Download as pdf or txt
Download as pdf or txt
You are on page 1of 137

(Tender No.

: MRCC18M029/084)
-:: i :: -

Tender Documents

For

Construction of Rainwater Harvesting


(RWH) System at New unit Control room
Building and CRU Substation Building at
Mathura Refinery
PART - I : TECHNO-COMMERCIAL BID

Prepared & Issued by

Contract Cell
Indian Oil Corporation Limited
(Refineries Division)
P.O. – Mathura Refinery
Distt. : Mathura – 281 005 (U.P.)

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: ii ::-
Construction of Rainwater Harvesting (RWH) System at New unit Control
Name of work :
room Building and CRU Substation Building at Mathura Refinery.

INDEX
Sl. No. Description Page No.
PART-I : TECHNO-COMMERCIAL BID -
1. Check list for submission of offer iii to iv
2. Statement of Deviations/Exceptions (Annexure-A) v
3. Notice Inviting Tender vi to ix
EMD exemption and Benefits/Preference for Micro & Small
4. x to xi
Enterprises (MSEs) : Annexure – B
Special Conditions of Contract (SCC) / Wage Escalation / IOCL Taxes
5. Code / Medical Fitness Certificate of contractor worker / Employment 1 to 42
Card
6. Checklist for HR Clearance 43 to 45
7. Muster Roll (Form No. 12) 46
Tax Clause for GST in service contracts/LSTK contracts / Instruction
8. 47 to 50
To Bidders regarding GST
9. Amendments to Special Conditions of Contract (SCC) Clause 51
Guidelines on Personal Protective Equipment (PPE) - Attached
10. 52
separately (50 pages)
11. Additional Safety Requirement 53
12. Undertaking for Non-Engagement of Child Labour 54
13. E-banking Account Form 55
14. Undertaking of GCC/SCC/ESI 56
15. Form of Tender 57 to 58
16. Proforma of Declaration of Black Listing/Holiday Listing 59 to 60
17. Technical Specification TS-1 to TS-13
Attached
18. Approved brand list of Civil items
separately
19. Time Schedule 61
20. Preamble to Schedule of Rates 62 to 63
Page-3 to 24
21. Schedule of Rates (SOR)
(PDF)
22. Percentage BoQ As per BOQ
23. General Conditions of Contract Pages 1 to 200

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: iii ::-
CHECK LIST FOR SUBMISSION OF OFFER

Construction of Rainwater Harvesting (RWH) System at New unit Control


Name of work :
room Building and CRU Substation Building at Mathura Refinery.
Tenderers are requested to duly fill-in this check list. The check-list, signed and stamped on each page by the person(s) signing
the tender must be submitted along with the Techno-commercial part of the tender and also ensure that all details/documents
have been furnished as called for in this tender.
In case of an irreconcilable conflict between NIT/Instructions to Bidders for participation in e-Tendering and
GCC/SCC, the provisions of NIT/ Instructions to Bidders for participation in e-Tendering shall prevail.
1. EMD Bank Guarantee : ………………………
(Bank Guarantee in the No.
prescribed format can also
be submitted in case the Amount (Rs.): Date : ………………………
EMD amount is more than
Rs.1.00 lakhs and the Issuing Bank
validity of BG shall be 7
: ………………………
months w.e.f. the date of
opening of tender).
2. Annual Turn over Year Amount (Rs.) List of document enclosed
(Profit and loss account 2015-16
of Audited Balance Sheet
/ TDS for any of the 2016-17
years mentioned herein
in accordance with NIT). 2017-18
3. Single Work Order PO No.
Value. of M/s
Completion value Rs.
(Copies of qualifying PO No.
similar work orders – one of M/s
/ two / three executed Completion value Rs.
alongwith completion PO No.
certificates or any other of M/s
proof certifying the Completion value Rs.
executed value of the NOTE:
work, as per NIT).
Please note that the value of completed job indicated above by the bidder
shall be exclusive of service tax. However in case the value of completed
job indicated in the completion certificates submitted by bidder do not
have clarity with regard to inclusion/exclusion of Service tax; the
following shall be applicable.

1. The completion certificate, submitted by the bidder shall separately


indicate the service tax amount included in the value of completed job OR
a separate certificate from the respective client, mentioning the service
tax amount if any, included in the value of completed job under
consideration should be submitted by the bidder.

2. In case Service Tax amount/component is not specified in the


submitted completion certificate, then the amount equivalent to rate of
applicable service tax for the subject tender shall be deducted from the
value of completed job mentioned in the completion certificate to arrive at
the value of the completed job without service tax.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: iv ::-
YES / NO
(In all the Blank
DESCRIPTION space below REMARK
please fill either
Yes or No only)
4. Power of Attorney / Authorization on Please enclose the self attested
document such as Declaration of
Company’s letter head in favour of person who : proprietorship or Partnership
has signed the offer. deed or power of attorney etc.
No. : Enclose the self attested copy
5. PF code of registration certificate
…………….
6. Independent ESI code
(In case the party does not No.
have independent ESI code,
Enclose the self attested copy of
then undertaking in the
prescribed format as ……………
: registration certificate or give the
undertaking of ESI as per tender.
enclosed in the tender
document will have to be
submitted).
7. Whether related in any way to any Director of
Please certify as per page 105 of
IOCL present or retired within the past two : GCC
years?
8. Whether blacklisted / put on holiday list of
Please fill the form on page 115 of
IOCL or its Administrative Ministry (Presently : GCC
the Ministry of Petroleum & Natural Gas)?
Please submit duly signed and
stamped copy of NO DEVIATION
/ EXCEPTION SHEET of tender
i.e. Annexure-A along with
Techno-commercial bid.
9. Any deviation / exception to the tender
conditions.
: Deviations/ Exceptions mentioned
anywhere else shall be ignored.
It would be considered that offer
has no deviation even if bidder
submits blank no deviation /
exception sheet along with offer.
10. All the documents furnished are readable / Please ensure filling the tender in
legible.
: readable / legible form.

11. Original tender / Bidding document submitted Please submit the complete tender
alongwith addendum / corrigendum, if any.
: document.
12. Validity of offer upto 04 (four) months from
the date of opening of Techno-commercial bid.
: Please certify.
13. Tenderers have submitted and filled Forms /
Instruction of Tenderer from page 89 to 104 of : Please ensure these are filled
GCC.

For documents submitted in any other language, an English Translation shall also be submitted, in which case,
for interpretation of the offer, the English Translation shall govern.

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: v ::-
Annexure-A
STATEMENT OF DEVIATIONS/EXCEPTIONS TO TENDER TERMS & CONDITIONS

Construction of Rainwater Harvesting (RWH) System at New unit Control


Name of work
room Building and CRU Substation Building at Mathura Refinery.

Sl. Ref. of Tender Document Subject Deviation/Exception


No. Page Cl. Para
No. No. No.
1 2 3 4 5 6

Attached separate sheet, if required and mentioned the attachment in this format.
The bidder should submit duly signed and stamped copy of no deviation / exception sheet
of tender’s technical specifications, Schedule of Rates (SOR), additional/special condition
of contract, broad scope of works, Drawing etc. along with offer, failing which there offer
will be considered as without any deviation and also the deviation / exception sheet
submitted by bidders is kept blank, then it will also be considered as without any deviation
from the tender. Deviations specified any other locations in tender/offers shall not be
considerd.
Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: x ::-
Annexure – B

EMD EXEMPTION AND BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSES)

14.0 . Benefits/Preference for Micro & Small Enterprises (MSEs)

a) As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012
issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and
Medium Enterprises of Govt. of India, MSEs must be registered with any of the
following in order to avail the benefits/preference available vide Public Procurement
Policy MSEs Order, 2012.

1. District Industries Centers (DIC)


2. Khadi and Village Industries Commission (KVIC)
3. Khadi and Village Industries Board
4. Coir Board
5. National Small Industries Corporation (NSIC)
6. Directorate of Handicraft and Handloom
7. Any other body specified by Ministry of MSME

EMD exemption :

It is applicable for the Micro & Small Enterprises (MSEs) registered with agenciesl
bodies as per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order,
2012 issued by Ministry of Micro, Small and Medium Enterprises, Govt. of India,
irrespective of the items for which they are registered with the said agencies I
bodies. The certificate issued by the said agencies/bodies shall be valid on the date
of opening of the tender.

Price preference

The price preference to MSEs is not applicable for works Contracts where supply of
goods not produced by MSEs is also involved.

a) The MSE’s bidders to note and ensure that the nature of services and goods/items
manufactured mentioned in MSE’s certificate matches with the nature of services
and goods/items to be supplied as per tendered work.

b) To avail the price preference the bidder has to submit MSE’s certificate issued for
services as well as supply of Goods/items involved in the tendered work.

c) The registration certificate issued from any one of the above agencies 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.

d) 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.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: xi ::-
g) Price Preference – (THE SUBJECT JOB SHALL BE TREATED AS NON-SPLIT
TENDER UNLESS OTHERWISE MENTIONED SPECIFICALLY FOR
SPLITTING THE JOB, HENCE THE PRICE PREFERENCE TO MSEs SHALL BE
APPLICABLE FOR COMPLETE 100% JOB) Subject to meeting terms and
conditions stated in the tender document including but not limiting to prequalification
criteria, twenty percent of the total quantity of the tender is earmarked for MSEs
registered with above mentioned agencies/bodies for the tendered item. Where the
tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15
percent shall be allowed to supply/service up to 20 percent of total tendered quantity
provided they match L1 price. In case the tendered quantity cannot be split, MSE
shall be allowed to supply total tendered quantity provided their quoted price is within
a price band of L1 + 15 percent and they match the L1 price.
In case of more than one such MSEs are in the price band of L1 + 15% and
matches the L1 price, the supply may be shared proportionately if the job can be split. If
the job cannot be split, than the opportunity to match the L-1 rate of the tender shall be
given first to MSE (who have quoted lowest rate among the MSEs) and the total job shall
be awarded to them after matching the L-1 price of the tender. If the MSE who have
quoted lowest rate among the MSEs in the price band of L1 + 15% do not agree to
match the rate of L1 of the tender, than the MSE with next higher quoted rate of in the
price band of L1 + 15% in order shall be given chance to match the rate of L1 for
award of the complete job.
Type of Price quoted by MSE How to finalize the tender
tender
Can be Split L1 Full order on MSE
Can be Split Not L-1 but within L1+15% 20% order on MSE subject to matching L1
price
Cannot be Split L1 Full order on MSE
Cannot be Split Not L-1 but within L1+15% Full order on MSE subject to matching L1 price

g) Out of the twenty percent target of annual procurement from micro and small enterprises
four percent shall be earmarked for procurement from micro and small enterprises owned
by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such
MSEs to participate in the tender process or meet the tender requirements and L1 price
four percent sub-target so earmarked shall be met from other MSEs.
h) To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority must be submitted by the bidder in addition to certificate of registration with
any one of the agencies mentioned in paragraph (I) above. The bidder shall be
responsible to furnish necessary documentary evidence for enabling IOCL to ascertain
that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as:
• In case of proprietary MSE, proprietor(s) shall be SC /ST
• In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares
in the enterprise.
• In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
All (new/existing) bidders are required to update their respective
MSME/UAN (if Applicable) details in profile details at IOCL e-Tendering
Portal. Detailed instructions to update profile are available on IOCL E
tender Site.
Name & Signature of Tenderer
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 37 ::-
1.0 SCOPE OF WORK:
The scope of work shall be Construction of Rainwater Harvesting (RWH) System at New
unit Control room Building and CRU Substation Building at Mathura Refinery and shall
consist of all the jobs as per item description in Schedule of Rates (SOR) and all other jobs
required to complete the work.
2.0 The validity period for the rates quoted shall be four months. On account of exigencies, if the
bidder is asked to extend the validity, the same should be without any deviation including no
change in the price, failing which their offer will be rejected.
3.0 If the tender is accepted and the contractor fails to deposit the amount of initial security deposit
or to execute the contract within the stipulated period, the earnest money shall be liable to be
forfeited. In case of the failure of the party on more than one occasion, the tenderer may be put
on holiday list for a period of one year.
4.0 In case, the tenderer alters/modifies /withdraws his bid after opening of the price bid and within
the validity period, the tender submitted by the tenderer shall be liable to be rejected and EMD
forfeited. However, if there is a suo moto reduction from the lowest tenderer adjudged on the
basis of comparative statement, such suo moto reduction may be acceptable.
5.0 The bidder should submit their quotation only on the BOQ given in price part. Any terms
submitted by the tenderer in violation of above will not be accepted and the same is liable to be
rejected.
6.0 The offer is liable from rejection if it contains deviations from specified terms & conditions.
7.0 The bidders must quote competitive prices considering the fact that price negotiations, if
required, to be held with the lowest tenderer only.
8.0 All cuttings & corrections in the bid document should be avoided and if it is unavoidable, it
should be kept at bare minimum and it should be neatly cut and re written without overwriting
and use of white fluid. All corrections should be duly signed by the contractor. In case the
tenderer resorts to many corrections including usage of white correction fluid in the tender
document, the tender shall be liable for rejection.
9.0 EMD is to be deposited online only on E-tender Site of IOCL. Payment of EMD through
any other mode like Demand Draft / Pay Order / Bankers cheque, shall not be accepted. In
case EMD amount is more than Rs. 1 lakhs, tenderers are free to submit Bank Guarantee
from any Nationalised/Scheduled Bank in the standard format attached in the GCC on e-
paper / Non-Judicial stamp paper. The scanned copy of the Bank Guarantee shall be
submitted (upload) along with Techno-commercial Bid (Part-I) and Original BG shall be
submitted / delivered in person or sent by post so as to reach the Tender Authority up to
last date and time of Bid Submission.
10.0 The tenderer should respond to the tender either by submitting their bids or by explaining the
reasons for non submission of the offer. In case, there is no response either way continuously for
3 times, names of such tenderers shall be removed from the list of contractors.
11.0 The tendering can be abandoned without assigning any reasons. No compensation is payable for
the efforts made by the contractor.
12.0 In case interest bearing advance is given to the contractors, the interest on advance shall be
recovered by IOCL from running account bills as per relevant clause of GCC.
13.0 The Small scale industries registered with NSIC under its single point registration scheme are
exempted from tender fee. They are exempted from submission of EMD only for the items of
job/work for which the small scale industries hold the registration with NSIC. The certificate
issued by the NSIC shall be valid on the date of opening of the tender.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 38 ::-
14.0 Public Sector undertaking of the Central / State Government are exempted by government from
payment of EMD.
15.0 FREE ISSUE MATERIAL:
All materials shall be in Contractor's scope unless otherwise specified against the relevant item
in the Schedule of Rates (SOR) of this tender.
16.0 DETAILS OF BANK ACCOUNT:
All the bidder musts fill e-payment details as per format given in tender for e-transfer of
payment in the vendor account.
17.0 SETTLEMENT OF IRRECONCILIABLE CONFLICT:
In case of an irreconcilable conflict between NIT/Instructions to Bidders for participation
in e-Tendering and GCC/SCC, the provisions of NIT/ Instructions to Bidders for
participation in e-Tendering shall prevail.
In case of an irreconcilable conflict between Indian or other applicable standards, General
Conditions of Contract (GCC), Special Conditions of Contract (SCC), Specifications, Drawings
and/or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict
in order of precedence as noted below (For exemplification "a" prevails over "b" to "j", "b'
prevails over "c" to "j' and so on).
a) Letter of Acceptance along with Statement of Agreed Variations.
b) Telex/Telegram of Acceptance.
c) Schedule of Rates as enclosure of Letter of Acceptance.
d) Job/Particular Specifications.
e) Drawings.
f) Technical/Material Specifications.
g) Special Conditions of Contract.
h) General Conditions of Contract.
i) Indian Standards.
j) Other applicable standards.
18.0 If not specifically mentioned in tender, IOCL shall not issue Form-39 (Road Permit
for materials, tools/tackles & machineries etc. required to execute the job). Contractor
shall contact UP State Sales Tax/VAT Authority and arrange for the required Road
Permit at their own cost.
19.0 Excavation related safety clauses:-
a) For excavations beyond 1 M depth, 1 M high hard barricading with metal pipes
should be provided surrounding the excavated pit to prevent accidental fall of
person.
b) For excavations beyond 1 M depth, minimum 2 entries / exits should be provided
for emergency exit of persons working inside pit.
c) For dewatering from open pit, use of portable electrical submersible pump is
prohibited.
20.0 All contractors should submit valid C&A verification certificate issued not earlier than 12
months for the contract workers from their native place Police Station or Police station
under whose jurisdiction the worker worked or Police station under whose jurisdiction the
registered office of the contractor comes or Police Station under whose jurisdiction
Mathura Refinery comes.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 39 ::-
21.0 WAGE ESCALATION
"{In partial modification to clause 6.3.3.0 of GCC(Conventional)}
The rates stated in the Schedule of Rates shall not be subject to variation on any account
whatsoever, other than new taxes, duties, levies, charges and variation in minimum wages.

a) Increase in minimum Wages means: Any increase in minimum wages of workers and
corresponding increase in statutory components of wages due to coming into force by any
fresh law or notification issued by State/Central Government or wage increase arising out
of a Court Order or directions of the Corporation to pay higher wages.
b) Any increase in minimum wages after stipulated date of price bid submission shall be
payable from the effective date mentioned in the notification as defined in (a) above up to
contractual completion period including justifiable extensions, if any. Any increase in
minimum wages beyond justifiable extension period is to be borne by the contractor. The
amount becoming due after contractual completion will be reimbursed only after approval
of time extension, however, contractor has to ensure that payment to workers is made as
soon as it becomes due as per labour payment schedule.

c) There shall be no service charge/profit component payable to the contractor on account of


differential amount reimbursed to the Contractor towards increase in minimum wages.

d) The additional impact of taxes to be paid by the contractor to the authorities on account of
increase in minimum wages will be reimbursed by IOCL.

e) Reimbursement of differential amount on account of increase in minimum wages shall be


made in the following manner :-

1. For contracts in which number of manpower to be deployed has been


specified, the differential amount on account of increase in wages for the actual
number of labours deployed as per direction of E-1-C shall be reimbursed to the
contractor as per wage register certified by E-1-C upon submission of proof of
payment of revised wages and statutory components .

ii. For contracts in which number of manpower to be deployed has NOT


been specified, if the increase in the minimum wages is beyond 10% at a
time(singular increase more than 10%), the differential amount exceeding 10% will
be reimbursed based on calculations given at (a) and (b) below and the lower of the
two values will be considered for reimbursement :

a) Differential amount arrived using price variation formula given below .


