4.1.3 Indemnification
Contractor shall indemnify & hold harmless, Owner/PMC & their representatives, free from any and
all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

4.1.4 Deployment & qualifications of HSE personnel


CONTRACTOR shall submit scrutinized CVs as per requirement prior to the job. CONSULTANT
HSE shall evaluate the CVs and conduct personal interview of the proposed candidates. Only
CONSULTANT approved CONTRACTOR HSE personnel are permitted to work at site. In case of
replacement of approved CONTRACTOR HSE Personnel, the CONTRACTOR shall plan in advance
and follow the above procedure.

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated below
in sufficient number. i.e deployment of safety officer/Safety Engineer is compulsory at project site.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 13 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Employee strength (Including Minimum Strength of HSE personal required


CONTRACTOR)

Up to 50 HSE Officer/ HSE Engineer & Male Nurse

HSE Officer / HSE Engineer (1 for every 50 workers) + 01 Male


51 to 150
nurse

1 HSE Manager + HSE Officer/ HSE Engineer for every 50 workers


Above 150
+ 01 Male Nurse

The minimum standard for CONTRACTOR HSE personnel should be :

HSE Manager
Should be Technical graduate engineers (Chemical / Mechanical / Electrical / Civil) with 10 years’
experience and above as supervisor in Oil & Gas / Refinery / Petrochemicals or Bulk Chemical
Manufacturing companies or Large Construction sector. He / she must be able to communicate,
write and read English.

And Degree or Diploma in Industrial Safety with one subject of construction safety from a recognized
Institute (Institute recognized by AICTE / State council of technical education for India) or from
RLI/CLI.

HSE Officer
Should be a Science Graduate (Chemistry / Physics / Mathematics) with 5 years’ experience and
above as supervisor in Oil & Gas / Refinery / Petrochemicals or Bulk Chemical Manufacturing
companies or Large Construction sector. He / she must be able to communicate, write and read
English.

And Degree or Diploma in Industrial Safety with one subject of construction safety from a recognized
Institute (Institute recognized by AICTE / State council of technical education for India) or from
RLI/CLLI.

HSE Engineer

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 14 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Should be a graduate Engineer (Chemical / Mechanical / Electrical / Civil) or a Science Graduate


from a recognized university with 5 years’ experience and above as supervisor / safety in-charge in
Oil & Gas / Refinery / Petrochemical / Bulk Chemicals Industry / large construction sector.

And Degree or Diploma in Industrial Safety with one subject of construction safety from a recognized
Institute (Institute recognized by AICTE for India). He / she must possess site safety leadership
attributes.

4.1.5 Implementation, Inspection / Monitoring

The Contractor shall be fully responsible for planning, reporting, implementing and monitoring of
HSE requirements and compliance of laws & statutory requirements. The Contractor shall also
ensure that the HSE requirements are clearly understood & implemented conscientiously by their
site personnel at all levels at site. The Contractor shall ensure physical presence of their field
engineers / supervisors, during the continuation of their contract works / site activities including all
material transportation activities.

Physical absence of experienced field engineers / supervisors of Contractor at critical work spot
during the course of work, may invite severe penalization as per the discretion of EIC, including
halting / stoppage of work. Contractor shall furnish their annual Inspection Plan, in line with project
issues /subjects, frequency and performers to Owner/PMC.

The Contractor shall regularly review inspection report internally and implement all practical steps /
actions for improving the status continuously. The Contractor shall ensure important safety checks
right from beginning of works at every work site locations and to this effect “Daily Safety Check List”
shall be prepared by field engineer & duly checked by safety personnel for conformance.

Adequate records for all inspections shall be maintained by the Contractor and the same shall be
furnished to Owner/PMC, whenever sought. The Contractor shall not carry-out work by engaging
single worker anywhere without any supervisor anytime during day or night.

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


Walk through shall be carried out by Contractor’s head of site (along with his area manager/field

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 15 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

engineers) and a report shall be furnished to Owner/PMC ”Safety walk through report as attached”
followed by compliance for unsatisfactory remarks.

As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected, tested and
examined by competent people (approved by concerned State authorities) before being used at site
and also at periodical interval (e.g. during replacement, extension, modification,
elongation/reduction of machine/parts, etc.) as per relevant statutes.

Hydra, cranes, lifting machinery, mobile equipment / machinery / vehicles(as attached), etc. shall
be inspected regularly by only competent / experienced personnel at site and requisite records for
such inspections shall be maintained by every contractor.

Contractor shall also maintain records of maintenance of all other site machinery (e.g. generators,
rectifiers, compressors, cutters, etc.) & portable tools / equipment being used at project related
works (e.g. drills, abrasive wheels, punches, chisels, spanners, etc.). The Contractor shall not make
use of arbitrarily fabricated ‘derricks’ at project site for lifting / lowering of construction materials.

All sites facilities and working condition should be periodically inspected by Contractor and records
are to be maintained.

4.1.6 Behavior Based Safety

The contractor shall develop a system to implement Behaviour-Based Safety (BBS) through which
work groups can identify, measure and change the behaviours of employees and workers.
The BBS process shall include the following:

❖ Identify the behaviors critical to obtaining required safety performance.


❖ Communicate the behaviors and how they are performed correctly to all
❖ Observe the work force and record safe/at risk behaviours. Intervene with workers to give
positive reinforcement when safe behaviours are observed. Provide coaching/correction when
at risk behaviours are observed
❖ Collect and record observation data
❖ Summarize and analyze observation data
❖ Communicate observation data and analysis results to all employees
❖ Provide recognition or celebrate when safe behaviour improvements occur

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 16 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Change behaviours to be observed or change activators or change consequences as


appropriate.
❖ Communicate any changes to workforce

Contractor through its own HSE committee shall implement the above process. The necessary
procedures and reporting formats shall be developed by the contractor for approval by Owner/PMC.

Contractor shall observe individual’s behaviour for safe practices adapted for utilization/execution of
work for the following as a minimum:-
❖ PPE
❖ Tools & equipment
❖ Hazard Identification & control
❖ House keeping
❖ Confined space entry
❖ Hot works
❖ Excavation
❖ Loading & unloading
❖ Work At height
❖ Stacking & storage
❖ Ergonomics
❖ Procedures

4.1.7 Awareness and Motivation


The Contractor shall promote and develop awareness on Health, Safety and Environment protection
among all personnel working for the Contractor. Regular awareness programs and fabrication shop
/ work site meetings at least on monthly basis shall be arranged on HSE activities to cover
hazards/risks involved in various operations during construction. Contractor to motivate & encourage
the workmen & supervisory staff by issuing / awarding them with tokens/ gifts/ mementos/ monetary
incentives / certificates, etc. Contractor shall assess & recognize the behavioural change of its site
engineers / supervisors periodically and constantly motivate / encourage them to implement HSE
practices at project works

4.1.8 Key Performance Indicators

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 17 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered in
Monthly HSE Report. The contractor shall try to achieve a statistically fair record and strive for its
continual improvement.

Leading Indicators viz:-:

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

Trailing Indicators viz:- (Lagging )

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

4.1.9 Documentation

The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the same
shall be submitted for approval by owner/PMC.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 18 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ HSE Organogram
❖ Site specific HSE Plan
❖ Safety Procedures, forms and Checklist. Indicative list of HSE procedures
❖ Risk Assessment & Job Safety Analysis for critical works as format attached.

The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his sub-
contractor(s) work site/office. However, compliance of HSE requirements shall be the responsibility
of the Contractor. Any review/approval by Owner/PMC shall not absolve contractor of his
responsibility/liability in relation to fulfilling all HSE requirements.

4.1.10 HSE Audit

The CONTRACTOR shall submit an Audit plan to CONSULTANT indicating the type of audits. Project
Manager / RCM holds the ultimate responsibility in ensuring implementation of HSE audit program
during the construction work.

4.1.10.1 Internal HSE Audit

The CONTRACTOR shall conduct an internal HSE audit on quarterly basis and submit a report to
CONSULTANT. Internal HSE audits are to be conducted by Qualified HSE Internal Auditors with the
prior approval of the CONSULTANT.

4.1.10.2 External HSE Audit

External HSE audits are to be conducted by external agencies that are competent with ISO qualified
auditors with the prior approval of the CONSULTANT.

4.1.10.3 Areas of competence of Audit team

Audit shall be conducted as per the guidelines of ISO, ILO, OISD. External HSE audit shall be
conducted requirement basis throughout the period of the contract. The coverage of the external
audit shall include the following items but not limited to:

i) HSE Management :

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 19 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Organization
❖ Communication and Motivation
❖ Inspection
❖ Emergency preparedness
❖ Education and Training
❖ Work permit system First-aid and Medical Facilities
❖ Welfare measures
❖ Environmental Management

ii) Technical:
❖ Building and Structure
❖ Construction operational safety
❖ Material safety
❖ Hand tools and Power tools
❖ Electrical system
❖ Safety Appliances
❖ Fire prevention and control
❖ Housekeeping & Maintenance and Machinery safety
❖ Scaffolding etc.

iii) Audit Documents:

CONTRACTOR shall make the listed documents available for the review at the time.

❖ HSE policy & HSE manual


❖ HSE Rules and Regulation
❖ HSE organization chart
❖ Annual HSE objectives / programs
❖ Incident / near miss statistics and analysis
❖ HSE Training program / records for all personnel
❖ Operating manuals and maintenance manual of all equipment’s

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 20 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Safe worthiness certificates of all lifting appliances and gears


❖ Medical fitness record for all personnel
❖ Risk identification, assessment and control details
❖ Environmental management reports
❖ Emergency management records including mock drill & Reporting:

iv) Audit Findings:

All audit findings as detailed in the audit checklists shall be grouped together as priority 1 and 2 as
detailed below in a separate listing.

Priority 1: Actions to rectify gaps or weakness should generally be implemented within one-week
time, if risk potential is high or unacceptable.

Priority 2: Actions should be generally implemented or rectified with a maximum of 4 weeks, if not
rectified would create a likelihood of minor injury or business loss.

v) Conformity Report & Action:

The CONTRACTOR shall submit the Compliance report within 15 days of conducting initial audit for
priority1 observations and within 04 weeks for priority observations to CONSULTANT. In case of
non-conformity of items mentioned by auditor, the CONSULTANT shall take necessary steps
including stoppage of work and or imposing any penalty for getting the item implemented. Failure of
CONTRACTOR to conduct External / Internal HSE Audit. If the CONTRACTOR fails to conduct the
external/ Internal HSE audit in time, the CONSULTANT at the cost of CONTRACTOR shall get it
done.

4.1.11 Meetings

The Contractor shall ensure participation of his top most executive at site (viz. Resident Construction
Manager / Resident Engineer / Project Manager / Site-in-Charge) in Safety Committee / HSE
Committee meetings arranged by Owner/PMC usually on monthly basis or as and when called for.
In case Contractor’s top most executive at site is not in a position to attend such meeting, he shall
inform Owner/PMC in writing before the commencement of such meeting indicating reasons of his
absence and nominate his representative – failure to do so may invite very stringent penalization

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 21 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

against the specific Contractor, as deemed fit in Contract. The obligation of compliance of any
observations during the meeting shall be always time bound. The Contractor shall always assist
Owner/PMC to achieve the targets set by them on HSE management during the project
implementation.

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

Agenda of internal HSE meeting should broadly cover: -

a) Confirmation of record notes / minutes of previous meeting


b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site sub-Contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs
The time frame for such HSE meeting shall be religiously maintained by one and all.

5. OCCUPATIONAL HEALTH REQUIREMENTS & COVID-19 Management

5.1 General

The contractor shall identify all operations that can adversely affect the health of its workers and
issue & implement mitigation measures. CONTRACTOR shall establish a format for Pre-
employment medical examination for their employees and Subcontract workers in compliance with
BOCW Act / Factories Act.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 22 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

A list of the available hospitals including locations and their phone numbers shall be displayed at
site offices including CONTRACTORS’

Pre-employment medical fitness criteria for the persons assigned to HSE sensitive job like confined
space, radiation, crane and fork lift operators, vehicle drivers; and exposure to hazardous chemicals
and noise should include specific medical tests / examination related to the these activities.

5.2 Occupational Hazards

To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding shall not
contain Thorium. Appropriate respiratory protective devices(hood with respiratory devices) shall be
used to protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes.

Contractor workers carrying slag blasting operation shall use slag blasting hood with vortex cooling
system, airline supply and face shields, with respiratory protection. Workmen shall be made aware
of correct methods for lifting, carrying, pushing & pulling of heavy loads. Wherever possible, manual
handling shall be replaced by mechanical lifting equipment. For jobs like
drilling/demolishing/dismantling where noise pollution exceeds the specified limit of 85 decibels, ear
muffs shall be provided to the workers.

To avoid Work Related Upper Limb Disorders (WRULD) and backaches, Display Screen Equipment
workplace stations shall be carefully designed & used with proper sitting postures. Power driven
hand-held tools shall be maintained in good working condition to minimize their vibrating effects and
personnel using these tools shall be taught how to operate them safely & how to maintain good
blood circulation in hands.

5.3 Health Centre

The CONTRACTOR shall ensure at a construction site an occupational health centre, mobile or
static is provided and maintained in good order.

5.4 Ambulance

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 23 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall be provided an ambulance at construction site for transportation of serious
cases of Incident or sickness of workers to hospital promptly and such ambulance and room are
maintained in good repair and is equipped with standard facilities.

5.5 Rest Room

The CONTRACTOR shall provide one latrine seat for every 20 workers up to 100 workers and
thereafter one for every additional 50 workers. In addition one urinal accommodation shall be
provided for every 100 workers.

When women are employed, Separate latrine and urinals accommodation shall be provided on the
same scale and maintained and shall comply with the requirements of public health authorities.

5.6 Rest Shelters cum Lunch Room

CONTRACTOR shall provide Adequate rest shelter cum lunch room for the workers. The rest shelter
shall be well illuminated and ventilated by providing sufficient lights, fans & windows. The rest
shelters shall have sufficient numbers of tables and chairs and drinking water facility etc.

5.7 Canteen

In every workplace wherein not less than 250 workers are ordinarily employed the CONTRACTOR
shall provide an adequate canteen. Reasonable canteen facilities at site and in Labour camps at
appropriate location depending upon site conditions. Contractor shall make use of “industrial” variety
of LPG cylinder & satisfactory illumination at the canteens.

Necessary arrangement for efficient disposal of wastes from canteens & urinals /toilets shall also be
made and regular review shall be made to maintain the ambience satisfactorily hygienic & shall also
comply with all applicable statutory requirements.

5.8 Drinking water

The CONTRACTOR shall make in every worksite, effective arrangements to provide sufficient supply
of wholesome drinking water with minimum quantity of 5 liters per workman per day. Quality of the
drinking water shall conform to the requirements of national standards on Public Health (i:e IS10500).

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 24 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

While locating these drinking water facilities due care shall be taken so that these are easily accessible
within a distance of 200m from the place of work for all workers at all location of work sites. All such
points shall be legible marked “Drinking Water” in a language understood by a majority of the workmen
employed in such place and such point shall be situated within six meters of any washing places, urinals
or latrines. CONTRACTOR shall submit Drinking water Test Report as per IS : 10500 every quarter to
CONSULTANT / Client

5.9 Labour Accommodation

The CONTRACTOR shall provide temporary living accommodation to all workers. These
accommodations shall have cooking place, bathing, washing and lavatory facilities as per local
legislation. Adequately ventilated / illuminated rooms at Labour camps & its hygienic up-keeping.

5.10 Welfare Measures

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

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

5.11 First-Aid

The Contractor shall arrange suitable First-aid measures such as First Aid Box, trained
personnel/nurse (male) to administer First Aid, stand-by Ambulance vehicle and The Contractor
shall arrange installation of fire protection measures such as adequate number of steel buckets with
sand & water and adequate number of appropriate portable fire extinguishers to the satisfaction of
Owner/PMC. The Contractor shall deploy trained supervisory personnel / field engineers to cater to

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 25 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

any emergency situation. Spraying chemicals / repellent at site shall be made available to prevent
Snakes. Anti-venom shall be kept in First Aid box.

Contractor medical department shall have an ongoing first-aid training program for their staff.
Subcontractors are responsible for ensuring first-aid training for their staff. Training shall be
structured and based on international standard. At least 1 person out of 50 will follow the first-aid
basic training course. All safety staff shall be trained. All the first-Aiders will be identified by a sticker.

The CONTRACTOR shall ensure at a construction site one First-aid box for 100 workers provided and
maintained for providing First-aid to the workers. Every First-aid box is distinctly marked “First-aid” and
is well equipped.

CONTRACTOR will ensure for availability of adequate number of qualified first aider available at site.
Number of first aiders will depend on type and size of work. Minimum one first aider should be available
in a group of workers engaged in a specific task. For this, the CONTRACTOR will ensure that a
suitable number of personnel receive formal first aid training from a recognized agency. Before
deploying the workforce this should happen and refresher training of the same also need to be taken
care.

5.12 Prevention of mosquito breeding

CONTRACTOR shall take measures to prevent mosquito breeding at site. The measures to be taken
shall include:

i) Empty cans, oil drums, packing and other receptacles, which may retain water shall be deposited
at a central collection point and shall be removed from the site regularly.

ii) Still waters shall be treated at least once every week with oil in order to prevent mosquito
breeding.

iii) CONTRACTOR’S equipment and other items on the site, which may retain water, shall be stored,
covered or treated in such a manner that water could not be retained.

iv) Posters in both Hindi and English or local Languages, which draw attention to the dangers of
permitting mosquito breeding, shall be displayed prominently on the site.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 26 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

v) The CONTRACTOR at periodic interval shall arrange to prevent mosquito breeding by fumigation
/ spraying of insecticides. Most effective insecticides shall include SOLFAC WP 10 or Baytex,
The Ideal Larvicide etc.

vi) . Spraying of chemicals shall be done to keep away mosquitoes and to kill its larvae. Ensure
availability of proper medical care for the infected victim. Medical Awareness shall be created
among site personnel regarding Malaria.
5.13 Noise

The CONTRACTOR shall consider noise as an environmental constraint in his design, planning and
execution of the Works and provide demonstrable evidence of the same. The CONTRACTOR shall,
take all appropriate measures to ensure that work carried out by the CONTRACTOR and by his
Subcontractor, whether on or off the Site, will not cause any unnecessary or excessive noise which
may disturb the occupants of any nearby dwellings, premises with similar sensitivity to noise.

The CONTRACTOR shall ensure that all powered mechanical equipment used in the Works shall be
effectively sound reduced using the most modern techniques available including but not limited to
silencers and mufflers. Noise level shall be as prescribed by standards. The CONTRACTOR shall
construct acoustic screens or enclosures around any parts of the Works from which excessive noise
may be generated. The same may be varied from time to time by and at the sole discretion of the
CONSULTANT, In the event of a breach of this requirement, the CONTRACTOR shall immediately re-
deploy or adjust the relevant equipment or take other appropriate measures to reduce the noise levels
and thereafter maintain them at levels which do not exceed the said limits. Such measures may include
without limitation the temporary or permanent cessation of use of certain items of equipment.

Noise Control Requirements

Construction material should be operated and transported in such a manner as not to create
unnecessary noise as outlined below:

Perform Work within the procedures outlined herein and comply with applicable codes, regulations,
and standards established by the Central and State Government and their agencies.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 27 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Keep noise to the lowest reasonably practicable level. Appropriate measures will be taken to ensure
that construction works will not cause any unnecessary or excessive noise, which may disturb the
occupants of any nearby dwellings, premises with similar sensitivity to noise.

Use equipment with effective noise-suppression devices and employ other noise control measures.

5.14 Ventilation and Illumination

5.14.1 Ventilation

The CONTRACTOR shall ensure at a construction site of a building or other construction work or
confined areas that all working areas are provided with ventilation system as approved by the
CONSULTANT and the fresh air supply in such areas is not less than 6m3/min for each worker
working in such areas and the free air flow movement inside such tunnel is not less than 9m/min.

The oxygen level shall not be less than 19.5% in the working environment.

5.14.2 Illumination

The CONTRACTOR shall take every effort to illuminate the work site. The CONTRACTOR shall
conduct a monthly illumination monitoring by Lux meter for all the locations and the report shall be
sent to the CONSULTANT on periodical basis as planned and the same shall be reviewed during
the monthly HSE committee meeting.

5.15 Radiation

The use of radioactive substances and radiating apparatus shall comply with the Govt. regulatory
requirements and all subsidiary legislation. Operations involving ionizing radiation shall only be
carried out after having been reviewed without objection by the CONULTANT representative and
shall be carried out in accordance with a method statement. Each area containing irradiated
apparatus shall have warning notices and barriers, as required by the Regulations, conspicuously
posted at or near the area. Radioactive substances will be stored, used or disposed shall be strictly

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 28 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

in accordance with the Govt. Enactments. The CONTRACTOR shall ensure that all site personnel
and members of the public are not exposed to radiation. Periodical medical check have to be carried
out as stipulated in the HSE Plan.

5.16 Intoxicating drinks & drugs and Smoking


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

Awareness about local laws on this issue shall form part of the Induction Training and compulsory
work-site discipline.

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

Smoking not at all allowed in the vicinity of workplace.

5.17 COVID-19 MANAGEMENT


Contractor shall develop the plan for prevention of spreading COVID 19 and handling of any
suspected COVID 19 case. The plan shall be submitted to CONSULTANT for approval. Stringent
requirement as laid down by CONSULTANT/OWNER shall be applicable.

6. SAFETY REQUIREMENTS

6.1 Site preparation & development


Good Housekeeping shall be maintained during site preparation and development work

Water Sprinkling shall be done to control dust. While storing, soil or other fine particles material shall
be stored in low height of the heap. Cover them with empty gunny bags to prevent dust particle
flying. Vegetation clearing shall be carried out on a needs basis.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 29 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.2 Site Labour Camp / Colony


❖ Proper 1.8m wire net fence with barbed-wire or wall shall be provided around camp. 24 hours
Security Guards shall be deployed at camp. Security camera to be provided at main gate.
❖ Living facilities are built with masonry materials or porta cabins. Approximate area of 4m2 per
person to be provided within each accommodation units.
❖ All occupants to be provided with a comfortable mattress, pillow, cover and clean bedding.
❖ Adequate space for hanging, drying, and airing clothes to be provided.
❖ Provide adequate nos. of latrines, bathrooms & urinals in ratio 1:25 employees..
❖ Separate accommodation, bathrooms, urinals & latrines to be provided for males
❖ & females, where both male & female employees are employed.
❖ For food preparation/cooking separate common kitchen with proper platforms to be provided
which can be used for food cooking by occupants. In case if food cooking done inside
accommodation, then proper platform to be provided for cooking purpose & gas cylinder
connection and also partition to keep safe distance from occupants sleeping / resting space.
❖ Only authorized Commercial LPG gas connection to be used for food cooking. Gas stove, gas
hoses and regulator in use shall have ISI marks. Gas stove, gas hoses and regulators shall be
periodically inspected maintaining record. Wood burning is prohibited in camp.
❖ LPG gas cylinders to be stored in well ventilated area. Cylinder Storage area to be shielded from
direct sunlight or any heat/ignition source. Cylinder to be stored vertically separated and marked
“Empty” or “Full”. Provide fire extinguishers for gas cylinder storage and kitchen.
❖ Ensure Liquefied petroleum (LPG) gas total quantity of gas in storage does not exceed 100 kg
at a time for own use.
❖ Provide LPG detectors in kitchen/ cooking area and LPG storages.
❖ Provide LPG gas stoves, gas hoses and gas regulators complying with relevant Indian
standards.
❖ Adequate quantity of drinking and washing water provided. Drinking water quality to be regularly
monitored and tested periodically as per IS 10500. Drinking water tanks to be cleaned
periodically. Maintain area around drinking water tanks in hygienic condition.
❖ Proper roads & walkways/ passages shall be provided in camp area with illumination.
❖ Adequate nos. of two types of Bins (Green & Blue) with lids shall be provided for storage and
segregation of solid waste as biodegradable (Wet waste) and non-biodegradable (Dry waste).

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 30 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Rooms, Latrines, bathroom, urinals and surrounding area to be maintained in a clean and
sanitary condition cleaning twice per day.
❖ Walls, ceilings, and partitions of every latrine / urinal white washed or colour washed once in
every period of four months.
❖ Smoking is strictly prohibited inside the accommodations, kitchen, recreation rooms, in vicinity
of LPG storage area. Designated smoking areas to be provided with fire extinguishers.
❖ All Electrical panels shall be provided with 30 mA rating ELCB.s. Provide fire extinguishers for
electrical panels.
❖ Pest control to be done periodically. Handling of pesticides is done by trained personnel with
suitable PPE. Pesticides and related chemicals are stored in a dedicated well-ventilated storage
room displaying MSDS.
❖ Sewage Treatment Plant (STP) to be set up with in the camp area for treatment of sewage &
waste water and disposed such that it does not present a hazard to health and environment. Six
monthly environmental monitoring of influent sewage water and effluent sewage water of STP
shall be carried out through MOEF approved agency.
❖ All waste water, sewage, food waste and any other waste material are disposed as per
Environment Protection Act/Rules & respective Waste Management Rules.
❖ Separate first aid facility with male nurse to be provided for camp in case site first aid center is
not within the reach.
❖ Sufficient nos. of First Aid Boxes shall be provided at adequate locations. First aid facility & first
aid boxes shall be inspected monthly by male nurse.
❖ Doctor consultation shall be made available on Every Sunday at Camp.
❖ Adequate and appropriate type of Fire Fighting Equipment to be installed in camp and checked
regularly and maintained to use readily.
❖ Assembly points to be designated. Emergency Telephone Contact numbers to be displayed at
prominent location in camp.
❖ Adequate emergency lights are installed in kitchen and evacuation routes.
❖ Sufficient number of camp occupants to be trained on basic firefighting, fire warden and first aid,
❖ Indoor /outdoor recreational facilities to be provided for camp occupants.
❖ Contractor (s) shall depute camp supervisor and also persons for carrying daily housekeeping,
maintenance work etc.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 31 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Camp office / sitting arrangement for camp Supervisors. Weekly/monthly camp inspection shall
be done by camp supervisor.
❖ Food handlers of camp undergo pre-employment and periodic medical exams for any infectious,
contagious and other communicable diseases

6.3 Security
If security is Contractor (s) scope then contractor (s)’s security control team shall carry out activities
to maintain overall site security. No one shall access the site except through designated access
gates manned and controlled by security guards. Access without a proper gate pass shall be denied
under all circumstances except for emergency.

Contractors (s) & its subcontractor (s) shall obtain the police verification of the all workers/
supervisors and the same is to be submitted to the PMC /Client. All the staff & workers & staff to
have photo IDs.

Contractor (s) shall develop and implement Site Security Plan which shall include minimum
following. This plan shall be reviewed and regularly monitored by Owner / PMC

❖ Provision of Security Guards, Security Officers & cameras.


❖ Responsibilities of Security Guards & Security Officers.
❖ Gate Pass Control for Employees, Visitors, Vehicles & Material.
❖ Searches and Patrols by Security Guards & Security Officers.
❖ Vehicle and Traffic Controls.
❖ Reporting of Theft, Riot / Disturbance, Breach of Fence Line, Emergency Response
related findings, Traffic Violations, etc..

Contractor (s) shall appoint Security staff through the security agency having statutory license for
security agency (Private Security Agency Regulation Act, 2005 (PSARA) and ensure that they
implement the programs necessary to maintain compliance.

6.4 Signs and Tags

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 32 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Fire prevention warning signs shall be displayed at the site. The fire prevention signs shall include
the following:

❖ Action to be taken in the “event of a fire” signs shall be displayed in all offices.
❖ Information signs for the use of fire extinguishers to be displayed.
❖ Fire equipment layout signs shall be displayed.

Contractor (s) shall display safety signs, signals and banners and they shall include minimum
following:

❖ Personnel Protective Equipment Requirements


❖ Road Closure warning
❖ Excavation warning
❖ Caution Men Working Above
❖ No Smoking
❖ No Cameras/Photography
❖ Site Speed Limit
❖ Housekeeping
❖ Lifting in Progress
❖ Hearing Protection
❖ Confined Space Working
❖ Fall Protection Required
❖ Electrical Hazard
❖ Potential for Slip, Trip, Fall
❖ Radiation warning
❖ Danger – Hot Surface
❖ Traffic safety / warning signage
❖ High noise zone / area
❖ Other signage required as per JSA/TRA or as per the site specific conditions.
Emergency warning signs shall be displayed at the site.

❖ Emergency escape route signs at the site and in all offices shall be displayed

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 33 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Emergency assembly point locations shall be identified and sign posted


❖ The Site Medical Facility shall be clearly identified.
❖ Emergency control center shall be clearly identified.
❖ Emergency telephone contact numbers shall be displayed.

A scaffold tagging system (color coded) is to be employed at the site. Safety signs shall be
prominently displayed on all scaffolds erected at the site indicating "RED” tag to indicate “Do not
use" and “GREEN” tag to indicate "safe for use".

6.5 House Keeping

The Contractor shall ensure that housekeeping is maintained and shall follow

a) All surplus earth and debris are removed/disposed off from the working areas to
designated location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials, shall
be removed from work place to identified location(s).

d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
e) bricks etc. shall not be allowed on the roads to obstruct free movement of men & machineries.
f) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
g) Water logging on roads shall not be allowed.
h) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which
may obstruct the traffic movement.
i) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
j) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 34 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

k) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate
matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
l) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms / confined spaces etc.
m) Welding cables and the power cable must be segregated and properly stored and used the
same shall be laid away from the area of movement and shall be free from obstruction.
n) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis

The Contractor shall carry-out regular checks (minimum one per fortnight) for maintaining high
standard of housekeeping and maintain records for the same.

6.6 Fire prevention

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

6.7 Personal Protective Equipment’s (PPEs)

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

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 35 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

issued / used by the workmen of their own & also its sub-agencies and the damaged / unserviceable
PPEs shall be replaced forthwith.

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

Contractor shall ensure procurement & usage of following safety equipment/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors including their
subcontractors all through the span of project construction / pre-commissioning/ Commissioning.

a. PPEs (Helmet, Spectacle, Ear-muff, Face shield, Hand gloves, Safety Shoes, Gum boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Portable ladders (varying lengths)
g. Life-lines (steel wire-rope, dia not less than 8.0 mm)
h. Full body harness (double lanyard)
i. Lanyard
j. Karabiner
k. Retractable fall arresters (various length)
l. Portable fire extinguishers (DCP type) – 5 kg capacity
m. Portable Multi Gas detector
n. Sound level meter
o. Digital Lux meter
p. Fire hoses & flow nozzles
q. Fire blankets / Fire retardant cloth (with eyelets)

Please refer attachment -1 “ A Guidelines on Personal Protective Equipment (PPE)”

6.8 Working at Height

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 36 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The Contractor shall issue Permit To Work ( PTW ) at height after verifying and certifying the
checkpoints as specified in the attached permit. He shall also undertake to ensure compliance to
the conditions of the permit during the currency of the permit including adherence of personal
protective equipment. Contractor’s Safety Officer shall verify compliance status of the items of permit
document after implementation of action is completed by Contractor’s execution / field engineers at
work site. Job Safety Analysis (JSA) for specific works at height shall be kept attached with particular
Permit To Work ( PTW )) at site for ready reference & follow-up.

Such PFW shall be initially issued for one single shift or expected duration of normal work and
extended further for balance duration, if required. Owner/PMC can devise block-permit system at
any specific area, in consultation with project specific HSE Committee to specify the time-period of
validity of such PFW or its renewal. Owner/PMC’s field Engineers/Safety Officers/Area Coordinators
may verify and counter sign this permit (as an evidence of verification) during the execution of the
job.

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

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

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

The Contractor shall ensure that Full body harnesses conforming EN361 and having authorized CЄ
marking is used by all personnel while working at height. The lanyards and life lines should have
enough tensile strength to take the load of the worker in case of a fall. One end of the lanyard shall

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 37 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

be firmly tied with the harnesses and the other end with life line. The harness should be capable of
keeping the workman vertical in case of a fall, enabling him to rescue himself. The Contractor shall
provide Roof Top Walk Ladders for carrying out activities on sloping roofs in order to reduce the
chances of slippages and falls.

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

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

The Contractor shall ensure positive isolation while working at different levels like in the pipe rack
areas. The working platforms with toe boards & hand rails shall be sufficiently strong & shall have
sufficient space to hold the workmen and tools & tackles including the equipment required for
executing the job. Such working platforms shall have mid-rails, to enable people work safely in sitting
posture.

6.9 Scaffoldings & Barricading

Scaffolding Safety Guidelines

• Suitable scaffoldings will be provided for workmen for all works that cannot safely be done from
the ground. When a ladder is used, extra workmen shall be engaged for holding the ladder and
if the ladder is used for carrying materials as well, suitable foot holds and handholds shall be
provided on the ladder shall be given an inclination not steeper than 1 to 4 (1 horizontal and 4
vertical). Length of ladder shall not be more than 6 meters. The IS 2750 Specification of
scaffolding could be use as guidance. Specifications having better methods shall also be
allowed on approval of IOCL & TIL.
• Only steel scaffolding shall be used.
• Scaffolding or staging more than 12’ above the ground or floor, swing or suspended from an
overhead support or erected with stationary support shall have a guard rail properly attached,
bolted, braced and at least 3’ high above the floor or platform of scaffolding or Staging and
extending along the entire length of the outside and ends thereof with only such openings as

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 38 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened
to prevent it from swaying.
• Working platform, gangways and stairways should be so constructed that they should not sag
unduly or unequally.
• Every opening in the floor of the building or in a working platform be provided with suitable
fencing or railing whose minimum height shall be 03 feet & Kick boards to stop loose materials
and off cuts falling over.

• Safe means of access will be provided to all working platforms and other working places; every
ladder shall be securely fixed. No portable single ladder shall be over 30’ in length while the width
between the steps shall in no case be less than 11.5 inches for ladder up to and including 10’ in
length. For longer ladder this width would be increased to at least 1’4’’.
• Adequate precautions shall be taken to prevent danger from electrical equipment.
• No materials on any of the site works shall be stacked or placed as to cause or inconvenience to
any person or public. All necessary fencing and lights are to provide so as to protect the workers
and staff from accidents.
• No scaffolding shall be erected, dismantled or altered except under the supervision of competent
person.
• Only trained and experienced scaffolders shall be allowed to work on scaffolding with “Do Not Use”
scafftag.
• Before being taken into use and display board “safe to use” shall be provided. Scaffold fit for use
shall be provided with green tags, whereas scaffold under erection not fit for use shall be provided
with RED Tag.

Scaffolding Standard: All scaffolding shall conform to following standards or equivalent:


• IS 2750 : Steel Scaffoldings
• IS 3696 : Safety code of scaffolds and ladders: Part 1 Scaffolds
• IS 3696 : Scaffolds and ladders -Code of Safety: Part 2 Ladders
• IS 4014 : Part 1 Code of practice for steel tubular scaffolding Part 1 Definitions and materials
• IS 4014 : Part 2 Code of practice for steel tubular scaffolding Part 2 Safety Regulations for
Scaffolding
• OISD-GDN-192 for Safety practices during construction

Or International standards :

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 39 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• BS EN 12811 and BS EN 12810 – TG20-08- Technical guidance on use of BS EN 12811-1


• OSHA: 29CFR Part 1926: Safety standard for scaffolds used in construction industry

• Scaffold basic components

6.10 Ergonomics and tools & tackles

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 40 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The Contractor shall assign to his workmen, tasks commensurate with their qualification, experience
and state of health. All lifting tools, tackles, equipment, accessories including cranes shall be tested
periodically by statutory/competent authority for their condition and load carrying capacity. Valid test
& fitness certificates from the applicable authority shall be submitted to Owner/PMC for their
review/acceptance before the lifting tools, tackles, equipment, accessories and cranes are used.

The contractor shall not be allowed to use defective equipment or tools not adhering to safety norms.
Contractor shall arrange non-sparking tools for project construction works in operating plant areas /
hydrocarbon prone areas. Wherever required the Contractor shall make use of Elevated Work
Platforms (EWP) or Aerial Work Platforms (mobile or stationary) to avoid ergonomically risks and
workmen shall be debarred to board such elevated platform during the course of their shifting /
transportation.

Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in use) to
minimize overloading risk. SLI shall have capability to continuously monitor and display the load on
the hook, and automatically compare it with the rated crane capacity at the operating condition of
the crane. The system shall also provide visual and audible warnings at set capacity levels to alert
the operator in case of violations. The contractor shall be responsible for safe operations of different
equipment mobilized and used by him at the workplace like transport vehicles, engines, cranes,
mobile ladders, scaffoldings, work tools, etc. The Contractor shall arrange periodical training for the
operators of hydra, crane, excavator, mobile machinery, etc. at site by utilizing services from
renowned manufacturers.

6.11 Hazardous substances

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

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 41 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

The work place shall be checked prior to start of activities to identify the location, type and condition
of any asbestos materials which could be disturbed during the work. In case asbestos material is
detected, usage of appropriate PPEs by all personnel shall be ensured and the matter shall be
reported immediately to PMC/ Owner.

6.12 Slips, trips & falls

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

6.13 Barriers

Appropriate barriers must be provided in hazardous situations and during work presenting hazards.
This is to be done in conformity with the table below and each CONTACTOR shall provide enough
barriers for their own activities:

Situation Barrier

Plant out of service Crush barriers or continuous fencing

Open grated flooring, pit or gutter Uprights and horizontals (hard barricades)

Acid/caustic treatment of equipment Red and white tape combined with pictogram
signs
High pressure bead or grit blasting

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 42 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Situation Barrier

Welding, grinding, lifting, scaffold erection/


disassembly

Activities in pipe racks

High pressure jetting Yellow and black barrier tape combined with
pictogram signs
Work with X-rays

Hoisting operations Special red and white barrier tape with printed
inscription

Storage areas Delimited by hard barriers (temporary=red and


white chain combined with pictogram signs)

(Demolition) work involving asbestos-containing Yellow/black barrier tape or chain and warning
products notice

6.14 Work Permit System

The CONTRACTOR shall develop a Work Permit system, which is a formal written system used to
control certain types of work that are potentially hazardous. A work permit is a document, which
specifies the work to be done, and the precautions to be taken. Work Permits form an essential part
of safe systems of work for many construction activities. They allow work to start only after safe
procedures have been defined and they provide a clear record that all foreseeable hazards have
been considered. Permits to Work are usually required in high-risk areas as identified by the Risk
Assessments. Permit to Work format as attached.

A permit is needed when construction work can only be carried out if normal safeguards are dropped
or when new hazards are introduced by the work. Examples of high-risk activities include but are
not limited to:

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 43 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Entry into confined spaces


❖ Work in close proximity to overhead power lines and telecommunication cables.
❖ Hot work.
❖ To dig—where underground services may be located.
❖ Work with heavy moving machinery.
❖ Working on electrical equipment
❖ Work with radioactive isotopes.
❖ Heavy lifting operations and lifting operations closer to live power line.
❖ Removal of Grating. (Conditions of Contract on HS & E )

The permit-to-work system should be fully documented, laying down:

❖ How the system works;


❖ The jobs it is to be used for;
❖ The responsibilities and training of those involved; and how to check its operation.

A Work Permit authorization form shall be completed with the maximum duration period not
exceeding 12 hours. Copy of each Permit to Work shall be displayed, during its validity, in a
conspicuous location in close proximity to the actual works location to which it applies.

6.15 Batching Plant / Fabrication Yard / Casting Yard

The batching plant / casting yard shall be effectively planned for smooth flow of Unloading and
stacking the aggregates reinforcements and cement, batching plant, transport of concrete, casting
the segment, stacking the segment and loading the segments to the trucks. As far as possible the
conflicts should be avoided.

The batching plant / casting yard shall be barricaded and made as a compulsory PPE zone.

If in case of material unloading area is not maintainable as PPE zone, the same shall be segregated
properly and made as a non-PPE zone with appropriate barricading. Electrical system shall also be

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 44 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

suitably planned so that location of diesel generator, if any, location of DBs, routing of cables and
positioning of area lighting poles/masts does not infringe on any other utility and pose danger.

Drainage shall be effectively provided and waste water shall be disposed after proper treatment.

Time office, canteen, drinking water, toilet and rest place shall be suitably located for the easy
access to workers. All the facilities shall be properly cleaned and maintained during the entire period
of operation. Manual handling of cement shall be avoided to a larger extent. Whenever it is
absolutely necessary the workmen shall be given full body protection, hand protection and
respiratory protection as a basic measure of ensuring better health.

The PPEs provided to cement handling workmen shall conform to international standards. Access
roads and internal circulation roads shall be well laid and maintained properly at all time. Non-
adherence to any of the above provision shall be penalized as per relevant penalty clause.

6.16 Construction Hazards

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

a) Working at height (+2.0 Mts height) for cold incl. color washing, painting, insulation
& hot works.
b) Work in confined space,
c) Deep excavations & trench cutting (depth > 1.2 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with
Crane of 50T capacity.
h) All lifts using 50T Crane plus mechanical pulling.
i) All lifts using two cranes in unison (Tandem Lifting).
j) Any lift exceeding 75% capacity of the lifting equipment (hydra, crane etc.).

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 45 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

k) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or


mechanically.
l) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
m) Hydrostatic test of pipes, vessels & columns and water-flushing.
n) Radiography jobs (in-plant & open field)
o) Work in Live Electrical installations / circuits
p) Handling of explosives & Blasting operations
q) Demolishing / dismantling activities
r) Welding / gas cutting jobs at height (+2.0 Mts.)
s) Lifting / placing roof-girders at height (+2.0 Mts.)
t) Lifting & laying of metallic / non-metallic sheet over roof/structures.
u) Lifting of pipes, gratings, equipment / vessels at heights (+2.0 Mts) with & without using
cranes
v) Calibration of equipment, instruments and functional tests at yards / work-sites.
w) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.

aa) Transportation & shifting of ODC consignments into project areas.


bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning

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

6.17 Accessibility

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 46 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

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

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

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


project site

6.18 Road Safety

The Contractor shall ensure adequately planned road transport safety management system. The
vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and usage of seat
belts shall be ensured. The Contractor shall also ensure a separate pedestrian route for safety of
the workers and comply with all traffic rules & regulations, including maintaining speed limit of 20
kmph or indicated by owner for all types of vehicles / mobile machinery. The maximum allowable
speed shall be adhered to.

In case of an alert or emergency, the Contractor must arrange clearance of all the routes, roads,
access. The Contractor shall deploy sufficient number of traffic controllers at project site routes /
roads/ accesses, to alert reversing movement of vehicles & machinery as well as pedestrians.

Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also to & from
the labour colony to & from project sites. Hydras shall only be allowed for handling the materials at
fabrication/ storage yards and in no case shall be allowed to transport the materials over project /
plant roads. The Contractor shall not deploy any such mobile machinery / equipment, which do not
have competent operator and / or experienced banks-man / signal-man. Such machinery /

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 47 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

equipment shall have effective limit-switches, reverse-alarm, front & rear-end lights etc. and shall be
maintained in good working order.

The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying space on
project / plant roads and shall always arrange close supervision for such works. For pipeline jobs,
the contractor shall submit a comprehensive plan covering transportation, loading / unloading of
pipes, movement of side booms, movement of vehicles on the ROW, etc. Contractor’s shall arrange
/install visible road signs, diversion boards, caution boards, etc on project roads for safe movement
of men and machinery.

6.19 Communication

All persons deployed at the work site shall have access to effective means of communication so that
any untoward incident can be reported immediately and assistance sought by them. All health &
safety information shall be communicated in a simple & clear language easily understood by the
local workforce. For information to all, typical subjects that should be communicated are: - Inside
the company (Top to down)

a. Quality and HSE Policy contents


b. HSE Objectives
c. HSE Target – reached or missed
d. Praises & Warnings to personnel for HSE Management
e. Safety Walk Through Reports and safety defects / shortfalls (by management)
f. HSE Audit results
g. Revised Statutory Health & Safety provisions, if any
h. H & S publicity
i. Suggestions
Inside the Company (Bottom to up)

a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 48 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

e. HSE Reports (including near-miss reports)

6.20 Unsuitable Land Conditions

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

6.21 Tool Box Talks (TBT)

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

6.22 Training & Induction Programme

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

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 49 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

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

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

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


- Measures available for prevention and elimination of these hazards

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

- Why safety should be considered during work - explanation


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

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

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 50 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

6.23 Self-Assessment And Enhancement

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

6.24 HSE Promotion

The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training Programmes, celebrating HSE awareness weeks &
National Safety Day, conducting quizzes & essay competitions, distributing pamphlets, posters
material on HSE, providing incentives for maintaining good HSE practices and granting incentives /
bonus for completing the job without any lost time accident.

6.25 Incident Reporting and Investigation

Reporting to CONSULTANT

All Incidents and dangerous occurrences shall immediately be informed verbally to the
CONSULTANT. This will enable the CONSULTANT to reach to the scene of Incident / dangerous
occurrences to monitor assist any rescue work and / or start conducting the investigation process so
that the evidences are not lost. Reports of all Incidents (fatal / injury) and dangerous occurrences
shall also be sent within 24 hours as per format provided in the CONSULTANT (Incident reporting
format as attached). No Incident / dangerous occurrences are exempted from reporting to the
CONSULTANT. Any willful delay in verbal and written reporting to the CONTRACTOR shall be
penalized.

Accident Investigations

Investigations should be conducted in an open and positive atmosphere that encourages the
witnesses to talk freely. The primary objective is to ascertain the facts with a view to prevent future
and possibly more serious occurrences. Incidents and Dangerous Occurrences which result in death,

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 51 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

serious injury or serious damage must be investigated by the CONTRACTOR immediately to find out
the cause of the Incident / occurrence so that measures can be formulated to prevent any recurrence.

Near misses and minor Incidents should be investigated in detail by the CONTRACTOR as soon as
possible as they are signals that there are inadequacies in the safety management system.

Procedure of incident investigation

It is important after any Incident or dangerous occurrence that information relating to the incident is
gathered in an organized way. The following steps shall be followed;

• Take photographs and make sketches


• Examine involved equipment, work piece & the environmental conditions
• Interview the injured, eye-witnesses and other involved parties
• Consult expert opinion where necessary & identify the specific Contractor involved.
• Having gathered information, it is then necessary to make an analysis of incident
• Establish the chain of events leading to the Incident.
• Find out at what stage the Incident took place

Consider all possible causes and the interaction of different factors that led up to the Incident, and
identify the most probable cause. The cause of an Incident should never be classified as carelessness.
The specific act or omission that caused the Incident must be identified.

• The next stage is to proceed with the follow-up action


• report on the findings and conclusions
• formulate preventive measures to avoid recurrence
• CONSULTANT independent incident investigation.

All the HIPO (High Potential) Incidents / Near misses are subject to TOPSET investigation by
CONSULTANT. In case of fatal / dangerous occurrence the CONSULTANT shall also conduct
independent investigation. CONTRACTOR and his staff shall extend necessary co-operation and
testify about the Incident. The CONTRACTOR shall take every effort to preserve the scene of Incident

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 52 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

till the CONSULTANT completes the investigation. All persons summoned by the CONSULTANT in
connection to witness recording shall obey the instructions without delay. Any willful suppression of
information by any person shall be removed from the site immediately and / or punishable.

6.26 Confined Space Entry

The contractor shall generate a work permit before entering a confined space. People, who are
permitted to enter into confined space, must be medically examined & certified by registered doctor,
confirming their ‘medical fitness for working in confined space’. All necessary precautions
mentioned therein shall be adhered to. An attendant shall be positioned outside a confined space
for extending help during an emergency. All appropriate PPEs and air quality parameters shall be
checked before entering a confined space. It shall be ensured that the piping of the equipment
which has to be opened is pressure- free by checking that blinds are in place, vents are open and
volume is drained. Inside confined space works, only electrical facilities / installations of 24V shall
be permitted. Contactor shall ensure usage of safe suitable arrangement of oxygen supply for
individual workmen (during the course of work in confined space), if oxygen concentration is found
to be less than 19.5% (v/v) there.

6.27 Lock Out and Tag Out (LOTO) for isolation of energy source

Contractor shall follow the LOTO/Isolation procedure of owner for all energy source isolations
installed/under purview by /of owner i.e.. “Brown field” . For all the other energy source (not under
purview of client/owner) i.e. “Green field” Contractor shall develop a system to ensure the isolation
of equipment, pipelines, Vessel, electrical panels from the energy source covering following as
minimum:-

❖ Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic, chemical,
thermal, gravitational, radiation and other forms of stored or kinetic energy.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 53 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ Establishing the energy isolation devices viz: manually operated electrical circuit breakers,
disconnection switches, blind flanges, etc.
❖ Installation of Lock Out devices for preventing the inadvertent release of stored energy and Tag
Out devices ( “Danger”, “Do Not operate” or Do not Remove” tags) to indicate that testing,
maintenance or servicing is underway and the device cannot be operated until the tag out device
is removed.
❖ Lock Out and Tag out log book
❖ Permit for isolation and de-isolation of energy source
❖ Availability of competent persons like experienced operators at substations, pump house, units,
etc.,

Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job. After the completion of job, contractor shall ensure all tools and tackles
are removed and nobody is present in the working area and signing on LOTO log book Only on
confirmation of above the contractor will remove their lock and tag from the isolation points and give
instructions for energizing the same. Only the person carrying out the task shall himself carry the
key for the lock in /Lock out. LOTO tags as attached.

6.28 Electrical installations


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

❖ OISD STD 173: Fire prevention & protection system for electrical installations

❖ SP 30 (BIS) : National Electric Code

All electrical installations shall be approved by the concerned statutory authorities. All temporary
electrical installations / facilities shall be regularly checked by the licensed/competent electricians
of the Contractor and appropriate records shall be maintained Inspection of temporary electrical
booth/installation at project construction site”. Such inspection records are to be made available to

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 54 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Owner/PMC, whenever asked for.

The Contractor shall meet the following requirements:

• Shall make Single Line Diagram (SLD) for providing connection to each equipment’s &
• machinery and the same (duly approved by Owner/PMC) shall be pasted on the front face
of DBs (distribution boards) or JBs (Junction boxes) at every site.
• Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.
• Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A copy
of the license shall be submitted to Owner/PMC for records. Availability of at least one
competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be ensured
at site round the clock to attend to the normal/emergency jobs.
• All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed . Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.
• No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.
• Fire extinguishers and insulating mats shall be provided in all power distribution centers.
• Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.
• Proper housekeeping shall be done around the electrical installations.
• All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.
• All welders shall use hand gloves irrespective of holder voltage.
• Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name & telephone

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 55 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

No. of contact person in emergency shall be provided in substations and near all distribution
boards / local panels.
• Operation of earth leakage device shall be checked regularly by temporarily connecting
series
• test lamp (2 bulbs of equal rating connected in series) between phase and earth. ELCB
tester
• /test meter shall be used for testing ELCBs
• Regular inspection of all installations at least once in a month.
• The following features shall also be ensured for all electrical installations during construction
• phase by the contractor:
• Each installation shall have a main switch with a protective device, installed in an enclosure
• adjacent to the metering point. The operating height of the main switch shall not exceed
• 1.5 M. The main switch shall be connected to the point of supply by means of armored
cable.
• The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
• three phase circuit shall be balanced as far as possible and load on neutral should not
exceed
• 20% of load in the phase.

The installation shall be adequately protected against overload, short circuit and earth leakage by
the use of suitable protective devices. Fuses wherever used shall be HRC type. Use of rewireable
fuses shall be strictly prohibited. The earth leakage device shall have an operating current not
exceeding 30 mA. All connections to the hand tools / welding receptacles shall be taken through
proper switches, sockets and plugs.

All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be provided
with socket caps. Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor
size of 1.5 mm2 copper shall be used for all single phase hand tools.

Only metallic distribution boxes with double earthing shall be used at site. No wooden boxes shall
be used. All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 56 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

Underground road crossings for cables shall be avoided to the extent feasible. In any case no
underground power cable shall be allowed to cross the roads without pipe sleeve. All cable joints
shall be done with proper jointing kit. No taped/ temporary joints shall be used.

An independent earthing facility should preferably be established within the temporary installation
premises. All appliances and equipment shall be adequately earthed. In case of armoured cables,
the armor shall be bonded to the earthing system. All cables and wire rope used for earth
connections shall be terminated through tinned copper lugs.

In case of local earthing, earth electrodes shall be buried near the supply point and earth continuity
wire shall be connected to local earth plate for further distribution to various appliances. All
insulated wires for earth connection shall have insulation of green colour. Separate core shall be
provided for neutral. Earth / Structures shall not be used as a neutral in any case. ON/OFF position
of all switches shall be clearly designated / painted for easy isolation in emergency.

6.29 Static Electricity Control

All necessary grounding and/or bonding precautions shall be taken to prevent the generation of
static electricity in areas where this may cause hazard or fire such as, motorized agitation, mixing
splash filling, grit blasting hoses, paint spraying and ventilation fans.

When flammable liquids are transferred from one container to another, bonding between the two
conductive containers, prior to pouring, shall be in place.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 57 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.30 Portable / Hand Tools

Adequate safety measures must govern the use of portable tools particularly:

- Tools must be inspected and appropriate color-coded


- Tools are only used for the application for which they are intended.
- All tools shall be properly stored and maintained.
- Hand tools shall be used properly and with caution to prevent slippage or injury.
- The use of adjustable spanners and wrenches as a substitute for a spanner of the correct size
- shall be discouraged.
- All tools shall be inspected for defects that may cause breakage or failure during use. On no
- account shall damage tools be used.
- Only authorized persons shall change grinding disks.
- Wherever possible reduced voltage should be used.
- Rotating power tools such as angle grinders, threading machines, drills etc. shall be fitted with
a “Dead Man Switch” that will cause automatic shutdown of the equipment when the operator
no longer has control.
- All hand tools shall be of insulated type.
- All electrical tools should be earthed, unless they are ‘all insulated’ or ‘double insulated’ tools
- which do not require earthing.
- Employees provided with bags / box to carry bolts, nuts and hand tools.
- Pneumatic / hydraulic hose connections properly secured.
- Tools shall be provided with adequate guard, shields or other protective devices.
- Only insulated or non-conducting tools should be used on or near live electrical installations.
- Only non-sparking tools shall be used near or in the presence of flammable Liquids /
- vapors or explosive dusts or vapors.
- Heads of hammers and other sharp tools shall be dressed or ground to a suitable radius on
the
- edge as they begin to mushroom or crack.
- Tools should be switched off when not in use and positively isolated before any adjustment,
- cleaning or maintenance is done.
- Tools shall be provided with adequate guard, shields or other protective devices.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 58 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

- Only insulated or non-conducting tools should be used on or near live electrical installations.
- Only non-sparking tools shall be used near or in the presence of flammable Liquids / vapors
or
- explosive dusts or vapors.
- Heads of hammers and other sharp tools shall be dressed or ground to a suitable radius on
the
- edge as they begin to mushroom or crack.
- Tools should be switched off when not in use and positively isolated before any adjustment,
- cleaning or maintenance is done.

6.31 Grinding

Adequate Safety Measures shall be taken by Contractor (s):-


- Always wear safety glasses or face shield while grinding.
- Do not over speed grinding wheel
- Do not use grinding wheel for cutting purpose.
- How work permit required to obtain before starting grinding work.
- Before wheels are mounted, they should undergo a visual inspection and ring test.
- Use ELCB protection for electrical supply providing to grinding machines.
- Ensure all cutting edges, teeth etc. are adequately guarded or well protected when not in use.
- Grinding Machine shall be kept at safe place and not into walkways which creates the hazard.
- Grinding Machine shall be not carried in hands when climbing up ladders. Use proper toolkit
bags while climbing the ladder.
- Contain grinding sparks by fire blanket. Cover sewers and manholes located near the source
of ignition
- Assign fire watch where fire could occur and provide fire extinguisher where hot works are
conducted.
- Dead man switch shall be provided for all portable grinders. The purpose is that once the
pressure on the knob operating the portable grinder is released, the grinding wheel shall
stop immediately.
- RPM of the grinding wheel should always be more than the rpm of grinding machine.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 59 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

- Every grinding machine shall be provided with “Deadman switch”.


- Grinding machine to be monthly inspected by authorized engineer and inspection tag in
assigned color coding to be displayed on it.
6.32 Lifting appliances and Gear

Lifting appliances means a crane, hoist machinery, derrick, winch, gin pole, sheer legs, jack, hoist
drum, slewing machinery, slewing bearing fasteners, lofting machinery Sheave’s, pulley blocks,
hooks or other equipment used for lifting materials, objects or building workers and lifting gears
means ropes, chain slings, shackles, hooks, lifting lugs, wire ropes, lifting eyebolts and eye nuts
and other accessories of a lifting appliance..

Use of Hydra is prohibited at site. In place of Hydra, F-15 crane can be used on prior approval by
Site Manager / HSE Manager.

No machine shall be selected to do any lifting on a specific job until its size and Characteristics
are considered against:

i) The weights, dimensions and lift radii of the heaviest and largest loads
ii) The maximum lift height, the maximum lift radius and the weight of the loads that must be handled
at each
iii) the number and frequency of lifts to be made
iv) How long the crane will be required on site
v) the type of lifting to be done (for example, is precision placement of loads important
vi) The type of carrier required (this depends on ground conditions and machine capacity In its
operating quadrants: capacity is normally greatest over the rear, less over the side, and non-
existent over the front
vii) Whether loads will have to be walked or carried
viii) Whether loads will have to be suspended for lengthy periods
ix) The site conditions, including the ground where the machine will be set up, access roads and
ramps it must travel, space for erection and any obstacles that might impede access or operation.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 60 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall ensure that a valid certificate of fitness issued for all lifting appliances
including synchronized mobile jacks, pre-stressing hydraulic jacks, jacks fitted with launching
girders etc. and CONTRACTORs approval before inducting to the site. Only after obtaining the
approval from the CONSULTANT any lifting appliances and gear shall be used.

The laminated photocopies of fitness certificate issued by competent person, the CONTRACTOR’
approval letter, the operators’ photo, manufacturer’s load chart and Conditions of Contract on
Health, Safety and Environment, competency certificate shall always be either kept in the operator
cabin or pasted on the visible surface of the lifting appliances.

All lifting appliances and loose gears shall be clearly marked for its safe working load and
identification by stamping or other suitable means. The CONTRACTOR shall also maintain a
register containing a system of identification of all tools and tackles, its date of purchase, safe
working load, competent person date of examination etc.

Test and periodical examination of lifting appliances and gears

All lifting appliances including all parts and gears thereof, whether fixed or movable shall be
thoroughly tested and examined by a competent person once at least in every six months or after
it has undergone any alterations or repairs liable to affect its strength or stability. Within the validity,
if the lifting appliances are shifted to a new site, re-examination by the same competent person
for ensuring its safety shall also be done.

CONTRACTORs can utilize the services of any competent person as defined in Factories Act,
1948 and approved by Chief Inspector of Factories with the permission of the CONSULTANT.

All alarms and signals like automatic safe load indicators (SLI), boom angle indicators, boom
extension indicators, over lift boom alarm, swing alarm, hydraulic safety valves, mechanical radius
indicators, load moment indicators etc. shall be periodically examined and maintained always in
working condition.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 61 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

CONTRACTOR shall ensure that Equipment shall be properly marked with an identification
number and safe working load and be inspected and color coded each quarter by
CONTRACTORs as indicated below.

January - March Yellow

April - June Orange

June - September White

October - December Blue

Any equipment which is unfit for use must be color coded Red and removed from site immediately.

Automatic safe load indicators

Every lifting appliances and gears like cranes, F15 crane etc., if so constructed that the safe
working load may be varied by raising or lowering of the jib or otherwise shall be attached with an
automatic indicator of safe working loads approved by Bureau of Indian standards/ International
certifying bodies which gives a warning to the operator and arrests further movements of the lifting
parts.

Qualification of operator of lifting appliances and of signaler etc.

The CONTRACTOR shall not employ any person to drive or operate a lifting machine like crane,
F15 crane etc. whether driven by mechanical power or otherwise or to give signals to work as a
operator of a rigger or derricks Possesses the knowledge of the inherent risks involved in the
operation of lifting appliances by undergoing a formal training at any institution of national
importance acceptable to CONSULTANT Is medically examined periodically .

General requirements of appliances

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 62 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Out-of level

One of the most severe effects of being out-of fit level is that side loads develop in the boom. Because
of side loads all mobile cranes lose capacity rapidly as the degree of out-of-level increases and
therefore.

Boom

• The boom is one of the more critical elements of the crane and must be in perfect condition
at all time. No boom section with a bent lattice member shall be allowed
• All welds shall be crack and corrosion free
• No member of the boom shall be bent
• All telescopic booms shall be free from cracks, rust, flaking or cracked paint, bulges, greases
or varnishes.
• The sweep area (work area) of the construction machinery shall be always free from
obstructions.
• All hydraulic piping and fittings shall be maintained leak proof.
• The operator cab shall possess good and safe:
• Structure, windows and windshield wipers
• Drivers chair and foot rest
• Control handles
• Cab instrumentation
• Telecommunication
• Cab out fitting
• Wind indicator with an adjustable set point shall be in a position representative for the wind
on the crane. The indicator shall give continuous information regarding constant speeds and
gusts.

Mandatory rigging requirements

Rigging shall be done under experienced and qualified rigger only.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 63 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• The primary requirement in rigging shall be to assess the weight of load before attempting
any lift.
• All hooks shall be fitted with Master Rings having certificate of fitness from the competent
person, so that the hooks are subjected to balance vertical loading only.
• Only four legged slings shall be allowed which includes master link (ring), intermediate
master link (ring) if necessary, chain / wire rope sling, sling hook or other terminal fitting.
Conditions of Contract on Safety
• Hand spliced slings up to 32mm diameter shall not be used at site for any lifting purpose.
• No load shall be slewed over public areas without stopping the pedestrians and road traffic.
A separate pedestrian path shall be provided at the beginning of site activities.
• Requirements of outriggers

All outriggers shall be fully extended and at all tyre are clear of the ground. Heavy duty blocking
having large bearing area shall be necessary to prevent sinking of floats. All loads shall have tag-
lines attached in order to ensure that the load can be controlled at all times.

No close working to any live overhead power line is permitted without the operation of a strict Permit
to Work. Minimum lighting is to be ensured at all lifting operations. Failure to do any of the above
shall attract penalty from the CONTRACTOR as per relevant clause

6.33 Use of Man-Lift (JLG, Aerial Lift, Elevated Work Platform)


• Ground condition shall be checked. Man-Lift should not place on uneven surface.
• Assess the weight/number of persons to be lifted. Man-Lift shall not operate beyond the SWL
rating.
• The man-lift shall be moved slowly and carefully.
• Assign signalman/flagman during movement of man-lift.
• Ensure valid TPIs of Man lifts before use.
• Only trained, certified & authorized operator permitted to operate the Man-lift.
• Out rigger if any shall be extended fully and tyres cleared off the ground.
• Outriggers if any support plate shall have adequate strength to withstand load.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 64 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ensure Man-Lift, load chart is provided.


• All limit switch, Alarm, safety devices should be in good working condition.
• All limit switch, Alarm, safety devices of the Man-Lift shall be inspected before lifts.
• All limit switch, Alarm, safety devices of the Man-Lift shall never be tampered with or
deactivated.
• Before lifting always survey the site for overhead power lines/utilities.
• If necessary Overhead utilities shall be de-energized following LOTO permit.
• Erect goal posts. Check clearance from overhead lines (OHL) before setting Man-Lift,
considering OHL voltage.
• Do not allow boom or other parts of Man-Lift/ to come within 3m reach of Overhead utilities.
• Man-Lift should not be elevated whilst on a sloping, uneven, or soft surface. Personnel shall
not be driven with the platform elevated.
• Before operating the machine, make sure all safety gates are closed and fastened in their
proper position. Wear fall protection with a lanyard attached to an authorized lanyard
anchorage point.
• Do not raise the platform or drive unless the machine is on firm, level surfaces and evenly
supported.
• Operator should follow signals from designated rigger.
• Never attempt to use the machine as a crane. Do not tie-off machine to any adjacent structure
• Do not operate an aerial lift in high winds / heavy rain above those recommended by the
manufacturer.

6.34 Use of Man Basket


• A Crane Lift Permit must be submitted by Contractor (s) for PMC review and approval prior
to making the lift.
• Man basket can be used only where and when another means of access is not possible
because of structural design and site work conditions.
• Man baskets shall be inspected and certified by a competent third party agency prior to it
being used at site. A copy of man baskets certification must be displayed by Contractor (s)
on basket.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 65 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Personnel occupying the man basket shall complete “Working at Height” training and follow
100% tie-off procedure.
• Prior to use each day and at each new work location, the Work Basket shall undergo a full
cycle test at 200% of the maximum design capacity.
• A qualified design engineer shall design the Man Basket with a safety factor more than 5.
• Man Baskets shall be at least 1.2 m square on plan and provide head clearance which allows
personnel to stand upright.
• Man Basket weight, maximum number of personnel, and load capacity shall be posted on
the basket.
• Cranes carrying personnel in Man Basket shall be uniformly leveled within 1% of the level
grade and located on firm footing.
• Crane travel shall be prohibited while carrying persons.
• The total weight of the loaded Man Basket and related rigging shall NOT exceed 25% of
Crane rated capacity.
• The minimum safety factor of load hoist wire rope shall be 7.
• Lifting and lowering speeds shall NOT exceed 30 m /minute.
• Use a full body harness with double lanyards attached to the crane hook to prevent the
worker(s) from being ejected or pulled from the basket.
• A Pre-Lift Meeting attended by the responsible supervisor/foremen, crane operator,
signalman and personnel to be lifted shall be held before the beginning of personnel lift at
each new work location and thereafter for any personnel newly assigned to the lifting work.
6.35 Heavy Lifts

The contractor shall submit detailed rigging studies plan for PMC/ Owner approval prior to lifting
equipment which cannot be erected with a crane of approx. 100 MT capacity due to constraints of
its dimensions, location of foundation height, approach & weight. Contractor shall generate the
“Permit for heavy lift/critical erection”. Prior to actual lifting activities, contractor shall check the
validity of the crane inspection certificate issued by statutory/ competent authority. This
requirement shall also apply to all rigging equipments utilized for the job. The contractor shall, at
all times, be responsible for all rigging activities. The Contractor shall ensure medical fitness of all
workmen who are engaged / involved in erection of equipments, vessels etc. and such fitness

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 66 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

checks shall be carried-out every six months interval with the help of a registered medical
practitioner & record shall be maintained
Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit to
work, etc. shall be taken during all heavy or critical lifts. For lifting any material (irrespective of
shape, size or volume), at any height, it is always advisable to prepare a Plan of Erection (PoE)
taking into consideration hazards & risks associated therein – this can enable people to put their
own experiences of various natures & side-by-side establish a practical method for risk-free
erection / lifts. The contractor shall prepare PoE & shall document the same, when risks are
identified as “medium” or “high” and the same shall be approved by its competent / qualified
engineer.
6.36 Excavation

The Contractor shall obtain permission from competent authorities prior to excavation wherever
required. The Contractor shall locate the position of buried utilities (water line, cable route, etc.)
by referring to project / plant drawing / in consultation with Owner/PMC. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.

The Contractor shall keep soil heaps at least 1.2 M away from edge or a distance equal to depth
of pit (whichever is more) The Contractor shall maintain sufficient “angle of repose” during
excavation – shall also provide slope or suitable bench as decided by Owner/PMC. The Contractor shall
arrange “battering” or “benching” wherever required for preventing collapse of edge of
excavations. The Contractor shall identify & arrange de-watering pump or well-point system to
prevent earth collapse due to heavy rain / influx of underground water.
The Contractor shall arrange protective fencing / barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders. The
Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth during
excavation. The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge
of excavated pits / trenches. The Contractor shall arrange strengthening of “shoring” &
“strutting” proactively to avoid collapse of earth / edges due to vehicular movement in close
proximity of excavated areas / pits / trenches, etc.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 67 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.37 Road work

Site shall be barricaded and provided with warning signs including night warning lamps at
appropriate locations for traffic diversion.

Experienced drivers with valid driving license shall drive road rollers, bitumen sprayers and
pavement finishers and all vehicles on site.

Employees handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing bitumen
with aggregate shall be provided with PVC hand gloves and rubber gumboot up to knee joints. If
bitumen accidentally falls on ground, sprinkle sand immediately to cover it and to prevent anybody
stepping on it. It shall then be removed with the help of spade.

For cement concrete roads, besides site barricading and installation of warning signs for traffic
diversion, safe practices mentioned in the section on 'Concreting' shall be also applicable.

Use PPEs such as Safety Goggle, Apron, Safety helmet, Dust mask and Safety Shoes at site.

6.38 Piling / Boring

Adequate Safety Measures shall be taken by Contractor (s):-

• All rig accessories must be thoroughly examined & certified by 3rd party competent
authority.
• Only trained or authorized persons shall operate the piling/boring rig and other equipment.
Competency certificate of rig operator to be submitted to PMC.
• Piling/boring area shall be barricaded and sign boards should be installed.
• Surface of the piling/boring area shall be levelled for the safe movement of Rigs.
• Pile pieces once removed during dressing operation shall not be left on edge of excavated
pit; it shall be shifted to designated area.
• Check underground utilities before work commences.
• Guys, outriggers or counter weight shall be provided for stability.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 68 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Route the electrical cables such that they will not get damaged mechanically and will not
come in contact with water.
• Guards for rotating parts of machines are in place.
• Wear ear plug/muffs when working at high noise area.
• Periodic servicing & maintenance to rig, all the parts & accessories shall be done.
• Discard the damaged or cracked accessories immediately. Replace them at once.
• Ensure sound condition of the main rope attached to the hammer and is in accordance with
the weight of the hammer.
• Ensure proper tightness, slackness of the guy ropes as per requirement of the job.
• Use of Tripod type of rig for boring/piling is not allowed. Rigs shall be inspected as per
checklist during piling and boring.
6.39 Bar Bending and Cutting

Only trained persons shall carry out bar bending and cutting activities. Supervisor shall ensure
that all rotating parts are guarded. Good housekeeping shall be maintained in bar cutting area.
Protruding bars shall be cut or guarded. Use safety helmet, safety shoes, safety goggles, and
leather gloves while Bar Bending and Cutting.

6.40 Shuttering

Cutting machine shall be guarded while cutting and joining plywood. Shutters shall be stacked and
stored properly. Loose shuttering shall be secured properly to prevent fall of shutters. Shuttering
activity shall be barricaded. Rebars shall be capped / secured to prevent injuries.

6.41 Structural Work, Laying Of Reinforcement Concreting

Structural steel or prefabricated parts should be stored and handled in such a manner that they
shall not fall or overturn. Racks are to be set on firm ground.Structural steel or prefabricated parts
should be lifted, by methods or appliances that prevent them from spinning accidentally.

While structural steel or prefabricated parts are being erected, the employees shall be provided
with appliances for guiding them as they are being lifted and set down, so as to avoid crushing of

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 69 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

hands and to facilitate the operations. Use of such appliances should be ensured.

A raised structural steel or prefabricated part shall be secured against external agencies such as
wind and passing loads before its release from the lifting appliance.

When adverse weather conditions such as high-speed wind or reduced visibility entail risks of
accidents the work should be carried on with particular care, or if necessary, interrupted.
Personnel shall not be on any scaffold or other temporary elevated work area during storms or
high winds - sustained winds more than 65 kph (40 mph) - unless the scaffold or working level is
indoors or otherwise unaffected by the weather conditions. Outdoor scaffolds or elevated work
platforms shall not be used during thunderstorms or when there is likelihood of lightning. Structural
steel parts that are to be erected at a great height should as far as practicable be assembled on
the ground.

When structural steel or prefabricated parts are being erected, a sufficiently extended area
underneath the workplace should be barricaded or guarded and no one shall be allowed to work
underneath. Ensure that employees use PPE like Safety Helmet, Safety Hand gloves, Safety
Shoes.
Reinforcement:

All protruding reinforcing steel, onto and into which employees could fall, shall be guarded to
eliminate the hazard of piercing. Ensure that employees use PPE like safety helmet, safety shoes,
safety glasses / goggles, gloves etc. DO NOT stand on cantilever rods. While transporting material
by trucks / trailers, the rods protruding outside should be tied and tagged with red flags/lights.

Concreting:

Barricade the concreting area while pouring at height / depths. Keep vibrator hoses, pumping
accessories in good condition. Pipelines in concrete pumping system shall not be attached to
temporary structures such as scaffolds and formwork support as the forces and movements may
affect their integrity.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 70 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Safety cages & guards around moving motors/parts etc. should be provided in concreting mixers.
Use PPEs like gloves, PVC / Rubber, Safety Shoes / Gumboots with steel toe, safety goggles,
safety helmet etc. while handling concrete and wear respirators for handling with cement. Use
Safety shoes, while climbing on structure/ scaffold or at higher elevation. Earthing of electrical
mixers, vibrators, etc. should be done and verified. Cleaning of rotating drums of concrete mixers
shall be done from outside. LOTO Work Permit with positive Isolation / and tag out devices shall
be ensured prior to entry.

Where concrete mixers are driven by internal combustion engine, exhaust points shall be located
away from the employee workstation so as to eliminate their exposure to obnoxious fumes. Ensure
adequate lighting arrangements for carrying out concrete work during night. Projected re-bars
which may cause injury shall be provided with protective caps/covers.

6.42 Temporary Structure / Fixtures

Before erecting temporary shelters like sheds or tents anywhere within the site/plant premises,
written permission of the concerned authorities must be obtained. Temporary fixtures like; sheds,
tents, etc. shall be erected in conformity with normal safety standards. Thatched roof to such
fixtures will not be permitted.

Temporary piping, hose connections and electrical wiring must be laid as in such manner that
they do not cause tripping or hitting hazard. Temporary sheds can be constructed only for the
storing of the material /site office. It should not be used for any other purpose. The shed shall be
made of safe construction material and good aesthetic view. The shed shall be made strictly at
the authorized location and size. All windows shall be either of wire mesh or glass.

After completion of the job, shed must be demolished informing to concerned authorities and area
must be cleaned. All precautions shall be taken to ensure that any temporary electrical wiring used
within Plant premises will not cause spark or shock.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 71 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.43 Gas Cylinders

Gas Cylinders utilized in flame cutting and welding shall:

• Contractor (s) shall not use LPG gas cylinder inside site.
• Where a cylinder is designed to accept a valve protection cap, caps shall be in place
except when the cylinder is in use or connected.
• Be checked for leaks by means of soapy liquid applied to each joint.
• Be stored separately, oxygen and acetylene cylinders shall be at least 5 meters apart.
• Be stored vertically, separated and marked ‘EMPTY’ or ‘FULL’.
• Be stored in well-ventilated areas.
• Be shielded from direct sunlight or any heat /ignition source.
• Be secured vertically during use and transportation. Cylinders shall never be used in a
horizontal position.
• Not be lifted by any slings, rolled or used as rollers themselves.
• Be fitted with Flashback Arrestors at the torch and the regulator, being devices designed
to prevent an explosive mix developing in either cylinder.
• No attempt shall be made to transfer gas from one cylinder to another.
• The regulator and other equipment shall be connected and a test shall be made to ensure
that all joints are gas tight and free from leakage. The regulator shall be suitable for the
equipment being used.
• Be fitted with approved pressure reducing regulator and gauges for the intended use.
• Not have joint fittings on acetylene cylinders made of copper or silver, as when in contact
with the gas, these metals form explosive compounds.
• No jointing compound or grease shall be applied to the threaded joints of the cylinders
and fittings.
• Have leaking cylinders taken out of service immediately, removed outdoors and closely
attended until completely and safely depressurized.
• Not have cylinders positioned directly beneath a working area as molten metal may fall
onto hoses causing leaks and possibly igniting the gases.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 72 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Hoses shall be inspected regularly. If a hose is found to be leaking a few millimeters of


the hose nearest the torch and regulator, which is subjected to the hardest use, shall be
cut off and the hose reattached. Hoses shall not be taped to try and prevent gas leaks.
• Only IS or equivalent international standard hoses, regulators, pressure gauges, valves
and flash back arrestors shall be used.
• Contractor (s) shall take the precautions that no hot work or Smoking carried out where
gas cylinders are stored. Contractor (s) to Display the board in English, Hindi and Local
Language “NO SMOKING” & “NO HOT WORK” at storage of gas cylinders.
• Dry chemical fire extinguisher shall be readily available at the work area.
• Provide Flash Back arrestor /NRV complying IS 11006/EN 7301/ISO 5175 std or other
equivalent standard.
• Provide gas cylinder hoses complying IS447 or other equivalent standard.
• Provide DA & Oxygen cylinders with regulators complying IS 6901 or other equivalent
standard.

6.44 Welding / Gas cutting

Contractor shall ensure that flash back arrestors conforming to BS: 6158 or equivalent are installed
on all gas cylinders as well as at the torch end of the gas hose, while in use. All cylinders shall be
mounted on trolleys and provided with a closing key. Empty & filled-up gas cylinders shall be
stored separately with TAG, protecting them from direct sun or rain. Minimum 2 nos. of Portable
DCP type fire extinguishers (10 kg) shall be maintained at the gas cylinder stores. Stacking &
storing of compressed gas cylinders shall be arranged away from DG set, hot works, Elect. Panels
/ Elec. boards, etc. The burner and the hose placed downstream of pressure reducer shall be
equipped with Flash Back Arrester/Non Return Valve device. The hoses for acetylene and oxygen
cylinders must be of different colours. Their connections to cylinders and burners shall be made
with a safety collar.

At end of work, the cylinders in use shall be closed and hoses depressurized. Cutting of metals
using gases, other than oxygen & acetylene, shall require written concurrence from Owner.
All welding machines shall have effective earthing at least at distinctly isolated two points. In order

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 73 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

to help maintain good housekeeping, and to reduce fire hazard, live electrode bits shall be
contained safely and shall not be thrown directly on the ground. The hoses of Acetylene and
Oxygen shall be kept free from entanglement & away from common pathways / walkways and
preferably be hanged overhead in such a manner which can avoid contact with cranes, hydra or
other mobile construction machinery.

Hot spatters shall be contained / restricted appropriately (by making use of effective fire-retardant
cloth/fabric) and their flying-off as well as chance of contact with near-by flammable materials shall
be stopped. The Contractor shall arrange adequate systems & practices for accumulation /
collection of metal & other scraps and remnant electrodes and their safe disposal at regular
interval so as to maintain the fabrication and other areas satisfactorily clean & tidy. All gas
cylinders must have a cylinder cap on at all times when not in use.

6.45 Catalyst Storage and Handling

A) CONTRACTOR shall ensure the following criteria during catalyst Storage and Handling

• The catalyst containers are to be handled carefully without bumping and must never be rolled to
avoid any damage of the catalyst.

• The catalyst drums should be inspected carefully for damage during shifting from store to site,
and Drums must not be stacked on their sides or stacked more than four drums high, even when
held on pallets.

• The lids should be left on the drums until just before the catalyst is to be charged, and if the lids
are accidentally knocked off or removed for inspection, it is important that they should be replaced
as soon as possible, so that contamination of the catalyst is avoided. If the drum lid cannot be
replaced, then the catalyst should be re-drummed without delay, this process shall be carried out
in presence of CONTRACTOR’s representative.

• Handled the Catalyst drums as gently as possible. Suitable space is required for storing the
drums between deliveries and charging, and double handling shall be avoided if this space is
close to the equipment to be loaded.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 74 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Catalyst Drums must not be rolled, and if manual handling is unavoidable, the suitable drum
barrows, opening levers and skids should be provided.

• Adopt a good method of sieving, which is to pass the catalyst over a simple inclined screen, since
vibrating screens can cause additional unnecessary damage and loss. The mesh spacing should
be about half of the smallest dimension of the catalyst pellet.

• Suitable masks must be provided for those who are engaged in this kind of operation, and some
Provisions should be made to collect the fines for disposal, based on catalyst supplier
recommendation.

• Reforming catalyst does not usually require sieving, but CONTRACTOR shall ensure broken
rings should be removed whilst the socks are being charged, since relatively broken rings can
affect the tube pressure drop significantly.

• CONTRACTOR shall make an assessment of incompatibility of Catalyst as per MSDS


recommendations. Flammable substances shall not be stored with oxidizing substances.

• All the substances can be kept in three categories – one which does not burn, other which burn
and the third one, which produces oxygen and may be the cause of fire. While storing, the first
thing is that the solids and liquids should be kept separately and the properties must be seen
before it is decided to store at one place.

B) CONTRACTOR shall ensure to follow/ implement the below General applicable safety
rules during Catalyst Loading.

• Wear protective clothing and gear provided and required for plant operation.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 75 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Wear a Full body Harness double Lanyard this Shock absorber when working at elevated
locations if adequate protection against falling is not available.

• Wear a suitable air mask when working on pipelines or equipment containing hydrocarbons, toxic
gases or chemicals.

• Use the correct hose for air, water, steam or chemicals; secure it during use. Tag any hose that
needs repairing and send it to the workshop. Clean chemical hoses after use.

• Be sure that hoses are in good condition and that all connections are tight so that there is no
chance of leakage that could result in a hazardous situation.

• When using steam hoses, crack the steam valve at first until all water in the hose is discharged
and the hose is heated up. This will prevent high velocity water jets from the hose.

• Report hazards immediately and take all measures to mitigate the hazard.

• Wear goggles and gloves while taking samples.

• Be thoroughly familiar with the location and operation of all firefighting equipment, blankets,
safety showers, gas mask, and other safety equipment.

• When giving clearance to maintenance to perform work in the unit, be sure the equipment is in a
safe condition to work on. Be specific in your instructions and be sure that they are understood
and followed. Check to see if instructions are being observed.

• Isolate the equipment to be opened for clean-out or repairs. Leave rest of the equipment inactive
with valves closed. Isolation is to be done by blinding-off.

• Purge the equipment with nitrogen, especially those that have contained H2S and hydrocarbon.
Thereafter, steam-out with purge steam to remove heavy hydrocarbons. While purging and
during initial steam-out operations, vent to flare.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 76 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Close vent, and open the drain. Steam-out any liquid to the sewer for half an hour. Beware that
hydrocarbons can contain H2S and that release of H2S from the drained-out condensate could
occur.

• Check for the presence of hydrocarbon vapors within certain proportions. If toxic vapors present,
a test for these should be made.

• Precaution in loading unloading of catalyst drums. Drums shall be kept on pallets. This includes
safety precaution of crane & lifting tools/tackles.

• Refer MSDS & follow manufacturer safety guide line.

• Open catalyst drum by pneumatic tools.

• Catalyst fine dust is poisonous and irritating to eyes and skin, a minimum dust respirator, Apron,
face mask, goggles and hand gloves to be used.

• Standard vessel entry procedure should be followed at all times, this includes minimum,
followings

• Routine testing of oxygen level.

• A person stationed outside the vessel. This individual should be equipped with rescue gears and
an independent air supply.

• Catalyst should be loaded, unloaded, handled, and stored under the supervision of a competent
person as per guidance of CONSULTANT, persons familiar with hazards and the precautions to
be deputed for emergency.

• Be familiar with Materials Safety Data Sheets of Catalyst to be handled in the respective area.

• Lifting appliances used should be of good construction and free from defects. They should be not
be overloaded or overfilled.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 77 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• When highly flammable catalyst are being loaded or unloaded, adequate firefighting equipment
should be provided so that an incipient fire can be controlled immediately.

• Where necessary, non-sparking tools should be provided and used in explosive atmospheres.

• Foodstuff and other articles for consumption must be stored well away from Catalyst classified
as toxic or harmful or which have a strong smell.

• Take all the care to see that passages are not blocked. Easy accessibility should be kept to reach
the substance from all the sides. In solid storage, always care should be taken to maintain first
in, first out otherwise on long storage decomposition may take place causing unknown hazards.
6.46 Explosives/Blasting operations

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

6.47 Grit Blasting

• CONTRACTOR shall produce detailed Method Statement, Risk Assessment and Job Safety
Analysis prior to work commencing.

• CONTRACTOR shall ensure grit blasting shall be carried out in an enclosed designated area,
levelled, and with sufficient safe access, both to the area, and around the work pieces.

• The grit blasting area shall be indicated by prominent warning signs.

• Only proper grit blast shall be used. Under no circumstances shall products containing free silica
be used.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 78 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Personnel involved in the actual blasting of material shall be protected by a blast hood that meets
approved standards and providing both respiratory and eye protection.

• The nozzle shall be fitted with a properly functioning dead mans handle, and a standby man shall
stay by the blast pot and Nozzle and hose must be earthed.

• Standby men shall be provided with suitable respiratory and eye protection.
• Spent grit shall be collected and properly disposed off.

6.48 Painting

CONTRACTOR shall provide Specific training on the MSDS of the painting and any other solvents
used in paint related work. Workers shall be instructed and trained on the hazards related to their
work, particularly for long term activities, in the correct handling of chemicals and on the correct use
of the equipment.

CONTRACTOR shall consider HSE aspects during selection and purchasing of painting
material.

MSDS shall be always available.

a) Paint Handling, Storage and Preparation

• Use and storage of flammable paints and solvents shall be kept to well ventilated restricted areas;

• Fire prevention and ventilation to be maintained in storage/preparation areas;

• These areas shall be suitably marked with the appropriate warning signs;

• No painting preparation and application should be carried out close to ignition sources (welding,
cutting, smoking areas, sparking tools, etc.) unless safe measure are taken;

• Electrical lighting and equipment shall be explosion-proof when required in areas where solvent
vapors are likely to be present;

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 79 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Fire extinguishers shall be located at the storage and at the work areas.

B ) Paint Application

• Face, eyes and skin shall always be protected;

• Avoid touching any part of the body and wear protective equipment when handling irritating
materials;

• Adequately ventilate all painting areas and provide approved or equivalent respiratory protection
where necessary;

• Introduction of solvents and paint in confined space shall be subjected to hazard analysis,
because can cause serious health and fire risks;

• While painting in confined space, natural ventilation may be not sufficient and forced ventilation
shall be foreseen (fresh air inlet of the ventilation system should be located near the top, and the
discharge should be located near the bottom);

• If the confined space has a low volume (from about 15 cube meters) then suitable respirator
apparatus can be used as necessary;

• Often while painting workers are exposed to fall hazards so fall protection system shall be applied;

• Painting operators shall wash thoroughly before eating and at the end of the day. Adequate
washing facilities shall be foreseen. Solvents shall never be used for personnel washing.

c) Spray Painting

• Spraying paint shall only be done by trained operators;

• All workmen spray painting shall wear chemical cartridge respirators or airline hoods depending
upon the hazards of the paint (containing toxic solvents);

• Overall or other full body working dress shall be wear by spray painters;

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 80 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• All pressurized equipment shall be handled carefully. System, hoses, etc. shall be anti-static type
and so grounded as needed;

• Operators and their assistants shall know how to operate and de-energize the equipment in
accordance to manufacturer's recommendations;

• Before using airless spray equipment, all guards recommended by the manufacturer shall be in
place (hoses, conjunction safe lash, etc.) and the system shall be grounded to prevent static
build-up; No spray gun should be pointed at anyone or part of the user's body;

• The area around spray painting activity should be enclosed by fence thick net (better if fire
resistant) or equivalent to protect outside personnel and things from paint over spray. Work areas
shall be kept as clean as practicably possible;

• Spray paint should be limited in windy situation.

