Download as pdf or txt
Download as pdf or txt
You are on page 1of 61

Tender no.

: CPCLV24177

CHENNAI PETROLEUM CORPORATION LIMITED


(A Government of India Enterprise and Group company of IOCL)

Manali, Chennai - 600 068,


Tamil Nadu, India.

CONTRACTS

TENDER DOCUMENT

FOR

ANNUAL RATE CONTRACT (ARC) FOR


ONLINE LEAK SEALING / ARRESTING OF
LEAKS BY SUPPLYING OF SUITABLE
SPECIAL CLAMP AND APPLICATION OF
SUITABLE SEALANT AT CPCL, MANALI

Tender Document No.: CPCLV24177

TECHNO-COMMERCIAL BID (PART- A)

Page 1 of 61
Tender no. : CPCLV24177

Annexure E

Document / details to be submitted by Bidder

1. EMD Instrument
a. Details of online transfer of EMD.
b. Scan copy of Bank guarantee (Bidder shall be required to present their
original documents to the tender inviting authority within a period of 7
days from the date of opening of Tender)
c. Udyam Registration Certificate.
2. Annexure A - Integrity Pact.
3. Work Orders along with Schedule of Rates and Completion Certificate as
mentioned in NIT.
4. Documents in support of Technical Pre-qualification criteria as mentioned
in NIT.
5. Annual Turn-Over (ATO) (Profit and Loss Account and Audited Balance
Sheet) Document of last three previous years including networth details
as mentioned in NIT.
6. Copy of Provident Fund (PF) Code allotment letter.
7. Copy of Employee State Insurance (ESI) Code allotment letter OR
Annexure-I for ESI Code.
8. Copy of Permanent Account Number (PAN) Card.
9. Income Tax Returns acknowledgement for last 3 years.
10. Valid legal Authorization document (Power of Attorney) in favour of
signatory to tender.
11. Format A – Declaration of tender acceptance
12. Format B - Information about Bidders
13. Format C - Schedule of deviation
14. Format D – Prequalification details submitted by bidder
15. Format E - Declaration for confidentiality clause w.r.t compliance with
CPCL’s insider trading code
16. Format F – IT declaration

Page 2 of 61
Tender no. : CPCLV24177

17. Format G - Compliance with the government order on procurement from


bidders from countries sharing land border with India (with selection of
applicable option)
18. Format H1 - Declaration of Local Content (with selection of applicable
option)
19. Format I – ESI declaration
20. Appendix IIA - Declaration of Black Listing / Holiday Listing
21. CPCL vendor code
a. If bidder is not having CPCL vendor code, then following
documents to be submitted
b. Copy of GST registration certificate
c. Format J Bank details
d. Certificate of incorporation
22. Other documents as mentioned in SCC, if any
23. MSE bidder details (if applicable)

Page 3 of 61
Tender no. : CPCLV24177

INDEX
S.No Description Page No.
Wrapper Sheet 1
Documents to be submitted by bidder 2
1 Index 4
2 Notice Inviting Tender 6
3 Contract Duration 14
4 Payment terms 15
5 Evaluation methodology 16
6 Special conditions of contract - Technical 18
7 Schedule of rates 56
Standard document (SCC and formats) (attached as (Total 134
a separate document comprising of following) pages)
a Special Conditions of Contract for Tendering 3
b Special Conditions of Contract for Execution 10
c Conciliation Rules 2018 40
d Safety
d.1  Penalty towards non compliance to safety 58
d.2  Contractor safety guidelines 60
f Formats
Format A Declaration for Acceptance of Tender Document 96
Format B Information about bidders 97
Format C Schedule of deviation 98
Format D Prequalification details submitted by bidder 99
Format E Declaration for confidentiality clause w.r.t compliance 102
with CPCL’s insider trading code
Format F Declaration for the purpose of Section 206AB & 104
206CCA of Income-tax Act, 1961
Format G Compliance with the government order on 106
procurement from bidders from countries sharing land
border with India
Format H1 Declaration of Local Content (for jobs upto Rs. 10 cr) 109
Format H2 Declaration of Local Content (for jobs above Rs. 10 cr) 110
Format I Declaration for independent ESI 112
Format J Consent Letter Format for E-Payment 113
Format K Declaration regarding submission of single bid 115
Annexure A Integrity Pact R2 116
Annexure B Reverse auction in e-tender portal 126
Annexure C Reverse auction in GeMr portal 127