A % = Percentage of Labour Component as specified in the tender
Y% =Average percentage Increase in minimum wage
Y is to be calculated on the basis of average percentage (Average of percentage
variation in each category for Unskilled, Semi-Skilled and Skilled).

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 40 ::-
Z = Value of work executed on/after effective date of revision in wages.
Value of Escalation = (Z/1.15) * (A /100) * [(Y-10)/100]

OR
b) The differential amount (Increase in Wages & Statutory Components)
calculated based on certified Wage Register.

iii. Mixed type of contracts, having both type of items i.e. composite as well as
specified manpower, will be dealt in accordance with the relevant clauses as
mentioned above.

22.0 IOCL Taxes Code


1> Provisional Goods & Service Tax Identification
Number (GSTIN) : 09AAACI1681G1ZN
2> PAN No : AAACI1681G

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 41 ::-
1[FORM No. 37

(Prescribed under Schedule XXV to Rule 129)


CERTIFICATE OF FITNESS

Serial Number :

I certify that I have personally examined (Name) . . . . . . . . . . . . . . . . . . son of (Father’s


Name) . . . . . . . . . . . . . . . . . . residing at (address) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . who is desirous of being employed as (designation) . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . .in (process, department and factory) . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . and that his age, as nearly as can be ascertained from my examination, is .
. . . . . . . . . . . . . . . . . . years, and that he is in my opinion, fit/unfit for employment in
the above mentioned factory as mentioned above.

2. He may be produced for further examination after period of . . . . . . . . . . . . . . . . . .


3. The Serial number of the previous certificate is . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Signature of the Certifying Surgeon

Signature/Left Thumb impression of the person examined. Date :

I extend this certificate


I certify that I until (If certificate is
examined the not extended, the Signs and
Signature of the
person period for which the symptoms observed
Certifying Surgeon
mentioned above worker is considered during examination
on unfit for work is to be
mentioned)

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 42 ::-
Contract Labour (Regulation & Abolition) Central Rules
FORM XIV
See Rule 76

Employment Card

Name and address of Contractor

Nature of work and location of work


Name and address of establishment in/under which contract is carried on

Name and address of Principal Employer

1. Name of the workman


2. Sl. No. in the register of workmen employed
3. Nature of employment / Designation
4. Wage rate (with particulars of unit, in case of piece-work)
5. Wage Period
6. Tenure of employment
7. Remarks

Signature of Contractor

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 43 ::-
Checklist for HR Clearance
( Please tick as applicable)

WO Order No.- PF Estab. Code -


Period of Contract ESI Establishment Code
Name of Contract
Name of Contractor Name of EIC
Items Yes No Remarks
Ist Bill
Copy of Work Order attached
Whether 20 or more workers are deployed
Copy of Labour License (if 20 or more workers are deployed)
List of Contract workers with PF, UAN, Bank A/ c details,
-·-
ESI No., Aadhar No. and Mobile No.
Copy of Gate Pass of contract workers
Wage payment register duly vet ted by Contractor & EIC with
confirmation of on- line transfer of wage in the bank account
of contract workers
Copy of wage slips of contract workers
Muster Roll ( Attendance Register) as per Format enclosed

PF Challan and ECR Work Order wise


Para 36 B work order wise under EPF & Misc. Provisions
Act, 1952
PF transaction printout from EPFO site for the month
ESI Challan & Contribution details sheet
Copy of Insurance Policy under Employees Compensation
Act, 1923, if applicable
Copy of Form VIA under CLRA Act, 1970
Declaration by contractor regarding his/her permanent
employees deployed in IOCL's premises including copy of
offer of Appointment, wage payment/ PF/ES! details duly
vetted by those employees.
Copy of Indemnity Bond for Subcontracting submitted with
the Bill along with the EIC's Approval
Copy of Employment Card Received by contract workers

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 44 ::-
Checklist for HR Clearance
( Please tick as applicable)
WO Order No.- PF Estab. Code -
Period of Contract ESI Establishment Code
Name of Contract
Name of Contractor Name of EIC
Items Yes No Remarks
B. Running Bills
List of Contract workers with PF, UAN, Bank A/c details, ESI
No., Aadhar No. and Mobile No. in case of addition/delete
ion of contract workers
Copy of Gate Pass of contract workers in case of
addition/deletion of contract workers
Wage payment register duly vetted by Contractor &
EIC with confirmation of on-line transfer of wage in the
bank account of contract workers
Copy of wage slips contract workers
Muster Roll ( Attendance Register) as per Format enclosed

PF Challan and ECR Work Order wise


Para 36 B work order wise under EPF & Misc Provisions Act,
1952.
PF transaction printout from EPFO site for the month
ESI Challan & Contribution details sheet
Copy of Employment Card Received by contract workers
in case of addition of any contract worker
Declaration by Contractor on statutory compliances under
Labour Laws
C. Final Bill
List of Contract workers with PF, UAN, Bank A/c details, ESI
No., Aadhar No. and Mobile No. in case of addition/deletion
of contract workers
Wage payment register duly vetted by Contractor & EIC with
confirmation of on-line transfer of wage in the bank account
of contract workers
Copy of wage slips of contract workers
Muster Roll ( Attendance Register) as per Format enclosed

PF Challan & ECR Work Order wise


Para 36 B work order wise under EPF & Misc Provisions Act,
1952
PF transaction printout from EPFO site for the month

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 45 ::-

ESI Challan & Contribution details sheet


Copy of Employment Card Received by contract workers
in case of addition of any contract worker
Copy of Form VI B under CLRA Act, 1970
Proof of payment of retrenchment/statutory compensation to
engaged contract workers
Proof of submission of all the gate passes of contract workers
including Bio-metric cards to CISF/concerned authority.
No dues clearance from deptt/CISF
Declaration by Contractor on statutory compliances under
Labour Laws during the entire contractual period
D. Release of Security
PF transaction printout from EPFO site month-wise for the
entire contractual period
ESI Challan & contribution details sheet month-wise for the
entire contractual period
Proof of payment of retrenchment/statutory
compensation to engaged contract workers
Declaration by the contractor that no grievance of
contract workers/notice of labour authorities/court cases is
pending against the contractor against the mentioned work
order.

(Signature of Contractor)

(Signature of H R Officer)
(Signature of EIC)

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)

-:: 46 ::-

Muster Roll
Form No. 12
Rule 78

Register of Adult Workers as prescribed under Section 62 of the Act Name of the Factory or Department

Time of
Rest Period Time of
commencement
completion
of work
From To From To
Monday to Friday
Saturday
Sunday Month ........ Year .......
System of rotation of relays
Deduction, if any

lost by the worker


Husband's Name

Actual wages paid


allowances, if any
Nature of work

Group or Relay

weekly holiday(s)

holiday(s) will be
Date(s) on which

showing that the


Rate of overtime
Total no. of days

Total number of
Name of the

Department

Provident Fund
Total hourse of

payments have
Employee

Father's/

On account of

On account of

compensatory
22nd

Rate of basic
10th
11th
12th
13th
14th
15th
16th
17th
18th
19th
20th

23rd
24th
25th
26th
27th
28th
29th
30th
S.No

21st

31st
Shift

2nd

3rd
4th
5th
6th
7th
8th
9th
1st

Remarks or

been made
indication
advances
overtime
worked

Rate of
wages

given
Fine
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 47 ::-

TAX CLAUSE FOR GOODS AND SERVICE TAX (GST) IN SERVICE CONTRACTS /
LSTK CONTRACTS

(1) Goods & Service Tax rate applicable against this job shall be 18% which shall be paid
extra at actual.
(2) The vendor will be under the obligation for invoicing correct tax rate of tax/duties as prescribed
under the GST law to IOCL, and pass on the benefits, if any, after availing input tax credit, in
calculating the revised price for settlement due to impact of GST.
(3) Any invoice issue on introduction of GST Law shall contain the following particulars-
(a) Name, address and GSTIN of the supplier of service;
(b) Serial number of the invoice;
(c) Date of issue;
(d) Name, address and GSTIN or UIN, if registered of the recipient;
(e) Name and address of the recipient and the address of the delivery, along with the State and
its code,
(f) Accounting Code of services;
(g) Description of services;
(h) Total value of supply of services;
(i) Taxable value of supply of services taking into discount or abatement if any;
(j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory
Tax or cess);
(k) Amount of tax charged in respect of taxable services (Central Tax, State Tax, Integrated Tax
(for inter-state supply), Union Territory Tax or cess);
(l) Place of supply along with the name of State, in case of supply in the course of inter-state
trade or commerce;
(m) Address of the delivery where the same is different from the place of supply and
(n) Signature or digital signature of the supplier or his authorised representative.

(4) In case of any advance given against any supplies contract, the supplier of the goods shall issue
Receipt Voucher containing the details of advance taken along with particulars as mentioned in
clause 3(a), (b),(c), (d),(f), (j), (k),(l) &(n).

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 48 ::-

INSTRUCTION TO BIDDERS (ITB) FOR ALL TYPE OF SERVICE CONTRACTS


(OTHER THAN LSTK AND PROJECT CONTRACTS)
Goods & Service Tax (GST)
1. Bidder has to obtain GSTIN registration at the location where Works Contract Services are to
be performed or carried out. In case of other type of services, Bidder may decide depending
upon their business requirement and provisions of GST Laws. However, it is advisable to
obtain GSTIN in the State where job is required to be carried out/executed.
2. Bidders are to necessarily indicate their Goods & Service Tax Identification Number (GSTIN)
along with their techno commercial bids unless and otherwise they are exempted
as per GST Laws & Rules. Offers without GSTIN shall be treated at par with
“Unregistered” Taxable Person as described in para (6) below.
3. Depending upon the nature of service of subject tender, category of services, service
accounting code(SAC) and applicable rate of GST (SGST+CGST OR IGST as the case may
be) is to be confirmed by bidder as per prescribed format given in the technical bid.
Annexure.
4. If the bidder deviates w.r.t. category of services, service code and GST rate as per the format
given by IOCL in the technical bid, then details with proper justification must be provided.
5. In case a Bidder declares that he is not required to be registered under GST laws and Rules, he
shall be treated as “Unregistered Taxable Person”. In such case, Owner is liable to pay GST
under reverse charge and therefore for the purpose of evaluation, bid shall be evaluated after
considering GST Rates and Service Accounting Code(SAC) as determined by the Owner.
6. In case a Bidder declares that he has applied for GSTIN registration at the time of submission
of Bid but GSTIN is not available, he must attach a copy of Application Reference
Number(ARN) as proof of his declaration. And in such cases, Bid shall be evaluated after
considering GST Rates and Service Accounting Code(SAC) as determined by the Owner if
Bidder has not confirmed or quoted the same. In such cases, Work Order may be awarded
pending submission of GSTIN by such Bidder. However, Bidder must submit GSTIN before
first payment under Contract is released.
7. In case Service is specified where Service Recipient is liable to pay GST under Reverse
Charge, same shall be clearly mentioned in the Annexure.
8. Bid evaluation shall be done after considering GST Rates and Service Accounting Code
(SAC) quoted or confirmed as per the format provided in the Technical Bid or and shall be
evaluated on gross tax basis i.e. after including amount of GST so quoted or confirmed. Owner
shall not be liable to pay or reimburse rate of GST actually invoiced which is in excess of GST
rate quoted or confirmed by the bidder.
9. In case a Bidder claim that he has opted for Composition Scheme as defined in Section 10 of
CGST Act, 2017, he shall submit Form GST CMP 01 and GST CMP 02. His Bid shall be
evaluated without considering GST. [Please note that Composition Scheme is available
only for Restaurant and Outdoor Catering Services]

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 49 ::-
10. CGST & SGST (or UTGST) or IGST, as the case may be, shall be released only on receipt of
GST Invoice containing the following details:-
a) Name, address and GSTIN of the supplier;
b) A consecutive serial number of the invoice;
c) Date of issue;
d) Name, address and GSTIN or UIN, if registered of the recipient;
e) Name and address of the recipient and the address of the delivery, along with the State and
its code,
f) HSN Codes or Service Accounting Code(SAC);
g) Description of goods or services;
h) Total value of supply of goods or services;
i) Taxable value of supply of goods or services taking into discount or abatement if any;
j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory
Tax or cess);
k) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);
l) Place of supply along with the name of State, in case of supply in the course of inter-state
trade or commerce;
m) Address of the dispatch point where the same is different from the place of supplier;
n) Whether the tax is payable under Reverse Charge basis and
o) Signature or digital signature of the supplier or his authorized representative..
11. It shall be the obligation on the part of Bidder/ Vendor 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 goods or services through GST Invoice under this Contract, so that Owner can avail
Input Tax Credit( ITC) on such supply. In the event that the input tax credit of the GST
charged by the Bidder / Vendor is denied by the tax authorities to 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, 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.
12. It shall be obligatory for the Bidder to issue Credit Note for Price reduction on account of
delay in delivery as defined in the Bid or Contract Documents in the month immediately
following the month in which deduction of account of delay in delivery is effected by the
Owner.
13. In case of any advance including Mobilization Advance given as per Contract, the
CONTRACTOR shall issue a GST Invoice containing all the details required as per GST
Laws and Rules. Subsequent recoveries / adjustment of Advance amount shall be separately
indicated in the GST Invoice for actual supply of Goods and Services.
14. In case any recovery is made for any facility or services provided by the Owner and such
recoveries are subject to GST, amount of recovery plus applicable GST shall be
deducted/recovered from the Invoices/Claim of the Bidder.

Name & Signature of the Tenderer


Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 50 ::-
Annexure
Tax Quotation/ Declaration

Name of Work:
Tender No.:
E- Tender Id:
Place of Service:
Name of Bidder:
Bidders is requested to quote as below:
GSTIN registration number

Particulars To be confirmed
by Bidder (Plz.
see Para 4 and
note Below)
Applicable Service Category (for GST purposes) To be
provided by
IOCL.
Applicable % of GST 18%.
Service Accounting Code(SAC) for selected Service To be
Category provided by
IOCL.
Kindly confirm the following Yes or No:
1. Whether Service Covered under Reverse Charge?[ At
present Services of GTA, Legal and Sponsorship , among
others, are covered under GST Laws]
2. Whether the bidder is exempted from registration under
GST (Turnover of less than Rs 20 Lacs/ 10 Lacs in case
of special category States)
3. Whether Bidder is under Composition Scheme as defined
under section 10 of CGST Act, 2017? [[Please note that
Composition Scheme is available only for Restaurant
and Outdoor Catering Services]

Note: In case the bidder seeks any deviation w.r.t. category of service, Service
Accounting Code (SAC) and GST rate as pre-determined by IOCL, Bidder
should provide the details with proper justification.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)

-:: 51 ::-

Clause No. 8.11.6 WORKING IN CONFINED SPACE of Special Conditions of Contract


(SCC) shall be read as:
8.11.6 WORKING IN CONFINED SPACE:
8.11.6.1 A standby person should be present outside at entry point while working in confined
space and he should be aware of his role in case of emergency.
8.11.6.2 Ensure use of requisite Personal Protective Equipment. Ensure that work permit is
valid.
8.11.6.3 Any person including contract personnel entering into a confined space, must carry
multi gas detector (LEL, O2, CO, H2S) with alarm provision.
8.11.6.4 Gas & O2 level checking should be ensured at regular intervals on hourly basis inside
the confined space by the contractor and monitoring sheet to be maintained.
Production Deptt will carry out gas checking at the start of every shift.
8.11.6.5 “Air eductor” in place of air hose’ should be provided for effective ventilation of
confined space especially for single manhole vessel. Alternatively, provision of air
hose for confined space entry should be under the strict supervision of contractor’s
supervisor.