6.49 Pressure Testing

Job safety analysis shall be conducted prior to any pressure test.

The person in charge of hydrostatic testing must fully understand the safety requirements and
procedures involved with pressure testing. All persons who will work on the pressure test must be
informed of the potential hazards and the necessary safety precautions.

A work permit shall be issued prior to commencement of hydrostatic test operations.

Supports

Piping, vessels, supports and foundations designed for gas service shall not be overloaded by the
extra weight of the test liquid. Temporary supports and braces may be required.

Vent Drains and Blinds

• Vents of adequate capacity shall be installed at high points, to vent air / gas from the item while
it is being filled with the test liquid.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 81 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Hazardous gases or vapors must be vented clear of any area where personnel are working or
where there is any possible source of ignition.
• Drains must be installed at a suitable location to allow removal of the test liquid.
• Only approved rating blinds shall be used and all vent bolts tightened to proper torque levels
• HP pipe end points and areas very close to HP vents shall be barricaded and suitable safety
signage displayed in local languages and English.
Valves

Where isolation valves are used to contain test pressures, they must be of adequate rating for the
pressure to be encountered. If isolation valves are used in lieu of blinds, provisions shall be made to
ensure that no over-pressurizing can occur in equipment that is not being tested, due to possible
valve leak.

Vacuum

On vessels or tanks which could collapse if subjected to a vacuum, there must be sufficient vent relief
capacity to assure that the vessel cannot be subjected to a vacuum by draining the test fluid or by
sudden cooling.

General Requirements

• Do not approach system never previously tested, corroded piping or vessels, or vessels with
welds never previously tested during the stepwise increase in pressure to the strength test
pressure.

• After the strength test pressure has been reached and held for a specified interval, the equipment
may be approached.

• The actual pressure at which the system under test will be approached for close inspection shall
be specified in the test procedure.

• Pressure relief valve(s) shall be used to prevent over pressuring of the equipment.

• Any ancillary equipment not under test must be isolated by valves or blind flanged and vented or
disconnected.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 82 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Only calibrated test gauges and recorders shall be used and test gauges should be mounted in
the upright position. Pump discharge gauges must be visible to the pump operator for the
duration of the test.

• The equipment / vessel shall have adequate vacuum relief capacity to avoid damage or collapse,
when draining the test liquid.

• Lines should be drained and dried mechanically when the test liquid is corrosive or otherwise
hazardous. The pressure rise during a pressure test should be gradual and under control to allow
time for material to strain, and time for personnel to check for leaks.

• A system under test shall be depressurized (with the exception of pressure due to a liquid head)
before any work is done to stop leaks or repair weakness, including the tightening of bolts. In
tightness tests, bolts may be tightened without depressurizing, if specifically approved in the
written test procedure.

• A block valve is required on the line from the test pump to the equipment under test.

• Air shall not be used to displace test fluid from underwater equipment unless it has been
determined that the equipment will not float.

• Salt water must not be used for testing any material subject to stress corrosion cracking in the
presence of chloride ions (such as stainless steel type 304 or 18.8 - CrNi).

• Possible changes in pressure due to thermal expansion, contraction or hydrostatic heads must
be taken into account.

• Written procedures approved prior to testing shall be followed for the disposal of test mediums
containing chemical additives for control of corrosion or bacteria.

• All tests need test manifold fitted with gauge, valve and PRV. The test manifold need to be
certified.

• No homemade/non-standard flanges shall be used for testing purposes.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 83 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6.50 Compressed Air

All air receivers and compressors shall be in good condition and properly maintained.

Air receivers shall be individually identified and marked with their safe working pressure. All air
receivers must be fitted with a properly set pressure relief valve.Air receiver and related relief valve
shall be accompanied by a valid test certificate, which shall be kept on site by CONTRACTOR and
shown to the CONSULTANT representative before bringing the vessel onto site. Guard should be
constructed to compressed air in order to prevent worker to get into contact with the hazardous
machine. Air receivers shall be examined and the pressure relief valve tested by an independent
examiner at yearly intervals.
A register of all air receivers containing:-

• Individual identification numbers


• Dates of independent inspections
• Name and signature of independent examiner
• Rated safe working pressure
• Pressure at which pressure relief valve lifted shall be kept on site by CONTRACTOR .
All compressed air fittings shall be wired and/or restrained to prevent them from whipping should the
coupling be broken. Only hose clamps designed for compressed air service shall be used. Worm
drive (Jubilee) clips are not acceptable.

6.51 Demolition/ Dismantling

The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work to guard
against unsafe working practices. The contractor shall disconnect service lines (power, gas supply,
water, etc.)/ make alternate arrangements prior to start of work and restore them, if required as
directed by PMC/ Owner at no extra cost.
Before carrying out any demolition/ dismantling work, the contractor shall take prior approval of
Owner/PMC and generate. For revamp jobs in operating plants where location of underground
utilities is not known with certainty, the contractor shall depute an experienced engineer for

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 84 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

supervision and shall make adequate arrangements for Firefighting & First-Aid during the execution
of these activities.
The Contractor shall arrange approved Job Safety Analysis (JSA) / Method Statement for the
specific demolition / dismantling task and corresponding action plan commensurate with hazards /
risks associated therein. In no case any activity related to demolition / dismantling shall be carried
out by the Contractor without engaging own supervision / field engineer.
6.52 Maintenance Work-Machine, equipment, DG, etc.

Preventive maintenance schedule of vehicles, tools, equipment, etc. shall be prepared and done
according and pertaining records shall be maintained. All electrical, mechanical, construction
equipment and /or construction vehicle, power operated and battery operated equipment, machines
and tools shall be certified and inspected by concerned Contractor (s) discipline jointly with HSE
and provide colour code of the month on the machine, tools and/or equipment. Each machine, tools
or equipment shall be inspected every month with defined colour code.
Contractor (s) must maintain the records of all inspection and maintenance activities and to produce
whenever demanded by Client / PMC. Legal requirements shall be followed for DG Sets as per
Indian Electricity Act/Rules and Environment Protection Act/Rules. Practice preventive
maintenance of vehicles and machines and maintain associated records and documents. Exhaust
of the prime mover, if IC engine is used, should be fitted with PESO approved spark arrester (in
case of work in hazardous area).

6.53 Additional Safety Requirements for Working inside a Running Plant

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

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.
b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 85 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to enter
units' area, tanks area, pump rooms, etc. without work authorization permit.
d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.
e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.
f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.
g) Proper barricading/cordoning of the operational units/plants shall be done before starting
the construction activities. No unauthorized person shall be allowed to trespass. The height and
overall design of the barricading structure shall be finalized in consultation with the Owner and
shall be got approved from the Owner.

h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.
i) Barricading with water curtain shall be arranged in specific/critical areas where
hydrocarbon vapors are likely to be present such as near horton spheres or tanks. Positioning of
fire tenders (from owner) shall also be ensured during execution of critical activities.
j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with flame
retardant tarpaulin.
l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of Gas/ Hydrocarbon
shall be done.
m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.

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


Closing of valve will not be considered sufficient for isolation

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 86 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of
Owner's plant operation personnel.

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

7. Emergency Preparedness & Response Plan

The CONTRACTOR shall prepare and submit Emergency preparedness & Response Plan for
approval of their respective work sites within 30 days of site mobilization. The plan shall integrate
the emergency response plans of the CONTRACTOR and all his CONTRACTORS.

The Emergency Response Plan shall detail the CONTRACTOR’s procedures, including
Construction Phase and pre-commissioning & commissioning Phase referring site TRA/HIRA.
detailed communications arrangements, for dealing with all emergencies that could affect the Site.
This include where applicable, injury, sickness, evacuation, fire, chemical spillage, severe weather
and rescue.

Emergency awareness trainings shall be part of Site Emergency preparedness and response Plan.
Employees shall be fully made aware about potential emergencies and their role and
responsibilities during emergencies in HSE induction and subsequent emergency management
awareness programs.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 87 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall ensure that an Emergency Response Plan is prepared to deal with
emergencies arising out of :
• Fire and explosion
• Collapse of lifting appliances and equipment
• Collapse of building or structure etc.
• Gas leakage or spillage of dangerous goods or chemicals
• Bomb threatening, criminal or terrorist attack
• Drowning of worker
• Landslides getting workers buried floods, Earthquake, storms etc.

8. ENVIRONMENTAL MANAGEMENT

8.1 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are detrimental
to the environment. Where required, Contractor shall ensure that only the environment friendly
materials are selected and emphasize on recycling of waste materials, such as metals, plastics,
glass, paper, oil & solvents.
The waste that cannot be minimized, reused or recovered shall be stored and disposed of safely.
In no way, toxic spills shall be allowed to percolate into the ground. The contractor shall not use the
empty areas for dumping the wastes.
The contractor shall strive to conserve energy and water wherever feasible. The contractor shall
ensure dust free environment at workplace by sprinkling water on the ground at frequent intervals.
The air quality parameters for dust, poisonous gases, toxic releases, harmful radiations, etc. shall
be checked by the contractor on daily basis and whenever need arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be submitted

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 88 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

to Owner/PMC for approval. For pipeline jobs, top soil shall be stacked separately while making
ROW through fields. This fertile soil shall be placed back on top after backfilling.
For offshore construction barges, arrangements shall be made for safe disposal of human, food
other wastes and applicable laws in this regard shall be followed
8.2 Rules & Regulations

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

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

CONTRACTOR shall comply with Sustainable Development as CONTRACTOR considers


Sustainable Development as an essential element in the corporate’s asset for a deep qualification
on its core business. The purpose of complying Sustainable Development is to guarantee the needs
of present generations without jeopardizing the possibility for future generations to satisfy their own.

It includes:

• The activities to put in place and prevent the working place from intentional offences in the country
(Security Management System)
• The implementation of the requirements of Corporate Social Responsibility.
• The activities regarding the safeguard of health of people, the prevention from incidents and the
protection of the natural Environment (HSE Management System).

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 89 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• The Prevention and Protection Service in the offices as required by Indian Law.
8.5 Air Quality

The CONTRACTOR shall take all necessary precautions to minimize fugitive dust emissions from
operations involving excavation, grading, and clearing of land and disposal of waste. He shall not
allow emissions of fugitive dust from any transport, handling, construction or storage activity to
remain visible in atmosphere beyond the property line of emission source for any prolonged period
of time without notification to the CONSULTANT.

The CONTRACTOR shall use construction equipment designed and equipped to minimize or
control air pollution. He shall maintain evidence of such design and equipment and make these
available for inspection by CONSULTANT.
If after commencement of construction activity, CONSULTANT believes that the CONTRACTOR’S
equipment or methods of working are causing unacceptable air pollution impacts then these shall
be inspected and remedial proposals shall be drawn up by the CONTRACTOR, submitted for
review to the CONSULTANT and implemented.
In developing these remedial measures, the CONTRACTOR shall inspect and review all dust
sources that may be contributing to air pollution. Remedial measures include use of additional/
alternative equipment by the CONTRACTOR or maintenance/modification of existing equipment
the event that approved remedial measures are not being implemented and serious impacts persist,
the CONSULTANT may direct the CONTRACTOR to suspend work until the measures are
implemented, as required under the Contract.
CONTRACTOR’S transport vehicles and other equipment shall conform to emission standards
fixed by Statutory Agencies of Government of India or the State Government from time to time. The
CONTRACTOR shall carry out periodical checks and undertake remedial measures including
replacement, if required, so as to operate within permissible norms.
The CONTRACTOR shall establish and maintain records of routine maintenance program for
internal combustion engine powered vehicles and equipment used on this project. He shall keep
records available for inspection by CONSULTANT. Emission level shall be as prescribed by
standards.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 90 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall cover loads of dust generating materials like debris and soil being
transported from construction sites. All trucks carrying loose material should be covered and loaded
with sufficient free- board to avoid spills through the tail board or side boards.
The CONTRACTOR shall promptly transport all excavation disposal materials of whatever kind so
as not to delay work on the project. Stockpiling of materials will only be allowed at sites designated
by the CONSULTANT. The CONTRACTOR shall place excavation materials in the
dumping/disposal areas designated in the plans.
The temporary dumping areas shall be maintained by the CONTRACTOR at all times until the
excavate is re-utilized for backfilling or as directed by CONSULTANT. Dust control activities shall
continue even during any work stoppage.
The CONTRACTOR shall place material in a manner that will minimize dust production. Material
shall be minimized each day and wetted, to minimize dust production. During dry weather, dust
control methods must be used daily especially on windy, dry days to prevent any dust from blowing
across the site perimeter.
The CONTRACTOR shall water down construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition. The CONTRACTOR will make water
sprinklers, water supply and water delivering equipment available at any time that it is required for
dust control use. Dust screens will be used, as feasible when additional dust control measures are
needed specially where the work is near sensitive receptors.
The CONTRACTOR shall provide a wash pit or a wheel washing and/or vehicle cleaning facility at
the exits from work sites such as construction depots and batching plants. At such facility, high-
pressure water jets will be directed at the wheels of vehicles to remove all spoil and dirt.
The CONTRACTOR shall design and implement his blasting techniques so as to minimize dust,
noise, vibration generation and prevention fly rock. Blasting technique should be consistent not only
with nature and quaintly of rock to be blasted but also the location of blasting.
The CONTRACTOR shall give preference to explosives with better environmental characteristics.
The CONTRACTOR shall protect structures, utilities, pavements roads and other facilities from
disfiguration and damage as a result of his activities. Where this is not possible, the CONSULTANT
shall restore the structures, utilities, pavements, roads and other facilities to their original or better,
failing which the rectification/restoration work shall be carried out at the risk and cost of the
CONTRACTOR.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 91 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall submit to the CONSULTANT an Air Monitoring and Control Plan (AMCP)
under contract specific Site Environmental Plan to guide construction activity insofar as it relates to
monitoring, controlling and mitigating air pollution.

8.6 Dust Control


Dust Control measures shall be implemented at all construction sites, where there will be major soil
disturbances or heavy construction activity, such as cleaning, excavation, demolition or excessive
vehicle traffic. Dust control measures include:
- Sprinkling: Ground surface shall be sprinkled with water until it is moist. But excess
sprinkling may create mud puzzle disturbing the vehicular movements.
- Vegetation: Saplings will be planted near site offices.
- Make low height of the heap of aggregates, fine material while storing. Cover the heaps
with empty gunny bags.
- Limit vehicles to designated tracks that can be regularly watered during dry periods.
- Ensure all site traffic adhere to the site speed limit.
- Ensure vehicles are covered during transportation of material.
- Restrict vehicle movements to designated routes. If possible, heavily used vehicle routes
shall be paved with hardcore/ aggregate or other stabilizing material.
- Ensure site is managed to limited materials which can become airborne and improve
general housekeeping activities to mitigate dust generated due to an untidy site.
- Ensure that during the site induction the workforce is made aware of dust generation and
control measures.
- Vegetation clearing shall therefore be carried out on a needs basis and over limited spatial
extents where possible.

Monitoring, Measurements and Reporting


In order to ensure the effective ongoing implementation of this procedure, it is necessary for
Contractor (s) to conduct regular monitoring and inspection, and report any non-conformity to their
management.

The following key areas shall be monitored by Contractor (s) (by self or and by MOEF/PCB
approved third party/Lab) for their respective owned/hired vehicles / equipment / plants / machines

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 92 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

and allocated area: All Vehicles shall possess valid PUCs. Any out of legal permissible limit Vehicle
shall be serviced.

All connected DGs noise and stack emission shall be monitored six monthly for key pollutants as
specified by Owner / PMC.

Ambient Air & Noise shall be monitored six monthly minimum at two sample locations for following
key pollutant. Mandatory Parameters to monitor : SO2, NO2, PM10, PM2.5, Ozone, Lead, CO

Parameters to monitor depending upon site air pollution sources / aspects & impacts study or
requirement from Owner / PMC: Ammonia, Benzene, Arsenic, Benzo (a) Pyrene and Nickel.

Site walk inspections should be used to monitor for excessive visible engine/ motor emissions (i.e.
black smoke), with offending vehicles and equipment removed from site until the motor can be
repaired or replaced. Dust emissions shall be monitored as part of site walks/ inspections, and any
particularly dust generating activities recorded, along with corrective action taken

8.7 Water Quality

The CONTRACTOR shall comply with the Indian Government legislation and other State
regulations as they relate to water pollution control and monitoring. A drainage system should be
constructed at the commencement of the Works, to drain off all surface water from the work site
into suitable drain outlet.

The CONTRACTOR shall provide adequate precautions to ensure that no spoil or debris of any
kind is pushed, washed, falls or deposited on land adjacent to the site perimeter including public
roads or existing stream courses and drains within or adjacent to the site. In the event of any spoil
or debris from construction works being deposited or any silt washed down to any area, then all
such spoil, debris or material and silt shall be immediately removed and the affected land and
areas restored to their natural state by the CONTRACTOR to the satisfaction of the
CONSULTANT.

The CONTRACTOR shall ensure that earth, bentonite, chemicals and concrete agitator washings

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 93 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

etc. are not deposited in the watercourses but are suitably collected and residue disposed off in a
manner approved by local authorities.

All water and waste products (surface runoff and wastewater) arising on the site shall be collected
and removed from the site via a suitable and properly designed temporary drainage system and
disposed off at a location and in a manner that will cause neither pollution nor nuisance.

Any mud slurry from drilling, diaphragm wall construction or grouting etc. shall not be discharged
into the drainage system unless treatment is carried out that will remove silt, mud particles,
bentonite etc. The CONTRACTOR shall provide treatment facilities as necessary to prevent the
discharge of contaminated ground water.

The CONTRACTOR shall discharge wastewater arising out of site office, canteen or toilet facilities
constructed by him into sewers after obtaining prior approval of CONSULTANT / Client. A
wastewater drainage system shall be provided to drain wastewater into the sewerage system.

The bentonite mixing, treatment and handling system shall be established by the CONTRACTOR
giving due regard to its environmental impacts. The disposal of redundant bentonite shall be
carefully considered whether in bulk or liquid form. The disposal location will be advised and
agreed with the relevant authorities. The CONTRACTOR shall take measures to prevent
discharge of oil and grease during spillage from reaching drainage system or any water body. Oil
removal / interceptors shall be provided to treat oil waste from workshop areas etc.

The SUB-CONTRACTOR shall apply to the appropriate authority for installing bore wells for water
supply at site.

8.8 Landscape and Greenery

The CONTRACTOR shall maintain ecological balance by preventing deforestation and defacing
of natural landscape. The CONTRACTOR shall, so conduct his construction operations, as to
prevent any avoidable destruction, scarring or defacing of natural surroundings in the vicinity of
work.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 94 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Where destruction, scarring, damage or defacing may occur as a result of operations relating to
Permanent or Temporary works, the same shall be repaired, replanted or otherwise corrected at
CONTRACTOR’S expense. All work areas shall be smoothened and graded in a manner to
conform to natural appearance of the landscape as directed by the OWNER / CONSULTANT.

8.9 Waste ( Handling, Storage & Disposal)

The CONTRACTOR shall take all necessary precautions to minimize fugitive dust emissions from
operations involving excavation, grading, and clearing of land and disposal of waste. The
CONTRACTOR shall not allow emissions of fugitive dust from any transport, handling,
construction or storage activity to remain visible in atmosphere beyond the line of emission source
for any prolonged period of time without notification to the CONSULTANT / OWNER.

The CONTRACTOR shall cover loads of dust generating materials like debris and soil being
transported from construction sites. All trucks carrying loose material should be covered and
loaded with sufficient free- board to avoid spills through the tail board or side boards.

The CONTRACTOR shall promptly transport all excavated disposal materials of whatever kind so
as not to delay work on the project. Stockpiling of materials will only be allowed at sites designated,
if any, by the OWNER. The temporary dumping areas shall be maintained by the CONTRACTOR
at all times until the excavated material is re-utilized for backfilling or as directed by OWNER /
CONSULTANT.

The CONTRACTOR shall water down construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition. The CONTRACTOR will provide water
sprinklers, water supply and water delivering equipment available at any time that it is required for
dust control use. Dust screens will be used, as feasible when additional dust control measures
are needed especially where the work is near sensitive receptors.

The CONTRACTOR shall ensure that earth, muck, detonate, chemicals and concrete agitator

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 95 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

washings etc. are not deposited in the water courses but are suitably collected and residue
disposed off in a manner approved by local authorities.

Any mud slurry from piling, drilling or grouting etc., shall not be discharged into the drainage system
unless treatment is carried to remove silt, mud particles, bentonite etc. The CONTRACTOR shall
provide treatment facilities as necessary to prevent the discharge of contaminated ground water.

The CONTRACTOR shall discharge waste water arising out of site office, canteen and toilet
facilities constructed by him into sewers after obtaining prior approval of agency controlling the
system. A waste water drainage system shall be provided to drain waste water into the sewerage
system.

The CONTRACTOR is required to develop, institute and maintain a Waste Management


Programme (WMP) during the construction of the project for his works, which may include:

• Identification of disposal sites.


• Identification of quantities to be excavated and disposed off.
• Identification of split between waste and inert material
• Identification of amounts intended to be stored temporarily on site location such storage.
• Identification of intended transport means and route.
• Obtaining permission, where required, for disposal.

Such a mechanism is intended to ensure that the designation of areas for the segregation and
temporary storage of reusable and recyclable materials are incorporate into the WMP. The WMP
should be prepared and submitted to the CONSULTANT for approval. The CONTRACTOR shall
handle waste in a manner that ensures that they are held securely without loss or leakage thus
minimizing potential for pollution. The CONTRACTOR shall maintain and clean waste storage
areas regularly.

The CONTRACTOR shall remove waste in a timely manner and disposed off at landfill sites after
obtaining approval of Conservancy and Local Municipal Corporation for its disposal.

8.10 Hazardous Chemical & Wastes

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 96 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

The CONTRACTOR shall identify the nature and quantity of hazardous waste generated as a
result of his activities and shall file a ‘Request for Authorization’ with Local Pollution Control
Committee along with a map showing the location of storage area.

Chemicals classified as hazardous chemicals under “Manufacture, Storage and Import of


Hazardous Chemical Rules, 1989 of Environment (Protection) Act, 1986 shall be disposed off in
compliance with the procedure given in the rules under the aforesaid act. Outside the storage
area, the CONTRACTOR shall place a ‘display board’, which will display quantity and nature of
hazardous waste, on date. Hazardous Waste needs to be stored in a secure place.

It shall be the responsibility of the CONTRACTOR to ensure that hazardous wastes are stored,
based on the composition, in a manner suitable for handling, storage and transport. The labeling
and packaging is required shall be easily visible and be able to withstand physical conditions and
climatic factors. The CONTRACTOR shall approach only Authorized Recyclers of Hazardous
Waste for disposal of Hazardous Waste, under intimation to the CONSULTANT.

Hazardous and/or toxic materials e.g. solvent coating or thinners shall be stored in appropriate
containers. Each material MSDS shall be available at the storage place. Sufficient numbers of fire
extinguishers shall be deployed outside the storage area. Chemical spills shall be contained and
cleaned up immediately to prevent further contamination.

Where contact or exposure with hazardous materials could have harmful effects, appropriate
personal protective equipment e.g. Safety helmet, hand gloves, eye goggles, aprons, chemical
resistant clothing, dust mask and respirators shall be used. In area of high noise besides other
PPE ear defenders like ear plugs or ear muff shall be used.

If any waste (paints, insulation, refractory wastes etc.) encountered or generated as a result of
CONTRACTOR’S activity, then all such wastes classified as hazardous under the “Hazardous
Wastes (Management & Handling) Rules, 1989, amendment 2003” shall be disposed off in
compliance with the procedure given in the rules under the aforesaid act.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 97 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

8.11 Spill prevention and response

• Storage Ground surface will be concreted to prevent any leaks or spills from storages
seeping into the ground.
• The impervious bund/ secondary containment system such as bund shall be as per strandard
specifications. If more than one container is stored, the system must be capable of storing
110% of the biggest container’s capacity or 25% of their total capacity, whichever is the
greater.
• Suitable firefighting equipment will be provided in close proximity to the storage areas.
• Spill containment and clean-up materials (Spill clean-up kits) will be kept to deal with
emergency spills while storage and transportation. They usually consist of equipment to
contain and absorb spills and will typically include absorbent granules, sand bags,
absorbent booms, absorbent pads, polythene sheeting, and polythene sacks.
• All maintenance and servicing activities will be performed in an appropriately constructed
maintenance and servicing floor in order to prevent spills from seeping into the ground.
• Prior to unloading the content from a fuel, chemical or oil tank or loose barrel, hoses and
connections will be checked to ensure that they are free from defects. Holding tanks will also
be checked to ensure they are effectively grounded.

• Personnel handling such products will be provided with suitable and appropriate personal
protective equipment, which they will be required to wear at all times. Contractor (s) shall
provide training to their persons involved with the storage, handling, transport, decanting and
disposal of hazardous chemicals in areas under their control.

8.12 Resource Protection

• Resources, to the extent practical, will be preserved in their existing condition. Construction
activities shall be confined to areas necessary to conduct the Work as required by the
Contract schedule, plans, specifications, or other documents. Environmental protective
measures and procedures shall be provided to limit habitat disruption and mitigate
environmental damages that may occur during construction or other activities.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 98 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Contractor (s) employees shall not deface, injure, or destroy shrubs, grass, or other
landscaping in the project or surrounding area, or remove or cut same without advance
written permission from PMC/ Client.
8.13 Energy Management

The CONTRACTOR shall use and maintain equipment so as to conserve energy and shall be
able to produce demonstrable evidence of the same upon CONSULTANT request.

Measures to conserve energy include but not limited to the following:

i) Use of energy efficient motors and pumps

ii) Use of energy efficient lighting, which uses energy efficient luminaries

iii) Adequate and uniform illumination level at construction sites suitable for the task

iv) Proper size and length of cables and wires to match the rating of equipment

v) Use of energy efficient air conditioners

The CONTRACTOR shall design site offices maximum daylight and minimum heat gain. The
rooms shall be well insulated to enhance the efficiency of air conditioners and the use of solar
films on windows may be used where feasible.

8.14 Safety, Pollution control and Energy Conservation Measures

Construction shall provide details of safety, pollution control and energy conservation measures
to be undertaken under the project and estimate the cost towards the same. The amount shall be
earmarked in the total project cost towards implementation of all such measures.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 99 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

9. HSE REQUIREMENT FOR PROCUREMENT

HSE Control over VENDOR’s by CONTRACTOR shall be performed to ensure:

• Safety and health insurance of CONTRACTOR personnel and representatives visiting


VENDOR’s workshops
• Prevention of major incident at VENDOR’s premises that could impact due delivery of
CONTRACTOR item
• Improvement of overall VENDOR’s HSE performances through HSE knowledge and
experience sharing

VENDOR’s qualification

VENDOR shall have a valid prequalification certificate. For new VENDORS, the evaluation shall
include HSE criteria to verify VENDOR’s capability to meet Technip’s principles in terms of health,
safety and environment. This shall be done through HSE questionnaire, filled in by VENDOR at
bidding stage and part of the Commercial bid Tabulation.

An audit at vendor premises including a HSE part could be . The audit can be performed by any
project member on the basis of an audit check list or by Project HSE manager if deemed necessary.

HSE requirement to VENDORS

Minimum requirement to VENDORs shall be set up and established in particular conditions of


purchase order to ensure that the level if HSE at vendor’s premises will provide safe condition of
visits by CONTRACTOR personnel or their representatives.

VENDOR’S HSE performances

CONTRACTOR shall follow up and monitor VENDORS HSE performances throughout the execution
of the work. In case repetitive violations are reported without improvement from the VENDOR
despite notification, Project Procurement and HSE Manager shall decide to perform an audit of

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 100 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

VENDOR’s premises. The outcomes of the audit and progress made by VENDOR shall serve the
purpose of VENDOR final evaluation and VENDORS prequalification for future projects.

VENDOR REPRESENTATIVES

VENDOR REPRESENTATIVES (further VENDOR REP) are VENDOR personnel assigned on a


WORKSTE to provide assistance or services to construction, assembly, pre-commissioning or
commissioning. VENDOR REP shall comply with the HSE Rules applicable to the WORKSITE.

CONTRACTOR shall inform VENDOR of the relevant rules to apply and shall guide VENDOR into
their implementation by providing necessary assistance and training.

9.1 PRE-COMMISSIONING AND COMMISSIONING PHASES

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 101 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

In addition to HSE controls mentioned in above part “Operation Control during Construction
phase”, Contractor (s) shall follow following Operation Control during Pre-commissioning and
Commissioning Phases.

9.2 Pre-commissioning and commissioning area.

Pre-commissioning and commissioning area shall be segregated with barriers / fences and safety
& warning signs from the other units which are still under construction. Colored tape and warning
signs may also be applied where hard barricades are not practical with permission of Owner /
PMC. Access to this commissioning area shall be limited; no person shall be allowed to enter
inside the barricade without authorization by Pre-commissioning and commissioning group such
as a pass card, a sticker, etc. Works in the commissioning area shall be authorized with the Pre-
commissioning and commissioning PTW.

PPE requirement in the Pre-commissioning and commissioning area shall be decided by the
PMC& Contractor (s) HSE Managers with advice of the commissioning manager and client
representative.

All personnel in the area must complete the Pre-commissioning and commissioning safety
training. Trained security guards shall ensure access control.

Contractor (s) HSE team and the Commissioning team shall hold a commissioning HSE training
for all persons who are required to work in the Pre-commissioning and commissioning area
including third party’s personnel. Person who attends the commissioning safety training shall be
recorded, identified by badge, helmet sticker and commissioning pass card.

Emergency Response Plan for Pre-commissioning and commissioning area shall be established
before Pre-commissioning and commissioning activity starts by Client, PMC& Contractor (s) and
shall be reviewed and updated as per the site condition.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 102 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Emergency Response and Evacuation Plan shall be included as follows as minimum:

• Emergency communications route and method


• Emergency site alarm, emergency egress routes, locations of muster points and
rendezvous for emergency vehicles
• Required action plan for site emergency organization for each case
• Emergency drill shall be carried out periodically to understand and ensure the
emergency response.

Prior to hydro-carbons introduction into the area during the Pre-commissioning and
commissioning stage, mobile phone communication may be allowed to use. However, once hydro-
carbons have been introduced, no mobile phone shall be allowed and all communications shall
use either dedicated land lines or approved intrinsically safe radio systems (Walky-Talky), e.g.
explosion-proof type radios. Spark arrestors shall be provided on the vehicle and engines exhaust
outlet.

Daily Pre-commissioning and commissioning meeting shall be held to address the overall plant
Pre-commissioning and commissioning activities including weekly look ahead, progress,
interfaces, simultaneous work activities, safety, emissions, utilities requirements, security, etc.
Representatives for all related personnel include HSE Manager shall attend this meeting.

The Contractor (s) Commissioning Manager shall issue written Commissioning Notice before main
commissioning activities (e.g. power receive, nitrogen in, hydro-carbon in, main rotating machine
test and in service, etc.) are started in the plant and/or system. The notice shall be sent to the all
related parties, defining the impending change in plant status with enough detail to enable clear
understanding of the nature and location of the changes. Issuing the Commissioning Notice
provides formal notification to all related parties.

Contractor (s) Site HSE managers shall inform this Commissioning Notice to HSE staff (including
night shift staff and medical team).

Client / Contractor (s) shall obtain, as per agreed contract conditions, an authorization from the
State Pollution Control Board as per Rule 6 of Hazardous and Other Wastes (Management and

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 103 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Transboundary Movement) Rules, 2016 for handling, storage and disposal of hazardous waste
generated during Construction, Pre-commissioning and Commissioning Phases of this project.

Waste effluent such as waste gas, chemical, oily water, etc. will be generated during
commissioning. These waste effluents shall be controlled by Contractor (s) as per Client and legal
requirements. Dust control shall be accomplished by proper housekeeping. Disposal of the
chemical wastes shall be in accordance with the Client Specification and Legal Requirements.
Permanent drainage system or temporary arrangement shall be ready for use prior to chemical/oil
handling. Flare and oily sewer systems shall be in service prior to Hydro-Carbon Introduction

In case live drain system connect into a construction area drain system, segregation of the drain
system between the construction area and Pre-commissioning and commissioning area is
required to avoid flammable liquid / vapor leakage into the construction area.

During the commissioning and initial start-up phases unusual high sound pressure levels are
generated by the activities, these would include such items as air and steam blowing, safety vent
lifting, machinery runs without complete acoustic enclosures etc. Suitable protection shall be
available and provided to the people expected to work in these effected areas.

9.3 Motor Solo Run / No Load Motor Run

Special precautions shall be taken by involving the supervision and direction of the electrical team.
• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Ensure that the area of the motor solo run shall be taped or barricaded. Suitable Warning
Notice / Signs indicating “Equipment in Service – Keep Away” or “Test Runs in progress
– Keep Away” shall be positioned to cover all points of access.
• Ensure that motor tests shall be monitored continuously and not be left
unattended under any circumstances.
• Ensure licensed electrician, trained & competent personnel are only involved in the
Electrical Activity.
• The Machinery is checked for the unguarded rotating part. & precaution taken to avoid
any injury by guarding the same or barricading.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 104 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Follow Permit to work system, LOTO Permit system is in place.


• Ensuring proper communication & coordination between the Field & the panel
operators.
• Ensure that motor tests shall be monitored continuously and not be left
unattended under any circumstances.
• Ensure that Motor Control Center must be controlled as per LOTO system.
• Ensure that the earthing of the machines are proper.
• Ensure that no loose clothing is used near Rotating parts.
• Follow all the instructions mention in manufacture’s guide.

9.4 Commission of the Pumps & Motors

• Follow Permit to work system.


• Ensure only trained & experienced personnel are involved in the activity.
• Ensure the Checklist for pump commissioning is complete, such that guards are in
place, interlocks are positioned, coupling is aligned etc.
• Ensure the energization of the system is done under competent person.
• Ensure the proper communication among field, control room and power
substation. And Emergency controls are functional conditions etc.

9.5 Card Board Blasting & Air Blowing

Management of pressurized system and air blow discharge point are the most essential. Special
precautions shall be taken.
• Follow Permit to work system.
• Barricade the exit blow out points and put a warning notice indicating “Air
Blowing is in Progress – Keep Away”
• Barricade and put a warning sign around the pressurized area.
• Provide protection for facilities around discharge points.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 105 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ensure that hose couplings and any other temporary connection or pipe spool shall be
properly secured.
• Confirm line and equipment being adequately supported
• Air blowing generates big noise near the blow point, so ear protection shall be worn by
operator and persons working in vicinity.
• Ensure trained & experienced personnel are only involved in the Activity.
• Ensure that design pressure of line is checked and pressurization of line is maintained well
below design pressure.
• The Air pressurization system is checked, for proper connection, pressure gauges,
leakage from the flanges etc.
• The Card Board Blasting event is communicated using check/ clearance sheet.
• Ensure personnel are provided with Safety Helmet, Safety Shoes, Ear Plugs, Dust Mask, &
Safety Goggles.
• During card board blasting, compressed gas will be suddenly released with high energy and
foreign particles may come out along with gas, so special precaution to be taken care.
• All unwanted materials to be cleaned and all the temporary arrangement to be removed for
original reinstatement after completion of the activity.

9.6 Water Flushing

Management of water discharge point is the most essential. Special precautions shall be taken.
• Follow Permit to work system.
• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Barricade the discharge points and put a warning notice indicating “Water flushing is in
Progress – Keep Away
• Provide cover or protection to equipment around discharge points.
• Proper positive isolation for other equipment and lines shall be ensured.
• Ensure that all electrical equipment, welding machines, temporary electrical supply systems
etc. shall be covered or removed from the area.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 106 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ensure that sewer system or surface drains must be capable of disposing of the water to avoid
any water build-up in the area.
• Ensure that soft soil shall be protected with planks or sheeting to minimize erosion.
• Ensure that hose couplings and any other temporary connection or pipe spool shall be
properly secured.
• Drain the residue water and dry the line if required.
• Waste water / Waste disposal shall be as per legal and client requirements.
• Equipment/ materials below the flushing point shall be covered

9.7 Steam Blowing

Contractor (s) shall ensure following safety measures.

• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Barricade the discharge points and put a warning notice indicating “Steam blow in Progress –
Keep Out”.
• Open all drain valves on the steam header and/or steam traps to drain condensate
until warming up completion.
• Provide permanent or temporary insulation at flange and pipe surface if required.
• Flow the steam slowly for warming up.
• Check line and shoes to avoid abnormal thermal expansion during warming up and steam
blowing.
• Utilize silencer or silent blow system at the blowing point, if required.
• Ensure that no person is working in vicinity of the vents and drains during steam blowing
operations.
• Proper positive isolation for other equipment’s shall be ensured.
• Leak test of the system shall be conducted prior to charging of pressurized steam.
• Until the warming up all drains must be opened.
• Provide adequate pressure in lines.
• Provide minimum bends in pipes to minimize Water hammering.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 107 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ear protection shall be worn by operator and persons working in vicinity. Reduce the fluid
velocity/ flow during venting.
• Ensure F- keys / Valve handle keys readily available to operate the valves.

9.8 Oil Flushing

Oil handling is the most essential. Special precautions shall be taken.

• Follow Permit to work system.


• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Barricade the area and put a warning notice indicating “Lube oil flushing in Progress – Keep
Away
• Provide fire extinguishers.
• Prepare absorbent in case of oil spill.
• Waste oil will be stored in drum for safe disposal.
• Hot work to be restricted in nearby area.

9.9 Lube Oil Charging

• Follow Permit to work system.


• Ensure trained & experienced personnel are only involved in the Activity.
• The charged system is properly marked
• Ensure the spillage & waste oil is collected & properly disposed.
• Hot work to be restricted in nearby area.

9.10 Large Diameter Pipe Manual Cleaning

• Follow Permit to work system.


• Apply Confined Space Entry Work Permit. Check O2 concentration before and throughout the
activities.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 108 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ensure that the pipe shall be adequately ventilated with atmospheric air. Fans or air movers
shall be used.
• Ensure that a Safety Watcher shall be stationed at the entry point at all times in contact by
radio with those entering.
• Ensure that internal means of safe access shall be provided to inspect vertical sections.
• Provide physical/positive isolation to avoid the unexpected introduction of nitrogen, hydro-
carbon, etc. into the system from its adjacent system(s) where has been in service.
• Check temperature in the pipe.

9.11 Chemical handling and Cleaning

Characteristic of Chemical is the most essential. Special precautions shall be taken involving the
supervision and direction of the commissioning department.
• Chemical shall be handled in according with MSDS instructions. Display MSDS at storage
area.
• Train personnel for safe handling of chemicals.
• Barricade the area, display warning signs. Restrict unauthorized entry near chemical
storage, tanks & chemical pump.
• Secondary containment shall be provided for chemical storage & handling systems.
• Provide eye wash and emergency shower.
• Confirm line and equipment being adequately supported.
• Check all flanges, valves/ pipeline leakage shall be monitored.
• Leak test of the system shall be conducted prior to charging.
• Inspect temporary hoses & connections prior to use.
• Do not attend leakages without proper PPE. Wear PPE as per MSDS. Provide Spill Kit.
• Suitable type of fire extinguisher shall be provided.
• Ensure that chemical drainage system should be ready for use for spillage. Other adjacent
drainage system where is not ready for use shall be plugged to prevent the system from
contamination with the chemical. Provide temporary curved area if drainage system is not

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 109 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

available.
• Stand-by absorber or counteragent.
• Establish emergency actions (emergency car, medical service, etc.).
• Disposal of the chemical wastes shall be in accordance with the Client Specification
and Legal Requirements.

9.12 Loading of the Chemicals in the system

• Ensure the Availability of MSDS for each chemical to be handled.


• Ensure all personnel are aware of the chemical Hazards and trained in the Safety practices.
• Ensure Permit to Work System is followed.
• Ensure proper PPE are used by the personnel while handling the Chemicals.
• Ensure proper arrangements for the chemicals drum handling & transfer facility.
• Ensure Spill controls & exposure control arrangements are in place in the event of spillage.
• Ensure availability of Safety Shower & Eye wash.

9.13 Charging of the Heater (Electric Heater)

• Ensure trained & experienced personnel are only involved in the Activity.
• Proper Permit to work system is implemented prior to commissioning the Heater.
• The Heater is charged under supervision in line with the manufactures / process
Manual and The Stand by firefighting personnel is recommended.

9.14 Instrument Check (Loop/Function Test)

• Establish LOTO system for electrical safety control and isolate all circuits which should not be

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 110 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

energized.
• Inform activities to all related parties in daily Tool Box Meeting.
• Record valve position requirement and control the position by specific person.
9.15 Rotating Machine Run

Risk of personnel injury and equipment damage will be extremely increased during rotating machine
running. Special precautions shall be taken involving the supervision and direction of the
commissioning department.

• Follow PTW.
• Inform hazards and area to all related parties in the Daily Tool box Meeting.
• Ensure that the rotating machine shall be completely assembled including the coupling guard.
• Ensure that all necessary documents and certificates shall be confirmed and approved by the
Commissioning Group and Owner.
• Ensure that the area of the pump or compressor to be tested shall be taped or barricaded.
Suitable Warning Notice / Signs indicating “Equipment in Service – Keep Out” or “Test Runs
in progress – Keep Out” shall be positioned to cover all points of access.
• Ensure that the live line in the pump or compressor circuits shall be clearly identified with ‘Live
Line’ notices and the test system shall be positively isolated from other sections of the plant.
• Ensure that machinery tests shall be monitored continuously and not be left unattended under
any circumstances.
• Isolate motor/turbine properly from its power source after run.
• Ensure proper earthing to the equipment’s.

9.16 Proof Testing / Tightness Test

High energy fluid is in the system during Tightness Test. Special precautions shall be taken involving
the supervision and direction of the commissioning department.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 111 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Follow PTW.
• Ensure that the required PPE should be worn.
• Ensure that suitable communication such as two way radios are ready for use.
• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Barricade the area and put a warning notice indicating “Tightness Test in Progress –
Keep Out”.
• Line for testing is identified checked for the fittings, Joints, etc. secured at the ends and shall
be clearly identified with ‘Live Line’ notices.
• Ensure that test system shall be isolated from other sections of the plant.
• Water once used for service testing it shall be disposed-off safely if necessary.
• Separate calibrated gauges to be provided for pressuring piping & equipment.
• Nip points of Pressure machine shall be guarded properly.
• The pressurization system is checked, for proper connection, pressure gauges etc.
• Flanges and fasteners of the recommended size and strength to withstand the test pressure
shall be used.
• Separate calibrated gauges provided for pressuring piping & equipment.
• Hoses shall be of proper rating, tested & certified.
• Ensure necessary precautions, stepwise increase in pressure.
• Close supervision and trained personal required for Proof Testing / Leak Testing jobs.
• The gas used as test fluid, if not air, shall be nonflammable and nontoxic.
• Ensure that depressurizing point must be surrounded with a barricade or caution tape, If the
tightness test uses nitrogen as pressurization medium.
• Other activities in area shall be stopped during leak testing.

9.17 Nitrogen Introduction / Purging

Risk of asphyxiation will be extremely increased after Nitrogen Introduction. Special precautions
shall be taken involving the supervision and direction of the commissioning department.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 112 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Inform hazards and area to all related parties in the daily Tool Box Meeting.
• Barricade the area and put a warning notice indicating “Nitrogen Purge in Progress –
Keep Away
• Ensure that the N2 contained line shall be clearly identified with ‘Live Line’ notices.
• Ensure that Nitrogen Hose color coding is followed.
• Ensure that N2 purging and blanketing system shall be positively isolated by spade from other
sections of the plant.
• Ensure that all construction work should be restricted as per work permit Procedure.
• Ensure that confined space entry permit shall be strictly controlled during/after inserting with
N2.

9.18 Hydro-Carbon/Toxic Fluid Introduction

Potential Risk is extremely increased after Hydro-Carbon Introduction into the system because
flammable explosive and/or toxic fluid exists in the system. The Commissioning Manager and the
Site HSE Manager must confirm and agree that the system is safe and suitable to introduce hydro-
carbon. Pre Startup Safety Review (PSSR) shall be conducted to ensure that the plant or system
and facilities can proceed for start-up / initial operation of the plant or part of plant safely.

• Ensure that site-wide notice shall be issued explaining the hazards.


• Hold or reject all of work permit for non-related activities to the hydro-carbon introduction on
the day. Only commissioning personnel are allowed to enter the site.
• Ensure that specific training and toolbox talks shall be conducted prior to gas Hydro-carbon
introduction.
• Ensure that all systems which introduce hydro-carbon shall be suitably sectioned off and
segregated using hard barriers/fences and signs with access restricted to approved personnel
only.
• Ensure that fire and gas detection systems associated with the equipment shall be in service.
• Ensure that firefighting system shall be in service and equipments for emergency action are

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 113 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

in place.
• Ensure that emergency response plan in place and emergency drill conducted.
• Ensure that site public address system shall be in service.
• Ensure that site safety rules regarding smoking shall be amended within the effected safety
areas such that smoking is only allowed in specifically dedicated and tested locations.
• Ensure that hot work permits shall be required for any potential ignition producing activities
within the effected designated safety areas.
• Provide suitable PPEs.
• Ensure that the use/carrying of mobile phone shall not be allowed within the designated safety
areas nor shall ignition materials such as lighters or matches.
• Ensure that use of vehicles and temporary generators shall be restricted and strictly controlled.
• Ensure that waste gas system (flare, vent stack, incinerator, etc.) and drainage system (oily
water sewer, waste water treatment, etc.) shall be in service.

9.19 Toxic Fluid Case

• Ensure that Specific Toxic Gas Detection System shall be in service and fully operational.
• Ensure that personal multi gas detectors shall be worn by personnel working within high
hazard areas.
• Ensure that toxic gas leak response plans shall be in place and fully operational.
• Ensure that training for the hazards of Specific Toxic Fluid and required alarm responses shall
be provided to all personnel working within the designated safety areas.
• Ensure that wind socks, muster points, safety shelters shall be identified and available.
• Ensure that gas mask or air mask arrangement shall be considered.
• Ensure antidote / first aid measures suggested in MSDS are in place and people are trained
for their use / application.
9.20 Feed intake in to the Plant

• Ensure all personnel trained in the Commissioning activity are only involved in the Job.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 114 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Ensure system checks are complete and ready for commissioning.


• Ensure the electrical system, Instrumentation system interlocks are functional.
• Ensure the Pumps, motors are ready for operation and Utilities are commissioned.
• Ensure the internal of the equipment’s are fixed and the systems are properly boxed up.
• Ensure valves are in open / closed condition to make the line through as per process
requirements.
• The Feed intake shall be carried out under strict supervision of the Supervisor under proper
permit to work system and in the presence of firefighting crew as standby for any eventualities.

9.21 System Commissioning Spade Isolation Requirements

Spades are applied to separate live systems from systems under construction or
commissioning. Once hydro-carbon or nitrogen is introduced into the system, live systems
shall be physically isolated from non-live system, and isolation points shall be strictly
controlled. Isolation spades shall be controlled as per isolation procedure.

9.22 Central Control Room (CCR)

Access to CCR and the rooms where control systems are stored shall be limited and controlled
by the Commissioning Manager. Personnel working in the CCR shall have taken the safety
induction and any special training relating to the CCR building for emergency response and
evacuation. Communications for both commissioning and operations shall use radio system
compatible intrinsically safe equipment. Mobile phone use is not permitted in the CCR building
to avoid any effects to control system. PTW shall be issued and authorized by the
Commissioning Manager before starting the work in CCR and the rooms where equipment
related to control system.
9.23 HVAC Room

HVAC system is important to protect equipment/computers such as DCS and electrical panel
and comfortable work in the building. Access to HVAC Rooms shall be limited and controlled

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 115 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

by HVAC representative.

PTW for the HVAC is to be issued and authorized by the HVAC responsible personnel before
starting the work in HVAC room. Personnel working in the HVAC Room shall have taken the
safety induction and any special training relating to the HVAC for emergency action and
evacuation.

9.24 Vehicle Control

All vehicles and engines entering in pre-commissioning & commissioning area shall be fitted
with Indian standard complied spark arrester on all exhausts. All vehicles driven on site shall
be maintained in roadworthy condition and be registered with the appropriate authority in
accordance with the relevant laws and regulations. Vehicle shall have the RC book, valid
fitness certificate, transport permit, PUC and Insurance document before entering into the site.

Each driver of these vehicles shall hold a valid driving license authorizing him / her to drive
that class of vehicle and sufficient experience of driving. Only vehicles necessary during pre-
commissioning & commissioning operation shall be permitted to enter the construction site.
Motorcycles/three wheeler shall not be permitted. Driver to follow the speed limit e.g. below
20km/h within the site.

Practice preventive maintenance of vehicles and machines and maintain associated records
and documents.

10. PENALTY

The CONTRACTOR shall adhere consistently to all provisions of HSE requirements. In case of
non–compliance or continuous failure in implementation of any of HSE provisions; OWNER
/CONSULTANT may impose stoppage of work without any Cost and Time implication to OWNER

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 116 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

and / or impose a suitable penalty for non – compliance with a notice of suitable period.

All fatal accidents and other personnel accidents shall be investigated by a team of
CONTRACTOR’s senior personnel for root cause and recommend corrective and preventive
actions. Findings shall be documented and suitable actions taken to avoid recurrences shall be
communicated to OWNER /CONSULTANT. OWNER / CONSULTANT shall have the liberty to
independently investigate such occurrences and CONTRACTOR shall extend all necessary held
and co– operation in this regard

Any violation of applicable safety , health and environment related norms results in penalty. A
detailed listed is attached in Attachment # xxxx.

OWNER/ CONSULTANT shall have the right to deduct charges for any other unsafe act and or
condition depending upon the gravity of the situation on a case-to-case basis.

10.1 Stoppage of Work

The CONSULTANT shall have the right to stop the work at his sole discretion, if any unsafe
condition or unsafe act is found . In such cases, the CONTRACTOR shall be informed in writing
about the nature of hazards and possible injury / Incident. The CONTRACTOR shall not proceed
with the work until he has complied with each direction to the satisfaction of CONSULTANT.

The CONTRACTOR shall not be entitled for any damages / compensation for stoppage of work,
due to safety reasons and the period of such stoppage of work shall not be taken as an extension
of time for Completion of the Facilities and will not be the ground for waiver of levy of liquidated
damages

10.2 Incentives / Awards

CONTRACTOR has developed a broad range of HSE incentive programs designed to motivate
its employees and Subcontractors to maintain a high level of HSE performance. CONTRACTOR
HSE recognition programs are administered at two levels.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 117 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

At company level through the designation of the ‘CONTRACTOR of the Month’ for the Sub-
contractor that has demonstrated the best safety performance over the previous month. At
employees level through the designation of the employees/crews of the week.

Other ways to increase H&S awareness will include: Bulletin boards illustrating safe man-hours
worked Employee Safety awards dinners Hard-hat decals for safe performance . CONTRACTOR
hats and similar items given to top safety performers. Subcontractor Safety awards ceremonies
where similar awards are presented to Sub-contractor personnel.

In addition, CONTRACTOR construction and HSE management will randomly select individuals
each week, and find where this person are working.

The person will be visited; if he is working safely (all PPE and similar) and can answer two simple
HSE related questions then a small prize will be awarded. In addition, the supervisor of each
person will also receive an award. If the person is not working safely or cannot answer the
questions, then he and his supervisor will be educated and positively reinforced but no award
made.

11. SOCIAL ACCOUNTABILITY ( CORPORATE SOCIAL RESPONSIBILITY)

The CONTRACTOR shall comply Social Accountability that protect Human Rights, and aims to
develop, to monitor and to encourage a policy of protection of Workers’ Rights. It defines precise
requirements regarding the following themes:

• Child Labor
• Forced Labor
• Health and Safety
• Freedom of Association and Right to Collective Bargaining
• Discrimination
• Disciplinary Practices
• Working hours

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 118 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

• Remuneration

12. DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR

12.1 On Award Of Contract

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

- HSE policy & Objectives


- Job procedure to be followed by the Contractor for construction activities including
handling of equipment, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative
list of procedures
- Owner/PMC review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Job Safety Analysis for high risk jobs
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training Programmes at project site
- HSE Awareness Programmes, at project site
- Reference to Rules, Regulations and statutory requirements.
- HSE documentation viz reporting, analysis & record keeping.

12.2 During Job Execution

Contractor shall implement approved Health, Safety and Environment management programme.
Contractor shall also ensure the following :

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 119 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

To arrange workmen compensation insurance, registration under ESI Act, third party liability
insurance, registration under BOCW Act, etc, as applicable.
To arrange all HSE permits before start of activities (as applicable), like permits for hot work,
working at heights, confined space, Radiation Work Permit, Demolishing/ Dismantling Work
Permit, Permit for erection/modification & dismantling of scaffolding, Permit for heavy lift/critical
erection, Permit for energy Isolation & De-isolation” ,storage of chemical / explosive materials &
its use and implement all precautions mentioned therein. In this regard, requirements of Oil
industry Safety Directorate Standard No. Std -105 "Work Permit Systems” shall be complied with
while working in existing Oil or Gas processing plants. List of the persons involved shall be
maintained as annexure to the work permit issued for a particular activity.

To submit, timely, the completed checklist on HSE activities, Monthly HSE report (as attached) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per Owner/PMC requirements.
Compliance of instructions on HSE shall be done by Contractor and informed urgently to
Owner/PMC. that his top most executive at site attends all the Safety Committee/HSE meetings
arranged by Owner/PMC and carries out safety walk through regularly. Only in case of his absence
from site that a second senior most person shall be nominated by him, in advance, and
communicated to Owner/PMC for performing the above tasks.

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

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

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

Arrange testing, examination, inspection of own as well as borrowed construction equipment

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 120 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

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

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

Arranging HSE training for site workmen (of his own & sub-contractors) through internal or external
faculty at periodical intervals. Assistance & cooperate during HSE audits by Owner/PMC or any
other 3rd party and submit compliance report.

Generate & submit of HSE records/report as per this specification. apprise Owner/PMC on HSE
activities at site regularly. Carry-out all dismantling activities safely, with prior approval of
Owner/PMC representative.

The Contractor shall ensure that “Hot works” and painting works do not continue at the same place
/ location at project site for which chance or probability of “fire” incident exists.

12.3 During Short Listing Of The Sub-Contractors

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

ATTACHMENTS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 121 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

1. Details of First Aid Box

S. N0. Description Qty.

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 122 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

23. Sodium Bicarbonate (20 gms.) 1 Pkt.


24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English & Local Language) 1 each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs

Box size: 14" x 12" x 4"


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

2. List of Statutory Acts & Rules Relating to HSE

❖ The Indian Explosives Act and Rules

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 123 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ The Motor Vehicle Act and Central Motor Vehicle Rules

❖ The Factories Act and concerned Factory Rules

❖ The Petroleum Act and Petroleum Rules

❖ The Workmen Compensation Act

❖ The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules

❖ The Indian Electricity Act and Rules

❖ The Indian Boiler Act and Regulations

❖ The Water (Prevention & Control & Pollution) Act

❖ The Water (Prevention & Control of Pollution) Cess Act

❖ The Mines & Minerals (Regulation & Development) Act

❖ The Air (Prevention & Control of Pollution) Act

❖ The Atomic Energy Act

❖ The Radiation Protection Rules

❖ The Indian Fisheries Act

❖ The Indian Forest Act

❖ The Wild Life (Protection) Act

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 124 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

❖ The Environment (Protection) Act and Rules

❖ The Hazardous Wastes (Management & Handling) Rules

❖ The Manufacturing, Storage & import of Hazardous Chemicals Rules

❖ The Public Liability Act

❖ The Building and Other Construction Workers (Regulation of Employment


and Condition of service) Act

❖ Other statutory acts Like EPF, ESIS, Minimum Wage Act.

3. Training subjects / topics

(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer /
employee

2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at
project site / Effect of incentive on accident prevention

3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be
held responsible for site accidents?

4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 125 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

5. Hazard Identification / Type of hazards / HIRAC

6. Behavioral Safety & Motivation

7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling

8. Occupational Health in Construction sector

9. Personal Protective Equipment – Respiratory & Non- respiratory

10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination

11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention

12. Machine Safety – Machine guarding / Maintenance

13. Transportation – Hazards & risks in transp. of materials / ODC consignments

14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety
requirements.

15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting /


Propaganda/Publicity.

16. Excavation – Risks & Dangers / Safety measures

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 126 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyard
Life savings. Safety Nets / Floor openings / line / Fall arrest

18. Hazards in Welding & important safety precautions

19. Gas Cutting – Hazards & safety measures

4. PENALTY TABLE

S.No Violation of HSE Norms or Requirements Penalty Amount

Deployment of workforce without site mandatory HSE


training i.e. HSE induction training or work at height
1 Rs. 5,000/- per occasion
safety or confined space safety or excavation safety,
etc. as per approved training matrix

Not medically examining the workers before allowing


them to work at height or to work in confined space or
to work in shot- blasting or to work for painting or to
2 work in bitumen or asphalt works, not providing ear Rs. 5,000/- per occasion per worker
muffs while allowing them to work in noise polluted
areas, made them to work in air polluted areas without
respiratory protective devices etc.

Failure to conduct workers skill or trade assessment


3 Rs. 5,000/- per occasion
prior to enjoyment at site

PPE noncompliance (Nose mask, Helmet, Shoes,


4 Goggles, Gloves, Full body harness, Face shield, Rs 100/- per Day per Item per Person
Boiler suit, etc.)

5 Working without Permit To Work or clearance Rs 500/- per Occasion

Hot work without proper Permit or clearance or


6 noncompliance while carry out hot work activities Rs 1,000/ per occasion
withing live plant area

7 Unauthorized Road closure or blockage Rs. 500/- per occasion

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 127 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Non-display of scaffold tags, caution boards, list of


8 hospitals, emergency services available at work Rs.1,000/- per occasion per day
locations

Traffic rules violations like over speeding of vehicles,


rash driving, talking on mobiles phones during vehicle
driving, wrong parking, not using seat belts, vehicles
not fitted with reverse horn or warning alarms or
9 Rs. 500/- per occasion per day
flicker lamps during foggy weather, use of uncertified
vehicle, no driving license with driver, no banksman
while vehicle reversing, vehicle overloading,
noncompliance passenger vehicle

Violation of any other safety condition as per job HSE


Plan or Permit to Work and HSE conditions of contract
(e.g. using crowbar on cable trenches, improper
welding booth, not keeping fire extinguisher ready at
10 Rs. 5,000/- per occasion
hot work site, unsafe rigging practices, non-availability
of proper tools & tackle to carry out work activity safely
at site, not using hood with respiratory devices by
blaster for shot or grit blasting, etc.)

Carrying out sand blasting instead of grit or shot


11 Rs.50,000/- per day
blasting

Failure to comply any HSE conditions as per HSE


12 Rs. 500/- per occasion
Plan.

Execution of work without deployment of requisite field


13 Rs. 5000/- per violation per day
engineer or supervisor at work spot

Absence of Contractor’s site in charge or his


nominated representative (prior approval must be
taken for each meeting) from site HSE meetings
14 Rs. 10,000/- per meeting
whenever called by TIL or IOCL & failure to nominate
immediate deputy (in the site-organogram) for such
HSE meetings

Working at height without full body harness, use of


non- standard or rejected scaffolding and not
15 arranging fall protection arrangement as required, like Rs. 300/- per case per day.
hand-rails, life-lines, safety nets etc., non compliance
on DROPS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 128 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Unsafe electrical practices (not installing ELCB, use of


poor joints of cables, use of naked wire without top
plug into socket, laying wire or cables on the roads,
16 Rs. 500/- per item per day.
electrical jobs by incompetent person, etc.), non
deployment of competent electricians, poor cable
management

Non-provision of firefighting equipment as per permit


17 Rs. 500/- per item per day
conditions

Unsafe handling of compressed gas cylinders (No


trolley, jubilee clips double gauge regulator and not
18 keeping cylinders vertical during storage or Rs. 200 per item per day
transportation or handling, non availability of safety
cap on cylinder(s))

Use of domestic LPG for cutting purpose or non


19 availability of ISI approved flash back arresters on both RS. 500 /- per occasion
the hoses or tubes on both ends

20 Non-compliance while confined space work activity Rs. 25,000/- per occasion

Utilization of hydra or back-hoe loader for material


21 shifting or any other unauthorized or unsafe lifting Rs. 25,000/- per occasion
works

Use of non TPI certified lifting tools or tackles or


22 Rs. 25,000/- per occasion
equipment or use of damaged lifting gears

Carrying lifting operation without approved lift plan or


23 Rs. 25,000/- per occasion
non deployment of Lifting Forman for lilting activities

No fencing or barricading of excavated areas or


24 Rs. 500/- per occasion
trenches

Not providing shoring or shielding or proper slope as


25 per soil classification and not keeping the excavated Rs. 1,000/- per occasion
earth at least 1.5 meters away from excavated area

26 Poor House Keeping Rs. 500/- per day

Failure to conduct daily site safety inspection (by


Contractor’s HSE Engineers or HSE Officers) or
27 internal HSE meeting or internal HSE Awareness or Rs. 10,000/- per occasion.
Motivation Program or Site HSE Training or HSE audit
at predefined frequencies (as approved in HSE Plan)

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 129 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Failure to maintain HSE records in line with approval


28 Rs.10,000/- per month
HSE Plan or Procedures or Contract Specifications

Failure to report & follow up incident reporting system


29 Rs. 20,000/- per occasion
within specific timeframe

Failure to submit the monthly HSE report by 28th of


30 Rs. 10,000/- per occasion and
month to TIL

Failure to deploy adequately qualified and competent


31 Rs. 5000/-per week
HSE manpower resources

Failure to carry-out safety audit in time (internal &


32 external), close-out of identified shortfalls of Rs. 20,000/- per occasion
Observations of Safety Aspects etc.

Degradation of environment (not confining toxic spills,


33 Rs. 10,000/- per occasion
spilling oil or lubricants onto ground)

Failure to conduct Environmental monitoring i.e. Air


monitoring or groundwater monitoring or Illumination
34 Rs. 10,000/- per occasion
monitoring or Noise monitoring or non - compliance
with waste management plan

Any incident at project site has been caused because


of willful negligence or gross violation of safety
35 Rs 10,00,000/- per occasion
measures or provisions on the part of the contractor or
any of its sub-agencies

Failure to implement HSE aspect i.e.. Conducting daily


Tok box talk or weekly mass tool box talk or
36 participation in weekly HSE walk round or mock drill or Rs. 5,000/- per occasion
HSE inspection / audit action item closure out, etc. as
per site HSE plan.

Non provision of welfare facilities such as rest shelter


37 Rs. 5,000/- per occasion
or toilet or urinal or waste bin, etc.

Non provision of medical facilities such as medical first


aid room or emergency vehicle or first aid boxes or
38 failure to replenish of first aid box items or non Rs. 5,000/- per occasion
availability of sufficient numbers of trained first aid
personnel at site

39 Failure to implement HSE promotional activities i.e.. Rs. 5,000/- per occasion
HSE Campaign or event celebration or implementation

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 130 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

of incentive scheme to promote safe work behaviors or


disciplinary scheme for HSE non-compliance etc.

Failure to provide illumination at site as per approved


40 Rs. 5,000/- per occasion
HSE plan

5. ON-SITE HSE ACTIVITIES PROGRAM (TYPICAL)

ITEM FREQUENCY REMARKS


1) HSE Meetings

HSE Steering Committee Monthly & as High Mgmt (Site and/or office) and HSE Mgrs of
Meeting required Contractor and client

HSE Mgmt. of Subcon’s, Contactor and Client. Every


Weekly Subcon’s’ HSE
Weekly 4 weeks Site Mgmt of Subcons’, Contractor and
Meeting
Client are invited also

Weekly Mgmt Contractor Attendance of HSE Mgrs in the weekly Mgmt


Weekly
& Client meeting Contractor and Client meeting

Weekly Contractor Mgmt Weekly Attendance of HSE M in the weekly Contractor Mgmt
Meeting Meeting

Weekly Construction / Attendance of area Contractor and Subcontractor


Commissioning Meetings Weekly HSE Spdt / Mgr in the weekly Construction Meeting
by area by area

Contractor HSE Dept. Every 2 weeks All Contractor HSE Dept members
meeting
Task Instructions Daily Supervisors, Foremen, Workers, HSE SVs

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 131 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

ITEM FREQUENCY REMARKS


2) HSE Training
HSE Induction Training Daily or as for all new entrants
CONTRACTOR required
Continuous for all employees
PULSE Program
HSE personnel specific
training + Final written Immediately as For all Contractor and Subcontractors new HSE
test (eliminatory) + On required personnel entrants
job training
All Site specific HSE As per weekly HSE for all employees depending of their job and work
Training modules training schedule specificities

Yearly for each All Subcontractors and Contractor HSE


First-aid Training
trainee personnel + Security Supervisors & Managers

Specific HSE trainings Eg. rescue at height, firefighters, car


(by external training As required
demarcation, gas testers calibration, etc.
organisms)

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 132 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

ITEM FREQUENCY REMARKS


3) HSE Inspection
and Audit

Equipment (type ?)
At bringing onto Site by Sub-contractor’s’ inspectors
Inspection

Monthly/Periodic by Sub-contractor’s’/suppliers’ inspectors

Equipment Pre-use
Daily by operators/users of equipment/facilities
Inspection

General HSE Inspection Daily and as by Contractor’s supervisors/foremen/HSE staff


required

LPI System (loss by CM, Const. SVs, and others assigned HSE
Weekly
prevention inspections) Contractor’s staff

Weekly areas
walkthroughs and By subcontractors / contractor / client Mgrs and HSE
Weekly
weekly management staff
Site walkthrough

Weekly welfare By subcontractors / contractor Admin, Safety,


Weekly
inspections Environment and Medical staff

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 133 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

External HSE Audit of


Contractor/ Yearly by CONTRACTOR HSE Committee & HSE MO
Subcontractors

Internal HSE Audit of


Every six months by Contractor HSE specific personnel
Sub-contractors

4) Work Permit Daily or as for all work required locations by PTW system
required
5) Sanitation & Health Service

Physical Examination As required for employees involved in health hazards

Potable Water Test Monthly Quality test by authorized laboratory

-Camps, Kitchen & Toilets Monthly Camp Manager, HSE SVs

Site Toilets Weekly or as HSE SVs


required
6) HSE Reporting
Incident / Accident Notifications Immediate and from Contractor HSE M to SM and client
as per procedure
Daily HSE Report Daily from Contractor HSE SVs to HSE M
- from Subcontractors to Contractor HSE M and
Weekly HSE Report Weekly - from Contractor HSE M to client and to
Contractor Project Control Department
Weekly Welfare Inspections Report Weekly From Contractor Admin. Department to SM and
HSE M
Training Report Weekly from Contractor Trainer Coordinator to HSE M

Monthly HSE Report Monthly from Contractor HSE M to PM and HSE MO

Monthly HSE Equipment Inspection Monthly from Inspectors to HSE M & CMs
Report

HSE Audit Report As required from auditors to PM, SM & HSE MO

7) Housekeeping
Work Site areas Daily by every work crew after day’s work

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 134 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Common Site areas (eg. Roads) Weekly by designated personnel

Waste disposal As required by designated teams

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 135 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

6. TYPICAL TRAINING MATRIX

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 136 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

7. CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES


TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning signal
EXCAVATION Provide at least two entries/ exits. Provide
escape ladders.
Pit Excavation
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
Breathlessness required.
Buried Keep soil heaps away from the edge equivalent
to 1.2m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain at least 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of
0.5m width at every 1.5m depth of excavation in
all soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Start digging manually to locate the exact
Pipeline position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as s above Can cause Prevent ingress of water Provide ring buoys
beyond 3.0m plus drowning Identify and provide suitable size dewatering
Flooding due to situation pump or well point system
excessive rain/
underground
water
Digging in the Building/Structur Obtain prior approval of excavation method from
vicinity of e may collapse local authorities.
existing Building/ Loss of health & Use under-pining method
Structure wealth Construct retaining wall side by side.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 137 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Movement of May cause Barricade the excavated area with proper lighting
vehicles/ cave-in or arrangements
equipment’s slides. Maintain at least 2m distance from edge of cut
close to the edge Persons may get and use stop blocks to prevent over-run
of cut. buried. Strengthen shoring and strutting

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 138 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

TYPE OF HAZARD EFFECT OF


ACTIVITY PREVENTIVE MEASURES
HAZARD
Narrow deep Same as above plus May cause severe Battering/benching of sides Provide escape ladders
excavations for Frequent cave-in or injuries or prove
pipelines, etc. slides fatal
Flooding due to Hydro- May arise Same as above plus
static testing drowning Bail out accumulated water Maintain adequate
situation ventilation.
Rock by Improper handling of May prove fatal Ensure proper storage, handling & carrying of
excavation explosives explosives by trained personnel.
blasting Comply with the applicable explosive acts & rule.
Uncontrolled explosion May cause severe Allow only authorized persons to perform blasting
injuries or prove operations.
fatal Smoking and open flames are to be strictly prohibited

Scattering of stone Can hurt people Use PPE like goggles, face mask, helmets etc.
pieces in atmosphere

Rock excavation Entrapping of persons/ May cause severe Barricade the area with red flags and blow siren
by blasting animals. injuries or prove before blasting.
(Contd) fatal
Misfire May explode Do not return to site for atleast 20 minutes or unless
suddenly announced safe by designated person.
Piling Work Failure of pile- driving Can hurt people Inspect Piling rigs and pulley blocks before the
equipment beginning of each shift.

Noise pollution Can cause Use personal protective equipment’s like ear plugs,
deafness and muffs, etc.
psychological
Extruding rods/casing imbalance.
Can hurt people Barricade the area and install sign boards Provide
first-aid
Working in the vicinity Can cause Keep sufficient distance from Live-Electricity as per
of 'Live- Electricity' electrocution/ IS code.
Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the injured
(B) Air pollution by cement May affect Wear respirators or cover mouth and nose with wet
CONCRETING Respiratory cloth.
Handling of ingredients Hands
System may get Use gloves & other PPE.
injured
Protruding Feet may get Use Provide platform above reinforcement for
reinforcement rods. injured movement of workers.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 139 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipment’s and proper
electrical mixers, electrocution/ functioning of electrical circuit before
vibrators, etc. asphyxiation commencement of work.
not done.

Falling of Persons may get Use hard hats


materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours
Continuous Cause tiredness of Insist on shift pattern
pouring by same workers and may lead Provide adequate rest to workers between
gang to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of vibrator
Super-structure Same as above Shuttering/props may Avoid excessive stacking on shuttering material
plus Deflection in collapse and prove Check the design and strength of shuttering
props or fatal material before commencement of work Rectify
shuttering immediately the deflection noted during
material concreting.

Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc. Avoid
REINFORCEMEN binding of rods injured usage of shift tools
T Carrying of rods Workers may get Provide suitable pads on shoulders and use
for short injured their hands safety gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles Ensure
heights proper staging.
Checking of Rods may cut or injure Use measuring devices like tape, measuring
clear distance/ the fingers rods, etc.
cover with hands

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 140 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell down unnecessarily on cantilever rods Avoid wearing
standing on of loose clothes
cantilever rods.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 141 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

ACTIVITY TYPE OF EFFECT OF


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

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


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

Welding of tanks, Explosion may Empty & purge them before welding
container or pipes occur Never attach the ground cable to tanks, container
storing flammable or pipe storing flammable liquids
liquids Never use LPG for gas cutting

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 142 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

E) Ionizing Radiations may Ensure Safety regulations as per BARC/AERB


RADIOGRAPHY radiation react with the skin before commencement of job.
and can cause Cordon off the area and install Radiation warning
cancer, skin symbols
irritation, dermatitis, Restrict the entry of unauthorized persons
etc. Wear appropriate PPE and film badges issued by
BARC/AERB
Transportation Same as above Never touch or handle radiography source with
and Storage of hands
Radiography Store radiography source inside a pit in an exclusive
source isolated storage room with lock and key
arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried either
in passenger bus or in a passenger compartment of
trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil Aviation is
required for booking radio isotopes with airlines.

Loss of Radio Same as above Try to locate with the help of Survey Meter. Inform
isotope BARC/AERB (*)
(F) ELECTRICAL Short circuiting Can cause Use rubberized hand gloves and other PPE
INSTALLATION Electrocution or Fire Don't lay wires under carpets, mats or door ways.
ANDUSAGE Allow only licensed electricians to perform on
electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and equipment’s Do
not use damaged cords and avoid temporary
connections
Use spark-proof/flame proof type field distribution
boxes.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 143 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

(*) Atomic Energy Regulatory Board (AERB), Bhabha Atomic Research


Centre (BARC) Anushaktinagar, Mumbai – 400 094

TYPE OF EFFECT OF PREVENTIVE MEASURES


ACTIVITY
HAZARD HAZARD
Do not allow open/bare connections Provide all
connections through ELCB
Protect electrical cables/equipment's from water
and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees
underground prove fatal Maintain atleast 3m distance from HT cables All
transmission temporary cables should be laid atleast 750 mm
lines/cables below ground on 100 mm fine sand overlying by
brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/termination

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 144 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
PREVENTION become big and may prove fatal and shout "Fire, Fire"
AND ones and may Keep buckets full of sand & water/ fire
PROTECTION spread to the extinguishing equipment near hazardous
surrounding locations
areas Confine smoking to 'Smoking Zones' only. Train
people for using specific type of fire fighting
equipment’s under different classes of fire
Keep fire doors/shutters, passages and exit doors
unobstructed
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B)
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures
Stop all electrical motors with internal combustion

ACTIVITY TYPE OF EFFECT OF PREVENTIVE MEASURES


HAZARD HAZARD
Move the vehicles from dangerous locations
Remove the load hanging from the crane booms
Remain out of the danger areas.
Improper It may not extinguish Ensure usage of correct fire extinguisher meant for
selection of Fire the fire the specified fire (for details refer Appendix- C).
extinguisher Do not attempt to extinguish Oil and electric fires
with water. Use foam cylinders/CO2/sand or
earth.

Improper Same as above Maintain safe distance of flammable substances


storage of from source of ignition
highly Restrict the distribution of flammable materials to
inflammable only min. necessary amount
substances Construct specifically designed fuel storage
facilities
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation
Before welding operation, remove or shield the
flammable material properly
Store flammable materials in stable racks,
correctly labeled preferably with catchment trays.
Wipe off the spills immediately

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 145 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Short circuiting Same as above Can Don't lay wires under carpets, mats or door ways
of electrical cause Electrocution Use one socket for one appliance.
system Use only fully insulated wires or cables Do not
allow open/bare connections Provide all
connections through ELCB
Ensure earthing of machineries and equipment’s

(H) VEHICULAR Crossing the Personal injury Obey speed limits and traffic rules strictly Always
MOVEMENT Speed Limits expect the unexpected and be a defensive driver
(Rash driving) Use seat belts/helmets
Blow horn at intersections and during overtaking
operations.
Maintain the vehicle in good condition
Adverse Same as above Read
Do notthe road ahead
overtake and ride
on curves, to theand
bridges leftslopes
Keep the
weather wind screen and lights clean Do not turn at speed.
condition Recognize the hazard, understand the defense
and act correctly in time.

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed object
driving or an on-coming vehicle, hit the fixed object
operation Quit the steering at once and become a
passenger. Otherwise take sufficient rest and
then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving

Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm..
failure Proper maintenance of the vehicle as per
manufacturer instructions

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 146 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

(I) PROOF Bursting of May cause injury Prepare test procedure & obtain
TESTING piping Collapse and prove fatal CONSULTANT/Owner's approval
(HYDROSTATI of tanks Provide separate gauge for pressurizing pump
C/PNEUMATIC Tanks flying off and piping/equipment
TESTING) Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range
Provide safety relief valve (set at pressure slightly
higher than test pressure) while testing with air/
nitrogen
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 147 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters
Fall arrest and safety nets, etc. must be installed
Provide adequate working space(min. 0.6 m)
Tie/weld working platform with fixed support Use
roof top walk ladder while working on a slopping
roofs
Avoid movement on beams

May hit the Keep the work place neat and clean Remove the
scrap/material scrap immediately
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment from
levels and prove height. I.e. do not bomb materials
fatal All tools to be carried in a tool-kit Bag or on
working uniform Remove scrap from the planks
Ensure wearing of helmet by the workers working
at lower levels

(K) CONFINED Suffocation/ Unconsciousness, Use respiratory devices, if reqd.


SPACES drowning death Avoid overcrowding inside a confined space
Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc Fulfill
conditions of the permit

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 148 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Overloading Same as above Safe lifting capacity of derricks and winches written on them
of lifting shall be got verified
equipment’s The max. safe working load shall be marked on all lifting
equipment’s
Check the weight of columns and other heavy items painted on
them and accordingly decide about the crane capacity, boom
and angle of erection
Allow only trained operators and riggers during crane operation.

Overhead Can cause Do not allow boom or other parts of crane to come within 3m
electrical electrocution and reach of overhead HT cables Hook and load being lifted shall
wires fire preferably remain in full visibility of crane operators.

(M) Person can Person May Provide guard rails for working at height
SCAFFOLDI fall down sustain severe Face ladder while climbing and use both hands. Ladders shall
NG, injuries and extend about 1m above landing for easy access and tying up
FORMWORK prove fatal purpose
AND LADDERS Do not place ladders against movable objects and maintain
base at 1/4 unit of the working length of the ladder.
Suspended scaffolds shall not be less than 500 mm wide and
tied properly with ropes
No loose planks shall be allowed
Use PPE, like helmets, safety shoes, etc

Failure of Same as above Inspect visually all scaffolding materials for stability and
scaffolding anchoring with permanent structures.
material Design scaffolding for max. load carrying capacity.
Scaffolding planks shall not be less than 50X250 mm full
thickness lumber or equivalent. These shall be cleated or
secured and must extend over the end supports by at least
150mm and not more than 300mm
Don't overload the scaffolds
Do not splice short ladders to make a longer one. Vertical
ladders shall not exceed 6m.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 149 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Material can Persons working Remove excess material and scrap immediately Carry the tools
fall down at lower level in a tool-kit bag only
gets injured Provide safety nets

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 150 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD

(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTU negligence and casualty machines or electrical distribution system.
R AL danger of fall Avoid walking on beams at height
WORKS Wear helmet with chin strap and full body harness
while working at height.
Use hand gloves and goggles during grinding
operations
Cover or mark the sharp and projected edges Do not
stand within the operating radius of cranes

Lifting/ slipping Same as above Do not stand under the lifted load
of material Stack properly all the materials. Avoid slippage during
handling
Control longer pieces lifted up by cranes from both
ends
Remove loose materials from height Ensure
tightening of all nuts & bolts
(O)PIPELIN Erection/ Can cause injury Do not stand under the lifted load
E WORKS lowering failure Do not allow any person to come within the radii of
the side boom handling pipes
Check the load carrying capacity of the lifting tools &
tackles
Use safe Load Indicators Use appropriate PPEs

Other Same as above Wear gum boots in marshy areas


Allow only one person to perform signaling operations
while lowering of pipes
Provide night caps on pipes
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations
(P) GRIT Pollution in Can cause personal Ensure the blasting is done in enclosed shed. Keep
BLASTING neighboring injury safe distance while blasting operations. Wear positive
area, hit by grits pressure blast hood or helmet with view –window,
and high ear-muff/plug, gloves, overall or leather coat /apron,
pressure air rubber shoes.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 151 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

8. LOTO and Scaffolding Tags

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 152 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

9. HSE Reporting Format

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 153 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

10. Minutes of Meeting Format

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 154 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

11. Incident Reporting Format

INCIDENT REPORT

1. GENERAL INFO

TYPE OF REPORT * Preliminary Final

CASE TYPE * Accident Near Miss

INCIDENT
Company Incident Contractor Incident
OWNERSHIP*

INCIDENT TYPE * Work related Non-work related

REPORTING ENTITY Please select

PERSON IN CHARGE

2. FACTS

DATE* TIME ( HH: mm) *

LOCATION* PROJECT NUMBER / NAME *

RESPONSIBLE REPORTING
CLIENT*
CENTER

YES NO
INCIDENT
Access / Egress AUTHORITIES INFORMED If Yes, who?
CATEGORISATION

DESCRIPTION OF THE INCIDENT*

3. CLASSIFICATION

WORK ACTIVITY *

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 155 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

ACTIVITY *

CONTRACTOR / SUBCONTRACTOR INVOLVED

ACTUAL LOST* Harm to people ( proceed to 3.1)

Environment ( proceed to 3.2)

Fire / Explosion ( proceed to 3.3)

Occupational Illness ( proceed to 3.4)

Equipment damage

Project Schedule Impact

3.1 - HARM TO PEOPLE

COURSE OF EVENT Please select GENDER Please select

TYPE OF INJURY* AGE

EXPERIENCE IN POSITION
PART OF BODY HARMED*
(days)

EXPERIENCE ON
POSITION*
INSTALLATION /SITE (mths)

Please select SHIFT Please select


EMPLOYMENT CATEGORY

COMPANY* DAYS INTO TOUR

FOR LTI / RWC* (Estimate


HOURS INTO SHIFT
days lost)

3.2 – ENVIRONMENT

ENVIRONMENTAL DOMAIN * Please select VOLUME (litres) *

SUBSTANCE TYPE * Aviation fuel (litres) DURATION (min) *

ENVIRONMENTAL
INCIDENT CLASSIFICATION Please select
*

DESCRIPTION *

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 156 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

3.3 – FIRE / EXPLOSION

PRIMARY EXTHINGUSHING
FIRE TYPE * Please select
SYSTEM

IGNITION SOURCES VOLUME USED

DESCRIPTION

3.4 – OCCUPATIONAL ILLNESS

SEVERITY OF ILLNESS* Please select Exposure in present employment

AGENT / INFLUENCE Exposure in previous employment

TYPE OF ILLNESS Form completed

ORGAN SYSTEM Authorities notified

SEX Please select AGE

POSITION COMPANY Please select

EMPLOYMENT CATEGORY ORGANISATION

4. LOSS POTENTIAL *
POTENTIAL RECURRENCE/SEVERITY POTENTIAL RISK
Potential recurrence: A B C D E R Low (1- R Medium (16- R High (64-
Severity: 1 2 3 4 5 8) 32) 256)

FOLLOWING INCIDENTS HAVE TO BE IMMEDIATELY COMMUNICATED TO HEAD OFFICE

Major Incident High Potential Incidents (= 64) LTI

5. IMMEDIATE CAUSES – Report immediate causes at first instance. Consult the following list and describe more as needed.
Check below which causes best indicate reason for existence of acts and/or conditions identified. Add other causes if not
listed. Why it happened? – Which condition was under-standard? - Generally more than one.

PEOPLE ORGANIZATION

Bypassed control / defense Inadequate permit / not following permit


1P 18O

Disabled / removed guard / warning system /


2P safety device /shortcut 19O Poor job plan

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 157 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Failure to act ENVIRONMENT


3P

Failure to obey / see safety systems / controls /


4P barriers 20E Exposure to extreme / unexpected weather

Failure to secure Exposure to extreme temperature / humidity / dust


5P 21E

Inadequate pre-task checking Exposure to hazardous atmosphere


6P 22E

Inappropriate manual handling / use of equipment


7P / tools 23E Inadequate ventilation / light / illumination

Inappropriate position of person(s) Natural effects (flooding, landslides etc)


8P 24E

Incorrect loading / stacking Slippery or uneven surface / obstruction etc


9P 25E

Lapse, mistake, omission Unprotected height risk


10P 26E

Operated without authority / permission TECHNOLOGY


11P

Operating equipment / vehicle at improper speed


12P etc 27T Exposure to hazards e.g. fire, chemical, noise etc

Slips, trips, falls Falling / incorrectly placed objects / materials


13P 28T

Improper loading / storing / positioning of material


Under influence of alcohol / drugs
14P 29T / equipment

Ineffective guards / warning systems / safety


Unsafe / inappropriate act / horseplay
15P 30T device / PPE etc

Used faulty / defective tools / equipment Leakage (fuel, radiation, chemical, gas) etc
16P 31T

Worked on equipment in operation / live Plant / equipment status was not correct
17P 32T

Technical / mechanical failure / faulty equipment


33T etc

34T Undetected / unforeseen hazard / failure

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 158 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Immediate CAUSES - Report the immediate causes and describe more if needed

6. UNDERLYING CAUSES – Which specific human factor or work factor have leaded to immediate causes (at least one for
each immediate cause)? – Why that act or condition was present? - The root causes shall be removed by an action plan.
PEOPLE ORGANISATION

Deliberate infringement / violation / action Conflicting objectives / goals / standards


P1 O24

Extreme work demands / fatigue Financial, resource constraints / purchasing /


P2 O25 procurement

Followed usual custom & practice Inadequacies in shift handover


P3 O26

Illness / injury Inadequate correction of prior hazard / incident /


P4 O27 condition

Inadequate reaction to changing circumstances Inadequate leader knowledge,


P5 O28 ability/supervise./decision

Lack of attention / due care / poor work practice Inadequate planning / risk assessment
P6 O29

Lack of awareness / perception of risk Inadequate safety controls / warning systems /


P7 O30 signs

Lack of knowledge of task / procedure / permit Inadequate training / guidance provision /


P8 O31 qualifications

Lack of skill / knowledge / experience / training Inadequate work planning / programming


P9 O32

Miscommunication / inadequate communication Ineffective auditing / inspection / monitoring


P10 of instructions O33

Not following / incorrect following of standards / Ineffective identification of hazards


P11 procedures O34

Not using / incorrect use of PPE Ineffective management of change


P12 O35

Physical / mental capability / stress problems / Ineffective standards/


P13 fatigue O36 enforced/procedures/guidelines/ instruct.

Poor decision-making / judgment Lack of / ineffective job plans (toolbox talks etc) /
P14 O37 ptw

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 159 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Poor team relationships / dynamics / tensions Lack of accountability / responsibility


P15 (social / cultural) O38

TECHNOLOGY Lack of means of communication


O39

Design deficiencies Missing or inadequate job safety analysis


T16 O40

Excessive wear & tear of tools / equipment Poorly controlled contractors / external people
T17 O41

Improper identification of hazardous materials Security breach


T18 O42

Improperly prepared tools / equipment Unclear / conflicting lines of responsibility


T19 O43

Inappropriate equipment / vehicle for not fit for ENVIRONMENT


T20 purpose

Ineffective adjustment / repair / maintenance Inappropriate construction / layout


T21 E45

Ineffective fire / explosion / radiation / chemical / Insufficient / restricted access & exits
T22 electrical protection E46

Lack of correct tools / equipment / power Poor housekeeping / disorder


T23 E47

Underlying CAUSES - Report the Underlying causes and describe more if needed

7. 7. ROOT CAUSES– Report the Root Causes selecting the basic categorization and detailing describing the root causes
identified during the investigation.