Page 4 of 61
Tender no. : CPCLV24177

Annexure F GOI procurement poicies 132


Annexure K MSE bidder details 134
Annexure L TreDs 135
General conditions of contract (attached as a Total 103
separate document comprising of following) pages
1. Definition of Terms 2
2. Instructions to Bidders (ITB) 4
3. Interpretation of Contract Documents 14
4. Security Deposit 16
5. Changes in Scope of Work / Quantities 18
6. Materials and Facilities 25
7. Performance of Works 31
8. Inspection and Testing 41
9. Measurements and Payment 48
10. Taxes, Labour Laws and Insurance 57
11. Termination 63
12. Arbitration 68
13. Safety Regulations 70
14. General 80
Appendices (content detailed below) 81
I Submission of Tender 82
II Information of Tenderer 85
II-A Declaration of Black Listing / Holiday Listing 86
III Details of Past Experience 87
IV Details of Equipment Proposed to be used for 88
the Tendered Work
V Details of Concurrent Commitments 89
VI Bank Guarantee for Earnest Money Deposit 90
VII Agreement 92
VIII Bank Guarantee for Initial Security Deposit 95
IX Bank Guarantee for Security Deposit 98
X Indenture for Secured Advance 100
XI Indemnity Bond 103

Page 5 of 61
Tender no. : CPCLV24177

Chennai Petroleum Corporation Limited


(A Government of India Enterprise and Group company of IOCL)

Notice Inviting Tender

M & C - Contracts
Bids are invited in Two-Bid System [Part-A Techno Commercial Part; and Part-B Priced
Part on behalf of Chennai Petroleum Corporation Limited (CPCL) for subject work in the
form of electronic mode.
1. Tender website https://gem.gov.in/
2. Tender No. CPCLV24177
DOMESTIC BIDDING
3. Type of Bid
Two Bid System
Annual Rate Contract (ARC) for online
leak sealing / arresting of leaks by
4. Name of Work supplying of suitable special clamp and
application of suitable sealant at CPCL,
Manali
5. Time Schedule Three (3) Years
6. Tender download schedule 14 days as per GeM portal
7. Pre-Bid Meeting Applicable
8. Bid Submission 14 days as per GeM portal
9. Techno-commercial Tender 14 days as per GeM portal or at a later
opening date date / time convenient thereafter.
10. Earnest Money Deposit (EMD) ₹ 1,92,000.00
Applicable to
 Micro & Small Enterprises (MSE) having
udyam registration certificate
11. EMD exemption
 CPSU
 Exemption as per GeM GTC (for GeM
tenders)
12. Pre-qualification Criteria(PQC):
Bidder’s audited annual
financial turnover during any
12.1. one of the preceding 3 (three) ₹ 38.43 lakhs
financial years viz. 2020-21,
2021-22 & 2022-23 be at least
Net worth for the last audited
12.2. should not be negative.
financial year (2022-23).

Page 6 of 61
Tender no. : CPCLV24177

1 similar successfully completed work


costing not less than ₹ 27.14 lakhs / year
OR
2 similar successfully completed works
each costing not less than ₹ 21.71 lakhs /
Prequalification- work
year
experience criteria as per OR
12.3. similar nature of work defined 3 similar successfully completed works
at S.No.12.4 each costing not less than ₹ 16.29 lakhs /
year
during the last Five (5) years, period
reckoned prior to 30.04.2024
(The above value of completed works is
exclusive of GST).
Online Leak Arresting work(s) in process
Piping, in any Petroleum Refinery (or)
Similar nature of job is defined
12.4. Petrochemical industry (or) Fertilizers (or)
as
Oil & Gas processing industry (or) Power
Plant in India
12.5. Nature of job ARC (Annual Rate Contract)
Additional Technical
12.6. Not applicable
Requirement
• PF (Provident Fund) registration
• ESI (Employee State Insurance)
registration
Other documentation
13. • PAN card
requirements
• Certificate of Incorporation/ Partnership
deed/ Proprietor ship affidavit.
• GST Registration Certificate
Deputy General Manager (Contracts)
CPCL, Manali
13.1. Tender Inviting Authority Chennai
Phone :044-2594 4180
e-mail: kanagarajg@cpcl.co.in
Phone: 044 2594 4146 / 044 - 2594 4249
13.2. Alternate contact details e-mail: kselvam@cpcl.co.in /
avyshnavi@cpcl.co.in
14. Integrity Pact Agreement Applicable (Refer Annexure-A)
15. Criticality of work Critical
16. PQ relaxation to startups Not applicable
17. Splitability Applicable
Job category: (Service / Works
18. Service Contract
contract)