City type double driving cabin Hydra to be deployed in Mathura Refinery, whenever required
for better visibility of the driver and averting accidents.

Name of Tenderer : …..………………………..

Signature & Seal of Tenderer : ……………………………

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 52 ::-

Guidelines on Personal Protective Equipment (PPE)

Attached separately (Total 50 pages in PDF)

Name of Tenderer : …..………………………..

Signature & Seal of Tenderer : ……………………………

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 53 ::-

ADDITIONAL SAFETY REQUIREMENT

A. Payment linked HSE performance of the contractors working at Mathura Refinery

1) The 2% payment of the Contract value (excluding service tax) shall be reserved for
Contractor’s Health Environment & Safety System as under
i. 1% shall be earmarked for PPE (personal protective equipments) compliance.
0.05% shall be the penalty amount for each reported violation of PPE non-
compliance.
ii. 1% shall be earmarked for safe Act during execution of the works. 0.1% shall be
the penalty amount for each reported incident of unsafe act/non-compliance of
permit system.
2) Above 2% payment shall be released on pro rata basis or on completion of job after
adjustment of penalty amount as above from the final bill of contractor, if any.
EIC/site engineer shall issue a certificate regarding penalty amount to be deducted
& the final bill shall be released after adjustment of penalty amount, if any.
3) F&S department will conduct regular safety observations/inspections on random
basis as usual. All safety non-compliance observed during site visit shall be sent to
concerned EIC/site engineer for compliance & imposition of penalty. EIC/site
engineer/Area-in-charge shall invariably conduct safety observations/ inspections
of their respective area to cover all work orders & penalty shall be imposed in case of
observation of any safety non-compliance.
4) This 2% clause shall be applicable for contracts where job is to be carried inside
Refinery premises.
5) The above shall be in addition of existing GCC/SCC provisions.

B. Strict implementation of IS marked safety helmets & IS/CE marked safety shoes for
contract personnel

All the contractors working inside Mathura Refinery shall ensure that their
supervisors/labourers compulsorily wear IS marked safety helmets & IS/CE marked
safety shoes while entering refinery premises. No contract personnel shall be allowed
inside battery area without wearing IS marked safety helmets & IS/CE marked safety
shoes. All EIC’s/site engineers and F&S department shall sensitize and spread
awareness among the contract personnel.

Name of Tenderer : …..………………………..

Signature & Seal of Tenderer : ……………………………

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 54 ::-

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

Construction of Rainwater Harvesting (RWH) System at New unit


Name of Work : Control room Building and CRU Substation Building at Mathura
Refinery.

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:

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 55 ::-
On the Letterhead of the Vendor/Contractor/Supplier
Date:
To
Indian Oil Corporation Ltd (Refineries Divn)
Scope Complex, Core-2,
Lodhi Road, New Delhi-110 003

Dear Sir,

With reference to the P.O./W.O./Contract Ref No___________ dated ________ awarded to us by IOCL, we hereby give
our consent to accept the related payments of our claims/bills on IOCL through Cheques or Internet based online E-
payments system at the sole discretion of IOCL. Our Bank account details for the said purpose is as under:-
S.No. Particulars Details
1 Name and address of the Beneficiary
2 Account Number of Beneficiary
3 Account Classification (CA/CC-11 or 29) &
SB-10 as per Cheque leaf
4 Name and address of the Bank Branch
(where payments are to be sent by IOC)
5 Branch Name/Code
6 The 9 Digit MICR code of the Branch (as
appearing on the MICR cheque)
7 IFSC Code of the Bank Branch for RTGS
mode
8 IFSC Code of the Bank Branch for NEFT
mode
9 Goods & Service Tax Identification No.
(GSTIN) (Copy to enclosed with the offer)
10 E-mail ID of Beneficiary
11 Any other particulars (to be advised by
Beneficiary for the E-payments purposes
12 Vendor Code (to be filled by IOC’s Deptt
only)
13 PERMANENT ACCOUNT NUMBER
14 MOBILE NUMBER (FOR SMS ALERTS)
A blank copy of a cancelled cheque/photocopy of a cancelled cheque relating to the above account Number for verifying
the accuracy of the bank account details is enclosed.

A copy of PAN Card duly attested by authorized signatory for verifying the accuracy of the PAN is enclosed.

I/We hereby declare that the particulars given above are correct and complete.

Date: Signature of Account Holder


Place: with Company Stamp (if a Company)

Encl: one cheque/photocopy of cheque duly cancelled & copy of PAN Card.
***We hereby confirm that the above bank account details of beneficiary are correct in all respects and the account of
Beneficiary (IOCL Vendor) is maintained at our bank branch.

(Name of the Bank & Branch)


Authorised Signatory
***Verification required only in case(a) vendors not providing a cancelled cheque leaf or if vendors name is not
printed/appearing on the cancelled cheque leaf submitted to IOCL Office.
(b) change in existing bank details.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 56 ::-

UNDERTAKING OF GCC/SCC/ESI

Construction of Rainwater Harvesting (RWH) System at New unit Control


Name of Work : room Building and CRU Substation Building at Mathura Refinery.

I am submitting the above Tender of Indian Oil Corporation, Refineries Division. It is understood to
me that following standard documents are the part of the Techno- Commercial Bid.

1. General Condition of Contract (As Amended in April 2017) Carrying Pages from 1 to 200.
2. Special Conditions of Contract for Mathura Refinery Carrying Pages from 1 to 36.
3. Environment Management System for Mathura Refinery carrying Pages from 1 to 8.

Having thoroughly read clauses of General Conditions of Contract, Special Conditions of Contract
of Mathura Refinery (IOCL) and Environment Management System for Mathura Refinery and
having understood all the terms and conditions therein I/we hereby undertake to abide by all
provisions of General Conditions of Contract, Special Conditions of Contract and Environment
Management System for the above said work.
The undersigned have fully understood the provisions of ESI Act 1948 and rules framed thereunder
in respect of workers engaged for the job and ESI code no. shall be obtained from the local ESI
authorities for which we have applied to local ESI authorities (copy of proof is enclosed).
The independent ESI code no. from appropriate local ESI authorities will be submitted to IOCL,
Mathura Refinery before start of work, if the work is awarded to me / us.
ESI is mandatory requirement for all the concerned bidders. Bidder is required to submit ESI
registration certificate within 15 days from the award of work to EIC.
Security deposit should be released only after PF clearance, duly verified by concerned PF
commissioner.

Name of Tenderer : …..………………………..

Signature & Seal of Tenderer : ……………………………

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 57 ::-

FORM OF TENDER
(To be filled up by the Tenderer)
For Commercial Bid

Serial No. Date:

From _______________________________
_______________________________

To Indian Oil Corporation Ltd.


(Refineries Division)
_____________________Refinery/Project

Tender No._______________________________

Dear Sirs,

Having examined the Tender Documents consisting of the Tender Notice, General Instructions to
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of
Contract, Specifications, Plans (Exhibits_____________________to_____________________),
Drawings (Exhibits_____________________to_____________________) Time Schedule, Form of
Contract, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having
understood the provisions of the said Tender Documents and having thoroughly studied the
requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection with the
____________________ (Name of the Refinery/Project) 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 and communication facilities, the
availability and suitability of borrow areas, the availability of land for right of way and temporary
office accommodation and quarters and all other facilities and things whatsoever necessary for or
relative to the formulation of the tender or the performance of work, I/we hereby submit my/our
tender offer for the performance of proposed work in accordance with the terms and conditions and
within the time mentioned in the Tender Documents.

In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation
Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this
tender offer open for a period of not less than 4 (four) months from the scheduled date of opening
of Tenders as specified in the General Instructions to Tenderers forming part of the Tender
Documents.

I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our
Directors (in the case of a Company) 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/Directors in the case of a Company) was employed
as a Director in Indian Oil Corporation Ltd., during the period of 2 (two) years immediately
preceding the date hereof and that I/Shri_____________________ have/has obtained previous
permission of Indian Oil Corporation Ltd. to make this tender.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 58 ::-

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

(i) Schedule of Rates in the prescribed form.


(ii) Original Power of Attorney or other proof of authority of the person who has signed the
Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in
proof of the authority of the person who has signed the Tender.
(iii) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance Certificate
duly attested by a Gazetted Officer/Notary Public.
(iv) Information regarding tenderer in the form annexed to the Form of Tender.
(v) Information regarding experience of the tenderer in the performance of work of a
comparable nature in the form annexed to the Form of Tender.
(vi) Information regarding construction organisation and equipment in the form annexed to the
Form of Tender.
(vii) Solvency Certificate from a Nationalised/Scheduled Bank.
(viii) Set of Tender Documents, as issued duly signed.
(ix) Additional Documents as listed below.

I/We hereby undertake that the statements made herein/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 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 document(s) of which copies have been annexed hereto.

I/We confirm having deposited Earnest Money of Rs.__________________


(Rupees________________________) as detailed hereunder (Strike off whichever is not
applicable)

(Signature(s) of the Tenderer(s))


Name & Designation of authorized person
signing the Tender on behalf of the Tenderer (s)
Full Name and address of the Bidder(s)
Witness:
Signature:
Name:
Occupation:

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 59 ::-

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

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 past three years, been placed on
any black list or holiday list declared by Indian Oil Corporation Ltd. Or by any department
of any Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country nor is there pending any inquiry by Indian
Oil Corporation Ltd. or any Department of the Government or by any Public Sector
Organization in India or in any other country, in respect of any corrupt or fraudulent
practice(s) against me or any other of my proprietorship concern(s) or against any
partnership firm(s) in which I am or was at the relevant time involved as a partner, except
as indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry and in absence
thereof state "NIL")

In the case of a Partnership Firm:

We hereby declare that neither we, M/s___________________________, submitting the


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

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 60 ::-

In the case of Company:

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

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

Place: Signature of Bidder

Date: Name of Signatory

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-1 ::-
Technical Specifications

NAME OF WORK: Civil works for Rain water harvesting (RWH) System at New unit Control
room Building and CRU Substation Building at Mathura Refinery.

BROAD SCOPE OF WORK.


The civil works include the construction of FOUR nos. of rainwater harvesting recharge wells each
having of three chamber size of each chamber approx. 1.13M X 1.13 M from C/C and catchment
area drain.
The job involves following but not limited below mentioned civil works:-
1. Dismantling / demolition of
a. PCC & RCC through mechanical means or manually.
b. Brick work.
c. Existing CI Pipe as per direction of EIC
2. Excavation & back filling for construction of rainwater harvesting system.
3. Disposal of extra earth as per direction of EIC (Engineer-In-Charge).
4. PCC below plinth level and above if required.
5. RCC work including shuttering etc. in construction of rainwater harvesting wells.
6. Brick work with plaster in drain and side wall of rainwater harvesting well work.
7. Finishing work if any.
8. Providing and fixing of PVC Piping.
9. Boring upto aquifer level at all the four locations and fixing pipe as per SOR and direction of
EIC.
10. Supplying of gravel/stone of required size as per SOR and execution drawing.
11. Contractor shall submit water level data of “Ground water Table” (TWICE) at all four
recharge well locations to the Engineer-in-charge to check the efficiency of the RWH
system. First data shall be taken and submitted before commissioning of RWH system and
Second data shall be taken and submitted after a period of 11-12 months after
commissioning as per direction of Engineer-In-Charge. No extra payment shall be made by
IOCL on this account.
TIME SCHEDULE:
4 (Four) Months from the date of Handing over of Site.

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)

-:: TS-2 ::-

SPECIAL CONDITIONS OF CONTRACT-TECHNICAL


THESE SHEETS SHALL BE SIGNED, STAMPED & SUBMITTED WITH THE TENDER.
TENDERS NOT CONTAINING THESE SHEETS SHALL BE REJECTED WITHOUT
FURTHER INTIMATION.

1. THE BIDDER SHALL VISIT THE SITE, GET ACQUAINTED WITH THE
CONDITION BEFORE QUOTING THEIR RATES.
2. THE CONTRACTOR SHALL FULFIL ALL THE STATUTORY REQUIREMENTS AGAINST
PREVAILING RULES AND REGULATION ETC.

3. THE WAGE REGISTER, PF REGISTER AND WORKMEN REGISTER SHALL BE


STRICTLY FOLLOWED AT SITE IN ADDITION TO OTHER REGISTER REQUIRED
AS PER CONTRACT LABOUR & ABOLITION ACT.
4. THE CONTRACTOR SHALL PAY MINIMUM WAGES TO ALL THE WORKMEN
PRESCRIBED BY GOVERNMENT FROM TIME TO TIME.
5. PF TO ALL WORKMEN ENGAGED AT SITE SHALL BE PAID WITHOUT WHICH
NO PAYMENT SHALL BE RELEASED. THE RECORD OF SUCH PAYMENT
SHALL BE SUBMITTED BY THE AGENCY.
6. THE CONTRACTOR SHALL OBTAIN INSURANCE COVERAGE AND ESI
COVERAGE IN RESPECT OF WORKMEN TOWARDS COMPENSATION AS
ADMISSIBLE UNDER WORKMEN’S COMPENSATION ACT.
7. THE CONTRACTOR SHALL APPLY LABOUR LICENSE FOR WORKMEN BEFORE
TAKING UP THE EXECUTION OF WORK; IF AGENCY DEPLOYS MORE THAN 19
(NINETEEN) LABOURS AT A TIME.
8. ALL SAFETY PRECAUTIONS SHALL BE ENSURED WHILE EXECUTION OF THE
JOB AS PER SAFETY RULES AND REGULATIONS. FOR ENSURING SAFETY AT
SITE THROUGH OUT THE EXECUTION PERIOD. PARTY SHALL DEPUTE A
COMPETENT PERSON FOR THE SAME.

9. CONTRACTOR SHALL PROVIDE AND INSURE THEIR PROPER USE BY THEIR WORKMEN ALL
STANDARD QUALITY PERSONNEL PROTECTIVE EQUIPMENTS (SAFETY SHOES, SAFETY
HELMETS, FULL BODY HARNESS WHERE EVER APPLICABLE FOR HEIGHT JOBS, SAFETY
GOGGLES HAND GLOVES ETC.) TO ALL OF THEIR EMPLOYEES ENGAGED FOR THE JOB. ALL
PPE'S SHOULD BE OF ISI MARKED.

10. CONTRACTOR TO ARRANGE AND ENSURE PROPER USE OF FULL BODY HARNESS (FULL
BODY SAFETY BELT), LIFE LINE & SAFETY NET IN ALL JOB AT A HEIGHT OF 2.5 METER AND
MORE.

11. CONTRACTOR SHALL USE ONLY TESTED AND CERTIFIED LIFTING TOOLS &
TACKLES (SUCH AS CHAIN PULLEY BLOCK, SLINGS, MAX PULLER ETC.).
TOOLS & TACKLES SHALL HAVE PROPER MARKING MATCHING WITH THE
TEST CERTIFICATE TO BE PRODUCED BY THE CONTRACTOR AT THE TIME
OF EXECUTION.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-3 ::-

12. ALL THE MATERIALS SHALL BE IN THE SCOPE OF CONTRACTOR EXCEPT


CEMENT & REINFORCEMENT AS A FREE ISSUE MATERIAL FROM IOCL
STORE.
13. CEMENT & REINFORCEMENT BARS SHALL BE ISSUED FROM IOCL STORE.
STRUCTURAL STEEL AGAINST ITEM NO. CME0500200 SHALL BE ISSUED BY
IOCL FREE OF COST.THE TRANSPORTATION COST OF FREE ISSUE
MATERIALS FROM IOCL STORE TO SITE SHALL BE IN SCOPE OF
CONTRACTOR.
14. STOCK AND CONSUMPTION REGISTER OF ALL BROUGHT MATERIALS TO BE
MAINTAINED.
15. CONTRACTOR SHALL SUBMIT LEVEL OF “GROUND WATER TABLE” (TWICE)
AT ALL THE THREE PITS LOCATIONS TO THE ENGINEER-IN-CHARGE
WITHOUT ANY ADDITIONAL COST.