P People O Organization

T Technology E Environment

Root CAUSES - Report the Root causes and describe more if needed

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 160 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

8. 8. CORRECTIVE ACTIONS– Report identified actions to remove root causes and prevent recurrence – Use the following
guideline as needed. Report in sequence of priority. Assign a target time and person/company responsible to complete the
corrective action and give fee-back of completion. Try to be S.M.A.R.T (Specific, Measurable, Achievable, Realistic, Timed)

DUE-
CORRECTIVE ACTION PLAN TO BE EXECUTED BY
DATE

9. ATTACHMENTS - Photos, Witnesses statement, Medical report, Other

N
TITLE DOCUMENT NAME
O

2
3
10. APPROVAL

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 161 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

APPROVED
WRITTEN BY CHECKED BY
REV. DATE STATUS BY
(name) (name)
(name)

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 162 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

12. Weekly HSE Walk around Report

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 163 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

13. Weekly HSE Training / Tool box Meeting

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 164 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

14. Vehicle Inspection Checklist

15. Job Hazards Analysis (JHA)

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 165 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

16. PRE-EMPLOYMENT MEDICAL FITNESS

A. For Contractor’s & Sub- Contractors Employees

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 166 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Examining doctor will issue a medical fitness certificate to the candidate. If any abnormality is
observed, it shall be clearly mentioned in fitness certificate. The copy of medical fitness certificate
along with reports will be kept at the site.

N.B. In case of abnormal finding, in consultation with OHA, he will be referred to concerned specialist
for his opinion and / or further investigations like USG, TMT etc.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 167 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

B. Fitness Criteria

To declare the candidate fit/temporary unfit / unfit, in all groups, following guidelines will be adopted
for issuance fitness certificate.

Abnormality Fitness Remarks

Color Vision Deficiency Fit Not to be placed where colour


differentiation is required.

Audiometry Fit Not to be placed in high noise


area

Vision (More than -4 D) Fit He/She may be considered fit


fulfilling following conditions:

1) He/She is advised to
undergo LASIK eye
procedure.
2) Post LASIK power of vision
should be less than -4.0D.
3) Post LASIK retinoscopy
report should be normal.
Severe Obesity (BMI > 35.0) Temp. Unfit Due to severe obesity he is
temporary unfit.

Diabetes (uncontrolled) Temp. Unfit Unfit until diabetes comes


under control

Hypertension (Uncontrolled) Temp. Unfit Unfit until blood pressure


comes under control

Pregnancy Temp. Unfit Unfit till the confinement

17. CONTROL MEASURES FOR ENVIRONMENTAL ASPECT

IMPACTS ON CONTROL
SR NO ACTIVITIES ASPECTS
ENVIRONMENT MEASURES

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 168 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Falling due to spreaded


material / spool pieces
Housekeeping /
Pollution due to waste Land Nuisance Segregation of waste /
material i.e. Damaged /pollution Disposal at authorized
cables, welding rods, sites
GENERAL ENV.
1 Gas cutting set hoses.
REQUIREMENTS

Noise due to pneumatic


hammer/other Air pollution Periodic maintenance
equipment

Possibility of failure ILand Nuisance Check capacity , route


MATERIAL
2 during handling of /pollution/Loss of & verify test
HANDLING
equipment/s resources certificate/s

PUC / Fitness
Smoke / pollution Certificates / Regular
Maintenance.

Other Special
Vehicle Maintenance requirements based
TRANSPORTATI Noise Pollution on the Material /
3 Equipment being
ON
transported.

Lub. Oil Spillage.

Excessive loading and Air /Land Avoid excessive


spillage Pollution loading

IMPACTS ON CONTROL
SR NO ACTIVITIES ASPECTS
ENVIRONMENT MEASURES

4 Power Air Pollution Monitoring of exhausts

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 169 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Store at defined place


Water & land
Oil and regular
pollution
maintenance.

Ensure the noise levels


Noise Air Pollution
as per regulation.
CONSTRUCTIO
N UTILITIES Water & land Proper Segregation,
Waste
pollution Storage and Disposal

Store at defined place


Air, Water & and regular
Water
Land Pollution maintenance. Proper
disposal

Excavated earth / Disposal at authorized


5 EXCAVATION Land Pollution
material location

Ensure the noise levels


Piling equipment Noise pollution
as per regulation.

Proper Segregation,
6 PILING Storage and Disposal at
Water & Land approved location
Pollution Periodic maintenance,
proper operation of
equipment

Ensure the noise levels


Pneumatic Equipment Noise pollution
as per regulation.
PNEUMATIC
7 Periodic maintenance
DRILLING
Resource Loss and Proper Operation
of Equipment

IMPACTS ON CONTROL
SR NO ACTIVITIES ASPECTS
ENVIRONMENT MEASURES

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 170 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Castables / Ceramic /
REFRACTORY / Mineral / Glass wool
material / etc. Disposal at authorised
8 INSULATION Land Pollution
location
WORKS
Scrap / Waste Material

Land
Leakage / Splash Proper Operation of
pollutiom/Air
during handling Equipment
pollution

9 PAINTING
Empty paint & thinner Water Pollution Disposal at authorised
Drums, Used brushes,
location
paint soaked dhotis
Land Pollution

Disposal at Authorised
Scrap and waste Water pollution location.
materials, Spillage of and Land
coolant pollution Secondary
10 GRINDING Containment.

Ensure the noise


Noise Air Pollution levels as per
regulation.

Disposal at Authorised
location.
Scrap and waste Land Nuisance /
11 WELDING
materials Pollution
Secondary
Containment.

Scrap and waste Land Nuisance /


materials Pollution
Disposal at Authorised
12 GAS
location.
Storage of Cylinders Air Pollution

Provide Ear Plugs


13 DRILLING Nosie Air Pollution
Noise Monitoring

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 171 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

Storage & Use of Air Pollution,


Radiographic Water Pollution Ensure the storage &
14 NDT
substance and Land use as per regulation.
Pollution

IMPACTS ON CONTROL
SR NO ACTIVITIES ASPECTS
ENVIRONMENT MEASURES

Air Pollution Use of appropriate


hood/ sand blaster
Dust
15 BLASTING hood Apron by
Water Pollution operators

High noise Air pollution Controlled exposure

Splashing of fluids Drained to OWS &


FLUSHING Land Pollution
then to ETP

Water
Drainage of Fluid used Drained to OWS &
& Pollution/Land
16 for testing then to ETP
pollution

TESTING Disposal of Waste Water Pollution Disposed to


Material, Empty
authorized location.
Containers Land pollution

SITE
Disposal of Hazardous Water Pollution Disposed to
CLEARANCE
Waste authorized location.
17 & Land pollution

HANDING Disposal of Non- Disposed to


Water Pollution
OVER Hazardous Waste authorized location.

18. SITE PERMIT TO WORK

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 172 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 173 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 174 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

19. ROUTINE ENVIRONMENTAL INSPECTION

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 175 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

20. Camp Hygiene Inspection

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 176 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 177 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 178 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 179 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

21. Daily Safety Checklist

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 180 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

22. Housekeeping Assessment & Compliance

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 181 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

23. INSPECTION FOR SCAFFOLDING

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 182 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


SPECIFICATION HEALTH, Project No. Document No. Rev. No. Page 183 of
SAFETY AND ENVIRONMENT 077154C001 077154C-000-PP-825 0 233

24. GUIDELINES ON PERSONAL PROTECTIVE EQUIPMENT (PPE)

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


Guidelines on Personal Protective Equipment (PPE)
INDEX

SN DESCRIPTION PPE TO BE USED Page No

1 Work at Height ( height > 2 M) Safety Shoe (A) 4-11


Full Body Safety Harness With shock
absorbers ( Two alternatives),
Shock absorbing lanyard double 'Y' type
Restrain Lanyard,
Rope Grab (In case of vertical life line
being used)
Helmet (A)
2 a) Excavation. Helmet (B) 12-13
Safety Shoe (A)
b) Fire pump Operation.

c) Testing of Pressure Gauge

3 Excavation involving dewatering Helmet (B) 14-18


works Gumboot
Gloves ( Two alternatives)
Goggles
4 Blast Cleaning Helmet (B) 19-26
Safety Shoe(A)
Goggles
Ear Muff
Gloves ( Two Alternatives)
Apron ( Three Alternatives)
Half face mask
5 Painting ( Confined space / Helmet (A) 27-30
external) Safety Shoe
Gloves ( Two alternative)
Half face mask
Apron (Two Alternatives)

1|P a g e
Guidelines on Personal Protective Equipment (PPE)

INDEX

SN DESCRIPTION PPE TO BE USED Page No

6 a) Working in Confined space Helmet (B) 31-32


Safety Shoe (A)
b) Testing of Gas sensor Gloves ( Two Alternatives)
c) Tank Gauging

d) De Gassing of LPG Cylinder

e) Shuttering works

f) Brick masonry

g) Handling of Battery

7 a) Road work. Helmet (B) 33-34


Gum Boot
b) Reinforcement Goggles
Gloves ( Two Alternatives)
c) Concreting

8 a) Grass Cutting Helmet (B) 35


Gum Boot
b) Blinding & de-blinding work

9 Electrical Work Safety Shoe (B) 36-38


Helmet (B)
Gloves (Electrical)
10 Working with possibility of Helmet (B) 39-41
Safety Shoe (A)
Goggles
Apron ( Two Alternatives)

2|P a g e
Guidelines on Personal Protective Equipment (PPE)
INDEX

SN DESCRIPTION PPE TO BE USED Page No

11 Welding and Cutting works Welding shield 42-44


Safety Shoe (A)
Apron Welding
Gloves (Welding )
Helmet (B)
12 Tank Cleaning Helmet (B) 45-47
Gum Boot
Apron ( Two Alternatives)
Gloves ( Two Alternatives)
13 Product pump house operation Helmet (B) 48-19
Safety Shoe (A)
Goggles
Gloves ( Two Alternatives)
14 DG Operation Helmet (B) 50
Safety shoe (B)
Ear muff
Electrical glove

1) Additional PPE to be provided for various activities as per requirement of Job Safety Analysis (JSA), OISD and
Statutory stipulations.
2) Training inputs as required to be given for proper usage, maintenance of PPE.
3) Various EN Standards / BIS codes mentioned are available on line on IOCL CO, HSE website.
This document is strictly for internal circulation of Indian Oil Corporation Limited. No part of this publication can be
reproduced or transmitted in any form or by any means, including electronic or mechanical, photocopying, recording, or any
information storage and retrieval system without permission in writing, from Corporate HSE Department, Indian Oil
Corporation Limited.

Issued in May 2017

3|P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be
(Pictorial Display) Against hazard wearing of PPE discard

1 Work at Height ( height I) Safety Shoe (A) The safety shoe shall have Striking Not suitable Exceeding one
> 2 M) Contd... following marking as per IS against for hazards like year from the
15298 ( part -2) : stationary Chemical burns date of first
, electrical use of the
object.
a) size; flash, welding shoe .
Striking by spark and heat sign of crack /
b) manufacturer’s moving object
identification mark; radiation damage .
Stepping on Not suitable if
c) Year of manufacture and
at least quarter; hot object it is necessary Excessive wear
d) License No ( CM/L) Stepping on to minimise
e) IS Mark sharp object electrostatic
As per
charges in the
A Typical specimen of marking. Penetration Manufactures
shortest
Category of Safety Shoe (S3 category) recommendat
possible time .
Water ions.
Not suitable
Category of Safety shoe
penetration for work in
(S1,S2,S3 etc) as required as explosive work
and
per Table 16 of IS 15298 (part area.
absorption.
2) : 2011
(S2 & S3
category)
S1 : Closed seat region,
Antistatic properties , Energy
absorption of seat region

S2 : S1 plus
Water penetration and water
absorption.

S3 : S2 plus
Penetration resistance (S3)
Cleated outsole

4|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not wearing of When to be
(Pictorial Against hazard PPE discard
Display)

Work at Height ( II) Full body Safety 1. The full body harness shall Accidental fall Shall be of no use Sign of
height > 2 M) Harness with energy conform to EN 361 if anchor point / crack /
Contd... absorber : Direct the loads to life line / lanyard damage/
( Alternative -I) Marking on the full body harness shall legs. is not properly stitching
conform to 2.2 of EN 365:1992 and any designed. giving
Lanyard along with 5 text shall be in English. In addition to Keeping body way
Point ( 1 Dorsal + 2 conforming to 2.2 of EN 365:1992 the upright. There should be
Textile loops+ 2 marking shall include the following. proper Webbing
sternal D ring) harness Prevent the neck arrangement for and rope
On the full body harness, a damage for cuts,
to be used for rescue rescue
pictogram to indicate that users tears,
or tower climbing
shall read the information supplied slightly opens the excessive
After accidental
by the manufacturer. breathing way. wear and
fall & before
safety harness damages
Prevents from
becoming
colliding with the If in doubt
effective, the
ground or structure “Throw it
person should not
in case of a fall. Out”
strike ground /
A capital letter “A” at each fall object. (Prevent
Antistatic As per
arrest attachment element; risk of bottoming
characteristics Manufact
out)
The model/type identification mark ures
of the full body harness; recomme
The number of this European ndations
Standard, i.e. EN 361. SAFETY BELT NOT
2. Connector shall conform to EN TO BE USED
362 and Marking on the connector
shall conform to EN 365. The
marking shall include:

The model/type identification mark


of the connector.
EN number & the letter of the
class e.g. EN 362:2004/A

5|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of Hazard of When to be


(Pictorial Against hazard PPE Not discard
Display) wearing of
PPE

Work at Height ( A Typical specimen of marking. Marking of major axis strength with gate closed &
height > 2 M) locked.
Contd...

CE marking Marking of Strength


EN Marking
Pictorgram

Please see required PPE of "Energy absorbing lanyard '' for


attaching to safety Harness. Energy absorbing lanyard
Capital letter A double 'Y' Type
marking at
attachment To be attached to full body harness at one end and life line
Element at other end
Must if full body harness being used for protection
against fall.
The total length of a lanyard connected to an energy
absorber (including terminations and connectors) shall
not exceed 2 m.

6|P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) Against hazard wearing of PPE

Work at Height ( III) Full body Safety Full body harness conforming to IS 3521 may be Accidental fall Shall of no use Sign of crack /
height > 2 M) - Harness with engery allowed in "Green field project" where antistatic Direct the loads if anchor point damage/
Contd... absorber (Alternative safety harness are not required. to legs. / life line / stitching giving
-II) Following marking to be ensured in case of IS Keeping body way
lanyard is not
marked full body Harness.
upright. properly
Prevent the designed. Webbing and
The name, trade-mark or other means of
neck damage rope for cuts,
identification of the manufacturer or the There should be
slightly opens tears,
supplier who is responsible for acting on behalf proper
the breathing excessive wear
of the manufacturer for claiming compliance arrangement
way. and damages
with this standard; for rescue
Prevents from After
Manufacturer’s product identification If in doubt
colliding with accidental fall
information that shall include the “Throw it Out”
the ground or & before safety
manufacturer’s batch or serial number that
structure in case harness
enables the origin of the item to be traced; As per
of a fall. becoming
The year of manufacture; The identity of the Manufactures
effective, the
fibre used as the material of construction; recommendati
person should
Information that states by appropriate means ons
not strike
the intended purpose of each attachment
ground /
element
object.
and to identify specifically those attachment
(Prevent risk of
elements that are designed to be used as part of
bottoming out)
a complete fall arrest system; and
Warning for not to deviate from the
SAFETY BELT
manufacturer’s instructions.
NOT TO BE
A Typical specimen of
Name of marking USED
Manufacture and ISI marked
other details Other details such full body
year of harness are
manufactures , not antistatic
ISI Mark and number batch number etc hence not
recommended
Material used
in running
plants.

7|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be
(Pictorial Display) Against wearing of PPE discard
hazard

Work at Height ( height Energy absorbing lanyard double Energy absorbing lanyard shall conform to Accidental Shall of no use Sign of cut
> 2 M) - Contd... 'Y' Type EN 355 and shall have the following Fall if anchor point / damage
marking : / life line is After every
To be attached to full body harness not properly fall.
at one end and life line at other a) On the energy absorber, a pictogram to As per
designed.
end indicate that users shall read the manufactur
Must if full body harness There should be
information supplied by the es
being used for protection manufacturer (see figure); proper recommend
against fall. arrangement ation.
The total length of a lanyard for rescue
connected to an energy After
absorber (including accidental fall
terminations and connectors)
shall not exceed 2 m. & before safety
harness
A Typical specimen of becoming
b) the maximum length allowed of the effective, the
marking
energy absorber including lanyard; person should
c) the model/type identification mark of
not strike
the energy absorber;
Model / Type and ground /
d) the number of this European Standard,
identification mark object.
i.e. EN 355.
(Prevent risk of
Year of manufacturing
The marking shall conform to EN 365 bottoming out)
and additionally shall include the
EN number following :

a. Means of identification, e.g.


manufacturer’s name, supplier’s
name, or trademark;
b. Manufacturer’s production batch or
serial number or other means of
Maximum length traceability;
c. Model and type/identification;
Pictogram d. Number and year of the document to
which the equipment conforms;
e. Pictogram or other method to
indicate the necessity for users to
read the instructions for use.

8|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) wearing of PPE
Against
hazard

Work at Height ( height IV) Restraint lanyard Lanyard shall conform to EN 354 (latest Accidental Shall be of no Check metal fittings for
> 2 M) - Contd... edition). Connector incorporated in fall - Lets a use if life line sharp edges, excessive
To be secured to lanyard shall conform to EN 362. worker & anchor wear, correct operation and
properly designed travel just points are not distortion.
anchorage Marking on the lanyard shall conform to far enough properly
EN 365 and, in addition, shall include at to reach the designed.
least the following: If in doubt “Throw it Out”
The restraint edge but not To ensure
that fall
lanyards need not a) the maximum lanyard length, in far enough
restraint
have shock accordance with 4.1.6; to fall over lanyards are
absorption element b) the month and year of manufacture. never used
incorporated in for the
them As per EN 365 marking shall include : purpose of
fall arrest
Means of identification, e.g. As per Manufactures
manufacturer’s name, supplier’s recommendations
name, or trademark;
Manufacturer’s production batch or
serial number or other means of
traceability;
Model and type/identification;
Number and year of the document to
which the equipment conforms;
Pictogram or other method to
indicate the necessity for users to
read the instructions for use.
Name of manufacture A Typical specimen of marking

Batch Number, serial


Number, Material,
Static strength,
Pictogram

Pictogram

9|P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
of PPE PPE
(Pictorial Display) Against hazard

Work at Height ( V) Rope Grab (in Rope grab shall conform to EN 353-2 : Accidental fall Shall be of Check metal fittings for
height > 2 M) - case of vertical 2002 & Marking on the guided type no use if sharp edges, excessive
Contd... lifeline being used) fall arrester and the flexible anchor The anchorage life line & wear, correct operation
line shall conform to EN 365 . In line in anchor and distortion.
The rope grab addition shall include the following: points are
connection
immediately grabs on with the given not If in doubt “Throw it Out”
Means of identification, e.g.
the line in the event rope grab properly
manufacturer’s name, supplier’s
of a fall , there by provides designed. Coloured tracer strand
name, or trademark;
arresting the fall Manufacturer’s production batch necessary which loses its colour in
or serial number or other means shock due course of time to
of traceability; absorption. show that the rope is now
Model and type/identification; is unfit for future use
Number and year of the
document to which the As per Manufactures
equipment conforms;
recommendations
Pictogram or other method to
indicate the necessity for users to
read the instructions for use.
A Typical specimen of marking

CE Marking

EN Number

Name of
Manufacture

Pictogram

Pictogram

Note : PPE mentioned at III, IV & V above may not be required simultaneously while working at height. These use shall depend upon type of activity
10 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) Against hazard wearing of PPE

1 Work at Height VI) Helmet (A) The helmet shall Shock absorption The protection given by a helmet Sign of crack /
( height > 2 M) conform to EN 12492 depends on the circumstances of the damage .
and shall have Penetration accident and wearing a helmet De-colouration
following markings : cannot always prevent death or failing in lab test to
Impact long term disability. be done every 1-2
There may be a foreseeable risk years depending on
a) the number of this
Within limits that helmets could become condition
European Standard;
trapped and thereby cause a risk cradle to be
b) the name or stipulated in EN
of strangulation. changed after
trademark of the 12492
manufacturer and/or Cannot provide protection against every one year
his authorized hazard like splash of hot liquid, On sustaining a
representative; work in hot area, cryogenic or severe blow even if
c) the designation of corrosive liquid , flying hot damage is not
the model; particles like chipping, welding, apparent
d) the year and direct fire hazard, contact with bare As per
quarter of live electrical conductor . Manufactures
manufacture; recommendations.
e) the size or size For cleaning,
range (in cm). maintenance or
disinfection, use only
substances ( No
Solvent) that have no
adverse effect on the
helmet and are not
known to be likely to
have any adverse
effect upon the
wearer, when
applied in
accordance with the
manufacturer’s
instructions and
information).

11 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

2 a) Excavation. I) Helmet (B) The helmet shall conform to either IS 2925 or Shock Absorption Resistance Not Sign of crack /
EN 397 Penetration Resistance suitable damage .
for hazards De-colouration
b) Fire pump Impact
a) The helmet conforming to IS 2925 shall like splash cradle to be
Operation. have following marking changed after
of hot
every one year
Protection as per EN 397 liquid,
c) Testing of Manufacturer’s name or trade-mark,
On sustaining a
work in hot severe blow
Pressure Shock absorption area, even if damage
Gauge Size of helmet. is not apparent
Penetration resistance cryogenic
or As per
The helmets may also be marked with Impact
corrosive Manufactures
the ISI Certification recommendati
Mark. The above protection shall be within the liquid ,
ons
limitations of various test as stipulated in flying hot
A Typical specimen of marking particles
IS 2925 /EN-397. For cleaning,
like
Marking for Optional test as per EN 397 as maintenance or
Name of chipping, disinfection, use
per clause no 7.2.2.
manufactures welding, only substances (
direct fire No Solvent) that
Each helmet shall carry moulded or hazard, have no adverse
impressed marking or shall carry a durable effect on the
contact
ISI Mark self-adhesive label stating the optional helmet and are
with bare not known to be
requirements complied with, as follows:
Optional requirement Marking/Label live likely to have any
electrical adverse effect
Very low temperature – 20 °C or – 30 upon the wearer,
conductor
Size °C as appropriate when applied in
Very high temperature + 150 °C accordance with
the
Electrical insulation 440 V a.c. manufacturer’s
Lateral deformation LD instructions and
Molten metal splash MM information).

12 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

2 Contd b) In case helmet conforming to EN 397 to be used to facilitate various


attachment for providing protection against hazards like splash of hot
a) Excavation. liquid, flying hot particles like chipping, welding, direct fire hazard
the following moulded or impressed marking to be ensured.
b) Fire pump
a) number of this European Standard ie 397
Operation. b) name or identification mark of the manufacturer;
c) year and quarter of manufacture;
c) Testing of d) type of helmet (manufacturer’s designation). This shall be marked
on both the shell and the harness;
Pressure
e) size or size range (in centimetres). This shall be marked on both
Gauge the shell and the harness.
f) abbreviation for the material of the shell shall be in accordance
with EN ISO 472. (For example, ABS, PC, HDPE, etc.)

A Typical specimen of marking


Type of Helmet

Name of
manufacture
Year of
EN Std Manufacture

CE Marking Size

II) Safety shoe-


(A)
Please refer (I) on page 4 Please refer (I) on
page 4

13 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
(Pictorial Display) Not wearing
Against hazard of PPE of PPE

3 Excavation work
Involving
I) Helmet as
per IS and EN
Please refer (I) on page 12 &13 Please refer (I) on
page 12 &13.
dewatering (B)
works : Contd..

14 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of When to be discard
Against hazard of PPE Not wearing
(Pictorial Display) of PPE

3 Excavation work II) Gum Boot -Safety The gum shall Striking against Not suitable for hazards exceeding one
Involving dewatering conform to IS 12254 stationary like Chemical burns , year from the
works : Contd and have following object. electrical flash, welding date of first use of
marking : spark and heat radiation the shoe .
Striking by
Not suitable if it is
moving object necessary to minimise
Name of the Stepping on electrostatic charges in sign of crack /
manufacturer or sharp object the shortest possible time damage / cut
its recognised Water, alcohols, .
trade-mark, if acids and Not suitable for work in Excessive wear
any; alkalise explosive work area.
A Typical specimen of
Size No.; As per
marking
Batch No., and Manufactures
Month and year recommendatio
of manufacture. ns

Size

Month and year of Name of


manufacture Manufactures

ISI Mark

15 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Typical Industrial Limitation Hazard of Not When to be discard
(Pictorial Display) Operation of PPE wearing of PPE

Excavation work III) Goggle : The goggles shall conform to • surround the Limitation exceeding one year from
Involving dewatering EN 166 and EN 170 & shall have eye area, : the date of first use of the
works : Contd.. following markings : give more Uncomfort goggles .
protection in able to
situations wear with sign of crack / damage .
Marking on the lens as
where one other head
Impact resistance (B)
encounters gear like Excessive wear
Optical Class (1) , anti
splashing helmet, As per Manufactures
fogging (N), Anti Scratch
liquids, ear muffs
resistance (K), no 2-1.2 recommendations
fumes, or
marked 2C
vapors, respirator
shade as per EN 170,
powders,
A Typical specimen of marking Manufacture's Name CE and
dusts, and
any other point as per
mists
discretion of IOCL in line
with EN 166 and 170

CE Marking

Optical Class
Scratch Resistance
Manufacture Name

16 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

3 Excavation work IV) Gloves Gloves shall conform to EN Tear Not suitable
Involving dewatering 374 and 388 & gloves shall cut for hazards sign of crack / damage
works : Contd.. Alternative - I : Gloves as have the following markings Abrasion like electrical / cut
per EN stand 374 and 388. as per as per EN 420 Puncture flash, welding
spark and heat Excessive wear
a) Name, trade mark or radiation
other means of IMPORTANT All gloves
identification of must be thrown away
manufacturer or his (in the hazardous waste
authorized representative; bin if required) no more
b) Glove designation than 8 hours after
(commercial name or code initial contact with the
allowing the user to identify chemical.
clearly the product within the
manufacturer's/authorized Achieving date of
A Typical specimen of representative's range); obsolescence
marking c) Size designation;
As per Manufactures
d) Date of obsolescence a if recommendations
Name of Manufacture
applicable per clause 7.2.3
CE Marking
e) Pictogram (s) appropriate
Size to the standards WARNING If you work
accompanied by the with moving machine
EN Number and reference of the applicable parts, choosing a glove
pictograms standards and performance that is the right size and
levels which shall always be made from a less durable
EN Pictogram in the same fixed sequence as material is vital, since
defined in the corresponding the glove easily tears
standard apart if you get caught in
the machinery.
Cat -III Certificate to be
ensured.

17 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

3 Excavation work Alternative - II Alternative -II Light Not suitable sign of crack / damage / cut
Involving dewatering handling for hazards
works : Contd.. Gloves as per IS Alternatively Gloves shall operation like electrical Excessive wear
6994. conform to IS : 6994 (Part I) - flash, welding
1973 & shall have the Tear spark and heat As per Manufactures
following marking . radiation recommendations
Puncture
a) The manufacturer’s name
or recognized trade-mark; Cut
IMPORTANT All gloves must be
b) The type and nominal size
thrown away (in the hazardous waste
of the gloves;
bin if required) no more than 8 hours
after initial contact with the chemical.
C) Year of manufacture; and

d) Where applicable, the


words ‘light mass’, ‘medium WARNING If you work with moving
mass’, or ‘heavy mass ‘ machine parts, choosing a glove
that is the right size and made
The gloves may also be from a less durable material is
marked with the Standard vital, since the glove easily tears
Mark.
apart if you get caught in the
Light Abrasion ix of table 2 machinery.

Recommended type of
Gloves. is 1, 2, 8, 14. 15. 16

As of May 2017 there is no party having BIS license. Use of this product is permitted assuming that in future some party
may get BIS license.

18 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality Typical Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) assuran Industrial Against hazard of PPE discard
ce Operation

4 Blast cleaning
(confined space
-
/
I) Helmet (A)
Please refer (VI) on page 11 Please refer
(VI) on page
external)
11

II) Safety Shoe


Please refer (I) on page 4 Please refer
(I) on page 4

III) Goggle
Please refer (III) on page 16 Please refer
(III) on page
16

19 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

4 Blast cleaning - IV) Ear Muff of suitable Ear muff shall conform to EN 352 Extreme noise Over 8 hours Ear muff with
(confined space / size shall have following marking : Noise induced may be cracked, cut,
external) - Contd hearing losses uncomfortabl or missing
"Medium size range "fit a) the name, trade mark or other e in hot gaskets
satisfactorily in majority identification of the environments
Permissible Noise manufacturer or his authorised Note : . Excessive wear
of Industrial Application
exposure as per representative; In addition to hearing & tear
OSHA 29 CFR b) the model designation; loss, excessive noise Eyeglass
1910.95 c) the number of this EN exposure may wearers may Damage if any.
DB Hours Standard, i.e “EN 352” contribute to mental not get a As per
d) in the case of ear-muffs and physical stress, good seal Manufactures
90 8 intended by the manufacturer to certain illnesses, and Resonate
accidents recommendati
92 6 be worn in a particular (vibrate) at
orientation, an indication of the ons
95 4 lower sound
97 3 FRONT and/or TOP of the cups, frequencies
100 2 and/or an indication of LEFT and
102 1.5 RIGHT cup.
105 1
A Typical specimen of Check the NRR (Noise Reduction
110 0.30
marking Rating,) to ensure noise
115 0.15 or
less exposure within permissible
limits

Name of manufacture Model No

CE Marking

EN Number

20 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

4 Blast cleaning - (confined


space / external) Contd
V) Gloves
Please refer (IV) on page 17 Please refer (IV) on
page 17.
Alternative -I

Hand gloves -
involving high
pressure as per EN
388 and 374.

Blast cleaning - (confined


space / external) Contd
Alternative -II -
Gloves as per IS 6994
Please refer (IV) on page 18 Please refer (IV) on
page 18.

Gross Abrasion sr no. VIII of table 2

Recommended type of Gloves. is 2,8

21 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

4 Blast cleaning - VI) Apron The apron shall conform to EN 13892-1 and Protection to Not suitable Damage / infection exceeding
(confined space / shall have following markings : the full body for flame to skin etc six month
external) - Contd Alternative -I : Apron against airborne and Hot from the
as per EN 13982 -1 1. The marking shall be clearly visible and as solid material date of first
durable as adequate for the life of the particulates. use of the
clothing. apron .

a) name, trademark or other means of sign of


identification of the manufacturer; crack /
b) manufacturer's type number, identification damage .
number or model number;
c) type of this chemical protective clothing, Excessive
i.e. type 5; wear
d) reference number and date of publication of As per
this part of ISO 13982 (i.e. ISO 13982-1:2004); Manufactur
e) year of manufacture and, if appropriate, the es
expected shelf-life of the clothing (this recommen
information may be marked on every dations
commercial packaging unit instead of being
marked on every item of clothing);
f) size designation as defined in EN 340:2003, Do not use
Clause 6; compresse
g) pictogram showing that the suit is for d air to
protection against chemicals [ISO 7000-2414; clean as
see Figure 1 a)] and this will
pictogram to show that the manufacturer's create dust
instructions should be read [ISO 7000-1641; see in the air.
Figure 1 b)];
• Clean and
decontamina
te tarps and
other
equipment
on the
worksite.

22 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitati Hazard of When to be


(Pictorial Display) Against hazard on Not discard
of PPE wearing of
PPE
4 Blast cleaning - 2.
(confined space /
external) : Contd

Name of
Manufacture

A Typical specimen of marking


3. Apron / instructions shall have
Size
following pictogram indicating the
intended purpose . ( Table E-2 of EN
CE marking
340)
Other
information

Pictograms as per
EN

Year of manufactures

23 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

Blast cleaning - Alternative -II : Apron Alternative -II : Alternatively suit shall Protection to Not suitable for Damage / infection exceeding
(confined space / as per IS 4501 conform to IS : 4501 : 1981 shall have the full body flame and Hot to skin etc six month
external) Contd the following marking . against airborne material from the
solid date of first
The marking shall be particulates. use of the
clearly visible and as durable as apron .
adequate for the life of the clothing.
sign of
marked inside with manufacturer’s crack /
name or recognized trade mark, if damage .
any. The ink shall be non-irritating
to skin and shall not impair the Excessive
quality of aprons. wear
As per
The aprons may also be marked with Manufactur
the ISI Certification Mark. es
recommen
The finished material shall be white dations
or of a suitable colour on two sides
as agreed to between the purchaser
and the supplier. Do not use
As of May 2017 there compresse
d air to
is no party having BIS clean as
this will
license. Use of this create dust
product is permitted in the air.
assuming that in • Clean and
future some party decontamina
te tarps and
may get BIS license. other
equipment
on the
worksite.

24 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Blast cleaning - Alternative -III : Boiler Alternative -III : Cloth and stitching Protection to Not suitable Damage / infection exceeding six
(confined space / suit / coverall should be of good quality on visual the full body for flame and to skin etc month from the
external) Contd inspection against airborne Hot material date of first use of
solid the apron .
particulates.
sign of crack /
damage .

Excessive wear
As per
Manufactures
recommendations

Do not use
compressed air
to clean as this
will create dust
in the air.

Avoid
blasting in
windy
conditions to
prevent the
spread of any
hazardous
materials.

25 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Blast cleaning - confined VII) Half face mask 1. The half air mask shall conform to EN 140 Respiratory Not Silicosis Occupational Sign of crack /
space - Contd and shall have following : protection. suitable lung diseases. damage
A Typical specimen for heavy Excessive wear
of marking a) The manufacturer shall be identified by name, Protection gas Deposition of Damage of strap
trade mark or other means of identification. against inhaling concentrat particulate matter in After end of shelf life
b) All units of the same model shall be provided dust, etc. ion Lung. Change of filter /
with a type-identifying marking. cartridges at least
c) Size (if more than one size is available). every six month
d) The number and the year of this European Performance of the
Standard. ie EN 140 components may be
affected by aging
e) Where the reliable performance of As per Manufactures
components may be affected by ageing, means
recommendations
of identifying the date (at least the year) of
manufacture shall be given

Parts which are designed to be replaced by the Cleaning Always clean


authorized user and sub-assemblies with the half-mask after use.
considerable bearing on safety shall be readily First remove the filter
identifiable. and remove dust with
Name of Manufactures
compressed air. Use a
For parts which cannot reasonably be marked e.g. cloth to remove any
straps of head harness, the relevant information stubborn deposits. If
shall be included in the information supplied by necessary, dismantle
EN Number the manufacturer. the parts and rinse in
warm water
The end of shelf life may be indicated on packing with a small quantity of
CE Marking eg e.g. by the following pictogram. mild detergent. Never
use solvents. The inhale
and exhale valves should
be removed and cleaned
thoroughly .

26 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against of PPE wearing of PPE
hazard
5 Painting - confined space /
external
I) Helmet (A)
Please refer (VI) on page 11 Please refer (VI) on
page 11

II) Safety Shoe


Please refer (I) on page 4 Please refer (I) on
page 4

III) Goggles
Please refer (III) on page 16 Please refer (III) on
page 16

27 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

5 Painting -(confined space / external ) :


Contd
VI) Gloves
Please refer (IV) on page 17 Please refer (IV) on
page 17
Alternative -I

Hand gloves - involving


high pressure as per EN
388 and
374

Alternative -II - Gloves


as per IS 6994
Please refer (IV) on page 18 Please refer (IV) on
page 18
Spraying paints or cellulose lacquers sr no.
XIV of table 2 :

Recommended type of Gloves. is 1,8

28 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be discard
(Pictorial Display) Against hazard of PPE

Painting -(confined space /


external ) : Contd
V) Apron :Alternative -I
Apron as per EN 13982
Please refer (VI) on page 22 Please refer (VI) on
page 22 and 23
and 23

Alternative -II Apron as


per IS 4501
Please refer (VI) on page 24 Please refer (VI) on
page 24

29 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

Painting -(confined space / external VI ) Half face mask


Please refer (VII) on page 26 Please refer (VII) on
page 26

30 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality Protection Against Limitation of Hazard of Not wearing of When to be discard
(Pictorial Display) assurance hazard PPE PPE

6
a) Working in Confined I) Safety Helmet (B)
Please refer (I) on page 12 Please refer (I) on
page 12 &13
space
&13
b) Testing of Gas sensor

c) Tank Gauging

d) De Gassing of LPG
Cylinder

e) Shuttering works

f) Brick masonry
II) Safety Shoe (A)
Please refer (I) on page 4 Please refer (I) on
page 4

g) Handling of Battery

31 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Activity Required PPEs Quality Protection Limitation of PPE Hazard of Not When to be discard
(Pictorial Display) assurance Against hazard wearing of PPE

6 Contd.. III) Gloves


Please refer (IV) on page 17 Please refer (IV) on
page 17
Alternative -I : Hand gloves -
a) Working in Confined involving high pressure as per
space EN 388 and 374

b) Testing of Gas sensor

c) Tank Gauging

d) De Gassing of LPG
Cylinder

e) Shuttering works

f) Brick masonry Alternative -II Gloves as per IS


6994 Please refer (IV) on page 18 Please refer (IV) on
page 18

g) Handling of Battery Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8,


14. 15. 16

32 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation of Hazard of Not wearing When to be
(Pictorial Display) Against hazard PPE of PPE discard

7 a) Road work I) Helmet (B)


Please refer (I) on page 12 &13 Please refer (I)
on page 12 &13
b) Reinforcement
c) Concreting

II) Gum Boot


Please refer (II) on page 15 Please refer (II)
on page 15

III) Goggles
Please refer (III) on page 16 Please refer (III)
on page 16

33 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality assurance Protection Limitation of Hazard of Not wearing of When to be discard
(Pictorial Display) PPE PPE
Against hazard

7 Contd.. VI) Gloves


Please refer (IV) on page 17
a) Road work Alternative -I : Hand gloves -
b) Reinforcem involving high pressure as per EN
ent 388 and 374
c) Concreting

Alternative II as per IS 6994


Please refer (IV) on page 18

Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15. 16

34 | P a g e
Guidelines on Personal Protective Equipment (PPE)

N Activity Required PPEs Quality Protection Limitation Hazard of Not When to be discard
assurance Against hazard of PPE wearing of PPE
(Pictorial
Display)

8 a) Grass I) Gum Boot


Please refer (II) on page 15 Please refer (II) on
page 15
Cutting

b) Blinding
and de-
blinding
flange
work

II) Helment (B)


Please refer (I) on page 12 & 13 Please refer (I) on
page 12 &13

35 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE

9 Electrical works II) Safety Shoe (B) The safety shoe shall have following Striking against Not Exceeding
marking as per IS 15298 ( part -2) : stationary object. suitabl one year
Electrical sub-station current Striking by moving e for from the
carrying equipment a) size; work date of first
object
b) manufacturer’s identification mark; in use of the
Electrical explos shoe .
c) Year of manufacture and at least
resistance ive Sign of
quarter;
d) License No ( CM/L) work crack /
e) IS Mark area. damage
Excessive
Or wear
As per
A Typical specimen of marki Work Manufactur
activit es
ies recommend
requiri ations
ng
antista
tic
Category of Safety shoe (,S3 etc) as work
required as per Table 16 of IS 15298 (part
2) : 2011

The sole shall be regulated to


high voltage test upto 15 KV
voltage applied across the
sole for 1 min. Necessary test
certificate for this test from
FDI/NABL accreditated party
to be furnished .

36 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
(Pictorial Display) Against hazard of PPE PPE

9 Electrical works : II) Electrical Hand gloves The gloves shall be marked Type 2—For 1) Type of the Frequently
Electrical sub-station Insulating Rubber Electrical indelibly at the use at voltage PPE restricts used Gloves to
current carrying Gloves back with the following information not exceeding the maximum be re-tested at
equipment Contd as per IS 4770 1 100 ac rms voltage at intervals of not
Type 3— For which it can more than 6
Size and type of glove; use at voltage be used months.
Maximum working potential in not exceeding Gloves issued
Volts, 7 500 ac rms 2) Other for occasional
followed by the word ‘working’ Type 4—For precautions to use shall be re-
in brackets; use at voltage be taken while tested after
Identification of the source of not exceeding working on use or in any
manufacture; and 17 000 ac rms. electrical case at
Month and year of installation intervals of not
manufacture more than 12
moisture absorption certificate to months.
be checked. Gloves
Showing any
A Typical specimen of marking defects
As per
Manufactures
Manufacture Name recommendati
ons

Test Potential

Maximum working potential

Size

Type -1 Gloves not to used

37 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

9 Electrical works :
Electrical sub-
Helmet as per
EN 397
Please refer (I) on page 12 & 13 Please refer
(I) on page 12
station current and 13
carrying equipment
Contd

38 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

10 Working with possibility of


splashes of hot, cryogenic or
I) Helmet (B) as per EN
397
Please refer (I) on page 12 and Please refer
(I) on page 12
corrosive liquids
13 and 13

II) Safety Shoe


Please refer (I) on page 4 Please refer
(I) on page 4

III) Goggles
Please refer (III) on page 16 Please refer
(III) on page
16

39 | P a g e
Guidelines on Personal Protective Equipment (PPE)

Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard

Activity
(Pictorial Display)
10
Working with possibility of
IV) Gloves
Please refer (IV) on page 17 Please refer (IV)
on page 17
splashes of hot, cryogenic or Alternative -I : Hand
corrosive liquids. Contd gloves - involving high
pressure as per EN
388 and 374

Alternative - II
Please refer (IV) on page 18 Please refer (IV)
on page 18
Gloves as per IS 6994.
Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15.


16

40 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of PPE discard

Working with
possibility of
V) Apron
Please refer (VI) on page 22 &23 Please refer
(VI) on page
splashes of hot, Alternative -I Apron as 22 &23
cryogenic or per EN 13982
corrosive liquids
Contd

Alternative -II Apron as


per IS 4501
Please refer (VI) on page 24 Please refer
(VI) on page
24

41 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE

11 Welding and cutting work I) Helmet attachable welding a) Helmet mountable welding shield. Protection Exceeding
shield (A) Conforms to EN 175 during To be used only one year
Protective lens made of clear high welding. in conjunction from the
with safety date of
impact resistant. polycarbonate
Liftable helmet & first use
conforming to EN 166 and ANSI Z 87.1
welding lens should not be of the
polypropylene Impact Resistance Shell used goggles .
allows clear
conform to EN 175 F independently. sign of
view while
The welding shield shall be CE marked restricting crack /
Marking on protective shall be fully harmful dust However damage
visible particles. welding helmets on lenses
can be used Excessive
Ocular marking shall be as per clause independently. wear
9.2 of EN 166
As per
b) Welding Helmet with welding Shield
Manufact
Protective lens made of clear high ures
II) Welding Helmet with welding
impact resistant. polycarbonate recomme
Shield (B)
conforming to EN 166 and ANSI Z 87.1 ndations
polypropylene Impact Resistance Shell
conform to EN 175 F
Marking on protective shall be fully
visible
Ocular marking shall be as per clause
9.2 of EN 166

Name of Manufacture

CE Mark and EN Mark

Name of Manufacture EN166 FT

42 | P a g e
Guidelines on Personal Protective Equipment (PPE)
Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be
(Pictorial Display) Against hazard of PPE wearing of discard
PPE

11 Welding and cutting work :


Contd
II) Safety Shoe
Please refer (I) on page 4 Please refer
(I) on page 4

Helmet as per EN 397


Please refer (I) on page 12 & 13 Please refer
(I) on page
( in case Helmet
12 and 13
attachable
welding shield
being used)

43 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
(Pictorial Display) Against hazard of PPE wearing of PPE

11 Welding and cutting work III) Apron Apron shall conform to EN minimize Additional electrical insulation On contaminated with
Contd. ISO 11611 & shall have skin burns layers will be required where flammable material.
the following markings : caused by there is an increased risk of
sparks, electric shock; garments Manufacturers shall
classification: :
spatter, or meeting the requirements of include the
Class 1: the number and
radiation clause of en ISO 11611 ( 6.10) information that
year of this International are welder’s protective
Standard (ISO 11611) designed to provide clothing be cleaned
followed by the graphical protection against short term, regularly in
symbol shown in below accidental contact with live accordance with the
and the indication “Class electric conductors at manufacturer’s
1” and the indication “A1” voltages up to approximately recommendations.
or “A1 + A2” as 100 V d.c. After cleaning, the
appropriate for Limited any identified hazards against clothing shall be
Flame Spread; which the clothing is visually inspected for
intended to protect (e.g. any sign of damage.
Class 2: the number and
flames, molten metal spatter, Similarly, users should
year of this International
radiant heat, and short term be advised that if they
Standard (ISO 11611) accidental electrical experience sunburn-
followed by the graphical contact); for protective like symptoms, UVB is
symbol shown in Figure 1 clothing, a warning that penetrating.
and the indication “Class additional partial body In either case, the
2” and the indication “A1” protection may be required, garment should be
or “A1 + A2” as e.g. for welding overhead; repaired (if
A Typical specimen appropriate; garments practicable) or
of marking conforming to Class 2 shall replaced and
meet Class 2 for all consideration given to
the use of additional,
performance
more resistant,
EN ISO Number requirements; protective layers in
instructions for cleaning future.
shall be marked (e.g. on a
label). As per Manufactures
Class marking recommendations

44 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
(Pictorial Display) discard
Against hazard of PPE

12 Tank cleaning I) Helmet (B)


Please refer (I) on page 12 &13 Please refer
(I) on page 12
&13

II) Gum Boot


Please refer (II) on page 15 Please refer
(II) on page 15

45 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not When to be discard
Against hazard of PPE wearing of PPE
(Pictorial Display)

12 Tank cleaning Contd. III) Apron


Please refer (VI) on page 22-23 & Please refer (VI) on
page 22-23 & 24
Alternative -I Apron as per EN 24
13982

Alternative -II Apron as per IS 4501

46 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of When to be discard
Against hazard of PPE PPE
(Pictorial Display)

12 Tank cleaning : Contd IV) Gloves


Please refer (IV) on page 17 Please refer (IV) on page
17
Alternative -I : Hand
gloves - involving high
pressure as per EN 388
and 374

Please refer (IV) on page


Alternative - II
Please refer (IV) on page 18 18
Gloves as per IS 6994.

Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14. 15. 16

47 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard
(Pictorial Display)

13 Product pump house operation I) Helmet (B)


Please refer (I) on page 12 Please
refer (I) on
&13 page 12
&13

II) Safety Shoe


Please refer (I) on page 4 Please
refer (I) on
page 4

III) Goggles
Please refer (III) on page 16 Please
refer (III)
on page 16

48 | P a g e
Guidelines on Personal Protective Equipment (PPE)

SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing of PPE When to be
Against hazard of PPE discard
(Pictorial Display)

13 Product pump house operation


Contd
IV) Gloves :Alternative -I :
Hand gloves - involving
Please refer (IV) on page 17 Please
refer (IV)
high pressure as per EN on page 17
388 and 374 & 18

Alternative - II
Please refer (IV) on page
Gloves as per IS 6994. 18
Light Abrasion ix of table 2

Recommended type of Gloves. is 1, 2, 8, 14.


15. 16

49 | P a g e
Guidelines on Personal Protective Equipment (PPE)
SN Activity Required PPEs Quality assurance Protection Limitation Hazard of Not wearing When to be
(Pictorial Display) of PPE discard
Against hazard of PPE

14 DG Operation : I) Helmet (B) Please refer (I)


on page 12 &13
Please refer (I) on page 12 &13

II) Safety Shoe (B)


Please refer (II) on page 36 Please refer (II)
on page 36

III ) Ear Muff Please refer (IV)


Please refer (IV) on page 20 on page 20

IV) Electrical Gloves Please refer (IV)


Please refer (II) on page 37 on page 37

50 | P a g e
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 5

ANNEXURE A-VI

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 5

PROFORMA OF BANK
GUARANTEE (ADVANCE)

(On non-judicial paper of appropriate value)


To
Indian Oil Corporation Ltd. (Refineries Division)
---------------------------------------
-------------------------------
Dear Sirs,
WHEREAS INDIAN OIL CORPORATION LIMITED (REFINERIES DIVISION) (hereinafter called “The
Owner” which expression shall include its successors and assigns) has awarded
M/s _______________________________ (hereinafter called “The S U P P L L I E R / C O N T R A C T O R ”
which expression shall include its successors a n d assigns) the work of designing, manufacturing,
fabricating and supply of ____________________in terms of a contract as constituted by
LOA/Contract No._____________________ dated _______________________ issued by the
Owner to the SUPPLIER/CONTRACTOR (hereinafter called “The Contract” which expression include all
the amendments and/or modifications of the Purchase Order/Contract)
and whereas the Owner has agreed to advance the SUPPLIER/CONTRACTOR a sum of Currency
________ (Currency________________________________) herein after called “The Advance” as finance
assistance to the SUPPLIER/CONTRACTOR under the Contract on the condition, inter alia, that the
advance shall be secured by a Bank Guarantee as hereinafter appearing:
We _________________ Bank __________________ a Bank incorporated/ constituted under the laws
of ______________ and having its registered/principal office at __________(hereinafter called “The Bank”
which expression shall include our successors and assigns) in consideration of the aforesaid promises and
at the request of the SUPPLIER/CONTRACTOR DO HEREBY bind ourselves and our successors and
assigns, and irrevocably undertake to pay the Owner on first demand in writing without protest or demur or
proof or condition and without reference to the SUPPLIER/CONTRACTOR any and all amounts at any time
and from time to time claimed by you, as due to you under or in respect of the said advance, and demanded
by you from us, with reference to this undertaking up to an aggregate limit of Currency
_____________(Currency _________________)
AND, we, the Bank DO HEREBY further agree as follows

(i) The Owner shall have the fullest liberty without reference to the Bank and without affecting in any way
the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to
anywise vary the Contract and/or any of terms and conditions thereof or of or relative to the advance
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 5

and to extend time for the performance of the Contract and/or repayment of the advance or to postpone
for any time or from time to time the obligations of the SUPPLIER/CONTRACTOR and to waive or
postpone exercise of any of the rights available to the Owner against the SUPPLIER/CONTRACTOR
or to forebear from enforcing any of the terms or conditions of the Contract and/or the advance or any
security (ies) available to the Owner, AND the liability of the Bank shall remain in full force and effect
notwithstanding any exercise by the Owner of the liberty with reference to any or all the matters The
Owner shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise
vary the Contract and/or any of terms and conditions thereof or of or relative to the advance and to
extend time for the performance of the Contract and/or repayment of the advance or to postpone for
any time or from time to time the obligations of the SUPPLIER/CONTRACTOR and to waive or
postpone exercise of any of the rights available to the Owner against the SUPPLIER/CONTRACTOR
or to forebear from enforcing any of the terms or conditions of the Contract and/or the advance or any
security(ies) available to the Owner, AND the liability of the Bank shall remain in full force and effect
notwithstanding any exercise by the Owner of the liberty with reference to any or all the matters
aforesaid or by reason of time being given to the SUPPLIER/CONTRACTOR or any forbearance,
waiver, act or omission on the part of the Owner or any indulgence by the Owner to the
SUPPLIER/CONTRACTOR or any other act, matter or thing whatsoever which under the law relating
to sureties would have the effect of releasing the Bank from its liability hereunder or any part thereof,
AND the BANK DOTH HEREBY waive all rights at any time inconsistent with the terms of this
Guarantee/Undertaking.

(ii) It shall not be necessary for the Owner to proceed against the SUPPLIER/CONTRACTOR before
proceeding against the Bank and this guarantee/undertaking shall be enforceable against the
Bank as principal debtor notwithstanding the existence of any other security for any
indebtedness of the SUPPLIER/CONTRACTOR to the Owner (including relative to the
advance) and notwithstanding that any such security shall at the time when claim is made
against the Bank or proceedings taken against the Bank be outstanding or unrealized.

(iii) As between the Bank and the Owner for the purpose of this guarantee/undertaking the
amount claimed by the Owner from the Bank with reference to this guarantee/undertaking shall
be final and binding upon the bank as to the amount payable by the Bank to the Owner hereunder.

(iv) The liability of the Bank to the Owner under this guarantee/undertaking shall remain in full force
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 5

and effect notwithstanding the existence of any difference or dispute between the
SUPPLIER/CONTRACTOR and the Owner, the SUPPLIER/CONTRACTOR and the Bank
and/or the Bank and the Owner, or otherwise howsoever touching or affecting these presents
or the liability of the SUPPLIER/CONTRACTOR to the Owner, and notwithstanding the existence
of any instructions or purported instructions of the SUPPLIER/CONTRACTOR or any other
person(s) to the Bank not to pay or for any cause withhold or defer payment to the Owner under
these presents with the intent that notwithstanding the existence of such difference, dispute or
instruction, the Bank shall be and remain liable to make payment to the Owner.

(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank
or that of the SUPPLIER/CONTRACTOR or the Owner, or any irregularity in the exercise of
borrowing powers by or on behalf of the SUPPLIER/CONTRACTOR.

(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Owner to or upon
us up to midnight of provided always that if for any reason, the
SUPPLIER/CONTRACTOR is unable to complete supplies under the Contract, the Bank shall
at the request of the Owner and without recourse to the SUPPLIER/CONTRACTOR extend the
validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Owner’s statement that the SUPPLIER/CONTRACTOR is unable to complete
supplies under the contract shall be conclusive and final binding on us.

(vii) Notwithstanding anything contained herein:

a. The Bank’s liability under this Guarantee/Undertaking shall not exceed Currency. . . . . . .
. . . . . (Currency . . . . . . . . . . . . . . . . . . . . . . . . only),

b. This Guarantee/Undertaking shall remain in force up to . . ... and any extension(s) thereof;
and

c. The Bank shall be released and discharged from all liability under this
Guarantee/Undertaking unless a written claim or demand is issued to the Bank on or before
. . . . . . . . . . . . or the date of expiry of any extension(s) thereof if this Guarantee/Undertaking
has been extended.
(viii) The Bank DO HEREBY declare that Mr.__________ (name of the person signing on behalf
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ADVANCE BG FORMAT FOR


SUPPLIER/CONTRACTOR
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 5

of the Bank) who is ___________ (his designation), is authorized to sign this


guarantee/undertaking on behalf of the Bank and to bind the Bank thereby.

Dated this day of

Yours faithfully

For

Signature

Name &Designation

Name of the Branch

NOTE
1. This Guarantee/Undertaking is not to be witnessed.
2. This Guarantee is required to be stamped as an agreement according to the stamp duty act.
3. This Guarantee is required to be sent by SUPPLIER/CONTRACTOR’s Bankers directly to the Owner
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

ANNEXURE A-VII

QUALIFICATION AND EXPERIENCE OF KEY


SUPERVISORY PERSONNEL
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

QUALIFICATION AND EXPERIENCE OF KEY


SUPERVISORY PERSONNEL

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 4

SR. NO. CATEGORY QUALIFICATION & EXPERIENCE

Degree in Engineering with minimum 25 years or Diploma


in Engg. with 30 years of relevant experience in
construction. Out of the relevant experience, at least 10

RESIDENT CONSTRUCTION years should be as Resident Construction Manager.

1 MANAGER / RESIDENT
ENGINEER / SITE‐IN‐ CHARGE He should have successfully constructed &
commissioned multiple Process Units in Hydrocarbon /
Fertilizer/ LNG/Petrochemical/ On shore Oil & Gas
processing facilities.

Degree in relevant Engineering Discipline with minimum


15 years’ experience in Construction
LEAD DISCIPLINE ENGINEER or
2 Diploma in relevant Engineering Discipline with minimum
20 years’ experience in Construction.

Degree in Mechanical Engineering / Metallurgy with


minimum 15 years of experience in Welding / NDT (Non‐
Destructive Testing) plus Level‐II in RT (Radiographic
Testing)
3 LEAD WELDING / NDT ENGINEER
or
Diploma in Mechanical Engineering / Metallurgy with
minimum 20 years’ experience in Welding / NDT plus
Level–II in RT.
Degree in Engineering with 15 years or Diploma in Engg.
With 18 years of Construction Experience. Out of the
4 LEAD QA/QC MANAGER
experience, at least 5 years should be as QA/QC
Manager. (Refer Note-1 also)
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

QUALIFICATION AND EXPERIENCE OF KEY


SUPERVISORY PERSONNEL

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 4

Degree in Engineering With 15 years of experience in


Planning & Scheduling.
He should have experience of completing at least One
5 LEAD PLANNING ENGINEER
Process Unit in Hydrocarbon / Fertilizer/
LNG/Petrochemical/ On shore Oil & Gas processing
facilities.
Degree/Diploma in Engineering and Diploma in Industrial
Safety with minimum 15 years of relevant experience in
6 LEAD SAFETY OFFICER
Construction Safety.

Graduate in Science or Diploma in Engineering /


WAREHOUSE‐IN‐CHARGE /
Materials Management with 15 years of experience in
7 MATERIALS MANAGER
Warehousing / Stores Management of similar nature.

Degree in relevant Engineering Discipline with minimum 3


years’ experience in Construction
8 DISCIPLINE SUPERVISORS or
Diploma in relevant Engineering Discipline with minimum
6 years’ experience in Construction.

Degree in relevant Engineering Discipline with minimum 3


years’ experience or diploma in relevant Engineering
9 QUANTITY SURVEYORS Discipline with minimum 6 years’ experience in quantity
estimation, field measurement etc.

Note:
1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20 crores,
the lead QA/QC Engineer shall be a qualified internal auditor of ISO 9001.
2. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at Site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-
in-Charge.
1.0 PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL
Penalty for non-mobilization per day per person after the contractual mobilisation period /
mobilisation schedule agreed during Kick off Meeting / jointly agreed between contractor
and PMC / owner based on front availability etc.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

QUALIFICATION AND EXPERIENCE OF KEY


SUPERVISORY PERSONNEL

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 4

o INR. 5000/- for Resident Construction Manager/ Resident Engineer/ Site-in-


Charge;

o INR. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Lead Safety
Officer, Warehouse In-charge, Lead Discipline Engineer, Lead Welding/ NDT
Engineer and the Quantity Surveyor

Notes: (for Penalty clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of
penalty
b) Mobilized personnel shall not be demobilized till contractual completion or based
on consent of Engineer-in-Charge else penalties as above shall be applied.
c) Total of above penalties shall not exceed 3% of the Contract Price.
d) The above penalties are over & above all other contractual provisions for late
mobilization of resources.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ANNEXURE A-VIII

FORMAT FOR APPROVAL OF SUB- CONTRACOR


ANNEXURE A-VIII

FORMAT FOR APPROVAL OF


SUB- CONTRACOR
Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 3

SR.
DESCRIPTION CONTRACTOR RESPONSE
NO.
1. Name of Main Contractor
2. Name of Work, Location
3. Name of Proposed Sub-Contractor
4. Scope of Work to be Sub-Contracted (Brief)
Estimated Value of the Proposed Work to be Sub-
5. Contracted (INR)
6. Qualifying Criteria for Sub-Contractor
Similar Work experience in Hydrocarbon Industry

a) One Contract, each of 50% of estimated value of


proposed work to be sub-contracted (or)
I. b) Two Contracts, each of 40% of estimated value of
proposed work to be sub-contracted (or)
c) Three Contracts, each of 30% of estimated value of
proposed work to be sub-contracted (or)
Annual Turnover

a) The annual financial turnover during any of the last 3


II. years, ending 31st March /31st December of the
previous financial year, should be at least 60% of
estimated cost.
Experience and Financial Details of Proposed Sub-
7. Contractor
Contract value of similar work executed (as: evidenced by
work Order & Completion Certificate) during the last 10
I.
years.
The Annual Turnover during the last 3 years (as
II. evidenced by balance sheets)
Concurrent Commitments (including the works proposed
III. to be sub- contracted)

8. Criteria for Qualification of Sub-Contractor

I. Sr. No. 7(i) ≥ 6 (i) YES / NO

II. Sr. No. 7(ii) ≥ 6 (ii) YES / NO

III. Sr. No. 7(iii) ≥ 2 x Sr. No. 7(ii) YES / NO


ANNEXURE A-VIII

FORMAT FOR APPROVAL OF


SUB- CONTRACOR
Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 3

Based on above information, we M/s. (Name of Main Contractor) propose M/s.(Name of Sub-
Contractor) as our sub-contractor for the above-mentioned works.

We understand that notwithstanding above approval, we shall remain fully responsible for the
9. performance of the said sub-contractor and any failure of the sub-contractor shall not absolve/relieve
us of our responsibility to complete the works as per the terms of conditions of the Contract.

Note: Bidders to fill all the details in the above proforma. Further, Bidder shall also fill- in the details at
Sr. No. 5 above based on the estimated value of the proposed work to be subcontracted.

(SIGNATURE AND SEAL OF CONTRACTOR)


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 2

ANNEXURE A-IX

LIST OF LLI AND CRITICAL TAGGED ITEMS


ANNEXURE A-IX

LIST OF LLI AND CRITICAL TAGGED


ITEMS

Page 2 of 2
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

LIST OF CRITICAL TAGGED ITEMS

Sr.No Tag Nos Item Description

220/33kV, 115/140 MVA Power


1. 000-TR-101A
Transformer along with accessories.

220/33kV, 115/140 MVA Power


2. 000-TR-101B
Transformer along with accessories.

3. GIS-3 New 33kV GIS panel


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 12

ANNEXURE A-X

FORMAT FOR GUARANTEES

Page 1 of 12
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 12

A. GENERAL

1. GENERAL

1.1 This document describes the guarantee parameters, which the CONTRACTOR must fulfil to
meet his contractual obligations. The Cost of loading (during bidding) due to differential
guaranteed figures (if any) towards Technical parameter (Utility consumption etc.,), Price
reduction criteria for shortfall in the guarantee parameters and the Rejection criteria (during
project execution) of the various facilities being supplied by the CONTRACTOR under this
contract are outlined in this document.

CONTRACTOR to note that this document however, does not absolve the CONTRACTOR of
his responsibilities towards meeting the quality and performance linked guarantees outlined
extensively elsewhere in the bid document. Guarantee requirements as spelt out in this
document shall however; have to be demonstrated by the CONTRACTOR for acceptance of
the various facilities of the package by the Owner.

The guarantee parameters described herein are in addition to other warranties and guarantees
that are specified elsewhere in the scope of work and specifications that form part of the
Contract.

1.2 The guarantee parameters as outlined in this document shall be adjusted suitably in the event
of variation in the utility supply conditions, if any. CONTRACTOR shall furnish all calculations
as may be required for this purpose.

1.3 CONTRACTOR shall raise all necessary instruments and facilities as may be required to
establish the guarantee parameters during the performance tests. Owner's obligations in terms
of providing utilities etc. shall be limited to as outlined in the bid document. (Only at the B/L
without measuring instrument).

1.4 The total reduction in Price on all accounts as defined in the various clauses of this document
shall be limited to 10% of the total contract price. This ceiling does not include
repair/rectification/make-good guarantee covered in this document. The above reduction shall
be in addition to any other price reduction mentioned elsewhere in the tender document.

1.5 Owner's / Consultant's inspection or review of the CONTRACTOR's design / documents


/drawing or deviations shall in no way absolve the CONTRACTOR from his responsibilities
towards meeting the guarantees for the various systems outlined in this document.

1.6 CONTRACTOR shall guarantee the equipment / complete system for the design, materials,
workmanship, size, capacity, performance, quality of utility & their consumptions, efficiency
and compliance with various technical requirements forming the part of the CONTRACTOR'S
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 12

scope and outlined variously in the bid document. This guarantee shall also include the sub
ordered/bought out items forming a part of the CONTRACTOR’s supplies.

1.7 CONTRACTOR shall repair / replace any part of equipment/component/sub system /complete
system free of cost and without loss of time if :

1.7.1. There is fault in design or


1.7.2. There is defect in material or workmanship and / or it does not comply with fabrication
requirements or a wrong selection of material for the process requirements as
established, or
1.7.3. It fails to meet the size, capacity, performance and efficiency requirements or it is
identified that the material /equipment’s supplied is faulty, or
1.7.4. It does not comply with requirements of the bid package / Contract, or
1.7.5. The material supplied is damaged during transit or during execution of the work.

1.8 Contractor to submit sample calculation for guarantees along with their unpriced bids which
should include all constants / graphs and charts, as applicable.

1.9 Contractor to note that the data submitted vide point 1.8 will be utilized during guarantee test
run.

2. GUARANTEES ON ENGINEERING & WORKMANSHIP

2.1 CONTRACTOR shall guarantee the equipment / complete system for the design, materials,
workmanship, size, capacity, performance, quality of utility & their consumptions, efficiency
and compliance with various technical requirements forming the part of the CONTRACTOR'S
scope and outlined variously in the bid document. This guarantee shall also include the sub
ordered/bought out items forming a part of the CONTRACTOR's supplies.

2.2 ENGINEERING GUARANTEE

2.2.1 Design and Engineering is within the CONTRACTOR’s scope of work and the Plant shall be
executed based on the engineering performed, it shall be the prime responsibility of the
CONTRACTOR to carry out such design and engineering in accordance with good and sound
engineering practices using International Standards and Indian Codes & Regulations wherever
applicable to such design and/or engineering.

2.2.2 In case any error or omission in such design or engineering requires re-engineering which
results in any new requirements for equipment/ materials, the same shall be supplied and/or
re-engineering shall be carried by the CONTRACTOR within the scope of relative work and/or
supply and within the contractual period without extra cost to the OWNER or entitlement of
extension of time.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 12

2.2.3 The CONTRACTOR shall check and satisfy themselves with the Front End Engineering Design
Data provided in the tender for its accuracy, correctness and completeness and in case of
deficiency, CONTRACTOR shall inform the OWNER as well as CONSULTANT the
modifications proposed to be carried out to overcome the deficiency and rectify the same at no
extra cost. The CONTRACTOR, if required, shall carry out corrective technical studies and
engineering as may be required without any extra cost to the OWNER.

2.3 WORKMANSHIP GUARANTEE

2.3.1 Workmanship for manufacture and construction shall be carried out in accordance with the
stipulations of the Bidding Documents. Any rectification of any defective material supply or
defective work done shall be made good in accordance with the instructions of Engineer-in-
Charge without any extra cost or entitlement of extension of time to the CONTRACTOR or
shall, if so considered by the OWNER, be replaced by new equipment within the relative scope
of Work and/or supply.

2.3.2 The CONTRACTOR guarantees and accepts full responsibility for all materials (including
equipment and all components / parts) and works within the CONTRACTOR’s scope and/or
work including but not limited to:

a) Selection of materials
b) Material specifications and metallurgy as per Bidding Documents
c) Work specifications as per Bidding Documents
d) Fabrication/manufacturing workmanship
e) Engagement of experienced, reliable and qualified suppliers, engineers and/or sub-
contractors.

2.4 EQUIPMENT PERFORMANCE GUARANTEES

2.4.1 CONTRACTOR is required to demonstrate that the Power Transformer losses are within the
guaranteed values furnished in the bid document.

2.5 The CONTRACTOR shall repair/replace any part of equipment/component/sub system /


complete system free of cost without loss of time if:

a) There is fault in design or


b) There is defect in material or workmanship and / or it does not comply with fabrication
requirements or a wrong selection of material as established, or
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 12

c) It fails to meet the size, capacity, performance and efficiency requirements or it is


identified that the material /equipment supplied is faulty, or
d) It does not comply with requirements of the bid package / Contract, or
e) The material supplied is damaged during transit or during execution of the work.

B. SCOPE OF GUARANTEES FOR TRANSFORMERS

1. GUARANTEE PARAMETERS

Following guarantee parameter shall be considered for Price reduction (during Execution) or
Price Loading (during Bid evaluation) as mentioned in clause no. 2 & 3 below:

S. No. Guarantee Parameter Remarks

Bidder to quote guaranteed figure in PRICE


1. Power Transformer Losses
BID FORM SP-8

2. PRICE REDUCTION FOR EXCEEDING GUARANTEED MAXIMUM LOSSES

2.1 In addition and without prejudice to any other reduction, discount or adjustment in Price to
which the OWNER is entitled, if the actual losses of Power Transformers exceeds the
guaranteed figures furnished by the CONTRACTOR in its bid, the OWNER shall be
entitled to an adjustment in the lump sum price by way of Price Reduction / Price discount
as follows.

S. No. Guarantee Parameter Begin Liquidation at Full Liquidated at (Max


(exceeding % specified) Limit)
1. Power Transformers No Load 100% 105%
Losses
2. Power Transformers Full Load 100% 102%
Losses
3. Power Transformers Aux. 100% 105%
Losses

a) In case the actual Transformer losses exceed the limits shown in above table, the
equipment shall be rejected. The CONTRACTOR shall necessarily remedy/rectify
the transformer or make necessary replacements within such time as may be fixed
in this behalf by the Engineer-in-Charge after consulting the OWNER, so as to
ensure that the excess losses is brought within the guaranteed value. The
CONTRACTOR shall not be entitled to any extension of time and any additional cost
incurred thereof for undertaking any remedy /replacement / rectification as specified
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 12

above.

b) In case the actual losses exceed the guaranteed figures quoted by the bidder and
within the limit specified in the table above, the OWNER shall be entitled to an
adjustment in the lump sum price by way of PRICE REDUCTION to an amount
equivalent to the estimated cost of the excess losses for a period of 10 years
operations of the PLANT computed on the basis of 8,000 working hours per year at
the rate mentioned below, calculated in accordance with the formula mentioned in
this document in Clause no.2.2. (Refer clause 4 also)

c) However, the OWNER may, at their option, allow the Contractor to repair/ replace
the transformer in order to meet the guaranteed consumption figure, instead of
exercising the option of PRICE REDUCTION.

d) For the purposes of measurement of consumption of the respective utility, the


following basis shall be adopted:
• Transformer losses shall be measured during FAT as per approved FAT
procedure & in line with IS / IEC Standards.

e) List of Equipment to be considered for Price Loading (during Bid Evaluation) or for Price
Reduction (during Project execution) for excess losses – Refer Attachment #1 to this
document.

f) All instruments required to establish performance are within the CONTRACTOR’s


scope of work at no extra cost to OWNER.

2.2 PRICE REDUCTION CALCULATION

The price reduction (INR) for excess loss shall be calculated as follows for each unit of
Transformers:

Price Reduction = (PRpower Total for Transformer A + PRpower Total for Transformer B)

PRpower Total = (PRpower_no + PRpower_fl + PRpower_ax )

PRpower_no = (PA_no – PG_no) x CP x DF x 8760

PRpower_fl = (PA_fl - PG_fl) x CP x DF x 8000

PRpower_ax = (PA_ax - PG_ax) x CP x DF x 6100


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 12

Where in,
PG_no / PG_fl / PG_ax = Guaranteed Transformer Power losses (KW) at No load / Full load /
Auxiliary losses respectively, quoted by the bidder in the Price bid (FORM SP-8) for the
identified equipment (specified in this document in Attachment # 1).
PA_no / PA_fl / PA_ax = Actual losses (KW) at No load / Full load / Auxiliary losses respectively,
by the identified equipment during Performance Guarantee Test Run (PGTR) during FAT.
CP = Cost of Power (INR per KWh) as specified in this document in Attachment # 2
DF = Discount Factor (as mentioned in clause no.4 of this document)

2.3 NO CREDIT FOR LOSSES LESS THAN GUARANTEED VALUES:

While computing the Price Reduction, negative values, if any, shall be ignored and no
credit shall be given to Contractor. It thus means that, if the actual losses of power
transformers is lower than the guaranteed losses quoted by the Contractor in its bid, no
credit will be given.

2.4 The total reduction in price as defined in this document for not meeting the guarantee
values as quoted by the bidder shall be limited to 10% of the total Contract price. The
above reduction in lumpsum price shall be in addition to any other price reduction
mentioned elsewhere in tender document. This ceiling does not include repair/ rectification
guarantee/make good covered in this document or elsewhere in tender document.

2.6 REPAIR / RECTIFICATION / MODIFICATION

In case the shortfall in the guaranteed parameters is not beyond rejection limit, CONTRACTOR
may carry out necessary repair / rectification / modification / replacement at his own cost and
through his own agency on urgent basis and complete the repair/ rectification/modification/
replacement without any additional time. Should the equipment/transformer continue to
underperform, price reduction shall be levied as specified for shortfall in guaranteed
parameters above.

However, if the shortfall in guaranteed parameters is beyond the rejection parameters,


CONTRACTOR and OWNER/PMC will mutually agree on the method and possibilities of
rectification and if the transformer losses are not limited within the acceptance limits, it will be
OWNER's decision with respect to rejection or penalties which shall be final and binding on
the CONTRACTOR.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 12

3. PRICE LOADING FOR EXCESS TRANSFORMER POWER LOSSES (DURING BID


EVALUATION STAGE)

During Bid Evaluation stage, Price Loading due to differential guaranteed values*^ if any
(*^difference between guaranteed figures quoted by bidder in Price bid (FORM SP-8) and
Datum figures specified in Attachment # 3) towards guarantee parameters for transformers shall
be carried out in accordance with the loading criteria / formula specified in this document.
Maximum Price Loading to be applied, however, shall not exceed 10% of the total Lumpsum Price
as quoted by Bidder in SP-0 Form.

Power Transformer losses shall be considered for Price loading (during Bid evaluation stage).

Power Transformer losses as specified in Attachment # 3 to this document shall be considered


as Datum value in the below mentioned loading formula during Price bid evaluation. Bidders
are required to quote the guaranteed value of the above equipment/Transformers in the
Schedule of Price (FORM SP-8) only. Excess of the power losses in transformer, against datum
shall be calculated and used in below specified loading formula for Price Bid evaluation. Loading
shall be calculated for the period of 10 years @ 8000 hours per year of plant operations (Refer
clause 4 also).

3.1 CALCULATION OF PRICE LOADING - Differential operating cost

3.1.1 PRICE LOADING FOR EXCESS TRANSFORMER POWER LOSSES (LPower)

The price loading for excess loss shall be calculated as follows for each unit of Transformers:

Price Loading = 2 x Lpower Total ( for two Transformers)

Lpower Total = (Lpower_no + Lpower_fl + Lpower_ax )

Lpower_no = (PG_no - PL_no) x CP x DF x 8760

Lpower_fl = (PG_fl - PL_fl) x Cp x DF x 8000

Lpower_ax = (PG_ax - PL_ax) x Cp x DF x 6100

Where in,
PG_no / PG_fl / PG_ax = Guaranteed Transformer Power losses (KW) at No load / Full load /
Auxiliary losses respectively, quoted by the bidder in the Price bid (FORM SP-8) for the
identified equipment (specified in this document in Attachment # 1).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 12

PL_no / PL_fl / PL_ax = Transformer losses (KW) datum value at No load / Full load / Auxiliary
losses respectively, as specified in Attachment # 3.
CP = Cost of Power (INR per KWh) as specified in Attachment # 2
DF = Discount Factor (as mentioned in clause no.4 of this document)

3.1.2 Loading Terms

• In case bidder quotes lesser net loss value than the Datum value specified in this
document, no negative loading value or NO CREDIT shall be considered for price
evaluation. However, the quoted value shall be taken as bidder guaranteed value and shall
be the revised guaranteed point for the bidder. Bidder will have to demonstrate the same
during FAT.
• Price loading calculated as specified above, shall be loaded on evaluated price based on
the other loading (if any) defined elsewhere in the document.

4. Discounting Factor (DF)

Discounting Factor (DF) to arrive at Net Present Value (NPV) is calculated as specified below.

To arrive at Net Present value (NPV) based on number of operating years, the discounting
factor (DF) is calculated as:

DF = Σ [1 / {1+ (IR%/100)}^N]
Where:
N = n +3 (Total number of operating years, including 3 years upto start-up operation)
n = Number of operating years for which loading is to be done as specified i.e. 10 years
IR% = Percentage rate of interest rate 12%

DF = 4.02
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 12

Attachment # - 1

List of Equipment – Considered for Power Loss Guarantee

Number
Considered in
Service operation
S. No Item No
for
Evaluation
220/33kV, 115/140 MVA (ONAN / ONAF) Power
1. 000-TR-101 A/B 2
Transformers

Notes:
a) The power guaranteed figures quoted by the bidder in SP form shall only be used for the purpose
of loading and reduction of price as defined in this document. However, bidder is required to ensure
that equipment are designed and shall meet the necessary technical requirement as spelt out in
the tender document for smooth operation of the unit in all operating conditions.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 12

Attachment # - 2

Power Loss - Unit Cost

S. No Description Cost Cost / Unit

1. COST of POWER (CP) 7.72 INR/ kWh


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE A-X
FORMAT FOR GUARANTEES
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 12 of 12

Attachment # - 3

Transformer Losses Guarantee values (Datum values)

Datum figure
Guaranteed
220/33kV, 115/140MVA as mentioned
Figure (for
Sr. No (ONAN/ONAF) Power Unit in ITB (for
each
Transformer Losses: each
Transformer)
Transformer)

No Load losses @ rated voltage


1. kW
(PL_no) 46

Full load losses (Copper + stray


2. loss) at 75˚C and at ONAN kW 276
Rating (PL_fl)

3. Auxiliary Loss (PL_ax) kW 6


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 1

ANNEXURE A-XI

ENDORSEMENT OF FEED – NOT


APPLICABLE FOR THIS TENDER
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 2

ANNEXURE A-XII

LIST OF FREE ISSUE MATERIALS


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

LIST OF FREE ISSUE MATERIALS


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 2

ITEM DESCRIPTION
SR. NO.

1 IED (df/dt), Contact Multipliers for Frequency based Load shedding.

Building Fire Alarm Panel (BFAP), flame detectors, manual call points,

2 smoke detectors, heat detectors, Linear Heat Sensing/detection cable


with controller, hooter & beacons associated to Fire.

The delivery of Free issue Materials will be notified to the CONTRACTOR after award of Contract.
Annexure-………..of SCC (Part-A)

Proforma for DECLARATION/UNDERTAKING in connection with Local Content (LC)


applicable under the “Policy to Provide Purchase Preference (linked with local content)
(PP-LC) in all Public Sector Undertakings under the M/o P&NG-Amended regarding” Dtd.
17th November-2020”

Tender/Bidding Document No.:..……………………………………………………………………

Name of Work: ………………………………………………………………………………………….

Bidder’s Name: …………………………………………………………………………………………

l/We, M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ have gone through the


provisions of the above said Policy in detail and understood the same. We confirm that we will
comply with the provisions of the said Policy in this Tender. In this connection, we declare as
follows;.

i) We meet the mandatory minimum Local Content (LC) requirement as per the Policy

ii) Percentage of LOCAL CONTENT calculated as per the Clause No.6.0 of the
above mentioned Policy is ……..………….%. (In Figures and Words)
* (Please see the NOTE below)

In case the above declared details are found wrong and/or in case the provisions of the said Policy
are violated by us at any stage during bidding stage or after award of the Work (in case awarded
to us), IOCL shall be free to initiate any action against us as per the provisions of the Tender
including the relevant provisions of the above said Policy.

Place :

Date :

Signature & Name of Bidder

*NOTE: 1) In case of procurement for a value in excess of Rs.10.00 Crores, the Undertaking submitted by
the Bidder shall be supported by a Certificate from the Statutory Auditor or Cost Auditor of the Company
(in case of Companies) or from a practising Cost Accountant or practising Chartered Accountant (in respect
of other than Companies) giving the percentage of Local Content.

2)However, in case of Foreign Bidder (wherever applicable as per the Notice Inviting Tender(NIT),
Certificate from the Statutory Auditor or Cost Auditor of their own Office or Subsidiary in India giving the
percentage of Local Content is also acceptable. In case Office or Subsidiary in India doesn’t exist or Indian
Office/Subsidiary is not required to appoint Statutory Auditor or Cost Auditor, Certificate from practising
Cost Accountant or practising Chartered Accountant giving the percentage of Local Content is also
acceptable.
Annexure-………..of SCC (Part-A)

Proforma for DECLARATION/UNDERTAKING in connection with Local Content (LC)


applicable under the “Policy to Provide Purchase Preference (linked with local content)
(PP-LC) in all Public Sector Undertakings under the M/o P&NG-Amended regarding” Dtd.
17th November-2020”

Tender/Bidding Document No.:..……………………………………………………………………

Name of Work: ………………………………………………………………………………………….

Bidder’s Name: …………………………………………………………………………………………

l/We, M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ have gone through the


provisions of the above said Policy in detail and understood the same. We confirm that we will
comply with the provisions of the said Policy in this Tender. In this connection, we declare as
follows;.

i) We meet the mandatory minimum Local Content (LC) requirement as per the Policy

ii) Percentage of LOCAL CONTENT calculated as per the Clause No.6.0 of the
above mentioned Policy is ……..………….%. (In Figures and Words)
* (Please see the NOTE below)

In case the above declared details are found wrong and/or in case the provisions of the said Policy
are violated by us at any stage during bidding stage or after award of the Work (in case awarded
to us), IOCL shall be free to initiate any action against us as per the provisions of the Tender
including the relevant provisions of the above said Policy.

Place :

Date :

Signature & Name of Bidder

*NOTE: 1) In case of procurement for a value in excess of Rs.10.00 Crores, the Undertaking submitted by
the Bidder shall be supported by a Certificate from the Statutory Auditor or Cost Auditor of the Company
(in case of Companies) or from a practising Cost Accountant or practising Chartered Accountant (in respect
of other than Companies) giving the percentage of Local Content.

2)However, in case of Foreign Bidder (wherever applicable as per the Notice Inviting Tender(NIT),
Certificate from the Statutory Auditor or Cost Auditor of their own Office or Subsidiary in India giving the
percentage of Local Content is also acceptable. In case Office or Subsidiary in India doesn’t exist or Indian
Office/Subsidiary is not required to appoint Statutory Auditor or Cost Auditor, Certificate from practising
Cost Accountant or practising Chartered Accountant giving the percentage of Local Content is also
acceptable.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4


Page 1 of 6

ANNEXURE A-XIV

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITE
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 6

Abbreviations:
ABS : ABS Consultancy
BIS : Bureau of Indian Standards
BV : Bureau Veritas
CEIL : Certification Engineers International LTD.
DNV : Det Norske Veritas
IRS : Indian Registrar for Shipping
LRS : Lloyd’s Register Group Limited
NABL : National Accreditation Board for Testing and Calibration Laboratories
PMI : Positive Material Identification
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 6

Requirement for control of monitoring and measuring devices.

SI. Description Calibration Requirements Frequency Remarks


No.
A. Civil-Survey

To check for permanent


once in a year or
Adjustments by
project duration Record to be maintained
A.1 Theodolite traversing and
whichever is (See note below)
observing the closing
earlier
error

To check by Backsight
Foresight readings, Record to
Every use
A.2. Levels the temporary be maintained (See note below)
adjustments of level

a. Freemans" make or BIS


approved make shall be used.

Steel measurement b. mutilated, or broken tapes


A.3.
tapes shall not be used.

c. marking on the tape shall be


legible

A.4. Cross staff Same as 3b&3c above

Actual Physical Before using first


A.S. Distomat Records to be maintained
Verification at Site time at site
To check for permanent
once in a year or
adjustments by
project duration Record to be maintained
traversing and
whichever is (See note below)
A.6. Total Station observing the closing
earlier
error, etc.
B. Civil Laboratory
All
balances-
B.1. Check for zero error Whenever used
Mechanical
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 6

SI. Description Calibration Requirements Frequency Remarks


No.

Weigh
Once in Six
Batcher/Batching Records to be maintained
B.2. Calibration of scales Months
Plant
As per
Calibration certificate manufacturer
Cube testing from manufacturers or specification or Records to be maintained
B.3. machine from reputed calibrating once a year
agency. whichever is
earlier

B.4. Moisture Meter Calibration of scales 6 months Records to be maintained

Electronic Weighing Once in three


B.5 Calibration of scales Records to be maintained
Scale Months

C. Mechanical/ Electrical/ Welding


Calibration certificate
from
reputed laboratories or Records to be maintained
C.1
Pressure Gauges calibrate by dead Once in 6 months
weight testers with
standard weights or
C.2 Dial gauges Check for Zero Error
with master Whenever used

Calibration from As per


manufacturer or manufacturer's Records (Calibration certificate)
reputed Calibrating recommendation to be maintained
Dead Weight Tester agency. or once in a six
C.3 Calibration certificate month whichever
shall not be older than is earlier.
one month from the
C.4 Vernier caliper/ date of for
Check mobilization.
Zero error Whenever used
screw gauge

Calibration from
manufacturer or
Holiday tester reputed calibrating Once in 6 months Records to
C.5
agency or by calibrating be maintained
by zeep meter.

Check with standard Records to


C.6 Elcometer test films supplied by Before use be maintained
the manufactures
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 6

SI. Description Calibration Requirements Frequency Remarks


No.

Calibration Certificate As per


from any reputed third manufacturer's
party inspection recommendation
C.7 Universal Testing agency. viz, CEIL, LRS, or once a year Records to
Machine BV, ABS, DNV whichever is be maintained
or IRS. earlier

Calibration Certificate As per


from any reputed third manufacturer's
party inspection recommendation
Charpy V-notch
C.8 agency. viz, CEIL, LRS, or once in a year
Impact testing Records to be maintained
BV, ABS, DNV whichever is
machine
or IRS. earlier
Check with the
standard test block
supplied with the
C.9 Hardness Testing machine as per
Before use Records to be maintained
Machine manufacturer's
Recommendation
C.10 Chemical Analysis, Check with the
Before use Records to be maintained
ex: PMI etc. standard samples
Once in Six
Months or as per
Calibration Certificate
manufacturer’s
from
Various Digital and recommendation
C.11 reputed laboratories or Records to be maintained
Analog meters whichever is
the manufacturer
earlier.

D. Welding /Inspection

D.1 PMI TESTING Records to be


MACHINE maintained
Temperature/ Calibration from Once in Six Records to be
Pressure Recorders manufacturer or any months Maintained
D.2 reputed calibrating
agency
Whenever
used
Thickness As per Records
D.3 measuring Check for Zero Error manufacturer' (Calibration certificate) to be
machine s maintained
recommendati
on or once in a
six month
whichever is
earlier.
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 6

Note: If Error is found, it has to be sent to manufacturers or their authorized agents for
rectification and certification. Reputed calibrating agency shall be NABL accredited for
relevant testing of the device.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 9

ANNEXURE A-XV

GUIDELINES ON CONTRACTOR’S PERFORMANCE


EVALUATION
ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 9

1.0 GENERAL
A system for evaluation of Contractors’ performance is a key process and important
to support an effective contracting function of an organization.
Performance of all contractors needs to be closely monitored to ensure complete
execution of project within scheduled completion period. For timely execution of project
and achieving the desired goals of the organization, it is necessary to monitor the
execution of project or contracts right from the award stage to completion stage and
take corrective measures in time.