Page 7 of 61
Tender no. : CPCLV24177

19. Reverse Auction Applicable (Refer Annexure-C)


Minimum Local Content More than or equal to 20%
20. required as per Make In India (Class I and Class II Local Bidders are
Policy eligible for participation)
Only class I local suppliers are eligible for
MII (Make in India) purchase preference.
Only Micro & Small category (MSE)
bidders are eligible for MSE purchase
preference, as per GOI (govt. of India)
Purchase Preference policy.
21.
Category Note: To avail purchase preference, bidder
shall have to select appropriate option in
GeM portal and upload relevant document
in the specified location while submitting
their offer. Else, preference will not be
enabled in GeM portal. Visit GeM portal for
more details
Shri. S. Sadagopan,
Chief General Manager
(Logistics&Projects)
Chennai Petroleum Corporation Limited
536, Anna Salai, Teynampet,
Name of the Coordinator of the
22. Chennai-600 018
Grievance Redressal Cell:
Telephone No: 044-25941192
Mail id: ssadagopan@cpcl.co.in

For details, refer Cl.No.3.1.13 of Special


Conditions of contract for tendering
Shri Pidatala Sridhar IRS (Retd.)
Flat 2C, Kanaka Lakshmi Apartments
3-6-467 &. 468, Street number 6,
Himayatnagar, Hyderabad 500029
Mobile No.91-8762302646
Email id: sridharpidatala@gmail.com
23. Independent External Monitors Shri Girraj Prasad Gupta, ICAS (Retd.)
E-94, First Floor, GK 1
New Delhi – 110 048
Mobile No.91-9868266056
Email id: gpgupta1804@gmail.com
For details, refer Annexure A (Integrity
Pact)
24. Additional points Nil

Deputy General Manager (Contracts)

Page 8 of 61
Tender no. : CPCLV24177

Notes:
1) 2 bid system: Documents for Part-A for Techno-Commercial portion and Part-B for
Price portion comprising of “Schedule of rates (or) bill of quantities (BOQ)” shall be
uploaded tender website mentioned in the NIT within the due date and time of
submission
2) EMD:
a) Tenders without Earnest Money are liable to be rejected.
b) In all type of tenders, Central PSU, are exempted from submission of EMD. EMD
exemption to Micro & Small Enterprises (MSE) bidders having valid Udyam
Registration certificate is allowed only for Service contract and not for Works
contract.
c) EMD must be submitted online by Indian bidders.
d) EMD can be submitted in the form of Demand Draft shall be drawn in favour of
Chennai Petroleum Corporation Limited, payable at Chennai. EMD in the form of
Demand draft is NOT ACCEPTABLE.
e) Payment through online transfer to CPCL A/c No.: 10130459267 of Chennai
Petroleum Corporation Limited, State Bank of India, CAG branch, Chennai, IFSC:
SBIN0009999 is acceptable.
f) EMD can also be paid to CPCL account using QR code or UPI as detailed below

g) The Bidder shall specify the tender number in the subject text during the online

Page 9 of 61
Tender no. : CPCLV24177

transfer of the amount to CPCL account for co-relation.