16. THE SUPPLY / PROCUREMENT OF ALL MATERIALS, REQUIRED FOR THE JOB,
SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR UNLESS OTHERWISE
STATED IN THE “SCHEDULE OF RATES” AND ELSEWHERE IN THE TENDER
DOCUMENTS. THE QUALITY OF THE MATERIALS PROCURED BY THE
CONTRACTOR SHALL BE SUBJECT TO THE APPROVAL OF ENGINEER-IN-
CHARGE OR HIS AUTHORISED REPRESENTATIVE BEFORE THE MATERIALS
ARE ALLOWED TO BE USED IN THE WORKS. ALL THE MATERIALS TO BE
PROCURED BY THE CONTRACTOR SHALL BE IN CONFORMITY WITH THE
RELEVANT INDIAN STANDARD CODES OF PRACTICES (LATEST) AND IN
ABSENCE OF WHICH AS LAID DOWN IN THE CPWD SPECIFICATIONS WITH
CORRECTION SLIPS (LATEST)/MANUFACTURER’S DATA SHEET.

17. CONTRACTOR TO SUBMIT THE SAMPLES/SHADE CARDS/ MANUFACTURER


DATA SHEETS ETC. AND TAKE PRIOR APPROVAL FROM EIC FOR ALL THE
MATERIALS IN THEIR SCOPE OF SUPPLY, BEFORE PROCUREMENT.

18. ANY MATERIAL /ACCESSORIES / FITTINGS ETC. WHICH MAY NOT BE


SPECIFICALLY MENTIONED IN THE DESCRIPTION OF ITEMS BUT WHICH ARE
NORMALLY USED, NECESSARY ARE TO BE PROVIDED BY THE CONTRACTOR
WITHOUT ANY EXTRA COST TO OWNER / CONSULTANT AND THE WORK
MUST BE COMPLETED IN ALL RESPECTS.

19. THE ENGINEER-IN-CHARGE SHALL DETERMINE THE SUITABILITY OF


MATERIALS TO BE USED ON THE JOB AND THE CONTRACTOR SHALL GET
ALL THE MATERIALS APPROVED BY THE ENGINEER-IN-CHARGE. ANY
MATERIAL PROCURED AND BROUGHT TO SITE BY THE CONTRACTOR,
FOUND NOT TO CONFORM TO THE SPECIFICATIONS AND DOES NOT MEET
THE APPROVAL OF THE ENGINEER-IN-CHARGE, FOR USE, WILL BE REJECTED
AND THE CONTRACTOR SHALL REMOVE AND DISPOSE OFF THE SAME AT
HIS OWN COST AND HE SHALL NOT HAVE ANY CLAIM FOR COMPENSATION
IN THIS REGARD.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-4 ::-

20. ALL THE PROPRIETARY/MANUFACTURER ITEMS WHEREVER CONSIDERED


SHALL BE INSTALLED/APPLIED/FIXED/ERECTED AT SITE BY AUTHORIZED
AGENCY OF THE PROPRIETOR/ MANUFACTURER AND AS PER THE
DIRECTION OF EIC.

21. THE CONTRACTOR SHALL SUBMIT NECESSARY MANUFACTURER TEST


CERTIFICATES/DOCUMENTS FOR VERIFICATION TO THE ENGINEER-IN-
CHARGE FOR THE MATERIALS SUPPLIED BY THEM ARE AS PER RELEVANT
IS CODE.

22. CONTRACTOR TO SUBMIT ALL THE MATERIAL WARRANTY/ GUARANTY DETAILS AND
DOCUMENTS TO EIC FOR FUTURE CLAIMS.

23. THE ITEMS TO BE PROCURED BY THE CONTRACTOR SHALL BE AS PER THE SUGGESTED
VENDOR LIST OF REPUTED MAKE OR AS APPROVED BY EIC. IN CASE THE MAKE OF ANY
MATERIAL IS NOT MENTIONED, EIC DECISION WILL BE FINAL AND BINDING.

24. THE CONTRACTOR SHALL ENGAGE MINIMUM ONE TECHNICAL


SUPERVISOR TO CO-ORDINATE WITH DEPARTMENT; MEET THE
TECHNICAL REQUIREMENTS AT SITE AND TAKING TIMELY
MEASUREMENT OF THE VARIOUS JOB ACTIVITIES.
25. CONTRACTOR HAS TO SUBMIT SITE ORGANOGRAM CHART FOR EXECUTION
WHICH SHOULD INCLUDE SITE ENGINEER AND SAFETY SUPERVISOR ALONG
WITH THE MANPOWER & MACHINERIES DEPLOYMENT SCHEDULE
REQUIRED TO BE DEPLOYED AS PER THE APPROVAL OF EIC.

26. THE AGENCY SHALL MOBILIZE IMMEDIATELY AT SITE FOR THE JOBS
REQUIRED ON EXTENDED PERIOD OR DURING SUNDAY/ HOLIDAYS.
27. ALL THE DISMANTLED/UNWANTED MATERIALS/EARTH GENERATED
DURING THE EXECUTION OF WORK SHALL BE REMOVED DAILY FROM
WORKING AREA AND REGULARLY SHIFTED TO DISPOSAL AREA TO
MAINTAIN CLEANLINESS OF THE AREA.
28. CONTRACTOR HAS TO SUBMIT BAR CHARTS /SCHEDULE WITHIN 7 DAYS
OF HANDING OVER OF THE SITE, INDIVIDUALLY FOR THE JOBS FOR THE
PARTICULAR UNIT WHICH IS AVAILABLE FOR EXECUTION SHOWING
DATE OF HANDING OVER THE SITE AND TO COMPLETE WITHIN SCHEDULE
TIME. CONTRACTOR HAS TO PREPARE & SUBMIT SITE MOBILIZATION
PLAN, QAP, PROJECT MONITORING SCHEDULE AND S-CURVE, IF REQUIRED
BY ENGINEER-IN-CHARGE, WHICH SHALL BE FINALIZED AND SUBMITTED
FOR EIC APPROVAL WITHIN 30 DAYS OF START OF WORK.
SUBSEQUENTLY, CONTRACTOR HAS TO SUBMIT CATCH UP PLAN AND
REVISED PLAN AS AND WHEN REQUIRED BY EIC. CONTRACTOR HAS TO
PRESENT PHYSICAL PROGRESS OF THE PROJECT TO EIC IN POWER POINT
PRESENTATION FORMAT, IF REQUIRED BY EIC ON
WEEKLY/FORTNIGHTLY/MONTHLY BASIS.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-5 ::-

29. THE CONTRACTOR TO ENSURE MECHANIZED METHOD OF WORKING FOR


THE TOTAL JOB AND ARRANGE FOR ALL THE EQUIPMENTS REQUIRED TO
COMPLETE THE JOB LIKE CONCRETE MIXER, CONCRETE VIBRATOR,
WELDING MACHINES ETC.

30. THE CONTRACTOR TO PROVIDE THE BARRICADING, WORK IN PROGRESS


SIGN BOARD ON BOTH THE ENDS OF THE ROAD, NIGHT WATCHMAN ETC.
AND ENSURE SMOOTH FLOW OF TRAFFIC DURING EXECUTION.

31. ITEM FOR DEWATERING/BORING SHALL BE OPERATED ONLY AFTER PRIOR


APPROVAL AND DIRECTION OF EIC.

32. THE SCHEMATIC DRAWING/PLAN HAVE BEEN EVOLVED TENTATIVELY


BASED ON INFORMATION AVAILABLE WITH OWNER BUT THE DIMENSIONS
AND DETAILS ETC. ARE LIABLE TO CHANGE AS PER SITE REQUIREMENTS.
THE TENDERER SHALL NOT BE ENTITLED TO CLAIM ANY HIGHER RATE OR
COMPENSATION ON THIS ACCOUNT. THE TENDER DRAWINGS ARE
INTENDED MAINLY TO GIVE AN INDICATION OF THE PROBABLE TYPE OF
WORK/CONSTRUCTION.

33. OWNER RESERVES THE RIGHT TO CHANGE / MODIFY THE SIZE AND TYPE OF
SECTIONS AT ANY TIME. OWNER DOES NOT GUARANTEE WORK UNDER
EACH ITEM OF THE SCHEDULE OF QUANTITIES.

34. PAYMENTS ON BILLS SHALL BE MADE ON ACTUAL MEASUREMENTS OF


QUANTITIES OF WORK DONE AS PER APPROVED DRAWINGS. UNLESS
OTHERWISE SPECIFIED MEASUREMENTS OF QUANTITIES SHALL BE TAKEN
AS PER INDIAN STANDARDS IS: 1200.

35. THE AGENCY SHALL SUBMIT MEASUREMENTS WITH DETAILS


DOCUMENTS / RECORDS OF THE WORK DONE TO THE CONCERN SITE
ENGINEER TO CHECK AND PROCESS THE BILL FAILING WHICH THE
RESPONSIBILITY OF DELAY IN CLEARING BILL WILL REST WITH THE
CONTRACTOR.

36. THE LEVELS & CO-ORDINATES INDICATED IN THE DRAWINGS ISSUED FOR
EXECUTION ARE TO BE MAINTAINED PROPERLY.

37. BEFORE COMMENCING THE WORK, THE CONTRACTOR SHALL AT HIS OWN
COST AND INITIATIVE PROVIDE ALL NECESSARY REFERENCES, LEVEL
POSTS, PEGS, BAMBOOS, FLAGS, RANGING RODS, STRINGS AND OTHER
MATERIALS FOR PROPER LAYOUT OF THE WORK IN ACCORDANCE WITH
THE SCHEME FOR FIXING BENCH MARKS ACCEPTABLE TO THE ENGINEER-
IN-CHARGE.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-6 ::-

38. ALL THE LEVELLING AND SURVEYING WORKS ARE TO BE DONE BY THE
CONTRACTOR AND TRUE LINE AND LEVELS TO BE MAINTAINED AS PER
SITE CONDITIONS. THE CONTRACTOR HAS TO ARRANGE SURVEYING
EQUIPMENTS LIKE TOTAL STATION / THEODOLITE / LEVEL INSTRUMENT
ETC., IF REQUIRED, FOR THEM WITHOUT ANY EXTRA COST TO OWNER.

39. NO WORK SHALL BE STARTED UNTIL ALL THESE POINTS ARE APPROVED BY
THE ENGINEER-IN-CHARGE. 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 AND OTHER FACILITIES NECESSARY FOR
THE PROPER CHECKING OF LAYOUT AND INSPECTION OF THE POINTS
DURING CONSTRUCTION.

40. THE CONTRACTOR SHALL AT ALL TIMES DURING THE PROGRESS AND
CONTINUANCE OF THE WORKS BE RESPONSIBLE FOR AND EFFECTUALLY
MAINTAIN AND UPHOLD IN GOOD, SUBSTANTIAL, SOUND AND PERFECT
CONDITION OF ALL / AND EVERY PART OF WORKS AND SHALL MAKE GOOD
FROM TIME TO TIME AND AT ALL TIMES AS OFTEN AS THE ENGINEER-IN-
CHARGE SHALL REQUIRE ANY DAMAGE OR DEFECT THAT MAY DURING
THE ABOVE PERIOD ARISE IN OR BE ANY WAY CONNECTED WITH WORKS.

41. THE PORTION WHICH IS UNDER HOLD SHOWN IN THE APPROVED DRAWING
OR THE PORTION WHICH WOULD BE BROUGHT UNDER HOLD DURING
EXECUTION ON ACCOUNT OF CO-ORDINATING DIFFERENT ACTIVITIES OF
OTHER WORKING AGENCIES SHALL BE TAKEN UP BY THE CONTRACTOR TO
EXECUTION ONLY AFTER THE SAID HOLD IS WITHDRAWN. THE
CONTRACTOR ON THIS ACCOUNT SHALL NOT BE ENTITLED TO CLAIM FOR
ANY COMPENSATION.

42. THE CONTRACTOR SHALL MAINTAIN ADEQUATE DRAINAGE FACILITIES AT


THE WORK SITE AT ALL TIMES DURING THE EXECUTION OF THE WORK.

43. NO COMPENSATION SHALL BE MADE BY THE OWNER FOR ANY DAMAGE


DONE BY RAIN OR TRAFFIC DURING THE EXECUTION OF THE WORK.

44. FOR DETAILS OF WORKS, MATERIALS AND WORKMANSHIP, ATTENTION IS


INVITED TO THE “SCHEDULE OF RATES”, SCOPE DRAWINGS, SPECIAL
CONDITIONS OF CONTRACT, MATERIALS AND JOB SPECIFICATIONS, THIS
SECTION, ETC. AND THE TENDERER MUST QUOTE THE RATES KEEPING IN
FULL VIEW THE REQUIREMENT OF THE SAID DOCUMENTS.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-7 ::-

45. EXCEPT OTHERWISE CLEARLY STATED, RELEVANT INDIAN STANDARD


CODES OF PRACTICES (LATEST) SHALL BE FOLLOWED AND IN ABSENCE OF
THE SAME, CPWD SPECIFICATIONS WITH CORRECTION SLIPS (LATEST) /
MANUFACTURER DATA SHEET SHALL BE FOLLOWED IN ALL CIVIL,
STRUCTURAL OR ANY OTHER WORKS. WHERE THERE IS NO
SPECIFICATIONS AVAILABLE FOR ANY WORK EITHER IN CPWD
SPECIFICATIONS OR IN IS CODES OF PRACTICES, THE WORK SHALL BE
CARRIED OUT AS PER THE DIRECTION OF ENGINEER-IN-CHARGE.

46. ACCORDING TO THE NATURE AND IMPORTANCE OF WORKS, EIC OR HIS


AUTHORISED REPRESENTATIVE WILL DEMAND THE CONDUCT OF
FIELD/LABORATORY TESTS FOR THE WORKS/MATERIALS AS PER RELEVANT
INDIAN STANDARD CODES OF PRACTICES (LATEST)/ CPWD SPECIFICATIONS
WITH CORRECTION SLIPS (LATEST). THE CONTRACTOR SHALL GET THE
SAME DONE AT HIS OWN COST IN A REPUTED LABORATORY AS SHRIRAM
TEST HOUSE, NEW DELHI, NATIONAL CEMENT COUNCIL (NCB)
BALLABHGARH, FARIDABAD, CBRI ROORKEE, NSIC LAB AT OKHLA, NEW
DELHI, ZAKIR HUSAIN COLLEGE OF ENGINEERING & TECHNOLOGY,
ALIGARH MUSLIM UNIVERSITY ALIGARH OR ANY OTHER REPUTED GOVT
LABORATORY AS APPROVED BY THE ENGINEER-IN-CHARGE.

47. THE CONTRACTOR SHALL CARRY OUT ALL THE FIELD TEST REQUIRED FOR
COMMISSIONING LIKE HYDRO-TEST OF GI LINE, LEAK TEST ETC. WITHOUT
ANY EXTRA COST TO IOCL AS PER THE DIRECTION OF EIC

48. THE CONTRACTOR HAS TO OBTAIN ALL THE NECESSARY CLEARANCES


FROM FOREST DEPARTMENT AND LIAISONS FORMALITIES FOR FELLING, IF
ANY, AND REMOVAL OF TREES FOULING WITH IN THE PROPOSED FACILITY.

49. THE PRICES SHALL INCLUDE ALSO FOR WORKS AT ALL HEIGHTS AND
DEPTHS. CONTRACTOR SHALL PROVIDE NECESSARY TEMPORARY
SUPPORTS AS WELL AS SCAFFOLDING FOR SAFE EXECUTION OF JOB. PARTY
QUOTE SHALL INCLUDE PROVIDING OF TEMPORARY SUPPORTS /
SCAFFOLDING AND DISMANTLING OF THE SAME AFTER COMPLETION OF
JOB. NOTHING EXTRA SHALL BE PAID FOR PROVIDING AND DISMANTLING
SCAFFOLDING.

50. THE CONTRACTOR HAS TO WORK AT ALL HEIGHTS, DEPTHS ETC. AND
NOTHING EXTRA SHALL BE PAID TO THE CONTRACTOR ON THIS ACCOUNT
EXCEPT OTHERWISE CLEARLY STATED IN THE DESCRIPTION OF ITEMS.

51. THE QUANTITY INDICATED AGAINST EACH ITEM MAY VARY TO ANY
EXTENT IN THE LOWER SIDE AS WELL AS IN THE HIGHER SIDE. PARTY
SHALL NOT CLAIM ANYTHING EXTRA ON THIS ACCOUNT.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-8 ::-

52. DURING EXECUTION, IT IS TO BE ENSURED THAT THE EXISTING FACILITIES


LIKE STRUCTURES, BUILDING ETC ARE PROPERLY PROTECTED AND THEIR
STABILITY IS NOT DANGERED. IF REQUIRED PARTY SHALL MAKE
NECESSARY ARRANGEMENT FOR ENSURING STABILITY OF THE
STRUCTURES.