2.0 OBJECTIVE
The objective of contractor performance evaluation is to ascertain the performance of
the contractor with respect to satisfactory execution of work while maintaining safety and
quality standards and to develop reliable contractors so that they consistently meet
or exceed expectations and requirements.
The purpose of this guideline is to put in place a system to monitor performance of
contractors associated with IOCL Refineries Division so as to ensure timely completion
of various projects.

3.0 MEASUREMENT OF PERFORMANCE


Standard Format attached as Annexure-1 shall be used for evaluating Contractors’
Performance. All Projects work with estimated value of Rs.50 crores and above would
be evaluated.

4.0 BASIC OF CONTRACTORS’ PERFORMANCE EVALUATION


The contractors’ actual performance till actual Mechanical Completion vis-à-vis the
Overall Progress S-curve finalized in the base planning package document shall form
the basis for the evaluation pf performance of contractor.

5.0 STAGES OF EVALUATION


Performance Evaluation of Contractor shall be done independently at following three
stages
Of the project, as per Overall Progress S-curve and at mechanical Completion:
i) First performance evaluation shall be done at initial stage i.e. at 30% schedule
progress stage as per Overall Progress S-curve.
ii) Second performance evaluation shall be done at mid/ peak stage i.e. at 80%
schedule progress stage as per overall progress S- curve.
ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 9

iii) Third performance evaluation shall be done at Schedule completion


stage i.e. at 100% schedule progress stage as per overall progress S-
curve.
iv) Fourth performance evaluation shall be done at actual completion stage
i.e. at mechanical completion.

Note:
1) Performance evaluation by Engineer-in-charge (EIC) for stages against SN (i), (ii) &
(iii) shall be carried out within a period of 01 (one) month after reaching at
designated schedule progress stage.
2) Performance evaluation by Engineer-in-charge (EIC) for SN (iv) shall be
carried out within a period of 06 (six) months after achieving Mechanical
Completion.

6.0 PERFORMANCE RATING:


Depending upon the Total Marks obtained by the contractor as per Annexure-
1, the performance rating of the contractor shall be finalized as per following:

No. % age of marks obtained Performance Rating


1 > 80% Very Good
2 > 60 % but ≤ 80% Good
3 > 40% but ≤ 60% Fair
4 ≤ 40% Unsatisfactory

7.0 ACTION BASED ON PERFORMANCE RATING

7.1 Following actions shall be taken at different evaluation stages depending upon the
performance rating:

SI Evaluation performance
Recommended Action
No stage rating
Very Good No further action
Letter to the contractor for improving the
Initial Stage Good
performance in future
1 Restrict Contractors' Pre-qualification in future jobs
(30% Schedule
Progress) Fair or
Additional bank Guarantee in future jobs (note)

Unsatisfactory Banning for future jobs (Note)

Very Good No further action


ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 9

Letter to the contractor for improving the


Good
performance in future
Mid / Peak stage Restrict Contractors' Pre-qualification in future jobs
2 (80% Schedule
Fair or
Progress)
Additional bank Guarantee in future jobs (note)

Unsatisfactory Banning for future jobs (Note)

SI Evaluation performance
Recommended Action
No stage rating
Very Good No further action

Schedule Letter to the contractor for improving the


Good
Completion stage performance in future
3 Restrict Contractors' Pre-qualification in future jobs
(100% Schedule Fair or
Progress) Additional bank Guarantee in future jobs (note)

Unsatisfactory Banning for future jobs (Note)


May be considered for Limited Tendering in
Very Good
future jobs
Actual
Completion Letter to the contractor for improving the
Good
4 stage performance in future

Restrict Contractors' Pre-qualification in future jobs


(After Mechanical Fair
Completion) (Note)

Banning for future jobs (Note) & Initiate action for


Unsatisfactory
Holiday- Listing (Note)

Note:
In case of Fair / unsatisfactory rating, indicated penal action shall be taken for future jobs for a
maximum period of 1 year across all Division, with a provision of revoking such penal action
in case of improvement in performance in the job under evaluation or any other concurrent
job (having contract value of minimum 80% of the job under evaluation) at similar or higher stage
of evaluation in the same division.

7.2 Restriction in Contractors’ pre-qualification in future jobs


In future job, prequalify the contractor only for the work of estimated value up to X% of
the original contract value for which “Fair performance “rating has been given.
“X” = marks obtained by the contractor
ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 9

7.3 Additional Bank Guarantee

In future jobs submit additional Bank Guarantee of an amount equivalent to 10% (ten
percent) of the contract value, over & above the other bank Guarantees specified in
the tender, if Contractor’ performance rating is Fair on the last date of submission of
Bid. This additional bank guarantee shall be submitted before signing of the contract and
shall be vaild up to completion of the work.

• Contractor shall have the option to choose between the above mentioned two options
i.e. at sr. no, 7.2 & 7.3 at the time of submission of bid for future jobs.

7.4 Banning
Not to consider the contractor in future jobs.

Annexure-1
INDIANOIL CORPORATION LIMITED
REFINERIES DIVISION

FORMAT FOR REFINERIES DIVISION

EVALUATION OF CONTRACTORS’ PERFORMANCE FOR PROJECTS

1.0 Name of Contractor :

2.0 Work order No. & Date :

3.0 Name of Work :

4.0 Contract No. & Date :

5.0 Contract Value (Rs.) :

6.0 Contractual Completion Date :

7.0 Actual Completion


date : (Not Applicable for Initial/
Mid stage evaluation)

8.0 Geographical Region of work under evaluation (Please (√) mark)

1. North

2. South

3. East

4. West

9.0 Stage of Evaluation (Please (√) mark against respective stage):

1. Initial stage at 30% schedule Physical


ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 9

progress as per overall progress S-curve

2. Mid / peak stage at 80% schedule Physical


progress as per overall progress S-curve

3. Schedules Completion stage at 100% schedule


physical Progress as per overall progress S-
curve

4. Actual Completion stage at mechanical completion

10.0 Allocation of marks: (To be filled up by EIC for calculation of marks)

10.1 Allocation of marks for Initial, mid / Peak & Schedule Completion stage:

% schedule progress Mark obtained by


worked out after delay % actual Progress Contractor
% Schedule
analysis
Progress at
Evaluation stage A% B% C = (B/A) × 100%

10.2 Allocation of marks for Actual Completion stage (i.e. Mechanical Completion):
10.2.1 In case there is NO DELAY solely attributable to contractor, marks obtained
by the Contractor =100

10.2.2 In case there is DELAY solely attributable to contractor.

For delay up to 20 For delay more than


weeks : Marks to 20 week: Additional
Maximum Delay in be deducted @ 1 marks to be Marks
marks to be week(s) or mark per week deducted @ 2 obtained by
considered part delay or part marks per week or Contractor
thereof thereof part thereof for
delay beyond 20
weeks
A B C= B × 1 D = (B – 20) × 2 E = A –(C+D)
100

11.0 Deduction of marks on account of following:

11.1 Cash Flow issues

Unit Marks to be Total no. of


SN Description deducted / No. of Incidents makers to be
Incident deducted
A B C D= B × C
ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 9

Direct payment by IOCL


1 2 …………… …………
to subcontractor
2 Direct Payment by IOCL
5 …………… ……….
to contractors labour

Total marks to be deducted …………..

Note:

1. The maximum deduction of marks on account of cash flow issues of contractor


shall be limited to 15 marks.
2. Incident(S) occurred in billing Cycle shall be considered as one incident.

11.2 Part-Offloading

Unit Marks to be Total no. of


SN Description deducted / No. of Incidents makers to be
Incident deducted
A B C D= B × C

1 Off-loading of part work at 10 …………… …………


contractors risk & cost
Total Marks to be deducted
……………..

Note: The maximum deduction of marks on account of part of-loading in any work shall be
limited to 20 marks.

11.3 Safety Violation

For calculation of marks towards deduction on safety violation, the following formula
shall be used:

AFR = [(10 X D) +I] X 106

MH

Where,
AFR - Accident Frequency Rate
D - Total Number of Fatalities and/ or Number of permanent
disabilities I - Number of loss time injury cases without
permanent disability
MH - Man Hours worked

AFR = [(10 × D)+I] × 106


SN D I MH
MH

Deduction of marks based on ARF shall be as under.


ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 9

Total No. of marks


SN AFR Calculation of marks for deduction
to be deducted
1 > 0 but ≤ 0.5 0.5 0.5
2 >0.5 {(AFR-0.5) / 0.05} × 0.25 ……….

Total Marks to be deducted { SN 1 + SN 2} ………..

Note:

1. Figure arrived after using the formula ‘{(AFR – 0.5)/ 0.05}”at SN 2 above shall
be rounded up to next whole number
2. The maximum deduction of marks on account of safety violation in any work shall
be limited to 25 marks.
3. Deductions on account of safety violation shall be applicable for the incidents
occurred from start to evaluation stage.

11.4 Delay in lining up of sub- contractor

Unit marks to Total no. of


No .of / week/
SN Description be deducted/ marks to be
Incidents
week/Incident Deducted
A B C D=B×C
Delay in lining up of sub-
contractor with respect to
1 1 ………… ………
agreed schedule

Total Marks to be deducted ……..

Note:
The maximum deduction of marks on account of part offloading in any work shall be limited
to 05 marks.
General Note:
The above-mentioned deduction towards 11.1 & 11.2 shall be applicable for incident(s)
occurred in between the successive evaluation stages only, but the deductions towards 11.3
&11.4 shall be applicable for the incidents occurred from start of work to respective evaluation
stage. For performance evaluation at 30% schedule progress stage, incident occurred
between start of work & 30% schedule progress stage shall be considered.

11.5 Total Deduction of Marks as calculated at 11.1, 11.2, 11.3, & 11.4 = ………….
ANNEXURE A-XV
GUIDELINES ON CONTRACTOR’S
PERFORMANCE EVALUATION

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 9

12.0 Total marks as allocated to contractor.

SN Description Marks

1 Marks as calculated at 10.0 A

2 Deduction of marks as calculated at 11.5 B

3 Net marks after considering Deduction C = A- B


Enhancement of net marks as obtained at C by 10%
for work executed in Eastern Regions (BR, HR, PDR,
4 GR, BGR, AOD) D = C × 1.10
only
(note: In other regions this shall not apply)

Total marks Obtained


5 D for (Eastern Regions) or C for
(other regions)

13.0 Performance rating of Contractor:

Performance rating chart:

SN % age of marks obtained Performance rating


1 >80 % Very Good
2 >60 % but ≤ 80 % Good
3 >40 % but ≤ 60 % Fair
4 ≤ 40 % Unsatisfactory
Depending upon the total marks as obtained by the contractor at 12.0 above, the
performance Rating of the contractor, comes out to be………….

Signature of EIC: ………………………...…………….

Name:……………………………………….

Designation: ……………………………………….

Date: ……………………………………….
PETROCHEMICAL AND LUBE
INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 3

ANNEXURE A-XVI

SPIR FORMAT
SAP

Mandatory field to be fill by manufacturer/supplier/vendor/contractor 32 PROJECT REFERENCE NUMBER :

OWNER
OR

To be filled by Contractor in Consultation with PMC/Owner 33 SPIR SUBMITTED DATE :

LEGEND
NO.

To be filled by Contractor after discussion with PMC/Owner 34 SPIR APPROVAL DATE:


SPARE PARTS LIST AND INTERCHANGEABILITY RECORD
TAG

1
EQUIPMENT NO.

Rev:--- dated:---- 35 PLANNED COMMISSIONING DATE:


EQUIPMENT

MANUFACTURER'S/SUPPLIER'S PARTS DATA


SPARE PARTS
TOTAL NO. OF IDENTICAL PARTS INSTALLED For explanation and filling of columns see explanation sheet of this form
RECOMMENDED BY

DATE
MANUFACTURER'S

MODEL OR TYPE.

MANUFACTURER
PART NUMBER
2

PLANT MATERIAL STATUS


INITIAL (2 YEARLY SPARES)
COMMISIONING & CAPITAL

Lead Time (WEEKS)


DELIVERY TIME IN WEEKS
UNIT PRICE CURRENCY

MATERIAL TYPE
SHELF LIFE IN WEEKS

NORMAL OPERATION
DESCRIPTION OF PARTS MATERIAL SPECIFICATION DRAWING NO. INCL. POS. NO SAP CODE

INSURENCE SPARES
ORIGINAL ITEM

UNIT OF MEASURE
MANUFACTURER'S

SERIAL NUMBER

ORIGINAL ITEM EQUIPMENT

MRP TYPE
MANUFACTURER
ITEM NUMBER

Min/Max
3 MANUFACTURER MANUFACTURER

CRITICAL

PLANT
S.LOC
NO OF

UNITS

4 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
N U M B E R O F P A R T S P E R U N I T

5
EQUIPMENT LOCATION

6 NOTES: 38 REMINDER: EQUIPMENT SPIR STATUS 36

MANUFACTURERS TO ATTACH TO THIS MANUFACTURER REVISION 0

FORM ALL DRAWINGS AND PARTS LISTS SUPPLIER DATE

37 MANUFACTURER/SUPPLIER's FOCAL POINT EMAIL PROJECT SIGNATURE/INITIAL

PLANT SHEET NO. 1 OF x

7 ABC CRITICALITY INDICATOR OF EQUIPMENT OWNER REQUISITION NO.


SPARE PARTS LIST AND INTERCHANGEABILITY RECORDS

EXPLANATION AND INSTRUCTIONS FOR THE COMPLETIONS OF SPIR FORMS BY CONSULTANT(S)/MANUFACTURER(S)/SUPPLIER(S)/VENDOR(S)

The SPIR form consist of a main sheet and extension sheet formatted A3 size. The completed forms shall be emailed to PMC/Owner. Hard copies in A3 format along will other supporting relevant documents shall also be
submitted. The consultant/manufacturer/supplier/vendor is required to complete all the columns in consultation with Owner. All information shall be clearly stated in English language.
COLUMN NO EXPLANATION COLUMN NO EXPLANATION
1 EQUIPMENT TAG NO. OR SAP EQUIPMENT NO.
Enter the equipment tag or SAP equipment number SHELF LIFE IN WEEKS
20
Enter length of time in weeks for which an item remains usable, fit for consumption

2 MANUFACTURER'S MODEL or TYPE 21 COMMISSIONING and CAPITAL INSURANCE SPARE PARTS RECOMMENDED BY
State model, type or other positive identification reference of the equipment/instrument MANUFACTURER
ordered
Enter the quantity of commissioning spares required to prepare the equipment ready for start up

3 MANUFACTURER'S SERIAL NO. 22 INITIAL (2 YEARLY) NORMAL OPERATION SPARE PARTS RECOMMENDED BY
State serial number or other unique identification of the reference of the equipment/instrument MANUFACTURER
ordered Enter the quantity of initial 2 yearly spare parts required to safeguard the operation of equipment
during the running-in and start-up periods and the first 2 year of operation
4 NO. OF UNITS SPARE PARTS FOR NORMAL OPERATIONS RECOMMENDED BY MANUFACTURER
Enter the total number of identical assemblies within equipment/instrument as stated in 23 Enter the quantity of spare parts may be required due to unforeseen failure during normal
columns 1, 2 and 3. operation not covered in 2 years operation spares.
5 NUMBER OF PARTS PER UNIT 24 CRITICAL SPARE PARTS
For each unit or group of identical units, enter in the appropriate space the number of parts Enter the functional criticality of the spare part i.e. V=vital E=essential & N=normal based on
fitted in each unit of equipment/instrument manufacturer's experience

6 EQUIPMENT LOCATION 25 PLANT (UNIT NO. etc.)


Enter the location of the equipment/instrument where installed Warehouse spares to be stocked in - To be filled in consultation with PMC/ Owner

7 ABC INDICATOR OF EQUIPMENT S.LOC


State the functional criticality of equipment/instrument in the plant i.e. A=Extreme B=High 26 Storage Location - To be filled in consultation with PMC/ Owner
C=Medium & D=Low
8 TOTAL NO. OF IDENTICAL PARTS INSTALLED 27 MRP TYPE
Enter the total number of identical parts covered by the equipment specified. This total is Material Requirements Planning type e.g. V1, ND etc. - To be filled in consultation with PMC/
equal to the quantity of column 4 multiplied by the sum of quantities of column 5 Ex: Owner
C11(C12+D12+E12+F12…….)

9 ITEM NO. 28 MATERIAL TYPE


Serial item number of spare part that is recommended
10 DESCRIPTION OF PARTS
29 PLANT MATERIAL STATUS
Enter short identifiable description of part. If an item is interchangeable between two or more
units it should be listed only once

11 MATERIAL SPECIFICATION 30 Min/Max


Enter material specification in terms of full International Standards and accepted conventions, Minimum & Maximum stock - To be filled in consultation with PMC/ Owner
not manufacturer's or sub-manufacturer's reference, including material certificates if required

12 DRAWING NO. INCLUDING POSITION NO. Lead Time (WEEKS)


For each part in column 10, enter the manufacturer's parts list and/or drawing number Delivery time as per column 19
including the position number. Documents/drawings referred to must always be attached to 31
the SPIR form by the consultant/manufacturer/supplier or vendor

13 ORIGINAL ITEM MANUFACTURER 32 PROJECT REFERENCE NUMBER


Enter the ORIGINAL ITEM MANUFACTURER NAME for the spare part mentioned in column Project reference sequence number
10 and part number details entered in column 14
14 MANUFACTURER'S PART NUMBER 33 SPIR SUBMITTED DATE
Enter the ORIGINAL ITEM MANUFACTURER unique reference number or other information Date of submission of SPIR to PMC
which specifically identifies each part in the manufacture's organization

34
15 SUPPLIER'S PART NUMBER SPIR APPROVAL DATE
Enter the supplier's unique identification number (Originate Part Manufacturer) of the items Final approval date for action by PMC
from third party manufacturers ("bought- out items") such as ball bearings, oil seals,
mechanicals, gaskets, instruments, electrical parts such as fuses, relays etc.
16 MESC OR SAP NUMBER 35 PLANNED COMMISSIONING DATE
Enter the IOCL SAP material code number Planned commission date to be entered by Project team

17 UNIT OF MEASURE 36 STATUS OF SPIR


Enter the basic unit of measure of the item Example: Nos.: Numbers, ST= set, BX=box (the Enter the status & revision of SPIR list. f= final, p=preliminary. Revision to be marked as
build-up of a set/box etc. shall be explained in column 10) MTR= meters, etc. o=original and a, b, c, etc. for subsequent revision
18 UNIT PRICE, CURRENCY & DATE 37 MANUFACTURER'S FOCAL POINT
Enter approximate ex-works price per piece of each part in the currency & date shown at the Enter full details including email address and telephone no.
top of the column
19 DELIVERY TIME IN WEEKS 38 NOTES

State delivery time of spare part to IOCL Gujarat Refinery (JR) Additional information not covered on previous columns may be filled in here.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 2

ANNEXURE A-XVII

TAXES & DUTIES REIMBURSEMENT STATEMENT


ANNEXURE A-XVII

TAXES & DUTIES REIMBURSEMENT STATEMENT

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 2

Project :
Contractor:
W. O. No. :
Type of Reimbursable Taxes &
Invoice For the main item in the document
Supplier Date of Duties
date Name of GSTIN of Inward
Sr. Type of Inv LR (Manufacturer/ Goods Use of
the The register
No. Document No. No. Frist / Second received Assessable GST GST Material Sub-
DD/MM/YY Supplier Supplier Sr. No. Description UOM QTY.
Stage Dealer/ at Site. Value (%) Amount heading
YY
Importer)

Grand
0.00 0.00
Total
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 5

ANNEXURE A-XVIII

MSME
ANNEXURE A-XVIII

MSME

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 5

1.0 Proposed System:


1.1 For procuring through MSME vendors as per GOI Policy, these guidelines will not be restrictive in
discharging its main obligations as LSTK Contractor.

“As per GOI policy for Public Procurement Policy for Micro and Small Enterprises (MSEs) order
2012, the procurement of materials and services, purchased through MSEs are to be reported to
Ministry, which includes the sub contracts awarded by large enterprises.
As a part of compliance to the above order, bidders are required to submit the report of
procurements of materials and services taken from MSEs as per enclosed format”.

1.2 All efforts are to be made by LSTK vendors/contractors to encourage procurement from Micro and
Small Enterprises (MSEs) through their sub- contract work procurements. LSTK to ensure that the
MSEs are registered under Udyog Aadhar Memorandum by the Ministry of Micro, small and
Medium Enterprises MSME as per circular no F. No. 21(17)/2016-MA dtd 06.04.2018. Circular
attached as Attachment – B.”
1.3 Monthly report for purchase of material / services from MSE bidders in the enclosed format
(Attachment-A ) to be submitted by LSTK agency to IOCL.
1.4 The report shall be signed by Authorised person of LSTK Contractor.
1.5 IOCL will be at liberty to cross check / verify the details provided in the report as and when required.
1.6 In case no order / job is awarded to MSE’s the report shall be submitted as NIL.
ANNEXURE A-XVIII

MSME

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 5

IOCL Work Order No.: _______________________ ATTACHMENT-A

Sl.No. Work Item Amount MSME Category of Name of Remarks


Order Description in INR Status MSME Gen / the
No. & (Micro / Bidder
date Small) SC / ST
with
code
ANNEXURE A-XVIII

MSME

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 5

Attachment-B
ANNEXURE A-XVIII

MSME

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 5


Rl CbRi 311gffi Cf5T ePl i!I fc.vtll OFFICE OF THE DEVELOPMENT COM~IISS0NER
(~~, ~ mr ~£m:r :ma:r) (MICRO, SMAI,l, & m;l)JllM liNn:RrRI:;~~~)
~ffl, ~ "G<i <JlEm'l 3lrn ~ ~IINISTRY OF MICRO. SMAI.I. & MEDlU~1 Ei'\TERPRISES
(amC'l (R\$n) (;OVRRNMENl' OF INOlA

r.1.,!Uj ~r<T<l. '?mrJl


Nirnll1ll Bhawan. 7'" Floor. Mautllna "zad Road.
~<"I. mflTcll ':jJJijjr<l ~)".
~~ New Delhi. 110 108
Of~ ~<,<,fI-I I 0 1 08 "I\I~III\ ,It
... ,."'•.....•
••••" I ,.1 '"' .' ••••.'11\' '''''~'I''''I<'''I''
\I" "" ~'I\II '" '11111'\II
"""'.
\III1FIII""

Ph. EPAX-23063800, 23063802.23063803. 23063804. 23063805 & 23063806


#.
F. No. 21(8)/2018-MA ~ November, 2018

To,
All CPSEs

Subject: Amendment to Public Procurement Policy for Micro and Small Enterprises (MSEs)
Order, 2012 Implernentaion-reg

Sir,

As you may be aware that Ministry of Micro, Small and Medium Enterprise (MSME),
Government of India has notified Public Procurement Policy for Micro and Small Enterprises
(MSEs) Order, 2012 which mandates 20% of annual procurement by the Central Ministries/
Departments and CPSEs from MSEs including 4% from MSEs owned by SC/ST entrepreneurs.
This Policy has become mandatory w.e.f. 1st April, 2015.

It has been felt that an enhancement of benchmark preference from 20% to 25% and 3%
reservation for women would further help the MSEs immensely in the Government's 'Make in
India' initiative. Accordingly, a proposal to make amendment in the Public Procurement Policy
for MSEs Order, 2012 has been submitted to the Cabinet and Cabinet has approved the
following:-

(a) To increase in the percentage of procurement of goods and services by Government


Departments/CPSEs from MSEs from the present at least 20% to at least 25% of their
total procurement;
(b) To provide for a minimum of 3% reservation for women owned MSEs within the above
mentioned 25% reservation to make it more inclusive; and
(c) These amendments will come into force with immediate effect.

It is therefore requested to kindy implement the above and also indicate the procurement
made from MSEs owned by women for which link has been already provided in the MSME
Sambandh Portal.

I~ y~~ faithfully,

(Rakesh Kumar Choudhury


Dy. Director (
~ ~o mo ~o-33004/99 REGD. NO. D. L.-33004!99

~he (5oLette of ~ndia


amTQR1JT
EXTRAORDINARY
m1f II-~ 3-~-~ (ii)
PART II-Section 3-Sub-section (ii)

~~~
PUBLISHED BY AUTHORITY

li. 4455] ':ft~, ~, ~ 9, 2018;q;rffiq; 18, 1940


No. 4455] NEW DELHI, FRIDAY, NOVEMBER 9, 2018lKARTIKA 18, 1940

~. ~~l(!iq'lf~~

atmr
~~,9~,2018

ifiUIT. 5670(ar).~~, ~." ~ afR lf~<n:r ~ fcrcrnr ~, 2006 (2006 CfiT27) ~


mu 11 iITU ~ f<rfiRnITCfiT~ m~, ~ afR ~ ~ (~) ~ ~ ftI4\J1f.i'fl ~ -;:ftfcf ~l?T,
2012 if f.'l<;jRlf€ta B"f<frtR~t-

1. (i) ~ 31Rf<T~ afR ~ ~ (~) ~ futt fl14\J1f.'lCfi "SfTtlUT;:(tfcf B"f<rr~ 31Rf<T,2018 ~


~I

(ii) ~ mCfllft U\JI1l?f if m 'TcfiTf<Tif


~ ~ ~ ~ ~I

2. ~ ~&'lf afR ~ ~ (~) ~ ~ fl14"1 f.l Cfi"SfTtlUT -;ftfcf 31R!iT, 2012 (fjffi ~ ~ l:fs:mT \rei
31Rf<T~ If<IT ~ if ~ ~ m~ afR!ir;<{ "20 mrmr" ~ ~ "25 m!ilCf" ~ ~ afR f<r;<{~
~fcl;1n-~1
3. ~ 3lR!iT~~ 4 ~~ f.'l<;j fBRl a 4uiT~;;rn:;rrr:-
"4 'P.$Tarr~ t41f?lt<!
crm~&'lf afR~~~~fufq-~1 ~ afR~~~~
~~~~ 25 m!ilcf~~~~ m~~ P-lII1l~~~ am:~~irmR~~
3 m!llCf CfiT~ f.tnh! mr ~I
[1llT. B". 21(22)/2018-~
(]l1 ~ fi:tm, 3f<R ~ afR fcrcrnr~

6586 GI/2018 (1)

/
2 THE GAZETIE OF INDIA : EXTRAORDINARY [PART II-SEC. 3(ii)]

MINISTRY OF MICRO, SMALL AND MEDIUM ENTERPRISES


ORDER
New Delhi, the 9th November, 2018
S.O. 5670(E).-In exercise of powers conferred by section 11 of the Micro, Small and Medium
Enterprises Development Act, 2006 (27 of 2006), the Central Government hereby makes the following
amendments to the Public Procurement Policy for the Micro and Small Enterprises (MSEs) Order, 2012
namely:-

1. (i) This Order may be called the Public Procurement Policy for Micro and Small Enterprises
(MSEs) Amendment Order, 2018.
(ii) This shall come into force on the date of its publication in the Official Gazette.
2. Throughout the Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012,
(hereinafter referred to as the said Order), for the figures and word "20 'per cent", wherever they occur, the
figures and word "25 per cent" shall be substituted.

3. After paragraph 4 of the said Order, the following paragraph shall be inserted, namely:-
"4A. Special provision for Micro and Small Enterprise owned by women. Out of the total annual
procurement from Micro and Small Enterprises, 3 per cent from within the 25 per cent target shall be
earmarked for procurement from Micro and Small Enterprises owned by women.
[F. No. 21(22)-2018-MA]
RAM MOHAN MISHRA, Addl. Secy. & Development Commissioner

Uploaded by Dte. of Printing at Government of India Press. Ring Road, Mayapuri, New Delhi-l l 0064
and Published by the Controller of Publications, Delhi-l100S4.
MANOJ Digitally signed by
MANOJ KUMAR VERMA
KUMAR Date: 2018.11.10
VERMA 08:53:57 +05'30'

/
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

ANNEXURE A-XIX

CUSTOMS PUBLIC NOTICE


ANNEXURE A-XIX

CUSTOMS PUBLIC NOTICE

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 4

1. PUBLIC NOTICE: Please refer below the Public Notice No.33/2018


ANNEXURE A-XIX

CUSTOMS PUBLIC NOTICE

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 4

2. “Additional Statutory Information Required With Bill of Lading


With reference to Public Notice No: 33/2018 dated 07.03.2018, GSTIN , IEC (Importer
Exporter code) and email address of Importer to be incorporated / arranged to be incorporate
below detailed information in BILL OF LADING (BL) at the time of booking / issuance of BL
of consignment. Required information is as under :
ANNEXURE A-XIX

CUSTOMS PUBLIC NOTICE

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 4

a. Import & export Code (IEC) of Importer - 0389022390


b. GST Identification No (GSTIN) of Importer – GSTIN of Concern refinery
c. Official email id of importer (to be used for correspondence by shipping lines and
Customs) – For Kolkata port office - chalihaa@indianoil.in; and
For Mumbai port office – pkacharya@indianoil.in;”
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 17

ANNEXURE A-XX

NATIONAL STEEL POLICY


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 17

DOMESTICALLY MANUFACTURED IRON & STEEL PRODUCTS

POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON &


STEEL PRODUCTS IN GOVERNMENT PROCUREMENT- REVISED, 2019
(https://steel.gov.in/policies/policy-providing-preference-domestically-manufactured-iron-and-steel-
product-govt)
1 Background
1.1 This policy provides preference to Domestically Manufactured Iron and Steel Products
(DMI&SP) in Government procurement.
1.2 The policy is applicable to iron & steel products as provided in Appendix A and capital goods
for manufacturing iron & steel products in Appendix B, produced in compliance to prescribed
quality standards, as applicable.
1.3 The policy is applicable to every Ministry or Department of Government and all
agencies/entities under their administrative control and to projects funded by these agencies
for purchase of iron & steel products for government projects. However, this policy shall not
apply for purchase of iron & steel products with a view to commercial resale or with a view to
use in the production of goods for commercial sale.
2 Definitions
2.1 Bidder may be a domestic/ foreign manufacturer of iron & steel or their selling agents/
authorized distributors/ authorized dealers/ authorized supply houses or any other company
engaged in the bidding of projects funded by Government agencies.
2.2 Domestically Manufactured Iron & Steel Products (DMI&SP) are those iron and steel
products which are manufactured by entities that are registered and established in India,
including in Special Economic Zones (SEZs). In addition, such products shall meet the criteria
of domestic minimum value-addition as mentioned in Appendix A.
2.3 Domestic Manufacturer is a manufacturer of iron & steel products conforming to guidelines
in section 7 and confirming to the definition of ‘manufacturer’ as per Central Excise Act.
2.4 Government for the purpose of the Policy means Government of India.
2.5 Government agencies include Government PSUs, Societies, Trusts and Statutory bodies set
up by the Government.
2.6 MoS shall mean Ministry of Steel, Government of India.
2.7 Net Selling Price shall be the invoiced price excluding net domestic taxes and duties
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 17

2.8 Semi-Finished Steel shall mean Ingots, billet, blooms and slabs, which can be subsequently
processed to finished steel.
2.9 Finished Steel shall mean Flat and Long products, which can be subsequently processed into
manufactured items.
2.10 L1 means the lowest tender or the lowest bid or the lowest quotation received in a tender,
bidding process or other procurement solicitation as adjudged in the evaluation process as per
the tender or other procurement solicitation.
2.11 Margin of purchase preference means the maximum extent to which the price quoted by a
domestic supplier may be above L1 for the purpose of purchase preference. In case of DMI&SP
policy, the margin of purchase preference shall be 20% for items in Appendix B.
2.12 Iron & Steel Product(s) shall mean such iron and steel product(s) which are mentioned in
Appendix A.
2.13 Domestic value addition shall be the net selling price (invoiced price excluding net domestic
taxes and duties) minus the landed cost of imported input materials at the manufacturing plant
in India (including all customs duties) as a proportion of the net selling price, in percent. The
‘domestic value addition’ definition shall be in line with the DPIIT(formerly DIPP) guidelines, and
shall be suitably amended in case of any changes by DPIIT in the future. For the purpose of this
policy document, domestic value addition and local content have been used interchangeably.

3 Exclusions
3.1 Waivers shall be granted by the Ministry of Steel to all such Government procurements subject
to the below conditions.
3.1.1 Where specific grades of steel are not manufactured in the country, or
3.1.2 Where the quantities as per the demand of the project cannot be met through domestic sources

The exclusion requests shall be submitted to the Standing Committee along with
sufficient proof of unavailability of domestically manufactured iron & steel products

4 Standing Committee
A Standing Committee under the Ministry of Steel (MoS) to be chaired by the Secretary
(Steel), shall be constituted to oversee the implementation of the policy. The Committee
shall comprise of experts drawn from Industry / Industry Association / Government
Institution or Body / Ministry of Steel (MoS). The said Committee in MoS shall have the
mandate for the following:
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 17

4.1 Monitoring the implementation of the policy


4.2 Review and notify the list of Iron & Steel products and the domestic value addition requirement
criteria as mentioned at Appendix A and Appendix B.
4.3 Issue necessary clarifications for implementation of the policy including grant of exclusions to
procuring agencies as per section 3
4.4 Constitute a separate committee to carry out grievance redressal
4.5 The Standing Committee shall submit its recommendations for approval to Ministry of Steel.
5 Notifying Iron & Steel Products Procured by Government
5.1 The following guidelines may be used for identifying and notifying the aforementioned products
under the policy:
5.1.1 The policy is applicable to iron & steel products as provided in Appendix A and to capital goods
for manufacturing iron & steel products in Appendix B.
5.1.2 Appendix A contains list of iron & steel products which are to be exclusively domestically
manufactured and cannot be imported without the approval of the Ministry of Steel
5.1.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase preference shall
be provided to domestically manufactured capital goods, if their quoted price falls within 20%
of the price quoted for corresponding imported capital good.
5.1.4 The objective of the policy is to notify all iron & steel products which are procured by Government
Agencies for government projects and not with a view to commercial resale or with a view to
use in the production of products for commercial sale.
5.1.5 The policy is applicable to all projects funded by Ministry or Department of Government and
all agencies/ entities under their administrative control for purchase of iron & steel products.
5.1.6 The policy shall be applicable to projects where the procurement value of iron and steel
products is greater than Rs. 25 crores. The policy shall also be applicable for other
procurement (non-project), where annual procurement value of iron and steel products for
that Government organization is greater than Rs. 25 crores.
5.1.7 The policy is applicable to purchase of iron & steel products by private agencies for fulfilling
an EPC contract and/or any other requirement of Ministry or Department of Government or
their PSUs.
5.1.8 Analysis of the availability of various grades of domestic iron and steel products needs to
precede for notification under the policy. Only those iron & steel products, in respect of which
at least one domestic manufacturer exists, shall be notified. Consultation may be carried out
by the Standing Committee.
5.1.9 The policy is applicable to capital goods for manufacturing iron & steel products in Appendix
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 17


B produced in compliance to prescribed quality standards, as applicable.
5.1.10 Policy for domestic procurement of capital goods for manufacturing iron and steel products
is applicable to all public sector steel manufacturers and all agencies/ entities under their
administrative control for purchase of capital goods for manufacturing iron & steel products,
not with a view to commercial resale.
5.1.11 The policy is applicable to purchase of capital goods for manufacturing iron & steel products
by private agencies for fulfilling an EPC contract and/or any other requirement of public sector
steel manufacturers and all agencies/ entities under their administrative control
5.1.12 Government agencies which are involved in procurement of iron and steel products, and
capital goods for manufacturing of iron and steel products, in cases where the iron and steel
products are not mentioned in Appendix A and Appendix B, shall provide description and
technical specifications of the product along with prescribed standards to the Standing
Committee. The Standing Committee will act as per mandate in section 3 and section 4.
5.2 The Ministry of Steel (MoS) would notify iron & steel products along with the minimum prescribed
domestic value addition, furnished at Appendix A.
5.3 The policy guidelines on capital goods for manufacturing iron & steel products shall be applicable
to public sector steel manufacturers for all purchases of capital goods for manufacturing iron &
steel products in Appendix B, irrespective of the project size.

5.4 Minimum domestic value addition requirement suggested for iron and steel products in Appendix
A, and for capital goods for manufacturing iron and steel products in Appendix B have been
decided on the basis of factors such as domestic supplier base, number of suppliers and import
to consumption ratio.
5.5 The domestic value addition requirement norm shall be so calibrated that it reflects the
average/above average manufacturing capability of the domestic industry for the iron & steel
products at a point of time. This shall be suitably reviewed by the Standing Committee from time
to time and amended, if required with the approval of Ministry of Steel.
6 Tender procedure for procurement by government and government agencies
6.1 The procuring/ Government agencies shall follow standard procurement procedures, in
accordance with instructions of Ministry of Finance and CVC while adhering to DMI&SP. The
policy shall come into effect from the date of its notification in all tenders where price bid have
not been opened.
6.2 The tender document, for procurement of both Goods as well as for EPC contracts, should
explicitly outline the qualification criteria for adherence to minimum prescribed domestic value
addition by the bidder for iron and steel products and capital goods for manufacturing iron &
steel products(as indicated in Appendix A and Appendix B)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 17


6.3 In supporting the growth of domestic products, the target of domestic value addition in iron and
steel business activities has been set as contained in Appendix A and Appendix B.
6.4 For iron and steel products in Appendix A, the procurement process shall be open only to the
manufacturers / suppliers having the capability of meeting / exceeding the domestic value
addition targets. Manufacturers / suppliers not meeting the domestic value addition targets are
not eligible to participate in the bidding.
6.5 In case of Appendix B items, if in the opinion of the procuring company, the tenders (procured
quantity) cannot be divided in the prescribed ratio of 50:50, then they shall have the right to
award contract to the eligible domestic manufacturer for quantity not less than 50%, as may
be divisible.
6.6 In continuation to the above clause, for Appendix B items, if the tendered item is non divisible,
(to be included in the tender document by procuring company) the contract can be awarded to
the eligible domestic manufacturer for the entire quantity.
6.7 In case of Appendix B items, if none of the eligible manufacturers meeting domestic value
addition requirements match the L1 bid, the original bidder holding L1 bid shall secure the
order for full value of procurement.
6.8 The bidders who are selling agents/ authorized distributors/ authorized dealers/ authorized
supply houses of the domestic manufacturers of iron & steel products are eligible to bid on
behalf of the domestic manufacturers under the policy. However, this shall be subject to the
following conditions:
6.8.1 The bidder shall furnish the authorization certificate issued by the domestic manufacturer for
selling domestically manufactured iron & steel products.
6.8.2 In case the procurement is covered under Appendix A of the DMI&SP policy, the bidder shall
furnish the Affidavit of self-certification issued by the domestic manufacturer to the procuring
agency declaring that the iron & steel products is domestically manufactured in terms of the
domestic value addition prescribed.
6.8.3 In case the procurement is covered under Appendix B of the DMI&SP policy, the bidder shall
furnish the certification issued by the statutory auditor to domestic manufacturer declaring that
the capital goods to be used in Iron & Steel industry are domestically manufactured in terms
of the domestic value addition prescribed.
6.8.4 It shall be the responsibility of the bidder to furnish other requisite documents required to be
issued by the domestic manufacturer to the procuring agency as per the policy.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 17

7 Domestic value addition requirement


7.1 Minimum domestic value addition requirement to qualify the product as a domestically
manufactured iron & steel product or a Capital good are mentioned in Appendix A and B.
7.2 Domestic value addition shall be the net selling price (invoiced price excluding net
domestic taxes and duties) minus the landed cost of imported input materials at the
manufacturing plant in India (including all customs duties) as a proportion of the net selling
price, in per cent.
7.2.1 In case the iron & steel products are made using domestic input steel (semi-finished/
finished steel), invoices of purchases from the actual domestic producers along with
quantities purchased and the other related documents must be furnished to the procuring
Government agency.
7.2.2 In case the iron & steel products have imported input steel, the invoices of purchases from
the actual producers along with quantities purchased and the other related documents
must be furnished separately. To derive the extent of domestic value addition, the
weighted average of both (imported & domestic) input steel shall be considered to ensure
that the minimum stipulated domestic value addition requirement of the policy is complied
with.
7.3 It is recommended that each bidder participating in the tender process should calculate
the domestic value addition using the below formula below so as to ensure the domestic
value addition claimed is consistent with the minimum stipulated domestic value addition
requirement of the policy.

8 Certification and audit


8.1 For products in Appendix A, each domestic manufacturer shall furnish the Affidavit of
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 17

self-certification to the procuring Government agency declaring that the iron & steel
products are domestically manufactured in terms of the domestic value addition
prescribed. For capital goods in Appendix B, the bidder shall furnish the certification
issued by the statutory auditor to the domestic manufacturer declaring that the capital
goods are domestically manufactured in terms of the domestic value addition prescribed.
The bidders who are sole selling agents / authorized distributors / authorized dealers /
authorized supply houses of the domestic manufacturers of iron & steel products are
eligible to bid on behalf of domestic manufacturers under the policy. The bidder shall
furnish the Affidavits of self-certification issued by the domestic manufacturers and the
certifications issued by the statutory auditors, to the procuring agency declaring that the
iron & steel products are domestically manufactured in terms of the domestic value
addition prescribed. The Affidavit of self-certification shall be furnished in Form 1
attached to these guidelines.
8.2 It shall be the responsibility of the domestic manufacturer to ensure that the products so
claimed are domestically manufactured in terms of the domestic value addition
prescribed for the product. The bidder shall also be required to provide a domestic value
addition certificate on half-yearly basis (Sep 30 and Mar 31), duly certified by the
Statutory Auditors of the domestic manufacturer, that the claims of domestic value
addition made for the product during the preceding 6 months are in accordance with the
Policy. Such certificate shall be filed within 60 days of commencement of each half year,
to the concerned Government agencies and shall continue to be filed till the completion
of supply of the said products.
8.3 The procuring agency shall accept the Affidavit of self-certification regarding domestic
value addition in a steel product submitted by a bidder. It shall not normally be the
responsibility of procuring agency to verify the correctness of the claim. The onus of
demonstrating the correctness of the same shall be on the bidder when asked to do so.
8.4 In case a complaint is received by the procuring agency or the concerned Government
Agency against the claim of a bidder regarding domestic value addition in iron & steel
products, the procuring agency shall have full rights to inspect and examine all the related
documents and take a decision. In case any clarification is needed, matter may be
referred to MoS with a request for technical assistance.
8.5 Any complaint referred to the Government Agency shall be disposed off within 4 weeks
of the reference along with submission of all necessary documents. The bidder shall be
required to furnish the necessary documentation in support of the domestic value addition
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 17

claimed in iron & steel products to the Government Agency within 2 weeks of filing the
complaint.
8.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal committee
setup under the MoS shall dispose of the complaint within 4 weeks of its reference and
receipt of all documents from the bidder after taking in consideration, the view of the
Government Agency. The bidder shall be required to furnish the necessary
documentation in support of domestic value addition claimed in iron & steel products to
the grievance redressal committee under MoS within 2 weeks of the reference of the
matter. If no information is furnished by the bidder, the grievance redressal committee
may take further necessary action, in consultation with Government Agency to establish
bonafides of claim.
8.7 The cost of assessing the prescribed extent of domestic value addition shall be borne by
the procuring agency if the domestic value addition is found to be correct as per the
certificate. However, if it is found that the domestic value addition as claimed is incorrect,
the cost of assessment will be payable by the bidder who has furnished an incorrect
certificate. The manner of enforcing the same shall be defined in the tender document.
9 Sanctions
9.1 Each Government Agency shall clearly define the penalties, in case of wrong declaration
by the bidder of the prescribed domestic value addition, in the tender document. The
penalties may include forfeiting of the EMD, other financial penalties and blacklisting of
such manufacturer/ service provider.
9.2 In case of reference of any complaint to MoS by the concerned bidder, there would be a
complaint fee of Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being procured (subject
to a maximum of Rs. 20 Lakh), whichever is higher, to be paid by Demand Draft deposited
with the grievance redressal committee under MoS along with the complaint by the
complainant. In case, the complaint is found to be incorrect, the Government Agency
reserves the right to forfeit the said amount. In case, the complaint is found to be
substantially correct, deposited fee of the complainant would be refunded without any
interest.
10 Implementation monitoring by Ministry of Steel
10.1 The policy provisions shall be applicable for a period of 5 years from the date of
publication. The policy period may further be extended at the discretion of Ministry of
Steel.
10.2 MoS shall be the nodal ministry to monitor the implementation of the policy.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 17

10.3 All applicable agencies under DMI&SP policy shall ensure implementation of the policy
and shall annually, in the month of June, send a declaration indicating the extent of
compliance to the policy and reasons for noncompliance thereof, during the preceding
financial year.

Reference to Ministry of Steel


In case of a question whether an item being procured is a DMI&SP to be covered under
the policy, the matter would be referred to the Ministry of Steel for clarification.
Appendix A - Exclusive for domestically manufactured products

Sl. Minimum
Indicative list of Iron & Steel Products Applicable
domestic value
No. HS code addition
requirement
Flat-rolled products of iron or non-alloy steel, of
1 7208 50%
a width of 600 mm or more, hot rolled, not clad, plated or
coated
Flat-rolled products of iron or non-alloy steel, of
2 7209 50%
a width of 600 mm or more, cold rolled (cold-reduced), not
clad, plated or coated
Flat-rolled products of iron or non-alloy steel, of
3 7210 50%
a width of 600 mm or more, clad, plated or coated
Flat-rolled products of iron or non-alloy steel, of a width of less
4 7211 35%
than 600 mm, not clad, plated or coated
Flat-rolled products of iron or non-alloy steel, of a width of less 35%
5 7212
than 600 mm, clad, plated or coated
Bars and rods, hot-rolled, in irregularly wound coils, of iron or 35%
6 7213
non-alloy steel
Other bars and rods of iron or non-alloy steel, not further 35%
7 worked than forged, hot rolled, hot-drawn or hot-extruded, but 7214
including those twisted after rolling
8 Other bars and rods of iron or non-alloy steel 7215 35%
9 Angles, shapes and sections of iron or non-alloy steel 7216 35%
10 Wire of iron or non-alloy steel 7217 50%
11 Flat-rolled products of stainless steel, of a width of 600 mm or 7219 50%
more
12 Flat-rolled products of stainless steel, of a width of less than 7220 50%
600 mm
Other bars and rods of stainless steel; angles, shapes and
13 7222 50%
sections of stainless steel
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 17

14 Wire of other alloy steel 7229 35%


15 Rails, railway or tramway track construction material of iron 7302 50%
or steel
16 Tubes, pipes and hollow profiles, of cast iron 7303 35%
Tubes, pipes and hollow profiles, seamless, of iron (other
17 7304 35%
than cast iron) or steel
Other tubes and pipes (for example, welded, riveted or
18 similarly closed), having circular cross-sections, the external 7305 35%
diameter of which exceeds
406.4 mm, of iron or steel
Other tubes, pipes and hollow profiles (for example, open
19 7306 35%
seam or welded, riveted or similarly closed), of iron or steel
Tube or pipe fittings (for example, connectors/couplings,
20 7307 35%
elbow sleeves), of iron or steel
21 Bars and rods, hot-rolled, in irregularly wound coils, of 7221 35%
stainless steel
22 Wire of stainless steel 7223 35%
Flat-rolled products of other alloy steel, of a width of 600 mm
23 7225 35%
or more, including electrical steel
Flat-rolled products of other alloy steel, of a width of less than
24 7226 35%
600 mm, including electrical steel
25 Bars and rods, hot-rolled, in irregularly wound coils, of other 7227 15%
alloy steel
Other bars and rods of other alloy steel; angles, shapes and
26 7228 35%
sections, of other alloy steel; hollow drill bars and rods, of
alloy or nonalloy steel
Sheet piling of iron or steel, whether or not drilled, punched
27 7301 15%
or made from assembled elements; welded angles, shapes
and sections, of iron or steel
Structures (excluding prefabricated buildings of heading
28 7308 15%
9406) and parts of structures
Reservoirs, tanks, vats and similar containers for any
material (other than compressed or liquefied gas), of iron or
29 steel, of a capacity exceeding 300 whether or not lined or 7309 15%
heat insulated, but not fitted with mechanical or
Thermal equipment
Tanks, casks, drums, cans, boxes and similar containers, for
any material (other than compressed or liquefied gas), of iron
30 7310 15%
or steel, of a capacity not exceeding 300 L, whether or not
lined or heat-insulated, but not fitted with mechanical or
thermal equipment
31 Containers for compressed or liquefied gas, of iron or steel 7311 15%
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 12 of 17

Stranded wire, ropes, cables, plaited bands, slings and the 7312 15%
32
like, of iron or steel, not electrically insulated
Barbed wire of iron or steel; twisted hoop or single flat wire,
33 barbed or not, and loosely twisted double wire, of a kind used 7313 15%
for fencing, of iron or steel
Grill, netting and fencing, of iron or steel wire; expanded metal 7314 15%
34
of iron or steel
35 Chain and parts thereof, of iron or steel 7315 15%
36 Anchors, grapnels and parts thereof, of iron or steel 7316 15%
37 Articles of iron and steel 7317 15%
38 Articles of iron and steel 7318 15%
39 Articles of iron and steel 7319 15%
40 Springs and leaves for springs, of iron or steel 7320 15%
Stoves, ranges, grates, cookers (including those with
41 subsidiary boilers for central heating), barbecues, braziers, 7321 15%
gas-rings, plate warmers and similar non-electric domestic
appliances, and parts thereof, of iron or steel
Radiators for central heating, not electrically heated, and
parts thereof, of iron or steel; air heaters and hot air
42 7322 15%
distributors, not electrically heated, incorporating a motor-
driven fan or blower, and parts thereof, of iron or steel
43 Tables and similar household articles and parts thereof, of 7323 15%
iron or steel
44 Sanitary ware and parts thereof, of iron or steel 7324 15%
45 Other cast articles of iron or steel 7325 15%
46 Electrical steel and other articles of iron or steel 7326 15%
47 Railway or tramway passenger coaches, not self-propelled 8605 50%
48 Railway or tramway goods vans and wagons, not self- 8606 50%
propelled
Parts of railway or tramway locomotives or rolling-stock; such 8607 50%
49
as bogies, bissel-bogies, axles and forged wheels, and parts
thereof
Products included in descriptions are indicative; all products under the specified HS codes are
included as part of the appendix
Appendix B
Indicative list of capital goods(non-exhaustive) for manufacturing iron & steel products

Minimum
Sl. domestic
Plant shop Capital goods
value addition
No.
requirement
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 13 of 17

Apron feeder, barrel couplings, heavy duty bearings, hydraulic


Raw disc brakes, tanker &container for powdered materials,
1 material conveyor belt for pipe conveyors, high angle conveyor system, 50%
handling crushers, crane rail lubrication system, four girder EOT Crane,
system crane weighing system, crane air conditioning, fluid couplings,
fork lift trucks, hydraulic motors, hydraulic
system, locking assembly (friction grip), load cells, level
sensors, pipe
conveyor system, plough/ paddle feeder, pneumatic
transportation - dense &lean phase, reclaimers, radio remote
control, rail fixing arrangements (special), rapid/ flood loading
system, stackers, special screen, slew ring bearings, tipplers,
transfer cars, tongs (special), vibration, isolation system (spring
damper), wagon tipplers, wagon loaders
Mineral
benefaction
Industrial crushers, grinding mills, conventional screens,
2 (iron ore 50%
slurry pumps, hirate thickeners, filters, hydroclones
and coal)
equipment
Coke Oven
Silica Refractory, Anchorage System, Waste gas valve with
branch pipe, Flash Plate, Door Frame, door body, Minor
3 Coke oven 50%
Casting: Gooseneck, Valve box, AP Lid, Charging & inspection
hole lid and frame Reversing mechanism, Centralised
lubrication system, Hydrojet Door Cleaning Mechanism,
Spillage code conveyor system, skip hoist, Door Lowering
Rack, Isolation/ Reversing Cocks, Level II automation, Oven
machines
Primary Gas Cooler, Electrostatic Tar Precipitator,H2S, NH3 &
By- Naphthalene Scrubber, Combi Stripper,
4 product 50%
Flushing Liquor Pump, Claus Kiln, Claus reactors, Waste Heat
plant
Boilers, Decanters
Pallet car, Drive/discharge end Sprocket assembly, Curved rail,
Sinter Slide rails, Hot sinter breaker and Grizzly,
5 pla 50%
Dip rail & running rail, Impeller assembly for Process fan, Drive
nt
assembly of Sinter machine, Hi-intensity Mixer &Noduliser
equipment
Pallet car, Drive/discharge end Sprocket assembly, Curved
Pellet rail, Slide rails, running rail, Vertical roller mill, Impeller
6 50%
pla assembly for Process fan, Drive assembly of Indurating
nt machine, Hi-intensity Mixer, Balling disc, Single deck roller
equipment screen and Double deck roller screen
Bell less top system with Bleeder valve, SG Iron stave coolers,
Copper stave coolers, Stock level indicator (Radar Type), Mud
gun, Drilling machine and Manipulator, Gas Cleaning Plant
Blast system, Top Recovery Turbine system including its by-pass
7 50%
furnac valve, De-bricking Machine, Re-railing equipment, PCI system,
e equipment
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 14 of 17

Grinding mill for PCI, Stock level indicator, Tuyere Stock


assembly, Waste Heat Recovery system, BF & Hot Blast
Stoves Technological Valves, Above Burden probes, Slag
granulation unit, Tuyere&Tuyere cooler, Torpedo Ladle Car,
BF hearth refractory
Charge distributer, Upper & lower seal leg, Reformer & Re-
Direct
cuperator system, Burden feeders, Turbo-expander, Process
8 reduction 50%
Gas Compressor , Seal gas compressors & bottom seal gas
plant
compressors, Seal gas generators & driers, Process Gas
equipment
Heater, CO2 removal plant
Main and Maintenance equipment comprising of converter,
gunning machine, Refractory/ slag monitoring device,
converter vessel, trunnion ring and suspension system,
trunnion bearings and housing, Converter bull gear unit and tilt
drive system, Rotary joint for converter, bottom stirring system,
Lance body with clamping, Lance copper tips, Valve stations
Basic oxygen for oxygen blowing/ bottom stirring, Sub-lance system, Off gas
9 furnace analyzer with process module i.e. Process software/ hardware, 50%
equipment container lab Measurement probes, Switch over station, ID fan
for primary gas, Hot metal and steel ladle, Ladle Transfer car,
Ladle maintenance equipment, Slag pot, Slag pot transfer car,
Scrap boxes, Scrap Transfer car, Lance carriage, Lance guide,
Crane & hoist, Lance hoist & trolley, Lance tilting device,
Traverse for lifting lances, Bunker of various sizes, Bin Vibrator,
Weighing Hopper, Maintenance stands, De dusting suction
hood, Teeming/HM, ladle relining stands, Stand Cooling stack
inspection device, Hood traverse carriage, Refractories,
Bypass & isolation valves, Flare stack & ignition system,
Scrubbing tower shell - Wet gas cleaning system, Dog house,
Ladle drier, ladle pre-heater, ladle cooler, Fume collection
hoods, Clean gas stack, Dust silo, Weigh Bridge, Slag retaining
device
Furnace proper (includes furnace lower shell, upper shell and
roof, Tilting platform, Furnace Gantry) and transformer,
Electrode regulation system, Hydraulic system, Refractories,
Parts of Level I & Level Il Automation system. LF - water cooled
ladle roof, electrode mast and arms, electrode regulating
system, wire feeding system, Bottom inert gas stirring Valve
stand for porous plug and top lance, Emergency lance
mechanism, Lance carriage system with drive unit, Automatic
10 Electric arc temperature, sampling & bath level / O2 measurement, Temp. 50%
furnace & oxygen immersion lance, lance carriage system with drive
unit, Hydraulic system, Refractories, Ladle roof Delta portion,
RH proper (includes Ladle transfer car, vacuum vessel, Vessel
lifting & lowering system. Hydraulic system, Multi-Function
lance, Valve racks/station, Electrode clamp unit, conductor of
electrode arms, water cooled cable, A R stirring valve rack,
lance transport car, Refractory lance, Hydraulic cylinder, Ladle
roof lifting cylinder, Lubrication system, Suction hood, damper,
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 15 of 17

Vibro feeder, weighing hopper, wire feeding system, Electrode


nipiling stand, Cranes, hoist, Temperature & sampling tips,
ladle stands, ESP, Deducting hoods, Refractories, bag filter,
Cranes etc.
Ladle turret, ladle cover manipulator, Ladle Shroud
manipulator, tundish car, Continuous tundish temperature
measurement system, Tundish stopper rod mechanism,
emergency cut-off gate, mould assembly, Nozzle quick change
Continuous
device, mould oscillator and EMS system, EIectro-Magnetic
11 casting 50%
braking system, Strand guide segment, Withdrawal &
equipment
Straightening unit (WSU), Roll gap checker, Emergency torch
cutter, Torch cutting machine, Deburrer, Marking machine,
Technological control system & process models, Black
Refractories, strand gunde segment, tundish, ladle cover, roller
tables & auxiliaries, mould& segment maintenance
equipments, tundish maintenance equipments, EMBR system
Large castings and forgings like mill housing, bed plates, work
rolls, backup rolls, end spindles; roller tables, backup roll and
Flat
12 work roll chucks, coilers / tension reels / uncoilers, AGC 50%
produ
cylinders, shears, levelers, lazer welders, packaging
ct mills
machines, non-contact gauges / profile gauges, anti-friction roll
neck bearings, oil film bearings, gear boxes, mill motors
Mill housing, bed plates, work rolls, backup rolls, spindles;
Long product roller tables, coilers / tension reels / uncoilers, shears, billet
13 50%
mills welder, packaging machines, non-contact gauges / profile
gauges, anti-friction roll neck bearings, oil film bearings,
finishing blocks, gear boxes, mill motors

*Items in appendix B are an indicative list of capital goods for manufacturing steel, the list is not
exhaustive. All capital goods for steel manufacturing shall be considered for purchase
preference under the policy with a minimum domestic value addition requirement of 50%
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 16 of 17

Form-1
Format for Affidavit of Self Certification regarding Domestic Value Addition in Iron & Steel
Products/capital goods to be provided on Rs.100/- Stamp Paper Date:
I _ _ S/o, D/o, W/o, _ Resident of _
hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India
issued vide Notification No: .
That the information furnished hereinafter is correct to the best of my knowledge and belief
and I undertake to produce relevant records before the procuring agency (ies) for the
purpose of assessing the domestic value addition.
That the domestic value addition for all inputs which constitute the said iron & steel
products has been verified by me and I am responsible for the correctness of the claims
made therein.

That in the event of the domestic value addition of the product mentioned herein is found
to be incorrect and not meeting the prescribed value-addition criteria, based on the
assessment of procuring agency (ies) for the purpose of assessing the domestic value-
addition, I will be disqualified from any Government tender for a period of 36 months. In
addition, I will bear all costs of such an assessment.

That I have complied with all conditions referred to in the Notification No. _
wherein preference to domestically manufactured iron & steel products in Government
procurement is provided and that the procuring agency (ies) is hereby authorized to forfeit
and my EMD. I also undertake to pay the assessment cost and pay all penalties as specified
in the tender document.

I agree to maintain the following information in the Company's record for a period of 8 years
and shall make this available for verification to any statutory authority.
i. Name and details of the Bidder (Registered Office, Manufacturing unit location, nature of
legal entity)
ii. Date on which this certificate is issued
iii. Iron & Steel Products for which the certificate is produced
iv. Procuring agency to whom the certificate is furnished
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 17 of 17

v. Percentage of domestic value addition claimed and whether it meets the threshold value
of domestic value addition prescribed
vi. Name and contact details of the unit of the manufacturer (s)
vii. Net Selling Price of the iron & steel products
viii. Freight, insurance and handling till plant
ix. List and total cost value of input steel (imported) used to manufacture the iron & steel
products
x. List and total cost of input steel which are domestically sourced.
xi. Please attach domestic value addition certificates from suppliers, if the input is not in
house.
xii. For imported input steel, landed cost at Indian port with break-up of CIF value, duties &
taxes, port handling charges and inland freight cost.

For and on behalf of(Name of firm / entity)


Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>
STANDBY SRU (525 TPD) TRAIN
FOR
IOCL PARADIP REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 5

ANNEXURE A-XXI

DOMESTICALLY MANUFACTURED ELECTRONIC


PRODUCTS - POLICY
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 5

DOMESTICALLY MANUFACTURED ELECTRONIC PRODUCTS (DMEP)

DOMESTICALLY MANUFACTURED ELECTRONIC PRODUCTS (DMEP) NOTIFIED BY GOVT.


OF INDIA ARE ELIGIBLE FOR PREFERENCE IN PROCUREMENT AS PER PREVAILING
DIRECTIVES OF GOVERNMENT OF INDIA

Public Procurement policy ( Local content) Electronic Products:


Domestically manufactured electronic products (DMEP) notified by Govt. of India Ministry of
Electronics and Information Technology, are eligible for preference in procurement as per
Notification No. 33(1)/2017-IPHW dated 14.09.2017

Following Electronic Products are notified under the Public Procurement (Preference to
Make in India) Order 2017:

i. Desktop Personal Computers (PCs)


ii. Laptop Personal Computers (PCs)
iii. Tablet Personal Computers (PCs)
iv. Dot Matrix Printers
v. Smart Cards
vi. LED Products
vii. Biometric Access Control/Authentication Devices
viii. Biometric Finger Print Sensors
ix. Biometric Iris Sensors
x. Servers

1. The Percentage of domestic value addition in terms of Bill of Material (BOM) required for the
(tendered DMEP item) to qualify as domestically manufactured electronic products (DMEP)
is (as mentioned in notification for the tendered DMEP item) %.

2. The local supplier at the time of bidding shall provide self-certification that the item offered
meets the minimum local content and shall give details of the location(s) at which the local
value addition is made.

3. In cases of procurement for a value in excess of Rs. 10 crores, the local supplier shall provide
a certificate from the statutory auditor or cost auditor of the company (in the case of
companies) or from a practicing cost accountant or practicing chartered accountant (in
respect of suppliers other than companies) giving the percentage of the local content.

4. All other terms & conditions including preference for procurement for DMEP item, criteria for
BOM of the DMEP item to be classified as Domestic, procedure for calculating local
content/domestic value addition, verification of local content/domestic value addition etc.
shall be as per Notification No. 33(1)/2017-IPHW dated 14.09.2017 of Ministry of Electronics
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 5

and Information Technology.


5. Order Splitting Methodology

For Purchase preference, Public Procurement Policy 2012 (PPP-2012 for MSEs)
benefits shall receive precedence over DMEP-2017 benefits as is being followed in
case of application of PPLC policy.

The bidder shall declare their preference for seeking Purchase Preference benefit as
MSE under PPP-2012 or as Local Supplier under DMEP-2017.

Abbreviation:
1) MSE- Micro and Small Enterprises
2) DM- Local Supplier
3) GN- Bidder(s) not falling in either category 1 or 2 above.

Here DM, MSE are those who are eligible for Purchase Preference as per the above mentioned
policies.

a) Where quantity can be split

Sr. Condition Ordering Remarks


No. Recommended

1 When MSE is L1 100% to MSE Nil

2 When DM is L1 25% to MSE • If multiple MSE meet the condition, the


and MSE is within 75% to DM preferential quantity shall be distributed
15% of L1 proportionately amongst them.
• If all eligible MSEs fails to match L1 rate,
100% quantity shall be awarded to L-1
DM.
3(a) When GN is L1 50% to DM • If the lowest priced DM fails to match L1
and DM is within 50% to GN rate or accepts less than the offered qty.,
20% of L1, a n d next DM shall be offered to match L1
no MSE rate for the remaining qty. and so on. In
participated or case qty. is still left uncovered on local
MSE quoted suppliers, then such balance qty. shall be
more than 15% of awarded to L-1 GN.
L1
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 5

3(b) When GN is L1 25% to MSE • If multiple MSE meet the condition, the
and MSE is within 37.5% to DM (i.e. preferential quantity shall be
15% and DM is 50% of proportionately distributed amongst them.
within 20% of L1 remaining 75%) • If all MSE fails to match L-1 rate, the
37.5% to GN quantity shall be awarded in the ratio of
50:50 to L1 GN and DM.
• If the lowest priced DM fails to match L-1
rate or accepts less than the offered qty.,
next DM shall be offered to match L1 rate
for the remaining qty. and so on. In case
qty. is still left uncovered on local
suppliers, then such balance qty. shall be
awarded to L-1 GN.

Notes:
• All splits & purchase preference will be subject to matching L1 rates.
• In case more than one DM (within 20% of L1) quote the same rate, the preferential
quantity shall be shared proportionately (to tendered quantity).
• Qty. during splitting shall be rounded to next higher whole number in order of
preference.

b) Where quantity cannot be split

Sr. Condition Ordering Recommended


No.
1 When MSE is L1 100% to MSE

2 When DM is L1 and MSE • 100% to MSE.


is within 15% of L1 • If all such MSEs fail to match the L1 rate then
100% shall be awarded to L1 DM.

3 When GN is L1 and DM is • 100% to D M .


within 20% of L1 and no • If the lowest priced DM, fails to match L-1 rate,
MSE participated or MSE next DM shall be offered to match L1 rate and
quoted more than 15% of so on. In case all DM fail to match L-1 rate then
L1. 100% qty. shall be awarded to L-1 GN.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 5

3 When GN is L1 and MSE • 100% to MSE


is within 15% and DM is • If all such MSEs fail to match the L1 rate then
within 20% of L1 100% shall be offered to DM. If all such DM fail
to match L-1 rate then 100% qty. shall be
awarded to L-1 GN.

• All Purchase Preference shall be subject to matching L1 rates.


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

ANNEXURE A-XXII

FORM OF CONTRACT
FORM OF CONTRACT

THIS CONTRACT made at …………… this …….. Day of ………, ……………;


BETWEEN INDIAN OIL CORPORATION LTD, a Government of Indian 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
of its Refineries Division of Indian Oil Corporation Ltd. (Refineries Division), Scope
Complex, Core -2, 4th Floor, 7 Institutional Area, Lodhi Road, New Delhi-110 003
(hereinafter referred to as the "OWNER" which expression shall include its
successors and assigns) of the One Part; AND …………………., ………….. carrying
out business in Company/ Proprietorship /Partnership under the name and style of
………………… …………… having its 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 “……….. ……………. …………….
…………… ……………” (Tender No : ……………..) 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 (Letter of Acceptance No. ………… dtd. ……..)

1.2 A list of the Tender Documents is annexed hereto as Annexure 'A'


while a copy of the Letter of Acceptance of Tender along with annexure
thereto dtd. ……… …… are annexed hereto and said copies have been
collectively marked as Annexure -'B'.
1.3 The Tender Documents mentioned in Annexure ‘A’ are available in
electronic form at the OWNER’S e-tender portal [https://iocletenders.nic.in]
under the subject ‘Tender Number ______’. These Tender Documents are an
integral and valid part of the present Contract.

ARTICLE -2 WORK TO BE PERFORMED

2.1 The CONTRACTOR shall perform the said work upon the terms and conditions
and within the time specified in the Contract Documents.

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 New Delhi (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, irrespective of whether


they are available or executed electronically or physically, 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, contracts 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 r
efer ence to the Contr ac ,t s hall be deemed to have been s uffic iently served if
delivered by hand or through Registered Post Acknowledgement Due to the principal
office of the CONTRACTOR ……….. ………… ………….. ……………… or to the

CONTRACTOR's representatives as referred to in the General Conditions of


Contract forming part of the Contract Documents.

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

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 SIGNED AND DELIVERED


for and on behalf of for and on behalf of
M/s. ………………….. INDIAN OIL CORPORATION LTD.
(CONTRACTOR)
in the presence of : in the presence of :

1. 1.

2. 2.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18) IOCL
GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

ANNEXURE A-XXIII
BG FORMAT FOR SECURITY DEPOSIT
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18) IOCL
GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

APPENDIX-VII

FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT

Indian Oil Corporation Limited


(Refineries Division)

Dear sir,

In consideration of Indian Oil Corporation Limited (Refineries Division) (hereinafter called the
Corporation which expression shall include its successors and assigns) having awarded certain Work
for and relative to the installation of a (Name of Project) at ……………… of the Corporation to (Name
& address of Contractor) (hereinafter called the “CONTRACTOR”) upon certain terms and conditions
mentioned in the Corporation’s Letter of Acceptance No. ……….. Dated …………… read with the
CONTRACTOR’s bid and the relative Bid Documents (hereinafter collectively called the “Contract”
which expression shall include any formal Contract entered into between the Corporation and the
CONTRACTOR in supersession of the said Letter of Acceptance and all amendments and/or
modifications in the Contract) inclusive of the condition that the Contractor shall cause to be furnished
a Bank Guarantee from a Scheduled Bank in India (which includes the Indian Branch of a foreign
Bank acceptable to the Corporation) as hereinafter appearing in lieu of cash Security deposit.

We ………………. (Name of the Bank) a body corporate registered/constituted under the laws
of………………….. (hereinafter called the “BANK” which expression shall include its successors and
assigns) with the intent to bind the Bank and its successors and assigns, do hereby unconditionally
and irrevocably undertake to pay the Corporation at the project office of the Indian Oil Corporation at
New Delhi on first demand in writing without protest or demur or proof of condition any and all
amounts from time to time demanded by the Corporation from the Bank with reference to this
Guarantee/Undertaking upto an aggregate limit of US $ ……………………. (United States Dollars
…………………………….. only) and Indian Rupees ……………………….. (Rupees
…………………………….. only).

AND the Bank doth hereby further agree as follow :

i) The Guarantee/Undertaking herein contained shall remain in full force and effect during
the entire period that would be taken for the performance for the Contract and until the
claims of the Corporation relative thereto are satisfied and/or discharged and the
Corporation accordingly discharges this Guarantee/Undertaking subject, however, that
the Corporation shall have no claim under this Guarantee/Undertaking after midnight of
…….. 20__ , unless a notice of the claim under this Guarantee/ Undertaking has been
served on the Bank before the expiry of the said date, in which event the same shall be
valid notwithstanding that the same is enforced after the expiry of the said date, provided
that the Bank shall upon the written request of the Corporation made at any time within 6
(six) months after the expiry of the said date extend this Guarantee/Undertaking for a
further 6 (Six) months from the said date within which the Corporation may make a
demand

ii) The Corporation shall have the fullest liberty without reference to the Bank and without
affecting in any way the liability of the Bank under this Guarantee/ Undertaking, at any
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18) IOCL
GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

time and/or from time to time anywise to vary the Contract and/or any of the terms and
conditions thereof or relative to the Security deposit or to extend time of performance of
the Contract in whole or part or to postpone for any time and/or from time to time any of
the obligations of the CONTRACTOR and/or the power(s) exercisable by the Corporation
against the CONTRACTOR and either to enforce or forbear from enforcing any of the
terms and conditions of or governing the Contract or the Security deposit or the securities
available to the Corporation or any of them and the Bank shall not be released from its
liability under these presents and the liability of the Bank shall remain in full force and
effect notwithstanding any exercise by the Corporation of the liberty with reference to any
or all the matters aforesaid or by reason of time being given to the CONTRACTOR or any
or all the matters aforesaid or by reason of time being given to the CONTRACTOR or any
other forbearance, act or omission on the part of the Corporation or any indulgence by the
Corporation to the CONTRACTOR or of any other act, matter or thing whatsoever which
under the law relating to sureties could but for this provision, have the effect of releasing
the Bank from its liability hereunder or any part thereof and the Bank doth hereby
specifically waive any and all contrary rights.

iii) It shall not be necessary for the Corporation to proceed against the CONTRACTOR
before proceeding against the Bank and the Guarantee/Undertaking herein contained
shall be enforceable against the Bank notwithstanding the existence of any other security
for any indebtedness of the CONTRACTOR to the Corporation (including relative to the
security deposit) and notwithstanding that any such security shall at the time when claim
is made against the Bank or proceeding taken against the Bank hereunder, be
outstanding or unrealised.

iv) The amount stated by the Corporation in any demand, claim or notice as due to the
Corporation from the CONTRACTOR shall as between the Bank and the Corporation for
the purpose of these presents be conclusive of the amount payable by the Bank to the
Corporation hereunder.

v) The liability of the Bank to the Corporation under this Guarantee/Undertaking shall remain
in full force and effect notwithstanding the existence of any difference or dispute between
the CONTRACTOR and the Corporation, the CONTRACTOR and the Bank and/or the
Bank and the Corporation, or otherwise howsoever touching or affecting these presents
or the liability of the CONTRACTOR to the Corporation, and notwithstanding the
existence of any instructions or purported instructions by the CONTRACTOR or any other
person to the Bank not to pay or for any cause withhold or defer payment to the
Corporation, under these presents, with the intent that notwithstanding the existence of
such difference, dispute or instructions, the Bank shall be and remain liable to make
payment to the Corporation in terms hereof.

vi) The Bank shall not revoke this Guarantee/Undertaking during its currency except with the
previous consent of the Corporation in writing and also agrees that any change in the
constitution of the CONTRACTOR or of the Bank or of the Corporation shall not
discharge the Bank’s liability hereunder.

vii) Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by the Corporation to the Bank either by post or by
fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by
the Bank.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18) IOCL
GUJARAT REFINERY

ANNEXURE TO SCC

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 4

viii) Notwithstanding anything contained herein:

a) The Bank's liability under this guarantee/undertaking shall not


exceed_________ (Amount in figures & words).

b) This guarantee/undertaking shall remain in force up to ________ and any


extension(s) thereof; and

c) The Bank shall be released and discharged from all liability under this
Guarantee/undertaking unless a written claim or demand is issued to the Bank
on or before _____________ (at least 6 months from the said expiry date in S.N.
(viii) b)) or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.”.

ix) The Bank doth hereby declare that Shri …………………………….. (Name and
Designation of the person) is authorised to sign this Guarantee/Undertaking on behalf of
the Bank and to bind the Bank thereby.

Dated : ____________day of ________________ 20___

Yours faithfully,

For ___________________________

Signature

Name and designation

Name of the Branch

NOTES: (1) This Guarantee/Undertaking is not to be witnessed

(2) This Guarantee/Undertaking is required to be stamped as an agreement


according to the stamp duty prescribed either in the State in which it is
executed or at New Delhi, whichever is higher.

*******************************
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 1 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

PROJECT EXECUTION PLAN


FOR
CONTRACTOR

IOCL- Gujarat Refinery

PETROCHEMICAL AND LUBE INTEGRATION


PROJECT “LuPech” (J-18)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 2 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Table of Contents

1. GENERAL ...................................................................................................................... 6
1.1 Purpose .......................................................................................................................... 6
1.2 Project Overview............................................................................................................. 6
2. PROJECT PROCEDURES ............................................................................................. 7
2.1 General .......................................................................................................................... 7
2.2 Project Procedures to be issued by Contractor ............................................................... 7
3. ORGANISATION ............................................................................................................ 9
3.1 PMC / OWNER’s Organization........................................................................................ 9
3.2 CONTRACTOR's Organization ....................................................................................... 9
4. COMMUNICATION ....................................................................................................... 10
4.1 General......................................................................................................................... 10
4.2 Correspondence Requirement ...................................................................................... 10
4.3 Type of Correspondence............................................................................................... 11
4.4 Documents Register ..................................................................................................... 12
4.5 Relations with Authorities, Certifying Agencies etc. ....................................................... 12
4.6 Public Relations ............................................................................................................ 12
4.7 Teleconference / Video Conference/ Meetings through Internet based platforms .......... 12
4.8 Communication with OWNER's Other CONTRACTORS ............................................... 12
5. COORDINATION .......................................................................................................... 13
5.1 Purpose ........................................................................................................................ 13
5.2 Scope ........................................................................................................................... 13
5.3 Addresses of Owner/Parties and Their Representatives ............................................... 14
5.4 Communication and General Correspondence.............................................................. 15
5.5 Project Coordination Meetings ...................................................................................... 16
5.6 Drawing/Documents to be reviewed by PMC / OWNER ................................................ 16
6. MEETINGS ................................................................................................................... 16
6.1 Kick-Off Meeting ........................................................................................................... 16
6.2 Weekly Meeting ............................................................................................................ 17
6.3 Monthly Meeting ........................................................................................................... 17
6.4 Special Meeting ............................................................................................................ 18
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 3 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

6.5 Other Meetings ............................................................................................................. 18


6.6 Arrangement, Conduct and Chairing of Meetings .......................................................... 20
6.7 Minutes of Meeting (MOM)............................................................................................ 20
6.8 Alternative Location of Meetings ................................................................................... 21
7. ENGINEERING ............................................................................................................ 21
7.1 Field Engineering Team ................................................................................................ 21
7.2 Engineering Procedures ............................................................................................... 21
7.3 Master Deliverable Register (MDR) ............................................................................... 22
7.4 Documentation Format ................................................................................................. 22
7.5 Document Identification ................................................................................................ 23
7.6 Document Numbering ................................................................................................... 23
7.7 Engineering Documentation Distribution Chart .............................................................. 24
7.8 Review of CONTRACTOR's documents........................................................................ 24
7.9 Design Modifications/Deviations ................................................................................... 24
7.10 Safety and Technical Audits .......................................................................................... 25
7.11 Engineering Plant Models ............................................................................................. 25
8. PROCUREMENT & SUB CONTRACTING.................................................................... 25
8.1 General ........................................................................................................................ 25
8.2 Purchase Orders .......................................................................................................... 26
8.3 Requisitions and Requests for Quotations .................................................................... 28
8.4 OWNER Review of Purchase Orders............................................................................ 29
8.5 List of Vendors .............................................................................................................. 30
8.6 Purchase Order Control Register .................................................................................. 31
8.7 Inspection and Monitoring ............................................................................................. 31
8.8 Traffic ........................................................................................................................... 32
8.9 Receiving, Inspection and Storage of Materials at Site .................................................. 33
8.10 Location of Materials and Equipment ............................................................................ 35
8.11 Imported Materials and Equipment ............................................................................... 35
9. CONSTRUCTION SUPERVISION & MANAGEMENT ................................................... 36
9.1 General......................................................................................................................... 36
9.2 Construction Execution Plan ......................................................................................... 38
9.3 Construction Planning, Scheduling, Monitoring & Reporting .......................................... 40
9.4 Quality Assurance and Quality Control (QA/QC) ........................................................... 40
9.5 Warehouse Management & Material Control ................................................................. 41
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 4 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

9.6 Field Engineering.......................................................................................................... 42


9.7 Field Tendering ............................................................................................................. 43
9.8 Field Purchase.............................................................................................................. 43
9.9 Health, Safety, Environment and Security(HSES) Management .................................... 43
9.10 Industrial Labour Relations ........................................................................................... 45
9.11 Construction Equipment................................................................................................ 45
9.12 Construction Manpower ................................................................................................ 48
9.13 Construction Manual/Methods Statements .................................................................... 49
9.14 Check List for Inspection of Flange Joints ..................................................................... 49
10. PLANNING / SCHEDULING / PROGRESS MEASUREMENT PROCEDURE ............... 49
10.1 Introduction................................................................................................................... 49
10.2 Terms, Definitions and Abbreviations ............................................................................ 50
10.3 Planning and Scheduling .............................................................................................. 52
10.4 Work Breakdown Structure (WBS) ................................................................................ 54
10.5 Project Schedule .......................................................................................................... 55
10.6 Supporting Schedules and Control Documents ............................................................. 58
10.7 Progress Measurement Methodology of CONTRACTOR .............................................. 59
10.8 Schedule Performance Curves (S Curves).................................................................... 60
10.9 Timelines for Planning deliverables ............................................................................... 61
10.10 Schedule Analysis ........................................................................................................ 62
10.11 Catch-up Schedule ....................................................................................................... 62
10.12 Reporting ...................................................................................................................... 62
10.13 Review Meetings .......................................................................................................... 65
10.14 Conference Room / Meeting Room Display .................................................................. 65
10.15 Software Packages ....................................................................................................... 65
10.16 Data in Electronic Form ................................................................................................ 65
10.17 Provision of Computer Facilities .................................................................................... 65
10.18 Monthly Progress Report Format .................................................................................. 66
11. COST CONTROL AND MONITORING ......................................................................... 66
11.1 Billing Schedule ............................................................................................................ 66
11.2 Project Cost Control and Monitoring ............................................................................. 66
12. MECHANICAL COMPLETION PROCEDURE ............................................................... 67
12.1 Intent ............................................................................................................................ 67
12.2 System concept for mechanical completion .................................................................. 67
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 5 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

12.3 Procedure up to mechanical completion ....................................................................... 67


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 6 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

1. GENERAL

1.1 Purpose

The purpose of this document is to define the PMC / OWNER (Indian Oil Corporation
Limited) and various Contractors/ Agencies baseline strategy for execution of the scope of
works for IOCL Gujarat Refinery LuPech project.

This Project Execution Plan (PEP) defines the Gujarat Refinery LuPech project and
describes baseline planning, assumptions, constraints, roles, responsibilities, authorities,
management interactions and interface management necessary to successfully execute
this project.

This PEP provides necessary guidance to Project Manager and the project team members.
This document will be reviewed and modified in line with the level of project realization
during the Project execution period.

1.2 Project Overview

Gujarat Refinery (Vadodara) has a capacity to process 13.7 MMTPA of crude oil, with crude
basket comprising of 55% high Sulphur crude (7.6 MMTPA) and 45% low Sulphur
indigenous crude (6.1 MMTPA). In addition to BS-III/BS-IV fuel products, the refinery has
also the capacity to produce a wide range of specialty products such as benzene, toluene,
Food Grade Hexane & LAB. Currently refinery is executing projects to upgrade the entire
gasoline and diesel to BS-IV specification by revamp of existing DHDT, DHDS and VGO
hydrotreater units.

Further, with objective of meeting the guidelines established in Auto Fuel policy 2025,
wherein refinery would be required to manufacture 100% BS-VI fuels, IOCL is also
executing BS VI project under which a new DHDT unit, a FCC Gasoline Desulphurization
Unit and new HGU are envisaged.

IOCL has started the process of value addition by implementation of petrochemical and
lube integration project (LuPech). The project envisages raising the capacity of the
Vadodara refinery in Gujarat from 13.7 MMTPA to 18 MMTPA and building a 500KTPA
Polypropylene (PP) plant and a 235 KTPA Lube Oil Base Stock (LOBS) unit.

This Package-4 Contract has been developed for realizing the following unit as part of
LuPech Project:
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 7 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

LuPech Power Distribution Facility:

Sl No. Description

LuPech Power Distribution Facility Consisting of 2 x 115MVA / 140 MVA


1 ONAN/ONAF, 220kV/33 kV Power Transformers, 220kV Cables, 33kV GIS, 33 kV
Cables , Associated auxiliary system etc.

Buildings:

Sl No. Description

1 Electrical Substation for LuPech Power Distribution Facility for LuPech Project

2. PROJECT PROCEDURES

2.1 General

CONTRACTOR shall prepare and submit to PMC / OWNER upon the dates stated
hereafter, of the various sections of the PROJECT PROCEDURES. The Project
Procedures shall comprise planning, organization, control and other documents
necessary for efficient co-ordination, management and execution of the work.

Within twenty-one (21) days of the receipt of each such section the PMC / OWNER will
respond with comments, if any.

Within twenty-one (21) days of receipt of the PMC / OWNER comments, CONTRACTOR
shall revise and re-issue the project procedure for approval upon which it shall be put
into effect.

2.2 Project Procedures to be issued by Contractor

The contractor shall prepare and submit to PMC/ OWNER, the following procedures as
minimum level of documents to demonstrate their ability and strategy for execution of the
project:
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 8 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Two weeks after EFFECTIVE DATE

• Execution Methodology - identifying sub-contracting wherever planned.


• CONTRACTOR's Organization Chart and resumes of key personnel
forming part of the Organization procedure. Job description and
responsibility and accountability for each position identified in the
organization chart shall be clearly defined.
• Project coordination and communication procedure – identifying focal
points for coordination for project level / functional discipline level
communication channels, correspondence numbering etc.
• Level-1 schedule, overall bar chart and "S" curves for each unit
forming part of the Planning and Progress Control Procedure.

Four weeks after EFFECTIVE DATE

• Documents distribution chart forming part of the communication procedure.


• Documentation control procedure.
• Quality Assurance Manual and Quality Assurance Plan specific to this
Contract forming part of the QA / QC Procedure.
• Project Health Safety Security and Environment Plan (HSSE)
• Meetings Procedure
• Reporting procedure including examples of:
- Weekly Report / Fortnightly Report
- Monthly Report
• Engineering Execution Procedure.
• 3D Modeling Procedure.
• Project Information Technology Plan – Identifying list of general and
engineering software’s to be used in the project
• Procurement and sub-contracting procedure including examples of:
- Control Register
- Purchase Order
- Packing, Marking procedure
- Shipping procedure
- Warehousing & storage procedure.
• Cost Control and invoicing Procedure including examples of :
- Cost Budgeting
- Expenditure and Progress curves
- Cash flow schedule
- Cumulative Cash flow curve
- Invoice Register
- Invoice
- Change Order / Deviation Permit
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 9 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

6 weeks after EFFECTIVE DATE

• Name of agencies proposed for sub-contracting different works


along with required back-up details.
• Power Transformer Installation Plan
• Inspection, Expediting & Monitoring Procedure
• Mechanical Completion, Pre-Commissioning and Commissioning
Procedure
• Startups, Performance Test Runs and their take over from the
CONTRACTOR
• Remaining sections of the QA / QC Procedure including
• Quality Control and inspection plan
• QA Audit Schedule
• Safety manual

The above procedure should provide sufficient details to enable PMC / OWNER
exercise Project , schedule , Cost and QHSE Control during the entire duration of the
Project.

The names and addresses of approved Sub-contractors shall be included in the


Project Procedures upon approval by PMC / OWNER.

3. ORGANISATION

3.1 PMC / OWNER’s Organization

PMC / OWNER shall forward to CONTRACTOR an organization Chart showing PMC


/ OWNER organization relevant to the contract, for inclusion in the Project procedures.
Updated organization chart shall be submitted immediately following any revision.

PMC / OWNER shall appoint their representative who shall administer and co-ordinate
PMC / OWNER’s obligation during the contract execution including the issuance
instruction, order and certificate as necessary.

3.2 CONTRACTOR's Organization

3.2.1 CONTRACTOR shall prepare and submit the relevant documents as stated in Sl. No. 2.2
for approval of PMC / OWNER.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 10 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR shall provide detailed structure of its project team, the personnel for
each functions / roles/ responsibility (i.e. Project Management, Electrical, Civil etc.),
showing the positions, inter relationship, names and locations from where it intends to
execute the work. CONTRACTOR shall perform design and engineering at same location
only. The structure of the team could vary in its terms of numbers / field of expertise /
location of work for different phases of the work. An organization chart for the overall
project structure shall be provided and a separate organization chart showing Home
Office structure and any other organization that may assist the CONTRACTOR for
execution of the project. Organization chart shall indicate names, key personnel / show
their line of responsibility & reporting positions.