h) Further, the Bidder shall provide a letter to CPCL specifying the following details
along with their bids.
 CPCL Tender/Enquiry No.,
 UTR number/RTGS / UPI transaction id,
 Amount of EMD and
 Date of Receipt / transaction
i) BG in prescribed format from a scheduled bank is acceptable provided EMD
amount is not less than Rupees One Lac.
j) The BG shall be issued by a Scheduled Commercial Bank located in India. BG
issued by an International bank situated in India and registered with Reserve Bank
of India is acceptable. BG issued by a Foreign Bank not situated in India shall be
counter-guaranteed by their branch in India or a scheduled commercial bank.
k) Wherever applicable, scanned copy of EMD Instrument (i.e. B.G /Udyam
Registration certificate/DIPP certificate.) must be uploaded along with offer &
original of BG should reach to the office of tender issuing authority in sealed
envelope super-scribing tender name, tender number, date of opening and
bidder’s name, preferably before the deadline of submission but not later than 7
(seven) days from tender opening date.
l) CPCL is registered with NeSL (National e-Governance Services Ltd) platform for
acceptance of e-BG and CPCL entity ID is AAACM4392C. Hence, e-BG is also
acceptable and the guidelines as mentioned for physical BG is applicable for e-
BG.
m) Structured Financial Messaging System (SFMS) is a platform where details of BGs
can be electronically transmitted by the issuing bank to another bank, which in turn
would confirm to beneficiary on the issuance and genuineness of the BG. In case
bidder opts to submit EMD in the form of BG, then the following shall be complied
with:

In addition to receipt of the BGs directly by CPCL from the issuing bank, the bidder
shall make a request to the BG issuing bank or branch to transmit the BG details
through SFMS (MT 760) to the following CPCL banker and the beneficiary being
“Chennai Petroleum Corporation Limited”:

State Bank of India, Corporate Accounts Group Branch, Chennai, Tamilnadu.


IFSC: SBIN0009999

The BG would be reckoned by CPCL only on formation of receipt of SFMS by


CPCL branch, SBI CAG Branch, Chennai
3) Pre qualification – Financial criteria
a) Bidder shall submit either Audited Annual Financial Turnover Report (Profit & Loss
Statements and Balance Sheets) (or) a Certificate from Charted Accountant with
UDIN duly certifying the Audited Annual Financial Turnover of the company and
Net Worth
b) ATO document must contain the Name, Signature and membership no. of Charted

Page 10 of 61
Tender no. : CPCLV24177

Accountant. In case Audited certificates/ Balance Sheet/ Profit& Loss account


statement are issued by any Auditor/Chartered Accountant then it should bear
UDIN (Unique Document Identification Number) for such reports of FY 2020-21
onwards.
c) Net worth to be calculated based on: Reserve + Capital – Loss
4) Pre-qualification –Experience Criteria:
a) For fulfilling the experience criteria against work order(s) following documents may
be considered as valid proof for meeting the criteria: Purchase/ Work Order copy
with Schedule of Rates/ Scope of Works.
b) Satisfactory Completion certificate by client with executed value, date of
completion of the job and reference work order number. In case executed value is
not mentioned in the completion certificate issued by the client, work order value
with amendments, if any, shall be considered for the purpose of evaluation.
c) For evaluation of PQ Criteria, the past contract value of the bidders shall be
multiplied by a correction factor for each completed year as given below:
No. of completed years Correction factor
One (1) 1.07
Two (2) 1.15
Three (3) 1.23
Four (4) 1.31
d) In case the executed value of job is more than work order value and bidder claims
for meeting the PQC requirement on the basis of executed value then it is the
responsibility of the bidder to submit the documentary evidence of final executed
value (such as copy of final bill, executed value mentioned in completion
certificate) along with his bid.
e) If the documentary evidence of executed value is submitted by the bidder along
with his bid then the work order value or executed value, whichever is higher, shall
be considered for meeting PQC requirement and his offer will be evaluated
accordingly. If no documentary evidence is submitted by the bidder for the
Completion value, then his offer will be considered on the basis of the work order
value of successfully completed work. However, certificate for successfully
completion of the job is mandatory.
f) The amount considered for meeting the experience criteria of PQC shall be
exclusive of Service Tax/GST. In case the value of job submitted by the bidder
does not have clarity with regard to inclusion/exclusion of Service tax/GST, the
amount appearing in the certificate shall be considered inclusive of tax and shall
be evaluated accordingly.
g) In case of Sub contract works, the bidder is also required to submit a Certificate
from the end user / Owner / Consultant of the Owner stating that the main
contractor has intimated them about the engagement of sub-contracting OR have
been allowed/ permitted as a sub-contractor
h) The completion date of work order should fall within the qualifying period

Page 11 of 61
Tender no. : CPCLV24177

(irrespective of work order issue date and date of commencement of work).