53. THE SCOPE OF WORK INCLUDES ALL HOOK UPS OF STORM WATER
DRAINAGE, DRINKING WATER LINE, SEWERAGE LINE & ELECTRICAL HOOK
UPS, IF ANY, AS PER THE DIRECTION OF EIC.

54. ALL THE EXECUTION DRAWING SHALL BE SUBMITTED TO IOCL (ES) FOR MAKING AS-BUILT
DRAWING DULY MARKED WITH CHANGES OCCURRED AT SITE AND APPROVED BY EIC
BEFORE RELEASE OF FINAL PAYMENT TO THE CONTRACTOR.

55. CO-ORDINATION WITH OTHER DEPARTMENTS / CONTRACTORS SHALL BE


DONE BY THE CONTRACTOR FOR WORK PERMIT/CLEARANCES, PROPER
LYING OF PIPES/ INSTALLATION OF EQUIPMENTS / FIXING OF
STRUCTURALS. HOWEVER DURING INSTALLATION, IF ANY RECTIFICATION/
MODIFICATION ARE REQUIRED, THE SAME SHALL BE DONE BY THE
CONTRACTOR TO THE FULL SATISFACTION OF EIC. AND NO EXTRA
PAYMENT SHALL BE MADE ON THIS ACCOUNT.

56. EARTH WORK:

A) THE PRICES FOR ALL EXCAVATIONS SHALL INCLUDE FOR REMOVING


AND CLEARING AWAY ALL SHRUBS, BUSHES, ROOTS ETC.

B) THE PRICES FOR ALL EXCAVATIONS SHALL ALSO INCLUDE FOR ALL
LEVELLING AND RAMMING FOUNDATION BEDS, TRIMMING OF SIDES
AND BOTTOM, GRADING TO PROPER LEVEL AS REQUIRED.

C) REMOVAL AND CARRYING SHALL INCLUDE FOR ALL LOADING,


UNLOADING AND HANDLING AS MAY BE NECESSARY AND ALSO ALL
NECESSARY MEANS OF TRANSPORT (MECHANICAL OR MANUAL) AS
REQUIRED.

D) WHERE EXCAVATIONS ARE MADE IN EXCESS OF THE DEPTH REQUIRED


THE CONTRACTOR SHALL, AT HIS OWN EXPENSES, FULL UP TO THE
DESIRED LEVEL WITH LEAN CONCRETE OF NOMINAL MIX. 1:5:10 (1
CEMENT: 5 COURSE SAND: 10 GRADED STONE AGGREGATE 40 MM
NOMINAL SIZE).

E) IN CASE OF HARD / DENSE SOIL, THE LAST 150 MM DEPTH OF SUCH


DEPTH SPECIFIED IN THE DRAWING OR DECIDED BY THE OWNER
SHALL BE EXCAVATED JUST PRIOR TO THE LAYING OF PLAIN CEMENT
CONCRETE BED.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-9 ::-

F) IN CASE SURPLUS EXCAVATED MATERIALS ARE TO BE DISPOSED OFF


AT DIFFERENT LEADS AS PER ITEMS IN THE “SCHEDULE OF RATES” THE
DISTANCE FOR SUCH DISPOSAL SHALL BE MEASURED OVER THE
SHORTEST PRACTICABLE ROUTE AS DECIDED BY ENGINEER-IN-
CHARGE AND NOT NECESSARILY THE ROUTE ACTUALLY TAKEN BY
THE CONTRACTOR FOR DISPOSAL. FOR THE PURPOSE OF
MEASUREMENT OF LEAD, THE AREA EXCAVATED SHALL BE DIVIDED
INTO BLOCKS (MUTUALLY AGREED) AND FOR EACH BLOCK THE
DISTANCE FROM CENTRE OF THE BLOCK TO CENTRE OF DISPOSED
MATERIAL PERTAINING TO THIS BLOCK SHALL BE TAKEN.

G) THE MODE OF MEASUREMENT SHALL BE AS PER IS : 1200.

H) NOTHING EXTRA SHALL BE PAID ON ACCOUNT OF ANY LIFT FOR


DISPOSAL OF EXCAVATED MATERIALS.

I) PROPER PRECAUTIONS SHALL BE TAKEN DURING THE EXCAVATIONS


TO PREVENT ANY DAMAGE TO THE EXISTING STRUCTURES, PIPES,
SEWER LINES ETC. IF SUCH DAMAGE OCCURS, THE CONTRACTOR AT
HIS OWN EXPENSE SHALL RECTIFY IT.

57. PLAIN AND REINFORCED CEMENT CONCRETE WORKS:

A) BEFORE CASTING OF ANY CONCRETE CONTRACTOR SHALL TAKE


PRIOR WRITTEN APPROVAL FROM EIC OR HIS AUTHORISED
REPRESENTATIVE IN CONCRETE POUR CARD (FORMAT AS APPROVED
BY EIC).

B) ALL CONCRETE SURFACES SHALL BE FINISHED TO A FAIR FACE TO


GIVE SMOOTH AND EVEN SURFACES AND NOTHING EXTRA SHALL BE
PAID ON THIS ACCOUNT.
C) ALL POCKETS / HOLES ARE TO BE PROPERLY COVERED BY SUITABLE
MEANS, SO THAT DIRT, RAIN WATER ETC., SHOULD NOT ENTER THE
POCKETS / HOLES ETC. NO DEDUCTION IN R.C.C. QUANTITY SHALL BE
MADE FOR POCKETS AND NOTHING EXTRA SHALL BE PAID FOR
PROVIDING POCKETS.

D) THE PRICES SHALL INCLUDE FOR WORKING UP OR HACKING OF


CONCRETE SURFACE FOR PROVIDING KEYS FOR FURTHER CONCRETE
WORK AND SHALL ALSO INCLUDE ALL PLANE, REBATED OR GROOVED
CONSTRUCTION AND OTHER JOINTS.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-10 ::-

E) ALL REINFORCED CEMENT CONCRETE USED SHALL BE OF


CONTROLLED CONCRETE WITH DESIGNED MIX AND WEIGH BATCHED
CONFORMING TO IS: 456 UNLESS OTHERWISE SPECIFIED. IN ALL
CONCRETE AND R.C.C. WORK, GRADED COURSE AGGREGATE SHALL BE
USED. THE DESIGN MIXES OF CONCRETE OF DIFFERENT GRADES
SHALL BE ESTABLISHED AT THE BEGINNING OF THE WORK
CONSIDERING THE REQUIRED WORKABILITY. HOWEVER, IF BATCHING
PLANT FACILITY IS NOT AVAILABLE, ONLY NOMINAL MIX CONCRETE
IS PERMISSIBLE.

F) CONCRETE ADMIXTURES FOR WORKABILITY, IF NECESSARY, MAY BE


USED IN R.C.C., IF DECIDED BY THE ENGINEER-IN-CHARGE. NO EXTRA
PAYMENT FOR MIXING ETC. SHALL BE MADE ON THIS ACCOUNT.

G) THE PRICES SHALL INCLUDE APPLYING CEMENT SLURRY ON


REINFORCED CEMENT CONCRETE SURFACES, KEYS OF CONSTRUCTION
JOINTS ETC. @ 2.75 KG/SQM SURFACE AREA OF RECEIVING CEMENT
CONCRETE INCLUDING ROUGHENING AND PROPER CLEANING ETC.,
COMPLETE AS DIRECTED BY ENGINEER -IN-CHARGE.

H) THE PRICES SHALL INCLUDE FOR PERFORMING WATER TIGHTNESS FOR


ALL WATER RETAINING R.C.C. STRUCTURE AS STIPULATED IN IS: 3370
(PART - I), WHEREVER SPECIFIED IN THE DRAWING.

I) ANY CONCRETE HAVING HONEYCOMB IS NOT ACCEPTABLE AND


SHALL BE REJECTED AND REDONE AT CONTRACTOR’S COST.

J) THE SLAB CASTING FOR EACH FLOOR OF THE ROOMS/BUILDING/


SHOULD BE DONE IN A SINGLE POUR FOR WHICH CONTRACTOR HAS TO
MAKE ALL THE ARRANGEMENT IN THIS REGARD AS PER THE
DIRECTION OF EIC.

K) REINFORCEMENT AND EMBEDMENT


a. WASTAGE IN CUTTING WILL NOT BE PAID FOR STEEL
ACTUALLY FIXED IN POSITION ONLY WILL BE PAID BY THE
LINEAR MEASUREMENT INCLUDING HOOKS AND LAPS.
LAPPING OF BARS WILL BE ALLOWED ONLY WHERE THE
REQUIRED BAR LENGTH EXCEEDS THE STANDARD LENGTHS
AVAILABLE. ALL OTHER LAPS PROVIDED, UNLESS
OTHERWISE SPECIFIED IN THE DRAWINGS, SHALL NOT BE
MEASURED AND PAID FOR. WEIGHT OF BINDING WIRE SHALL
NOT BE MEASURED FOR PAYMENT.
b. CONTRACTOR HAS TO MAKE BAR-BENDING SCHEDULE AT SITE
CONFORMING TO IS: 2502 AND THE SAME HAS TO BE APPROVED
BY ENGINEER-IN-CHARGE.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-11 ::-

c. REINFORCEMENT ARE TO BE TACK WELDED IN ADDITION TO


BINDING BY 16 S.W.G. BLACK SOFT ANNEALED WIRE WHEREVER
NECESSARY TO IMPROVE EFFICIENCY OF THE JOINTS.

58. SHUTTERING:

A) THE PRICES FOR SHUTTERING SHALL INCLUDE FOR PROVIDING


SPLAYED EDGES, NOTCHING, CHAMFERING, ALLOWANCES FOR
OVERLAPS AND PASSING AT ANGLES, BATTENS, STRUTTING BOLTING,
WEDGING, EASING, STRIKING AND REMOVING.

B) THE CONCRETE WORK SHOULD HAVE PLY WOOD / STEEL SHUTTERING


AS NOT TO REQUIRE ANY PLASTERING, AFTER STRIKING OUT THE
SHUTTERING. ANY CONCRETE HAVING HONEYCOMBED IS NOT
ACCEPTABLE AND IS LIABLE TO BE REJECTED AND REDONE AT
CONTRACTOR’S COST.

C) THE PRICES ARE ALSO TO INCLUDE FOR ALL NECESSARY SUPPORTS,


STRUTS, BRACES, ETC., DRESSING WITH SHUTTERING COMPOUND AND
/ OR OTHER APPROVED METHOD TO PREVENT ADHESION BETWEEN
CONCRETE AND FORM WORK AND ALL RAKING FOR CIRCULAR
CUTTING AND WASTE.

D) THE PRICES SHALL ALSO INCLUDE FOR ALL LABOUR AND MATERIALS
NECESSARY FOR PROVIDING FORM WORK AT ALL HEIGHTS AND
DEPTHS AND INCLUDING STRIKING, DISMANTLING THE FORM WORK
ASSEMBLY ETC. AFTER THE NECESSARY STRIPPING PERIOD OF
CONCRETING IS OVER AND ALSO MAKING ALL THE JOINTS IN
SHUTTERING FULLY LEAK-PROOF PROVIDING LOW DENSITY
POLYTHENE SHEETS / BITUMEN PAPER.

E) THE PRICES SHALL ALSO INCLUDE FOR FORMING DETAILED DESIGN


REQUIRED FOR THE FORM WORK AND / OR ALL OTHER SUNDRY
LABOUR.

F) ALL SHUTTERING SHALL BE EITHER PLYWOOD OR STEEL SHUTTERING


TO PRODUCE PLAIN, SMOOTH AND EVEN SURFACES, WHICH WILL
THUS BE INTEGRALLY FINISHED. IF ANY IMPRESSIONS OF THE
SHUTTERING JOINTS ARE NOTICED AFTER THE STRIKING OF THE
SHUTTERING, THE SAME SHOULD BE TREATED BY RUBBING WITH
CARBORUNDUM STONES AND NOTHING EXTRA SHALL BE PAID ON
THIS ACCOUNT.

G) IN CASE OF DOWEL BARS PROJECTING OUT FROM R.C.C WORKS SUCH


AS COLUMNS, BEAMS ETC., NOTHING EXTRA SHALL BE PAID FOR ANY
SPECIAL PROVISION LIKE MAKING HOLES THAT MAY BE REQUIRED TO
BE LEFT IN THE FORM WORK.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: TS-12 ::-

59. MASONRY WORKS:

I. PRICES FOR BRICK WORK SHALL INCLUDE THE FOLLOWING :

A) FAIR FACE OF BRICK-WORK WITH SELECTED BRICK WITH CLASS


DESIGNATION 7.5 OR AS SPECIFIED IN THE DESCRIPTION OF
RELEVANT ITEMS IN ‘SCHEDULE OF RATES’ FROM THE LOT.
B) RAKING OUT JOINTS FOR PLASTERING AND POINTING DONE AS
SEPARATE PROCESS OF FINISHING JOINTS, FLUSH AS THE WORK
PROCEEDS.
C) ALL ROUGH AND / OR FAIR CUTTING AND WASTE UNLESS
SPECIFICALLY STATED OTHERWISE.
D) PLUMBING TO ANGLES.
E) PROVIDING HOLES LEFT OR FORMED FOR FIXING PIPES ETC.
F) FORMING REVEALS TO THE JAMBS, WHERE FAIR CUTTING ON
EXPOSED FACE IS NOT INVOLVED.
G) ALL MASONRY WORK SHALL BE DONE USING MORTAR WITH
COARSE SAND.

60. FLOORS AND BASES:

A) THE PRICE FOR HARD CORE SHALL INCLUDE FOR ALL LABOUR IN
LAYING TO FALLS OR CAMBER, HAND PACKING, EDGES OF HAUNCHES
FORMING SPLAYED EDGES, WATERING AND ROLLING WITH POWER
DRIVEN ROLLER OR RAMMING WHEREVER REQUIRED FOR SOLID
COMPACTION.

SIGNATURE OF TENDERS/CONTRACTOR

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)

-:: TS-13 ::-

61. THE ABOVE CONDITIONS TO BE ACCOUNTED FOR WHILE QUOTING


THEIR RATES. NO EXTRA/ ADDITIONAL PAYMENT SHALL BE MADE ON
THE ABOVE ACCOUNT.
62. THE ABOVE ADDITIONAL SPECIAL INSTRUCTIONS SHALL BE READ IN
CONJUNCTION WITH TENDER DOCUMENTS AS STATED IN GENERAL
CONDITION OF CONTRACT AND SPECIAL CONDITION OF CONTRACT.

I HAVE READ, UNDERSTOOD AND ACCEPTING THE ABOVE STATED CONDITIONS.

SIGNATURE & STAMP OF THE BIDDER

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
-:: 61 ::-

TIME SCHEDULE

Name of Work Time of Completion

Construction of Rainwater Harvesting


(RWH) System at New unit Control room
04 months from date of site handover.
Building and CRU Substation Building at
Mathura Refinery.

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 62 ::-

PREAMBLE TO SCHEDULE OF RATES

1. This preamble to schedule of Rates along with its annexure shall form part of “Schedule of Rates”.
2. Price bid containing any condition in any form shall be ignored or offer shall be liable for rejection.
3. PROCEDURE TO QUOTE RATES IN BOQ FOR PERCENTAGE RATE TENDERS
A. BIDDERS SHOULD SELECT “LESS” or “EXCESS” or “AT PAR” IN THE RESPECTIVE
CELL OF BOQ DEPENDING UPON THEIR QUOTATION “BELOW” OR “ABOVE” OR
“AT PAR” WITH THE ESTIMATE.
B. AFTER SELECTING ‘LESS’ OR ‘EXCESS’, THE BIDDERS SHOULD FILL
PERCENTAGE RATE (ONLY NUMBERS) IN THE RESPECTIVE CELL OF BOQ.
C. FOR ‘AT PAR’ QUOTATION, THE BIDDERS SHOULD SELECT “AT PAR” IN THE
RESPECTIVE CELL OF BOQ.
4. Tenderers to note that the quoted percentage shall be rounded off upto two decimals. This percentage
shall be valid for the rates and amounts of each and every item in the Schedule of Rates.
5. Total job shall be awarded to one party and lowest bidder shall be decided based on overall quoted
amount basis.
6. The Schedule of Rates should be read with all other sections of this tender.
7. The tenderer shall be deemed to have studied the items, specifications, and details of work to be done
within the time schedule attached and to have acquainted himself of the conditions prevailing at site.
8. The quantities shown against various items are only approximate. Any increase or decrease in the
quantities shall not form the basis of alteration of the percentage quoted and accepted.
9. The Owner reserves the right to extrapolate/interpolate the rates for such items of work falling between
similar items of lower and higher magnitude.
10. The works, item wise, shall be measured upon completion and paid for at the rates quoted and accepted.
11. All the items of work mentioned in the `Schedule of Rates' and covered by this contract shall be carried
out as per the drawings, specifications and directions of the Engineer-in-Charge, and shall include all
labour, materials, tools and tackles, plants testing, if any, with Contractor's testing appliances etc.
required to complete the job.
12. The description given under the items of work shall deem to include wherever applicable mobilization,
labour equipments, materials, carriage, cartage, hoisting, setting, fitting and fixing in position of all
materials, and equipments, disposal of wastages and all other labour and operations necessary for the full
and entire execution and completion of the relative works in all respects according to the contract.
13. Quotation by the tenderer elsewhere in the tender document shall be ignored. This condition supersedes
all other related conditions elsewhere in the tender document, to the extent of repugnancy or variance as
and if any.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
(Tender No. : MRCC18M029/084)
- :: 63 ::-
14. Following shall be applicable for works contract:
a) In case of composite contracts, where the material component and the service
component can be separately identified: For material portion the contractor shall provide
separate invoice with necessary VAT invoice and for service portion the contractor shall
provide service tax invoice. Hence no WCT will be applicable in this case.
b) In those composite contracts where the service and material component cannot be
bifurcated: The tenderers are required to get their names registered with Sales Tax
Authority of the UP Government. For this purpose, the tenderers are required to obtain TIN
no. from the U. P. Sales Tax authorities and submit the same at the time of submission of
their bills. Payment against Bills submitted without U P TIN will not be made.
15. Incorporation of terms and conditions at variance with terms and conditions of tender documents
shall make the offer liable for rejection.