CONTRACTOR's ORGANISATION Chart shall be updated as and when there are changes
in CONTRACTOR's personnel. Any such changes in personnel shall be notified in
writing to PMC / OWNER for approval prior to the change.

3.2.2 CONTRACTOR shall upon effective date, or in no event later than one week after effective
date, appoint a representative who shall have full authority to act on behalf of
CONTRACTOR in receiving instructions and in the administration of the contract.

CONTRACTOR shall notify PMC / OWNER, in writing, of any proposed change of


CONTRACTOR’s REPRENTATIVE within one week prior to the effective date of such
proposed changes. Such proposed change shall be subject to approval by PMC /
OWNER.

3.2.3 CONTRACTOR shall upon PMC / OWNER's request furnish all information concerning
CONTRACTOR, his Sub-CONTRACTORS and their representative assigned personnel
and agents as may be required for submission to any applicable government agency,
authority or regulatory body.

4. COMMUNICATION

4.1 General

This communication procedure shall be applied for all correspondence among OWNER,
PMC and CONTRACTOR. All communications shall clearly indicate the unit involved in
the Subject and shall be mutually discussed and agreed.

4.2 Correspondence Requirement

▪ This procedure is prepared for the general system of correspondence among


related parties involved in execution of the facilities at IOCL-Gujarat.

▪ Correspondence on technical matters like clarification on specifications,


drawing/documents reviewed etc. shall be between PMC (HO) / PMC (SITE) and
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 11 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR with copies to OWNER (HO & SITE).

▪ Similarly, correspondence on contractual / commercial related issues shall be


between PMC (HO) / PMC (SITE) & CONTRACTOR and copy to OWNER (HO &
SITE).

▪ Correspondence on construction related matters shall be between PMC (SITE)


AND CONTRACTOR with copies to PMC (HO), OWNER (HO & SITE).

4.3 Type of Correspondence

Correspondence may be classified as follows:

4.3.1 Letter

All formal and contractual correspondence shall be issued through Letters.

All letters from CONTRACTOR’s office shall adhere to the requirements given in Project
Coordination & communication procedure of the CONTRACTOR which shall be reviewed
and approved by PMC/OWNER after award of contract

Scanned copy of Letters shall be sent by email and hard copy by courier. Each letter shall
be limited to one subject in-principle.

4.3.2 E-mail communication

E-mail address of all responsible persons authorized to correspond for this project should
be available with all the parties for effective and fastest mode of communication, over
and above letter.

4.3.3 Transmittals

Documents/drawings shall be sent with a transmittal, listing all the documents covered
under the transmittal in duplicate. The list of document shall include document title,
document number, revision number, number of sheets, type of document, purpose such
as for Review/information/Approval etc.

Contractor shall provide necessary details of their Electronic Data Management System
to be used for the execution of the project and how the various types of documents are
stored, transmitted, controlled and safeguarded against loss of information.

PMC/OWNER shall be provided with required access to Electronic Data Management


system to facilitate monitoring of project development / Review and approval of documents
as per requirements of Tender and final Documents transfer.

Document Transmittals shall be managed electronically while ensuring printing and


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 12 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

submission of hard copy for contractual purposes as and when required by PMC/OWNER.

4.3.4 Minutes of Meeting

Minutes of meeting shall be issued for confirmation of discussion made in all official
meetings.

Minutes of meetings between PMC / OWNER and CONTRACTOR shall be prepared by


CONTRACTOR within a day of the meeting after review of PMC / OWNER and PMC
shall issue the minutes a day thereafter for signature of all parties involved. Project
Manager of each party is responsible for distribution of the minutes of the meeting.

4.4 Documents Register

CONTRACTOR's representative shall keep an up to date register of correspondence


received from the other party in order to check that all documentation has been properly
received. The register should also indicate cross reference o f incoming replies in
order that an open item listing of unanswered correspondence can be developed and
jointly reviewed and confirmed on a monthly basis by PMC / OWNER.

4.5 Relations with Authorities, Certifying Agencies etc.

All contacts with the Authorities, Certifying Agencies etc. shall be organized by the
CONTRACTOR in co-operation with PMC / OWNER. Scheduling of meetings with
such bodies shall be arranged by the CONTRACTOR in consultation with PMC /
OWNER, and CONTRACTOR shall give written notice to PMC / OWNER at least two
weeks in advance of the required meeting date. Minutes of meetings shall be prepared
and distributed according to OWNER's instruction.

4.6 Public Relations

All draft press releases, information hand outs and photographs for publication relating
to the contract shall be submitted for review and approval of PMC / OWNER prior to
release.

4.7 Teleconference / Video Conference/ Meetings through Internet based platforms

Significant points raised in Teleconference / Video Conference/ Meetings through


Internet based platforms with OWNER, OWNER REPRESENTATIVE/PMC or third
parties shall be recorded by CONTRACTOR either in E-mail or in Minutes of Meetings
and sent to all parties involved in the meeting within two (2) working days.

4.8 Communication with OWNER's Other CONTRACTORS

Communication with OWNER's other CONTRACTORS shall generally be via PMC /


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 13 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

OWNER. Based on criticality of interface requirements from overall project execution


perspective, PMC/OWNER shall decide the requirement for Coordination meetings,
venue for the meeting and assign the responsibility to either of the Contractor in Site /
Contractor Office/ PMC Office/ OWNER office.

5. COORDINATION

5.1 Purpose

5.1.1 This co-ordination procedure has been prepared in order to give guidance to the
CONTRACTOR to develop and submit a detailed procedure to be used for a smooth
and orderly administrative relationship among related parties for the “LuPech” (J18)
PROJECT” for Indian Oil Corporation Limited’s, Gujarat Refinery, INDIA.

5.1.2 The procedure hereunder neither abrogates nor modifies the provisions of the Contract,
but rather stipulates the methods and procedures by which the administrative relationship
shall be executed for efficient and effective implementation.

5.1.3 The procedure submitted by the contractor which is reviewed and approved by PMC/
OWNER shall be binding for all the parties and it may be modified by the contractor in
agreement with PMC/OWNER as the job progresses, for convenience for efficient /
effective implementation among the parties concerned.

5.2 Scope

Unless otherwise agreed, the normal communication routes among the related
parties are established as shown in the schematic hereunder:

Relationships and Communication

IOCL

LuPech Project Manager

PMC

Project Manager

Vendors (LLI/Critical) /

LSTK CONTRACTORS
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 14 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

This section of the document provides details on the following:

• Addresses of parties involved


• Communications and general correspondence
• Coordination meetings
• Deliverables and approvals
• Documentation

5.3 Addresses of Owner/Parties and Their Representatives

Addresses of parties and their representatives involved with this LuPech


PROJECT are to be as follows:

5.3.1 OWNER

OWNER Office at New Delhi (Refineries Division):

Address : INDIAN OIL CORPORATION LIMITED


Core-2, Scope Complex, Lodhi Road,
New Delhi – 110 003, INDIA.

Contact (1) : Name: Mr. GK DOLEY


Designation: General Manager (PJ).
E- Mail: doleygk@indianoil.in
Telephone No:

Contact (2) : Name: To be specified by IOCL later


Designation :
E- Mail:
Telephone No:

5.3.2 PMC

PMC Home Office at Chennai:

Address : TECHNIP INDIA LIMITED


Technip Centre
19, Velachery Main Road,
Chennai – 600 032. INDIA
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 15 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Contact (1) : Name Mr. Ganapathy P Sayee Sankara


Designation: Dy Project Director
E- Mail : ganapathy.psayeesankara@technipenergies.com
Telephone No: +91-44-2230 3303

Contact (2) : Name : To be specified by PMC later


Designation: Project Manager
E- Mail :
Telephone No:

PMC Site Office: To be informed later.

5.3.3 CONTRACTOR

CONTRACTOR securing the award of contract from OWNER shall provide details of their
offices involved in performing Engineering, Procurement, Construction management and
Site Management with responsible persons for correspondence.

5.4 Communication and General Correspondence

i) Deputy Project Director of PMC is the sole contact point with OWNER as well as other
parties for all activities of the Project. All correspondence between PMC and
OWNER / other parties ( other contractors etc.,) shall be directly done by him or by his
authorized representative. Contractor shall address the communication to
Deputy Project Director of PMC or his authorized representative for any information
required from or to be passed on to OWNER / other parties.

ii) For signatory for communication, Deputy Director would authorize the Project
Manager to sign the letters. Deputy Director will correspond for important issues
regarding t h e contract, schedules etc. as deemed necessary.

iii) CONTRACTOR shall submit a procedure for coordination and communication


between the CONTRACTOR and the PMC / OWNER, for OWNER/PMC’s review
/ approval, during Kick-off Meeting, to ensure proper flow of information. Such a
procedure shall define:

Project Organization:
- CONTRACTOR organization chart with OWNER/PMC interfaces
- Work locations

Communication:
- Abbreviations
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 16 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

- PMC / OWNER / CONTRACTOR representative’s details


- PMC / OWNER and CONTRACTOR addresses
- Correspondence with others
- Transmittal notes
- Means of transmission
- Document distribution chart identifying nature of documents, originators and
addressees, number of copies required.
- Tracking, Scheduling and Management of documents methodology.
- The CONTRACTOR will inform OWNER/PMC about the system or software
proposed for document management. However, the system should be such so
as to be compatible with PMC / OWNER system for smooth flow of
communication.

5.5 Project Coordination Meetings

PMC or OWNER may take lead to organize the Project Coordination and/or progress
review meeting between OWNER/ CONTRACTOR and PMC for the purpose of the
smooth project execution. Agenda, place and time of the meetings shall be
communicated in advance and agreed to between the parties.

5.6 Drawing/Documents to be reviewed by PMC / OWNER

The drawings/documents prepared by CONTRACTOR require review/approval by PMC


/ OWNER. The detail of the same is mentioned elsewhere in the tender “Drawings &
Documents Approval / Review by PMC / OWNER”.

6. MEETINGS

6.1 Kick-Off Meeting

Within two weeks of the EFFECTIVE DATE, a kick-off meeting will be held between
OWNER, PMC and CONTRACTOR at a venue decided by PMC / OWNER. The
meeting will cover following broad aspects:

• Presentation on Contract execution methodology / philosophy, in line with the


Project requirement as mentioned in Bid document.
• CONTRACTOR understanding of scope, Project Design Basis and
responsibility.
• Site/Meteorological Data
• Review of Statutory and Interface requirements.
• Engineering Design Basis.
• Review of Work Breakdown Structure (WBS).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 17 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Review of Level - 1 Contract Master Schedule.


• Review of Progress Measurement Methodology and weightages at various
levels of WBS and Progress Reporting Philosophy.
• Finalization of 3 months Front End Schedule.
• Project Coordination Procedures, Documentation procedure, Engineering
Coordination Procedure
• Organization Chart (both Home Office and Site). Approval of CVs of
CONTRACTOR’s Key Personnel
• Document Listing and Schedule (Detailed list of Deliverables – All Disciplines)
• Invoicing Procedure
• Import Clearance
• QA/QC
• Review of drawings/documents by PMC / OWNER
• Vendor Listing and sub contracts
• Input Tax Credit (ITC) Facility related Documents
• Vendor shop inspection and expediting
• Transportation and handling including Over Dimensional Consignment
(ODC) Handling Methodology
• Construction Site related
• Temporary Construction Facilities (TCF)
• Construction Methodology and Schemes including heavy lifts erection etc.

6.2 Weekly Meeting

PMC / OWNER may hold weekly progress review meetings at the work site and during
the initial phase of the work at CONTRACTOR's engineering or other work center
with CONTRACTOR in order to evaluate progress, i d e n t i f y problems and discuss
other matters relevant to the work and to review CONTRACTOR's weekly report.

6.3 Monthly Meeting

PMC / OWNER shall hold monthly meetings with CONTRACTOR to review and
evaluate the overall status and progress of the work and other matters relating to the work
and to review CONTRACTOR's monthly report.

Regular attendees shall be as agreed between PMC / OWNER and CONTRACTOR. In


addition, the CONTRACTOR shall upon request provide appropriate presentation
covering the relevant items of the meeting.

The agenda for the monthly meeting as far as possible shall be settled by agreement
five (5) working days before the meeting. Indicative agenda items for the meeting
are as below:
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 18 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Presentation by CONTRACTOR on Project status and major problems


• Monthly program vs. progress status / statistics (Physical and Financial)
• Major hold ups / slippage
• Completion Forecast
• Area of concern and critical issues
• Recovery action plan
• Status of Long lead / critical items
• Status of Key Deliverables and MDR

6.4 Special Meeting

PMC / OWNER or CONTRACTOR may from time to time request a meeting to be held
in order to discuss a matter of an urgent nature and which cannot be left until the
weekly or monthly meeting, covering a specific matter, requiring a dedicated meeting.

In such circumstances, the party requesting the meeting shall contact the other party
and agree upon the agenda, attendees and timing of such meeting. Such
arrangements are subject to approval.

6.5 Other Meetings

6.5.1 Pre-Award Meetings

CONTRACTOR shall hold a Pre-Award Meeting with the selected Vendor or Sub-
CONTRACTOR (for major / critical equipment and package items) prior to
CONTRACTOR's award of a purchase order or sub-contract to ensure conformance
to all P M C / OWNER technical and commercial requirements.

6.5.2 Pre-Inspection Meeting

CONTRACTOR shall hold a Pre-inspection Meeting with each Vendor prior to


commencement of fabrication as applicable to discuss items including:

• Contract requirements to ensure Vendor's understanding of its responsibilities;


• Code requirements;
• PMC / OWNER special requirements;
• Independent third party inspection agency for code and / or statutory requirements;
• Vendor's proposals for WPS and PQR, including reference to preheat and post
weld heat treatment requirements and impact values as may be applicable;
• Welder's Performance Records for validity;
• Special weld procedure requirements, where applicable;
• Requirements for production test plates, where applicable;
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 19 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Sub-ordered materials and / or workmanship. Extent of fabrication or purchase


and the need for PMC / OWNER review;
• Project schedule;
• Vendor quality control program check; inspection hold points;
• Dimensional tolerances;
• Witness tests; and
• Clean room requirements

6.5.3 CONTRACTOR-Vendor or Sub-CONTRACTOR Meetings

CONTRACTOR shall hold regular meetings with each Vendor or Sub-CONTRACTOR


in accordance with the agreed procedures.

6.5.4 Mechanical Completion/Commissioning Meetings

Brief daily meeting shall be held during the mechanical completion and Pre-
commissioning/Commissioning period with an agenda covering:

• Work in progress for the past 24 hours;


• Scheduled progress for the next 24 hours;
• Review of resources;
• Safety, work permits; and
• Technical queries or problems

6.5.5 PMC / OWNER Attendance

CONTRACTOR shall give prior notice with reasonable time period (shall be 3 days in
case of Meetings where participants are in same location and at least 7 Days in case of
Meetings where participants are in different locations) to PMC / OWNER, for all meetings
identified above. PMC / OWNER shall attend any such meetings as deemed
necessary.

PMC / OWNER shall have the right, at its own discretion, to attend/not to attend any
such meeting.

6.5.6 Management Meetings

As a minimum CONTRACTOR should arrange for a Monthly meeting to be held with


participation of P r o j e c t D i r e c t o r / D y . P r o j e c t D i r e c t o r / P r o j e c t m a n a g e r s /
K e y F u n c t i o n a l m a n a g e r s o f CONTRACTOR and PMC / OWNER. The purpose
of such review meetings will be to monitor project status, highlight problem areas and
obtain CONTRACTOR and PMC / OWNER commitment to implement any necessary
actions to maintain the agreed schedule. The venue of such meetings will be at
CONTRACTOR home office /PMC Home Office / OWNER’s office at New Delhi during
engineering phase and at the project site during Construction phase.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 20 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

In addition to Project management level meetings, Executive Management Review


Meetings may take place between PMC / OWNER and CONTRACTOR as mutually
agreed between the parties.

6.6 Arrangement, Conduct and Chairing of Meetings

Unless otherwise instructed by OWNER, meetings shall be held in PMC office and
shall be organized by PMC and chaired by PMC / OWNER.

6.7 Minutes of Meeting (MOM)

CONTRACTOR shall prepare the minutes of all meetings between PMC / OWNER and
CONTRACTOR.

The minutes of meeting shall include:


• Date and venue of meeting
• List of persons present, indicating Companies represented
• Objective of meeting
• Record of discussions
• Record of actions agreed, with name of party responsible for execution of each action
and the date for completion of the action, indicated in a separate action column (only
parties / attending the meeting shall be specifically mentioned).
 Date of issue
 Distribution

For ease of reference, minutes of meetings shall be divided into paragraphs with
sub-headings indicating the various topics discussed.

CONTRACTOR shall submit the MOM for all meetings to PMC / OWNER for REVIEW
and APPROVAL prior to formal issue.

The MOM shall be prepared and distributed to the participants and other designated
on the same day or at least within two (2) working days for all meetings except for the
daily meetings, for which MOM will be issued at the end of the meeting.

Minutes of meetings between PMC / OWNER and CONTRACTOR shall be numbered


consecutively.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 21 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

6.8 Alternative Location of Meetings

Any meeting may be convened at any other place, e.g. PMC / OWNER offices,
Sub-CONTRACTOR's offices, Government offices etc. when PMC / OWNER Consider
it to be useful to the progress of the project

7. ENGINEERING

7.1 Field Engineering Team

At around 80% engineering progress at Main CONTRACTOR's design office, the


CONTRACTOR shall position at WORKSITE, initially a field engineering Team consisting
mainly of Engineers from General Civil, structural, Electrical and Instrumentation who
have carried out the design at the design center,

i) To closely co-ordinate with site construction group to resolve any


issues/mismatches related to design and construction and to provide additional
drawings/documents as required.
ii) To take action on the OWNER/PMC Technical audit reports.

Other specialists who are required shall also be deputed. The field engineering cell
shall be equipped with all their design Aids and effective communication network
facilities with their Home design center.

CONTRACTOR shall also transfer to WORK SITE all the required hardware and
software (including 3D system and workstations) for carrying out balance works at site,
as applicable. CONTRACTOR shall make available their Lead discipline engineers with
adequate experience for technical discussions and clarification at PMC / OWNER
office as and when required.

7.2 Engineering Procedures

CONTRACTOR shall submit for APPROVAL his proposed Engineering Procedure


based on contract requirement. All of CONTRACTOR's Engineering documentation
shall have been subjected to CONTRACTOR's own internal review and approval
procedures prior to formal submission to PMC / OWNER. CONTRACTOR’s review
comments and approval code shall be marked on Vendor and Sub-CONTRACTOR
drawings before submission to PMC / OWNER for review.

To this end all CONTRACTOR's Engineering documentation shall be divided into


classes which shall be subject to various review and APPROVAL procedures. Refer
Document Requirement and Review Procedure included in this Tender.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 22 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Drawings / documents listed therein are not exhaustive. Based upon MDR prepared by
CONTRACTOR, PMC / OWNER may revise the list of documents for Review/Approval.

7.3 Master Deliverable Register (MDR)

CONTRACTOR shall prepare and update the MDR for each unit. The MDR shall
comprise a register of all Engineering documentation to be prepared by CONTRACTOR
and Sub-CONTRACTOR and shall provide the following details in respect of each
document, as minimum.

Drg / PMC 1ST Sub. Resub.


Sr. App.
Discipline Title Doc. Ref. Rev. Cat. Remarks
No. A/R/I Code
No Sch Act Sch Act

Deviations from schedule dates shall be clearly marked so that these can be easily
recognized. Exception reporting shall be provided to identify drawings overdue, drawings
to be issued.

Selective reporting shall also b e available t o a l l o w for identification of drawings per


subcontract / area / unit / class etc.

A copy of the MDR, updated to show status, shall be provided weekly / Fortnightly but also
included in the Monthly Report.

7.4 Documentation Format

7.4.1 All documents shall be in the English language.

7.4.2 All dimensions and other units of measurement shall be in SI or SI recognized units except:
- Pipe sizes and stud bolt diameter in inches
- Where specified otherwise in the Technical specifications.

7.4.3 Drawing sizes shall be ISO standard. When submitted, copies of all documents larger than
A4 shall be folded to size A4.

CONTRACTOR shall prepare A3 size edge bound sets of key drawings and documents
normally produced in A1 format, i.e. P&ID's, PFD's, area plot plans and the like.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 23 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

7.5 Document Identification

7.5.1 Each document shall have a title block providing as a minimum the following information.
The title block layout is to be approved by the PMC / OWNER.

• OWNER’s Contract Number (Fax of Award/ Letter of Award till FOA/LOA Number
• CONTRACTOR’s Project code reference
• Project Title
• Name of Equipment / Package
• Equipment / Package Tag No.
• OWNER’s Name & Logo
• PMC’s Name & Logo
• Main CONTRACTOR (if work is sub-contracted)
• Drawing / Document Title
• Drawing / Document No.
• Drawing / Document Revision No. and Date
• Unit No.
• Format Size
• Scale

7.5.2 Any revision to a document after first issue to PMC / OWNER shall be clearly detailed as
such on the document and in the revision box.

Revisions shall be indicated by means of a revision triangle and a cloud or balloon


where appropriate. Previous revision indicators shall be removed except in the revision
box. Once issued to PMC / OWNER, the document number shall not be changed or re-
used.

7.6 Document Numbering

7.6.1 All deliverable drawings and documents will be given a unique number to identify each item
for inclusion in the Master Document Index.

7.6.2 CONTRACTOR shall submit document numbering procedure to PMC for APPROVAL
CONTRACTOR shall indicate how PMC / OWNER, Vendor or third-party drawings
will be incorporated into the system.

7.6.3 Document number must contain at least EPCC Code (CONTRACTOR to propose),
Unit No. & Document type code. Further document number shall have provision to include
OWNER code either as Prefix or Suffix. Requirement for this OWNER code shall be decided
after award of contract.

7.6.4 CONTRACTOR shall also submit his Document control procedure for review and Approval.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 24 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Such procedure shall cover the classification of drawings, their distribution, internal
approval, APPROVAL, control of revisions, identification of deliverables, control of
cancellations, storage and retrieval, etc. CONTRACTOR shall indicate how PMC /
OWNER, Vendor or third party drawings including "as-built" will be incorporated into the
system.

7.7 Engineering Documentation Distribution Chart

CONTRACTOR shall develop in liaison with PMC / OWNER a distribution chart for all
documents issued by CONTRACTOR to PMC / OWNER and their parties based upon
the Master Deliverable Register (refer item 7.3).

PMC / OWNER may require documents to be forwarded to Statutory Authorities, from time
to time. In such case, PMC / OWNER will inform CONTRACTOR of the number of
required copies and address.

7.8 Review of CONTRACTOR's documents

Review/approvals (As per category) of all important design documents and drawing of
CONTRACTOR to ensure consistency and adherence to contractual engineering
specifications and adherence to Quality Assurance/ Quality Control plans during the
Engineering phase, are as follows.

a) Technical Bid Analysis/Evaluation Reports for major/critical equipment.


b) Purchase Requisitions before order placement for equipment/items.
c) Review of CONTRACTOR / Vendor Documentation

7.9 Design Modifications/Deviations

PMC / OWNER will not accept any deviation from the DRAWINGS and
SPECIFICATIONS, however if CONTRACTOR wishes to propose a modification to the
DRAWINGS and / or SPECIFICATIONS under exceptional circumstances,
CONTRACTOR shall initiate and obtain APPROVAL prior to effecting any such
modification.

Such APPROVAL shall be obtained by means of a “TECHNICAL DEVIATION


REQUEST FORM”, format will be provided to successful bidder.

All Modification/Deviation Requests shall have been-approved by CONTRACTOR's


Project Manager prior to issue to PMC / OWNER.

The Deviation Report shall be circulated to each of the parties which reviewed the
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 25 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

initial document for AFC APPROVAL / review.

The Deviation Request shall describe the proposed modifications/deviations in detail and
shall be accompanied by marked up documents as necessary. It shall also state any
cost and / or schedule implication arising from the proposed modifications/deviation.

Upon receipt, PMC / OWNER shall proceed with its review of the DEVIATION REQUEST
and on completion of the review sign the form for APPROVAL or non-recommendation,
as appropriate, and forward it to CONTRACTOR.

In the event of APPROVAL of a DEVIATION REQUEST, its reference number shall be


stated in the revision description column of the document title block and on the Change
Identification Notice.

7.10 Safety and Technical Audits

During the performance of the Work, PMC / OWNER shall have right to perform, any
safety and technical Inspection & audits. CONTRACTOR shall provide, at
CONTRACTOR's cost, its full co-operation to the PMC / OWNER and shall make
available all necessary documents, services and facilities to enable the proper
performance of such audits. CONTRACTOR to perform modifications to correct
deficiencies as identified in such reports, if any, without cost and time impact to OWNER.

Neither in such audit nor CONTRACTOR's compliance therewith shall relieve


CONTRACTOR of any of its obligations under the CONTRACT.

7.11 Engineering Plant Models


CONTRACTOR shall refer to document titled "Job specification for 3D CAD &
Modeling” m e n t i o n e d elsewhere in the Bid document.

8. PROCUREMENT & SUB CONTRACTING

8.1 General

8.1.1 All materials and equipment to be supplied by CONTRACTOR under this contract shall
be procured from Vendors specified in the master supplier list (MSL) and manufactured
in the manner set out in the Contract including the Technical Specifications/Documents.
Where the procedure of manufacture, specification or any other detail is not set out in
the contract, the work shall be executed in a proper, work man like and careful manner
with properly equipped facilities and in accordance with good industry practice.

8.1.2 Within twenty-one (21) days following effective date, CONTRACTOR shall submit his
proposed project specific Procurement Procedure relating to purchase enquiry, bid
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 26 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

evaluation, ordering, post order expediting, inspection and transportation of materials


and equipment to be incorporated in the work and covering but not limited to, the activities
described herein for approval and incorporation in the Project Procedure.

8.1.3 Procurement Plan – CONTRACTOR shall prepare and submit to PMC / OWNER a
Procurement Plan which will outline organization, methodologies and procedure to be
implemented by CONTRACTOR for carrying out all procurement and related activities
required by the contract. The plan shall include a sample of each standard form to be used
for such activities.

8.1.4 CONTRACTOR shall prepare and issue a Procurement and Material status Report on a
monthly basis, incorporating critical data and information from each detailed purchasing
report. The exact format and content of this summary report shall subject to approval.

8.1.5 PMC / OWNER reserves the right, on a case by case basis and upon notice to
CONTRACTOR, to deviate from the review procedure specified herein.

8.1.6 PMC / OWNER reserves the right to attend any CONTRACTOR meetings with
CONTRACTOR/Sub-CONTRACTORs or Vendors. CONTRACTOR shall give PMC /
OWNER sufficient notice to allow PMC / OWNER to attend such meeting. Upon
PMC's / OWNER's request at any stage of design, fabrication or installation,
CONTRACTOR shall organize and attend meetings with Sub-CONTRACTORs or
Vendors.

8.1.7 Within one month of the effective date, CONTRACTOR shall produce a list of items to be
imported with their estimated value. Each month, or at any other time PMC / OWNER
requires, this list shall be updated with latest quantities and estimated actual or forecast
costs.

8.2 Purchase Orders

8.2.1 General

All Purchase Orders shall be strictly administered in accordance with the CONTRACT and
the Project Procedures. The Purchase Order format shall be submitted for approval.

Purchase orders shall include, when appropriate, a statement that the Material
concerned is subject to the requirement of applicable law or statutory regulation
and shall include the relevant procedure to be followed by the Vendor.

Purchase Orders shall include, when appropriate, a statement that the Material
concerned is subject to inspection by CONTRACTOR, Third Party and PMC /
OWNER and that CONTRACTOR and PMC / OWNER shall have access to the Vendor's
works during all stages of manufacturing and testing.

CONTRACTOR shall consider the need for standardization to restrict the number of
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 27 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

types and sizes of items in the complex to simplify maintenance and reduce spare
requirements.

CONTRACTOR shall specify the same oil and grease for all equipment lubrication to
the extent possible.

CONTRACTOR shall ensure that all required documentation for final importation of
Materials and Work to the facilities is prepared and submitted to PMC / OWNER
or the appropriate authority in a timely manner prior to the intended date of importation.

Purchase Orders shall include, when appropriate, a statement that Vendors shall ensure
the availability of spare parts in accordance with the provision of Technical
specification/Contract.

CONTRACTOR shall ensure that Vendors furnish for review and for final
documentation, all drawings, bills of materials, manuals, certificates and other
information necessary to define the equipment and the performance of the equipment
as required by contract

This information shall be incorporated, where relevant, in the equipment dossiers, and
the current status of receipt of such information shall be given in the Materials Status
Reports.

CONTRACTOR to report immediately to PMC / OWNER all changes which will affect
material quality and recommend any necessary corrective actions to be taken.

Ensure that Vendors/ Sub-CONTRACTORs are aware of procedure and rules regarding
taxes and duties as applicable for goods/equipment supplied/WORK executed and
furnish proper documentation to PMC / OWNER to enable them to avail benefit of
“Input Tax Credit” and other tax/duties benefit.

The purchase order placed by CONTRACTOR shall include, but not limited to, the
following.

• Project name and location


• Unit
• Identification of IOCL as OWNER
• PMC / OWNER approved specifications, drawings, data sheets, etc. Purchase
specification)
• Quality Assurance /Control Program requirements
• Vendor data submittal requirements
• Terms and conditions of purchase
• Inspection Requirement including Third Party & PMC / OWNER
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 28 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Tagging, packing and shipping instruction


• Storage Instruction
• Agreed delivery date
• Warranty/guarantee terms
• Guarantee period requirement
• Provision for training and Vendor supervision during installation wherever applicable
• Reference to QA requirements, Indicative Quality Plan
• After sales services location
• Name of Original Equipment Manufacturers
• Production/delivery schedule
• Manufacturing report
• Spare Parts interchangeability report (SPIR) FORM
• Equipment record cards/Data Folder-Item wise
• Operating / maintenance manuals
• Spares list with unit rates

8.3 Requisitions and Requests for Quotations

8.3.1 CONTRACTOR and its Sub-CONTRACTORs shall prepare all requisitions and requests
for Quotation for all equipment, materials and sub-contracts in accordance with the
project specifications and procurement schedule.

Specific categories of equipment, material and subcontract Requisitions and Requests


for Quotation and Technical Bid Analysis shall be issued to PMC / OWNER for review as
specified in the contract document before placement of order by CONTRACTOR.

8.3.2 Requisitions and Requests for Quotation shall cover requirements for items including, but
not limited to

• Scope of work, transportation and installation, and training for OWNER's personnel
as required.
• Rates for services, such as Commissioning services, Vendor/Manufacturer
representative supervision services at site, priced recommendations for two years’
operation and maintenance spare parts as applicable.
• Equipment and ancillary system specifications, data sheets and drawings, battery
limits of the supply.
• Design basis, environmental conditions and applicable general specifications.
• Delivery schedule and milestones, including shop tests;
• Schedules, sub-orders, fabrication, shop testing, packing, transportation, and
delivery to CONTRACTOR
• Vendor Documentation Requirement Schedule as per requirements of the
CONTRACT, including
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 29 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

- List and address of Sub-vendors


- Final documents
- Calculations
- Logic diagrams, single line diagrams, P&ID's, Schematics
- Quality Assurance/Quality Control/Inspections
- Welding procedures and welder qualification records
- Test procedures and reports
- NDT test procedures and reports
- List of equipment to be certified
- All applicable certificates
- Long term preservation procedures
- Handling, transportation and installation instructions
- Mechanical completion, commissioning and start-up procedures
- Operating and maintenance instructions
- Spare parts requirements
- Spare part recommendations for commissioning and start up and two years
operation and maintenance.
- Special tools and handling device requirements
- Deviation permit duly approved by OWNER/OWNER Representative
- Vendor installation, commissioning and start-up assistance and training
requirements
- Purchase order or subcontract contractual terms and conditions
- Equipment lifetime spares pricing and availability undertaking requirement.

8.4 OWNER Review of Purchase Orders

8.4.1 CONTRACTOR shall forward Purchase Orders together with attached documentation,
without pricing details (except in cases where the items are being imported under
EPCG License provided by OWNER, where priced copies of WO / Purchase Order are
required by statutory / custom authorities), to OWNER for information. Purchase
Order shall contain Supplier and Sub-CONTRACTOR acceptance of all essential
technical and schedule requirements. Any inaccuracy, omission or inconsistency
observed and brought to the notice of CONTRACTOR at any stage during the pendency
of the contract shall be appropriately rectified, remedied by the CONTRACTOR at no
additional cost to OWNER.

All subsequent changes to purchase order particularly Purchase Requisition following


review of the original, shall be subject to prior approval. Where requisitions specify a
particular make or brand of equipment to be used followed by the statement "or
purchaser approved equal", any such "equal" proposed by the suppliers shall be
submitted for Approval.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 30 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

In the case of complex Purchase Orders with several amendments, a consolidated


amendment, canceling and replacing the original Purchase Order and its various
amendments shall be prepared by CONTRACTOR and this shall be subject to review
by PMC / OWNER.

8.5 List of Vendors

8.5.1 List of approved Vendors and other stipulation on Vendor list is included in contract
document. CONTRACTOR is required to strictly adhere to these requirements.

8.5.2 OWNER may, at its discretion, delete or add any Vendor or Sub-CONTRACTOR from the
list of approved Vendors and Sub-CONTRACTORs at any time during the performance
of the work.

8.5.3 Bid Evaluation and Vendor or Sub-CONTRACTOR selection.

CONTRACTOR shall perform its bid evaluations as follows:

After receipt of bids, CONTRACTOR shall review and check the bids for conformity with
technical, contractual terms and conditions and Project requirements.

CONTRACTOR shall then prepare and submit its Unpriced preliminary bid evaluation
summary of all technical, contractual and Project requirements for OWNER's review
and comments, indicating CONTRACTOR's recommended short list of bidders with
reasons for such recommendation. The list of such items which require PMC / OWNER
representative review is indicated in the contract documents. Also, deviations to tender
specifications sought by Vendors to be clearly indicated in the bid evaluation summary
by CONTRACTOR.

After receipt of the approved short-listed clarified bids, CONTRACTOR shall carry out
its complete Priced evaluations of the short-listed bidders. CONTRACTOR shall submit
its complete un- priced final Bid Evaluation to PMC / OWNER for review, indicating
its recommendation for the selection of the Vendor or Sub-CONTRACTOR.

CONTRACTOR shall submit a comprehensive bid evaluation report and


recommendation for procurement of major equipment as identified in the bid/contract
document to PMC / OWNER prior to award of purchase order containing the following
as a minimum:

• Names and addresses of the companies invited to quote or bid


• Recommended supplier
• Reason for selection
• Evaluation of Vendor Quality system
• Scheduled award date
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 31 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Quoted delivery date


• Reason(s) for rejecting unsuccessful bidders whether it is technical, commercial,
delivery etc.

8.6 Purchase Order Control Register

CONTRACTOR shall establish and maintain a Purchase Order Control Register. This
Register shall include all Purchase orders issued for all items of material and equipment
to be incorporated in the work. CONTRACTOR shall be capable of generating reports
from the Register for Indian and imported items separately.

The Purchase Order Control Register shall show for each Purchase Order and for
each item the following information.
• Purchase order number
• Material Requisition/Purchase Requisition number
• Unit Name / Number
• Date of invitation of Bid
• Date of Bid Receipt
• Bid Opening Date
• Date of unpriced final bid evaluation to OWNER
• Date of Purchase Order.
• Date of Order Confirmation
• Name/Address of Vendor
• Brief Description of materials and equipment purchased, together with
specific identification reference
• Ex shop delivery date
• Expected delivery at worksite
• Shipping details
• Latest purchase order amendment No.
• Expediting details
• Status of Purchase order
• Inspection Status

This Register shall be updated and issued monthly in hard copy along with Monthly
progress report.

8.7 Inspection and Monitoring

Inspection and monitoring requirement along with inspection methodology shall be as


detailed in document titled INSPECTION METHODOLOGY referred elsewhere in bid.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 32 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

8.8 Traffic

CONTRACTOR shall organize and co-ordinate the traffic of all materials and
equipment by unit and maintain records of such.

Prior to transportation to worksite of any and all parts or components of the facilities, by
sea, special means or any other mode of transportation, CONTRACTOR shall obtain
all necessary approvals from marine or insurance surveyors or any other statutory
body with respect to the means and procedures to be used during packing, weighing,
load out, sea fastening, transportation, off-loading and the like.

Regardless of such approvals, CONTRACTOR shall be solely responsible for the


adequacy of preparation for the packing, weighing, load out, sea fastening,
transportation, offloading and the like to any and all parts of components of the facilities
to worksite in accordance with the requirements of the contract.

At all stages of the work, CONTRACTOR shall ensure the proper identification of all
bulk material equipment and supplies.

CONTRACTOR shall provide PMC / OWNER with all applicable certificates and
documentation upon delivery of such items at worksite.

Bulk material equipment and supplies shall be properly packed and secured so as to
satisfactorily reach their destination.

Packing cases, boxes, tins, wrappings and other packaging materials supplied by
CONTRACTOR shall be non-returnable.

CONTRACTOR shall on a timely basis dispatch and deliver any and all bulk material
equipment and supplies to the locations required for the performance of the work and
maintenance of the contract master schedule.

CONTRACTOR shall be responsible for the selection of the means of transportation of


all bulk material, equipment and supplies.

CONTRACTOR shall arrange and carry out its responsibility and supervision of the
transportation of all bulk material, equipment and supplies from the point of fabrication
to worksite.

CONTRACTOR to undertake to properly store and maintain any and a bulk material,
equipment and supplies in accordance with the contract and the best professional
practices and shall protect such bulk material, equipment and supplies against weather
hazards, water, humidity, sand, fire, theft, vandalism and the like.

CONTRACTOR shall always use every means to prevent any damage or loss
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 33 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

whatsoever to bulk material equipment and supplies.

All purchase items shall be properly boxed and shipped to worksite to meet the
Project Schedule. CONTRACTOR shall expedite all forwarding of bulk material,
equipment and supplies

CONTRACTOR shall be responsible for organizing and coordinating packing, marking


and transportation of equipment and materials to the worksite such work shall include.

• Preparing of packing, marking, shipping and documentation specifications based on


indicative instruction enclosed.
• Inspecting of packing, marking, loading and Off-loading.
• Developing plans and procedures for freight forwarding, handling and customs
clearance of all imported equipment and materials to ensure that all materials arrives
at the worksite on time including, required documentation.
• Organizing and securing the acceptance of the marine transport conditions of
heavy equipment by a marine surveyor
• Organizing and ensuring of off-loading and ground transportation of equipment and
material to the worksite
• Preparing maintaining and issuing, a monthly shipping progress report and monthly
shipping forecast in a format reviewed by PMC / OWNER.
• Arranging for the use of harbor facilities in India for the off-loading of all required
equipment and materials

CONTRACTOR shall provide all shipping documents including, those required by


OWNER for getting Input Tax Credit which OWNER may require related to
CONTRACTOR's shipments.

CONTRACTOR shall be responsible for all customs handling and payment of customs
dues and port dues and shall maintain a register of customs entry references for the
material received at site.

CONTRACTOR to carry out detailed study to establish firm transportation mode and route
and all cost for such study is to the CONTRACTOR's account.

8.9 Receiving, Inspection and Storage of Materials at Site

CONTRACTOR shall be responsible for receiving, handling, storage and safekeeping


of all materials and equipment required for performance of the work.

CONTRACTOR's procedures shall include provisions for storage and protection of


material and equipment, including detailed drawings of warehouses and open storage
areas
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 34 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR shall comply with Vendor's recommendations regarding storage and


protection of items.

CONTRACTOR shall comply with statutory regulations for storage of any material
covered under Explosives Rules

CONTRACTOR field supervision staff shall supervise and coordinate material arrival at
site, inspect it to check the compliance with the purchase orders and related
specifications classify, store, maintain and finally release them to the Sub-
CONTRACTORs at the proper time of installation.

CONTRACTOR shall submit for Approval his proposed Site Warehousing procedure
which is based upon the following:

a) Receive the materials which arrive at jobsite and issue the "Daily Receipt report(DRR)".
b) Check adherence in quantity and in characteristics of each item with the
indications specified in the relative packing list or bill of material.
c) Control that no damage has occurred during transportation.
d) After inspection, store materials arrived in good conditions and in accordance with
the purchase order issuing the "Material Receipt Report(MRR)".
e) Periodically control materials, parts, components and equipment to be installed, in
order to guarantee proper maintenance during storage, and to minimize the risk of
damage during withdrawal and handling.

This shall include:


- Procedures for segregation of items which are not in conformance with
requirements in order to prevent their inadvertent use or installation until non-
conformance is resolved (i.e. repaired, rejected, etc.);
- Instructions for appropriate preservation to avoid damage, deterioration or loss;
- Quality control approval for withdrawal and handling methods for particular
equipment and materials
f) Prepare and keep up to date a complete file of "Stock Card" for materials received
or delivered to Sub-CONTRACTORS.
g) Deliver to Sub-CONTRACTORS the materials to be erected upon presentation of
the " material Issue Voucher" signed by CONTRACTOR's supervisors.
h) Issue the "Material Supply Rejection Report(MSR)" for those materials which might
arrive not in accordance with the purchase order and/or damaged. In case of
damaged material, the damage will be declared to the carrier which will be
requested to sign the "Irregular Material Supply Report" that will constitute a
qualified proof for the attribution of the responsibilities and for application with the
insurance Company. The same procedure will be followed for non-compliance on
quantities delivered (in excess or missing).
i) Issue final reports on surplus material status existing in the warehouse at the end of
works.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 35 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

In accordance with the criteria outlined above, CONTRACTOR to prepare & finalise
forms to be used in performing the field warehousing activity.

- Daily Receipt Report( DRR)


- Material Receipt Report(MRR)
- Material Supply Rejection Report(MSR)
- Stock Card
- Material Issue Voucher.

Final forms and detailed Procedures shall be agreed upon between the OWNER and
the CONTRACTOR before the starting of the Site construction activities.

CONTRACTOR shall expedite all replacement equipment or materials and


associated documents, which are subject to guarantee or insurance claims at no
additional COST TO OWNER. Such expediting shall be performed as necessary for the
duration of contract.

8.10 Location of Materials and Equipment

CONTRACTOR shall maintain records of movement of all materials and equipment.

8.11 Imported Materials and Equipment

CONTRACTOR shall ensure compliance with documentation procedures, regulations


and maintenance of records in accordance with Indian Tax Excise, Customs and Import
Laws. CONTRACTOR is required to establish and maintain a proper system equipped
with personnel having expertise in tax, excise, customs and import regulations.

CONTRACTOR shall be responsible for obtaining the complete detailed importation


procedures from appropriate Customs Authorities and for clearing Customs for the
importation, exportation and re-exportation of any CONTRACTOR items and
construction equipment.

CONTRACTOR shall request customs inspection with sufficient advance notice to


ensure no disruption in the contract master schedule. CONTRACTOR shall assist
customs authorities in such inspection and shall transmit any necessary
documentation to Customs Authorities.

As necessary, CONTRACTOR shall ensure co-ordination and shall work with Customs
Authorities and any Vendor or Sub-CONTRACTORS in order to implement the
importation procedures in the most efficient manner.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 36 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

9. CONSTRUCTION SUPERVISION & MANAGEMENT

9.1 General

9.1.1 The CONTRACTOR is required to organize and mobilize construction management


services in a systematic and sequential manner to ensure that the PLANT installation is
carried out in accordance with the approved engineering drawings, specifications,
standards, QA/QC procedures etc., and its mechanical completion is achieved within
targeted time schedule.

9.1.2 For this purpose, the CONTRACTOR shall deploy a construction management team
headed by a Site Manager at site. The Construction Management team shall include
engineers/specialists in QA/QC, Project Control, (Planning, scheduling, monitoring)
contracts, construction supervision, progress measurement / billing, safety, first-aid,
warehousing, purchasing etc. Key personnel including Site Manager should have
sufficient experience and should not be changed without concurrence from PMC /
OWNER. Resumes of key personnel shall be submitted for approval of PMC / OWNER
prior to deployment.

9.1.3 The construction supervision, co-ordination and management activities shall be carried
out by the CONTRACTOR in accordance with the construction procedures developed
and submitted by the CONTRACTOR and approved by PMC / OWNER. CONTRACTOR
will prepare construction schedules within the framework of overall contract schedule and
submit to PMC /OWNER for approval. CONTRACTOR shall plan, execute, monitor and
control construction activities as per the approved construction schedule.

9.1.4 CONTRACTOR will deploy a construction management team headed by a Site Manager
for each unit and off-site & Utilities (O&U) at site for construction management of their
contractual scope of work. CONTRACTOR shall extend all necessary assistance and
provide all necessary data / documents as required by PMC / OWNER for review and
monitoring of the jobs performed by the CONTRACTOR.

The CONTRACTOR shall ensure delegation of adequate and sufficient authority and
controlling power (including inimical) to his Site Manager for effective and smooth
functioning of the construction management. CONTRACTOR’s home office support shall
be provided to the Site Manager at site during construction on all matters of Project
execution including the following:

• Field engineering
• Vendor specialists required during construction.
• Rectification/ replacement of defective supplies, if any, noticed during
construction and commissioning.
• Inspection / expediting of replacement orders / field purchase orders for items
ordered by Field Purchase Team
• Expediting replacement of imported items found short / damaged.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 37 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Material receiving inspection at site and the required documentation.


• Obtaining all statutory requirements and the required documentation, co-
ordination with OWNER.

CONTRACTOR will depute a project team at site during construction phase under a
project coordinator for providing above-mentioned support to Site Manager.

The CONTRACTOR shall establish and maintain a material-testing laboratory for


carrying on field tests during execution of contracts under different disciplines by Sub-
CONTRACTOR’s at no extra cost to OWNER. All the test equipment deployed shall
have valid test/calibration certificates. If the PMC / OWNER desire to have any
testing to be done by an approved Independent test laboratory, same shall be carried
out by CONTRACTOR at no extra cost to the OWNER.

CONTRACTOR is deemed to be having full knowledge of the applicable laws and


regulations, conditions of labor, local conditions, the site conditions and environmental
aspects and shall comply with the requirements thereof including OISD standards.

9.1.5 The construction management functions to be performed by the CONTRACTOR will


include the following as key function for effective timely and safe execution, monitoring
and control.

• Planning, scheduling, monitoring and reporting


• Construction supervision, discipline wise.
• Quality assurance and quality control discipline wise.
• Inspection on receipt of materials at Site
• Shipping, custom clearances, inland transportation
• Warehouse management and material control
• Field engineering / Purchase
• Health, Safety, Security and Environment (HSSE ) Management
• Statutory clearances and enforcement of statutory rules / regulations and labor laws.
• Personnel/Administration/Industrial Relations
• Billing and Invoicing
• Finance and Accounts
• Security
• Work Permit system

9.1.6 Construction Management Plan

CONTRACTOR shall submit Construction Management Plan to PMC / OWNER for


approval during kick-off meeting. The plan shall detail the management methodology
to be applied during the construction phase of the PROJECT along with a list of
procedures to be utilized in undertaking the work.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 38 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

All reference procedures and detail work plans referred to in this document must be
submitted for review and approval by PMC / OWNER at least four (4) weeks in
advance of actual commencement of the activity concerned.

9.2 Construction Execution Plan

CONTRACTOR shall submit Construction Execution Plan to PMC / OWNER for


review/approval during kick-off meeting. The Plan shall detail the execution
methodology of the CONTRACTOR during construction phase of the PROJECT covering
following aspects as minimum

CONTRACTOR’s Plan shall include:

9.2.1 CONTRACTOR’s manpower and man-hour histogram by major section and discipline and
their manpower deployment schedule on monthly basis with distribution of Foreign /
Indian/ Local personnel.

9.2.2 Major equipment mobilization plan on monthly basis with short description.

Other plans of CONTRACTOR / Sub-CONTRACTOR and procedures to be submitted


at least four (4) weeks prior to start of their activities include the following as a
minimum:

• Temporary facilities etc. – Like construction power, water, site office space,
Warehouse, Fencing, canteen, fabrication yard in location allocated by OWNER if
any.
• Soil testing and Piling plan
• Scaffolding plan
• Excavation and underground work plan
• Heavy transport and heavy lifting plan (Rigging Plan)
• Pre-fabrication plan
• Hydrotest plan
• Other activity plans e.g. equipment and steel structure erection plan etc. indicating
sequence of erection as per material received at site.
• Instrument loop check plan.
• Monsoon counter measures and preparation
• Emergency evacuation procedure
• Storm management plan

9.2.3 Sub-Contracting

CONTRACTOR’s plan shall include,


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 39 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Sub-contracting philosophy and plan


• List and Scope of work of each sub-contract
• Sub-contract administration plan
• Organization chart of each Sub-CONTRACTOR and controls by CONTRACTOR.
• All Sub-CONTRACTORs are subject to approval by PMC / OWNER.

The list and major scope of each Sub-contract shall not be changed from those
of the CONTRACTOR’s plan unless specially approved by OWNER.

9.2.4 Temporary Facilities

CONTRACTOR’s plan shall include:

9.2.4.1 Exact location of temporary work area, access and general layout inside the area.

9.2.4.2 Plan and description of the temporary facilities for CONTRACTOR/Sub-


CONTRACTOR’s for each unit such as:

• Identification of borrow earth area (if required)/ excess earth-dumping yards.


• CONTRACTOR/Sub-CONTRACTOR’s site office and fabrication yards
• Open storage area and warehouse
• Miscellaneous work shops
• Temporary roads including access road to Plant, fencing and gates
• Security, watch & ward, security gates, watch towers
• Utility supply systems viz. Construction power, construction water, drinking water
etc.
• Area lighting
• Firefighting equipment
• Drainage and sanitation
• Field Testing Laboratory
• Communication Facilities viz. Telephone, fax, e-mail etc.
• Canteen for staff and workers
• Vehicle parking area
• First aid arrangement/ medical and health care facilities

CONTRACTOR will develop the temporary facilities layout for approval of PMC /
OWNER.

9.2.4.3 Monthly estimation of all utility consumption including.

• Industrial water
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 40 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Drinking water
• Electricity
• Telephone/Fax

9.3 Construction Planning, Scheduling, Monitoring & Reporting

The CONTRACTOR will be the responsible for construction Planning, Scheduling,


Monitoring and Reporting activities at site in the overall master schedule and details
stipulated elsewhere in this document. Following activities are also to be performed by
the CONTRACTOR at site.

9.3.1 Construction Master Schedule

Construction Master Schedule should be prepared and submitted by the


CONTRACTOR for PMC / OWNER.

CONTRACTOR’s schedule shall,

• Clearly identify activities in the Master Project Schedule


• Indicate major milestones
• Show critical path and activity float time
• Apply activities conforming to the CONTRACTOR’s work breakdown structure.
• Take monsoon and holiday seasons into consideration.
• Detailed activity schedule will be required for each activity identified in Master
Project Schedule, two months after award.

9.3.2 Schedule control

CONTRACTOR’s plan shall include,

• Preparation of monthly, weekly and daily construction schedule.


• Construction progress measurement method, which is to be based on physical
progress measurement at site as, approved by PMC / OWNER.
• Reference to schedule change procedures
• Catch up plans
• Hold up reports in respect of drawings, materials and front etc.,
• Daily, Weekly and Monthly Progress Reporting Format to PMC / OWNER

9.4 Quality Assurance and Quality Control (QA/QC)

The QA/QC personnel of CONTRACTOR will be responsible for ensuring quality of


Construction carried out by the CONTRACTOR / their approved Sub-
CONTRACTOR’s in accordance with the requirements given under Site quality
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 41 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

control Procedure mentioned elsewhere in Bid document.

CONTRACTOR will carry out inspection, Hydro-test, Pneumatic, non-destructive tests


and other field test for Mechanical, Electrical & Instrumentation items and analyzers
& certify acceptability of all welds, materials and works in accordance with specified
technical standards/ international standards and carryout inspection and testing of
incoming materials as per agreed procedures.

All inspections and QA/QC Test records are to be kept up to date and in first rate condition
by the CONTRACTOR and shall be made available to PMC / OWNER whenever
requested. These documents shall be handed over to OWNER within one (1) month
after completion of Mechanical Completion of the Project as per Final Documentation
Procedures.

All work/ services to be performed by the CONTRACTOR under this contract shall
be of specified/ approved quality and the CONTRACTOR shall have a Quality
assurance / Quality Control (QA/QC) system during the performance of various
activities such as engineering, procurement, tendering, construction commissioning etc.

PMC shall carry out a Construction Quality Audit of the Project Facility every three (3)
months during construction phase of the project by an independent group of PMC
personnel not reporting to the site in–charge. The audit shall employ special tools such
as include positive material identification through alloy analyzers etc.

Review approval of the activities by PMC / OWNER shall not however dilute the
responsibility of the CONTRACTOR for maintaining quality.

9.5 Warehouse Management & Material Control

The CONTRACTOR will be responsible for carrying out the Warehouse Management
and Material Control in accordance with the approved warehousing procedure and
material control procedure, which is to be submitted by the CONTRACTOR during kick-
off meeting. A computerized stores management and material control system shall be
developed. The activities will include but not limited to:

• Transport liaison, both for imported materials as well as materials procured in India
from the time of dispatch up to receipt at Site.
• Transportation Plan (i) from source to site (ii) site to erection location.
• Receipt, handling, identification, inspection (including confirmation by an alloy
analyzer for alloy steel, stainless steel and other exotic materials) and acceptance,
storage and preservation of materials, codification of all materials including free
issue materials to be supplied by OWNER.
• Chemicals/Catalyst/Column internals loading, unloading and transportation, storage
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 42 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

and handling
• Filing of insurance claims and follow up
• Documentation for control and accounting of materials
• Generation and upkeep of traceability records for materials
• Materials control and issue
• Inventory checks
• Field requisition and purchase
• Spare & tools including handing over of mandatory spares/ tools to the Client as
per the terms of the contract
• Material Appropriation and Handing over as per the terms of contract.
• Taking up with suppliers on short supplied items and placing replacement
orders for lost/damaged items
• Intimating to CONTRACTOR’s Home office regarding short/lost/damaged items and
taking up with suppliers and taking replacement action wherever applicable.
• CONTRACTOR shall codify all items of permanent nature which are to be
supplied to OWNER as part of this contractual obligation such as Mandatory
spares. This codification shall confirm to OWNER’s own codes allotted to each
item and which shall be given by OWNER in advance.

No material of permanent nature shall be accepted without assigning material


code to each item at the time of handover.

CONTRACTOR will generate and issue following reports:


• Vendor expediting report fortnightly
• Fortnightly statement of consignments in transit.
• Daily Materials Receiving Report
• Material receipt status and inventory status w.r.to material delivery, schedule
• Incoming Material Inspection Report for materials received at site
• Positive Material Identification Report – (To be done at Site for AS, SS, Non-ferrous
and exotic materials, if any)
• Report on Material Short/Excess/Damage/Reject (MSEDR) receipts against each
consignment on receipt at warehouse.
• Weekly status of consignments, Material Receipt Report (MRRs)
• Monthly status of Site purchase.
• Monthly status of Material Short/Excess/Damage/Reject (MSEDR) settlement.
• Log Register of Rotating Equipment maintenance / material maintenance card
• Daily Stock Position of Cement / Steel etc.
• Any other report as desired by Engineer-in-Charge, PMC / OWNER.

9.6 Field Engineering

Field Engineering team will consist of mainly engineers who have worked at the design
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 43 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Office. CONTRACTOR will be responsible for controlling and issue of technical


drawings and documents, preparation of field sketches, field modifications & checking/
preparation of as-built drawings, technical assistance for field purchase and field
tendering etc. Specialist engineers from CONTRACTOR’s Home office will also be
deployed at site as per requirements. Site should have facilities to incorporate field
changes, prepare As-built drawings at site itself.

9.7 Field Tendering

CONTRACTOR will be responsible for carrying out field tendering activities as required.

9.8 Field Purchase

CONTRACTOR will be responsible for carrying out field purchase activities as required.

The bulk of procurement action will be done from CONTRACTOR’s H.O. Field Purchase
items are restricted to those required for running and maintenance of the field offices,
items required to expedite construction work and items found short, missing or
damaged against the main order when received at the site. Any material purchased
from field for usage in the Plant should have proper inspection certificate and should
be purchased only from PMC / OWNER approved Vendors.

9.9 Health, Safety, Environment and Security(HSES) Management

9.9.1 HSES Documents included elsewhere in the Bid consists following.

Specification for HSES Management

Safety Practices during Construction by Oil Industry Safety Directorate (OISD guideline
OISD-GDN-192 and OISD-GDN-207] which is supplementary requirements to be
followed by the CONTRACTOR at site.

Both these documents though are separately written, shall be considered as mutually
complementary to one another. In case of ambiguities in the descriptions of safety
requirements stringent one shall be considered as applicable.

9.9.2 CONTRACTOR shall have a documented HSE policy to cover commitment of their
organization to ensure health, safety, environment & Security aspect in their line
operation. Specifications required to be followed by CONTRACTOR are given as per

9.9.3 It is the responsibility of the CONTRACTOR to ensure that safe construction procedures
are complied with. CONTRACTOR will also ensure that adequate First Aid medical
facilities with trained nurse and ambulance are available for emergency purpose and
that safety practices as per the approved safety procedure are followed by his Sub-
CONTRACTOR(s).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 44 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR to ensure safety measures like

• The use of safety gadgets like safety goggles, helmets, safety shoes, safety
earplug, safety belts, provision of safety net for construction at higher elevations
and provision of toe boards in scaffolding platforms.
• All hot works must be performed by ensuring compliance to the requirements
specified by OWNER.
• Barricading of crane movement areas
• Proper earthing of equipment
• Proper shoring / strutting of excavated areas
• All gas cylinders to be stacked upright, regarding Nitrogen, Oxygen, acetylene,
Argon and other gas cylinders separately.

To assist in the development of an effective safety program, a HSE Manual including safety
checklist for various jobs shall be developed by the CONTRACTOR and the same
shall be submitted to PMC / OWNER for approval and shall adhered to by
CONTRACTOR’s Site-in-charge.

The responsibilities will include the following

• Co-ordination and supervision of the details of the job safety program


• Initiation of accident reporting, investigation and follow-up actions
• Preparation of periodic accident summaries
• Periodic accident analysis reports
• Tallying safety inspection of the job and submission of summary inspection
report to engineer-in-charge
• Obtaining work permits for Hot/Cold, excavation, higher elevation jobs from the
OWNER.
• Check the fitness of cranes and other hoisting equipment and submit to PMC /
OWNER valid/latest test certificates of tackles used for lifting
• Submission of any other report required by PMC / OWNER.

9.9.4 House Keeping

It is the responsibility of the CONTRACTOR to maintain cleanliness and proper


housekeeping at work site. CONTRACTOR shall organize disposal of excavated earth/
garbage/ rubbish/ scrape, etc. on day to day basis to identified disposal areas/safe
areas. CONTRACTOR shall sprinkle water on the road periodically to prevent dust. All
roads used by the CONTRACTOR during construction inside the Gujarat Refinery
Complex shall be properly maintained for good house-keeping.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 45 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

9.10 Industrial Labour Relations

CONTRACTOR will be responsible for industrial relation functions and implementation of


labor laws at site. CONTRACTOR’s staff shall be suitably trained and experienced in
Labor Relation functions so as to ensure a good relationship with labor and to prevent
the occurrence of industrial disputes resulting in subsequent delays or work
stoppages. In particular, CONTRACTOR shall maintain close liaison with PMC /
OWNER and with official union representatives (if any) of CONTRACTOR work force.

CONTRACTOR shall maintain proper liaison with Statutory Authorities and local bodies
and will be responsible to implement and observe all statutory laws at site.

CONTRACTOR must have on his staff, a well experienced Labour Relation Officer,
preferably from local area.

CONTRACTOR shall report immediately to PMC / OWNER any problems including


labour disputes, fight, work stoppages. A written report shall be submitted to PMC /
OWNER within 48 hours after the incident.

CONTRACTOR must submit a Labour Relations Plan prior to the start of the work/within
one month of award of the contract, whichever is earlier.

CONTRACTOR’s plan shall include

1. A detailed estimate of the number of foreign labour/local labour / labour from other
States of India, both indirect and direct, sorted by craft. This estimate shall specifically
include the months and durations that potential foreign labour will be required.
2. Outline of training plan for local semi-skilled labour and respective crafts.
3. Outline how the respective Government Agencies will be educated on
maximization of local workers.
4. Outline recruiting plans for all manpower requirements.
5. Identify personnel involved with labour relations and outline procedures to
mitigate disputes, problems should they occur with the labour force.
6. Labour welfare plan.

CONTRACTOR shall hold labour relations meeting twice a month with their work
force as well as a separate meeting with PMC / OWNER.

9.11 Construction Equipment

The CONTRACTOR is required to organize and mobilize the construction equipment


and other tools /tackles in a sequential manner to ensure that plant installation is carried
out in a Mechanized manner and its mechanical completion are achieved within
targeted time schedule.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 46 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

The CONTRACTOR shall without prejudice to his responsibility to execute and complete
the work, strictly as per the specifications and other laid down procedures, execute all the
work by mechanizing the construction activities to the maximum extent by deploying
all necessary construction equipment / machinery of adequate capacities and numbers.

CONTRACTOR shall ensure deployment of the following construction equipment as


per requirement to the maximum extent.

▪ Batching plants
▪ Concrete pump cars
▪ Transit mixers
▪ Excavators
▪ Bar bending machines
▪ Automatic welding machines
▪ Tower crane
▪ Cranes of different capacities
▪ X-ray and radiography sources
▪ Stress relieving equipment with recording facility
▪ All weather fabrication sheds
▪ Sand/Shot blast cleaning and painting shop

CONTRACTOR shall deploy portable alloy analyzer with print out facility and carryout
“Positive Material Identification (PMI)” of materials and welds after erection/ installation
but prior to hydro-testing. Any non-conformance detected shall be removed and replaced
prior to final testing.

CONTRACTOR shall be responsible for arranging all facilities for torque tightening /
tensioning of bolts/ fasteners as specified. CONTRACTOR shall ensure that stud bolts
are ordered extra-long by one diameter to facilitate tensioning. Guidelines for torque
tightening / tensioning are specified in specifications for boxing up of flanged joints.

To minimize fabrication at site, major fabricated equipment like reactors, columns /


towers, vessels shall be transported in single / minimum number of pieces depending
upon transportation limitations and erected in single piece. CONTRACTOR shall carryout
the route survey for transportation of over dimensioned consignments including water
ways from source of manufacture / supply to site, well in advance of placement of order
to ensure unhindered transportation of the same to construction site. CONTRACTOR
shall arrange cranes of suitable capacities to match with the erection requirements and
inform the source and Ownership of the same.

Crane movement roads required shall be identified by CONTRACTOR and got


reviewed / accepted for availability by PMC / OWNER. Necessary modifications in the
roads identified for crane movement as well as construction/ development of any
additional roads for Crane movement shall be carried out by the CONTRACTOR at their
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 47 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

cost. Construction of hard stands for the positioning of crane in the fabrication yard
and at erection site/ locations including approach roads to the hard stands from the
plant roads shall be CONTRACTOR’s responsibility. The hard stands shall be suitable
for the crane loads provided by the crane manufacturer.

For equipment erection, the CONTRACTOR shall deploy a rigging team headed by
a Rigging Foreman / Engineer reporting to concerned Area Engineer. Area Engineer
should be well conversant with various erection techniques and shall be responsible for
preparing erection schemes in accordance with the approved procedures and based
on crane manuals and suiting to plant layout. Area engineer shall have to foresee
various other construction activities in the surrounding areas while planning erection
schemes including safety aspects of man and machinery also.

CONTRACTOR shall prepare erection schedule in line with the overall project schedule
of the Plant in phased manner with erection schemes of various equipment, vessels
and submit to PMC / OWNER for approval. Monitoring and control of erection schedule
and erection activities shall be carried out by the CONTRACTOR as per the approved
construction procedures.

For efficient working and maintenance of construction aids, CONTRACTOR shall


establish and maintain crane yard / workshop equipped with regular maintenance
facilities for various construction aids for carrying out routine field maintenance during
performance of the contract. Temporary approach road and hard stands wherever
required for the movement of the cranes and other vehicles for equipment erection
and transportation of material shall be properly planned and made by the
CONTRACTOR. Weekly / fortnightly maintenances shall be planned in such a way that
the same does not hamper the erection schedule.

CONTRACTOR shall ensure the timely augmentation of the men, equipment and
machinery depending upon the exigencies of the work to meet the overall project
schedule and as per instructions of Engineer-In-Charge.

During the execution of the work, CONTRACTOR must ensure that structures, materials
and Equipment are adequately braced with Guys, Struts or any other means as
deemed fit and approved by Engineer-In-Charge. Such means shall be supplied and
installed by the CONTRACTOR as required till the erection works is satisfactorily
completed. Such guys shoring, bracing, strutting, planking supports etc., shall not
interfere with the work of other agencies and shall not damage or cause distortion to
works executed by other agencies. All lifting tools, tackles and cranes shall be tested
periodically by Statutory / Competent authorities for their load carrying capacity. Such
relevant valid/ test certificates shall be submitted to PMC / OWNER for review before
actual use of tools, tackles and cranes.

CONTRACTOR shall submit the construction equipment deployment schedule. Daily


construction equipment deployment report will also be submitted by the
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 48 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR to PMC / OWNER in the Performa approved by the PMC.

9.12 Construction Manpower

The CONTRACTOR is required to organize and mobilize construction staff/manpower


in a Sequential manner to ensure that the Plant installation is carried out in accordance
with the construction schedule defined in the Bid package. Mobilization of construction
staff should be such that the progress achieved in phased manner should match
with the overall project schedule.

For this purpose, the CONTRACTOR shall clearly indicate in his construction
methodology whether work shall be done departmentally or by engaging Sub-
CONTRACTOR or the combination of both. CONTRACTOR will prepare detailed
methodology for the work to be carried out departmentally as well as through Sub-
CONTRACTOR’s clearly defining the scope and responsibility of CONTRACTOR and his
Sub-CONTRACTOR’s.

During the execution of works at site, if the CONTRACTOR engages Sub-


CONTRACTOR’s for execution of works at site as per approval obtained from PMC
/ OWNER in line with contract provision(s) and in the event Sub-CONTRACTOR
complains in writing to the OWNER with regard to the nonpayment of their dues from the
CONTRACTOR for the works executed by them (excluding final payments and
payments due after termination of Sub-CONTRACTOR’s services by the main
CONTRACTOR), PMC / OWNER reserves the right to make such payment to the Sub-
CONTRACTOR’s directly based on approved measurements with due notice to the
CONTRACTOR. PMC / OWNER shall release such payments to the Sub-
CONTRACTOR at the cost and risk of the CONTRACTOR in order to ensure smooth
execution of work at site. All such payments made by PMC / OWNER to the Sub-
CONTRACTOR (s) shall be deducted from the running account bills or any other
payments due to the CONTRACTOR.

The works of all Sub-CONTRACTOR’s will be managed by the construction staff of the
main CONTRACTOR who will perform the duties of construction management and will
administer, coordinate, and inspect the works of the Sub-CONTRACTOR(s) and be
responsible for the quality and timely completion of the respective works. The
CONTRACTOR will establish the pre-requisites for successful completion of Sub-
CONTRACTOR(s) work. However, by deploying the Sub-CONTRACTOR(s), as
approved by PMC / OWNER for any discipline, does not absolve the CONTRACTOR
from his total responsibility under the subject contract.

The CONTRACTOR must note that in case of any Sub-CONTRACTOR’s failure to


execute the works as per standards/ specifications/ drawings and/or negligence &
disobedience in carrying out any order or instruction of PMC / OWNER, the same will be
viewed very seriously and any action as deemed fit in accordance with provision(s) of
the contract, will be taken by PMC / OWNER.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 49 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

CONTRACTOR must submit the construction manpower deployment schedule along with
the bid. Construction manpower deployment schedule shall clearly indicate deployment
of national and international (foreigner) manpower with specific man-hour /man months
for foreign nationals who will be deployed at site along with details of their qualification/
experience and nationality. Daily construction manpower deployment report will also be
submitted by the CONTRACTOR to PMC / OWNER on approved format. Any additional
manpower of any category required to be deployed during the actual execution of the
work to meet the Project time schedule and as instructed by PMC / OWNER, shall be
mobilized by the CONTRACTOR within a reasonable time. Mobilization of such
additional manpower by the CONTRACTOR will not entitle him for any additional
compensation at all.

The construction supervision, co-ordination and management activities shall be carried


out by the CONTRACTOR in accordance with the construction procedures approved
by PMC / OWNER. CONTRACTOR will prepare construction schedules based on
the overall project schedule of the PLANT and submit the same to PMC / OWNER for
approval. Monitoring and control of the construction activities will be carried out as
per the approved construction schedule and procedures.

9.13 Construction Manual/Methods Statements

CONTRACTOR shall prepare Construction manual / methods statements for all major
Construction activities.

9.14 Check List for Inspection of Flange Joints

Standard procedures for boxing up of interface joints not subjected to hydrostatic test
at site shall be strictly followed as per the BOLT TENSIONING & TORQUING procedure.

10. PLANNING / SCHEDULING / PROGRESS MEASUREMENT PROCEDURE

10.1 Introduction

This procedure defines the Schedule Control methodology to be adopted by


CONTRACTORS for the Project to be carried out at Gujarat Refinery, Vadodara, India.

To ensure timely completion, the CONTRACTOR shall establish and maintain an effective
Planning, Scheduling, Monitoring and Control system, including mobilization of required
number of professionally qualified and experienced Planning Engineers for design office
and construction site. The system shall be capable of accurate and timely prediction of
trend, evaluation of adequate preventive actions for likely slippages and formulation of
suitable catch-up schedule for delays, if any have occurred.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 50 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

This procedure covers Schedule, Control and Progress Measurement aspects through all
the phases of the Project i.e. Engineering, Procurement, Construction, Mechanical
Completion & Pre-commissioning and Commissioning. In order to ensure the completion
of the Project as scheduled, every person and / or party concerned shall observe and
execute the work according to this procedure.

Schedules, reports and documents to be prepared and submitted by the CONTRACTOR


for review of PMC / OWNER at various stages and details of meetings to be held are
described here.

During the course of execution of the Project, if this document requires modifications to
facilitate smoother operation of the project (contract), the same can be done with mutual
consent of all the concerned parties.

To ensure timely completion, the CONTRACTOR shall establish and maintain an


effective Planning, Scheduling, Monitoring and Control system, including mobilization of
required number of professionally qualified and experienced Planning Engineers for
design office and construction site. The system shall be capable of accurate and timely
prediction of trend, evaluation of adequate preventive actions for likely slippages and
formulation of suitable catch-up schedule for delays, if any have occurred.

10.2 Terms, Definitions and Abbreviations

OWNER / Client : M/s. INDIAN OIL CORPORATION LIMITED (IOCL) and


all its Authorized assignees.
PMC : Project Management Consultant M/s. TECHNIP INDIA
LIMITED (TPIL) and all its Authorized assignees.
CONTRACTOR : Lump Sum Turnkey CONTRACTOR whose servicesare
obtained by OWNER for Detailed Engineering, Supply,
Construction and Commissioing
Vendor : Vendor shall mean any party whose services are
obtained by OWNER for Supplying the Goods /
Equipment for the Project
WBS : Work Breakdown Structure
Site : IOCL Refinery Complex ,Vadodara, Gujarat India
Schedule : Means time schedule unless type of schedule specified
VDR : Vendor Drawing Review
MR : Material Requisitions for Floating of Enquiry
TBA / TBE : Technical Bid Analysis or Evaluation.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 51 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

PR : Purchase Requisition along with PO


LOI / FOI : Letter / Fax of Intent
PO : Purchase Order
EDC : Effective Date of Contract (Normally Date of FOA)
OD : Original Duration (Planned duration for completion
of an activity)
RD : Remaining Duration (Duration required to complete
the balance / Remaining portion of an activity from
the Cut-off date)
Cut-off : The Date at which Progress is measured or monitored.
IFD : Issued for Design (deliverables in engineering stage)
IFC : Issued for Construction (deliverable matured to
Construction stage)

Code-A : Approved/ Reviewed, No Comments (from PMC /


OWNER)

Code-B : Reviewed with comment from PMC/OWNER


(documents need to be resubmitted).

Code-C : Not Approved by PMC/Owner (documents need to be


resubmitted).
Code-D Retained for Information/ Records.
BOQ : Bill of Quantities of individual items.
ID : Inch – Dia.
IM : Inch – Meter
MT : Metric Tones
RM : Running Meter
MTR : Meter(s)
SQ. MTR : Square Meter(s)

Phases of the Project


E : Engineering Progress
P : Procurement Progress
C : Construction Progress
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 52 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

10.3 Planning and Scheduling

10.3.1 Documents Along with Bid

The EPCC bidder shall submit following documents along with bid:

a) Overall Project Schedule in network form showing all the details unit wise in line
with time schedule indicated in Appendix A-II of SCC.
b) Write up on proposed Project Planning, Scheduling, Monitoring and Control
system (in line with requirement of this Procedure).
c) Organizational set up for Planning, Scheduling, Monitoring & Control at
CONTRACTOR’s design & site office.
d) Progress Measurement System with details such as Weightages, Milestones,
frequency, etc.
e) Project execution methodology
f) Details of Software’s to be used for planning and material control
g) Phase wise Resource Deployment Schedule (HO & Site manpower and
construction equipment).
h) Statement confirming compliance to the “Planning, Scheduling, and Monitoring
and Control System” requirements regarding contents of the documents to be
submitted to PMC / OWNER.

10.3.2 Planning Package after Award of Contract

10.3.2.1 Deliverable Submission / Discussion in Kick-Off Meeting

Kick Off Meeting shall be organized within 1 week from award of contract. The meeting
shall be attended by OWNER's and PMC's representatives. During the meeting, the
following with respect to Planning, Scheduling, Monitoring and Control system shall be
discussed, schedule for submission formats, details shall be finalized

a. Planning deliverables required for Project Monitoring and Control.


b. Work Breakdown Structure. (Contractor to follow the WBS provided by PMC /
Owner during Kick-off Meeting)
c. 90 Days Look Ahead Schedule (Derived from network and other project
initiation activities).
d. Overall Project Bar Chart schedule clearly showing completion targets of
applicable units along with major/ critical milestones, and various levels of
proposed Project Scheduling (Level 1,2,3 etc.) in-line with WBS as discussed
above. (Draft schedule shall be submitted in Kick-off meeting)
e. Procedure for Project Planning, Scheduling, Monitoring & Control system
including all reporting formats.
f. Progress Measurement System with Unit, Function, Discipline, and
Deliverable wise weightage breakdown.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 53 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

g. List of unit wise milestones to be included in the network, in addition to


milestones specified in the Contract, if any (the number of milestones shall be
at least 2 to 3 per unit per month).
h. List of critical/ long delivery equipment and materials for which fortnightly
expediting report to be issued by the CONTRACTOR.
i. Procedure for Bulk material control.
j. Cut off dates for progress reporting
k. Project calendar indicating submission of various planning documents and
schedule of meetings.
l. Any other document as required.

10.3.2.2 LOOK AHEAD SCHEDULE

The CONTRACTOR shall prepare and submit a detailed Look Ahead Schedule
covering all initial activities (Front end activities) including Residual Basic Engineering
(if any), Detailed Engineering, Procurement and Construction pertaining to first 90 days
of the project duration.
It is derived from the scope and schedule agreed as per contract. It forms the basis of
project execution and monitoring till Overall Project Schedule is finalized. A draft look
ahead schedule shall be submitted at the time of kick-off meeting. The schedule shall
be reviewed in the kick-off meeting. Revised look Ahead Schedule is submitted within
2 weeks (or 14 calendar days) from KOM. If Kick off meeting is delayed, draft look
ahead schedule shall be submitted within 2 weeks from award.

10.3.3 Planning & Schedule Development Strategy

Primavera Enterprise Package P6 (latest version) shall be used for Preparation of


Overall Project / Detailed Project Schedule as Project Management Control System tool
for the Project and PMC / OWNER shall be allowed to access the same via internet as
and when required.
The various schedules, schedule data in electronic form as described herein shall be
prepared, updated & submitted to PMC/ OWNER on regular basis as agreed mutually.
This is to determine the project trend, with the objective of taking preventive / corrective
action. The reflection of delayed anticipated completion or changes in data by way of
current trend does not in any manner absolve the CONTRACTOR of his contractual
obligations as per the contract and will not have bearing on the agreed commercial
conditions as well. This schedule once approved by PMC / OWNER shall not be revised
without prior written permission of PMC / OWNER.

CONTRACTOR shall submit the following documents in the form of planning


package:
• Procedure for Project Planning, Scheduling, Monitoring & Control system
including all reporting formats
• Work Breakdown Structure (WBS)
• Project Schedule
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 54 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• Functional Schedules
o Engineering Schedule
o Procurement Schedule
o Sub-Contracting Schedule
o Construction Schedule
o Pre-commissioning & Commissioning schedule
• Supporting Schedule and Control Document
• Progress Measurement Methodology
• Schedule Performance Curves (‘S’ Curves)
• Catch-up Schedule (In case of delays as required)
• List of Project Milestones (in addition to the milestones listed in Tender) with
dates
• Manpower and Machinery Deployment Histograms
• Agreed Reporting Formats
CONTRACTOR shall submit reports, updated schedules and program(forecast) as
described herein till the completion of all work in the scope of the contract. No chapter
/ annexure of any report shall be deleted without prior written approval of PMC /
OWNER.

In the following paragraph various elements of planning packages are discussed in


detail

10.4 Work Breakdown Structure (WBS)

Work Breakdown Structure is a diagram depicting subdivision of project works into smaller
items like units, project phases, disciplines for ease of managing projects. WBS reflects
natural hierarchy of summarization, top level reflecting total project and lower level reflect
successively increasing details which shall illustrate the way work shall be divided up.

Phases/Functions mean basic components of the projects e.g. Engineering, Ordering,


Manufacturing & Delivery, Tendering and construction. Each function is divided into
various disciplines. In case of Engineering, various disciplines are architectural, civil,
structure, piping etc.

The WBS shall be used as the basis for Planning, Scheduling, Progress Monitoring and
Progress Reporting, and it shall be applied to all Project Control documents.

To identify and to evaluate the work progress of the project, weightage shall be added to
the Work Breakdown Structure (WBS) elements, based on work volume. Then weightages
will be further divided up to lowest levels to deliverables. WBS for Planning, Scheduling,
Progress Monitoring and Progress Reporting is to be developed by CONTRACTORS for
their scope of work and same to be submitted to PMC / OWNER for approval.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 55 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

10.5 Project Schedule

10.5.1 Overall Project Schedule


The CONTRACTOR shall submit detailed Overall Project Schedule on time scale logic
network covering all project activities based on the draft schedule submitted and initial
comments provided during kick off meeting. This schedule shall be in line with WBS
provided by PMC/Owner
Major milestones for each unit shall be depicted at the beginning of the network.
Milestones shall be chosen in such a way that minimum 1 milestone to maximum 5
milestones are scheduled every month (Average 2 to 3 milestones per month). These
milestones should have importance with respect to key areas/ activities of project
execution and shall cover all phases viz., Engineering, Procurement & Construction.
The schedule shall highlight interface activities in the scope of PMC / OWNER and clearly
reflect strategies and philosophy of execution (basis for schedule). The project schedule
shall be developed for contractual duration. The schedule shall be reviewed by PMC /
OWNER and the comments if any shall be incorporated and the schedule shall be issued
for implementation within one week from the receipt of comments.
Once Overall Project schedule is approved by PMC / OWNER, the same shall be
considered as Target (Baseline) schedule. Subsequently, updation of the schedule shall
be done on monthly basis and the same is to be compared with the Target (Baseline)
schedule for analysis of forecast completion and delay. Project monitoring shall be based
on early dates only. The updated network shall be used as a tool for analyzing forecast
completion, total float, critical path(s) etc.
The network updated and submitted in linked bar chart form in A4/A3 size with monthly
progress report. The current schedule (updated) shall be compared with the Target
(Baseline) schedule.
While updating, the following shall be considered:
• Actual date of start and completion for the activities
• Contractual completion dates for Vendors and Sub-CONTRACTORs / turnkey
agencies, any change of duration due to offloading of Vendors / Sub-
CONTRACTORS / turnkey agencies to be reflected.
• Duration of activities not yet started shall remain the same as per the original
schedule.
• Anticipated dates of activities in progress.
• Addition / deletion of any activity if required or any change on job logic. (Same
shall be explained with proper reasons)
• Any change in drawing / material availability or change in activity duration.
• Any change in resource planning
• Change in philosophy / strategy in execution of balance works, keeping in mind
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 56 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

the actual status of the project


.
10.5.2 Functional Schedules:

The CONTRACTOR shall prepare resource based detailed unit wise functional schedules
for all activities and deliverables in tabular form in line with overall project schedules for
monitoring and control.
For each activity and deliverables maturity level shall be depicted in the form of applicable
milestone till final issue and these milestones will be discussed during kick-off meeting.
CONTRACTOR shall ensure preparation, submission and updation of all functional
schedules as described herein for all subcontracted packages. Supporting Schedules to
ensure timely completion from CONTRACTOR shall be established and maintained for an
effective planning, scheduling and control system, including mobilization of number of
professionally qualified and experience planning engineers for design office and
construction site. The system shall be capable of accurate and timely prediction of trend,
evolution of adequate preventive actions by CONTRACTOR for review of PMC at various
stages. Control Documents shall be prepared, updated and issued in accordance to the
requirements and compatible with the Overall Project / Detailed Project Schedule.
The updated functional schedule shall have submitted to PMC / OWNER on monthly basis.
While updating activities / deliverables, the following aspects shall be considered:
• Actual date of completion of each milestone
• Forecast date of balance milestone to be completed

10.5.2.1 Engineering schedule

Residual Basic Engineering Schedule : CONTRACTOR shall submit a unit wise


schedule within 60 days from EDC of all residual basic engineering activities (if applicable)
like finalization including updation of P & IDs for process units and utilities and offsite,
release of line schedules, finalization of process data sheets for equipment etc.
Weightages for progress measurement and monitoring for residual/ basic engineering to
finalized during kick off meeting.

Detailed Engineering Schedule: CONTRACTOR shall submit a Unit wise schedule for
all engineering deliverables/ documents such as AFC drawings, Isometrics,
Specifications, Tender inputs / Tender drawings, material requisition, purchase
requisition, purchase requisition, design calculations etc. Interface and logical sequence
with other activities also shall be considered while establishing the schedule.

10.5.2.2 Procurement schedules

Procurement activities of all disciplines (Enquiry to Receipt of item at site) for equipment
/ bulk shall be reflected in Detailed Schedule.

Ordering Schedule: CONTRACTOR shall submit a unit wise schedule within 60 days from
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 57 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

FOA. This shall include all MRs listed in Engineering schedule (DCI/MDR).
All the tagged items shall be covered in MRs listed. Bulk material ordering shall reflect
Procurement philosophy for the project.
.
Manufacturing & Delivery Schedule: The CONTRACTOR shall submit a unit wise
schedule within 60 days from FOA for all Manufacturing & Delivery activities. These shall
include all orders listed in ordering schedule. The progress at function / unit level shall be
summarized considering weightage values of equipment & bulk items material report to
overall manufacturing and delivery progress.
CONTRACTOR shall also submit along with weekly progress report, status of drawings
and documents for all Vendors on whom orders have been placed. In addition to the
above, for critical items, long delivery items and packages as mutually agreed between
CONTRACTOR and PMC / OWNER, CONTRACTOR shall ensure Vendors prepare and
update logical network/schedule, status reports for manufacturing & delivery and submit
the same on weekly / monthly basis to PMC / OWNER.

Subcontracting Schedule: The CONTRACTOR shall submit a Unit wise schedule for all
Sub-contracting activities. This shall include all tenders envisaged for the Project. This
schedule shall cover all subcontracts and milestones for Tender preparation till award.

10.5.2.3 Construction schedules

The CONTRACTOR shall submit Level 3 (Unit wise/Trade/discipline wise/important


activities : e.g. Civil: Major equipment foundations, Equipment structures, pipe rack etic)
for PMC/ OWNER review in overall network initially. The CONTRACTOR shall submit
indicative resource deployment schedule (manpower and machinery) based on this.
However, before the Site Mobilization the Contractor has to submit the detailed level -4
Construction Schedule. The schedule shall have interface with Engineering, Ordering and
Manufacturing & Delivery activities and interface required from OWNER/PMC. Initially,
contractor shall develop construction progress ‘S Curve” by taking major work items man-
hours arrived with productivity data based on proposal quantities. This will be further
detailed and submitted along with Level – 4 network when main construction works start
at site and good estimate of construction work items are available.

CONTRACTOR shall prepare monthly quantitative forecasts (Programs) in line with


functional schedules for all the functions. These forecasts(Programs) shall be made
keeping in view the cumulative targets as set in the schedules backlog and work front
available in terms of Vendor inputs drawings, materials and access as applicable. The
forecasts for construction shall be accompanied by list of resources (manpower &
machinery) planned to be deployed to achieve the programs. Current hold ups required
to be resolved for the execution of the programs made, shall be indicated with proposed
action plan for resolution.

Monthly forecasts (programs) other than Construction shall be submitted to PMC /


OWNER Design office within three calendar days of monthly progress report cutoff date.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 58 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

In case of Construction the monthly programs shall be finalized in consultation with PMC
/ OWNER’s site representative and submitted within two calendar days of monthly
progress report cut-off date. In all matters concerning the extent of targets set out in
monthly program, the decision of PMC / OWNER shall be final and binding.

The monthly forecasts (programs) shall be further broken down into weekly forecasts
(programs) and indicated in weekly reports for closer monitoring of progress.

10.5.2.4 Pre-commissioning & Commissioning

All Pre-commissioning and Commissioning activities shall be reflected in the detailed


schedule.

CONTRACTOR shall prepare unit wise/ system wise pre-commissioning / commissioning


micro-level schedule. These schedules shall be submitted by CONTRACTOR to PMC /
OWNER for review two months before the Mechanical Completion milestone or one
month before starting pre-commissioning activities, whichever is earlier.
These schedules shall be developed after considering the Pre-commissioning /
Commissioning priorities & interface requirements and identify requirement of Licensor’s
/ Vendor’s representatives stay at site. The description of system/ sub system mentioned
in the schedule shall be as agreed with PMC / OWNER.