i) In case of foreign bidders, if the value indicated is in currency other than USD the
same shall be converted in equivalent USD considering the conversion rate as on
the date of issue of the reference order(s) based on SBI bill selling rate
j) For ARC nature of tender:
i) For ARC nature of job, the bid evaluation criteria shall be based on annualized
executed value of work order, where work order time period is more than 1
year. In case executed value is not mentioned in completion certificate, then
Work Order value shall be considered for evaluation purpose.
ii) ARC jobs successfully completed by the bidder for originally awarded /
extended period of such ARC shall be considered as completed work even
though such ARC is under execution on account of extension
5) Power of Attorney in favour of person authorized to submit the bid.
a) In case of Proprietary Concern – Duly notorised affidavit to be submitted
b) If the bid is submitted by person other than proprietor, POA authorizing the person
to submit bid on behalf of the concern
c) In case of Company – Certified copy of Board Resolution authorizing the
person submitting the bid on behalf of the company
d) In case of Partnership Firm / LLP POA along with Deed of Partnership / LLP
Agreement
e) In case of Co- Operative Society-Copy of resolution passed as per Society Rules
6) General:
a) Offer from following types of bidder will not be accepted
i) Who are in the Holiday / Negative list of CPCL or its Administrative Ministry,
MoPNG.
ii) Who are under liquidation, court receivership or similar proceedings.
iii) Consultant or their subsidiary Company or companies under the management
of consultant for execution of the same project for which they are working as
consultant.
iv) Bidder(s) who are undergoing insolvency resolution process or liquidation or
bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code).
v) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy
proceeding is initiated under the Code at any stage of evaluation of the bid.”
vi) Offer from Joint Bidders / Consortium will not be acceptable unless stated
otherwise elsewhere in the tender document.
b) The offers with incomplete /irrelevant documents or anomalies are liable to be
rejected without any communication. Hence, bidders are advised to take utmost
care while uploading their prequalification documents.
c) Relevant supporting documents towards other requirements specified are also to
be uploaded along with Techno- commercial bid failing which bid is liable for
rejection.
d) Submission of authentic documents is the prime responsibility of the bidder.
Wherever CPCL has concern or apprehension regarding the authenticity/

Page 12 of 61
Tender no. : CPCLV24177

correctness of any document, CPCL reserves the right to get the documents
verified from issuing authority/any relevant source. If documents (part or full) are
found forged, such offers will be summarily rejected and EMD will be forfeited and
may be debarred from future tenders.
e) Bidders are to quote their most competitive rates. Negotiations will not be
conducted with the bidders as a matter of routine. However, Owner reserves the
right to conduct negotiations.
f) In case, any bidder or a foreign bidder submits any of the Pre Qualification
supporting documents in any language other than English, then it will be the
responsibility of such foreign bidder to also provide the English translation copy of
the same duly certified, stamped and signed by their Local Chamber of
Commerce/ Notary.
g) Any Addendum/Corrigendum/Sale date extension in respect of above Tender
shall be issued on tender website only and no separate notification shall be
issued in the press. Bidders are therefore requested to regularly visit tender
website to keep themselves updated. Failure of Bidder to submit tender without
taking cognizance of Corrigendum / Amendment (if any) issued by CPCL shall
make bid liable for rejection.
h) Bidder cannot make any claim against CPCL towards its expense incurred in
connection with the preparation and delivery of their bids, site visit, participating in
the discussion and other expenses incurred during bidding process.
i) Canvassing in any form by the bidder himself or by any other agency on their
behalf may lead to disqualification of their bid.
j) Submission of tender document by itself shall not amount to pre-qualification or
entitle the agency to participate in the bidding
k) CPCL reserves the right to reject any or all of the tenders or any parts of the tender
so received and may cancel the tender in part or full, extend the due date of
Tender submission etc. without assigning any reason.
l) CPCL reserves the right to complete the evaluation based on the details furnished
by the bidder, with or without seeking any additional supporting documents /
clarifications.
m) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless
mentioned otherwise.

***********************

Page 13 of 61
Tender no. : CPCLV24177

CONTRACT DURATION

Name of Work Completion time

Annual Rate Contract (ARC) for online leak sealing Three (3) Years
/ arresting of leaks by supplying of suitable special
clamp and application of suitable sealant at CPCL,
Manali

Note: Refer to Special conditions of contract – Technical for further details.