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura – 281 005 (U.P.)
Tendor No.: MRCC18M029

Schedule of Rates
Service Required for Plant: 9050 ,Mathura Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Construction of Rainwater Harvesting (RW

00010
Boring/Drilling

00020 CCL40001XX
Boring/drilling bore well of required
dia for casing/ strainer pipe, by
suitable method prescribed in IS: 2800
(part I), including collecting
samples from different strata,
preparing and submitting strata
chart/bore log, including hire &
running charges of all
equipments, tools, plants &
machineries required for the job, all
complete as per direction of
Engineer#in-charge, upto 90 metre depth
below ground level.
00030 CCL4000101 200.000 M 389.02 77,804.00
300 mm dia (All types of soil). Rs.THREE Rs.SEVENTY-SEVEN
HUNDRED THOUSAND EIGHT
EIGHTY-NINE & HUNDRED FOUR
PAISE TWO ONLY ONLY
00040 CCL4000104 5.000 M 925.00 4,625.00
300 mm dia (Rocky strata including Rs.NINE HUNDRED Rs.FOUR
Boulders). TWENTY-FIVE ONLY THOUSAND SIX
HUNDRED
TWENTY-FIVE ONLY

00050 CCL40003XX
Supplying, assembling, lowering and
fixing in vertical position in bore
well, unplasticized PVC medium well
casing (CM) pipe of required dia,
conforming to IS: 12818, including
required hire and labour charges,
fittings & accessories etc. all
complete, for all depths, as per
direction of Engineer-in-charge.
00060 CCL4000302 10.000 M 531.29 5,312.90
150 mm nominal size dia. Rs.FIVE HUNDRED Rs.FIVE
THIRTY-ONE & THOUSAND THREE

page 3
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

PAISE HUNDRED TWELVE


TWENTY-NINE ONLY & PAISE NINETY
ONLY
00070 CCL4000303 150.000 M 566.76 85,014.00
200 mm nominal size dia. Rs.FIVE HUNDRED Rs.EIGHTY-FIVE
SIXTY-SIX & THOUSAND
PAISE FOURTEEN ONLY
SEVENTY-SIX ONLY

00080 CCL40004XX
Supplying, assembling, lowering and
fixing in vertical position in bore
well unplasticized PVC medium well
screen (RMS) pipes with ribs,
conforming to IS: 12818, including hire
& labour charges, fittings
& accessories etc. all complete,
for all depths, as per direction
of Engineer-in-charge.
00090 CCL4000402 5.000 M 491.53 2,457.65
150 mm nominal size dia. Rs.FOUR HUNDRED Rs.TWO THOUSAND
NINETY-ONE & FOUR HUNDRED
PAISE FIFTY-SEVEN &
FIFTY-THREE ONLY PAISE
SIXTY-FIVE ONLY
00100 CCL4000403 20.000 M 761.49 15,229.80
200 mm nominal size dia. Rs.SEVEN Rs.FIFTEEN
HUNDRED THOUSAND TWO
SIXTY-ONE & HUNDRED
PAISE TWENTY-NINE &
FORTY-NINE ONLY PAISE EIGHTY
ONLY

00110 CCL40011XX
Supplying, assembling, lowering and
fixing in vertical position in bore
well, ERW (Electric Resistance Welded)
FE 410 plain slotted (having slot
of size 1.6/3.2 mm) mild steel threaded
and socketed / plain bevel ended
pipe (type A) of required dia,
conforming to IS: 8110, of reputed and
approved make, having wall thickness
not less than 5.40 mm, including
painted with outside surface with two
coats of anticorrosive bitumestic
paint of approved brand and
manufacture, including hire &

page 4
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

labour
charges, fittings & accessories,
all complete, for all depths, as
per direction of Engineer-in-charge.
00120 CCL4001101 5.000 M 901.78 4,508.90
100 mm nominal size dia. Rs.NINE HUNDRED Rs.FOUR
ONE & PAISE THOUSAND FIVE
SEVENTY-EIGHT HUNDRED EIGHT &
ONLY PAISE NINETY
ONLY
00130 CCL4001102 15.000 M 1,221.19 18,317.85
150 mm nominal size dia. Rs.ONE THOUSAND Rs.EIGHTEEN
TWO HUNDRED THOUSAND THREE
TWENTY-ONE & HUNDRED
PAISE NINETEEN SEVENTEEN &
ONLY PAISE
EIGHTY-FIVE ONLY

00140 CCL40010XX
Supplying, assembling, lowering and
fixing in vertical position in bore
well, ERW (Electric Resistance Welded)
FE 410 mild steel screwed and
socketed/ plain ended casing pipes of
required dia, conforming to IS:
4270, of reputed & approved make,
including painted with outside
surface with two coats of
anticorrosive paint of approved brand
and
manufacture, including required hire
& labour charges, fittings
& accessories, all complete, for
all depths, as per direction of
Engineer-in-charge.
00150 CCL4001002 120.000 M 1,146.34 137,560.80
150 mm nominal size dia having minimum Rs.ONE THOUSAND Rs.ONE LAC
wall thickness 5.00 mm ONE HUNDRED THIRTY-SEVEN
FORTY-SIX & THOUSAND FIVE
PAISE HUNDRED SIXTY &
THIRTY-FOUR ONLY PAISE EIGHTY
ONLY
00160 CCL4001001 10.000 M 845.64 8,456.40
100 mm nominal size dia having minimum Rs.EIGHT Rs.EIGHT
wall thickness 5.00 mm HUNDRED THOUSAND FOUR
FORTY-FIVE & HUNDRED
PAISE FIFTY-SIX &
SIXTY-FOUR ONLY PAISE FORTY ONLY

page 5
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00170 CCL4000500 10.000 M3 898.99 8,989.90


Supplying, filling, spreading & Rs.EIGHT Rs.EIGHT
leveling stone boulders of size HUNDRED THOUSAND NINE
range 5 cm to 20 cm, in recharge pit, NINETY-EIGHT & HUNDRED
in the required thickness, for all PAISE EIGHTY-NINE &
leads & lifts, all complete as NINETY-NINE ONLY PAISE NINETY
per direction of ONLY
Engineer-in-charge.
00180 CCL4000600 5.000 M3 1,006.43 5,032.15
Supplying, filling, spreading & Rs.ONE THOUSAND Rs.FIVE
leveling gravels of size range 5 SIX & PAISE THOUSAND
mm to 10 mm, in the recharge pit, over FORTY-THREE ONLY THIRTY-TWO &
the existing layer of boulders, PAISE FIFTEEN
in required thickness, for all leads ONLY
& lifts, all complete as per
direction of Engineer-in-charge.
00190 CCL4000700 5.000 M3 1,006.43 5,032.15
Supplying, filling, spreading & Rs.ONE THOUSAND Rs.FIVE
leveling coarse sand of size range SIX & PAISE THOUSAND
1.5 mm to 2 mm in recharge pit, in FORTY-THREE ONLY THIRTY-TWO &
required thickness over gravel layer, PAISE FIFTEEN
for all leads & lifts, all ONLY
complete as per direction of
Engineer-in-charge.
00200 CCL4000800 5.000 M3 1,142.88 5,714.40
Gravel packing in tubewell construction Rs.ONE THOUSAND Rs.FIVE
in accordance with IS: 4097, ONE HUNDRED THOUSAND SEVEN
including providing gravel fine/ FORTY-TWO & HUNDRED
medium/ coarse, in required grading PAISE FOURTEEN &
& sizes as per actual EIGHTY-EIGHT PAISE FORTY ONLY
requirement, all complete as per ONLY
direction
of Engineer-in-charge.
00210 CCL4001200 50.000 H 501.57 25,078.50
Development of tube well in accordance Rs.FIVE HUNDRED Rs.TWENTY-FIVE
with IS : 2800 (part I) and IS: ONE & PAISE THOUSAND
11189, to establish maximum rate of FIFTY-SEVEN ONLY SEVENTY-EIGHT &
usable water yield without sand PAISE FIFTY ONLY
content (beyond permissible limit),
with required capacity air
compressor, running the compressor for
required time till well is fully
developed, measuring yield of well by
"V" notch method or any other
approved method, measuring static level
& draw down etc. by step
draw down method, collecting water
samples & getting tested in

page 6
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

approved laboratory, i/c disinfection


of tubewell, all complete,
including hire & labour charges
of air compressor, tools &
accessories etc., all as per
requirement and direction of
Engineer-in-charge.

00220
EARTHWORK

00230 CCL01007XX
Earth work in excavation in foundation
trenches or drains in all
terrains including dressing of sides
and ramming of bottoms, lift upto 1.5m,
including getting out the
excavated soil and disposal of surplus
excavated soil as directed,within
a lead of 50m.
00240 CCL0100701 100.000 M3 200.55 20,055.00
All kinds of soil Rs.TWO HUNDRED Rs.TWENTY
& PAISE THOUSAND
FIFTY-FIVE ONLY FIFTY-FIVE ONLY
00250 CCL0101700 20.000 M3 171.24 3,424.80
Filling available excavated earth Rs.ONE HUNDRED Rs.THREE
(excluding rock ) in trenches, SEVENTY-ONE & THOUSAND FOUR
plinth, sides of foundations etc., in PAISE HUNDRED
layers not exceeding TWENTY-FOUR ONLY TWENTY-FOUR &
20cm in depth: consolidating each PAISE EIGHTY
deposited layer by ONLY
ramming and watering, lead up to 50m
and for any depth and lift

00260
CONCRETE WORK

00270 CCL02201XX
Providing and laying in position cement
concrete of specified grade
excluding the cost of centring and
shuttering - All work up to plinth
level :
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store

page 7
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

to work
site. "
00280 CCL0220105 15.000 M3 3,694.36 55,415.40
1:3:6 (1 Cement : 3 coarse sand : 6 Rs.THREE Rs.FIFTY-FIVE
graded stone aggregate 20 mm nominal THOUSAND SIX THOUSAND FOUR
size). HUNDRED HUNDRED FIFTEEN
NINETY-FOUR & & PAISE FORTY
PAISE ONLY
THIRTY-SIX ONLY
00290 CCL0220103 3.000 M3 3,595.29 10,785.87
1:2:4 (1 cement : 2 coarse sand : 4 Rs.THREE Rs.TEN THOUSAND
graded stone aggregate 20 mm nominal THOUSAND FIVE SEVEN HUNDRED
size) HUNDRED EIGHTY-FIVE &
NINETY-FIVE & PAISE
PAISE EIGHTY-SEVEN
TWENTY-NINE ONLY ONLY

00300 CCL03201XX
Providing and laying in position
specified grade of reinforced cement
concrete excluding the cost of
centering, shuttering, finishing and
reinforcement - All work up to plinth
level :
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00310 CCL0320102 15.000 M3 3,916.72 58,750.80
1:1.5:3 (1 cement : 1.5 coarse sand : 3 Rs.THREE Rs.FIFTY-EIGHT
graded stone aggregate 20 mm THOUSAND NINE THOUSAND SEVEN
nominal size) HUNDRED SIXTEEN HUNDRED FIFTY &
& PAISE PAISE EIGHTY
SEVENTY-TWO ONLY ONLY

00320 CCL03202XX
"Reinforced cement concrete work in
walls (any thickness), including
attached pilasters, buttresses, plinth
and string courses, fillets,
columns, pillars, piers, abutments,
posts and struts etc. up to floor
five level excluding cost of centering,
shuttering, finishing and
reinforcement :

page 8
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

"
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00330 CCL0320202 1.000 M3 5,142.19 5,142.19
1:1.5:3 (1 cement : 1.5 coarse sand : 3 Rs.FIVE Rs.FIVE
graded stone aggregate 20 mm THOUSAND ONE THOUSAND ONE
nominal size) HUNDRED HUNDRED
FORTY-TWO & FORTY-TWO &
PAISE NINETEEN PAISE NINETEEN
ONLY ONLY

00340 CCL03218XX
Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete up to plinth
level.
"Note:
Steel reinforcement will be issued free
of cost from store, Contractor
has to make their own arrangement for
transportation of the same from
store to work site. "
00350 CCL0321805 2,000.000 KG 15.34 30,680.00
THERMO-MECHANICALLY TREATED BARS Rs.FIFTEEN & Rs.THIRTY
PAISE THOUSAND SIX
THIRTY-FOUR ONLY HUNDRED EIGHTY
ONLY

00360 CCL03003XX
Centering and shuttering including
strutting, propping etc. and removal
of form for :
00370 CCL0300301 45.000 M2 227.39 10,232.55
Foundations, footings, bases of columns Rs.TWO HUNDRED Rs.TEN THOUSAND
etc. for mass concrete. TWENTY-SEVEN & TWO HUNDRED
PAISE THIRTY-TWO &
THIRTY-NINE ONLY PAISE
FIFTY-FIVE ONLY
00380 CCL0300302 10.000 M2 491.56 4,915.60
Walls (any thickness) including Rs.FOUR HUNDRED Rs.FOUR
attached pilasters, butteresses, plint NINETY-ONE & THOUSAND NINE
and string courses etc. PAISE FIFTY-SIX HUNDRED FIFTEEN

page 9
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

ONLY & PAISE SIXTY


ONLY
00390 CCL0300305 5.000 M2 432.71 2,163.55
Lintels, beams, plinth beams, girders, Rs.FOUR HUNDRED Rs.TWO THOUSAND
bressumers and cantilevers. THIRTY-TWO & ONE HUNDRED
PAISE SIXTY-THREE &
SEVENTY-ONE ONLY PAISE
FIFTY-FIVE ONLY
00400 CCL0320900 10.000 M3 4,782.80 47,828.00
Providing, hoisting and fixing up to Rs.FOUR Rs.FORTY-SEVEN
floor five level precast reinforced THOUSAND SEVEN THOUSAND EIGHT
cement concrete work in string courses, HUNDRED HUNDRED
bands, copings, bed plates, EIGHTY-TWO & TWENTY-EIGHT
anchor blocks, plain window sills and PAISE EIGHTY ONLY
the like including the cost of ONLY
required centering, shuttering but
excluding cost of reinforcement, with
1:2:4 (1 cement : 2 coarse sand :4
graded stone aggregate 20 mm nominal
size).
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "

00410
BRICKWORK

00420 CCL04301XX
Brick work with common burnt clay
F.P.S. (non modular) bricks
of class designation 7.5 in foundation
& plinth
Cement will be issued free of cost from
store, Contractor has
to make their own arrangement for
transportation of the
same from store to work site.
00430 CCL0430102 20.000 M3 4,562.77 91,255.40
Cement mortar 1:6 (1 cement : 6 coarse Rs.FOUR Rs.NINETY-ONE
sand) THOUSAND FIVE THOUSAND TWO
HUNDRED HUNDRED
SIXTY-TWO & FIFTY-FIVE &
PAISE PAISE FORTY ONLY
SEVENTY-SEVEN

page 10
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

ONLY

00440 CCL04309XX
Half brick masonry with common burnt
clay F.P.S. (non modular) bricks of
class designation 7.5 in foundations
and plinth in.
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00450 CCL0430902 10.000 M2 558.98 5,589.80
cement mortar 1:4 (1 cement : 4 coarse Rs.FIVE HUNDRED Rs.FIVE
sand) FIFTY-EIGHT & THOUSAND FIVE
PAISE HUNDRED
NINETY-EIGHT EIGHTY-NINE &
ONLY PAISE EIGHTY
ONLY