10.6 Supporting Schedules and Control Documents

The following schedules shall be prepared and updated on a weekly basis and submitted
to PMC / OWNER before the weekly review meeting at site in bar chart format. The
updated schedule trend shall be compared with original schedule.
1. Loop wise piping completion schedule
2. System wise completion schedule

i. Loop wise Piping Completion Schedule

CONTRACTOR shall prepare micro-level schedule for completion of piping activities


and submit to PMC / OWNER for review at least two months before the start of
construction as scheduled in unit wise construction schedules. The schedule shall
cover unit wise / system wise / loop wise, the following activities status as on the date
of preparation
a) Status of balance piping materials (details of items, quantities, Vendors, POs,
and expected date of receipt at site to be indicated)
b) Status of balance equipment and in-line instrument items (Details of tags, Vendors
and POs and expected receipt to be indicated)
c) Welding (inch dia.) workload separately for shop fabrication and field welding.
d) Erection and supporting (Inch meter)
e) Radiography (number of joints)
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 59 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

f) Stress relieving (number of joints)


g) Hydro testing (inch meter)

ii. System wise Completion Schedule:


Immediately after preparation of loop wise micro-level schedule for completion of
piping activities, CONTRACTOR shall prepare Unit wise/ System wise micro-level
schedule for completion of remaining activities. The schedules shall be submitted by
CONTRACTOR to PMC / OWNER for review, 6 weeks before scheduled system
completion as per unit wise construction schedules. The schedules shall cover
discipline wise remaining activities as mentioned below:
a) Balance civil and structural work item wise
b) Balance mechanical and erection work tag wise
c) Alignment of rotating equipment
d) Balance electrical work
e) Balance instrumentation works including loop checking
f) Schedule for handing over of system in below formats (Formats to be prepared
by CONTRACTOR and approved by PMC / OWNER):
Format I: Information regarding system
completion Format II: Checklist
Format III: Ready for pre-commissioning / mechanical completion certificate
Format IV: Ready for commissioning certificate
Format V: Completion of commissioning certificate

The above is indicative, schedule for agreed system shall be followed.

The description of the system and the number of the loop mentioned in the schedule
above shall be as agreed with PMC / OWNER (Construction / Commissioning group).
The schedule shall be resource based and shall indicate total and remaining workload
for each activity.

10.7 Progress Measurement Methodology of CONTRACTOR

The CONTRACTOR shall submit the detail methodology of progress Measurement as per
WBS.
General weightage allocation for different discipline shall be on following basis

• Engineering, Ordering and Tendering : Man-hours for deliverable

• Manufacturing and Delivery : Cost


• Construction : Man-hours based on productivity for
construction work items
• Pre-commissioning & Commissioning : Man-hours

Weighted values for the following along with basis of their derivation shall be submitted
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 60 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

by CONTRACTOR for review by PMC / OWNER:

• Units

• Phases / Functions

• Discipline-wise within each function

• Deliverable level
The above-mentioned weightage shall be discussed during kick-off meeting.

WBS for weightages shall be filled up for all levels and submit for review to PMC / OWNER
Progress figures shall be summarized from deliverable level and indicated in the function
schedules.

The progress basis shall be physical realization of work on earned value measurement for
deliverables and construction quantity/volume accomplished. The amalgamation of such
output across the project to compute overall progress shall be suitably established with
proper rational and norms and Maintained throughout the project. PMC / OWNER reserve
the right to modify the methodology in part or in full.

10.8 Schedule Performance Curves (S Curves)

Based on progress measurement system developed, CONTRACTOR shall prepare and


maintain progress “S”-curves for Engineering, Procurement-Ordering, Procurement-
Manufacturing and Delivery , Construction & Commissioing works.

The “S” -curves shall show planned, actual and forecasted progress values.

The progress curves shall be aggregated from the detailed Schedules.

Progress shall be reported against the Current Baseline Schedule and Current Forecast
Schedule.

Initial progress curves shall be prepared by CONTRACTOR and submitted to PMC for
approval along with detailed schedules & Planning package within 10 weeks from LOA.
Progress curves shall be included in the monthly progress report showing the original
Baseline Plan, Current Plan, actual earned to date and forecast to completion for each
WBS level.

Progress curves for construction WORK are to be updated weekly by CONTRACTOR and
shall be issued PMC and owner.

Based on the forecast progress, contractor shall revise the resource deployment schedule
in line with forecast schedules.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 61 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

Through the monthly progress report CONTRACTOR shall report to PMC the trends, areas
of concern, opportunities and recommendations for corrective actions necessary to recover
or improve schedule.

10.9 Timelines for Planning deliverables


The CONTRACTOR shall follow the following timelines for submission of planning
deliverables

Planning Deliverables after award Timeline


Along With Bid
Overall project master schedule with project milestones, Write
up on Project Planning, Scheduling, Monitoring & Control
system (proposed),
Organizational set up for Planning, Scheduling, Monitoring &
Control at Contractor’s design office & Site office, Progress
Measurement Methodology,
Along with Bid
Project execution methodology, Function wise, Unit wise
Resource Deployment Schedule (manpower & construction
equipment), Software to be used for
planning & material control.
(Bidder to use Primavera P6 Software for Planning & scheduling
activities and to identify software for material control)
After Award

Preliminary submission of WBS, 90 days look ahead schedule,


Overall L3 Project master schedule, Planning Procedures ,
Progress Measurement system procedure , Project milestones. kick-off meeting
(In kick off meeting IOCL / PMC shall provide comments on (0-1st Week)
schedule if contractor submits or proposal schedule shall be
reviewed and way forward will be provided. Also PMC will provide
the templates etc to be followed)

Overall Schedule resubmission by incorporating PMC/Owner’s


3rd week
comments as discussed in kick-off meeting
Review of Overall L3 Schedule by PMC/Owner 4th Week

Updation and submission of Overall L3 schedule by


6th Week
incorporating PMC/ Owner’s comments
Planning package :
Project control Procedure, WBS, Level 3 master schedule, Detailed 8th Week – 10th week
Functional schedules, Progress measurement system, Project S-
Curves, Resource deployment schedule with histograms
As and when informed
Other Supporting Schedules / Reports
by PMC/ Owner
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 62 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

10.10 Schedule Analysis

After updation of detail Engineering schedule, Procurement schedule, Construction


schedule & in turn Overall project schedule if any slippage and / or progress deficiency is
observed, the cause for same shall be surveyed and checked from upper WBS level down
to lower WBS level. When a problem area is identified, and clarified, appropriate corrective
measures after mutual discussions shall be planned and reported. In such cases, an action
plan shall be prepared, monitored and updated to meet the end date. The same shall be
brought to the notice of PMC/Owner sand reflected it in various reports.

10.11 Catch-up Schedule

The CONTRACTOR shall generate and submit catch-up schedule for completion of all
balance activities without change in contractual completion date with detailed resource
reinforcement as and when asked by OWNER/PMC. Whenever the progress lag crosses
more than a month schedule progress, contractor shall submit a catch-up schedule to
arrest further delay. The catch-up schedules shall be submitted to OWNER/PMC for
review. Accordingly, the "S" curves for catch-up schedules shall be made and shown along
with the original schedules and actual "S" curves.

During updation of overall project schedule and construction schedule, the catch-up
schedules shall be shown in bar charts along with the original schedule.

10.12 Reporting

10.12.1 Progress reports

CONTRACTOR shall submit daily, weekly as well as monthly progress Report to keep
PMC / OWNER updated on the status of the PROJECT as described below:

10.12.2 Weekly progress reports (design office & construction)

Weekly Progress report shall be prepared by CONTRACTOR and submitted to


PMC / OWNER on every Monday for the previous week.

The report shall include the following:


• Executive summary
• Highlights with dates of achievements (Milestones)
• Exception List (work programmed but not achieved with reasons for non-
achievement) and work programmed for next week.
• Critical areas of concern and remedial measures
• Action taken/ to be taken for slippages
• Progress statistics (shall be given in alternate weeks)
• Fronts available
• List of equipment/materials received at site during the week
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 63 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

This shall cover for both CONTRACTORS design office and construction activities at site.

10.12.3 Monthly progress report

Monthly Progress report along with Progress Figures up to 20th of every calendar month
shall be sent by CONTRACTOR to OWNER/PMC to reach by 25th of each month in the
agreed format.

The report shall include following (but not limited to) :


• Project details (Introduction)
• Executive summary
• Project Statistics
• Highlights with dates of achievements (Milestones)
• Detailed status
• Areas of concern with action plan
• Activities planned for next reporting period
• Risks with Impact and Mitigation Plan
• Vendor / Site Progress Photographs
• Attachments:
- Updated project schedule
- Milestones status (current + 2 months)
- Progress S-curves
- Delay analysis & catch-plan, if any
- Invoicing status
- Cost Status
- Cash Flow
- Change Order/Deviation Permit, if any

The above is indicative, the same will be finalized after award of contract.

10.12.4 Daily progress report ( Site )

CONTRACTOR shall submit (daily before 10 AM) for status of previous working day a
daily report including the following:

• Programme (Forecast) v/s Progress for the day


• Programme (Forecast) for next day
• Important achievements for the day
• Materials / equipment receipt for the day
• Man power / machinery deployment report – required v/s deployed
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 64 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

10.12.5 Work front and productivity reporting


To sustain the achievement of work progress as required, CONTRACTOR shall issue on
a fortnightly basis the “Work Front availability report” detailing for each discipline as
described below

• The physical quantities of activities expressed in the relevant applicable units (such
as m, m2, m3, kg, tons) (For example concrete: in m3)
a. TOTAL quantities
b. SCHEDULED quantities to be released to site
c. RELEASED quantitates by CONTRACTOR in the form of IFC drawings;
d. AVAILABLE quantities to CONTRACTOR in the form of CONTRACTOR’s
equipment and materials.
e. PERFORMED quantities by CONTRACTOR
f. NETWORK FRONT that is calculated by deducting points d, e from point
c.
• Build-up progress, overall and by discipline achievable by CONTRACTOR,
calculated in accordance with the progress weighing system, based on quantity of
activities by CONTRACTOR in from of IFC drawings and equipment and materials
including LLIs as per points a. to f. above, considering the information deriving from
Detailed Construction Schedule Level IV prepared by CONTRACTOR.

During the performance of the work, CONTRACTOR shall continuously monitor the actual
progress and productivity of the WORK and CONTRACTOR shall issue on a weekly basis
the "Productivity Report", providing, as a minimum, the following information:
a. the comparison between the planned overall progress and productivity versus the
actual achieved ones (cumulative and weekly);
b. the comparison between the planned progress and productivity by discipline,
detailed for specific work classes, as agreed
c. the comparison between the planned production quantities (m, m2, m3, kg) versus
the actual achieved ones (cumulative arid weekly);
d. CONTRACTOR analysis of the deviation (if any) between the planned data and the
actual ones.
When the planned progress or productivity values are not achieved, the CONTRACTOR will
promptly submit its relevant Recovery Plan, identifying the corrective actions which it needs
to implement to comply with all the planned values and to keep the CONTRACT Schedule,
and will submit it to OWNER/ PMC for evaluation.
The productivity data used for construction progress measurement shall directly lead to
manpower to be deployed for performing activity.

10.12.6 Expediting report

CONTRACTOR shall submit fortnightly expediting report of all orders placed by him.
Following additional report shall be prepared and submitted at regular intervals

▪ Bulk Material Status Report


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 65 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

▪ Material Hold up / Shortage Report

10.13 Review Meetings

The CONTRACTOR shall present project status, project highlights and action plans as
applicable at various review meetings as described below. The presentation materials
shall be submitted by CONTRACTOR to PMC / OWNER at least two days before the date
of meeting for management level review meetings and Monthly/ Fortnightly review
meetings. The meetings will be attended by senior management of OWNER, PMC &
CONTRACTORS. Venue and timings of meetings shall be decided by PMC / OWNER
based on the criticality of the project.

10.14 Conference Room / Meeting Room Display

The CONTRACTOR shall have conference room at site to display charts featuring salient
static information of the project, schedules, status of progress, resource deployment,
block flow diagram, plot plan, work break down structure, etc. The status shall be updated
at least on monthly basis. The objectives of the control room are to provide information at
a glance to project personnel including the management of OWNER and PMC.

10.15 Software Packages

For schedule preparation and updation, the CONTRACTOR shall use Primavera Project
Enterprise of latest Version. The other package used shall be compatible with software’s
used by PMC / OWNER and submit the backup of the schedules in electronic compressed
files along with hard copy / soft copy whenever submissions of the schedules are called
for. The electronic files for all other deliverables shall be Microsoft compatible.

10.16 Data in Electronic Form

Contractor shall submit the schedule, forecast and actual data of entire project
deliverables in electronic form in addition to the PDF reports. The structure and format
shall be shared during the kick-off meeting

10.17 Provision of Computer Facilities

CONTRACTOR shall provide the following facilities for use by PMC / OWNER at
CONTRACTORS Design office:
i. PC with latest hardware, A3 size colour laser jet printer and internet connection
ii. Softwares :
a. Primavera Project Planner (P6 latest version)
b. E-mail Facilities & Internet explorer / Netscape
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 66 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

10.18 Monthly Progress Report Format

Format for Monthly Progress Report shall be provided by the PMC/ OWNER to the
CONTRACTOR on commencement of the job.

11. COST CONTROL AND MONITORING

11.1 Billing Schedule

CONTRACTOR to furnish the Billing Schedule within one month of award for
PMC / OWNER approval.

11.2 Project Cost Control and Monitoring

Project Cost Control and Monitoring activities for the Project are required to be performed
by PMC / OWNER during execution of contract. CONTRACTOR is required to furnish
relevant information on cost status, change orders, if any, deviation permits and
master cash flow schedule and cash flow on monthly basis.

CONTRACTOR to include a chapter of cost control in the Monthly Progress Report and
shall highlight the cost, change order, deviation permit and cash flow status. The contents
of each of section are as follows:

• COST STATUS

Cost status of the Contract shall be projected suitably in a tabular form with a break-
up of costs under the heads of (original contract value, approved change orders,
approved deviation permits, pending change orders, pending deviation negative
permits, current forecast, invoice to-date and payment to-date. Format in this regard
shall be issued after the award of the contract.

• CHANGE ORDER / DEVIATION PERMIT

For Change Order / Deviation Permit, the CONTRACTOR shall prepare and
submit necessary document containing reason for change/deviation, estimated
cost along with rate analysis and quotation/documentary support, sketches and
drawings and impact on schedule.

The CONTRACTOR will maintain Change Order and Deviation Permit registers that
will form part of their monthly progress report. The registers will list all the change
orders/deviation permits and indicate their approval, cancellation or rejection
status. Formats in this regard shall be issued after the award of the contract.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 67 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

• CASH FLOW

The CONTRACTOR shall submit a, Master Cash Flow Schedule within a month of
award of the Contract. The cash flow projections from zero date shall be made on
the basis of billing schedule. CONTRACTOR shall use separate sheets for Rupee
and Foreign Currency components.

A quarterly cost flow statement to be submitted by CONTRACTOR to the PMC /


OWNER for the entire project time for enabling OWNER’s cash management.

12. MECHANICAL COMPLETION PROCEDURE

12.1 Intent
This Mechanical Completion Procedure (hereinafter referred to as “PROCEDURE”) has
been prepared to achieve an expeditious MECHANICAL COMPLETION by identifying
discipline work responsibilities of CONTRACTOR and the OWNER. This Procedure
shall be made “Job Specific” based on Definition of MECHANICAL COMPLETION in
the Contract as well as “Scope of Work” as per Contract.

12.2 System concept for mechanical completion

MECHANICAL COMPLETION of the LuPech Power Distribution Facility shall be defined to


mean that the last SYSTEM of the Unit is completed, inspected and tested in accordance
with the codes, standards, and specifications. CONTRACTOR shall follow the
“MECHANICAL COMPLETION PROCEDURE” as attached in the Bid Document.
.
As soon as any , section or systems of the LuPech Power Distribution Facility is
mechanically completed and tested in accordance with the applicable standards, codes
of engineering practice and specifications, CONTRACTOR shall notify to the OWNER
of the aforesaid completion in writing with a request for the issue of certificate for
MECHANICAL COMPLETION.

12.3 Procedure up to mechanical completion

a) Flow chart for mechanical completion


CONTRACTOR to submit the flow chart to summarizes the detailed
MECHANICAL COMPLETION OF THE LUPECH POWER DISTRIBUTION
FACILITY. The flow chart shall also show the split for the sequence of work items to
be performed by CONTRACTOR and the OWNER.

b) Final inspection
All field inspection shall be conducted in accordance with “FIELD QUALITY
CONTROL PROCEDURE”.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 68 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

When CONTRACTOR considers any SYSTEM is substantially completed in


accordance with the CONTRACT, CONTRACTOR shall issue a letter requesting for
final inspection.

The request letter for final inspection shall include the following information:

(1) Description of the SYSTEM,


(2) Extent of SYSTEM
(3) Together with the above letter, CONTRACTOR shall submit the total F i e l d
Inspection Summary Sheet for the concerned SYSTEM.

On receipt of the information from CONTRACTOR the PMC/OWNER shall inspect


the SYSTEM to ascertain whether the requirements and conditions for
MECHANICAL COMPLETION are satisfied and agreed as per CONTRACT.

c) Punch list
Where the PMC/OWNER considers MECHANICAL COMPLETION is not satisfied,
they shall issue a punch list to CONTRACTOR, within 7 – 10 days from the date
of receiving the inspection request.

Upon receipt of the PMC/OWNER’s punch list, CONTRACTOR shall take


corrective action to attend to all the punch items it deems necessary to fulfill
its contractual obligations.

Each punch item satisfactorily completed and inspected shall be dated and initialed
by the PMC/OWNER and CONTRACTOR jointly. Upon completion of the punch
list, it shall be signed by PMC/OWNER with Mechanical date of completion.

d) Letter of agreement for mechanical completion


After attending to, and completing the punch points, or if the OWNER state on the
punch list that the requirements and conditions were satisfactorily completed for
MECHANICAL COMPLETION by Signing and Dating on the appropriate section
then CONTRACTOR shall issue the request to the PMC/OWNER to issue the
LETTER OF AGREEMENT FOR MECHANICAL COMPLETION.

The request to the PMC/OWNER to sign the LETTER OF AGREEMENT FOR


MECHANICAL COMPLETION shall contain the following information.

(1) Description of the SYSTEM


(2) Unit
(3) Extent of SYSTEM
(4) Outstanding items if any.

The completed punch list shall be submitted to PMC / OWNER as a final


inspection document, together with the request for LETTER OF AGREEMENT
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

PROJECT EXECUTION PLAN FOR


CONTRACTOR

Document no: 077154C-PEP-PACKAGE-04-001 Rev: A Page 69 of 69


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE4

FOR MECHANICAL COMPLETION.

The PMC/OWNER shall sign the LETTER OF AGREEMENT FOR


MECHANICAL COMPLETION, and return it to CONTRACTOR as soon as possible
after receipt. This will facilitate CONTRACTOR to achieve Milestone as stipulated in
the contract and further enable CONTRACTOR to start commissioning activities of
the system with the help of OWNER’s operation personnel.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 17

DOCUMENT REQUIREMENT AND


REVIEW PROCEDURE
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 17

CONTENTS

1. GENERAL 3

2. CATEGORY OF DOCUMENTS AND CYCLE TIME 6

3. REVIEW OF BID EVALUATION REPORT 8

4. CONTROL AND MONITORING OF DOCUMENTS REVIEW AND SUBMISSION


OWNER’S REVIEW 9

5. PRE-REQUISITES NEEDED FROM CONTRACTOR 10

6. APPROVED FOR CONSTRUCTION DRAWINGS 11

7. ACTIVITY SEQUENCE FOR DRAWING APPROVAL 12

8. REQUIREMENT OF PROJECT DOCUMENT HANDOVER 12

9. FINAL DOCUMENTATION / AS-BUILT DRAWING 14

10. OTHER DOCUMENT REQUIREMENTS 16

11. DOCUMENT REQUIRED FOR PMC/OWNER REVIEW 16

Attachment-1 Documents required for PMC/OWNER Review – List of Documents


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 17

1. GENERAL

1.1 This procedure defines the type of drawings and documents to be generated by
CONTRACTOR for all project deliverables/ documents against the Tender/ Contract,
which shall be developed and submitted to PMC/OWNER by the CONTRACTOR for
review/ records for the LuPech Project at Indian Oil Corporation Limited’s, Gujarat Refinery,
Gujarat, INDIA.

1.2 The CONTRACTOR must recognize that efficient handling of drawings and documents
prepared by him under the contract is the key to the timely completion of the plant.

1.3 The CONTRACTOR shall ensure that all drawings and documents to be submitted by them
to the OWNER and/or PMC shall be of professional quality and conforming to the
contractual requirements.

1.4 The CONTRACTOR shall introduce a formal drawing control system, which will be
documented and submitted to the PMC/OWNER for review or approval.

1.5 CONTRACTOR shall form a Documentation Control Team. This team shall be responsible
for all incoming and outgoing technical documents related to the project. These documents
will be compiled as per agreed procedure, kept updated to the latest revision and delivered
to the designated agency(ies).

1.6 Compliance to the requirements as indicated in this document on drawings and documents
is mandatory and is non-negotiable.

1.7 The drawings/ documents as generated by the CONTRACTOR at various stages of the
Project will be in the category of Approval / review / information / records as defined
elsewhere in the bid document.

1.8 Computer aided design and drafting only shall be used, manual drafting is not permitted.
Bidders shall commit in their Offer the extent (discipline-wise) to which Computer Aided
Design (CAD) shall be used.

1.9 CONTRACTOR shall prepare the drawing numbering procedure and submit to
PMC/OWNER for APPROVAL.

1.10 CONTRACTOR to note that the numbers corresponding to Process Units, Utility Systems,
Offsite Facilities & Infrastructure along with Sub-Units will be prefixed to all related
documents / deliverables.

1.11 PMC/OWNER comments on Approval / Review category documents shall be duly taken
care while submitting deliverables under Information category.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 17

1.12 The prerequisite documents must have Code-A or Code-B before submitting the
downstream documents,

1.13 The requirements of preceding/prerequisite documents have been highlighted in the


remarks column. All documents/drawings submitted for PMC/OWNER review shall comply
with the contract documents viz. Design Basis, Job Specifications, relevant
Standards/Specifications mentioned in the bid package etc.

1.14 The CONTRACTOR/Sub-vendors etc. shall only use standard, approved and well-
established PC based computer programs/ software packages available in the market.
CONTRACTOR shall bring out the list of all such packages in the Offer, for each
discipline, Minimum requirements of the software to be used for engineering and
documentations are specified in the tender document needs to be complied by the
CONTRACTOR. Additional software if required to be utilized by the CONTRACTOR
during execution of the project shall be indicated by the Bidders along with the offer.
CONTRACTOR is required to execute complete project in the software as specified
or suggested by the CONTRACTOR in the offer and deviation against that will not be
entertained by PMC/OWNER during project execution. In case it is felt that there is a
requirement of any change with respect to software during execution, same shall be
permitted only after approval of PMC/OWNER.

1.15 DOCUMENTS to be submitted by CONTRACTOR for review to the PMC/OWNER are


to be uploaded through PMC’s EDMS/Web portal along with hardcopies. Three (3)
complete sets of the Document/ Drawing are to be submitted in hard copies along with
all input/output data, soft file of these documents in native also needs to be submitted by
CONTRACTOR.

1.16 Each document submission shall be along with transmittal.

1.17 The CONTRACTOR shall check all documents, including documents of his sub-vendors
before submission to the PMC/OWNER for review. CONTRACTOR shall duly stamp &
sign the hardcopies of documents submitted by him as proof of his vetting. Document
received without CONTRACTOR’s vetting will be returned without review / approval.
Also, the CONTRACTOR will not only rectify any inaccuracies / mistakes found during
review but the CONTRACTOR shall remain liable for bearing charges towards efforts
spent by PMC/OWNER for discussing the same. Delay owing to these shall be to the
account of CONTRACTOR.

1.18 Review of the CONTRACTOR drawings by PMC would be only to review the compatibility
with basic designs and concepts and in no way absolve the CONTRACTOR of his
responsibility/ contractual obligation to comply with Tender/Contract requirements,
applicable codes, specifications and statutory rules/ regulations. Any error/ deficiency
noticed during any stage of manufacturing/ execution/ installation shall be promptly
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 17

corrected by the CONTRACTOR without any extra cost or time, whether or not comments
on the same were received from PMC during the drawing review stage.

1.19 Only AUTOCAD release 2011 or later versions shall be used for drawings, data sheets
and all graphic works. For all text related documents, MS Word 2011 or later versions
only shall be used.

1.20 CONTRACTOR shall furnish 3D modeling of plant with dynamic walk-through facility to
check any interference, requirement of safety, operation and maintenance for getting
approval from PMC/OWNER. CONTRACTOR shall demonstrate their capability through
walk-through of one of such 3D models developed by them. CONTRACTOR shall carry
out the 3D Modelling in accordance to the specification provided in the tender document.
Such modelling could be done by CONTRACTOR or through an agency approved, which
has proven track record for 3D modelling of packages of similar complexities.

1.21 Drawings shall be prepared on the DRAWING FORMAT as provided to successful bidder.

1.22 Subsequent submissions of reviewed (commented) Drawings/ Documents by the


CONTRACTOR shall be along with a document-wise compliance report, with separate
listing of compliance/ status for each of the comments. If required comments given by the
PMC/OWNER shall be discussed and finalized within agreed schedule.

1.23 The schedule of submission of Drawings / Documents shall be in accordance with Project
plans only. The detailed list of documents/ documents proposed to be submitted for the
PMC/OWNER review (for different categories) shall be prepared by the CONTRACTOR
for review of PMC/OWNER. This activity is to be completed within one month of placement
of the order.

1.24 Sequence of submission of all drawings and documents is essential for proper review of
documents and timely completion of the Project and is to be strictly adhered to. In case
sequence is not maintained, PMC/OWNER will not review the documents submitted and
responsibility of timely execution of Package shall be to CONTRACTOR’s accounts.

1.25 CONTRACTOR shall clearly indicate the sequence of submission of all the drawings/
documents after award of CONTRACT. This sequence shall be adhered during entire
execution period. CONTRACTOR shall also ensure that drawing documents which are
based on other drawings/documents are submitted only after the basis
drawings/documents has been reviewed/approved without any major comment.
Submission not following this sequence will be treated as redundant and may not be
reviewed / approved by PMC/ OWNER.

1.26 PMC/OWNER reserves the right to change the category of documents from review to
records and vice versa.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 17

1.27 The CONTRACTOR shall maintain latest record of drawings & document status and
make regular issue of drawing/ documents index (discipline wise), on fortnightly/
monthly/weekly basis, as agreed, with copies to PMC Site, HO and OWNER
indicating schedule date of submission, submission date of various revisions and date
of review with code.

1.28 All drawings and documents for each UNIT shall be submitted separately.

1.29 Documents as specified in Tender/Contract are minimum requirements. CONTRACTOR


shall submit any other document/data required for completion of the job as per PMC/
OWNER instructions without any time and cost impact.

1.30 All Documents shall be in ENGLISH language and in M.K.S System of units.

1.31 Before submitting the drawings and documents, CONTRACTOR shall ensure that the
following information is properly entered in each drawing:

• Tender / Contract Tender/FOA/LOA Number ( as applicable)


• Project Title
• Name of Equipment / Package
• Equipment / Package Tag No.
• OWNER’s Name & Logo
• PMC’s Name & Logo
• Main CONTRACTOR (if work is sub-contracted)
• Drawing / Document Title
• Drawing / Document No.
• Drawing / Document Revision No. and Date
• Unit No.
• Format Size
• Scale

2. CATEGORY OF DOCUMENTS AND CYCLE TIME

The handling of documents by OWNER/PMC/CONTRACTOR shall be as follows:

2.1 PMC/OWNER/LICENSOR’s Review

A detailed document list clearly identifying the class of review to be performed against
each document shall be developed. Following Codes of review shall be followed for all the
documents prepared by the CONTRACTOR:
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 17

• Code-A: Approved/ Reviewed, No Comments.


CONTRACTOR can proceed for
execution.

• Code-B: Reviewed with comment (documents need to be resubmitted).


CONTRACTOR shall proceed with fabrication/construction taking care of
and incorporating PMC/ OWNER comments in respective and including
all other related deliverables. CONTRACTOR shall re-submit the drawing
duly incorporating PMC/ OWNER’s comments.

• Code-C: Not Approved (documents need to be resubmitted).


No fabrications / construction can be done on Code-C documents.
Major non-conformance & deviations to contract specifications and the
document is rejected. CONTRACTOR needs to resubmit.

• Code-D: Retained for Information/ Records.


The deliverables submitted by the CONTRACTOR shall be accorded the
status code as above by PMC/OWNER depending upon the nature of
comments on review.

Review
The documents shall be reviewed by PMC/OWNER with respect to specifications,
guidelines and details provided in the Tender package. Upon review of the documents,
approval review codes will be indicated in the documents based on the compliance to
tender requirements.

Information/Records
The CONTRACTOR shall submit documents for OWNER’s/ PMC information/ records
and proceed with the work. Inadequacies/ inaccuracies noticed at any stage of the Project
on such documents/ drawings shall be brought to the attention/ notice of the
CONTRACTOR for corrections and incorporation in works. These corrections, as made
by the CONTRACTOR, shall be to the CONTRACTOR’s account and would not have
any cost or time impact to the OWNER.

Documents falling under review category shall in general, except for drawings
requiring multi-disciplinary review, be returned with comments within 10 working days.

Documents submitted without meeting pre-requisite requirements will be returned


without review.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 17

The period of ten working days shall be calculated from the date of receiving the Hard
copy documents at PMC/OWNER Review center. Receiving date shall be considered as
date entered by PMC.

However, documents where multi-disciplinary activity is involved, the CONTRACTOR, shall


visit PMC/OWNER design office for discussion for expeditious review of documents,
after submission of these for PMC/OWNER review.

In absence of visit of CONTRACTOR’s engineering team at PMC/OWNER’s office, review


time shall be 15 working days.

2.2 CONTRACTOR’s Review

The following cycle time shall be adopted for the incorporation of comments by
CONTRACTOR

- Review of comments by CONTRACTOR: 7 working days


- PMC/OWNER/CONTRACTOR discussion on comments, if required: 7 working days
- Incorporation of comments in drawings and resubmission: 7 working days

CONTRACTOR shall revert on unacceptable comment, if any, within 10 days from the
date of release of documents by PMC/OWNER. In absence of any rebuttal by
CONTRACTOR all comments will be deemed as acceptable to CONTRACTOR.

3. REVIEW OF BID EVALUATION REPORT

3.1 The CONTRACTOR shall ensure that all equipment are ordered on vendors who are
capable of supplying the equipment and meet all specifications.

3.2 CONTRACTOR shall submit a comprehensive bid evaluation report and


recommendation for procurement of major equipment to PMC/OWNER prior to award of
purchase order.

The report shall incorporate, but is not limited to:


• Names and addresses of the companies invited to quote or bid.
• Recommended supplier.
• Reason for selection.
• Evaluation of Vendor quality system.
• Scheduled award date.
• Quoted delivery date.
• Reason(s) for rejecting unsuccessful bidders whether it is technical, commercial,
delivery, etc.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 17

3.3 Review of Purchase Requisition

CONTRACTOR shall forward Purchase Requisition (Technical Part) for items as


mentioned in the VDR, together with applicable attachments, without pricing details,
to PMC/OWNER for review. Such review by PMC/OWNER shall not relieve
CONTRACTOR of any of his obligations under the Contract.

All subsequent changes to purchase requisition following review of the original shall be
subject to prior APPROVAL. Where requisitions specify a particular make or brand of
equipment to be used followed by the statement “or PURCHASER approved equal”, any
such “equal” proposed by the suppliers shall be submitted for APPROVAL of
PMC/OWNER.

4. CONTROL AND MONITORING OF DOCUMENTS REVIEW AND SUBMISSION


OWNER’S REVIEW

CONTRACTOR Electronic Document Management System (EDMS) shall have


interconnection with PMC and OWNER EDMS for automatic transfer of documents in the
OWNER/PMC systems(PCs). CONTRACTOR scope of work includes supply and
installation of necessary software at PMC and OWNER premises for making such
automatic transfer of documents fully functional. PMC & OWNER EDMS software shall
be shared to the successful bidder

A document logging system shall be established within PMC through Web Portal
(Electronics Data Management System) to monitor the review cycle. This log shall be
updated on real time basis.

In case review requires more than stipulated cycle time for any document, CONTRACTOR
shall be informed for the same.

Submissions
• PMC is using electronic document management system for document workflows
and storage.
• All vendor documents shall be submitted and reviewed through web portal. To
facilitate document exchange with the vendors a separate vendor portal for the
successful bidder will be provided at the time of award.
• Discipline wise Document Control Index (DCI) based on VDR in Purchase
Requisitions / Material Requisitions will be created by vendor through the vendor
portal in the format available in the portal.
• DCI shall be submitted and will be approved by PMC. All document submission
on the vendor portal shall be against the approved DCI only.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 17

• During the course of engineering any unscheduled documents if required to be


submitted shall be as approved by PMC.
• Drawing schedule shall indicate the following as minimum:
- Schedule/ Actual submission to PMC/OWNER
- Category of submission
- Receipt of comments from PMC/OWNER
- Category of return status from PMC/OWNER
- Issue date for Construction

Detailed listing of documents (discipline-wise) that are scheduled to be submitted or


resubmitted incorporating PMC/ OWNER’s comments, shall be provided by
CONTRACTOR in the weekly meetings. CONTRACTOR may ensure that drawings /
documents are submitted as per the agreed schedule only. grouping of documents /
out of sequence submissions and consequential delay of documents and approval
there of shall be exclusively attributable to CONTRACTOR.

Details regarding PMC Web portal shall be furnished to Successful bidder.

Documents to Boiler Regulation authorities shall be submitted after receipt of approval


from PMC/OWNER. To any other agencies, documents shall be submitted under
intimation to PMC/OWNER.

5. PRE-REQUISITES NEEDED FROM CONTRACTOR

5.1. The Drawing Index (discipline wise) shall include description of drawings/ documents,
category of drawings, scheduled date of submission, actual date of submission, review
code received with dates. This shall be updated regularly and copies issued to PMC
site and HO as well as OWNER. Drawings submitted before finalization of drawing index
shall be rejected.

5.2. CONTRACTOR shall plan submission progressively so that no bunching takes place in
any discipline.

5.3. Documents/ drawings received prior to holiday/ week end shall be accounted as received
on the following working day and the review period committed shall include only working
days.

5.4. Quality of drawings / documents is essence for a timely review. If major comments /
deviations to the agreed design basis are noticed, the drawing shall be rejected in Code-
C. (CONTRACTOR cannot proceed with construction with Code-C document).

5.5. Civil/ Instrument & other engineering drawings/ documents shall be issued only after the
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 17

corresponding Electrical documents coming under approval/ review category are first
approved/ reviewed by the concerned department in Code-B as a minimum.

5.6. For 3D model, review files along with database shall be provided

5.7. In principle, CONTRACTOR is not expected to revise drawings/ documents already


reviewed in Code-A.

a) If it is of utmost necessity to revise or add some minor details in Code-A


drawings, CONTRACTOR shall highlight such revisions by marking “CLOUD with
revision” to such additions/alterations.
b) Any major change in Code-A drawing shall call for preparation of new drawing.

5.8. Deviation permit, submitted for seeking deviation, shall be separately identified and shall
not be considered as a document for timely approval/ review.

5.9. When PMC deploys engineers at the CONTRACTOR’s work center, following shall be
satisfied:
- Reviews limited to identify long delivery/ schedule critical items only.
- Readiness of documents/ drawings shall be ensured by the CONTRACTOR.
- Presence of lead engineers of all disciplines of the CONTRACTOR.
5.10. If PMC/OWNER highlights any necessary rectifications required in the construction at the
time of Technical Review/ Audit, construction executed based on Reviewed drawings not
complying with Bid requirement, CONTRACTOR shall rectify without any impact of time
and cost to OWNER.

5.11. CONTRACTOR (outside India) shall open an engineering office in India for speedy
document submission and to help faster review of the drawings & documents.

6. APPROVED FOR CONSTRUCTION DRAWINGS

Drawings approved / reviewed under Code-B & Code-A required for execution at site
shall be arranged by CONTRACTOR to PMC (RCM), CONTRACTOR’s RCM and IOCL-
JR (site).

- “Approved for Construction” / “Issued For Construction” stamped / sticker


drawings shall be issued by CONTRACTOR for execution.

- Without changing Revision Number, CONTRACTOR to arrange adequate number of


prints of documents and drawings to CONTRACTOR’s RCM, 2 copies to PMC RCM
and one copy to IOCL-JR (site) with transmittal.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 12 of 17

- Copies of only reviewed or final documents like design calculations, design basis etc.
shall be sent to PMC site for records.

- Copy of such transmittal shall be sent to PMC (HO) & IOCL for records.

7. ACTIVITY SEQUENCE FOR DRAWING APPROVAL

CONTRACTOR shall establish an electronic mail system compatible with that of


PMC/OWNER for document/data transfer.

The drawings requiring PMC/OWNER’s review shall be uploaded on Web Portal of PMC
and E- mail intimation, regarding uploading to be forwarded to PMC/OWNER.

CONTRACTOR shall establish a local office having facility of telephone, fax and electronic
mail system for receiving documents and drawings from outstation.

On uploading the drawings/ documents through Web Portal, CONTRACTOR shall send an
Email Intimation for the same to PMC/OWNER. However, hard copies in numbers as
mentioned in above section of this document shall be sent by CONTRACTOR to
PMC/OWNER by courier or by hand delivery.

After review, PMC/OWNER shall send back the drawings/ documents through Web Portal
with Email intimation to CONTRACTORS.

It shall be the responsibility of CONTRACTOR’s representative to transmit the drawings/


documents to their design office/ vendor works.

CONTRACTOR shall also establish electronic system at site to receive all drawings and
documents with all printing and scanning facilities.

The reviewed drawings shall be transmitted to site by CONTRACTOR.

Necessary printing / plotting and distribution of documents and drawings to RCM


(CONTRACTOR), RCM (PMC) and IOCL-Gujarat (site) are the responsibility of
CONTRACTOR.

8. REQUIREMENT OF PROJECT DOCUMENT HANDOVER

As a part of Overall Project document Handover PMC/OWNER intends to use


integrated documentation & Handing over system with a focus on engineering information
integrity for final handover. For the specific purpose and specific requirements of
document integration & Handing over it is required that CONTRACTOR to utilize the
latest generation software, utilize the formats, templates, numbering system as specified,
in this tender document without any deviation. Further details like additional formats,
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 13 of 17

templates if required shall be provided to the successful bidders. For the requirement
of Final Documentation in the integrated & smart platform PMC/OWNER shall be
engaging an agency and Project document integration shall be carried out the other.
However, for carrying out the activities related to document integrations by others certain
activities are required to be performed by the CONTRACTOR during execution of the
project is covered in this part of the document.

8.1 Proposed Software’s for detailed engineering to be utilized by the CONTRACTOR

Sr.
Deliverable List Software
No.
1 Project Scheduling Primavera
2 3D Design E3D/SP3D/Equivalent
3 Electrical System Configuration ETAP Version 20.0.0
In house tools with compatible output
4 Datasheets
in PDF/ Excel
EDMS or Equivalent (For centralization
5 Documentation Handling of documents with vendor, client and
consultant interface)
6 Al Text Data MS Word in Words
7 All Spread Sheet work MS Excel in Windows
8 Final Drawings In PDF as well as in Original Format

8.2 CONTRACTOR’s Responsibility with Respect To Document Handover for


Document Integration and Document Handover

For ensuring Integration & smart Document handover CONTRACTOR to ensure following
during execution of the project till final document handover.

1. CONTRACTOR should strictly comply to the project standards, specifications and


templates issued by PMC/OWNER. Any standard documents equivalent to those
referred to herein shall not be substituted without written approval from PMC/OWNER.
Approval of equivalent standard documents will not, in any way release/ relieve
responsibility from the CONTRACTOR to meet the best practices and/ or requirement
of the standard Engineering Documents referred herein, in the event of conflict.

2. Where differences and/ or conflicting issues occur, the requirements released by


PMC/OWNER shall overrule unless otherwise advised. However major conflicts
shall be reported in writing to the PMC/OWNER for the project along with the
engaged third party for information management for the resolution of the conflict.
PMC/OWNER will reserve the right of final approval/ rejection on the differences/
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 14 of 17

conflicts. Any such deviations will be recorded for the documentation clearance at
the time of stage review (30%, 60%, 90% and 100% of engineering completion).

3. Quality assurance will be a part of completion for the stage review (30%, 60%, 90%
and 100%). Non-adherence to data quality standards may impact the milestone
completion and further to the release of the milestone payments of the
CONTRACTOR.

4. During execution of the project, CONTRACTOR is required to depute their persons


either at PMC/OWNER office and/or at Third party office for document handling at
various stages of the document integration, checking for correctness, validation
and correction of document if found not validated during process of integration.

5. During Execution of the Project it is expected that the detailed engineering documents
shall be submitted as generated using following software as minimum.

Sr. No. Deliverable List Software


1 Project Scheduling Primavera
2 3D Design E3D/SP3D/Equivalent
3 Drawings AutoCAD
4 Electrical System Configuration ETAP Version 20.0.0
In house tools with compatible
5 Datasheets
output in PDF/ Excel
6 Al Text Data MS Word in Words
7 All Spread Sheet work MS Excel in Windows
8 Final Drawings In PDF as well as in Original Format

6. CONTRACTOR to make sure that their Sub-CONTRACTOR or Sub-vendors shall


also be comply with the requirement of the Integrated and smart documentation as
outlined above.

7. As a part of proposal CONTRACTORS are required to provide extent of data /


Drawing/ document volume which are expected during project execution

9. FINAL DOCUMENTATION / AS-BUILT DRAWING

9.1 Final Documents shall be submitted as per Tender/ Contract.

9.2 AS-BUILT DRAWINGS

As built drawings and documents will have to be generated within one month of
completion of activities on respective items of work.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 15 of 17

CONTRACTOR shall furnish electronic files of all the documents under their scope to
PMC/OWNER certified as "As Built Issue". These documents also need to be submitted
through PMC web Portal.

Upon completion of identifiable units or components of the fabrication, construction and


installation phase of the project, the CONTRACTOR will complete all the related plans to
the "As Built" stage including all Vendor drawings and furnish PMC/OWNER with the
following:

i. 4 complete sets of full size prints of the drawings.

ii. 4 complete bound sets of Manufacturer’s specifications including design calculations.

iii. As Built drawings generated specifically for this job in electronic media (AutoCAD
2011 or above) – 2 sets.

iv. All vendor drawings & documents either in AutoCAD or in scanned images stored in
electronic media – 2 sets.

v. All operating & maintenance instructions in electronic media or in scanned images


converted in electronic media – 2 sets and 12 complete bound sets.

vi. 4 complete sets in hard binders of the Manufacturer’s Data Book including certified
prints and data for all items including test reports. Data Book shall be complete with
index as tag numbers associated with Manufacturer’s data shown. Equipment data
shall include as a minimum requirement the principal and description of operation,
drawings and dimensions, spare parts lists and un- priced purchase orders and bill of
materials.

vii. 4 bound copies each of the Spare Parts data book and the Lubricants inventory
schedule.

viii. The CONTRACTOR’s and OWNER’s representatives at the site shall sign 4 complete
sets of field records.

ix. Original approvals and related drawings and documents from the statutory authority.

x. Copies of correspondence with the statutory authorities

9.3 CONTRACTOR shall get the completeness of final documentation verified by PMC/TPIA
and attach the Completeness certificate of Final Documentation duly signed by PMC
or TPIA as applicable to the document folder.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 16 of 17

9.4 Packing/ Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with
an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x 315
mm and shall not be more that 75 mm thick. It may be of several volumes and each
volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where numbers of volumes are more, 90mm thickness can be used.
Each volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and
pressed on folder cover and will have 2 lever clips. In case of imported items documents,
4 lever clips shall also be accepted. All four corners of folders shall be properly metal
clamped. Indexing of contents with page numbering must be incorporated by
CONTRACTOR. Spiral/ Spico bound documents shall not be acceptable. As mentioned
above, books should be in hard board plastic folders with sheets punched and having
2/4 lever clips arrangement.

Each volume shall contain on cover a title block indicating Tender No., name of project,
name of customer, package equipment tag no. & name (if applicable). Each volume will
have hard front cover and a reinforced spine to fit thickness of book. These spines will
also have the title printed on them. Title shall include also volume number (say 11 of 15)
etc.

10. OTHER DOCUMENT REQUIREMENTS

10.1 Wherever approval by any statutory body is required to be taken by CONTRACTOR,


the CONTRACTOR shall submit copy of approval by the authority to PMC/OWNER.

10.2 Operating Manuals-CONTRACTOR & PACKAGE SUPPLIER shall prepare a detailed


operating manual Process unit as part of Documentation. PMC/OWNER shall review the
documents for the completeness and compliance to Operating Manual requirement.

10.3 CONTRACTOR shall also develop supervisory operating manual including concise SOP
(pocket booklets) for the assigned units

11. DOCUMENTS REQUIRED FOR PMC/OWNER REVIEW

Refer Attachment- 1 for discipline wise list of documents identified for review by PMC /
OWNER.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 17 of 17

Attachment-1
DOCUMENTS REQUIRED FOR PMC/OWNER REVIEW

LIST OF DOCUMENTS

S No DESCRIPTION DOCUMENT REFERENCE

1. ELECTRICAL 077154C-1825-NM-1600-002_A

ARCHITECTURAL, STRUCTURAL & GENERAL


2. 077154C-1825-NM-1800-001_A
CIVIL

3. PACKAGE EQUIPMENT 077154C-1825-NM-4000-001_A

4. PROCESS SAFETY 077154C-1825-NM-1900-001_A

5. INSTRUMENTATION 077154C-1825-NM-1500-002_A
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 1 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

DOCUMENTS FOR PMC/OWNER’S

APPROVAL / REVIEW / RECORDS – ELECTRICAL

LUPECH POWER DISTRIBUTION FACILITY


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 2 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

The following documents marked as “X” shall be furnished by the bidder.

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION

1 Confirmation on technical compliance X

2 Document Control Index (DCI) X

3 Key Single Line Diagram X

Single line diagram incorporating


4 details of protection and metering X
(Switchboard wise)

Metering & Protection diagram for


5 X
HV & MV Systems

Single line diagram showing


6 construction power arrangement / X
distribution

Design calculations

Electrical load calculations/schedule

EHV, HV & MV Cable sizing


7 X
DC & AC UPS sizing

CT Sizing calculations

Earthing and lightning design

Design calculations
8 X
Transformer Sizing calculations
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 3 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION

9 ECS system – I/O list X

Design calculations

10 Lighting X
Cable tray/ trench sizing

Electrical system study report – using


11 ETAP software (load flow, short X
circuit, harmonic studies)

12 Insulation co-ordination X

Protection relay setting / co-


13 ordination for the switchboards/MCC X
supplied under package

Technical Bid Evaluation for


equipment such as HV Switchboards
14 (33kV), MV Switchboards, X
Transformers, EHV & HV Cables, AC
and DC UPS system etc.

Enquiry Requisition for equipment


such as HV Switchboards (33kV), MV
15 Switchboards, Transformers, EHV & X
HV Cables, AC and DC UPS system
etc.

Purchase requisitions for equipment,


16 such as HV Switchboards (33kV), MV X
Switchboards, Transformers, EHV &
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 4 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION
HV Cables, AC and DC UPS system
etc.

Technical Bid Evaluation for other


17 X
electrical equipment.

Enquiry requisitions for other


18 X
electrical equipment.

Purchase requisitions for other


19 X
electrical equipment.

Electrical Equipment layout for


20 X
Substation & Switchyard.

Updating Existing Substation


Equipment layout & Single Line
21 X
diagrams for proposed modifications
on existing equipment.

Cable Tray / Trench routing, earthing


22 and lightning protection, X
lighting installation layouts

23 Lighting & Power panel schedules X

Typical Installation Standards for


Construction for Power, Lighting,
24 X
Earthing and Lightning protection
systems
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 5 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION
Cable schedule / drum schedule and
interconnection and terminal
25 X
diagrams – Power, control cables
including ECS interfacing cables

Control & Logic diagrams and


26 interlock schemes, Typical control X
schemes

Critical vendor documentation such


as GA drawings, SLDs, technical
datasheets for equipment such as HV
27 switchboards (33 kV GIS), MV X
Switchboards, Transformers, EHV &
HV Cables, AC and DC UPS system
etc.

Vendor documentation such as GA


28 drawings, technical datasheets for X
other equipment.

Other vendor documentation


including control and schematics,
logic and interlock diagrams, block
29 X
diagram data mapping of soft signals,
application software for ECS system,
etc.

Interface drawings and document


30 with other contractor’s showing the X
hook-up connections / Interfaces.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 6 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION
Material take-off for electrical items
including bulk materials for power,
31 X
lighting, earthing, lightning protection
system etc.

32 Mandatory spare list X

33 Commissioning spare list X

34 O&M spare list X

35 Type test certificates X

Statutory approval certificates for


36 area classified equipment from X
CCoE, BIS, CIMFR etc.(If any)

Catalogues and brochures for all


37 X
equipment & bulk items

Equipment storage & preservation


38 X
procedure

Installation, operational and


39 X
maintenance manual

40 Training Manuals X

QAP/ITP- Factory acceptance test


41 X
plan and procedures

QAP/ITP- Site acceptance test plan


42 X
and procedures
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

DOCUMENTS FOR PMC / OWNER’S


APPROVAL / REVIEW / RECORDS - ELECTRICAL
Document No: 077154C-1825-NM-1600-002 Rev: A Page 7 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE4

POST ORDER
FOR FOR FOR
S.NO DOCUMENT DESCRIPTION WITH BID
REVIEW APPROVAL INFORMATION

43 Factory and Site test reports X

Site calibration certificates (with


44 X
traceability) of all the relays & meters
PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENTS FOR PMC / OWNER’S
APPROVAL / REVIEW / RECORDS
Project No. Document No. Rev. No.
ARCHITECTURAL, STRUCTURAL & Page 1 of 4
077154C001 077154C-1825-NM-1800-001 A
GENERAL CIVIL - LUPECH POWER
DISTRIBUTION FACILITY

Bidding Document Reference : 077154C/T/LuPech/PACKAGE-4

ATTACHMENT TO DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE

ARCHITECTURAL, STRUCTURAL & GENERAL CIVIL


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENTS FOR PMC / OWNER’S
Project No.
APPROVAL / REVIEW / RECORDS
077154C001 Document No. Rev. No.
ARCHITECTURAL, STRUCTURAL & Page 2 of 4
077154C-1825-NM-1800-001 A
GENERAL CIVIL - LUPECH POWER
DISTRIBUTION FACILITY
Bidding Document Reference : 077154C/T/LuPech (J18)/PACKAGE-4

BIDDER DATA REQUIREMENTS


The following Documents/Drawings marked "X" shall be furnished by the bidder.

POST ORDER
WITH
S.NO DESCRIPTION FOR FOR REVIEW FOR REMARKS
BID
APPROVAL INFORMATION
A Duly filled-in Technical
compliance checklist – Civil X
(077154C-1825-NM-1800-002)
B Document control Index (DCI) X

C ARCHITECTURAL

1 Architectural Design / Drawings


(Plan, Elevation and Section),
minimum 2 alternatives of 33 kV
X
Substation Building. It shall also
include 3-D rendered perspective
of all external side of buildings
2 Architectural schemes for 33 kV
Substation Building supported by
3-D rendered walkthrough’s
(interior and exterior) indicating X
decorative patterns / features in
floor / wall / ceiling and other
Architectural features
3 a. Construction drawing of 33
kV Substation Building
Detailed Construction
Drawings shall contain the
followings. These drawings
shall be prepared
incorporating comments etc.
on the preliminary Drawings.
b. Plan of all levels, Terrace
Plan, Key Plan.
c. Sections as required for
X
complete understanding of
the Design & Construction
d. Elevations of all sides
e. False ceiling / False flooring
details and layouts
f. Door / Window details
g. Schedule of Finishes
h. Any other Drawing as
required for complete
understanding of the Design
& Construction.
4 Documents/ Drawings for
Statutory Approval in accordance X
with the statutory requirements
5 List of all Sub- vendors/ X
PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENTS FOR PMC / OWNER’S
Project No.
APPROVAL / REVIEW / RECORDS
077154C001 Document No. Rev. No.
ARCHITECTURAL, STRUCTURAL & Page 3 of 4
077154C-1825-NM-1800-001 A
GENERAL CIVIL - LUPECH POWER
DISTRIBUTION FACILITY
Bidding Document Reference : 077154C/T/LuPech (J18)/PACKAGE-4

POST ORDER
WITH
S.NO DESCRIPTION FOR FOR REVIEW FOR REMARKS
BID
APPROVAL INFORMATION
authorized applicators to be
engaged for execution of various
specialized items (like Aluminium
Doors and Windows,
Waterproofing/ Insulation, False
ceiling/ Flooring, Partitioning etc.

D CIVIL & STRUCTURAL

1 Geotechnical investigation
Report / Foundation X
recommendations
2 Fire proofing philosophy X
3 Structural Design calculation and
Structural drawing of
X
substructure and superstructure
for 33 kV Substation Building
4 Structural Design calculation and
Structural drawing of
substructure and superstructure X X (Note 1)
for Pipe Rack/Cable racks
support
5 Structural Design calculation and
Structural drawing of
substructure and superstructure X (Note 1)
for Transformer foundation and
fire walls
6 Structural Design calculation and
Structural drawing of
X (Note 1)
substructure and superstructure
for Deluge Valve house
7 Structural Design calculation and
Structural drawing for Oil pits and X (Note 1)
cable trenches
8 Structural Design calculation and
Structural drawings for all other
balance works including all
Foundation and Superstructure
for Pipe supports, cable X (Note 1)
supports, operating /
maintenance platforms,
walkways, cross-over, monorails
etc.
9 Fabrication Drawings for main
X
pipe rack & structure
10 Design calculation document &
drawings of Structural steel X
connection details.
11 Monthly updated status of BOQs
of major items (i.e. Pile,
X
Concrete, Rebar & Structural
Steel).
12 All other structural drawings for X
PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENTS FOR PMC / OWNER’S
Project No.
APPROVAL / REVIEW / RECORDS
077154C001 Document No. Rev. No.
ARCHITECTURAL, STRUCTURAL & Page 4 of 4
077154C-1825-NM-1800-001 A
GENERAL CIVIL - LUPECH POWER
DISTRIBUTION FACILITY
Bidding Document Reference : 077154C/T/LuPech (J18)/PACKAGE-4

POST ORDER
WITH
S.NO DESCRIPTION FOR FOR REVIEW FOR REMARKS
BID
APPROVAL INFORMATION
miscellaneous platform / support
etc.

E GENERAL CIVIL

1 Hydraulic design calculation


(Flow calculation and Line /
Trench sizing calculation) of the X
following
- Storm water System
2 Basic overall concept drawings
and Design data of overall scope X
limit covering following
- Overall Under Ground
Network Drawing
- Layout of Site grading / Micro
grading works
- Layout of roads including
ERC/IRC/SCRC, storm water
drains & Culverts.
3 Construction Drawings of Overall
X
Under Ground Network
4 Area drawings in 1:250 scale
showing all the services and
facilities with levels, locations, X
co-ordinates, material
specifications etc.
5 Documents/ Calculations for
X
Statutory Approval

NOTES
1) One typical structure / pipe rack / Equipment foundation will be reviewed by PMC and balance shall be issued
for information and as built as part of final documentation.
2) Apart from above, any other document identified during detailed Engineering shall be decided for its category
after award of the Job.
3) "X" denotes Applicability.
4) Computer software input and output also to be included with these documents.
PMC/EPCM SERVICES FOR PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LUPECH” (J-18)
IOCL GUJARAT REFINERY
DOCUMENTS FOR PMC/OWNER’s REVIEW / REFERENCE /
RECORDS – PACKAGED EQUIPMENT

Document No: 077154C-1825-NM-4000-001 Rev : A Page 1 of 2

Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4

DOCUMENTS FOR PMC/OWNER’s REVIEW / REFERENCE / RECORDS


PACKAGED EQUIPMENT
PMC/EPCM SERVICES FOR PETROCHEMICAL AND
LUBE INTEGRATION PROJECT “LUPECH” (J-18)
IOCL GUJARAT REFINERY
DOCUMENTS FOR PMC/OWNER’s REVIEW /
REFERENCE / RECORDS – PACKAGED EQUIPMENT

Document No: 077154C-1825-NM-4000-001 Rev : A Page 2 of 2


Bidding Document Reference : 077154C/T/LuPech(J18)/PACKAGE-4

1. DOCUMENT REQUIREMENTS AND REVIEW PROCEDURE – PACKAGED EQUIPMENT

POST ORDER
Sr No DRAWING / DOCUMENT WITH BID
Approval Review Information

Quantum of work – Table Format for


1. HVAC System duly filled in with data X
considered

2. HVAC calculations / Equipment list X

HVAC data sheet, GA drawing and


3. X
Layout Drawing
PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

DOCUMENT REQUIREMENTS Project No. Document No. Rev. No.


AND REVIEW PROCEDURE Page 1 of 3
077154C001 077154C-1825-NM 1900-001 A
PROCESS SAFETY
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4

LUPECH POWER DISTRIBUTION FACILITY


DOCUMENT REQUIREMENTS AND REVIEW PROCEDURE

PROCESS SAFETY

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENT
REQUIREMENTS AND Project No. Document No. Rev. No.
Page 2 of 3
REVIEW PROCEDURE 077154C001 077154C-1825-NM 1900-001 A
PROCESS SAFETY
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4

1. Documents & Drawings


The following Documents / Drawings shall be submitted by the CONTRACTOR for review /approval /reference
/ records by OWNER /PMC, after placement of order.

POST ORDER

INFORMATION
FOR REVIEW
APPROVAL
S.No. DESCRIPTION WITH BID REMARKS

FOR

FOR
1. Layout - Firefighting & Safety, Fire and X
Gas detection, Hazardous area
classification-Lupech Power Distribution
Facilities Packages and Buildings
2. Fire water demand calculation X
3. Datasheet for Firefighting & Safety X
Equipment including
specification/datasheet for Nitrogen
Injection system
4. Firefighting & Safety Equipment, Fire & X
Gas Detectors MTO- Lupech Power
Distribution Facility Packages and
Buildings
5. MR for IFI – Firefighting & Safety X
Equipment
6. TBT - Firefighting & Safety Equipment X
7. MR for IFP - Firefighting & Safety X
Equipment
8. Vendor Drawings - Firefighting & Safety X
Equipment
9. Fire and Gas- Cause & Effect Matrix X
10. Operation & Maintenance Manual X
including Vendor manuals

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


DOCUMENT
REQUIREMENTS AND Project No. Document No. Rev. No.
Page 3 of 3
REVIEW PROCEDURE 077154C001 077154C-1825-NM 1900-001 A
PROCESS SAFETY
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4

POST ORDER

INFORMATION
FOR REVIEW
APPROVAL
S.No. DESCRIPTION WITH BID REMARKS

FOR

FOR
11. Inspection Test Plan (ITP) and Quality X
Assurance Plan (QAP)
12. FINAL DOCUMENTATION containing
the following:
i. All certified as built documents
ii. All inspection & test
records/certificates
iii. All Statutory certificates (IBR, PESO
etc.) X
iv. Operation and maintenance
manuals
v. Spare parts manual
vi. List of Tools & Tackles
Manufacturers Catalogue for various
firefighting equipment and accessories
13. Technical Compliance List – Process X
Safety duly filled by the bidder
Notes:
1. "X" denotes Applicability.
2. Post order, Document/Drawing review shall commence only after approval of Document Control Index
(DCI).
3. All post order documents shall be submitted/Approved through Electronic Document Management
system.
4. Final documentation shall be submitted in hard copies and soft (in DVDs & CD's) as per copies mentioned
elsewhere in tender package in addition to submission through Electronic Document Management
system.
5. The Documents and Drawings listed in the above table indicates the minimum requirements.
CONTRACTOR shall submit drawings / documents (other than the one listed in the above table) which
shall be required to submit as per tender documents / to be submitted as requested by CONSULTANT /
OWNER during the course of execution of the work without any price and schedule implication to
CONSULTANT / OWNER.
This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


ATTACHMENT TO DOCUMENT Project No. Document No. Rev. No.
REQUIREMENT AND REVIEW Page 1 of 4
077154C001 077154C-1825-NM-1500-002 A
PROCEDURE – INSTRUMENTATION
Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

ATTACHMENT TO DOCUMENT REQUIREMENT AND REVIEW


PROCEDURE
INSTRUMENTATION

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


ATTACHMENT TO DOCUMENT Project No. Document No. Rev. No.
REQUIREMENT AND REVIEW Page 2 of 4
077154C001 077154C-1825-NM-1500-002 A
PROCEDURE – INSTRUMENTATION
Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

LIST OF DOCUMENTS TO BE FURNISHED BY THE CONTRACTOR

The following drawings/documents marked as “X“ shall be furnished by the bidder/LSTK contractor as part of bid and after
award of contract for Owner / PMC’s Approval / Review / Record. LSTK contractor shall follow the Documentation procedure
attached elsewhere in the ITB.

POST ORDER
Sr. WITH
Description FOR FOR Remarks
No. BID FOR APPROVAL
REVIEW INFORMATION
Duly filled-in Technical
compliance checklist
1 X
(077154C-1825-NM-1500-
001)
2 Document Control Index (DCI) X
X
3 Purchase Requisition Note-2, 3
X
4 Vendor Drawings Note-1

Instrument UPS & Non-UPS


5 X X
Power Consumption List

Power supply distribution/


6 X Note-3, 4
feeder requirements
Earthing scheme and layout
7 a) At Field X
b) At Substation
Instrument / JB / Panel
8 X
location layouts
Instrument cable duct/ Tray/
9 X
trench layout & routing
10 Instrument cable schedule X
11 Instrument drum schedule X
Wiring diagram for panels /
12 JBs / wiring diagram to GAS X
system and FIRE system
Instrument Installation &
13 X Note-3, 4
Mounting drawings
14 Spare part list for
14a Mandatory Spares X
14b 2 year spares X

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


ATTACHMENT TO DOCUMENT Project No. Document No. Rev. No.
REQUIREMENT AND REVIEW Page 3 of 4
077154C001 077154C-1825-NM-1500-002 A
PROCEDURE – INSTRUMENTATION
Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

POST ORDER
Sr. WITH
Description FOR FOR Remarks
No. BID FOR APPROVAL
REVIEW INFORMATION
14c Commissioning Spares X
14d Special Tools and tackles X
Inspection and test plan and
15 X
procedures
Material Take-off for
Instrument Installation, JBs,
16 X
cables, cable gland, tracing,
etc.,
17 MCT Layout X
Loop Checking/Calibration
18 X
Reports
Certificates (statutory / CCOE/
SIL certificate
19 X
(Exida/TUV/Eqn) and test
calibration / inspection/)
Catalogues including technical
information, Programming
20 manuals & Installation, X
operation and maintenance
manuals

Logistic support dully signed


21 X
By sub-vendor

Bill of Material for Fire alarm


22 X X Note-4
System / Gas Systems
Power Consumption and Heat
23 X Note-4
Dissipation
Factory Acceptance Test
24 X
Report for GDS
Factory Acceptance Test
25 X Note-4
Procedure for GDS
Site Acceptance Test
26 X Note-4
Procedure for GDS
System Configuration diagram
27 X X
for Fire Detection System
As-built drawings / Documents
28 X Note-5

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


ATTACHMENT TO DOCUMENT Project No. Document No. Rev. No.
REQUIREMENT AND REVIEW Page 4 of 4
077154C001 077154C-1825-NM-1500-002 A
PROCEDURE – INSTRUMENTATION
Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

Notes:

(1) This list indicates the minimum drawings and documents requirements. However, LSTK CONTRACTOR shall submit
below listed documents as minimum and not limited to complete schedule of Documents and Drawings listing all
Documents and Drawings to be prepared by them along with their number and expected date of submission, during
the course of execution of the work.
a) GA/IA drawings
b) Legal Compliance such as PESO/CCOE, etc.,
c) SIL Certification
d) Data Sheet

(2) Material Requisition shall contain instrument data sheets independent of quantity duly filled with selected
manufacturer data along with compliance statement stating either no deviation or deviation with reason with backup
paper shall be included.

(3) a) The following items are identified as critical and under OWNER/PMC approval/Review category.

- Gas Detection system


- Fire detection System

b) Apart from above identified (a) critical documents, the documents identified by OWNER/PMC from
CONTRACTOR’s drawing schedule shall also submitted for approval.

c) Documents other than those identified for approval / review by OWNER/PMC shall be submitted for Record.

(4) Drawing/Documents related to Gas Detection System/Fire alarm system such as, Wiring drawings, controller loading,
system architecture, FAT procedure, etc., shall be reviewed and approved by the CONTRACTOR

(5) As built drawings shall be submitted for all the documents listed.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 1 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

SPARES PHILOSOPHY AND


MANDATORY SPARE PARTS LIST
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 2 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

1. CATEGORY OF SPARES

1.1 Commissioning Spares


Spare parts needed to adequately cover the requirements of day to day maintenance and any premature
f ailures during the period of pre-commissioning, commissioning and trial run operations. Commissioning
spares are recommended by Vendors or requested in Material Requisitions as per experience of
OWNER/CONSULTANT. The Material Requisitions shall include requirement of Commissioning spares
and the same shall be procured along with main equipment / items. The price of supply shall be deemed to
be inclusive of the provision of all such commissioning spares required till successful commissioning of
the UNIT. The CONTRACTOR / VENDOR should make available all the commissioning spares required
at site at least 4 (four) weeks prior to commissioning. Any un-used commissioning spares shall be handed
over to OWNER.

1.2 Mandatory Spare Parts

Parts of equipment / systems/items that will be required f or replacement where f ailure of which will be
critical for continuous safe operation of the plant. The ITB / Material Requisitions shall include all Mandatory
Spare Parts and clearly indicate the quantity required. These mandatory spares shall be procured along
with main equipment/ systems/ items. Above-mentioned mandatory spares list defines the minimum
requirement. Additional items as recommended by manufacturer if any shall also be considered.

1.3 Two Years spares (O & M Spares)


Parts or assemblies normally used or consumed based on scheduled maintenance, overhauls,
inspections, wear, corrosion, erosion or deterioration in normal service for a period of TWO years beyond
the Def ect Liability Period as recommended by manuf acturers of various equipment (other than
commissioning and mandatory required during the Defect Liability Period). Vendors will be requested to
quote for their recommended two years’ operation and maintenance spares but these spares will not be
considered for price evaluation.

These will be selected and ordered by OWNER separately. Broad Guidelines f or selection of the same
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 3 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

include:

• Key operation and safety functions of the equipment.

• Current delivery time and transportation time to site of items not stocked.

• Possibility of damage during installation and commissioning.


• Expected normal wear and tear during first TWO years of operation.

• Service interval stated by Manufacturers maintenance policy.

• Possible repair/exchange items.

2. SCOPE OF SUPPLY

2.1 Commissioning Spares

The CONTRACTOR shall procure and supply all spare parts required during pre-commissioning and
commissioning of the UNIT and various systems. The price of supply shall be deemed to be inclusive of
the provision of all such commissioning spares required till successful commissioning of the UNIT. The
CONTRACTOR shall make available all the commissioning spares required at site at least 4 (four) weeks
prior to commissioning. Any un-used commissioning spares shall be handed over to OWNER.

2.2 Mandatory Spare Parts

The CONTRACTOR shall, within the Lumpsum Price, supply all the mandatory spares as specified in ITB.
The handing over of the spares will be followed through SAP system and the templates against individual
category of items shall be duly filled in by the CONTRACTOR including price for each item before handing
over the mandatory spares to OWNER. Methodology / Modalities to be followed f or handing over of spares
as per SAP system shall be provided by OWNER during Kick of Meeting.
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 4 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

2.3 Two Years spares (O & M Spares)


a) The CONTRACTOR shall, within 3 (three) months of finalization of all the suppliers, furnish to the PMC/
OWNER the price list for O & M spares for 2 (two) years operation beyond the Defect Liability Period as
recommended by manufacturers of various equipment (other than commissioning, mandatory and O&M
spares required during the Defect Liability Period).

b) O & M Spares required for the uninterrupted operation of the Plant during the Defect Liability period shall
be considered by CONTRACTOR. The cost of the spares shall be included in the scope of
CONTRACTOR.

c) Price lists of these spares are intended for information purpose only and shall not be included in
quoted Lumpsum Price.
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 5 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

TABLE OF CONTENTS

PAGE
SL.NO DESCRIPTION
NUMBER

3.1 MECHANICAL - PACKAGE 6

3.2 PIPING 7

3.3 PROCESS SAFETY 8

3.4 ELECTRICAL 10

3.5 INSTRUMENTATION 13
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 6 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

3. MANDATORY SPARE PARTS LIST

3.1 MECHANICAL - PACKAGE


GENERAL NOTES: -

1. CONTRACTOR shall supply the spares as per the list below


2. Spares part shall be identical in all respects to the parts fitted on the main equipment, including
dimensions, material of construction and heat treatment.
3. CONTRACTOR shall include for any additional Mandatory spares considered to be Vendor recommended
Proprietary spares.
4. Mandatory spares required for electrical and instrumentation items as applicable for the Packages shall be
provided as per respective discipline mandatory spare philosophy for those items not covered in this list.

3.1.1 HVAC

Sl. No Material Description Quantity Required


50 % of the entire Chemical filter media quantity
1. considered for Substation along with properly sealed 1 Lot
storage containers
Air f ilter in Packaged Air conditioning Unit 1 No. f or each Packaged Air
2.
Conditioning Unit
Ref rigerant One f ull charge f or each
3. system along with storage
cylinders
ELECTRICAL As per ELECTRICAL
4. Mandatory Spares
requirements
INSTRUMENTATION As per INSTRUMENTATION
5. Mandatory Spares
requirements
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 7 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

3.2 PIPING

Spare Quantity
S. No. Part Description Remarks
(%) of As-built
1a Pipes and Fittings (0.5” to 1.5”) 2 Note-2
1b Pipes and Fittings (2” to 8”) 2 Note-2
1c Pipes and Fittings (10” to 36”) 2 Note-2
1d Pipes and Fittings (Above 36”) Nil
2a Valves and Flanges (0.5” to 1.5”) 2 Note-2,3
2b Valves and Flanges (2” to 4”) 2 Note-2,3
2c Valves and Flanges (6” to 8”) 2 Note-2,3
2d Flanges (10” and above) 2
3 Gaskets, Bolts & Nuts (All Sizes) 10 Note-5
4 Steam Traps (All Sizes) 2 Note-8
5 Expansion Bellows (All Sizes) 100

Notes:
1. % of quantity required to be left as mandatory spare is for each and every item consumed in as-built
including for packaged items. No substitution is allowed.
2. As a minimum one piece (/one pipe length) per item spare shall be supplied. No substitution in size
and material allowed.
3. As a minimum one piece per Type per size for valves quantity above 10nos.
4. One actuator of each type is required for motor operated valves as spare.
5. As a minimum one set of bolts/nuts.
6. The above listed spares do not include installed spares/commissioning spares.
7. Wherever “% quantity” is specified, CONTRACTOR to provide in next higher rounded figure.
8. As a Minimum one piece per Type per size as spare for steam trap shall be supplied except process
Traps.
9. Out of % spares and minimum quantity specified against each item, higher of the two shall be
supplied.
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 8 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

3.3 PROCESS SAFETY

S. No. DESCRIPTION SPARE


Restriction Orifice:
1.0 Restriction orif ice shall also be supplied by vendor. Restriction
Orif ice before each landing valve to limit the maximum outlet 5% of Installed
pressure. Quantity
2.0 Water Spray Deluge System

Standard Spare Parts for Deluge Valves 1 Set f or each size


2.1 of Deluge Valve
As per Deluge Valve Manufacturer Standard installed
High Velocity Water Spray Nozzles
Open, Non – Clog Type, 3/4” NPT (M) size, 20% each
2.2 Ef fective Working Pressure Range: 3.5 – 7kg/cm2g, Maximum f or every
rated pressure: 12.3 kg/cm2g K-f actor
MOC: SS, Chrome plated finish, UL Listed
Quartzoid Bulb Detector (Dry system)
Pendant Type, K Factor – 80, ½” NPT (M) with 15mm length thread,
Bulb shall be glass (filled with high expansion liquid), 5mm dia, Color
– Yellow. Temperature Rating 79° C 20% of Installed
2.3
Quantity
Body-Brass, Chrome plated finish.
Minimum operating Pressure – 0.5 kg/cm2g,
Rated Pressure– 12 kg/cm2g. UL Listed
Pressure Gauge 1 No. f or each type
2.4
As per Deluge Valve Manufacturer Standard installed
Pressure Switch 1 No. f or each type
2.5
As per Deluge Valve Manufacturer Standard installed
Solenoid Valve 1 No. f or each type
2.6 installed
As per Deluge Valve Manufacturer Standard
Dry Chemical Powder Extinguisher – 6 kg
Portable dry chemical powder extinguisher of 6 kg capacity (as 10% of Installed
3.0
per IS: 15683). BIS marked. Quantity
DCP Powder shall be Potassium Bicarbonate, BIS Certified.
Dry Chemical Powder Extinguisher – 9 kg
Portable dry chemical powder extinguisher of 9 kg capacity (as 10% of Installed
4.0 per IS: 15683). BIS marked. Quantity
DCP Powder shall be Potassium Bicarbonate, BIS Certified.
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 9 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

Dry Chemical Powder Extinguisher – 50/75 kg


Portable dry chemical powder extinguisher of 50/75 kg capacity 10% of Installed
5.0
(as per IS: 10658). BIS marked. Quantity
DCP Powder shall be Potassium Bicarbonate, BIS Certified.
Carbon Di-Oxide Extinguisher – 4.5 kg
10% of Installed
6.0 Portable Carbon Di-Oxide extinguisher of 4.5 kg capacity (as per Quantity
IS: 2878 / IS: 15222). BIS Certified.
Carbon Di-Oxide Extinguisher – 6.5 kg
10% of Installed
7.0 Portable Carbon Di-Oxide extinguisher of 6.5 kg capacity (as per Quantity
IS: 2878 / IS: 15222). BIS Certified
8.0 Nitrogen Injection System
The Bidder / Vendor, apart from below mentioned spares, shall
submit a list of recommended mandatory spares: As per Vendor
a. Cylinder f illed with Nitrogen of required capacity – 1 No. Recommendation
b. Detectors per transformer – 3 Nos.
c. Regulator assembly per substation – 1 No.

Notes:

1. The above table does not include any mandatory spares for piping items (such as pipes, fittings,
valves, flanges, blind flanges, gaskets, bolt & nuts etc.
2. The word “Set” means the quantity required for full replacement of that part in one equipment.
3. The spare quantities where specified in terms of percentage, shall be rounded off to the next higher
number.
4. Spare parts shall be identical in all respects to the parts f itted on the main equipment, including
dimensions, material of construction and heat treatment.
5. Mandatory spares shall be supplied to OWNER for the applicable firefighting and safety equipment
in the package. These spares shall not be used during construction, erection or commissioning.
6. Prices of mandatory spares shall be included in the quoted price of the CONTRACTOR.
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 10 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

3.4 ELECTRICAL

Sr. No. DESCRIPTION QUANTITY


One set of spares for each
1 Gas Insulated Switchgear (33kV)
switchgear
1.1 Portable gas filling equipment / SF6 gas cart 1 no.
1.2 Density monitoring device 2 nos. of each type
1.3 Pressure gauge 2 nos. of each type
1.4 Handle f or disconnector switch drive 4 nos.
1.5 Handle f or earthing switch drive 4 nos.
1.6 Plug and socket for cable termination 2 sets
1.7 Capacitive type voltage detectors 1 set
1.8 Tripping coil 20% of No. of bays
1.9 Closing coil 1 no. of each rating / type
1.10 Control fuses / MCB 10 nos. of each rating and type
1.11 Indication lamp covers 3 nos. of each colour
20% or 3 nos. (min) - whichever is
1.12 Indication lamps
more
1.13 Pre-selection key f or three position switch 1 no.
1.14 Network switches 20% of offered quantity
1.15 Protection relays 20% of offered quantity
1.16 Auxiliary relays 20% of offered quantity
1.17 CTs each type 3 nos. each
1.18 PTs each type 3 nos. each
1.19 Ammeter and volt meter 20% of offered quantity
1.20 Voltage Plug 3 Nos.
1.21 Current Plug 3 Nos.
Dummy Plug No. of spare feeder x Maximum no. of
1.22
cable entry in one feeder as minimum
1.23 End termination kit For all Spare f eeders
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 11 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

MV Switchboards - 415V (PMCC / EPMCC /


MCC / EMCC / ASB / One set of spares for each
2
switchgear
MLDB etc.)
2.1 Closing coil 1 no. of each rating / type
2.2 Tripping coil 1 no. of each rating / type
2.3 Contactors 1 no. of each rating / type
2.4 Control transformer 20% of offered quantity
2.5 Control fuses / MCB 10 nos. of each rating and type
2.6 Indication lamps covers 3 nos. of each colour
20% or 3 nos. (min) - whichever is
2.7 Indication lamps
more
2.8 Pre-selection key f or three position switch 1 no.
2.9 Network switches 20% of offered quantity
2.10 Protection relays 20% of offered quantity
2.11 Auxiliary relays 20% of offered quantity
2.12 CTs each type 3 nos. each
2.13 PTs each type 3 nos. each
2.14 Ammeter and volt meter 2 nos. each
3 One set of spares for each type
Power transformer
and rating of power transformer
3.1 Complete set of gaskets 1 set
3.2 Oil level gauge of each type 2 no.
20% of each rating or 1 no. (min) of
3.3 Control fuses / MCB for MB cubicles
each rating - whichever is more.
Bushing of each type - HV, MV, Neutral,
3.4 1 set
along with accessories
3.5 OTI & WTI indicators with all accessories 1 no. each
3.6 Buchholz Relay & Oil surge relay 1 no. each
Explosion vent Diaphragm / Pressure Release 1 no. each
3.7 Device
Valves of each type installed (bidders to indicate 1 set
3.8 size and quantity forming one set)
3.9 Radiator cooling fan 1 no.

3.10 Silica gel breather/main + OLTC 1 no.


4 UPS One set of spares for each UPS
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 12 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

System
4.1 Thyristors/ Transistors / IGBT / Diode 1 no. of each type and rating
4.2 Control cards 1 no. of each type
4.3 Power supply cards 1 no. of each type and rating
20% or 1 no. (min) of each type and
4.4 Control fuses / MCB
rating - whichever is more
20% or 1 no. (min) of each type and
4.5 Power f uses / MCB
rating - whichever is more
4.6 Indication lamp covers 3 nos. of each colour
10% or 3 nos. (min) - whichever is
4.7 Indication lamps
more
4.8 Panel cooling fans 1 no. each rating
5 One set of spares for each DC
DC system
system
5.1 Thyristors / transistors / IGBT/ Diode 1 no. of each type and rating
5.2 Control cards 1 no. of each type
5.3 Power supply cards 1 no. of each type and rating
20% or 1 no. (min) of each type and
5.4 Control fuses / MCB
rating - whichever is more
20% or 1 no. (min) of each type and
5.5 Power f uses / MCB
rating - whichever is more
5.6 Indication lamp covers 3 nos. of each colour
10% or 3 nos. (min) - whichever is
5.7 Indication lamps
more
6 Battery
6.1 Complete cell assembly 3 nos. of each type and rating

NOTES:
1. Type-means the make, model no., type, size/length, rating, material as applicable.
2. Wherever % is identified, contractor shall supply next rounded figure
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 13 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

3.5 INSTRUMENTATION

Sr. No. Description QUANTITY


Instrument Signal Cable (single pair/ triad & multi 10% of installed quantity of each type
1
pair/triad) and size
Control cable and power cable 10% of installed quantity of each type
2
and size
Earthing Cable 10% of installed quantity of each type
3
and size.
4 Terminal blocks 10% of installed quantity of each size
Junction Box 10% or minimum one number of each
5
type and size
GDS These spares are in addition to 20%
installed spares and 20% additional
space, slots for installation of future
requirement . Mandatory spares shall
be calculated by vendor as per
6 philosophy outlined below The
philosophy shall be applied after taking
into account the installed spares.
In addition to that 20% spare space
shall be considered at I/O level.
Modules 10% or minimum two of each
hardware/module (including Controller
card, IO card, Power supply card,
communication cards , Field
A)
termination assemblies and any other
cards/modules etc) of each type which
are being used GDS and other system
oriented items.
Marshalling 10 % or minimum two of all
components of cabinets like Bulk
power supplies(of each rating/make ),
Diode Oring units(of each
rating/make), Auto transfer switches,
barriers, signal converters, Trip
B) amplifiers, auxiliary modules, relays,
converters, annunciator cards, fuses,
f used terminals, lamps/LEDs, Push
buttons, selector switches , IS mV/I
Converters, IS RTD/I Converters,
Alarm cards (receiver switches) etc. of
each type.
Pref ab Cables 10% or minimum 2 nos. of
C)
Pref abricated cable Set with
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 14 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

connecting plugs for each type and


length
D) External Peripherals System Cabinet Air Filter 100%
20 % or minimum 2 nos. of Cabinet
Cooling Fans of each type.
Fuse, MCB, Relay 20% or minimum two no. of each type
E)
of Fuses, MCBs, Auxiliary relays.
7 OTHER ITEMS
Hooter 10% (s ub jec t t o minimum o f 1 ) for
7.1
each type
Beacon 10% (s ub jec t t o minimum o f 1 ) for
7.2
each type
Manual Call Point 10% (s ub jec t t o minimum o f 1 ) for
7.3
each type
7.4 MCT Blocks 10% of each type of MCT Block used.
Gas detection system Sensors : 20% or minimum 2 sets of
8
each type.
Electronic cards, modules, display :
10% or minimum of 1 set of each type
used.
Fire Detection and Alarm system Sensors : 20% or minimum 2 sets of
9
each type.
Electronic cards, modules, display,
terminal blocks : 10% or minimum of 1
set of each type used
Glass f or Break Glass Boxes / Manual
Call point – 10% of each type
Fuses , MCB – 10 nos. of each rating
& type

NOTES:
1. Above-mentioned mandatory spares list defines the minimum requirement for each type. Contractor
to select applicable to his scope of supply f or this unit. Additional items as recommended by
manuf acturer if any shall also be considered.
2. Next rounded f igure to be considered wherever % is specified. Example: For total 11 Nos.
Instruments with 10%> spares basis, 2 Nos. spares shall be provided.
3. The word ‘TYPE’ means the Make, model no., type, range, size/length, rating, material as applicable.
4. The terminology used under ‘Part Description’ is the commonly used name of the part and may vary
f rom manufacturer to manufacturer.
5. Wherever complete instrument/set is considered as spare, spare quantity shall never exceed
PETROCHEMICAL AND LUBE
PROJECT INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
CLIENT INDIAN OIL CORPORATION LIMITED

SPARES PHILOSOPHY & Project No. Document No. Rev. No.


MANDATORY SPARE PARTS Page 15 of 15
077154C001 077154C-SPL-PACKAGE4-001 A
LIST
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4

ordered/purchased quantity (f or example, if ordered quantity is 1 and mandatory spares philosophy


is 20% or min 2, in such cases mandatory spares quantity shall be 1 and not 2).
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL INFORMATION WITH BID

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 5

TECHNICAL INFORMATION WITH BID


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL INFORMATION WITH BID

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 5

TABLE OF CONTENTS

1. COMMON TO ALL DISCIPLINES ............................................................... 3

2. PLANNING .................................................................................................. 3

3. INSTRUMENTATION ................................................................................... 4

4. CONSTRUCTION ........................................................................................ 4

5. ELECTRICAL .............................................................................................. 4

6. QUALITY ASSURANCE .............................................................................. 4

7. DEVIATIONS ............................................................................................... 5
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL INFORMATION WITH BID

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 5

The Bidder shall submit the following documents along with their bid in general. However,
any additional information / technical details also have to be submitted along with the bid, if so
specifically mentioned elsewhere in the tender document.

1. COMMON TO ALL DISCIPLINES

1.1 Duly filled in technical compliance checklists shall be furnished by the bidder confirming all
points without any deviation.

1.2 List of software for the project including design, engineering, planning, stores
management, etc.

1.3 List of Mandatory Spares (unpriced)

1.4 Filled in experience record proforma / reference list wherever applicable.

1.5 List of special tools and tackles.

1.6 IT facilities considered for the package.

1.7 Proposed organization chart for project engineering, construction and commissioning and
safety along with CVs of key personnel.

1.8 Fully filled in data sheets of various equipment.

1.9 Compliance to Scope of Work.

2. PLANNING

2.1 Proposed Overall Project Schedule in network form showing details of all units.

2.2 Write up on Project Planning, Scheduling, Monitoring and Control system (proposed).

2.3 Organizational set up for Planning, Scheduling, Monitoring and Control at Package
Contractor’s Design Office and Site Office.

2.4 Progress Measurement Methodology with details such as weightages, milestone,


frequency etc.

2.5 Project execution methodology.


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL INFORMATION WITH BID

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 5

2.6 Function wise Resource Deployment Schedule (manpower and construction equipment)
for this project. Also, concurrent commitments should be given.

2.7 Software’s to be used for planning and material control.

3. INSTRUMENTATION

3.1 Utility requirements (UPS & Non-UPS power supply).

3.2 Duly filled replies to Technical confirmation.

3.3 Duly filled in quantum of assessment of work.

4. CONSTRUCTION

4.1 Erection scheme for ODC and critical equipment.

4.2 Transportation plan for Heavy equipment movement from works to erection point.

4.3 Procedure and work method statement for Heavy lift erection.

4.4 Scheme and plan for site fabricated / assembled equipment.

5. ELECTRICAL

5.1 Electrical equipment list.

5.2 Conceptual single line diagrams.

5.3 MV Tie-In Power requirement from Existing CGP-1 Substation equipment.

6. QUALITY ASSURANCE

6.1 ISO 9001:2015 Certificate.

6.2 Project Quality Plan (A brief description of the BIDDER’s quality assurance system and
statement detailing how quality assurance will be implemented for the Project).

6.3 Quality questionnaire as provided in the Vendor Quality Management Requirements


procedure.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL INFORMATION WITH BID

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 5

6.4 Statutory certificates and compliance as required.

6.5 Preliminary Sub-VENDOR List.

6.6 List of other relevant procedures, practices and work instructions which will be used to
control the Project.

7. DEVIATIONS

Deviations if any against applicable specifications, codes, duly consolidated at one


place (under exceptions/deviations list). Please note that vendor specific deviations
will not be considered. If no deviations are furnished, it will be presumed that all
requirements are being fully met. Any deviations / deletions / modifications made by
the bidder elsewhere will not be taken cognizance of and all such deviations shall be
deemed to have been withdrawn by the bidder.
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
TECHNICAL COMPLIANCE CHECKLIST

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 2

TECHNICAL COMPLIANCE CHECKLIST


PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY
TECHNICAL COMPLIANCE CHECKLIST

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 2

CONTENTS

S No DESCRIPTION DOCUMENT REFERENCE

1 ELECTRICAL 077154C-1825-NM-1600-001_A

2 CIVIL & STRUCTURAL 077154C-1825-NM-1800-002_A

3 PROCESS SAFETY 077154C-1825-NM-1900-002 _A

4 INSTRUMENTATION 077154C-1825-NM-1500-001_A

5 PLANNING 077154C-1825-PLG-304-001_A
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 1 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

TECHNICAL COMPLIANCE CHECKLIST - ELECTRICAL


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 2 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

1.0 TECHNICAL COMPLIANCE CHECKLIST FOR ELECTRICAL

The Compliance Statements / Queries are required to be categorically confirmed / answered by the
Package CONTRACTOR and the completely filled in Technical compliance sheet shall be
submitted along with the bid.