00460 CCL04310XX
Half brick masonry with common burnt
clay F.P.S. (non modular) bricks of
class designation 7.5 in superstructure
above plinth level up to floor V
level.
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00470 CCL0431002 10.000 M2 683.92 6,839.20
Cement mortar 1:4 (1 cement :4 coarse Rs.SIX HUNDRED Rs.SIX THOUSAND
sand) EIGHTY-THREE & EIGHT HUNDRED
PAISE THIRTY-NINE &
NINETY-TWO ONLY PAISE TWENTY
ONLY

00480 CCL04304XX
Brick work with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above
plinth level up to floor V level
in all shapes and sizes in :

page 11
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00490 CCL0430402 1.000 M3 5,685.31 5,685.31
Cement mortar 1:6 (1 cement : 6 coarse Rs.FIVE Rs.FIVE
sand) THOUSAND SIX THOUSAND SIX
HUNDRED HUNDRED
EIGHTY-FIVE & EIGHTY-FIVE &
PAISE PAISE
THIRTY-ONE ONLY THIRTY-ONE ONLY

00500
AREA CLEANING

00510 CCL15002XX
Demolishing cement concrete manually/
by mechanical means including
disposal of material within 50 metres
lead as per direction of Engineer
- in - charge.
00520 CCL1500201 20.000 M3 1,348.78 26,975.60
Nominal concrete 1:3:6 or richer mix Rs.ONE THOUSAND Rs.TWENTY-SIX
(i/c equivalent design mix) THREE HUNDRED THOUSAND NINE
FORTY-EIGHT & HUNDRED
PAISE SEVENTY-FIVE &
SEVENTY-EIGHT PAISE SIXTY ONLY
ONLY

00530 CCL15007XX
Demolishing brick work manually/ by
mechanical means including stacking of
serviceable
material and disposal of unserviceable
material within 50 metres lead as per
direction of
engineer-in-charge.
00540 CCL1500704 15.000 M3 1,141.41 17,121.15
In cement mortar Rs.ONE THOUSAND Rs.SEVENTEEN
ONE HUNDRED THOUSAND ONE
FORTY-ONE & HUNDRED
PAISE FORTY-ONE TWENTY-ONE &
ONLY PAISE FIFTEEN
ONLY

page 12
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00550 CCL1500300 5.000 M3 1,967.68 9,838.40


Demolishing R.C.C. work manually/ by Rs.ONE THOUSAND Rs.NINE
mechanical means including stacking NINE HUNDRED THOUSAND EIGHT
of steel bars and disposal of SIXTY-SEVEN & HUNDRED
unserviceable material within 50 metres PAISE THIRTY-EIGHT &
lead as per direction of Engineer - in- SIXTY-EIGHT ONLY PAISE FORTY ONLY
charge.
00560 CME0500300 0.500 TO 11,396.20 5,698.10
DISMANTLING OF STRUCTURALS LIKE PIPE Rs.ELEVEN Rs.FIVE
SUPPORT / STAIRWAY / DEVIT ETC. THOUSAND THREE THOUSAND SIX
Removal of existing platforms / pipe HUNDRED HUNDRED
supports / davits / stairways etc. NINETY-SIX & NINETY-EIGHT &
along with adjacent fittings / members PAISE TWENTY PAISE TEN ONLY
by cutting / debolting or by any ONLY
other means without damaging the
remaining unit and lowering down to the
ground including erection of
scaffolding, retrieving of all the
usable
materials and transportation to the
storage point as directed by the
Engineer-in-Charge.

00570 CCL15042XX
Dismantling C.I. Or asbestos rain water
pipe with fittings and
clamps including stacking the material
within 50 metres lead:
00580 CCL1504202 25.000 M 43.21 1,080.25
100 mm dia pipe Rs.FORTY-THREE Rs.ONE THOUSAND
& PAISE EIGHTY & PAISE
TWENTY-ONE ONLY TWENTY-FIVE ONLY
00590 CCL1504203 5.000 M 44.47 222.35
150 mm dia pipe Rs.FORTY-FOUR & Rs.TWO HUNDRED
PAISE TWENTY-TWO &
FORTY-SEVEN ONLY PAISE
THIRTY-FIVE ONLY
00600 CCL0102000 5.000 M2 18.91 94.55
Surface dressing of the ground (for all Rs.EIGHTEEN & Rs.NINETY-FOUR
kinds of soil) including PAISE & PAISE
removing vegetation and in-equalities NINETY-ONE ONLY FIFTY-FIVE ONLY
not exceeding 15 cm
deep and disposal of rubbish, lead utp
50 m and lift upto 1.5m.

00610
DISPOSAL

page 13
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00620 CCL32002XX
Carriage of earth by mechanical
transport for following leads or part
thereof including loading, unloading
and stacking all complete as per
the direction of the
Engineer-in-Charge. (The rates will be
applicable
to net quantities after deduction of 20
percent for viods).
00630 CCL3200201 100.000 M3 125.62 12,562.00
Upto a lead of 1 Km. Rs.ONE HUNDRED Rs.TWELVE
TWENTY-FIVE & THOUSAND FIVE
PAISE SIXTY-TWO HUNDRED
ONLY SIXTY-TWO ONLY
00640 CCL3200202 50.000 M3 142.35 7,117.50
Lead beyond 1 km. but upto 2 km. Rs.ONE HUNDRED Rs.SEVEN
FORTY-TWO & THOUSAND ONE
PAISE HUNDRED
THIRTY-FIVE ONLY SEVENTEEN &
PAISE FIFTY ONLY

00650 CCL32001XX
Carriage of lime, moorum, building
rubbish and debris including
refractory/ insulation debris etc. by
mechanical transport for
following leads or part thereof
including loading, unloading and
stacking all complete as per the
direction of the Engineer-in-Charge.
(The rates will be applicable to net
quantities without
deduction for voids of 20%).
00660 CCL3200101 50.000 M3 100.50 5,025.00
Upto a lead of 1 Km. Rs.ONE HUNDRED Rs.FIVE
& PAISE FIFTY THOUSAND
ONLY TWENTY-FIVE ONLY
00670 CCL3200102 10.000 M3 113.88 1,138.80
Lead beyond 1 km. but upto 2 km. Rs.ONE HUNDRED Rs.ONE THOUSAND
THIRTEEN & ONE HUNDRED
PAISE THIRTY-EIGHT &
EIGHTY-EIGHT PAISE EIGHTY
ONLY ONLY

00680
FINISHES

page 14
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00690 CCL13301XX
12 mm cement plaster of mix :
"Note:
Cement will be issued free of cost from
store, Contractor has to make
their own arrangement for
transportation of the same from store
to work
site. "
00700 CCL1330102 75.000 M2 182.51 13,688.25
1:6 (1 cement: 6 fine sand) Rs.ONE HUNDRED Rs.THIRTEEN
EIGHTY-TWO & THOUSAND SIX
PAISE FIFTY-ONE HUNDRED
ONLY EIGHTY-EIGHT &
PAISE
TWENTY-FIVE ONLY

00710 CCL13055XX
Finishing walls with Acrylic Smooth
exterior paint of required shade :
00720 CCL1305501 20.000 M2 108.68 2,173.60
New work (Two or more coat applied @ Rs.ONE HUNDRED Rs.TWO THOUSAND
1.67 ltr/10 sqm over and including EIGHT & PAISE ONE HUNDRED
priming coat of exterior primer applied SIXTY-EIGHT ONLY SEVENTY-THREE &
@ 2.20 kg/ 10 sqm). PAISE SIXTY ONLY

00730 CCL13070XX
Painting with synthetic enamel paint of
approved brand and
manufacture to give an even shade:
00740 CCL1307001 10.000 M2 97.38 973.80
Two or more coats on new work Rs.NINETY-SEVEN Rs.NINE HUNDRED
Old surface & PAISE SEVENTY-THREE &
THIRTY-EIGHT PAISE EIGHTY
ONLY ONLY

00750
ROOF WORK PIPING

00760 CCL11060XX
"Providing and fixing on wall face
unplasticised Rigid PVC rain water
pipes conforming to IS : 13592 Type A
including jointing with seal ring
conforming to IS : 5382 leaving 10 mm
gap for thermal expansion.
(i) Single socketed pipes. "

page 15
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00770 CCL1106002 25.000 M 248.81 6,220.25


110mm diameter single socketed pipes Rs.TWO HUNDRED Rs.SIX THOUSAND
FORTY-EIGHT & TWO HUNDRED
PAISE TWENTY & PAISE
EIGHTY-ONE ONLY TWENTY-FIVE ONLY

00780 CCL11061XX
Providing and fixing on wall
face/underground & overground
unplasticised-PVC moulded
fittings/accessories for
unplasticised-Rigid
PVC rain water / underground &
overground pipes conforming to IS:13592
Type A including jointing with seal
ring conforming IS: 5382 leaving
10mm gap for thermal expansion.
00790 CCL1106102 5.000 EA 94.97 474.85
110mm Coupler Rs.NINETY-FOUR Rs.FOUR HUNDRED
& PAISE SEVENTY-FOUR &
NINETY-SEVEN PAISE
ONLY EIGHTY-FIVE ONLY
00800 CCL1106104 5.000 EA 87.45 437.25
110mm Single Pushfit Coupler Rs.EIGHTY-SEVEN Rs.FOUR HUNDRED
& PAISE THIRTY-SEVEN &
FORTY-FIVE ONLY PAISE
TWENTY-FIVE ONLY
00810 CCL1106106 5.000 EA 167.95 839.75
110x110x110mm Single tee with door Rs.ONE HUNDRED Rs.EIGHT
SIXTY-SEVEN & HUNDRED
PAISE THIRTY-NINE &
NINETY-FIVE ONLY PAISE
SEVENTY-FIVE
ONLY
00820 CCL1106108 5.000 EA 155.05 775.25
110x110x110mm Single tee without door Rs.ONE HUNDRED Rs.SEVEN
FIFTY-FIVE & HUNDRED
PAISE FIVE ONLY SEVENTY-FIVE &
PAISE
TWENTY-FIVE ONLY
00830 CCL1106110 5.000 EA 104.64 523.20
110mm bend Bend 87.5 degree Rs.ONE HUNDRED Rs.FIVE HUNDRED
FOUR & PAISE TWENTY-THREE &
SIXTY-FOUR ONLY PAISE TWENTY
ONLY

00840 CCL11062XX
Providing and fixing unplasticised-PVC

page 16
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

pipe clips of approved design


to unplasticised-PVC rain water pipes
by means of 50x50x50mm
hard wood plugs, screwed with M.S.
screws of required length
including cutting brick work and fixing
in cement mortar 1:4 ( 1
cement : 4 coarse sand ) and making
good the wall etc. complete.
00850 CCL1106202 20.000 EA 235.59 4,711.80
110mm Rs.TWO HUNDRED Rs.FOUR
THIRTY-FIVE & THOUSAND SEVEN
PAISE HUNDRED ELEVEN
FIFTY-NINE ONLY & PAISE EIGHTY
ONLY
00860 CCL1106600 5.000 EA 61.47 307.35
Providing and fixing to the inlet mouth Rs.SIXTY-ONE & Rs.THREE
of rain water pipe PTMT (an PAISE HUNDRED SEVEN &
Engineering Thermoplastic) grating FORTY-SEVEN ONLY PAISE
square (Slit) 150 mm square with a THIRTY-FIVE ONLY
height of 8 mm and weighing not less
than 100 gms.

00870 CCL11056XX
Providing and fixing 100mm diameter and
60cm long rain water
spout in cement mortar 1:4 ( 1 cement :
4 fine sand)
00880 CCL1105601 10.000 EA 102.46 1,024.60
Stone ware spout Rs.ONE HUNDRED Rs.ONE THOUSAND
TWO & PAISE TWENTY-FOUR &
FORTY-SIX ONLY PAISE SIXTY ONLY

00890 CCL40013XX
Providing and fixing suitable size
threaded mild steel cap or spot
welded plate to the top of bore well
housing/ casing pipe, removable as
per requirement, all complete for
borewell of:
00900 CCL4001303 4.000 EA 214.35 857.40
200 mm dia Rs.TWO HUNDRED Rs.EIGHT
FOURTEEN & HUNDRED
PAISE FIFTY-SEVEN &
THIRTY-FIVE ONLY PAISE FORTY ONLY

00910 CCL40014XX
Providing and fixing M.S. clamp of

page 17
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

required dia to the top of casing/


housing pipe of tubewell as per IS:
2800 (part I), including necessary
bolts & nuts of required size
complete.
00920 CCL4001403 4.000 EA 1,177.48 4,709.92
200 mm clamp Rs.ONE THOUSAND Rs.FOUR
ONE HUNDRED THOUSAND SEVEN
SEVENTY-SEVEN & HUNDRED NINE &
PAISE PAISE
FORTY-EIGHT ONLY NINETY-TWO ONLY

00930 CCL40015XX
Providing and fixing Bail plug/ Bottom
plug of required dia to the
bottom of pipe assembly of tubewell as
per IS:2800 (part I).
00940 CCL4001503 4.000 EA 234.93 939.72
200 mm dia. Rs.TWO HUNDRED Rs.NINE HUNDRED
THIRTY-FOUR & THIRTY-NINE &
PAISE PAISE
NINETY-THREE SEVENTY-TWO ONLY
ONLY
00950 CME0500200 0.500 TO 25,551.09 12,775.55
FABRICATION AND ERECTION OF PIPE Rs.TWENTY-FIVE Rs.TWELVE
SUPPORT / PLATFORMS / THOUSAND FIVE THOUSAND SEVEN
DEVITS / STAIR CASE ETC. HUNDRED HUNDRED
The job includes getting the materials FIFTY-ONE & SEVENTY-FIVE &
issued, transportation to work PAISE NINE ONLY PAISE
site and handling at site, fabrication FIFTY-FIVE ONLY
at the required size and shape
using steel pipes, MS structural /
plates etc. by cutting, bevelling and
welding including fixing of MS gratings
/ chequered plates on platform
at all elevation by welding, bolting or
otherwise to existing members or
equipment. This also includes
fabrication and fixing of pipe clamps,
non-standard bolts etc. inclusive of
labour, consumables, tools and
tackles and materials required for
U-clamps, J-bolts etc. and applying
one coat of primer and two coats of
high built black bituminous paint
and complete in all respect as per
drawings, specifications and
instructions of the Engineer-in-Charge.

page 18
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

(Excluding cost of structural


steel).
00960 CCL1308100 50.000 EA 3.86 193.00
Lettering with black Japan paint of Rs.THREE & Rs.ONE HUNDRED
approved brand and manufacture PAISE NINETY-THREE
Note : Unit of measurement is EIGHTY-SIX ONLY ONLY
considered EACH which is equal to per
cm height per letter.
00970 CCL0902600 25.000 KG 106.54 2,663.50
Providing and fixing bolts including Rs.ONE HUNDRED Rs.TWO THOUSAND
nuts and washers complete. SIX & PAISE SIX HUNDRED
FIFTY-FOUR ONLY SIXTY-THREE &
PAISE FIFTY ONLY

00980 CCL17018XX
Cutting road and making good the same
including supply of extra
quantities of materials I.e. aggregate,
moorum screening, red bajri
and labour required.
00990 CCL1701801 2.000 M3 2,921.36 5,842.72
Bituminous portion Rs.TWO THOUSAND Rs.FIVE
NINE HUNDRED THOUSAND EIGHT
TWENTY-ONE & HUNDRED
PAISE FORTY-TWO &
THIRTY-SIX ONLY PAISE
SEVENTY-TWO ONLY
01000 CCL1701802 2.000 M3 1,769.09 3,538.18
Water bound macadam Rs.ONE THOUSAND Rs.THREE
SEVEN HUNDRED THOUSAND FIVE
SIXTY-NINE & HUNDRED
PAISE NINE ONLY THIRTY-EIGHT &
PAISE EIGHTEEN
ONLY

01010 CCL01032XX
Excavating trenches of required width
in all kind of soil for pipes, cables,
etc including excavation
for sockets, and dressing of sides,
ramming of bottoms, depth upto 1.5m
including getting out
the excavated soil, and then returning
the soil as required, in layers not
exceeding 20 cm in depth
including consolidating each deposited
layer by ramming, watering, etc. and
disposing of

page 19
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

surplus excavated soil as directed,


within a lead of 50 m.
01020 CCL0103202 100.000 M 286.92 28,692.00
Pipes, cables etc, exceeding 80 mm dia. Rs.TWO HUNDRED Rs.TWENTY-EIGHT
but not exceeding 300 mm dia. EIGHTY-SIX & THOUSAND SIX
PAISE HUNDRED
NINETY-TWO ONLY NINETY-TWO ONLY