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

1 Confirm that the scope of work & supply


(077154C-SOW-PACKAGE4-004) shall be
complied in all respects as specified in the bid
document.

2 Bidder is informed that the detailed offer for


electrical equipment i.e any drawings,
documents, data sheets is not required (unless
otherwise specified elsewhere in the bid
document) at the stage of bidding and shall
not be reviewed or taken cognizance of at this
stage. Accordingly, the bidder shall furnish
only the following documents along with the
bid;

a) This Technical Compliance with


categorical confirmation against each of
the clauses.
b) Deviation, if any, against the scope of work
& supply, electrical design basis and other
applicable specifications and Codes shall
be duly consolidated at one place only
(Under Exceptions / Deviations list).
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 3 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

In case no deviations are furnished, it shall


be construed that bidder’s proposal is in
total compliance to Bid document
requirements.

3 Any deviations, deletions / corrections made


elsewhere in the body of the bid document will
not be taken cognizance of and all such
deviations shall be deemed to have been
withdrawn by the bidder. Confirm compliance.

4 Confirm that the Bidder has included spares


(Mandatory, Commissioning, O&M) as
specified in ITB.

5 Confirm that Special Tools and Tackles as


required for each equipment, have been
included by the bidder in his proposal.

6 Bidder to confirm compliance to Electrical


Design Basis Doc. No.077154C-000-JSD-
1600-001.

7 Bidder to confirm compliance to the Interface


scope with other Contractor’s / with existing
substation equipment as defined in
RESPONSIBILITY / INTERFACE MATRIX
attached with Bid.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 4 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

8 Confirm that the scope of SITE SURVEY for


the locations of proposed equipment in
Lupech Power Distribution Facility Area
(including in nearby existing substations) and
routing of interface cables on existing plant as
specified in scope of work (077154C-SOW-
PACKAGE4-004)

9 Confirm that the accessibility for handling and


installation of equipment (transformers,
switchgears etc.) in Lupech Power Distribution
Facility has been studied. Bidder may take
necessary Site survey if required.

10 Confirm that the scope of construction power


distribution as defined in bid including
provision of DG set for additional construction
power requirement has been included.

11 Confirm that the following equipment shall be


sized taking into account of inputs from other
contractor and adequately rated outgoing
feeders are provided as specified in scope of
work (077154C-SOW-PACKAGE4-004).
• 33 kV GIS & respective incoming cable.

12 Confirm that the equipment and components


supplied shall be from one of the approved
suppliers given in the bid document.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 5 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

13 Confirm that all engineering drawings and


documents including supplier documentation,
as-built documentation as mentioned in
CONTRACTOR document requirement
(077154C-1825-NM-1600-002) as well as 3D
modelling work has been included and shall
be furnished / presented for review of
OWNER/PMC.

14 Confirm that preparation of all interface


drawings including coordination with OWNER/
other Contractor’s required for the
completeness of the system for the following
but not limited to (i) Battery limit tray / trench
configuration arrangement / coordinates (ii)
Space requirement in cable trays / trenches for
other Contractor’s cables (iii) Space
requirement inside substation for other
Contractor’s equipment (iv) Space requirement
for other contractor’s cable trenches (v)
interface documents with regard to ECS
system integration (vi) Interface documents
showing load / feeder requirement (with
quantity & rating) for Other Contractor’s (vii)
Interface drawings for earthing system has
been included.

15 Confirm that obtaining approval of Central


Electricity authority (CEA) / Chief Electrical
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 6 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

Inspection to Government (CEIG) as


applicable for energisation of electrical
installation is included.

16 Confirm that all Inspection and acceptance,


type tests as required for each equipment, as
per the ITPs, standards and codes attached
and referred to have been included by the
package CONTRACTOR in his proposal.

17 Confirm that copies of valid type test


certificates less than 5 years old are available
for the offered equipment. In case type test
certificates are not available or not found
satisfactory, confirm that the type test shall be
conducted by CONTRACTOR without any cost
and time implication to PMC / OWNER. Type
test shall be carried out as per latest IS/IEC.
Type tests shall be performed on one unit of
each type / rating.

18 Confirm that all consumables such as, oil,


lubricants, etc. for initial charging,
commissioning and site performance
guarantee run have been included.

19 Confirm that for electrical equipment to be


installed in hazardous areas (Battery Room),
approval certificates of CCoE/PESO shall be
furnished during detailed engineering stage for
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE CHECKLIST-


ELECTRICAL
Document No: 077154C-1825-NM-1600-001 Rev : A Page 7 of 7
Bidding Document Reference : 077154C/T/LuPech(J-18)/PACKAGE-4

S.NO COMPLIANCE STATEMENT / QUERY BIDDER’s CONFIRMATION /


ANSWER

all the offered equipment.

20 Confirm that site acceptance testing (SAT)


procedures for all equipment after obtaining
the same from the equipment manufacturer
shall be furnished for approval from OWNER/
PMC before carrying out the tests at site.

21 Confirm that providing training to OWNER’s


engineers at manufacturer’s works / at site for
the equipment specified in scope of work has
been included.

22 Confirm that the material take off for all


Electrical Equipment and bulk materials shall
be furnished along with the bid.

23 Bidder to confirm compliance with Job


Specification for Design of HVAC Systems
077154C-000-JSD-3400-001 and Package
Design Basis Doc. No: 077154C-000-JSD-
4100-001.

Notes: -

1. The Bidder shall indicate his reply in the space provided in the Technical confirmation. In case space
provided is not adequate, the reply may be furnished separately under suitably numbered annexure/
attachments duly referred against the comment / query.

2. The confirmation statements / Queries are required to be categorically confirmed/answered by the


Bidder and the completely filled in Technical confirmation shall be submitted together with the Bid.

Bidder’s signature & Stamp


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18) IOCL GUJARAT
PROJECT
REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


TECHNICAL COMPLIANCE
Bidding Document Project No. – CIVIL
DocumentCHECKLIST
No. &
Rev. No.
Reference: 077154C/T/LuPech 077154C001 STRUCTURALA
077154C-1825-NM-1800-002 Page 1 of 5
(J18)/PACKAGE-4

TECHNICAL COMPLIANCE CHECKLIST

CIVIL & STRUCTURAL


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18) IOCL GUJARAT
PROJECT
REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


TECHNICAL COMPLIANCE
Bidding Document Project No. – CIVIL
DocumentCHECKLIST
No. &
Rev. No.
Reference: 077154C/T/LuPech 077154C001 STRUCTURALA
077154C-1825-NM-1800-002 Page 2 of 5
(J18)/PACKAGE-4

TECHNICAL COMPLIANCE CHECKLIST – CIVIL & STRUCTURAL

1. TECHNICAL COMPLIANCE

Following queries are to be categorically answered, Signed, Stamped and included with the Bid
by the Bidder.

Sl. QUERY BIDDER'S REPLY


No.
1 Confirm that the scope of supply & works (077154C-SOW-PACKAGE4-003)
shall be complied in all respects as specified in the tender document.
2 Bidder is informed that the detailed offer for Civil & Structural
i.e. any drawings, documents, data sheets, is not required (unless otherwise
specified elsewhere in the tender document) at the stage of bidding and shall
not be reviewed or taken cognizance of at this stage. Accordingly, the bidder
shall furnish only the following documents along with the bid:
This Technical Compliance with categorical confirmation against each of the
clauses.
Deviation, if any, against the scope of work & supply, Civil design basis, other
applicable specifications and Codes shall be duly consolidated at one place
only. (Under Exceptions / Deviations list.)
In case no deviations are furnished, it shall be concluded that Bidder’s proposal
is in total compliance to Bid document requirements.
3 Any deviations, deletions/corrections made elsewhere in the body of the Bid
document will not be taken cognizance of and all such deviations shall be
deemed to have been withdrawn by the Bidder. Confirm Compliance.
4 Bidder to confirm compliance to Civil &Structural, Architectural & U/G Design
Basis Doc. No. 077154C-000-JSD-1700-001
5 Confirm that all requirements defined in this tender for LuPech Power
Distribution facility package are understood and complied.
6 Bidder to confirm that he is well acquainted with the area of work and has
physically surveyed and collected all relevant information.
7 Detailed soil investigation work shall be carried out by Bidder through the party
approved by OWNER /PMC. Confirm compliance

8 Bidder to confirm that the final micro grading after completion of works to the
final desired levels is in Bidder’s scope of work.

9 Bidder to confirm that he has checked the existing underground services /


obstructions during pre-bid visits. Interference of these elements with proposed
installation / construction will be taken care of appropriately during detailed
engineering stage up to the satisfaction of OWNER / PMC with no extra cost
or time to the OWNER / PMC
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18) IOCL GUJARAT
PROJECT
REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


TECHNICAL COMPLIANCE
Bidding Document Project No. – CIVIL
DocumentCHECKLIST
No. &
Rev. No.
Reference: 077154C/T/LuPech 077154C001 STRUCTURALA
077154C-1825-NM-1800-002 Page 3 of 5
(J18)/PACKAGE-4

Sl. QUERY BIDDER'S REPLY


No.
10 Bidder to note that the site shall be handed over to the Bidder in ungraded
condition. Clearing the site off grass bushes, scrap materials, removal of
contaminated soil, replace with good quality of soil and compact the same, and
finally filling up to required level shall be in Bidder’s scope with no extra cost
or time to the OWNER / PMC. Confirm Compliance.
11 Bidder to confirm that all approaches (from main road around battery limit) for
construction, erection, operation, maintenance, emergency evacuation, safety,
firefighting etc. have been considered.

12 Bidder to confirm that he has checked availability of land for fabrication yard
and considered the same outside the plant boundary if land available within
the plant is not adequate.
13 Bidder to note and confirm that all statutory approvals, from local municipal or
Development authorities and any other concerned local/national/state bodies
as applicable, is in the Bidder’s scope with no extra cost to the OWNER / PMC.
This shall include preparation of documents, carrying out all necessary liaison
works, all payments and fees. Any modifications, alterations/ additions in
scope of work required to meet statutory regulations are included in Bidder’s
scope of work and no extra amount shall be paid on this account.
14 Bidder to confirm that, required earth for filling / micro-grading to achieve the
desired levels as per OWNER / PMC shall be arranged by the Bidder and
borrow areas shall be got approved by OWNER / PMC. Bidder shall also
dispose surplus earth/ debris etc. outside Plant Complex compound wall. For
borrowed earth or disposal outside plant boundary, location for borrow area /
disposal of surplus earth, debris shall be identified by the Bidder. Bidder shall
obtain relevant statutory approval from all statutory authorities (like municipal
etc.) including payment of charges for the same. Bidder shall keep the client
indemnified of any liability and / or complaint from local authorities / municipal
bodies / local public.
15 Bidder shall identify the exact locations at site where connections, tie-ins /
hook-ups are required for various services and facilities during pre-bid site visit.
Confirm compliance.
16 Bidder to note that rerouting & remaking, strengthening, widening, dismantling
as directed, of any permanent structure / roads / culverts / drains / other
structures or any other services as per detailed engineering necessary for the
completion of job are in Bidder scope. Confirm compliance.
17 Bidder to note and confirm that providing sleeves / culverts for storm water
drains etc. at all road crossings, ERC (culvert), IRC (culvert), SCRC on all
roads within scope limit, laying / crossing work of process pipe line, water pipe,
electric cable and instrument cables, etc. are in Bidder’s scope.
18 Bidder to note and confirm that for RCC pipes, wherever required as per
Design Basis, socket and spigot type joint shall only be used. No collar type
jointed pipes are acceptable.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18) IOCL GUJARAT
PROJECT
REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


TECHNICAL COMPLIANCE
Bidding Document Project No. – CIVIL
DocumentCHECKLIST
No. &
Rev. No.
Reference: 077154C/T/LuPech 077154C001 STRUCTURALA
077154C-1825-NM-1800-002 Page 4 of 5
(J18)/PACKAGE-4

Sl. QUERY BIDDER'S REPLY


No.
19 Bidder to confirm that, the Geotechnical report / recommendation shall be
followed for subgrade below the RCC/PCC pavement.

20 Bidder to confirm that, the seismic zone is considered as per the design basis
- 077154C-000-JSD-1700-001.
21 Bidder shall provide all structure/ hard stands (shall be designed and provided
by Bidder depending upon the type of crane and erection sequence) / approach
roads etc. required for erection of equipment & dismantling the same after
completion of work if required (as per direction of Engineer-in-charge). Confirm
compliance.
22 Note and confirm that Bidder has understood the subsoil profile as given in
Geotechnical recommendation, which shall also be followed for earth work,
subgrade preparation of trenches, bedding & backfilling under / around for
underground pipes in all types of soil within his scope limit.

23 Bidder shall go through the design basis, specifications and soil report and
design the foundation accordingly. Bidder to confirm the above will be followed.

24 Bidder to confirm that piling has been considered as per the foundation
recommendation given in geotechnical report.

25 A detailed list of drawings / documents including design calculations, design


drawings, bar bending schedules (for RCC works) and fabrication drawings
(for structural steel works)] & structure wise quantity statement (showing
anticipated, released and balance quantities of concrete, structural steel and
piles) shall be submitted to OWNER / PMC for review. The drawing /
documents list showing categorization, date of submission / release / review /
record and quantity statement shall be updated every month and submitted to
OWNER / PMC. Confirm compliance.
26 Confirm that all deliverables (document index/documents, drawings/
specifications/drawings for statutory approval, as-built drawings, list of sub
vendors / authorized applicators for specialized items / Monthly / Weekly report
showing status of submitted documents / schedule of submission, category of
submitted documents, etc.) as elaborated in scope of work & supply shall be
submitted by the Bidder.
27 The design and drawings of 33kV Substation building foundation and
superstructure / Pipe rack shall be submitted by the Bidder in one lot, to
facilitate an overall systematic review. Confirm compliance.
28 The Bulk MTO for cement, reinforcement bars (diameter wise) and structural
steel (section wise) shall be submitted to OWNER / PMC within 45 days from
the date of release of FOI/LOI. It shall also be updated at 50% and 90% stages
of engineering progress and submitted to OWNER / PMC for information.
Confirm compliance.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18) IOCL GUJARAT
PROJECT
REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


TECHNICAL COMPLIANCE
Bidding Document Project No. – CIVIL
DocumentCHECKLIST
No. &
Rev. No.
Reference: 077154C/T/LuPech 077154C001 STRUCTURALA
077154C-1825-NM-1800-002 Page 5 of 5
(J18)/PACKAGE-4

Sl. QUERY BIDDER'S REPLY


No.
29 Confirm Structural design and drawings for any structure/equipment
foundation shall be submitted only after architectural drawings / general
arrangement drawings (GAD), equipment data sheets, equipment layout and
other vendor drawings, clash resolution report, etc. (on the basis of which
structural design & drawings are prepared) have been approved by the
concerned specialist of OWNER / PMC. Copies of these reviewed reference
documents along with the compliance report shall also be submitted along with
structural design and drawings while submitting them to OWNER / PMC for
review. For subsequent submission, after comment incorporation, compliance
report will be attached. Confirm compliance.
30 Internationally accepted commercial software STAADPRO only shall be used
for analysis and design. Confirm compliance.
31 Bidder to confirm that plant facilities shall be designed using 3D modeling
including pedestal & foundation and other underground facilities.
32 General philosophy of designs of all the Structures, Pipe rack and Equipment
Foundations along with explanatory sketches and basis of design / analysis
shall be submitted and got approved by OWNER / PMC before the Bidder
proceeds with the final design and construction drawings. Confirm compliance.
33 The Bidder shall submit all drawings / documents, of Building, including design
and architectural details, finishing details & schedules, door-window details
building wise with a list of all these drawings/documents including date of
submission for PMC's approval / review. All the Design drawings/documents
and details for each building /structure shall be submitted together in one lot
and not separately so as to facilitate an overall systematic review.

34 Bidder to confirm that painting for building will be done as per applicable codes
and standards.
35 Bidder to confirm that all temporary barricading, water curtain, fencing required
during construction activities shall be provided and maintained by the bidder
during execution of the works and same shall be removed, if required, after
completion of works including remaking/finishing of the surface.

Notes: -
1. The Bidder shall indicate his reply in the space provided in the Technical confirmation. In case space
provided is not adequate, the reply may be furnished separately under suitably numbered annexure/
attachments duly referred against the comment / query.
2. The confirmation statements / Queries are required to be categorically confirmed/answered by the Bidder
and the completely filled in Technical confirmation shall be submitted together with the Bid.

Bidder’s signature & Stamp


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

TECHNICAL COMPLIANCE
Project No. Document No. Rev. No.
CHECKLIST 077154C001 077154C-1825-NM 1900-002 A
Page 1 of 2
PROCESS SAFETY
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4

TECHNICAL COMPLIANCE CHECKLIST -PROCESS SAFETY

S.
COMPLIANCE STATEMENT / QUERY BIDDER’S REPLY
No.
1. Please confirm that, the site area has been physically surveyed by bidder and well
acquainted with the site area and collected relevant existing system information
from site.
2. Please note and confirm that, all statutory approvals within scope limit are in the
Bidder’s scope of work. Any modifications, alterations/ additions required to meet
statutory regulations are in the Bidder’s scope of work and no extra amount shall
be paid on this account.

3. Please confirm that entire Fire protection system, Fire & Gas Detection System,
Personal Protection System shall comply to Design Basis/OISD / Statutory
Requirements. In case of conflicts, most stringent requirement will govern.
4. Please note and ensure that, entire fire water system including associated
requirements within unit and battery limit conditions specified as per scope of work.
5. Bidder must ensure the Fire water system requirements including fixed water
spray system for cable cellar and Nitrogen Injection System for transformers as
per the scope of work.
6. All firefighting equipment shall be as per attached data sheet / standard
specifications. Confirm compliance.
7. Please confirm that all approaches for construction, erection, maintenance,
emergency evacuation, firefighting etc. have been included in bidder’s scope of
work.
8. First aid appliances, extinguishers, all firefighting equipment like hydrants, portable
monitors, hoses, hose reels, nozzles, hose boxes, spray system equipment, etc.,
shall be provided as per practices & codes/standards inside the Lupech Power
Distribution facility package scope area as applicable.

9. Confirm that the entire work shall be executed as per contract document.
10. Confirm that the equipment and components supplied shall be from one of the
approved vendors given in the in the bid document.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PMC/ EPCM Services for
PROJECT PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

TECHNICAL COMPLIANCE
Project No. Document No. Rev. No.
CHECKLIST 077154C001 077154C-1825-NM 1900-002 A
Page 2 of 2
PROCESS SAFETY
Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4

S.
COMPLIANCE STATEMENT / QUERY BIDDER’S REPLY
No.
11. Confirm that pre-commissioning, commissioning spares, consumables, first fill,
standby fill etc. as required for each equipment has been included in the proposal
as per ITB.
12. Confirm that Special Tools and Tackles, as required for each equipment, have
been included in the proposal as per ITB.
13. Confirm that all consumables such as lubricants etc. as applicable for initial charge
and for pre-commissioning, commissioning and site performance guarantee run
have been included.
14. Please confirm compliance on Mandatory spare part requirements as per ITB.

15. Confirm that the Inspection & Testing requirements including third party
inspections as required shall be complied and included in the proposal with its
necessary cost.
16. Bidder to confirm that no cast iron valves are used for fire water services. Only
cast steel valves as per OISD/ PMS shall be provided.

17. Please note and confirm that all required structures, Civil supports, RCC
Trench/covers, Culverts for road crossing, etc. as required as per specification are
included in the offer.
18. Bidder shall comply with all necessary approvals for the fire protection system in
the scope including the local authority any & PESO/OISD etc.
19. Please note and confirm that the Lupech Power Distribution Facility package shall
be adequately protected by firefighting system. as per specifications, OISD and
NFPA’s requirements.
- Complete fire detection and protection in the bidder’s scope work.
- First aid appliances, extinguishers etc. shall be provided as per OISD/ NFPA.
20. Confirm that the entire fire protection system work shall be executed and
commissioned as per contract document.
21. Please note and confirm that, fire water network and system dismantling within
battery limit including associated requirements specified shall be in the Bidder’s
scope of work including rerouting with nearest existing fire water network or
blinding off, hydro-testing, commissioning complete in all respect.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

TECHNICAL COMPLIANCE CHECKLIST – Project No. Document No. Rev. No.


Page 1 of 3
INSTRUMENTATION 077154C001 077154C-1825-NM-1500-001 A

Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

TECHNICAL COMPLIANCE CHECKLIST

INSTRUMENTATION

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It
shall not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

TECHNICAL COMPLIANCE CHECKLIST – Project No. Document No. Rev. No.


Page 2 of 3
INSTRUMENTATION 077154C001 077154C-1825-NM-1500-001 A

Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

TECHNICAL COMPLIANCE CHECK LIST FOR INSTRUMENTATION

Please note that it is mandatory to furnish replies to the technical queries listed below, without which bidder’s
offer will be considered as incomplete and is liable for rejection.

SL. COMPLIANCE STATEMENT/QUERY BIDDER’S REPLY


NO.
Confirm that the scope of supply & works (077154C-SOW-
1.
PACKAGE4-005) shall be complied in all respects as specified in the
tender document.
2. Bidder is informed that the detailed offers from the instrument /
system manufacturer for all instruments / system are not required
to be furnished along with the Bidder’s proposal at this stage. If any
such details are furnished by the CONTRACTOR in their proposal,
these shall not be reviewed or taken cognizance of at this stage.
These details shall be treated as preliminary and for information
and reference purpose only and shall not be contractually binding.
3. Bidder to confirm and comply to ITB documents in totality. Bidder
must clearly point out any deviations from the ITB and confirm that
all requirements are strictly as per ITB. Deviations if any must be
specific and a clear reference against the applicable specifications
and codes / standards shall be duly consolidated at one place
(under Exceptions / deviations list).
In case no deviation is furnished, it will be presumed that all
requirements are fully met and complied with, by the Bidder. Any
deviations, deletions/corrections made elsewhere in the body of the
Bid document will not be taken cognizance of and all such
deviations shall be deemed to have been withdrawn by the bidder.
Confirm Compliance.
4. Confirm that the Bidder has included Instrumentation Spares
(Mandatory, commissioning, O&M) as specified in the bid
specifications for instrumentation.
5. Confirm that Special Tools & Tackles, as required for
instrumentation works, have been included by the Bidder in his
proposal.
6. Instrument items shall be procured only from vendors appearing in
the Approved Vendors List.
In case items is not listed in approved vendor list, CONTRACTOR
to meet as per Bidder qualification criteria / Proven track record
PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

TECHNICAL COMPLIANCE CHECKLIST – Project No. Document No. Rev. No.


Page 3 of 3
INSTRUMENTATION 077154C001 077154C-1825-NM-1500-001 A

Bidding document reference : 077154C/T/LuPech(J18)/PACKAGE-4

SL. COMPLIANCE STATEMENT/QUERY BIDDER’S REPLY


NO.
specified elsewhere in the ITB. CONTRACTOR to comply.
7. CONTRACTOR has considered for post warranty 5-year
Comprehensive Annual Maintenance Contract for Gas Detection
System.
8. CONTRACTOR to confirm and comply to the “Inspection and Test
Plans for Instrumentation “.
9. CONTRACTOR has considered documentation requirements laid
out elsewhere in the tender documents.
10. CONTRACTOR has understood the scope for supply of Gas
Detection System along with the all required hardware, software
with license as per the BID documents.
11. Confirm that CONTRACTOR has furnished the details of utility
requirement (UPS & Non-UPS Power) for items within
CONTRACTOR’s battery limit.

Notes: -
1. The Bidder shall indicate his reply in the space provided in the Technical confirmation. In case space provided is not
adequate, the reply may be furnished separately under suitably numbered annexure/ attachments duly referred against
the comment / query.
2. The confirmation statements / Queries are required to be categorically confirmed/answered by the Bidder and the
completely filled in Technical confirmation shall be submitted together with the Bid.

Bidder’s signature & Stamp


 

PETROCHEMICAL AND LUBE INTEGRATION 
PROJECT “LuPech” (J‐18) 
IOCL GUJARAT REFINERY

TECHNICAL COMPLIANCE
CHECKLIST – PLANNING
Doc. No: 077154C-1825-PLG-304-001 Rev: A Page 1 of 1

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE4


 
TECHNICAL COMPLIANCE CHECKLIST -PLANNING

Bidders to give specific confirmation that following documents have been submitted along with bid.
(please refer project execution plan” “enclosed with the bidding document) 

SL. BIDDER’S REPLY


COMPLIANCE STATEMENT/QUERY
No.

Bidder to submit proposed Overall Project Schedule in network form


a.
showing details of all Units / facilities identifying major / key milestones.

Write up on Project Planning, Scheduling, Monitoring & Control system


b.
(proposed).

Organizational set up for Planning, Scheduling, Monitoring & Control at


c.
Contractor’s design office & Site office.

Progress Measurement Methodology with details such as weightage,


d.
milestones, frequency etc.

e. Project execution methodology

Function wise Resource Deployment Schedule (manpower &


f.
construction equipment).

Software to be used for planning & material control.


Bidder to use Primavera P6 Software for Planning & scheduling
g.
activities and to identify software for material control. MS Office to
be used for progress calculation.

Statement confirming compliance to the “Planning, Scheduling,


h. Monitoring and Control System” of Bidding Document regarding
contents of the documents to be submitted.

Notes: -
1. The Bidder shall indicate his reply in the space provided in the Technical confirmation. In case
space provided is not adequate, the reply may be furnished separately under suitably numbered
annexure/ attachments duly referred against the comment / query.
2. The confirmation statements / Queries are required to be categorically confirmed/answered by the
Bidder and the completely filled in Technical confirmation shall be submitted together with the Bid.

Bidder’s signature & Stamp

 
PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED

Sub Supplier List for LuPech Project No. Document No. Rev. No.
Page 1 of 62
Power Distribution Facility 077154C001 077154C-1825-SL-1650-004 A

SUB SUPPLIER LIST FOR


LUPECH POWER DISTRIBUTION FACILITY

Digitally signed by
Govindarajan DN:
Govindarajan Ramakrishanan
o=Technip Energies
Anand Kandasamy Ramakrishana Employee, cn=Govindarajan Venkataraman Krishnamoorthy
2021.06.03 14:40:38 Ramakrishanan 2021.06.03 16:49:20 +05'30'

+05'30' n Date: 2021.06.03 14:42:51


+05'30'

A 02-06-2021 Issued for Information KA RG KV/SG


REV. DATE DESCRIPTION PREPARED CHECKED APPROVED

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 2 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

PREAMBLE TO MASTER SUPPLIER LIST

1. PACKAGE SUPPLIER / CONTRACTOR shall necessarily procure all the material / equipment forming
permanent part of the WORK from Vendor’s / Suppliers listed in applicable categories in the MSL only. This
shall include sub-ordered items / components also. The Approved Vendors shall be item specific.

2. Any and all additions /deletions in the MSL shall be subject to OWNER/PMC approval.

3. New Vendors/Suppliers added to the existing category in the MSL shall be considered by PACKAGE
SUPPLIER / CONTRACTOR for all the new enquiries issued for that category after such additions.

4. PACKAGE SUPPLIER / CONTRACTOR may request additions to MSL. In such cases, it is PACKAGE
SUPPLIER / CONTRACTOR’s responsibility to ensure any vendor proposed for addition to the list is
technically qualified to carry out the required work , operates a quality system in accordance with latest ISO
norms or equivalent, is financially stable, can demonstrate past satisfactory experience of similar work, has
the availability of technical support and resources , satisfactory after sales and complies with necessary
Secrecy Declarations, and shop loading / Capacity to complete the required scope of work. PACKAGE
SUPPLIER / CONTRACTOR shall be required to demonstrate to OWNER /PMC’s satisfaction compliance
with this requirement. Consideration of proposed alternate vendors is at the sole discretion of the OWNER
/ PMC and OWNER /PMC may decline to evaluate those vendors based on prior knowledge or resource
limitations.

5. OWNER/PMC’s decision on approval shall be final and non-negotiable. Non-acceptance of a proposed


vendor due to any reasons whatsoever shall not be a cause of schedule and cost implication.

6. The deletion of Vendor(s) from MSL may be proposed by PACKAGE SUPPLIER / CONTRACTOR provided
detailed and qualified reasons are provided for OWNER/PMC’s review and approval.

7. PACKAGE SUPPLIER / CONTRACTOR shall verify with the Vendor regarding current validity, holiday
status and range of approval, workload, stability and solvency before placement of order. PACKAGE
SUPPLIER / CONTRACTOR is also required to ensure that equipment qualification criteria, specified
elsewhere in the bid document are also simultaneously met.

8. Vendors on OWNER / PMC holiday list shall not be considered for ordering. PACKAGE SUPPLIER /
CONTRACTOR shall comply with this requirement without any time or cost implication to the OWNER. If a
vendor is put on OWNER/PMC’s holiday list subsequent to PACKAGE SUPPLIER / CONTRACTOR placing
an order, it shall be PACKAGE SUPPLIER / CONTRACTOR’s responsibility to ensure quality work and
timely supply from the vendor.

9. PACKAGE SUPPLIER / CONTRACTOR shall make an independent assessment of capability of all the
vendors for timely deliveries of material / equipment. Any delays in deliveries by vendor(s) shall not be a
cause of schedule and cost implication.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 3 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

10. For Vendors included in each category , it will be PACKAGE SUPPLIER / CONTRACTOR’s responsibility
to ensure that the item being ordered on approved vendor has been manufactured and supplied by them (
range , thickness, size, Capacity, MOC, etc.) on past projects of IOCL/PMC or any reputed Refinery
/Hydrocarbon Sector.

11. At any stage of the project, if it comes to the notice of OWNER / PMC that PACKAGE SUPPLIER /
CONTRACTOR has procured material / equipment, intentionally or unintentionally whatsoever, from an
unapproved vendor and/or items not falling in approved range of vendor(s), the same shall be rejected
forthwith and PACKAGE SUPPLIER / CONTRACTOR shall be liable to replace such material / plant /
machinery without any schedule and cost implication to the OWNER.

12. Wherever Licensor recommended Vendor list is provided, it shall overrule the vendor list enclosed
herewith. Whenever, Vendors list is given by Process Licensor, for specific items, PACKAGE SUPPLIER /
CONTRACTOR shall follow the same.

13. It is understood that should the name of Vendor be changed due to change in their Company or Corporate
shareholding, OWNER may accept such Vendors under its new name with prior approval. Any such
approval shall, however, not absolve the PACKAGE SUPPLIER / CONTRACTOR from any of his
obligations under the contract, neither shall any such approval signify nominations or instruction to use
such a vendor. All approved vendors are deemed to have been freely chosen by the PACKAGE SUPPLIER
/ CONTRACTOR at his own risk.

14. The approved vendors list for fabricated equipment (Vessels, Column, Heat Exchangers, Ejectors etc.) is
for fabrication alone. Where mechanical design of the equipment is included in PACKAGE SUPPLIER /
CONTRACTOR’S scope, PACKAGE SUPPLIER / CONTRACTOR shall either himself or through his
Detailed Engineering sub- sub-contractor be responsible for designing and obtaining approval / review of
Mechanical design calculations as per codes/specifications specified elsewhere in the Bid/ Supplier
document from OWNER / PMC.

15. PACKAGE SUPPLIER / CONTRACTOR can use any Suppliers/Vendors from a country which shares a
land border with India provided if the said Supplier is registered with the Competent Authority in line with
requirements specified by Government of India. Broad Guidelines in this regard is specified in the Tender.
The PACKAGE SUPPLIER / CONTRACTOR shall ensure to complete the registration process by such
Suppliers/Vendors before the placement of Order and provide proof of the same to OWNER/PMC.

16. Any item /material/ equipment value less than INR 200 crores shall be inquired only to Indian Vendors.

17. If any item is not listed in this document, PACKAGE SUPPLIER / CONTRACTOR shall contact PMC /
OWNER for the Approved Supplier list.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 4 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

MASTER INDEX

SECTION-A : EQUIPMENTS
S.No Category Page No
3 FIRE FIGHTING EQUIPMENT 5-6
4 HVAC & MISCELLANEOUS 6-8
SECTION-B : BULK PIPING ITEMS
1 PIPING & FITTINGS 9-29
SECTION-C : ELECTRICAL
5 ELECTRICAL EQUIPMENTS 29-48
SECTION-D : INSTRUMENTATION ITEMS
6 INSTRUMENTS 48-57
SECTION-E : CIVIL & STRUCTURAL ITEMS
7 CIVIL & STRUCTURAL ITEMS 57-62

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 5 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-A : EQUIPMENTS
S.No SUPPLIER NAME COUNTRY
3 FIRE FIGHTING EQUIPMENT
3.1 FIRE EXTINGUISHERS (PORTABLE)
A INDIAN BIDDERS
3.1.1 ASCO STRUMECH PVT LTD INDIA
3.1.2 BHARAT ENGG. WORKS INDIA
3.1.3 BRIJBASI HI-TECH UDYOG INDIA
3.1.4 FIRE SAFETY DEVICES PVT. LIMITED INDIA
3.1.5 GUNNEBO INDIA LIMITED INDIA
3.1.6 INTEGRATED FIRE PROTECTION PVT. LTD. INDIA
3.1.7 INTIME FIRE APPLIANCES PVT LTD INDIA
3.1.8 KANADIA FYR FYTER PVT. LTD. INDIA
3.1.9 KIDDE INDIA LTD. INDIA
3.1.10 NEWAGE INDUSTRIES INDIA
3.1.11 NITIN FIRE PROTECTION INDUSTRIES LTD INDIA
3.1.12 SAFEX FIRE SERVICES LTD. INDIA
3.1.13 SUPREMEX EQUIPMENTS INDIA
3.1.14 UNITED FIRE EQUIPMENTS PVT. LTD. INDIA
3.1.15 VIMAL FIRE CONTROLS PVT LTD INDIA
3.1.16 ZENITH FIRE SERVICES (INDIA) PVT. LTD. INDIA
3.1.17 MINIMAX INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
3.1.18 MINIMAX GmbH & Co.KG GERMANY

3.2 SAFETY SHOWER & EYE WASHER


A INDIAN BIDDERS
3.2.1 CREATIVE ENGINEERS INDIA
3.2.2 PRADEEP SAFETY PVT LTD. INDIA
3.2.3 FRANCIS LESLIE & CO. INDIA
3.2.4 STAR ENGINEERS INDIA
3.2.5 TYCO FIRE & INTEGRATED SOLUTIONS INDIA
3.2.6 UNICARE EMERGENCY EQPT INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 6 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-A : EQUIPMENTS
S.No SUPPLIER NAME COUNTRY
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
3.2.7 EMERGENCY SHOWER COMPANY LTD UK
3.2.8 KNOWSLEY S.K. LIMITED UK
3.2.9 SHOWERS & EYEBATHS LIMITED UK

3.14 SPRAY NOZZLE- FIRE FIGHTING


A INDIAN BIDDERS
3.14.1 FIRETECH EQUIPMENTS & SYSTEM PVT. LTD. INDIA
3.14.2 HD FIREPROTECT PVT. LTD. INDIA
3.14.3 TYCO FIRE & INTEGRATED FIRE SOLUTION INDIA
3.14.4 UTC FIRE AND SECURITY INDIA LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
3.14.5 ELKHART PRODUCTS CORPORATION USA
3.14.6 STRAHMAN VALVES INC. USA
4 PACKAGES , HVAC & MISCELLANEOUS
4.24 AIR CONDITIONING SYSTEM - PACKAGE UNIT
A INDIAN BIDDERS
4.24.1 ADVANCE VENTILATION PVT. LTD INDIA
4.24.2 AIR PERFECTION INDIA
4.24.3 BLUE STAR LTD INDIA
4.24.4 EMERSON NETWORK POWER (I) PVT LTD ( VERTIV INDIA ) INDIA
4.24.5 ETA ENGINEERING PVT. LTD. INDIA
4.24.6 ROOTS COOLING SYSTEMS PVT LTD INDIA
4.24.7 VOLTAS LIMITED INDIA
4.28 CHEMICAL FILTER (HVAC)
A INDIAN BIDDERS
4.28.1 BRY AIR INDIA
4.28.2 CAMFIL INDIA
4.28.3 CARYAIRE INDIA
4.28.4 PURAFIL INDIA

4.30 EXHAUST AXIAL FAN (HVAC)


A INDIAN BIDDERS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 7 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-A : EQUIPMENTS
S.No SUPPLIER NAME COUNTRY
4.30.1 GE POWER INDIA LIMITED INDIA
4.30.2 CROMPTON GREAVES LTD. INDIA
4.30.3 PATEL AIRFLOW LTD INDIA

4.32 AIR FILTERS (HVAC)


A INDIAN BIDDERS
4.32.1 AIRTECH INDIA
4.32.2 ANFILCO INDIA
4.32.3 DYNA INDIA
4.32.4 TENACITY INDIA
4.32.5 THERMADYNE INDIA

4.34 FIRE DAMPER


A INDIAN BIDDERS
4.34.1 CARYAIRE INDIA
4.34.2 GEORGE RAO & CO INDIA
4.34.3 RAVISTAR INDIA
4.34.4 TSC INSTRUMENTS INDIA
4.34.5 RUSKIN INDIA
4.34.6 ACTION AIR INDIA

4.35 VOLUME CONTROL DAMPERS / LOUVERS


A INDIAN BIDDERS
4.35.1 ADVANCE VENTILATION INDIA
4.35.2 AIR MASTER INDIA
4.35.3 CARRYAIRE INDIA
4.35.4 DYNACRAFT INDIA
4.35.5 RAVISTAR INDIA
4.35.6 S.K.SYSTEMS INDIA

4.36 GRILL / DIFFUSER FOR AIR CONDITIONING SYSTEM


A INDIAN BIDDERS
4.36.1 AIR MASTER INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 8 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-A : EQUIPMENTS
S.No SUPPLIER NAME COUNTRY
4.36.2 CARRYAIRE INDIA
4.36.3 DYNACRAFT INDIA
4.36.4 RAVISTAR INDIA
4.36.5 TITUS INDIA
4.36.6 TROX INDIA
4.36.7 METAL AIRE INDIA
4.36.8 WATERLOO INDIA

4.37 DAMPER ACTUATOR


A INDIAN BIDDERS
4.37.1 BELIMO INDIA
4.37.2 DANFOSS INDIA
4.37.3 HONEYWELL INDIA
4.37.4 SIEMENS INDIA

4.38 MODULATING DAMPER ACTUATOR


A INDIAN BIDDERS
4.38.1 HONEYWELL INDIA
4.38.2 INDFOSS INDIA
4.38.3 JHONSON CONTROLS INDIA
4.38.4 PENN INDIA
4.38.5 SIEMENS INDIA

4.39 G.I. SHEETS (HVAC DUCTING)


A INDIAN BIDDERS
4.39.1 JINDAL INDIA
4.39.2 SAIL INDIA
4.39.3 TATA INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 9 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1 PIPING & FITTINGS
1.15 FLANGE- CARBON STEEL
A INDIAN BIDDERS
1.15.1 ABASI ENGINEERING WORKS INDIA
1.15.2 ANANDMAYEE FORGINGS PVT LTD INDIA
1.15.3 BHARAT FORGE LTD. INDIA
1.15.4 BRITEX ENGINEERING WORKS INDIA
1.15.5 CD ENGINEERING CO. INDIA
1.15.6 CD INDUSTRIES UNIT OF KISAAN ENGINEERING WORKS PRIVATE LIMITED INDIA
1.15.7 CHW FORGE PVT LTD (FR. CHAUDHRY HAMMER) INDIA
1.15.8 ECHJAY INDUSTRIES PVT LTD INDIA
1.15.9 FIVEBROS FORGINGS PVT.LTD. INDIA
1.15.10 GOOD LUCK ENGINEERING CO. INDIA
1.15.11 HILTON METAL FORGING LIMITED INDIA
1.15.12 JAI AUTO PVT LTD INDIA
1.15.13 JAV FORGINGS & ENGINEERINGS PVT LTD INDIA
1.15.14 KISAAN DIETECH PVT LTD INDIA
1.15.15 KISAAN STEEL (P) LTD INDIA
1.15.16 KUNJ FORGINGS PVT LTD INDIA
1.15.17 LAL METAL FORGE LTD INDIA
1.15.18 M.S. FITTINGS MFG. CO PVT LTD INDIA
1.15.19 MAASS FLANGE INDIA PVT. LTD INDIA
1.15.20 METAL FORGINGS PVT LTD INDIA
1.15.21 P.K.TUBES & FITTINGS PVT.LTD. INDIA
1.15.22 PARAMOUNT FORGE INDIA
1.15.23 PRADEEP METALS LIMITED INDIA
1.15.24 R D FORGE (A UNIT OF R D CHEMICALS PVT LTD) INDIA
1.15.25 R.N.GUPTA & CO. LTD INDIA
1.15.26 SANGHVI FORGING & ENGINEERING LIMITED INDIA
1.15.27 STEEL AIIDS ENTERPRISE PVT LTD INDIA
1.15.28 UTSAH ENGINEERING PVT LTD(A CD ENGG COMP INDIA
1.15.29 TRIVENI REFRACTORIES PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 10 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.15.30 MAXELL FORGE INDUSTRIES INDIA
1.15.31 GAYATRI FORGE PVT LTD INDIA
1.15.32 K S PIPE FITTINGS PRIVATE LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.15.33 BRUCK GMBH ENSHEIM UAE
1.15.34 ITM S.R.L. ITALY
1.15.35 KOREA FLANGE SOUTH KOREA
1.15.36 MELESI OFFICINE AMBROGIO MELESI & C.SRL ITALY
1.15.37 OFFICINE NICOLA GALPERTI & FIGLIO S.P.A. ITALY
1.15.38 OFFICINE SANTAFEDE SRL ITALY
1.15.39 PROMAT BD LTD MIDDLE EAST UAE
1.15.40 ULMA FORJA S.COOP. SPAIN
1.15.41 VALVITALIA SPA-TECNOFORGE DIVISION ITALY
1.15.42 VILMAR SA ROMANIA
1.22 PIPE-CARBON STEEL TO INDIAN STANDARDS
A INDIAN BIDDERS
1.22.1 A.S.T. PIPES PVT. LTD.(AST GROUP) INDIA
1.22.2 ASIAN MILLS PVT LTD INDIA
1.22.3 ASIAN TUBES LTD. INDIA
1.22.4 ASRANI TUBES LIMITED INDIA
1.22.5 DADU PIPES (P) LTD INDIA
1.22.6 GOODLUCK STEEL TUBES LTD INDIA
1.22.7 INDUS TUBE LIMITED INDIA
1.22.8 JCO GAS PIPE LIMITED INDIA
1.22.9 JINDAL (INDIA) LIMITED INDIA
1.22.10 JINDAL INDUSTRIES LTD INDIA
1.22.11 JINDAL PIPES LTD INDIA
1.22.12 JINDAL SAW LTD (KOSI WORKS) INDIA
1.22.13 LAL BABA SEAMLESS TUBES PVT. LTD INDIA
1.22.14 LALIT PIPES & PIPES LTD INDIA
1.22.15 MAHARASHTRA SEAMLESS LTD. INDIA
1.22.16 MAN INDUSTRIES (INDIA) LTD INDIA
1.22.17 MUKAT TANKS & VESSELS PVT lTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 11 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.22.18 NEZONE TUBES LIMITED INDIA
1.22.19 NORTH EASTERN TUBES LIMITED INDIA
1.22.20 P S STEEL TUBES LTD INDIA
1.22.21 PRATIBHA INDUSTRIES LIMITED INDIA
1.22.22 RAMA STEEL TUBES LTD. INDIA
1.22.23 RATNAMANI METALS AND TUBES LTD INDIA
1.22.24 RAVINDRA TUBES LIMITED INDIA
1.22.25 SAMSHI PIPE INDUSTRIES LIMITED INDIA
1.22.26 SURYA ROSHNI LTD INDIA
1.22.27 SWASTIK PIPES LTD INDIA
1.22.28 UTKARSH TUBES & PIPES LTD ( FORMLY. BMW) INDIA
1.22.29 WELSPUN CORP LIMITED INDIA
1.22.30 ZENITH BIRLA (INDIA) LIMITED INDIA
1.22.31 ADVANCED STEEL TUBE LTD INDIA
1.22.32 APL APOLLO TUBE LTD INDIA
1.22.33 CAPACITY STRUCTURES LTD INDIA
1.22.34 ARCELORMITTAL NIPPON STEEL INDIA LIMITED INDIA
1.22.35 ZENITH FIRE SERVICE INDIA PVT LTD INDIA

1.23 PIPES & TUBULARS TO A.P.I.STANDARDS


A INDIAN BIDDERS
1.23.1 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.23.2 ARCELORMITTAL NIPPON STEEL INDIA LIMITED INDIA
1.23.3 ISMT LTD INDIA
1.23.4 JCO GAS PIPE LIMITED INDIA
1.23.5 JINDAL PIPES LTD INDIA
1.23.6 JINDAL SAW LTD (KOSI WORKS) INDIA
1.23.7 JINDAL SAW LTD (NASHIK WORKS) INDIA
1.23.8 LALIT PIPES & PIPES LTD INDIA
1.23.9 MAHARASHTRA SEAMLESS LTD. INDIA
1.23.10 MUKAT TANKS & VESSELS PVT lTD INDIA
1.23.11 PRATIBHA INDUSTRIES LIMITED INDIA
1.23.12 RATNAMANI METALS AND TUBES LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 12 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.23.13 SURYA ROSHNI LTD INDIA
1.23.14 SWASTIK PIPES LTD INDIA
1.23.15 WELSPUN CORP LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.23.16 ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA UAE
1.23.17 SUMITOMO METAL IND.LTD JAPAN
1.23.18 EEW KOREA CO. LTD GERMANY
1.23.19 EISENBAU KRAMER GMBH GERMANY
1.23.20 HYUNDAI RB CO.LTD SOUTH KOREA
1.23.21 INOX TECH. SPA ITALY
1.23.22 SIDERCA S.A.I.C. (ENQUIRY TO TENARIS) UAE
1.23.23 TATA STEEL UK LIMITED UK
1.23.24 TUBOS DE ACERO DE MEXICO SA(ENQ.TENARIS) UAE
1.23.25 TUBOS REUNIDOS SA SPAIN
1.23.26 UMRAN STEEL PIPE INC (TURKEY) TURKEY
1.23.27 VALCOVNY TRUB CHOMUTOV CZECH
REPUBLIC
1.23.28 VALLOUREC TUBES FRANCE FRANCE
1.23.29 YANGZHOU LONTRIN STEEL TUBE CO.,LTD. CHINA
1.24 PIPE/TUBE-C S (SEAMLESS)TO ASTM STDS
A INDIAN BIDDERS
1.24.1 ANAND SEAMLESS TUBES PVT. LTD INDIA
1.24.2 AVON TUBETECH PVT LTD INDIA
1.24.3 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.24.4 HEAVY METAL & TUBES (INDIA) PRIVATE LIMITED INDIA
1.24.5 ISMT LTD-AHMEDNAGAR INDIA
1.24.6 JINDAL SAW LTD (NASHIK WORKS) INDIA
1.24.7 JR SEAMLESS PVT.LTD INDIA
1.24.8 LAL BABA SEAMLESS TUBES PVT. LTD INDIA
1.24.9 MAHALAXMI SEAMLESS LIMITED INDIA
1.24.10 MAHARASHTRA SEAMLESS LTD. INDIA
1.24.11 PATELS AIRFLOW LTD. INDIA
1.24.12 RATNADEEP METAL AND TUBES LTD. INDIA
1.24.13 SAINEST TUBES PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 13 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.24.14 SN TUBES PRIVATE LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.24.15 ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA UAE
1.24.16 SUMITOMO METAL IND.LTD JAPAN
1.24.17 JFE STEEL CORPORATION UAE
1.24.18 KASCO SOUTH KOREA
1.24.19 PRODUCTOS TUBULARES S.A.U. SPAIN
1.24.20 TUBOS REUNIDOS SA SPAIN
1.24.21 VALCOVNY TRUB CHOMUTOV CZECH
REPUBLIC
1.24.22 VALLOUREC TUBES FRANCE FRANCE
1.24.23 WYMAN GORDON FORGINGS USA
1.24.24 YANGZHOU LONTRIN STEEL TUBE CO.,LTD. CHINA
1.25 PIPE-CARBON STEEL(WELDED)TO ASTM STDS
A INDIAN BIDDERS
1.25.1 ARCELORMITTAL NIPPON STEEL INDIA LIMITED INDIA
1.25.2 JINDAL SAW LTD (KOSI WORKS) INDIA
1.25.3 LALIT PIPES & PIPES LTD INDIA
1.25.4 MAN INDUSTRIES (INDIA) LTD INDIA
1.25.5 MUKAT TANKS & VESSELS PVT lTD INDIA
1.25.6 RATNAMANI METALS AND TUBES LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.25.7 EEW KOREA CO. LTD GERMANY
1.25.8 SUMITOMO METAL IND.LTD JAPAN
1.25.9 EISENBAU KRAMER GMBH GERMANY
1.25.10 HYUNDAI RB CO.LTD SOUTH KOREA
1.25.11 INOX TECH. SPA ITALY
1.25.12 TATA STEEL UK LIMITED UK
1.47 FITTING BLOCK FORGED-CARBON STEEL
A INDIAN BIDDERS
1.47.1 CSA FITTINGS INDIA
1.47.2 EBY FASTENERS INDIA
1.47.3 FLASH FORGE PVT LTD INDIA
1.47.4 HILTON METAL FORGING LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 14 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.47.5 LEADER VALVES LTD INDIA
1.47.6 M.S. FITTINGS MFG. CO PVT LTD INDIA
1.47.7 P.K.TUBES & FITTINGS PVT.LTD. INDIA
1.47.8 TUBE BEND (CALCUTTA) PVT LTD INDIA
1.47.9 U I PIPE FITTINGS PVT LTD INDIA
1.47.10 VIJAY CYCLE & STEEL INDUSTRIES INDIA
1.47.11 SIDHARTH & GAUTAM ENGINEERS INDIA
1.47.12 TOPAZ PIPING INDUSTRIES INDIA
1.47.13 VAIBHAV FITTING INDIA PVT LTD INDIA
1.47.14 MAXELL FORGE INDUSTRIES INDIA
1.47.15 GAYATRI FORGE PVT LTD INDIA
1.47.16 K S PIPE FITTINGS PRIVATE LIMITED INDIA
1.47.17 REAL FORGE & FITTING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.47.18 CHERO PIPING SPA ITALY
1.47.19 FITTINOX SRL ITALY
1.47.20 ITM S.R.L. ITALY
1.47.21 KEONSAE HIGH PRESSURE CO.LTD. SOUTH KOREA
1.47.22 M.E.G.A SPA ITALY
1.47.23 MUNRO & MILLER FITTINGS LTD UK
1.47.24 PROMAT BD LTD MIDDLE EAST UAE
1.47.25 TK CORPORATION SOUTH KOREA
1.47.26 WILH SCHULZ GmbH GERMANY
1.52 FITTINGS FROM SEAMLESS PIPE-CARBON STEEL
A INDIAN BIDDERS
1.52.1 CSA FITTINGS INDIA
1.52.2 DEE DEVELOPMENT ENGINEERS LIMITED INDIA
1.52.3 FITTECH INDUSTRIES PVT LTD INDIA
1.52.4 GAYATRI FORGE PVT LTD INDIA
1.52.5 GUJARAT INFRAPIPES PVT. LIMITED INDIA
1.52.6 INTERTECH FITTINGS INDIA PVT LTD INDIA
1.52.7 K S PIPE FITTINGS PRIVATE LIMITED INDIA
1.52.8 K.S.PIPE FITTINGS (P) LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 15 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.52.9 M.S. FITTINGS MFG. CO PVT LTD INDIA
1.52.10 MAXELL FORGE INDUSTRIES INDIA
1.52.11 P.K.TUBES & FITTINGS PVT.LTD. INDIA
1.52.12 PARAS ENGINEERING WORKS (MUMBAI) PVT LTD INDIA
1.52.13 PATTECH FITWELL TUBE COMPONENTS INDIA
1.52.14 PETRO CHEM INDUSTRIES INDIA
1.52.15 SAWAN ENGINEERS PVT LTD INDIA
1.52.16 SIDHARTH & GAUTAM ENGINEERS INDIA
1.52.17 TEEKAY TUBES PVT LTD INDIA
1.52.18 TOPAZ PIPING INDUSTRIES INDIA
1.52.19 TUBE BEND (CALCUTTA) PVT LTD INDIA
1.52.20 TUBE INNOVATIVE (INDIA) INDIA
1.52.21 TUBES INDIA INDIA
1.52.22 TUBE TURN (INDIA) PVT LTD INDIA
1.52.23 U I PIPE FITTINGS PVT LTD INDIA
1.52.24 Peramount Forge & Fittings Private Limited INDIA
1.52.25 REAL FORGE & FITTING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.52.26 ERNE FITTINGS GMBH AUSTRIA
1.52.27 AWAJI MATERIA (THAILAND) CO. LTD. THAILAND
1.52.28 EZEFLOW INC. CANADA
1.52.29 IBF S P A ITALY
1.52.30 ITM S.R.L. ITALY
1.52.31 MUNRO & MILLER FITTINGS LTD UK
1.52.32 PIANA S.P.A ITALY
1.52.33 RACCORTUBI SPA ITALY
1.52.34 SUNGKWANG BEND CO. LTD SOUTH KOREA
1.52.35 TK CORPORATION SOUTH KOREA
1.52.36 VALVITALIA SPA-TECNOFORGE DIVISION ITALY
1.52.37 VIRGILIO CENA & FIGLI S.p.A. ITALY
1.52.38 WILH SCHULZ GmbH GERMANY
1.52.39 ALLIED INTERNATIONAL S.R.L. ITALY
1.59 FITTINGS FABRICATED FROM PLATE - C.S.

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 16 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
A INDIAN BIDDERS
1.59.1 DEE DEVELOPMENT ENGINEERS LIMITED INDIA
1.59.2 GUJARAT INFRAPIPES PVT. LIMITED INDIA
1.59.3 NAVKAR FITTINGS & FORGINGS PVT LTD INDIA
1.59.4 P.K.TUBES & FITTINGS PVT.LTD. INDIA
1.59.5 PARAS ENGINEERING WORKS (MUMBAI) PVT LTD INDIA
1.59.6 PETRO CHEM INDUSTRIES INDIA
1.59.7 SAWAN ENGINEERS PVT LTD INDIA
1.59.8 SIDHARTH & GAUTAM ENGINEERS INDIA
1.59.9 TEEKAY TUBES PVT LTD INDIA
1.59.10 TOPAZ PIPING INDUSTRIES INDIA
1.59.11 TOPAZ PIPING INDUSTRIES INDIA
1.59.12 TUBE BEND (CALCUTTA) PVT LTD INDIA
1.59.13 TUBE INNOVATIVE (INDIA) INDIA
1.59.14 TUBES INDIA INDIA
1.59.15 TUBE TURN (INDIA) PVT LTD INDIA
1.59.16 REAL FORGE & FITTING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.59.17 EZEFLOW INC. CANADA
1.59.18 AWAJI MATERIA (THAILAND) CO. LTD. THAILAND
1.59.19 IBF S P A ITALY
1.59.20 ITM S.R.L. ITALY
1.59.21 MUNRO & MILLER FITTINGS LTD UK
1.59.22 PIANA S.P.A ITALY
1.59.23 RACCORTUBI SPA ITALY
1.59.24 SUNGKWANG BEND CO. LTD SOUTH KOREA
1.59.25 TK CORPORATION SOUTH KOREA
1.59.26 VALVITALIA SPA-TECNOFORGE DIVISION ITALY
1.59.27 VILMAR SA ROMANIA
1.59.28 ALLIED INTERNATIONAL S.R.L. ITALY
1.63 FITTINGS PIPE CAP (C S)
A INDIAN BIDDERS
1.63.1 CSA FITTINGS INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 17 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.63.2 DEE DEVELOPMENT ENGINEERS LIMITED INDIA
1.63.3 GUJARAT INFRAPIPES PVT. LIMITED INDIA
1.63.4 K.S.PIPE FITTINGS (P) LTD INDIA
1.63.5 M.S. FITTINGS MFG. CO PVT LTD INDIA
1.63.6 NAVKAR FITTINGS & FORGINGS PVT LTD INDIA
1.63.7 P.K.TUBES & FITTINGS PVT.LTD. INDIA
1.63.8 PARAS ENGINEERING WORKS (MUMBAI) PVT LTD INDIA
1.63.9 PATTECH FITWELL TUBE COMPONENTS INDIA
1.63.10 PETRO CHEM INDUSTRIES INDIA
1.63.11 SAWAN ENGINEERS PVT LTD INDIA
1.63.12 TEEKAY TUBES PVT LTD INDIA
1.63.13 TUBE BEND (CALCUTTA) PVT LTD INDIA
1.63.14 SIDHARTH & GAUTAM ENGINEERS INDIA
1.63.15 TOPAZ PIPING INDUSTRIES INDIA
1.63.16 TUBE INNOVATIVE (INDIA) INDIA
1.63.17 TUBES INDIA INDIA
1.63.18 TUBE TURN (INDIA) PVT LTD INDIA
1.63.19 REAL FORGE & FITTING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.63.20 EZEFLOW INC. CANADA
1.63.21 AWAJI MATERIA (THAILAND) CO. LTD. THAILAND
1.63.22 IBF S P A ITALY
1.63.23 ITM S.R.L. ITALY
1.63.24 MUNRO & MILLER FITTINGS LTD UK
1.63.25 PIANA S.P.A ITALY
1.63.26 SUNGKWANG BEND CO. LTD SOUTH KOREA
1.63.27 TK CORPORATION SOUTH KOREA
1.63.28 VALVITALIA SPA-TECNOFORGE DIVISION ITALY
1.63.29 VILMAR SA ROMANIA
1.63.30 WILH SCHULZ GmbH GERMANY
1.63.31 ALLIED INTERNATIONAL S.R.L. ITALY
1.71 GASKET SPIRAL WOUND
A INDIAN BIDDERS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 18 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.71.1 BOMBAY CHEMICAL EQUIPMENTS INDIA
1.71.2 CHAMPION JOINTINGS PVT LTD. INDIA
1.71.3 DAVE ENGINEERS PVT.LTD INDIA
1.71.4 GOODRICH GASKET PVT LTD INDIA
1.71.5 IGP ENGINEERS PVT. LIMITED INDIA
1.71.6 JAMES WALKER INMARCO INDUSTREIS PVT. LTD INDIA
1.71.7 MADRAS INDUSTRIAL PRODUCTS INDIA
1.71.8 NEOSEAL ENGINNEERING PRIVATE LIMITED INDIA
1.71.9 STARFLEX SEALING INDIA PVT LTD INDIA
1.71.10 TEADIT PACKING AND GASKETS PVT LTD INDIA
1.71.11 TEEKAY FLOWFLEX PVT. LTD. INDIA
1.71.12 UNI KLINGER LTD INDIA

1.74 FASTENERS
A INDIAN BIDDERS
1.74.1 AEPCOM FASTENERS PRIVATE LIMITED INDIA
1.74.2 DEEPAK FASTENERS LIMITED (DORAHA UNIT) INDIA
1.74.3 FASTENERS & ALLIED PRODUCTS PVT LTD. INDIA
1.74.4 FIX FIT FASTENERS MFG. PVT.LTD. INDIA
1.74.5 HARDWIN FASTENERS PVT LTD. INDIA
1.74.6 HEM INDUSTRIES INDIA
1.74.7 INDUSTRIAL ENGINEERING CORP. INDIA
1.74.8 KUNDAN INDUSTRIES LTD. INDIA
1.74.9 LAKSHMI PRECISION SCREWS LTD INDIA
1.74.10 MEGA ENGINEERING PVT. LTD. INDIA
1.74.11 MULTI FASTENERS PVT LTD INDIA
1.74.12 NITIN FASTNERS PVT LTD INDIA
1.74.13 PANKAJ INTERNATIONAL INDIA
1.74.14 PIONEER NUTS & BOLTS PVT LTD INDIA
1.74.15 PRECISION AUTO ENGINEERS INDIA
1.74.16 PRECISION ENGG. INDUSTRIES INDIA
1.74.17 PRESIDENT ENGINEERING WORKS INDIA
1.74.18 PROCYON TCHNOLOGY INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 19 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.74.19 SAVETA ENGINEERING CO.PVT.LTD. INDIA
1.74.20 SOUVENIR INTERNATIONAL INDIA
1.74.21 SYNDICATE ENGINEERING INDUSTRIES INDIA
1.74.22 UDEHRA FASTENERS LIMITED INDIA
1.74.23 UDEHRA MECHANICAL WORKS INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.74.24 BEA SRL ITALY
1.74.25 KOREA PARTS & FASTENERS (KPF) SOUTH KOREA
1.74.26 OME METALLURGICA ERBESE S.r.l. ITALY
1.74.27 TECHNICAL METAL EST. UAE
1.74.28 TRIPLE FAST MIDDLE EAST LTD UAE

1.79 STRAINERS (FAB/CAST/FORGED)


A INDIAN BIDDERS
1.79.1 BOMBAY CHEMICAL EQUIPMENTS INDIA
1.79.2 ESCO STEAMCON PVT. LTD. INDIA
1.79.3 FORBES MARSHALL PRIVATE LIMITED INDIA
1.79.4 GRAND PRIX ENGINEERING PVT LTD. INDIA
1.79.5 GUJARAT OTOFILT INDIA
1.79.6 LEADER VALVES LTD INDIA
1.79.7 MULTITEX FILTRATION ENGINEERS LTD. INDIA
1.79.8 PENNANT ENGINEERING PVT LTD INDIA
1.79.9 SUNGOV ENGINEERING PVT LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.79.10 VERMEER PROCESS TECHNOLOGY B.V NETHERLANDS
1.80 STEAM TRAPS-BUCKET/TH.DYN/TH.STAT/FLOAT
A INDIAN BIDDERS
1.80.1 ARMSTRONG INTERNATIONAL PVT LTD. INDIA
1.80.2 ESCO STEAMCON PVT. LTD. INDIA
1.80.3 FORBES MARSHALL PRIVATE LIMITED INDIA
1.80.4 GESTRA AG (FLOWSERVE GROUP) INDIA
1.80.5 LEADER VALVES LTD INDIA
1.80.6 PENNANT ENGINEERING PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 20 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.80.7 UNI KLINGER LTD INDIA
1.81 COMPACT STEAM TRAPING ASSY+SS/CR MANFOLD
A INDIAN BIDDERS
1.81.1 ARMSTRONG INTERNATIONAL PVT LTD. INDIA
1.81.2 FORBES MARSHALL PRIVATE LIMITED INDIA
1.81.3 UNI KLINGER LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.81.4 ARMSTRONG INTERNATIONAL SA Belgium
1.86 VALVE GATE CAST
A INDIAN BIDDERS
1.86.1 AMPO VALVES INDIA PVT LTD INDIA
1.86.2 AMPO, S.COOP (POYAM VALVES) SPAIN
1.86.3 ASSOCIATED TOOLINGS INDIA PVT LTD INDIA
1.86.4 AV VALVES LIMITED INDIA
1.86.5 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.86.6 CRI PUMPS PVT LTD (UNIT-VALVES) INDIA
1.86.7 EXPERT ENGINEERING ENTERPRISES INDIA
1.86.8 FLOWSERVE INDIA CONTROLS PVT LTD INDIA
1.86.9 FLUIDLINE VALVES CO.PVT LTD INDIA
1.86.10 FORWARD ALLOYS & CASTINGS INDIA
1.86.11 FOURESS ENGG (I) LTD. (AURANGABAD) INDIA
1.86.12 GM ENGINEERING PVT. LTD. INDIA
1.86.13 HAWA ENGINEERS LTD INDIA
1.86.14 INTERVALVE POONAWALLA LIMITED INDIA
1.86.15 KSB PUMPS LTD (COIMBATTORE) INDIA
1.86.16 L & T VALVES LIMITED INDIA
1.86.17 LEADER VALVES LTD INDIA
1.86.18 MH VALVES PVT LTD. INDIA
1.86.19 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.86.20 NILON VALVES PRIVATE LIMITED INDIA
1.86.21 NITON VALVE INDUSTRIES PRIVATE LTD . INDIA
1.86.22 NSSL PVT. LTD. (NECO SCHUBERT & SALZER) INDIA
1.86.23 OSWAL INDUSTRIES LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 21 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.86.24 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.86.25 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.86.26 SAKHI ENGINEERS PVT. LTD. INDIA
1.86.27 SHALIMAR VALVES PVT LTD INDIA
1.86.28 SHAYBURG VALVES PVT LTD INDIA
1.86.29 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.86.30 T.S. PUMPS AND VALVES PVT.LTD INDIA
1.86.31 VALTECH INDUSTRIES INDIA
1.86.32 VELAN VALVES INDIA PVT LTD INDIA
1.86.33 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.86.34 XOMOX SANMAR LTD-PACIFIC VALVES DIVISION INDIA
1.86.35 NUTECH CONTROLS INDIA
1.86.36 FLOTEK INDUSTRIES INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.86.37 MSA A.S. CZECH
REPUBLIC
1.86.38 FRIEDRICH KROMBACH GMBH & CO.KG GERMANY
1.86.39 Z & J TECHNOLOGIES GMBH GERMANY
1.86.40 LAZARO ITUARTE INTERNATIONAL,SA SPAIN
1.86.41 FLOTEK INDUSTRIES USA
1.86.42 NEWAY VALVE (SUZHOU) CO LTD CHINA
1.86.43 BOTELI VALVE GROUP CO. CHINA
1.86.44 CESARE BONNETTI S.P.A. ITELY

1.88 VALVE GATE FORGED


A INDIAN BIDDERS
1.88.1 ASSOCIATED TOOLINGS INDIA PVT LTD INDIA
1.88.2 AUTOCAP INDUSTRIES INDIA
1.88.3 AV VALVES LIMITED INDIA
1.88.4 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.88.5 FLUIDLINE VALVES CO.PVT LTD INDIA
1.88.6 G M VALVES PRIVATE LIMITED INDIA
1.88.7 HAWA ENGINEERS LTD INDIA
1.88.8 INTERVALVE POONAWALLA LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 22 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.88.9 KSB PUMPS LTD INDIA
1.88.10 L & T VALVES LIMITED INDIA
1.88.11 LEADER VALVES LTD INDIA
1.88.12 MH VALVES PVT LTD. INDIA
1.88.13 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.88.14 NITON VALVE INDUSTRIES PRIVATE LTD. INDIA
1.88.15 NSSL PRIVATE LIMITED INDIA
1.88.16 OSWAL INDUSTRIES LTD INDIA
1.88.17 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.88.18 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.88.19 SHALIMAR VALVES PVT LTD INDIA
1.88.20 SHAYBURG VALVES PVT LTD INDIA
1.88.21 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.88.22 VEE TECH VALVES PRIVATE LIMITED INDIA
1.88.23 VELAN VALVES INDIA PVT LTD INDIA
1.88.24 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.88.25 RASAII FLOW LINES PVT LTD. INDIA
1.88.26 JMD ENGINEERING INDIA
1.88.27 NUTECH CONTROLS INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.88.28 BFE SRL ITALY
1.88.29 DOUGLAS CHERO SPA ITALY
1.88.30 BOTELI VALVE GROUP CO. CHINA

1.94 VALVE GLOBE CAST


A INDIAN BIDDERS
1.94.1 AMPO VALVES INDIA PVT LTD INDIA
1.94.2 AV VALVES LIMITED INDIA
1.94.3 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.94.4 CRI PUMPS PVT LTD (UNIT-VALVES) INDIA
1.94.5 EXPERT ENGINEERING ENTERPRISES INDIA
1.94.6 FLUIDLINE VALVES CO.PVT LTD INDIA
1.94.7 FORWARD ALLOYS & CASTINGS INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 23 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.94.8 FOURESS ENGG (I) LTD. (AURANGABAD) INDIA
1.94.9 GM ENGINEERING PVT. LTD. INDIA
1.94.10 HAWA ENGINEERS LTD INDIA
1.94.11 INTERVALVE POONAWALLA LIMITED INDIA
1.94.12 KSB PUMPS LTD (COIMBATTORE) INDIA
1.94.13 L & T VALVES LIMITED INDIA
1.94.14 LEADER VALVES LTD INDIA
1.94.15 MH VALVES PVT LTD. INDIA
1.94.16 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.94.17 NILON VALVES PRIVATE LIMITED INDIA
1.94.18 NITON VALVE INDUSTRIES PRIVATE LTD . INDIA
1.94.19 NSSL PVT. LTD. (NECO SCHUBERT & SALZER) INDIA
1.94.20 OSWAL INDUSTRIES LTD INDIA
1.94.21 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.94.22 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.94.23 SAKHI ENGINEERS PVT. LTD. INDIA
1.94.24 SHALIMAR VALVES PVT LTD INDIA
1.94.25 SHAYBURG VALVES PVT LTD INDIA
1.94.26 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.94.27 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.94.28 XOMOX SANMAR LTD-PACIFIC VALVES DIVISION INDIA
1.94.29 NUTECH CONTROLS INDIA
1.94.30 FLOTEK INDUSTRIES INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.94.31 FLOTEK INDUSTRIES USA
1.94.32 FRIEDRICH KROMBACH GMBH & CO.KG GERMANY
1.94.33 LAZARO ITUARTE INTERNATIONAL,SA SPAIN
1.94.34 MSA A.S. CZECH
REPUBLIC
1.94.35 SHENJIANG VALVE CO LTD CHINA
1.94.36 SUZHOU VIZA VALVE CO.,LTD CHINA
1.94.37 NEWAY VALVE (SUZHOU) CO LTD CHINA
1.94.38 AMPO, S.COOP (POYAM VALVES) SPAIN
1.94.39 BOTELI VALVE GROUP CO. CHINA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 24 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY

1.96 VALVE GLOBE FORGED


A INDIAN BIDDERS
1.96.1 ASSOCIATED TOOLINGS INDIA PVT LTD INDIA
1.96.2 AUTOCAP INDUSTRIES INDIA
1.96.3 AV VALVES LIMITED INDIA
1.96.4 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.96.5 FLOWSERVE INDIA CONTROLS PVT LTD INDIA
1.96.6 FLUIDLINE VALVES CO.PVT LTD INDIA
1.96.7 G M VALVES PRIVATE LIMITED INDIA
1.96.8 HAWA ENGINEERS LTD INDIA
1.96.9 INTERVALVE POONAWALLA LIMITED INDIA
1.96.10 KSB PUMPS LTD (COIMBATTORE) INDIA
1.96.11 L & T VALVES LIMITED INDIA
1.96.12 LEADER VALVES LTD INDIA
1.96.13 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.96.14 NITON VALVE INDUSTRIES PRIVATE LTD. INDIA
1.96.15 OSWAL INDUSTRIES LTD INDIA
1.96.16 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.96.17 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.96.18 FORBE MARSHALL PRIVATE LTD INDIA
1.96.19 SHALIMAR VALVES PVT LTD INDIA
1.96.20 SHAYBURG VALVES PVT LTD INDIA
1.96.21 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.96.22 VEE TECH VALVES PRIVATE LIMITED INDIA
1.96.23 VELAN VALVES INDIA PVT LTD INDIA
1.96.24 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.96.25 NUTECH CONTROLS INDIA
1.96.26 JMD ENGINEERING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.96.27 BFE SRL ITALY
1.96.28 DOUGLAS CHERO SPA ITALY
1.96.29 BOTELI VALVE GROUP CO. CHINA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 25 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY

1.102 VALVE CHECK CAST


A INDIAN BIDDERS
1.102.1 AMPO VALVES INDIA PVT LTD INDIA
1.102.2 AV VALVES LIMITED INDIA
1.102.3 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.102.4 CRI PUMPS PVT LTD (UNIT-VALVES) INDIA
1.102.5 FLUIDLINE VALVES CO.PVT LTD INDIA
1.102.6 FORWARD ALLOYS & CASTINGS INDIA
1.102.7 FOURESS ENGG (I) LTD. (AURANGABAD) INDIA
1.102.8 GESTRA AG (FLOWSERVE GROUP) INDIA
1.102.9 GM ENGINEERING PVT. LTD. INDIA
1.102.10 HAWA ENGINEERS LTD INDIA
1.102.11 INTERVALVE POONAWALLA LIMITED INDIA
1.102.12 KSB PUMPS LTD (COIMBATTORE) INDIA
1.102.13 L & T VALVES LIMITED INDIA
1.102.14 LEADER VALVES LTD INDIA
1.102.15 MH VALVES PVT LTD. INDIA
1.102.16 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.102.17 NILON VALVES PRIVATE LIMITED INDIA
1.102.18 NITON VALVE INDUSTRIES PRIVATE LTD . INDIA
1.102.19 NSSL PVT. LTD. (NECO SCHUBERT & SALZER) INDIA
1.102.20 OMKAR VAVES PVT LTD INDIA
1.102.21 OSWAL INDUSTRIES LTD INDIA
1.102.22 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.102.23 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.102.24 SAKHI ENGINEERS PVT. LTD. INDIA
1.102.25 SHALIMAR VALVES PVT LTD INDIA
1.102.26 SHAYBURG VALVES PVT LTD INDIA
1.102.27 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.102.28 T.S. PUMPS AND VALVES PVT.LTD INDIA
1.102.29 VELAN VALVES INDIA PVT LTD INDIA
1.102.30 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 26 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.102.31 XOMOX SANMAR LTD-PACIFIC VALVES DIVISION INDIA
1.102.32 NUTECH CONTROLS INDIA
1.102.33 FLOTEK INDUSTRIES INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.102.34 FLOTEK INDUSTRIES USA
1.102.35 FRIEDRICH KROMBACH GMBH & CO.KG GERMANY
1.102.36 LAZARO ITUARTE INTERNATIONAL,SA SPAIN
1.102.37 MSA A.S. CZECH
REPUBLIC
1.102.38 NEWAY VALVE (SUZHOU) CO LTD CHINA
1.102.39 SHENJIANG VALVE CO LTD CHINA
1.102.40 SUZHOU VIZA VALVE CO.,LTD CHINA
1.102.41 AMPO, S.COOP (POYAM VALVES) SPAIN
1.102.42 BOTELI VALVE GROUP CO. CHINA
1.102.43 CESARE BONNETTI S.P.A. ITELY

1.104 VALVE CHECK FORGED


A INDIAN BIDDERS
1.104.1 ASSOCIATED TOOLINGS INDIA PVT LTD INDIA
1.104.2 AUTOCAP INDUSTRIES INDIA
1.104.3 AV VALVES LIMITED INDIA
1.104.4 BHARAT HEAVY ELECTRICALS LIMITED INDIA
1.104.5 FLOWSERVE INDIA CONTROLS PVT LTD INDIA
1.104.6 FLUIDLINE VALVES CO.PVT LTD INDIA
1.104.7 G M VALVES PRIVATE LIMITED INDIA
1.104.8 HAWA ENGINEERS LTD INDIA
1.104.9 INTERVALVE POONAWALLA LIMITED INDIA
1.104.10 KSB PUMPS LTD (COIMBATTORE) INDIA
1.104.11 L & T VALVES LIMITED INDIA
1.104.12 LEADER VALVES LTD INDIA
1.104.13 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.104.14 NITON VALVE INDUSTRIES PRIVATE LTD. INDIA
1.104.15 NSSL PRIVATE LIMITED INDIA
1.104.16 OMKAR VAVES PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 27 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.104.17 OSWAL INDUSTRIES LTD INDIA
1.104.18 PANCHVATI VALVES & FLANGES PVT LTD INDIA
1.104.19 PEE INDUSTRIAL VALVES PVT. LTD. INDIA
1.104.20 SHALIMAR VALVES PVT LTD INDIA
1.104.21 SHAYBURG VALVES PVT LTD INDIA
1.104.22 STEEL STRONG VALVES INDIA PVT LTD INDIA
1.104.23 VEE TECH VALVES PRIVATE LIMITED INDIA
1.104.24 VELAN VALVES INDIA PVT LTD INDIA
1.104.25 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.104.26 NUTECH CONTROLS INDIA
1.104.27 JMD ENGINEERING INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.104.28 BFE SRL ITALY
1.104.29 DOUGLAS CHERO SPA ITALY
1.104.30 BOTELI VALVE GROUP CO. CHINA

1.116 VALVE BALL - FIRE SAFE (FORGED)


A INDIAN BIDDERS
1.116.1 ANAND TEKNOW AIDS ENGINEERING INDIA LTD. INDIA
1.116.2 BELGAUM AQUA VALVES PVT. LTD. INDIA
1.116.3 CRANE PROCESS FLOW TECHNOLOGES (INDIA) PVT LTD INDIA
1.116.4 DELVAL FLOW CONTRLS PVT LTD INDIA
1.116.5 INTERVALVE POONAWALLA LIMITED INDIA
1.116.6 MICON ENGINEERS (HUBLI) PVT LTD INDIA
1.116.7 MICROFINISH VALVES PVT LIMITED INDIA
1.116.8 OMKAR VALVES PVT LTD INDIA
1.116.9 SHAYBURG VALVES PVT LTD INDIA
1.116.10 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.116.11 GALPERTI ENGINEERING AND FLOW CONTROL SPA ITALY

1.122 VALVE BUTTERFLY - CCS


A INDIAN BIDDERS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 28 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.122.1 ADVANCE VALVES PVT LTD. INDIA
1.122.2 BRAY CONTROLS INDIA
1.122.3 CRANE PROCESS FLOW TECHNOLOGIES (INDIA) PVT LTD INDIA
1.122.4 DELVAL FLOW CONTRLS PVT LTD INDIA
1.122.5 DEMBLA VALVES LTD. INDIA
1.122.6 FLOWSERVE INDIA CONTROLS PVT LTD INDIA
1.122.7 FLUIDLINE VALVES CO.PVT LTD INDIA
1.122.8 FOURESS ENGINEERING (INDIA) LTD INDIA
1.122.9 GM ENGINEERING PVT. LTD. INDIA
1.122.10 HAWA ENGINEERS LTD INDIA
1.122.11 INSTRUMENTATION LTD INDIA
1.122.12 INTERVALVE POONAWALLA LIMITED INDIA
1.122.13 L & T VALVES LIMITED INDIA
1.122.14 LEADER VALVES LTD INDIA
1.122.15 MASCOT VALVES PVT LIMITED INDIA
1.122.16 NELES INDIA PVT LTD INDIA
1.122.17 OMKAR VALVES PVT LTD INDIA
1.122.18 EMERSON PROCESS MANAGEMENT (INDIA) PVT LTD INDIA
1.122.19 STAFFORD CONTROLS LIMITED INDIA
1.122.20 TRILLIUM FLOW TECHNOLOGIES INDIA PRIVATE LIMITED INDIA
1.122.21 BRAY CONTROLS INDIA PVT LTD. INDIA
1.122.22 DEMBLA VALVES LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.122.23 ORTON S.R.L Italy
1.122.24 FRIEDRICH KROMBACH GMBH & CO.KG Germany
1.122.25 FLOWSERVE PTE LTD Singapore
1.122.26 FLOTEK INDUSTRIES USA

1.127 VALVE-BUTTERFLY (TRIPLE OFFSET)


A INDIAN BIDDERS
1.127.1 ADVANCE VALVES PVT LTD. INDIA
1.127.2 BRAY CONTROLS INDIA PVT LTD. INDIA
1.127.3 DELVAL FLOW CONTROLS PRIVATE LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 29 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-B : BULK PIPING ITEMS


S.No SUPPLIER NAME COUNTRY
1.127.4 DEMBLA VALVES LIMITED INDIA
1.127.5 INTERVALVE POONAWALLA LIMITED INDIA
1.127.6 L & T VALVES LIMITED INDIA
1.127.7 EMERSON PROCESS MANAGEMENT (INDIA) PVT LTD INDIA
1.127.8 VIRGO VALVES & CONTROLS PVT LTD. INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
1.127.9 FLOTEK INDUSTRIES USA
1.127.10 HOBBS VALVE LTD UK
1.127.11 KOREA UNICOM VALVE CO.LTD SOUTH KOREA
1.127.12 ORTON S.R.L ITALY
1.127.13 ADAMS ARMATUREN GMBH GERMANY

1.158 SPECTACLE BLIND


A INDIAN BIDDERS
1.157.1 C D ENGINEERING COMPANY INDIA
1.157.2 CHW FORGE PRIVATE LIMITED INDIA
1.157.3 FABWELL ENGINEERING CORPORATION LIMITED INDIA
1.157.4 PARAMOUNT FORGE INDIA
1.157.5 SANGHVI FORGING AND ENGINEERING LIMITED INDIA
1.157.6 SWATHI ENGINEERS INDIA
1.157.7 TINITA ENGINEERING PRIVATE LIMITED INDIA
1.157.8 TRIVENI EQUIPMENTS PRIVATE LIMITED INDIA
1.157.9 DOLPHIN ENGINEERING ENTERPRISE INDIA

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5 ELECTRICAL EQUIPMENT
5.2 SWITCHBOARD-MV: MCC/ASB/LDB-FIXED TYP
A Indian Bidders
5.2.1 ABB INDIA LIMITED INDIA
5.2.2 C & S Electric Ltd INDIA
5.2.3 Controls & Schematics Ltd INDIA
5.2.4 LARSEN & TOUBRO LIMITED INDIA
5.2.5 M.K. Engineers & Controls Pvt. Ltd. INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 30 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.2.6 Schneider Electric India Private Limited INDIA
5.2.7 Siemens Ltd INDIA
5.2.8 BCH ELECTRIC LIMITED INDIA
B Foreign Bidders (wherever applicable) Nil

5.3 SWITCHBOARD-M.V. : MCC/PCC/PMCC-DRAWOUT


A Indian Bidders
5.3.1 ABB INDIA LIMITED INDIA
5.3.2 C & S Electric Ltd INDIA
5.3.3 Controls & Schematics Ltd INDIA
5.3.4 LARSEN & TOUBRO LIMITED INDIA
5.3.5 Schneider Electric India Private Limited INDIA
5.3.6 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.4 SWITCHBOARD FIXED TYPE FOR PACKAGE EQUIPTS


A Indian Bidders
5.4.1 Accusonic Controls Pvt Ltd INDIA
5.4.2 Dharia Switchgear & Control. INDIA
5.4.3 Electro Allied Products INDIA
5.4.4 Schneider Electric India Private Limited INDIA
5.4.5 M.K. Engineers & Controls Pvt. Ltd. INDIA
5.4.6 Maktel Systems INDIA
5.4.7 Nitya Electro Controls INDIA
5.4.8 Popular Switchgears Pvt Ltd INDIA
5.4.9 Positronics Pvt Ltd INDIA
5.4.10 Tricolite Electrical Industries Pvt Ltd INDIA
5.4.11 Vidhyut Control (India) Pvt Ltd INDIA
5.4.12 Zenith Engineering Corp. INDIA
B Foreign Bidders (wherever applicable) Nil

5.6 GIS upto 245kV (Indoor)


A Indian Bidders
5.6.1 ABB INDIA LIMITED INDIA
5.6.2 GE T&D India Ltd INDIA
5.6.3 CG Power and Industrial Solutions Ltd (upto 33 kV only) INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 31 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.6.4 Schneider Electric Infrastructure Limited (SEIL) INDIA
5.6.5 Siemens India INDIA
5.6.6 Toshiba Transmission & Distribution Systems (India) Private Limited INDIA
B Foreign Bidders (wherever applicable) Nil

5.7 RELAY & CONTROL PANEL


A Indian Bidders
5.7.1 ABB INDIA LIMITED INDIA
5.7.2 Danish Private Limited INDIA
5.7.3 Easun Reyrolle Ltd INDIA
5.7.4 Enpro Industrial Automation Pvt Ltd INDIA
5.7.5 GE T&D India Limited INDIA
5.7.6 Schneider Electric India Private Limited INDIA
5.7.7 Siemens Limited INDIA
5.7.8 Toshiba Transmission & Distribution Systems (India) Private Limited INDIA
B Foreign Bidders (wherever applicable) Nil

5.8 PROTECTION RELAY (NUMERICAL TYPE)


A Indian Bidders
5.8.1 ABB INDIA LIMITED INDIA
5.8.2 Easun Reyrolle Ltd INDIA
5.8.3 GE T&D India Limited INDIA
5.8.4 LARSEN & TOUBRO LIMITED INDIA
5.8.5 Schneider Electric India Private Limited INDIA
5.8.6 Schweitzer Engineering Laboratories INDIA
5.8.7 Siemens Ltd. INDIA
5.8.8 Toshiba Transmission & Distribution Systems (India) Private Limited INDIA
B Foreign Bidders (wherever applicable)
5.8.9 Schweitzer Engineering Laboratories USA

5.9 AUX. RELAYS


A Indian Bidders
5.9.1 ABB INDIA LIMITED INDIA
5.9.2 C&S Electric Ltd INDIA
5.9.3 Easun Reyrolle Ltd INDIA
5.9.4 GE T&D India Limited INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 32 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.9.5 Jyoti Ltd INDIA
5.9.6 LARSEN & TOUBRO LIMITED INDIA
5.9.7 OMRON INDIA
5.9.8 Schneider Electric India Private Limited INDIA
5.9.9 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.10 BIMETAL RELAYS


A Indian Bidders
5.10.1 ABB INDIA LIMITED INDIA
5.10.2 C&S Electric Ltd INDIA
5.10.3 GE T&D India Limited INDIA
5.10.4 LARSEN & TOUBRO LIMITED INDIA
5.10.5 Schneider Electric India Private Limited INDIA
5.10.6 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.12 INSTRUMENT TRANSFORMERS – CT & PT (HV)


A Indian Bidders
5.12.1 ABB INDIA LIMITED INDIA
5.12.2 Electrical Controls & Systems INDIA
5.12.3 Kalpa Electrikal Pvt Ltd INDIA
5.12.4 Kappa Electricals INDIA
5.12.5 Megawin Switchgear P Ltd INDIA
5.12.6 Pragati Electricals Pvt. Ltd. INDIA
5.12.7 Schneider Electric India Private Limited INDIA
5.12.8 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable)
5.12.9 ABB Ltd INTERNATIONAL