01030 CCL21007XX
Providing and laying non-pressure NP2
class (light duty) R.C.C. pipes with
collers jointed with
stiff mixture of cement mortar in the
proportion of 1:2 (1 cement :2 fine
sand) including testing of
joints etc. complete :
01040 CCL2100703 10.000 M 510.90 5,109.00
250 mm dia. R.C.C. pipe Rs.FIVE HUNDRED Rs.FIVE
TEN & PAISE THOUSAND ONE
NINETY ONLY HUNDRED NINE
ONLY
01050 CCL2100704 20.000 M 540.71 10,814.20
300 mm dia. R.C.C. pipe Rs.FIVE HUNDRED Rs.TEN THOUSAND
FORTY & PAISE EIGHT HUNDRED
SEVENTY-ONE ONLY FOURTEEN &
PAISE TWENTY
ONLY
01060 CCL2100705 5.000 M 746.60 3,733.00
450 mm dia. R.C.C. pipe Rs.SEVEN Rs.THREE
HUNDRED THOUSAND SEVEN
FORTY-SIX & HUNDRED
PAISE SIXTY ONLY THIRTY-THREE
ONLY
01070 CCL2100706 5.000 M 964.55 4,822.75
500 mm dia. R.C.C. pipe Rs.NINE HUNDRED Rs.FOUR
SIXTY-FOUR & THOUSAND EIGHT
PAISE HUNDRED
FIFTY-FIVE ONLY TWENTY-TWO &
PAISE
SEVENTY-FIVE
ONLY

01080 CCL21027XX
Making connection of drain or sewer
line with existing manhole
including breaking into and making good
the walls, floors with cement
concrete 1:2:4 mix (1 cement : 2 coarse

page 20
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

sand : 4 graded stone


aggregate 20 mm nominal size) cement
plastered on both sides with
cement mortar 1:3 (1 cement : 3 coarse
sand) finished with a floating
coat of neat cement and making
necessary channels for the drain
etc. complete:
01090 CCL2102702 5.000 EA 578.34 2,891.70
For pipes 250 to 300 mm diameter Rs.FIVE HUNDRED Rs.TWO THOUSAND
SEVENTY-EIGHT & EIGHT HUNDRED
PAISE NINETY-ONE &
THIRTY-FOUR ONLY PAISE SEVENTY
ONLY
01100 CCL2102703 3.000 EA 836.11 2,508.33
For pipes 350 to 400 mm diameter Rs.EIGHT Rs.TWO THOUSAND
HUNDRED FIVE HUNDRED
THIRTY-SIX & EIGHT & PAISE
PAISE ELEVEN THIRTY-THREE
ONLY ONLY

01110 CCL21041XX
Providing and laying Non Pressure NP-3
class (Medium duty) R.C.C. Pipes
including collars/spigot jointed with
stiff mixture of cement mortar in
the proportion of 1:2 (1 cement : 2
fine sand) including testing of
joints etc. Complete.
01120 CCL2104102 10.000 M 2,397.65 23,976.50
600 mm dia. R.C.C. pipe Rs.TWO THOUSAND Rs.TWENTY-THREE
THREE HUNDRED THOUSAND NINE
NINETY-SEVEN & HUNDRED
PAISE SEVENTY-SIX &
SIXTY-FIVE ONLY PAISE FIFTY ONLY

01130 CCL21025XX
Providing and fixing in position
precast R.C.C. manhole cover and
frame of required shape and approved
quality.
01140 CCL2102501 5.000 EA 1,012.04 5,060.20
Rectangular shape 600x 450 mm internal Rs.ONE THOUSAND Rs.FIVE
dimensions (L.D- 2.5) TWELVE & PAISE THOUSAND SIXTY
FOUR ONLY & PAISE TWENTY
ONLY

page 21
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

01150
Providing and fixing/installation of
anchore fastner of HILTI make or
equivalent by drilling in RCC with all
tools,tackles, labour etc
complete in all respect as per
direction of EIC
01160 10.000 EA 124.84 1,248.40
HST M12x115MM (371587) Rs.ONE HUNDRED Rs.ONE THOUSAND
TWENTY-FOUR & TWO HUNDRED
PAISE FORTY-EIGHT &
EIGHTY-FOUR ONLY PAISE FORTY ONLY
01170 50.000 EA 279.78 13,989.00
HST M16x140MM (371593) Rs.TWO HUNDRED Rs.THIRTEEN
SEVENTY-NINE & THOUSAND NINE
PAISE HUNDRED
SEVENTY-EIGHT EIGHTY-NINE ONLY
ONLY
01180 15.000 M2 5,337.40 80,061.00
Charges for cutting existing large Rs.FIVE Rs.EIGHTY
sections of heavy redundant RCC THOUSAND THREE THOUSAND
foundations/RCC pavements,floors,roof HUNDRED SIXTY-ONE ONLY
slab,colums,beams etc. including THIRTY-SEVEN &
reinforcement using diamond wire saw/ PAISE FORTY ONLY
diamond floor saw /core cutter
cutting machines of ( CEDIMA/HILTI
MAKE) with all other field
equipments, diamond wire ,floor
saw/wire saw/core cutter machine tools
& tackles.manpower,consumable materials
,Safety appliances complete
inclusive of all taxes and
duties,Transportation/disposal of cut
concrete blocks using hydra /trailor /
Crane of required capacity etc.
to a designated place upto 3KM lead and
or as per the direction of
Engineer-in-charge. Only water sources,
power for operating the machine
shall be provided free of cost by the
owner,vendor has to make his own
arrangement for taking water and power
connections from the source and
as directed by the engineer-in-charge.

01190
Providing and fixing on wall face /
Over ground

page 22
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

unplasticised -Rigid PVC rain


waterpipes conforming to IS: 13592 Type
A / IS 4985 Class 1 including jointing
with seal ring
conforming to IS: 5382 leaving 10mm gap
for thermal expansion. (Item includes
Supply
Fitting ,fixing and erection of PVC
pipes and accessories as per
instruction of
Engineer in chrage . Labour Chrages for
fixing &
Accessories will be paid seperately)
01200 170.000 M 360.28 61,247.60
160mm diameter single socketed pipes as Rs.THREE Rs.SIXTY-ONE
per IS: 13592 TypeA HUNDRED SIXTY & THOUSAND TWO
PAISE HUNDRED
TWENTY-EIGHT FORTY-SEVEN &
ONLY PAISE SIXTY ONLY

01210
"Providing and fixing on wall face
unplasticised-PVC
moulded fittings / accessories for
unplasticised-Rigid PVC rain water
pipes conforming to IS:13592 Type A /
IS 4985 Class 1
including jointing with seal
ring conforming IS: 5382 leaving 10mm
gap for thermal expansion.
"
01220 10.000 EA 207.85 2,078.50
Supplying 160 mm dia bend Rs.TWO HUNDRED Rs.TWO THOUSAND
SEVEN & PAISE SEVENTY-EIGHT &
EIGHTY-FIVE ONLY PAISE FIFTY ONLY
01230 50.000 EA 381.06 19,053.00
Supplying Tee-110mmx160mm Rs.THREE Rs.NINETEEN
HUNDRED THOUSAND
EIGHTY-ONE & FIFTY-THREE ONLY
PAISE SIX ONLY

01240
"Providing and fixing unplasticised-PVC
pipe clips of approved design to
unplasticised-PVC rain water pipes by
means of 50x50x50mm hard wood plugs,
screwed with M.S. screws of required
lengthincluding cutting brick work and

page 23
Tendor No.: MRCC18M029

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

fixing in cement mortar 1:4 ( 1cement :


4 coarse sand ) and making good the
wall etc. complete.
"
01250 170.000 EA 110.86 18,846.20
"160 mm dia" Rs.ONE HUNDRED Rs.EIGHTEEN
TEN & PAISE THOUSAND EIGHT
EIGHTY-SIX ONLY HUNDRED
FORTY-SIX &
PAISE TWENTY
ONLY

01260
Labour charge for piping work (pipe
supply will be done against another
item)
01270 170.000 M 45.04 7,656.80
Labour charges for fixing 160 mm pipe Rs.FORTY-FIVE & Rs.SEVEN
& accessories PAISE FOUR ONLY THOUSAND SIX
HUNDRED
FIFTY-SIX &
PAISE EIGHTY
ONLY
Total Value of item 00010 (Rs.): 1,210,229.69
Rs.TWELVE LAC TEN THOUSAND TWO HUNDRED TWENTY-NINE & PAISE SIXTY-NINE ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 1,210,229.69
Rs.TWELVE LAC TEN THOUSAND TWO HUNDRED TWENTY-NINE & PAISE
SIXTY-NINE ONLY

page 24
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 year from the
15298 ( part -2) : stationary like Chemical date of first
burns , use of the
object.
a) size; electrical shoe .
 Striking by flash, welding  sign of crack /
b) manufacturer’s
moving object spark and heat damage .
identification mark;
c) Year of manufacture and  Stepping on radiation
at least quarter; hot object  Not suitable if  Excessive wear
d) License No ( CM/L)  Stepping on it is necessary
e) IS Mark to minimise
sharp object  As per
electrostatic
A Typical specimen of marking.  Penetration Manufactures
Category of Safety Shoe charges in the
(S3 category) recommendat
shortest
ions.
 Water possible time .
Category of Safety shoe
penetration  Not suitable
(S1,S2,S3 etc) as required as for work in
and
per Table 16 of IS 15298 (part explosive work
absorption.
2) : 2011 area.
(S2 & S3
S1 : Closed seat region, category)
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
to be used for rescue  On the full body harness, a damage rescue for cuts,
or tower climbing pictogram to indicate that users tears,
shall read the information supplied  slightly opens the  After accidental excessive
by the manufacturer. breathing way. fall & before wear and
safety harness damages
 Prevents from
becoming
colliding with the
effective, the  If in
ground or structure
person should not doubt
in case of a fall.
strike ground / “Throw it
object. (Prevent Out”
 A capital letter “A” at each fall  Antistatic risk of bottoming
arrest attachment element; characteristics  As per
out)
 The model/type identification mark Manufact
of the full body harness; ures
 The number of this European recomme
Standard, i.e. EN 361. SAFETY BELT NOT ndations
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
Following marking to be ensured in case of IS
-II)  Keeping body lanyard is not way
marked full body Harness.
upright. properly
 The name, trade-mark or other means of  Prevent the designed.  Webbing and
identification of the manufacturer or the neck damage  There should be rope for cuts,
supplier who is responsible for acting on behalf  slightly opens proper tears,
of the manufacturer for claiming compliance the breathing arrangement excessive wear
with this standard; way. for rescue and damages
 Manufacturer’s product identification  Prevents from  After
accidental fall  If in doubt
information that shall include the colliding with
& before safety “Throw it Out”
manufacturer’s batch or serial number that the ground or
enables the origin of the item to be traced; structure in harness
 As per
 The year of manufacture; The identity of the case of a fall. becoming
Manufactures
fibre used as the material of construction; effective, the
recommendati
 Information that states by appropriate means person should
ons
the intended purpose of each attachment not strike
element ground /
and to identify specifically those attachment object.
elements that are designed to be used as part of (Prevent risk of
a complete fall arrest system; and bottoming out)
 Warning for not to deviate from the
manufacturer’s instructions.  SAFETY BELT
A Typical specimen of NOT TO BE
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
Material used recommended
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 fall.
not properly
at one end and life line at other a) On the energy absorber, a pictogram to  As per
end designed.
indicate that users shall read the manufactur
 Must if full body harness  There should be es
information supplied by the
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
marking b) the maximum length allowed of the
effective, the
energy absorber including lanyard;
c) the model/type identification mark of person should
Model / Type and the energy absorber; not strike
identification mark d) the number of this European Standard, ground /
i.e. EN 355. object.
Year of manufacturing (Prevent risk of
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 properly
EN 365 and, in addition, shall include at far enough
designed.
least the following: to reach the  If in doubt “Throw it Out”
 The restraint  To ensure
edge but not 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:
connection points are
immediately grabs on with the given not  If in doubt “Throw it Out”
 Means of identification, e.g.
the line in the event manufacturer’s name, supplier’s rope grab properly
of a fall , there by name, or trademark; provides designed.  Coloured tracer strand
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 damage .
and shall have  Penetration the 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  As per
quarter of bare 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.
 Penetration resistance cryogenic is not apparent
 Impact or  As per
 The helmets may also be marked with
the ISI Certification corrosive Manufactures
 Mark. The above protection shall be within the liquid , recommendati
limitations of various test as stipulated in flying hot ons
A Typical specimen of marking IS 2925 /EN-397. particles
Marking for Optional test as per EN 397 as like For cleaning,
Name of chipping, maintenance or
per clause no 7.2.2. disinfection, use
manufactures welding, only substances (
Each helmet shall carry moulded or direct fire No Solvent) that
impressed marking or shall carry a durable hazard, have no adverse
self-adhesive label stating the optional effect on the
ISI Mark contact helmet and are
requirements complied with, as follows: with bare not known to be
Optional requirement Marking/Label likely to have any
live
 Very low temperature – 20 °C or – 30 electrical adverse effect
°C as appropriate upon the wearer,
Size conductor when applied in
 Very high temperature + 150 °C accordance with
 Electrical insulation 440 V a.c. the
 Lateral deformation LD manufacturer’s
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
Pressure on both the shell and the harness;
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 I) Helmet as


per IS and EN
 Please refer (I) on page 12 &13 Please refer (I) on
page 12 &13.
Involving
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
marking : spark and heat radiation of 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  Achieving date of
A Typical specimen of manufacturer's/authorized obsolescence
marking representative's range);
c) Size designation;  As per Manufactures
Name of Manufacture recommendations
d) Date of obsolescence a if
CE Marking applicable per clause 7.2.3

Size e) Pictogram (s) appropriate WARNING If you work


to the standards with moving machine
EN Number and accompanied by the parts, choosing a glove
pictograms reference of the applicable that is the right size and
standards and performance made from a less durable
EN Pictogram levels which shall always be material is vital, since
in the same fixed sequence the glove easily tears
as defined in the apart if you get caught in
corresponding standard 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
b) The type and nominal size IMPORTANT All gloves must be
of the gloves; thrown away (in the hazardous waste
bin if required) no more than 8 hours
C) Year of manufacture; and after initial contact with the
chemical.
d) Where applicable, the
words ‘light mass’, ‘medium
mass’, or ‘heavy mass ‘ WARNING If you work with moving
machine parts, choosing a glove
The gloves may also be
that is the right size and made
marked with the Standard
Mark. from a less durable material is
vital, since the glove easily tears
Light Abrasion ix of table 2 apart if you get caught in the
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
exposure as per of Industrial Application In addition to hearing
representative; & 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
Check the NRR (Noise Reduction
110 0.30 A Typical specimen of
115 0.15 or marking Rating,) to ensure noise
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 A Typical specimen of marking

Name of
Manufacture

3. Apron / instructions shall have


Size following pictogram indicating the
intended purpose . ( Table E-2 of
CE marking EN 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
quarter; resistance ive  Sign of
d) License No ( CM/L) work crack /
e) IS Mark area. damage
 Excessive
Or wear
A Typical specimen of marking.  As per
 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 should not be of the
welding lens
 polypropylene Impact Resistance Shell used goggles .
allows clear
conform to EN 175 F view while independently.  sign of
 The welding shield shall be CE marked restricting crack /
harmful dust However damage
 Marking on protective shall be fully
particles. welding helmets on lenses
visible 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
II) Welding Helmet with welding  Protective lens made of clear high ures
Shield (B) impact resistant. polycarbonate recomme
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  On contaminated with
Contd. ISO 11611 & shall have skin burns insulation layers will be flammable material.
the following markings :  caused by required where there is an 
sparks, increased risk of electric  Manufacturers shall
 classification: :
spatter, or shock; garments meeting the include the
 Class 1: the number and
radiation requirements of clause of en information that
year of this International ISO 11611 ( 6.10) 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
voltages up to approximately recommendations.
1” and the indication “A1”
100 V d.c. After cleaning, the
or “A1 + A2” as
 any identified hazards against clothing shall be
appropriate for Limited which the clothing is visually inspected for
Flame Spread; 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-
contact); for protective like symptoms, UVB is
followed by the graphical
clothing, a warning that penetrating.
symbol shown in Figure 1 additional partial body  In either case, the
and the indication “Class protection may be required, garment should be
2” and the indication “A1” e.g. for welding overhead; repaired (if
A Typical specimen or “A1 + A2” as practicable) or
of marking appropriate; garments replaced and
conforming to Class 2 shall consideration given to
meet Class 2 for all the use of additional,
more resistant,
EN ISO Number performance
protective layers in
requirements; future.
 instructions for cleaning
shall be marked (e.g. on a  As per Manufactures
Class marking label). 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

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

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) on page 20 Please refer (IV)
on page 20

IV) Electrical Gloves


 Please refer (II) on page 37 Please refer (IV)
on page 37

50 | P a g e

You might also like