5.13 INSTRUMENT TRANSFORMERS – CT & PT (MV)


A Indian Bidders
5.13.1 C&S Electric Limited INDIA
5.13.2 Gilbert & Maxwell Electricals Pvt. Ltd INDIA
5.13.3 Kalpa Electrikal Pvt Ltd INDIA
5.13.4 Kappa Electricals INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 33 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.13.5 Schneider Electric India Private Limited INDIA
5.13.6 Narayan Powertech Pvt. Ltd. INDIA
5.13.7 Pragati Electricals Pvt. Ltd. INDIA
5.13.8 Precise Electricals INDIA
5.13.9 Silkaans Electricals Pvt. Ltd. INDIA
B Foreign Bidders (wherever applicable) Nil

5.16 AIR CIRCUIT BREAKER


A Indian Bidders
5.16.1 ABB INDIA LIMITED INDIA
5.16.2 C&S Electric Limited INDIA
5.16.3 GE T&D India Ltd INDIA
5.16.4 LARSEN & TOUBRO LIMITED INDIA
5.16.5 Schneider Electric India Private Limited INDIA
5.16.6 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.18 CONTACTOR
A Indian Bidders
5.18.1 ABB INDIA LIMITED INDIA
5.18.2 BCH Electric Ltd INDIA
5.18.3 C&S Electric Ltd INDIA
5.18.4 GE T&D India Limited INDIA
5.18.5 LARSEN & TOUBRO LIMITED INDIA
5.18.6 Schneider Electric India Private Limited INDIA
5.18.7 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.19 MCCB
A Indian Bidders
5.19.1 ABB INDIA LIMITED INDIA
5.19.2 GE T&D India Limited INDIA
5.19.3 Havells India Ltd INDIA
5.19.4 LARSEN & TOUBRO LIMITED INDIA
5.19.5 Schneider Electric India Private Limited INDIA
5.19.6 Siemens Ltd INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 34 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
B Foreign Bidders (wherever applicable) Nil
5.2 TIMERS
A Indian Bidders
5.20.1 Electronic Automation Pvt Ltd INDIA
5.20.2 Honeywell Automation India Limited INDIA
5.20.3 ICA Pvt. Limited (Omron) INDIA
5.20.4 Schneider Electric India Private Limited INDIA
5.20.5 OEN INDIA
5.20.6 Siemens Limited INDIA
5.20.7 GE T&D India Limited INDIA
B Foreign Bidders (wherever applicable) Nil
5.21 PUSH BUTTON & INDICATING LAMPS (Independent supply / Retrofitting /
Alteration / Modification work)
A Indian Bidders
5.21.1 C & S Electric Ltd INDIA
5.21.2 Essen Deinki INDIA
5.21.3 Hotline Switchgear & Controls INDIA
5.21.4 LARSEN & TOUBRO LIMITED INDIA
5.21.5 Precifine Products Pvt. Ltd. INDIA
5.21.6 Schneider Electric India Private Limited INDIA
5.21.7 Shri Tulsi Switchgears Pvt Ltd INDIA
5.21.8 Siemens Limited INDIA
5.21.9 Teknic Electric (I) Pvt. Ltd. INDIA
B Foreign Bidders (wherever applicable) Nil
5.22 MCB (Independent supply / Retrofitting / Alteration / Modification work)
A Indian Bidders
5.22.1 ABB INDIA LIMITED INDIA
5.22.2 C & S Electric Ltd INDIA
5.22.3 Havells India Ltd INDIA
5.22.4 Novateur Electrical & Digital Systems P INDIA
5.22.5 Indiana Current Control Ltd INDIA
5.22.6 Legrand (India) Pvt. Ltd INDIA
5.22.7 Siemens Limited INDIA
5.22.8 Standard Electricals Ltd INDIA
5.22.9 Schneider Electric India Private Limited INDIA
5.22.10 Polycab India Limited (MCB upto current range 63A) INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 35 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
B Foreign Bidders (wherever applicable) Nil
5.23 HEAVY DUTY SWITCHES (Independent supply / Retrofitting / Alteration /
Modification work)
A Indian Bidders
5.23.1 C & S Electric Ltd INDIA
5.23.2 Schneider Electric India Private Limited INDIA
5.23.3 Novateur Electrical & Digital Systems P INDIA
5.23.4 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil
5.24 CONTROL SWITCHES FOR BREAKER (Independent supply / Retrofitting / Alteration /
Modification work)
A Indian Bidders
5.24.1 GE T&D India Limited INDIA
5.24.2 Reliable Electronic Components Pvt Ltd INDIA
5.24.3 Switron Devices INDIA
B Foreign Bidders (wherever applicable) Nil
INDIA
5.25 CONTROL SWITCHES / SELECTOR SWITCHES (Independent supply / Retrofitting / INDIA
Alteration / Modification work)
A Indian Bidders
5.25.1 GE T&D India Limited INDIA
5.25.2 Hotline Switchgear & Controls INDIA
5.25.3 Kaycee Industries Ltd. INDIA
5.25.4 Schneider Electric India Private Limited INDIA
5.25.5 Reliable Electronic Components Pvt Ltd INDIA
5.25.6 Siemens Limited INDIA
5.25.7 Switron Devices INDIA
B Foreign Bidders (wherever applicable) Nil

5.26 EARTH LEAKAGE CIRCUIT BREAKER (Independent supply / Retrofitting / Alteration /


Modification work)

A Indian Bidders
5.26.1 ABB INDIA LIMITED INDIA
5.26.2 GE T&D India Limited INDIA
5.26.3 Havells India Ltd INDIA
5.26.4 Legrand (India) Pvt. Ltd INDIA
5.26.5 Novateur Electrical & Digital Systems P INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 36 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.26.6 Schneider Electric India Private Limited INDIA
5.26.7 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.27 FUSES (Independent supply / Retrofitting / Alteration / Modification work)


A Indian Bidders
5.27.1 Cooper Bussman India Pvt Ltd INDIA
5.27.2 GE T&D India Limited INDIA
5.27.3 Havells India Ltd INDIA
5.27.4 Schneider Electric India Private Limited INDIA
5.27.5 Novateur Electrical & Digital Systems P INDIA
5.27.6 Siemens Ltd INDIA
B Foreign Bidders (wherever applicable) Nil
5.28 TRANSFORMERS-POWER-ABOVE 5MVA
A Indian Bidders
5.28.1 Bharat Bijlee Limited INDIA
5.28.2 BHARAT HEAVY ELECTRICALS LIMITED INDIA
5.28.3 CG Power and Industrial Solutions Ltd INDIA
5.28.4 EMCO Limited INDIA
5.28.5 GE T&D India Ltd INDIA
5.28.6 Kirloskar Electric Co Ltd INDIA
5.28.7 Schneider Electric Infrastructure ltd INDIA
5.28.8 Toshiba Transmission & Distribution Systems (India) Private Limited INDIA
5.28.9 Voltamp Transformers Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.31 DRY TYPE LIGHTING TRANSFORMER (LV)


A Indian Bidders
5.31.1 Automatic Electric INDIA
5.31.2 Bharat Bijlee INDIA
5.31.3 BHARAT HEAVY ELECTRICALS LIMITED INDIA
5.31.4 CG Power And Industrial Solutions Ltd INDIA
5.31.5 HAMMOND POWER SOLUTIONS INDIA
5.31.6 Indcoil Products INDIA
5.31.7 Indcoil Transformers INDIA
5.31.8 Intra Vidyut Pvt. Ltd INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 37 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.31.9 Kappa Electricals INDIA
5.31.10 Kirloskar Electric Co. Ltd India INDIA
5.31.11 Raychem Rpg India INDIA
5.31.12 Sudhir Power Limited INDIA
5.31.13 Transtron Electricals Pvt Ltd India INDIA
5.31.14 Voltamp Transfomers INDIA
B Foreign Bidders (wherever applicable) Nil

5.32 Neutral Grounding Resistors/Transformers (NGR / NGT)


A Indian Bidders
5.32.1 Iresco Electricals Pvt. Ltd. India INDIA
5.32.2 National Switchgears INDIA
5.32.3 Resitech Electricals Pvt Ltd INDIA
5.32.4 RSI Switchgear Pvt Ltd INDIA
5.32.5 S.R. Narkhede Engineering Pvt Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.37 BATTERY CHARGERS


A Indian Bidders
5.37.1 Amara Raja Power Systems (P) Ltd INDIA
5.37.2 Chhabi Electricals Pvt Limited INDIA
5.37.3 Chloride Power Systems & Solutions Ltd INDIA
5.37.4 Dubas Engineering Pvt Ltd INDIA
5.37.5 HBL Power Systems Ltd INDIA
5.37.6 Mass-Tech Controls Pvt Ltd INDIA
5.37.7 Universal Instrument Mfg Co Pvt Ltd INDIA
5.37.8 Borri Power India Pvt Ltd (Subsidiary of Borri SpA, Italy) INDIA
5.37.9 Vertive Energy Pvt Limited INDIA
5.37.10 HITACHI HI-REL POWER ELECTRONICS PVT. LTD INDIA
B Foreign Bidders (wherever applicable) Nil

5.39 BATTERIES-NICKLE CADMIUM


A Indian Bidders
5.39.1 Amco Saft India Ltd INDIA
5.39.2 HBL Power Systems Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 38 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY

5.40 UPS SYSTEM


A Indian Bidders
5.40.1 Ametek Solid State Controls INDIA
5.40.2 Borri Power India Pvt Ltd INDIA
5.40.3 Consul Neowatt Power Solutions Pvt Ltd INDIA
5.40.4 DB Power Electronics (P) Ltd INDIA
5.40.5 Gutor Electronics Ltd INDIA
5.40.6 Hitachi Hi-Rel Power Electronics Ltd INDIA
5.40.7 Toshiba Mitsubishi-Electric Industrial System Corporation (TMEIC Industrial Systems India INDIA
Private Limited)
5.40.8 Vertiv Energy Private Limited INDIA
B Foreign Bidders (wherever applicable)
5.40.9 Borri S.p.A (ITALY) INTERNATIONAL
5.40.10 Chloride Industrial Systems FRANCE
5.40.11 Gutor Electronics Ltd INTERNATIONAL
5.40.12 Saft Nife AB SWEDEN
5.40.13 Toshiba Corporation INTERNATIONAL
5.40.14 Toshiba Mitsubishi-Electric Industrial System Corporation (TMEIC Industrial Systems India INTERNATIONAL
Private Limited)

5.42 LIGHTNING ARRESTORS


A Indian Bidders
5.42.1 ABB INDIA LIMITED INDIA
5.42.2 CG Power and Industrial Solutions Ltd INDIA
5.42.3 Elpro International Ltd INDIA
5.42.4 Oblum Electrical Ind Pvt Ltd INDIA
5.42.5 Siemens Ltd INDIA
5.42.6 W. Insulation of India INDIA
B Foreign Bidders (wherever applicable) Nil

5.43 EARTHING & LIGHTNING PROTECTION


A Indian Bidders
5.43.1 Controls & Switchgear Co.Ltd INDIA
5.43.2 Metalite Industries India INDIA
5.43.3 Premier Power Products Cal Pvt. Ltd INDIA
5.43.4 Vatco Elec Power Pvt Ltd INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 39 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
B Foreign Bidders (wherever applicable) Nil

5.54 CONTROL STATIONS- WEATHERPROOF


A Indian Bidders
5.54.1 Baliga Lighting Equipments (P) Limited INDIA
5.54.2 Electrical Equipment Corporation INDIA
5.54.3 Ex-Protecta INDIA
5.54.4 FCG Flamproof Control Gears P. Ltd INDIA
5.54.5 FCG Power Industries Pvt Ltd INDIA
5.54.6 Flameproof Equipments Pvt.Ltd INDIA
5.54.7 Flexpro Electricals Pvt Ltd INDIA
5.54.8 PEPPERL & FUCHS MANUFACTURING (INDIA) PRIVATE LIMITED / INDIA
OEM Authorised bidder: M/s. Pepperl & Fuchs (India) Pvt Ltd. – INDIA

5.54.9 Prompt Engineering Works INDIA


5.54.10 Sudhir Switchgears Pvt Ltd INDIA
5.54.11 Victory Luminaires INDIA
B Foreign Bidders (wherever applicable) Nil

5.56 JUNCTION BOXES (FLAME PROOF)


A Indian Bidders
5.56.1 Baliga Lighting Equipments (P) Limited INDIA
5.56.2 Cooper Crouse-Hinds INDIA
5.56.3 FCG Flamproof Control Gears P. Ltd INDIA
5.56.4 FCG Power Industries Pvt Ltd INDIA
5.56.5 Flameproof Equipments Pvt.Ltd INDIA
5.56.6 Flexpro Electricals Pvt Ltd INDIA
5.56.7 Kaysons Techno Equipment P Ltd. INDIA
5.56.8 PEPPERL & FUCHS MANUFACTURING (INDIA) PRIVATE LIMITED / INDIA
OEM Authorised bidder: M/s. Pepperl & Fuchs (India) Pvt Ltd. – INDIA

5.56.9 Prompt Engineering Works INDIA


5.56.10 R Stahl Pvt Ltd. INDIA
5.56.11 Sudhir Switchgears Pvt Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.57 LIGHTING FIXTURE & ACCESSORIES-HAZARDOUS

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 40 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
A Indian Bidders
5.57.1 Bajaj Electricals Ltd INDIA
5.57.2 Baliga Lighting Equipments (P) Limited INDIA
5.57.3 Cooper Crouse-Hinds INDIA
5.57.4 CG Power and Industrial Solutions Ltd INDIA
5.57.5 FCG Flamproof Control Gears P. Ltd INDIA
5.57.6 FCG Power Industries Pvt Ltd INDIA
5.57.7 Flameproof Equipments Pvt.Ltd INDIA
5.57.8 Flexpro Electricals Pvt Ltd INDIA
5.57.9 Kaysons Techno Equipment P Ltd. INDIA
5.57.10 PEPPERL & FUCHS MANUFACTURING (INDIA) PRIVATE LIMITED / INDIA
OEM Authorised bidder: M/s. Pepperl & Fuchs (India) Pvt Ltd. – INDIA
5.57.11 Prompt Engineering Works INDIA
5.57.12 R Stahl INDIA
5.57.13 Sudhir Switchgears Pvt Ltd INDIA
5.57.14 Victor Product PLC INDIA
B Foreign Bidders (wherever applicable)
5.57.16 A.T.X SA FRANCE
5.57.17 R Stahl Schaltgerate Gmbh INTERNATIONAL
5.57.18 Victor Products PLC UK

5.59 PLUGS/SOCKETS/HANDLAMPS (FLAME PROOF)


A Indian Bidders
5.59.1 Baliga Lighting Equipments (P) Limited INDIA
5.59.2 Cooper Crouse-Hinds INDIA
5.59.3 FCG Flamproof Control Gears P. Ltd INDIA
5.59.4 FCG Power Industries Pvt Ltd INDIA
5.59.5 Flameproof Equipments Pvt.Ltd INDIA
5.59.6 Flexpro Electricals Pvt Ltd INDIA
5.59.7 Kaysons Techno Equipment P Ltd. INDIA
5.59.8 PEPPERL & FUCHS MANUFACTURING (INDIA) PRIVATE LIMITED / INDIA
OEM Authorised bidder: M/s. Pepperl & Fuchs (India) Pvt Ltd. – INDIA

5.59.9 Sudhir Switchgears Pvt Ltd INDIA


B Foreign Bidders (wherever applicable) Nil

5.60 HIGH MAST LIGHTING SYSTEM

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 41 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
A Indian Bidders
5.60.1 Bajaj Electricals Ltd INDIA
5.60.2 CG Power and Industrial Solutions Ltd INDIA
5.60.3 Philips Electronics India Limited INDIA
B Foreign Bidders (wherever applicable) Nil

5.61 LIGHTING FIXTURES (SAFE AREA)


A Indian Bidders
5.61.1 Bajaj Electricals INDIA
5.61.2 CG Power and Industrial Solutions Ltd INDIA
5.61.3 GE Lighting INDIA
5.61.4 Havells India INDIA
5.61.5 Philips Lighting INDIA
5.61.6 Surya Roshni India INDIA
5.61.7 Wipro India INDIA
B Foreign Bidders (wherever applicable) Nil

5.62 LIGHTING PANEL / POWER PANELS & DISTRIBUTION BOARDS (SAFE AREA)
A Indian Bidders
5.62.1 ABB INDIA LIMITED INDIA
5.62.2 Advance Panels & Switchgear (P) Ltd INDIA
5.62.3 C & S Electric INDIA
5.62.4 Havells India Ltd INDIA
5.62.5 Indo Asian Fusegear INDIA
5.62.6 Indo Chem INDIA
5.62.7 Industrial Switchgear & Controls (Bombay) Pvt. Ltd INDIA
5.62.8 Intrelec INDIA
5.62.9 Legrand INDIA
5.62.10 M.K Engineers & Controls Pvt. Ltd INDIA
5.62.11 Md Switchgear Ltd INDIA
5.62.12 Novateur Electrical & Digital Systems Pvt Ltd INDIA
5.62.13 Standard Electricals INDIA
5.62.14 Zenith Engineering Corporation INDIA
B Foreign Bidders (wherever applicable) Nil

5.63 EXTRA HIGH VOLTAGE –XLPE CABLES

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 42 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
A Indian Bidders
5.63.1 Cable Corporation of India Limited INDIA
5.63.2 Finolex Cables Ltd. INDIA
5.63.3 KEC International Ltd INDIA
5.63.4 KEI Industries Limited INDIA
5.63.5 POLYCAB INDIA LIMITED INDIA
5.63.6 Sterlite Power Transmission Limited (under Sterlite Technologies Limited) INDIA
5.63.7 Torrent Cables Ltd INDIA
5.63.8 Universal Cables Limited INDIA
B Foreign Bidders (wherever applicable) Nil

5.64 CABLES-HIGH VOLTAGE-XLPE (FRLS)


A Indian Bidders
5.64.1 APAR Industries Ltd INDIA
5.64.2 Cable Corporation of India Limited INDIA
5.64.3 Finolex Cables Ltd. INDIA
5.64.4 Gemscab Industries Ltd INDIA
5.64.5 Gupta Power Infrastructure Limited INDIA
5.64.6 Havells India Ltd INDIA
5.64.7 Insucon Cable And Cond Pvt Ltd INDIA
5.64.8 KEC International Ltd INDIA
5.64.9 KEI Industries Ltd INDIA
5.64.10 POLYCAB INDIA LIMITED INDIA
5.64.11 Sterlite Technologies Limited INDIA
5.64.12 Suraj Cables INDIA
5.64.13 Torrent Cables Ltd INDIA
5.64.14 Universal Cables Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.65 MV POWER CABLE - FIRE SURVIVAL (FRLS)


A Indian Bidders
5.65.1 Ajanta Electric Industries INDIA
5.65.2 Associated Flexibles & Wires [P] Ltd INDIA
5.65.3 Cords Cable Industries Ltd INDIA
5.65.4 Gupta Power Infrastructure Limited INDIA
5.65.5 Havells India Ltd INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 43 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.65.6 Insucon Cable And Cond Pvt Ltd INDIA
5.65.7 KEI Industries Limited INDIA
5.65.8 POLYCAB INDIA LIMITED INDIA
5.65.9 Suraj Cables INDIA
5.65.10 SUYOG ELECTRICALS LIMITED INDIA
B Foreign Bidders (wherever applicable) Nil

5.66 CABLES-MEDIUM VOLTAGE-POWER-XLPE & PVC


A Indian Bidders
5.66.1 Ajanta Electric Industries INDIA
5.66.2 APAR Industries Ltd INDIA
5.66.3 Associated Flexibles & Wires [P] Ltd INDIA
5.66.4 Cable Corporation of India Limited INDIA
5.66.5 Cords Cable Industries Ltd INDIA
5.66.6 Finolex Cables Ltd. INDIA
5.66.7 Gemscab Industries Ltd INDIA
5.66.8 Gupta Power Infrastructure Limited INDIA
5.66.9 Havells India Ltd INDIA
5.66.10 Insucon Cable And Cond Pvt Ltd INDIA
5.66.11 KEC International Ltd INDIA
5.66.12 KEI Industries Limited INDIA
5.66.13 POLYCAB INDIA LIMITED INDIA
5.66.14 Rallison Electricals Pvt. Ltd. INDIA
5.66.15 Ravin Cables Limited INDIA
5.66.16 Special Cables Pvt Ltd INDIA
5.66.17 Sriram Cables Pvt Ltd INDIA
5.66.18 Suraj Cables INDIA
5.66.19 Torrent Cables Ltd INDIA
5.66.20 Apar Industries Limited INDIA
5.66.21 Universal Cables Ltd INDIA
5.66.22 SUYOG ELECTRICALS LIMITED INDIA
B Foreign Bidders (wherever applicable) Nil

5.67 CABLES: CONTROL-XLPE & PVC


A Indian Bidders
5.67.1 Ajanta Electric Industries INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 44 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.67.2 Associated Cables Pvt Ltd INDIA
5.67.3 Associated Flexibles & Wires [P] Ltd INDIA
5.67.4 Cables Corporation of India INDIA
5.67.5 CMI Limited INDIA
5.67.6 Cords Cable Industries Ltd INDIA
5.67.7 Delton Cables Limited INDIA
5.67.8 Ecko Cables Pvt. Ltd. INDIA
5.67.9 Elkay Telelinks Ltd. INDIA
5.67.10 Finolex Cables Ltd. INDIA
5.67.11 Gemscab Industries Ltd INDIA
5.67.12 Havells India Ltd INDIA
5.67.13 Icon Cable Ltd. INDIA
5.67.14 Insucon Cables And Cond Pvt Ltd INDIA
5.67.15 KEC International Ltd INDIA
5.67.16 KEI Industries Limited INDIA
5.67.17 North Eastern Cables Pvt. Ltd. INDIA
5.67.18 POLYCAB INDIA LIMITED INDIA
5.67.19 Rallison Electricals Pvt. Ltd. INDIA
5.67.20 Ravin Cables Limited INDIA
5.67.21 Reliance Engineers Ltd. INDIA
5.67.22 Scot Innovation Wires & Cables Pvt. Ltd. INDIA
5.67.23 Special Cables Pvt. Ltd. INDIA
5.67.24 Sriram Cables Pvt Ltd INDIA
5.67.25 Suraj Cables INDIA
5.67.26 SUYOG ELECTRICALS LIMITED INDIA
5.67.27 Thermo Cables Ltd. INDIA
5.67.28 Torrent Cables Ltd INDIA
5.67.29 Universal Cables Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.68 CABLES-FIRE ALARM AND COMMN.


A Indian Bidders
5.68.1 CMI Limited INDIA
5.68.2 Cords Cable Industries Ltd INDIA
5.68.3 Delton Cables Limited INDIA
5.68.4 Elkay Telelinks Ltd. INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 45 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.68.5 KEI Industries Limited INDIA
5.68.6 Reliance Engineers Ltd INDIA
5.68.7 Vindhya Telelinks Ltd INDIA
5.66.8 SUYOG ELECTRICALS LIMITED INDIA
B Foreign Bidders (wherever applicable) Nil

5.69 CONTROL CABLE - FIRE SURVIVAL (FRLS)


A Indian Bidders
5.69.1 Associated Flexibles & Wires [P] Ltd INDIA
5.69.2 Cords Cable Industries Ltd INDIA
5.69.3 Elkay Telelinks Ltd. INDIA
5.69.4 Havells India Ltd INDIA
5.69.5 Icon Cable Ltd. INDIA
5.69.6 KEI Industries Limited INDIA
5.69.7 POLYCAB INDIA LIMITED INDIA
5.69.8 Suyog Electricals Ltd INDIA
5.69.9 Thermo Cables Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.70 CABLES COMMUNICATION (JELLY FIELD)


A Indian Bidders
5.70.1 Birla Cable Ltd (formerly Birla Ericsson Optical Ltd) INDIA
5.70.2 CMI Limited INDIA
5.70.3 Cords Cable Industries Ltd INDIA
5.70.4 Delton Cables Ltd INDIA
5.70.5 Elkay Telelinks Ltd INDIA
5.70.6 Finolex Cables Ltd INDIA
5.70.7 KEC International Ltd INDIA
5.70.8 KEI Industries Limited INDIA
5.70.9 Usha Beltron Ltd INDIA
5.70.10 Vindhya Telelinks Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.71 PLANT COMMUNICATION SYSTEM (PA / PAGING)


A Indian Bidders
5.71.1 Armtel LLC INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 46 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.71.2 Siemens Enterprise Communications INDIA
B Foreign Bidders (wherever applicable)
5.71.3 Armtel LLC Russia
5.71.4 Comtrol PTE Ltd Singapore
5.71.5 Industronic Ind.-Elec. Gmbh & Co. Kg Germany
5.71.6 Neuman Elektronik Gmbh & Co Germany

5.72 TELEPHONE (Instrument / EPABX)


A Indian Bidders
5.72.1 AGC INDIA
5.72.2 Aviva INDIA
5.72.3 Dee Em Systems INDIA
5.72.4 Fibcom India Limited INDIA
5.72.5 Laraon Engineers & Consultants Pvt. Ltd INDIA
5.72.6 Maxtel (Panasonic) INDIA
5.72.7 NEC INDIA
5.72.8 Philips INDIA
5.72.9 Progility INDIA
5.72.10 Siemens (Unify) INDIA
B Foreign Bidders (wherever applicable)
5.72.11 Omega Integration PTE Ltd (Neuman & Unify) INTERNATIONAL

5.73 TETRA SYSTEM


A Indian Bidders
5.73.1 EADS India Pvt Ltd INDIA
5.73.2 Rohde & Schwarz India Pvt Ltd INDIA
5.73.3 Selex Communications INDIA
5.73.4 Simoco Telecommunications (South Asia) Ltd INDIA
5.73.5 Motorola INDIA
B Foreign Bidders (wherever applicable) Nil

5.74 FIRE ALARM SYSTEM


A Indian Bidders
5.74.1 D.D. Electronic Equipment Pvt Ltd (D.D. Systems) INDIA
5.74.2 Dynamic Engineers Ltd INDIA
5.74.3 Edward International INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 47 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
5.74.4 Honeywell Automation India Ltd. INDIA
5.74.5 Mather & Platt India Ltd INDIA
5.74.6 New Fire Engineers (P) Ltd INDIA
5.74.7 Tyco Fire & Security India Pvt. Ltd INDIA
5.74.8 Vijay Fire Protection Sytem Ltd INDIA
B Foreign Bidders (wherever applicable)
5.74.9 Honeywell INC USA
5.74.10 Siemens Building Technologies INTERNATIONAL

5.77 CABLE TRAYS GI /SS (Perforated /Ladder) & CABLE DUCTS


A Indian Bidders
5.77.1 Elcon Cable Trays Pvt Ltd INDIA
5.77.2 Globe Elect. Industries Ltd. India INDIA
5.77.3 IDS Composites INDIA
5.77.4 Indiana Cable Trays INDIA
5.77.5 Metalemms Bombay Pvt. Ltd. INDIA
5.77.6 National Galvaniser INDIA
5.77.7 OBO Bettermann India Pvt Ltd INDIA
5.77.8 Patny Systems Pvt Ltd INDIA
5.77.9 Premier Power Products Cal Pvt. Ltd INDIA
5.77.10 Profab Engineers Pvt Ltd INDIA
5.77.11 Ratan Projects & Engineering Co. Pvt. Ltd. INDIA
5.77.12 Rukmani Electrical & Components INDIA
5.77.13 Steelite Engineering Limited INDIA
5.77.14 Vatco Elec Power Pvt Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

5.79 CABLE JOINTS & TERMINATION KITS


A Indian Bidders
5.79.1 3M Electro & Communication India Pvt. Ltd. India INDIA
5.79.2 ABB india limited INDIA
5.79.3 Euromold (Nexans India) INDIA
5.79.4 Fischer INDIA
5.79.5 Heatshrink Technologies Ltd. India INDIA
5.79.6 Nkt INDIA
5.79.7 Raychem RPG INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 48 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-C : ELECTRICAL
S.No SUPPLIER NAME COUNTRY
B Foreign Bidders (wherever applicable) Nil

5.80 CABLE GLANDS (FOR HAZARDOUS AREA)


A Indian Bidders
5.80.1 Baliga Lighting Eqpts Ltd INDIA
5.80.2 Comet Brass Products INDIA
5.80.3 FCG Flameproof Control Gears Pvt. Ltd Comet INDIA
5.80.4 FCG Power Ind Pvt Ltd INDIA
5.80.5 Flameproof Equipment Pvt. Ltd INDIA
5.80.6 Flexpro Electricals Pvt Ltd INDIA
5.80.7 Kaysons Techno Equipments P. Ltd. INDIA
5.80.8 Sudhir Switchgears Pvt Ltd INDIA
5.80.9 R Stahl INDIA
5.80.10 Standard Metal Industries INDIA
B Foreign Bidders (wherever applicable) Nil

5.81 LIGHTING POLES (GALVANISED)


A Indian Bidders
5.81.1 Kl Industries INDIA
5.81.2 Shah Engg INDIA
5.81.3 India Electric Poles Mfg.Co INDIA
B Foreign Bidders (wherever applicable) Nil

5.82 NIFPS (NITROGEN INJECTED FIRE PROTECTION SYSTEM)


A Indian Bidders
5.82.1 CTR Manufacturing India Ltd INDIA
B Foreign Bidders (wherever applicable) Nil

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6 INSTRUMENTS
6.1 TUBE FITTINGS
A INDIAN BIDDERS
6.1.1 ARYA CRAFTS & ENGINEERING PVT LTD INDIA
6.1.2 ASTEC VALVES & FITTINGS PVT. LTD. INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 49 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.1.3 CIRCOR INSTR. TECHNOLOGIES INC- INDIA
6.1.4 COMFIT & VALVES PVT. LTD. INDIA
6.1.5 EXCEL HYDRO PNEUMATICS PVT LTD INDIA
6.1.6 EXCELSIOR ENGG. WORKS INDIA
6.1.7 FLUID CONTROLS PVT LTD INDIA
6.1.8 MULTIMETAL INDUSTRIES INDIA
6.1.9 PANAM ENGINEERS INDIA
6.1.10 PARKER HANNIFIN CORPORATION INDIA
6.1.11 PRIME ENGINEERS INDIA
6.1.12 RELIANCE ENGINEERING & ELECTRICALS CORPN INDIA
6.1.13 SEALEXCEL (INDIA) PVT. LTD. INDIA
6.1.14 BOMBAY FLUIDS SYSTEM COMPONENTS PVT LTD INDIA
6.1.15 SWASTIK ENGINEERING WORKS INDIA
6.1.16 TK FUJIKIN CORPORATION INDIA
6.1.17 WESMEC ENGINEERING PVT. LTD INDIA
6.1.18 PRECISION ENGINEERING INDUSTRIES INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.1.19 AUTOCLAVE ENGINERS FLUID COMPONENTS USA
6.1.20 SSP FITTINGS CORPORATION USA
6.1.21 HAM-LET (ISRAEL-CANADA) LTD ISRAEL
6.1.22 FITOK INCORPORATED CHINA

6.2 INSTRUMENT TUBING


A INDIAN BIDDERS
6.2.1 HEAVY METALS & TUBES LIMITED INDIA
6.2.2 JINDAL SAW LTD INDIA
6.2.3 RATNAMANI METALS AND TUBES LTD INDIA
6.2.4 REMI EDELSTAHL TUBULARS LTD INDIA
6.2.5 TK FUJIKIN CORPORATION INDIA
6.2.6 NUCLEAR FUEL COMPLEX INDIA

6.5 SIGNAL CABLES


A INDIAN BIDDERS
6.5.1 ASSOCIATED CABLES PVT LTD INDIA
6.5.2 ASSOCIATED FLEXIBLES & WIRESPRIVATE LTD INDIA
6.5.3 CMI LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 50 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.5.4 CORDS CABLE INDUSTRIES LTD INDIA
6.5.5 DELTON CABLES LIMITED INDIA
6.5.6 ELKAY TELELINKS LTD. INDIA
6.5.7 KEC INETRNATIONAL LIMITED INDIA
6.5.8 KEI INDUSTRIES LIMITED INDIA
6.5.9 LEONI CABLE SOLUTIONS (INDIA) PVT LTD. INDIA
6.5.10 POLYCAB INDIA LIMITED INDIA
6.5.11 RALLISON ELECTRICALS PVT. LTD. INDIA
6.5.12 SUYOG ELECTRICALS LTD INDIA
6.5.13 T C COMMUNICATION PVT. LTD. INDIA
6.5.14 THERMO CABLES LTD INDIA
6.5.15 UDEY PYROCABLES PVT. LTD. INDIA
6.5.16 LAPP INDIA PVT LTD INDIA

6.8 SIGNAL CABLE - FIRE RESISTANT


A INDIAN BIDDERS
6.8.1 ASSOCIATED FLEXIBLES & WIRES [P] LTD INDIA
6.8.2 CORDS CABLE INDUSTRIES LTD INDIA
6.8.3 ELKAY TELELINKS LTD. INDIA
6.8.4 KEI INDUSTRIES LIMITED INDIA
6.8.5 POLYCAB INDIA LIMITED INDIA
6.8.6 SUYOG ELECTRICALS LTD INDIA
6.8.7 THERMO CABLES LTD INDIA
6.8.8 ASSOCIATED CABLES PVT LTD INDIA
6.8.9 UDEY PYROCABLES PVT LTD INDIA
6.8.10 TC COMMUNICATION PVT LTD INDIA
6.8.11 Lapp India Pvt Ltd INDIA
6.8.12 Leoni Cable Solutions (India) Pvt. Ltd. INDIA

6.13 SOLENOID VALVES


A INDIAN BIDDERS
6.13.1 ASCO NUMATICS (INDIA) P. LIMITED INDIA
6.13.2 AVCON CONTROLS PVT. LTD. INDIA
6.13.3 HERION WERKE INDIA
6.13.4 PRECISION INSTRUMENT COMPANY INDIA
6.13.5 ROTEX AUTOMATION LTD. INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 51 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.13.6 SCHRADER DUNCAN LIMITED INDIA
6.13.7 ASCO JOUCOMATIC LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.13.8 ALCON ALEXANDER CONTROLS LIMITED UK
6.13.9 ASCO NUMATICS (INDIA) P. LIMITED INTERNATIONAL
6.13.10 THOMPSON VALVES LTD UK
6.13.11 VERSA BV NETHERLANDS
6.13.12 ASCO JOUCOMATIC SA FRANCE

6.16 INSTRUMENT VALVES & MANIFOLDS


A INDIAN BIDDERS
6.16.1 ANDERSON GREENWOOD CROSBY SANMAR Ltd. INDIA
6.16.2 ARYA CRAFTS & ENGINEERING PVT LTD INDIA
6.16.3 ASTEC VALVES & FITTINGS PVT. LTD. INDIA
6.16.4 BAUMER TECHNOLOGIES INDIA PVT.LTD INDIA
6.16.5 CIRCOR INSTR. TECHNOLOGIES INC INDIA
6.16.6 COMFIT & VALVES PVT. LTD. INDIA
6.16.7 EXCEL HYDRO PNEUMATICS PVT LTD INDIA
6.16.8 EXCELSIOR ENGG. WORKS INDIA
6.16.9 FLUID CONTROLS PVT LTD INDIA
6.16.10 MICRO PRECISION PRODUCTS PVT LTD INDIA
6.16.11 PANAM ENGINEERS INDIA
6.16.12 PARKER HANNIFIN CORPORATION INDIA
6.16.13 PRIME ENGINEERS INDIA
6.16.14 BOMBAY FLUIDS SYSTEM COMPONENTS PVT LTD INDIA
6.16.15 SWASTIK ENGINEERING WORKS INDIA
6.16.16 TK FUJIKIN CORPORATION INDIA
6.16.17 WESMEC ENGINEERING PVT LTD. INDIA
6.16.18 CHEMTROLS INDUSTRIES LTD INDIA
6.16.19 PRECISION ENGINEERING INDUSTRIES INDIA
6.16.20 ANDERSON GREENWOOD CROSBY SANMAR LIMITED INDIA
6.16.21 TECNOMATIC INDIA PVT LTD INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.16.22 AUTOCLAVE ENGINERS FLUID COMPONENTS USA
6.16.23 ANDERSON GREENWOOD CROSBY USA
6.16.24 HAM-LET (ISRAEL-CANADA) LTD ISRAEL

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 52 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY

6.57 GAS DETECTION SYSTEMS


A INDIAN BIDDERS
6.57.1 DETECTOR ELECTRONICS CORP.(KIDDE CO.) INDIA
6.57.2 DRAGER SAFETY AG & CO. INDIA
6.57.3 EMERSON PROCESS MANAGEMENT (INDIA) PRIVATE LIMITED. INDIA
6.57.4 HONEYWELL ANALYTICS INDIA
6.57.5 INDUSTRIAL SCIENTIFIC OLDHAM INDIA
6.57.6 MINE SAFETY APPLIANCES COMPANY INDIA
6.57.7 NET SAFETY MONITORING INC INDIA
6.57.8 RESPO PRODUCTS INDIA
6.57.9 ESP SAFETY PVT. LTD. INDIA
6.57.10 CHEMTROLS INDUSTRIES LTD INDIA
6.57.11 DETECTION INSTRUMENTS INDIA INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.57.12 CROWCON DETECTION INSTRUMENTS LTD UK
6.57.13 RIKEN KEIKI CO LTD JAPAN
6.57.14 DRAGER SAFETY GERMANY
6.57.15 MINE SAFETY APPLIANCES COMPANY USA
6.57.16 NET SAFETY MONITORING INC CANADA

6.58 FIRE & GAS DETECTION SYSTEMS


A INDIAN BIDDERS
6.58.1 DETECTOR ELECTRONICS CORP.(KIDDE CO.) INDIA
6.58.2 EMERSON PROCESS MANAGEMENT (INDIA) PRIVATE LIMITED. INDIA
6.58.3 HONEYWELL AUTOMATION INDIA LIMITED INDIA
6.58.4 MINE SAFETY APPLIANCES COMPANY INDIA
6.58.5 NET SAFETY MONITORING INC INDIA
6.58.6 YOKOGAWA INDIA LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.58.7 DETCON INC USA

6.71 PROGRAMMABLE LOGIC CONTROLLERS (DMR)


A INDIAN BIDDERS
6.71.1 ABB INDIA LIMITED INDIA
6.71.2 GE INTELLIGENT PLATFORMS PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 53 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.71.3 HONEYWELL AUTOMATION INDIA LIMITED INDIA
6.71.4 INVENSYS SOFTWARE SYSTEMS (S) PTE LTD (SCHNEIDER) INDIA
6.71.5 LARSEN & TOUBRO LIMITED INDIA
6.71.6 ROCKWELL AUTOMATION INDIA PVT LTD INDIA
6.71.7 SIEMENS LTD - NASHIK INDIA
6.71.8 YOKOGAWA INDIA LTD INDIA
6.71.9 GE-FANUC AUTOMATION INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.71.10 HIMA PAUL HILDEBRANDT GMBH + CO KG GERMANY
6.71.11 HONEYWELL INC USA
6.71.12 ROCKWELL AUTOMATION INC. INTERNATIONAL
6.71.13 SIEMENS AG INTERNATIONAL
6.71.14 ABB AUTOMATION LIMITED INTERNATIONAL
6.71.15 MODICON QUANTUM (GOULD MODICON) USA

6.73 PRESSURE GAUGES


A INDIAN BIDDERS
6.73.1 AN INSTRUMENTS PVT LTD INDIA
6.73.2 BAUMER TECHNOLOGIES INDIA PVT.LTD INDIA
6.73.3 GAUGES BOURDON (I) PVT. LTD. (GEN.INST) INDIA
6.73.4 GOA INSTRUMENTS INDUSTRIES PVT. LTD. INDIA
6.73.5 H GURU INSTRUMENTS(SOUTH INDIA)PVT. LTD INDIA
6.73.6 H.GURU INDUSTRIES INDIA
6.73.7 MANOMETER (INDIA) PVT. LTD. INDIA
6.73.8 Precision Mass Products Pvt. Ltd. (Old name: ASHCROFT INDIA PVT LTD) INDIA
6.73.9 WALCHANDNAGAR INDUSTRIES LTD(TIWAC DIVN) INDIA
6.73.10 WIKA INSTRUMENTS INDIA PVT LTD INDIA
6.73.11 BAUMER BOURDON HAENNI SAS INDIA
6.73.12 MASS PRODUCTS PVT. LTD INDIA
6.73.13 BAUMER INDIA PVT LTD. INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.73.14 BADOTHERM PROCESS INSTRUMENTS B.V./BADOTHERM FAR EAST Co. Ltd. INTERNATIONAL

6.73.15 BAUMER TECHNOLOGIES INDIA PVT.LTD INTERNATIONAL


6.73.16 BUDENBERG GAUGE CO. LTD UK
6.73.17 WIKA ALEXANDER WIEGAND & CO GMBH INTERNATIONAL

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 54 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.73.18 BAUMER BOURDON HAENNI SAS FRANCE

6.97 FIELD INSTRUMENTS/TRANSMITTERS (P,DP,F,L,T,TD)


A INDIAN BIDDERS
6.97.1 ABB INDIA LIMITED INDIA
6.97.2 EMERSON PROCESS MANAGEMENT (INDIA) PRIVATE LIMITED. INDIA
6.97.3 ENDRESS+HAUSER (INDIA) PRIVATE LIMITED INDIA
6.97.4 FUJI ELECTRIC SYSTEMS CO. LTD/FUJI ELECTRIC INDIA PVT LTD INDIA
6.97.5 INVENSYS INDIA PRIVATE LIMITED INDIA
6.97.6 YOKOGAWA INDIA LIMITED INDIA
6.97.7 HONEYWELL AUTOMATION INDIA LIMITED INDIA
6.97.8 ENDRESS+HAUSER (INDIA) PRIVATE LIMITED INDIA
6.97.9 SCHNEIDER ELECTRIC SYSTEMS INDIA PRIVATE LIMITED INDIA
6.97.10 ABB INDIA LIMITED INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.97.11 ABB AUTOMATION LIMITED INTERNATIONAL
6.97.12 EMERSON PROCES MGMT ASIA PACIFIC PTE LTD INTERNATIONAL
6.97.13 ENDRESS+HAUSER GMBH+CO. KG INTERNATIONAL
6.97.14 YOKOGAWA ELECTRIC CORPORATION INTERNATIONAL
6.97.15 HONEYWELL INC. INTERNATIONAL
6.97.16 ENDRESS + HAUSER WETZER GMBH+CO. KG GERMANY
6.97.17 INVENSYS INTERNATIONAL

6.103 FIRE PROTECTION SYSTEM (VALVES & ACC.)


A INDIAN BIDDERS
6.103.1 MBM AUTOMATION AND ROBOTICS INDIA
6.103.2 SUMMIT TECHNODYNE PVT. LTD. INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.103.3 BILCO ANTIFIRE ENGINEERING SRL ITALY
6.103.4 DARCHEM ENGINEERING LTD USA
6.103.5 MOV LIMITED KOREA

6.123 JUNCTION BOXES (Flame Proof)


A INDIAN BIDDERS
6.123.1 BALIGA LIGHTNING INDIA
6.123.2 FCG FLAME PROOF CONTROL GEARS INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 55 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.123.3 FCG POWER INDUSTRIES PVT LTD INDIA
6.123.4 FLAMEPROOF EQUIPMENTS PVT LTD INDIA
6.123.5 FLEXPRO ELECTRICALS INDIA
6.123.6 KAYSONS TECHNO EQUIPMENT P LTD. INDIA
6.123.7 PEPPERL & FUCHS MANUFACTURING (INDIA) PRIVATE LIMITED / INDIA
OEM Authorised bidder: M/s. Pepperl & Fuchs (India) Pvt Ltd. – INDIA
6.123.8 SUDHIR SWITCHGEARS PVT LTD INDIA

6.125 PLC CABINETS / LOCAL CONTROL PANEL


A INDIAN BIDDERS
6.125.1 BASE AUTOMATION INDIA INDIA
6.125.2 INDUSTRIAL CONTROL & APPLIANCES INDIA
6.125.3 MEGATECH CONTROLS INDIA
6.125.4 POSITRONICS PVT. LTD INDIA
6.125.5 PRIMA AUTOMATION INDIA PVT LTD INDIA
6.125.6 PYROTECH ELECTRONICS PVT LTD INDIA
6.125.7 RITTAL INDIA

6.128 MCT BLOCKS


A INDIAN BIDDERS
6.128.1 MCT BRATTBERG INDIA
6.128.2 ROXTEC INDIA
6.128.3 HILTI INDIA INDIA
6.128.4 DELSEAL INDIA PVT. LTD. INDIA
B FOREIGN BIDDERS ( FOR GLOBAL TENDERING AS APPLICABLE)
6.128.5 MCT BRATTBERG GERMANY
6.128.6 ROXTEC SWEDEN

6.129 BARRIERS (IS) / BARRIERS (FF)


A INDIAN BIDDERS
6.129.1 MTL INDIA
6.129.2 P &F INDIA

6.130 BEACONS / HOOTERS/ MCP


A INDIAN BIDDERS
6.130.1 BALIGA LIGHTING EQUIPMENT PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 56 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.130.2 CAEG FCG INDIA
6.130.3 EX PROTECTA INDIA
6.130.4 FLAMEPROOF EQUIPMENT PVT. LTD. INDIA
6.130.5 FLEXPRO ELECTRICALS INDIA

6.135 FIRE PROOFING FOR INSTRUMENT ITEMS (FOR CABLE TRAYS/DUCTS)


A INDIAN BIDDERS
6.135.1 LOYDS INSULATION INDIA
6.135.2 THERMAL CERAMICS INDIA
6.135.3 UNIFRAX INDIA LTD INDIA

6.136 SUNSHADE FOR FIELD INSTRUMENTS


A INDIAN BIDDERS
6.136.1 FIBROCHEM INDUSTRIES INDIA
6.136.2 LOTUS FIBRE INDIA

6.140 TERMINAL BLOCKS


A INDIAN BIDDERS
6.140.1 ELEMEX INDIA
6.140.2 PHONIX INDIA
6.140.3 CONNECTWELL INDIA
6.140.4 WEILDMULLER INDIA
6.140.5 WAGO PRIVATE LIMITED INDIA
6.141 CABLE TRAY
A INDIAN BIDDERS
6.141.1 METALLEMS INDIA
6.141.2 GLOBE ELECTRIC INDIA
6.141.3 INDIANA INDIA
6.141.4 RATAN ENGINEERING INDIA
6.141.5 IDS COMPOSITES INDIA
6.141.6 NATIONAL GALVANISER INDIA
6.141.7 VATCO INDIA
6.141.8 STEELITE INDIA
6.141.9 INDIANA GRATINGS INDIA
6.141.10 DECO ENTERPRISE INDIA
6.141.11 PREMIER POWER PRODUCT (CAL) PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 57 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-D : INSTRUMENTATION ITEMS


S.No SUPPLIER NAME COUNTRY
6.141.12 INDIA ELECTRICALS SYNDICATE INDIA
6.141.13 JAMUNA METALS INDIA
6.141.14 UNITECH FABRICATORS & ENGINEERS PVT LTD INDIA

6.171 PUSH BUTTON AND INDICATING LAMPS


A INDIAN BIDDERS
6.171.1 C & S ELECTRIC LTD INDIA
6.171.2 ESSEN DEINKI INDIA
6.171.3 HOTLINE SWITCHGEAR & CONTROLS INDIA
6.171.4 LARSEN & TOUBRO LIMITED INDIA
6.171.5 PRECIFINE PRODUCTS PVT LTD INDIA
6.171.6 SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
6.171.7 SHRI TULSI SWITCHGEARS PVT LTD INDIA
6.171.8 SIEMENS LIMITED INDIA
6.171.9 STANDARD ELECTRICALS LTD INDIA
6.171.10 IDEC-IZUMI INDIA
6.171.11 R. STAHL (P) LTD INDIA
6.171.12 TEKNIK INDIA

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.1 CEMENT

A INDIAN BIDDERS

7.1.1 ULTRA TECH INDIA

7.1.2 AMBUJA CEMENT LTD INDIA

7.1.3 ACC INDIA

7.1.4 GRASIM INDIA

7.1.5 BIRLA CEMENT INDIA

7.1.6 SHRI CEMENT INDIA

7.1.7 J K CEMENT INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 58 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.1.8 BINANI CEMENT INDIA

7.2 STRUCTURAL STEEL

A INDIAN BIDDERS

7.2.1 SAIL INDIA

7.2.2 TISCO INDIA

7.2.3 VIZAG STEEL (RINL) INDIA

7.2.4 JINDAL STEEL (JSPL & JSW) INDIA

7.2.5 ESSAR STEEL INDIA

7.3 RE-BARS

A INDIAN BIDDERS

7.3.1 SAIL INDIA

7.3.2 TISCO INDIA

7.3.3 VIZAG STEEL (RINL) INDIA

7.3.4 JINDAL STEEL (JSPL & JSW) INDIA

7.3.5 ESSAR STEEL INDIA

7.3.6 SHYAM STEEL, KOLKATA INDIA

7.4 PAINTS

A INDIAN BIDDERS

7.4.1 ASIAN PAINTS INDIA

7.4.2 BERGER PAINTS INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 59 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.4.3 JOTUN PAINTS INDIA

7.4.4 NEROLAC PAINTS INDIA

7.4.5 SHALIMAR PAINTS INDIA

7.5 FLOOR FINISH: CERAMIC AND VITRIFIED TILES

A INDIAN BIDDERS

7.5.1 ASIAN GRANITO INDIA LTD INDIA

7.5.2 H & R JOHNSON INDIA

7.5.3 KAJARIA CERAMICS LTD. INDIA

7.5.4 SOMANY TILES INDIA

7.5.5 VARMORA GRANITO PVT. LTD INDIA

7.6 ALUMINIUM SECTIONS/SHEETS

A INDIAN BIDDERS

7.6.1 BALCO INDIA

7.6.2 HINDALCO INDIA

7.6.3 JINDAL INDIA

7.6.4 NALCO INDIA

7.7 EPOXY COATING

A INDIAN BIDDERS

7.7.1 BASF INDIA

7.7.2 FOSROC INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 60 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.7.3 PIDILITE INDIA

7.7.4 SIKA INDIA

PRE COATED PROFILED Gl/GALVALUME/ZINCALUME


7.8
SHEETS

A INDIAN BIDDERS

7.8.1 COLOUR ROOF INDIA LTD. INDIA

7.8.2 JINDAL INDIA

7.8.3 KIRBY BUILDING SYSTEM INDIA

7.8.4 LLOYD INSULATION INDIA

7.8.5 TATA BLUESCOPE INDIA

7.9 FALSE FLOORING

A INDIAN BIDDERS

7.9.1 EVEREST INDUSTRIES LTD. INDIA

7.9.2 LLOYD INSULATION INDIA

7.9.3 UNITED ACCESS FLOOR INDIA

7.10 FALSE CEILING

A INDIAN BIDDERS

7.10.1 HUNTER DOUGLAS( LUXALON) INDIA

7.10.2 INTERARCH BUILDING PRODUCTS INDIA

7.10.3 LLOYD INSULATION INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 61 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.11 GROUTING MATERIAL

A INDIAN BIDDERS

7.11.1 BASF INDIA

7.11.2 FOSROC INDIA

7.11.3 SIKA INDIA

7.11.4 FAIRMATE INDIA

7.12 FIRE PROOFING MATERIAL

A INDIAN BIDDERS

7.12.1 LLOYD INSULATION INDIA

7.12.2 CARBOLINE INDIA PVT LTD INDIA

7.12.3 NEWKEM INDIA

7.13 ACID/ALKALI RESISTANT TILES

A INDIAN BIDDERS

7.13.1 H & R JOHNSON INDIA

7.13.2 REGENCY CERAMICS LTD INDIA

7.14 CONCRETE ADMIXTURES

A INDIAN BIDDERS

7.14.1 SIKA INDIA PVT LTD INDIA

7.14.2 CICO TECHNOLOGI ES LTD INDIA

7.14.3 FAIRMATE CHEMICALS PVT LTD INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


PROJECT PMC/ EPCM Services for
PETROCHEMICAL AND LUBE
INTEGRATION PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

CLIENT INDIAN OIL CORPORATION LIMITED


Sub Supplier List for Project No. Document No. Rev. No. Page 62 of
LuPech Power Distribution 077154C001 077154C-1825-SL-1650-004 A 62
Facility

SECTION-E : CIVIL & STRUCTURAL ITEMS

Sr.No VENDOR NAME COUNTRY

7.14.4 KRYTON BUILDMAT CO.PVT.LTD INDIA

7.14.5 BASF INDIA

7.14.6 FOSROC INDIA

7.14.7 PIDILITE INDIA

7.15 WELDING ELECTRODES

A INDIAN BIDDERS

7.15.1 D & H WELDING ELECTRODES(I) LIMITED INDIA

7.15.2 MODI ARC ELECTRODES CO. INDIA

7.15.3 ADOR WELDING INDIA

7.15.4 ESAB INDIA INDIA

7.15.5 MAI LAM INDIA LIMITED INDIA

7.15.6 HONAVAR ELECTRODES LIMITED INDIA

This document is developed by TECHNIP India Limited and the information it contains is property of Indian Oil Corporation Ltd. It shall
not be used for any purpose other than that for which it is supplied.

CONFIDENTIAL – Not to disclose without Authorization


INDIAN OIL CORPORATION LIMITED
(REFINERIES DIVISION)

PACKAGE-4
LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL
AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT
IOCL GUJARAT REFINERY, INDIA
(BIDDING DOCUMENT NO.: 077154C/T/LuPech(J-18)/PACKAGE-4)

PART- II: PRICED

Prepared & Issued by

TECHNIP INDIA LIMITED


TECHNIP CENTRE,
19, Velachery Main Road,
Guindy, Chennai – 600 032.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 1 of 11

PREAMBLE TO SCHEDULE OF PRICES


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 2 of 11

PREAMBLE TO SCHEDULE OF PRICES

1. Price must be filled strictly in the format enclosed. If price quoted, in separate typed sheets and
any variation noticed, the bid is liable to be rejected. In case any contradiction is noticed between
price formats attached with bidding document and price format used in price bid submitted,
description/ contents of price format attached with bidding document shall prevail.

2. Bidder shall specify name of company and sign & affix seal on all pages of price bid.

3. Bidder shall quote Two prices – SUPPLY PRICE (SP-1) and SERVICE PRICE (SP- 2).
(a) SUPPLY PRICE (SP-1) shall include price of all Materials required for completion of the
Works in all respects including construction material.
(b) SERVICE PRICE (SP-2) shall comprise of Residual Process Design, Detailed Design and
Engineering, Prices for Construction services and other allied services required as per
bidding document.

4. Prices quoted in SP-1 and SP-2 shall be considered as separate prices and the entire contract
shall be considered to be fully and conclusively covered under these prices.

5. Total Lump Sum Price means aggregate of Lump Sum prices quoted in FORM SP-1, FORM SP-
2. However, for convenience of all, bidder is required to summarize above price in FORM SP-0.

6. Break-up of Lump Sum price indicated in FORM SP-4 and FORM SP-5 is for further break down
of Supply Price and Service Price. However, total price payable under the Contract shall be
restricted to Lump Sum price quoted in FORM SP-1 and SP-2 respectively.

7. In case of any contradiction between lumpsum price mentioned in FORM SP-0 and breakup of
lumpsum price mentioned in FORM SP-1 and FORM SP-2, following precedence shall apply:
(a) FORM SP-0;
(b) FORM SP-1, FORM SP-2

In case of this contradiction, Prices of SP1 & SP2 shall be modified on Prorata based on Price
quoted in FORM SP-0, limited to lumpsum prices quoted in FORM SP-0.
8. In case of any contradiction between Lump Sum Prices indicated in SP-1 & SP-2, and their break
down in SP-4, SP-5 respectively; the prices in SP-1, SP-2 shall prevail respectively.

9. The Engineering Price quoted in FORM SP-2 shall not exceed 7% (Seven percent) of Total Lump
Sum Price (in FORM SP-0).

10. The total of prices quoted for Engineering portion in FORM SP-2 (in FORM SP-2) and Supply
component (in FORM SP-1) taken together shall not exceed 70% (Seventy percent) of Total
Lump Sum Price (in FORM SP-0).

11. In case the prices are beyond the above limits mentioned under 9 and 10, then such additional
amount shall be payable to the Contractor in the final bill.

12. FORM SP-8 is enclosed to indicate Guaranteed Power, Steam Consumption Values. Refer
Loading Criteria attached as Annexure A-X to SCC of the Bidding Document.

13. Deleted.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 3 of 11

14. SUPPLY PRICE (SP-1)

SUPPLY PRICE shall include price of all Materials required for completion of the Works in all
respects including construction material. The guidelines for covering the materials and associated
activities under Supply Price are specified here below:

14.1 SUPPLY PRICE (SP-1) shall include supply of all materials as mentioned under SP- 4.

14.2 SUPPLY PRICE (SP-1) shall include supply of any other Materials, not mentioned under SP-4,
but required as per provisions of the Bidding or Contract Documents, and as per the guidelines
mentioned under this Para 14.0.

14.3 SUPPLY PRICE (SP-1) shall include the price of mandatory spare parts but exclude the price of
2 years recommended Operation & Maintenance spare parts.

14.4 SUPPLY PRICE (SP-1) shall include the price of spare parts for pre-commissioning,
commissioning, defect liability period and the price for such spares shall be included in the
individual equipment.

14.5 SUPPLY PRICE (SP-1) shall include price for special tools and tackles, if any.

14.6 SUPPLY PRICE (SP-1) shall include first fill of lubricants, chemicals, catalyst etc.

14.7 SUPPLY PRICE (SP-1) shall include Procurement services of the Materials and shall include other
services including but not limited to: clearance of the goods through custom and port authorities
including filling and/or filling of all custom manifests, bill of entry, and custom declarations and
other documents as may be required for the clearance of the goods from custom or port authorities,
for which purpose the Owner shall from time to time grant to Contractor or the Contractor’s
designates, such authority as may be reasonably required by the Contractor ; stevedoring,
clearing, forwarding, and handling services as required for clearing, forwarding, and handling
imported and indigenous materials and consignments including payment at Contractor’s cost of
any demurrage, wharf age, port charges, siding charges, retention charges, detention charges or
other charges whatsoever and howsoever designated or levied by any railway, airport, ship and/
or other authorities for or in connection with the loading, unloading or deletion of any materials or
vessels or other means of transport beyond the free period or unloading, clearance, retention or
detention of loading, as the case may be, provided by the relevant authorities in this connection.

14.8 SUPPLY PRICE (SP-1) shall include supply of all construction materials as required for completion
of the Work in all respects. Construction Materials, in general, shall include cement, reinforcement
bar, sand, aggregates, stones, bricks, earth and clay, nuts and bolts, screws and nails and other
fasteners of all kinds, all type of structural steel materials, woods and boards of all kinds, sanitary
pipes and fittings, sewage pipes and fittings, drainage pipes and associated fixtures and fittings,
cisterns, toilets, toilet seats and other sanitary fittings of any kind whatsoever, water proofing
compounds, chemicals, paints, varnishes, white- washes, distempers, plaster of paris and other
finishing materials whatsoever, barricading materials of all kinds and welding and other electrodes,
lead and other alloys and compounds and consumables whatsoever involved for and / or
incorporated in the permanent Works.

14.9 SUPPLY PRICE (SP-1) shall include the cost of all inspections including Third Party Inspection,
as applicable as per provisions of the Bidding Document.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 4 of 11

14.10 SUPPLY PRICE (SP-1) shall include cost of transportation; taking delivery of the Materials from
the port of delivery in India in respect of imported materials and from the factory or ware house or
other places of delivery in respect of indigenous materials and to transport these to the Contractor’s
stockpiles, godowns or other places of storage approved by the Owner, and to transport the same
from said godowns or places of storage to the work site for incorporation in the permanent work.
14.11 SUPPLY PRICE (SP-1) shall also include any incidental or auxiliary supplies which are not
specified in the Bidding Document specifically but which are required for completion of Works in
all respects which could be reasonably implied from the contents of the Bidding Document.

14.12 SUPPLY PRICE (SP-1) shall include all applicable taxes & duties except the taxes & duties quoted
in FORM SP-3. Supply prices in FORM SP-1 & SP-4 and taxes & duties in FORM SP-3 shall be
quoted in line with the Provisions for taxes & duties in clause no. 3 of Special Conditions of
Contract - Part-B.

14.13 DELETED

14.14 All materials under SP-1 shall be the property of OWNER and Contractor shall act as a trustee of
OWNER for custody of these materials and any surplus material left at Site shall be OWNER’s
property.

15. SERVICES PRICE (SP-2)

15.1 Service Price (SP-2) SHALL COMPRISE OF ENGINEERING, CONSTRUCTION AND OTHER
ALLIED SERVICES, REQUIRED AS PER BIDDING DOCUMENT

15.2 SP-2 Price shall include all type of taxes and duties (except GST). Service Price (SP-2) shall not
include GST; the same shall be reimbursed to the Contractor subject to the provisions mentioned
in the Special Conditions of Contract.

15.3 SP-2 Price shall include prices of all type of construction services required for completing the
Works in all respects including construction, testing, pre- commissioning, commissioning and
handing over to Owner. This shall include all type of Services required for completing the works in
all respects as per the scope of work specified in the Bidding Document. The major services are
specified here below, without being limited to:

15.3.1 SP-2 Price shall include - Supply, procurement, mobilization and deployment of all labour,
construction plant/ equipment/ machinery necessary for lifting, loading, handling, removing,
transporting, unloading or securing the materials.

15.3.2 SP-2 Price shall include - The cost of mobilization including but not limited to mobilization of
vehicles, movements, machinery, equipment, gear, tools, tackles, and other items and goods and
personnel necessary for or to perform the works contemplated under the Contract.

15.3.3 SP-2 Price shall include - The cost of all construction plants and equipment, vehicles, movements,
supply of water and power, construction of temporary roads and access, temporary works, pumps,
wiring, pipes, scaffolding, piling, shuttering and other materials, supervision, labour, fuel, stores,
geo technical investigation etc.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 5 of 11

15.3.4 SP-2 Price shall include- All supervision charges, establishment charges, overheads,
contingencies, site organization, charges etc.

15.3.5 SP-2 Price shall include- The cost of all indemnities under the Contract, and insurance premia on
insurance required in terms of the Contract documents. “Insurance” here shall include Insurance
other than those specified under Owner’s scope.

15.3.6 SP-2 Price shall include- The cost of all rents, royalties, licenses, permits, permission and any
other fee, duty, penalty, levy payable on the excavation, transportation of any material or
acquisition or use of any right of way or other right, licenses, permit, privilege, permission or uses
required for the performance of work.

15.3.7 SP-2 Price shall include - Assembly of sub-assemblies, installation, alignment, welding, and
completion up to Erection Completion and of all the disciplines – civil and structural, Static & Fired
Equipment, pressure vessels, rotary equipment, package equipment, piping, electrical,
instrumentation, insulation, fire proofing, refractory, painting, etc. as required according to the
specifications and drawings.

15.3.8 SP-2 Price shall include - Testing, Hydraulic testing/pneumatic testing at Site.

15.3.9 SP-2 Price shall include - Pre-commissioning of the complete Unit

15.3.10 SP-2 Price shall include - Commissioning of the Complete Unit

15.3.11 SP-2 Price shall include - Performance Guarantee Test runs of the plant

15.3.12 SP-2 Price shall include - The incidental cost arising out of Punch list/ check list issued by
commissioning team of licensor or owner or operation group of Owners during pre-commissioning
/ commissioning for smooth and trouble free operation of the system/ units.
15.3.13 SP-2 prices shall include training charges.

15.4 CONSTRUCTION PRICE shall also include any incidental or auxiliary works which are not
specified above or in the specifications or in the Conditions of Contract or in the Bidding Document
specifically but which are required for completion of Works in all respects and which could be
reasonably inferred from the contents of the Contract Document.

16. SP-0 are considered as the Prices which Owner agrees to pay and the Contractor agrees to accept
as full compensation for the Contractor’s full performance of the Work (i.e. Engineering, Supply
and Construction & other services) in accordance with the provisions of the Contract Documents.
These Prices shall be shall remain firm, fixed and valid till the completion of the Works and will not
be subject to variation on any account except as otherwise specifically provided in the Bidding
Documents and Change Orders, if any subject to the provisions of the Contract.

17. Obligation of the Contractor is not limited to the quantities that the Contractor may either indicate
in the Schedule of Breakup of Prices along with his bid or in the billing schedules after award of
work. Contractor shall carry entire scope of Work as detailed in various sections/volumes of the
Bidding Document within the quoted Price of SP-0.

18. It will be the duty of the Contractor to duly observe and perform all laws, rules, regulations, orders
and formalities applicable to GST (CGST, SGST, IGST) and Custom Duty on the manufacture,
sale, import and/ or supply of any material to OWNER and/ or applicable to GST on the services
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 6 of 11

performed by the Contractor pursuant hereto. The Contractor shall keep OWNER indemnified for
and against any and all claims, demands, prosecutions, penalties, damages, demurrages, and/ or
other levies whatsoever made or levied by the court or Custom Authorities with respect to any
alleged breach, evasion, or infraction of such duties, taxes, charges, or levies or any breach or
infraction of such laws, rules, regulations, orders, or formalities concerning the same and from the
consequences thereof.

19. Bidder shall furnish the details of taxes & duties in FORM SP-3 of Schedule of Prices, which would
be applicable with respect to Supply Price and Service Price.

20. The Bidder shall indicate in FORM SP-6 the list of recommended Operation & Maintenance spares
for two (2) years normal operation of the Unit/Plant as recommended by the manufacturers of
various Systems (other than startup/commissioning, Mandatory spares required during the defect
liability period). This Price shall have a validity of 12 months after mechanical completion of
plant/unit. This Price shall not be considered for Price Evaluation.

21. Bidder shall quote the year wise charges for CPWAMC for 05 years as per technical portion of
bidding document in the FORM SP-7 of Price schedule.

The CPWAMC charges quoted by the bidder shall be exclusive of all output taxes and duties. The
output taxes & duties shall be paid as per prevailing rate against tax invoice and related documents
of the Contractor. (Only basic cost to be quoted by the bidder & applicable output taxes/GST shall
be paid extra at that time prevailing rate). The price shall be quoted by the Contractor shall take
into account the input tax credit available to them.

The quotation by the bidder for Annual maintenance charges as specified above for the
period of 5 (five) years is mandatory and shall be considered in the evaluation of the bid.

For the purpose of comparison of bids, no loading of output tax on CPWAMC charges shall be
done. i.e. prices quoted by bidder shall only be considered for comparison of bids.

The Prices for Comprehensive Post Warranty Annual Maintenance Contract (CPWAMC) quoted
in FORM SP-7 shall not be included in the total Lump Sum Price.

The Prices for CPWAMC shall remain valid up to the defect liability period. In case of award, the
price for CPWAMC shall remain FIRM till the completion of scope of CPWAMC. The OWNER will
place separate Purchase Order for CPWAMC as defined elsewhere in the tender and this price
shall not be included in the Lump sum price.

22. Foreign Bidders may quote prices for materials and services to be imported into India either in
Indian Rupees or in Foreign Currency or in a combination of Indian Rupees and a Foreign
Currency.

23. Indian Bidders shall quote the price for materials and services to be procured from India and for
expenses to be incurred in India only in Indian Rupees.

Indian bidders may quote the prices for materials and services to be imported into India in Foreign
Currency. Such bidders quoting in foreign currency shall separately indicate in a list of the
materials and services to be imported into India and the Foreign Currency price payable for such
materials and services.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 7 of 11

For the purpose of this clause and any other relevant provisions in these documents, Foreign
Currency (FC) shall mean and be limited to US DOLLARS, EURO, JAPANESE YEN.

However, maximum no. of currencies of quote shall be limited to Indian Rupees and any one of
the allowed Foreign Currencies mentioned above.

If the Foreign bidder has not mentioned any currency in their Price bid/ Unpriced bid, US Dollar
shall be considered as their currency of quote.

24. Bidder confirms that he has noted the contents of the Preamble to Schedule of Price, Price
Schedule, Bidding document and quoted his prices accordingly without any deviation and without
changing format of Price Schedule including this BOQ.

25. Bidder shall submit unpriced Price schedule (all Forms) indicating 'QUOTED' in all columns in their
unpriced bid.

Bidder shall submit their Priced Bid duly filled in with prices, stamped & signed by Bidder on each
page and scanned & uploaded in the respective “PRICE BID” folders only on the e-procurement
Portal as mentioned in the ITB.

26. The Liability of payment of excess of Custom duty, on account of change in DDP value referred to
in FORM SP-4 shall be to Contractor’s account.

27. Lump sum prices quoted by the Contractor shall include cost of any other supplies/work(s)/
services not specifically mentioned in the Bidding document but necessary for the efficient, trouble
free operation of the plant and to make this package job complete.

(SIGNATURE & SEAL OF BIDDER)

NOTE: Bidder must indicate “QUOTED”, “NOT QUOTED” or “NOT APPLICABLE” as applicable
against the respective Item(s) in all the SP FORMS of Schedule of Prices while submitting unpriced
part of Schedule of Prices in Techno-Commercial Bid along with this PREAMBLE signed &
stamped.
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 8 of 11

FORM SP-4

FURTHER BREAK UP OF LUMPSUM PRICE FOR SUPPLY PORTION


(AS QUOTED IN FORM SP-1)

NAME OF WORK: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR


“PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LuPech”
(J18)” AT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

Bidding Document No.: 077154C/T/LuPech(J18)/PACKAGE-4

Bidder Name: _______________________________

Notes:

1. Bidder to furnish break up of FORM SP-1 price in this FORM SP-4 in terms of % of total supply portion
quoted in FORM SP-1.
2. Bidder to ensure that total of percentage indicated against all the items below respectively for foreign
currency and Indian Currency shall be total 100% each for foreign currency and Indian Currency quoted
in FORM SP-1.
3. This duly filled in FORM SP-4 with % is required to be submitted in unpriced bid only

SL. DESCRIPTION Foreign Currency Indian Currency


NO (in %) (in %)

BREAK UP OF SUPPLY PRICE


1. ELECTRICAL
1.1 220/33kV, 115/140 MVA Power
Transformer along with accessories (Qty. 2
Nos.).
1.2 New 33kV Gas Insulated Switchgear panel
(GIS-3).

1.3 All electrical equipment, Lighting, Earthing


& Lightning Protection equipment with all
associated auxiliaries and accessories as
mentioned elsewhere in the tender
document
1.4 All cabling, cable trays, supports etc.
1.5 Distribution Boards, AC UPS and Battery &
Battery Chargers
2 Piping
3 Electrical
4 Instrumentation
5 Mandatory Spares
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 9 of 11

SL. DESCRIPTION Foreign Currency Indian Currency


NO (in %) (in %)

6 Special Tools & Tackles


7 UG/AG Fire-fighting System
8 Any other material/ item required for
completion of the package works but
not specifically identified and covered
above for completion of units (BIDDER
TO SPECIFY)
9 Bidder to Specify
10 Construction Material (Steel, Cement,
Rebar, aggregate, gravels, sand etc)

TOTAL SUPPLY PRICE 100% 100%


PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 10 of 11

FORM SP-5

FURTHER BREAKUP OF TOTAL LUMPSUM PRICE FOR SERVICE PORTION – ENGINEERING,


CONSTRUCTION / INSTALLATION, START-UP, PRE-COMMISSIONING, COMMISSIONING, PGTR,
TRAINING
(AS QUOTED IN FORM SP-2)

NAME OF WORK: PACKAGE-4 (LUPECH POWER DISTRIBUTION FACILITY) FOR


“PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LuPech”
(J18)” AT IOCL GUJARAT REFINERY, VADODARA, GUJARAT, INDIA

Bidding Document No.: 077154C/T/LuPech(J18)/PACKAGE-4

Bidder Name:

Notes:

1. Bidder to furnish break up of FORM SP-2 price in this FORM SP-5 in terms of % of total service portion
quoted in FORM SP-2.
2. Bidder to ensure that total of percentage indicated against all the items below respectively for foreign
currency and Indian Currency shall be total 100% each for Foreign currency and Indian Currency quoted
in FORM SP-2.
3. This duly filled in FORM SP-5 with % is required to be submitted in unpriced bid only.

SL. DESCRIPTION Foreign Currency Indian Currency


NO (in %) (in %)

1.1 BREAK UP OF ENGINEERING PRICE


1.1.1 Basic Design Validation
1.1.2 Detailed Design Engineering
2.1 CONSTRUCTION PRICE
2.1.1 CIVIL/STRUCTURAL WORK
2.1.1.1 All Civil works as mentioned elsewhere in the
bidding document
2.1.1.2 All Structural works mentioned elsewhere in the
bidding document
2.1.2 Civil works for building
2.1.3 PIPING works
2.1.4 Electrical Works
2.1.5 Instrumentation Works
2.1.6 Firefighting System
2.1.7 Painting Including Supply of Materials
2.1.8 Fire Proofing Including Supply of Materials
2.1.9 Commissioning including Pre-commissioning,
Start-up
3.0 Any other activity not mentioned above but
required for completion of package works
Bidder to Specify
PETROCHEMICAL AND LUBE INTEGRATION
PROJECT “LuPech” (J-18)
IOCL GUJARAT REFINERY

SCHEDULE OF PRICES

Bidding Document Reference: 077154C/T/LuPech(J18)/PACKAGE-4 Page 11 of 11

SL. DESCRIPTION Foreign Currency Indian Currency


NO (in %) (in %)

TOTAL SERVICE PRICE 100% 100%


Validate Print Help

Tender Inviting Authority: As per NIT


Name of Work: LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL GUJARAT REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

Notes:
1. The price quoted shall be Lump sum Price on Turnkey basis. Total payments to be made to the Contractor shall be limited to Lump sum price indicated at FORM SP-0 in the Price Bid and Taxes and
duties calculated as per the rates quoted in Form SP-3, irrespective of the progressive payments made during execution based on the split up of price.
2. Refer the PREAMBLE TO SCHEDULE OF PRICES enclsoed elsewhere in the Bidding Document.

Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE (FORM SP-0)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are
allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # TEXT # NUMBER #

Quoted
Total Lumpsum Price in Figures To be entered by
Sl. Currency in
Item Description Units the Bidder (except Custom duty, SWS and
No. INR / Other
IGST/CGST&SGST and its related cess, if any)
Currency

1 2 5 12 13

Project Management, Consistency Checks, Power System Studies as mentioned in Bidding Documents, Site development and
enabling jobs, Topography Survey, Soil Investigation and underground scanning mentioned in the bid and co-ordination for the
same with Owner/PMC, Total Procurement (including first fill of consumables, special tools and tackles, Pre-Commissioning
Spares, Commissioning Spares, Start-up spares & Mandatory spares), Fabrication, Manufacturing, Quality Assurance,
Inspection & Expediting, Third Party Inspection, Supplies, Transportation, Insurance, Handling & Storage of all Equipment,
1 Materials, items and other Construction Materials at yard/site, Fabrication, Assembly, Construction, Erection, Installation of all
equipment pertaining to LuPech Power Distribution facility including civil, Structural, HVAC, Piping, Electrical and
Instrumentation including tie-ins, Testing, Insulation and Painting, Obtaining all Statutory Approvals Pre-commissioning &
Mechanical Completion, Preparation of operating manuals, Training of Owner’s O&M personnel, consumables for 6 (six)
months operation, Contract closure activities ,Final invoice/billing and handing over of the facilities with Final and “As Built”
drawing/documentation, supply of spares with necessary support and services during defect liability period.

1.01 FOREIGN CURRENCY PART Lumpsum USD

1.02 INDIAN CURRENCY PART Lumpsum INR


Validate Print Help

Tender Inviting Authority: As per NIT


Name of Work: POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

BREAK-UP OF TOTAL LUMPSUM PRICE - SUPPLY PORTION

Notes:
1. All supplies for the completion of the work shall be included in the FORM SP-1 only.
2. Bidder to furnish further break-up of FORM SP-1 in FORM SP-4 in terms of % of total supply price quoted in FORM SP-1, in unpriced part of their Bid,
which is enclosed in the Bidding document as PDF.
3. No supplies shall be included under FORM SP-2.

Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE (FORM SP-1)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is
liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # TEXT # NUMBER #


Sl. Item Description Units Quoted Total Lumpsum Price in Figures To be entered by
No. Currency in the Bidder (except Custom duty, SWS and
INR / Other IGST/CGST&SGST and its related cess, if any)
Currency

1 2 5 12 13

Lumpsum Price for Supply portion for completion of Scope


1
of Work as per Bidding Document

1.01 IN FOREIGN CURRENCY Lumpsum USD

1.02 IN INDIAN CURRENCY Lumpsum INR


Validate Print Help

Tender Inviting Authority: As per NIT

Name of Work: LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL GUJARAT
REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

BREAKUP OF TOTAL LUMPSUM PRICE - Detailed Design & Engineering, Construction/Installation, Start-up, Pre-commissioning, Commissioning, Performance Guarantee Test
Run (PGTR) , Training

Notes:
1. All services for the completion of the work shall be included in the Form SP-2 only.
2. Bidder to furnish further breakup of Form SP-2 in Form SP-5 in terms of % of total service price quoted in Form SP-2, in unpriced part of their Bid, which is enclosed in the
Bidding document in PDF.
3. No services shall be included under Form SP-1.
Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE (FORM SP-2)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this
tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # TEXT # NUMBER #


Sl. Item Description Units Quoted Currency in INR / Total Lumpsum Price in Figures To be
No. Other Currency entered by the Bidder (except
IGST/CGST&SGST and its related cess,
if any)

1 2 5 12 13
ENGINEERING PRICE (DETAILED DESIGN AND ENGINEERING AS PER
1 REQUIREMENTS DETAILED OUT IN VARIOUS SECTIONS OF BIDDING
DOCUMENT

1.01 IN FOREIGN CURRENCY Lumpsum USD

1.02 IN INDIAN CURRENCY PART Lumpsum INR

LUMPSUM PRICE FOR CONSTRUCTION PORTION AS PER


2 REQUIREMENTS DETAILED OUT IN VARIOUS SECTIONS OF THE
BIDDING DOCUMENT

2.01 IN FOREIGN CURRENCY Lumpsum USD

2.02 IN INDIAN CURRENCY Lumpsum INR

3 TOTAL OF ENGINEERING AND CONSTRUCTION PRICE [1 + 2]

3.01 IN FOREIGN CURRENCY Lumpsum USD

3.02 IN INDIAN CURRENCY Lumpsum INR


Validate Print Help

Tender Inviting Authority: As per NIT

Name of Work: POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

TAXES AND DUTIES ON REIMBURSEMENT BASIS (Not included in quoted Price in SP-0)

Notes:
1. Bidder are advised to consider prevailing rates of taxes & duties for quoting the below percentage. The reimbursement shall be paid against submission
of original tax invoices with related documents. All related and relevant documents, but not limited to Original tax invoice, bill of entry, importer invoice,
endorsed copy of consignment note or bill of lading etc, shall be submitted by the contractor as per prevailing rules and regulations and as per Clause 3 of
SCC-Part B.

2. No other taxes and duties except mentioned in this form shall be eligible for reimbursement

3. Bidder to note that breakup of lump sum price in SP forms are for interim progressive payment purpose only. The total price Payable under the contract
shall be restricted to the quoted lump sum price and rate of taxes & duties quoted below. If any mismatch in actual progressive invoice value and rate of
taxes & duties quoted below, bidder will adjust the same in lump sum Price quoted in SP forms, so that there should not be any additional liability to the
OWNER.

4. Bidder to note evaluation shall be done as per BID DATA SHEET Sl.no.14. II.e after loading the IGST/GST (at prevailing rate on the last price bid
submission date) to be paid by OWNER on FOREIGN CURRENCY part of Services (calculated based on the percentage quoted by bidder in SP-5) to be
offered by Foreign Bidder (in case of direct bidding)/ Foreign Member of the consortium/JV.

Name of the
Bidder/ Bidding
Firm / Company :

PRICE SCHEDULE (FORM SP-3)


BREAK-UP OF GST
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable
to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER #


Sl. Item Description Units Rate
No.

1 2 5 13

GST ON SUPPLY OF INDIGENOUS GOODS (PART BREAKUP


1 %age
OF SP-1 )

Basic Customs Duty & other import duties on Supply of Imported Goods other
2.1 %age
than those mentioned below (Foreign Component of SP-1)

2.2 SWS on Duties quoted at S.no. 2.1 %age

IGST / (CGST+SGST) on (Foreign component of SP-1 +


2.3 %age
(Duties at Sr. 2.1 and 2.2 above)

GST on supply of services offered by Indian Bidder, quoted in Indian Currency


3 and Foreign Currency (part- breakup of SP-2 calculated based on percentage %age
quoted in SP-5
Validate Print Help
Tender Inviting Authority: As per NIT

Name of Work: LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL GUJARAT REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE

Notes:
1.Contractor shall provide itemized priced list of two years operation and maintenance (O&M) spares along with the bid. Prices of O&M spares shall be kept valid for a period of 12 months after contractual
mechanical completion. Owner reserves the right to place the order for such O & M spares.
2. 2 years operation & maintenance spares shall be furnished as per this format and shall not be included in the quoted supply prices. Quoted 2 years operation & maintenance spares shall not be
considered for evaluation.
3. Bidder shall indicate Zero (0) in the row where bidder does not recommend spares and the same shall be considered as "Not Quoted"
4. Currency of bid shall be as per Preamble to Schedule of Rates

Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE (FORM SP-6)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are
allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # TEXT # NUMBER # TEXT TEXT NUMBER

Quoted Ocean Freight upto Port of


Currency in UNIT RATE in Figures Entry (Mumbai Seaport) /
INR / Other (FOB at Loading Port) - Inland Freight upto Site
Sl.
Item Units Currency Foreign Supply Item Description Unit (in percentage of Column
No.
(Select (FOT Despatch Point Price) - 13)
Currency) Indian Supply

1 2 5 12 13 19 24 26
1 AMOUNT OF FOREIGN COMPONENT

1.01 Item 1 Lumpsum USD

1.02 Item 2 Lumpsum USD

1.03 Item 3 Lumpsum USD

1.04 Item 4 Lumpsum USD

1.05 Item 5 Lumpsum USD

1.06 Item 6 Lumpsum USD

1.07 Item 7 Lumpsum USD

1.08 Item 8 Lumpsum USD

1.09 Item 9 Lumpsum USD

1.10 Item 10 Lumpsum USD

1.11 Item 11 Lumpsum USD

1.12 Item 12 Lumpsum USD

1.13 Item 13 Lumpsum USD

1.14 Item 14 Lumpsum USD

1.15 Item 15 Lumpsum USD


2 AMOUNT OF INDIAN COMPONENT

2.01 Item 1 Lumpsum INR

2.02 Item 2 Lumpsum INR

2.03 Item 3 Lumpsum INR

2.04 Item 4 Lumpsum INR

2.05 Item 5 Lumpsum INR

2.06 Item 6 Lumpsum INR

2.07 Item 7 Lumpsum INR

2.08 Item 8 Lumpsum INR

2.09 Item 9 Lumpsum INR

2.10 Item 10 Lumpsum INR

2.11 Item 11 Lumpsum INR

2.12 Item 12 Lumpsum INR

2.13 Item 13 Lumpsum INR

2.14 Item 14 Lumpsum INR

2.15 Item 15 Lumpsum INR


Validate Print Help

Tender Inviting Authority: As per NIT

Name of Work: LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL GUJARAT REFINERY,
INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

PRICES FOR CPWAMC (Not to be included in quoted prices in FORM SP-0)


1. The bidder shall quote the prices for PWCAMC exclusive of GST. The GST shall be paid as per prevailing rate against tax invoice and related documents of the contractor. (Only
basic cost to be quoted by the bidder & applicable GST shall be paid extra at prevailing rate at the time of payment)

Name of the
Bidder/ Bidding
Firm / Company :

PRICE SCHEDULE (FORM SP-7)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this
tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # TEXT # NUMBER #

Sl. Quoted Currency in Total Lumpsum Price in Figures To be entered by


Item Description Units
No. INR / Other Currency the Bidder

1 2 5 12 13

Annual charges for Post Warranty maintenance for AC UPS as per


1
technical portion of bidding document for the following periods:

1.01 First year after expiry of defect liability Lumpsum INR

1.02 Second year after expiry of defect liability Lumpsum INR

1.03 Third year after expiry of defect liability Lumpsum INR

1.04 Fourth year after expiry of defect liability Lumpsum INR

1.05 Fifth year after expiry of defect liability Lumpsum INR

Annual charges for Post Warranty maintenance for DC Battery


2 Charger as per technical portion of bidding document for the
following periods:

2.01 First year after expiry of defect liability Lumpsum INR

2.02 Second year after expiry of defect liability Lumpsum INR

2.03 Third year after expiry of defect liability Lumpsum INR

2.04 Fourth year after expiry of defect liability Lumpsum INR

2.05 Fifth year after expiry of defect liability Lumpsum INR

Annual charges for Post Warranty maintenance for Gas Detection


3 System (GDS) as per technical portion of bidding document for the
following periods:

3.01 First year after expiry of defect liability Lumpsum INR

3.02 Second year after expiry of defect liability Lumpsum INR

3.03 Third year after expiry of defect liability Lumpsum INR

3.04 Fourth year after expiry of defect liability Lumpsum INR

3.05 Fifth year after expiry of defect liability Lumpsum INR

Annual charges for Post Warranty maintenance for


4 HVAC/Pressurization System as per technical portion of bidding
document for the following periods:

4.01 First year after expiry of defect liability Lumpsum INR

4.02 Second year after expiry of defect liability Lumpsum INR

4.03 Third year after expiry of defect liability Lumpsum INR

4.04 Fourth year after expiry of defect liability Lumpsum INR

4.05 Fifth year after expiry of defect liability Lumpsum INR

6 of 7
Validate Print Help

Tender Inviting Authority: As per NIT

Name of Work: LUPECH POWER DISTRIBUTION FACILITY FOR PETROCHEMICAL AND LUBE INTEGRATION PROJECT “LUPECH” (J-18) PROJECT AT IOCL
GUJARAT REFINERY, INDIA

Bidding Document No: 077154C/T/LuPech(J18)/PACKAGE-4

GUARANTEED UTILITIES CONSUMPTION FOR PACKAGE-4

Name of the
Bidder/ Bidding
Firm / Company :

PRICE SCHEDULE (FORM SP-8)


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable
to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER #

Sl. Quantity in Figures To be entered by


Item Description Units
No. the Bidder

1 2 5 13
GUARANTEED UTILITIES FOR PACKAGE-04 AS PER BIDDING
1
DOCUMENT

1.01 No Load losses @ rated voltage (PL_no) KW

1.02 Full load losses (Copper + stray loss) at 75˚C and at ONAN Rating (PL_fl) KW

1.03 Auxiliary Loss (PL_ax) KW

7 of 7

You might also like