***********************

Page 14 of 61
Tender no. : CPCLV24177

PAYMENT TERMS

Refer to Special conditions of contract – Technical for further details.

***********************

Page 15 of 61
Tender no. : CPCLV24177

Evaluation methodology

1. The bids shall be evaluated on inclusive of GST basis.

2. The total estimated rates and the estimated rates along with break-up of rates of
each item are mentioned in SOR.

3. Bidders shall quote only Lumpsum rates for the total estimated rates (including
GST) as detailed in the SOR/BOQ. The percentage arrived from the overall
Lumpsum value quoted by the bidders will be evenly applicable to all the individual
items of SOR.

4. The quantity in this tender is Splittable as per Group. However, the quantity within
each of the group is not-splittable.

4.1 The entire scope of work will be split into Two (2) areas and the same are proposed
to be awarded to Two (2) different Bidders, as detailed below:

Proposed percentage
Ascending order
(approximately) of
Location Group of the quoted
contract value to be
values*
awarded (%)
Group-1 50.35 L1
CPCL
Group-2 49.65 L2
* L1 to L2 minimum to maximum of quoted value.

4.2 Step 1: Group-1 will be awarded to the L1 bidder, after price negotiations, if
required.

4.3 Step 2: L2 bidder will be requested to match the percentage finally agreed by the
L1 bidder. In case, if L2 bidder does not agree to match the finally agreed
percentage of the L1 bidder, then the bidders in the ascending order of their quoted
percentages (i.e. L3, L4, L5, etc.) will be requested to match the percentage finally
agreed by the L1 bidder. Group-2 will be awarded to the bidder who agrees to
match the finally agreed percentage of L1 bidder.

4.4 Step 3: In case, any of the Group is not awardable, then the left over Group(s) will
be re-floated.

5. MSME bidders shall register in the Udyam Registration portal and submit the copy
of the same for exemption of EMD / Purchase Preference as applicable. All the
existing SC / ST bidders shall submit the certificate issued by District Authorities in
addition to MSE registration certificate. Women MSE bidders shall also submit the
proof for women MSE enterprises.

6. Work will be awarded to the overall lowest bidder, subject to compliance of MSE &
Public Procurement Policies (PPP) of GoI attached herewith

Page 16 of 61
Tender no. : CPCLV24177

7. If there is any reduction in quoted Lump sum value during Reverse Auction /
Negotiation as applicable, then the reduction in Lump-sum value from the quoted
Lump sum value will be converted into percentage and the same will be evenly
applicable to the individual items of break-up provided by the respective bidder.

8. In case, more than one bidder quotes the same percentage (TIE), lowest bidder
will be selected as detailed in GeM portal.

***********************

Page 17 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

SCOPE OF WORK
JOB DESCRIPTION:

The scope of this work envisages rate contract for Design, Procuring Raw Materials,
Fabrication, Machining, supply & fixing of special irregular shape clamps with
fasteners for On-line sealing and arresting of leakages on branch pipe, pipe fittings,
valves and equipment etc. by the standard procedures and any other location as
decided by E-I-C, to arrest leaks so as to complete the job in all respects to the entire
satisfaction of EIC at REF-1&2, LEB, DHDS, RESID, SRU, BS-VI (GDS), BS-VI (SRU, ARU,
SWS), OPH CT-I, CT-II, CT-V, CT-VII, CT-103, CT-9 AND DCU PLANT) (Onsite-1 Area). The
period of contract shall be Three (3) Years from the date of issuing the Work Order.
The contractor shall deploy dedicated and experienced service teams comprising of
minimum skilled technicians having necessary expertise of online sealing jobs with
experienced helpers for technician on required basis with suitable metallic clamps of
special type and sealing sealants to attend the jobs at a time in the units of REF-1&2,
LEB, DHDS, RESID, SRU, BS-VI (GDS), BS-VI (SRU, ARU, SWS), OPH CT-I, CT-II, CT-V, CT-
VII, CT-103, CT-9 AND DCU PLANT).
However, in case of an Emergency / Multiple jobs in different areas, the contractor
shall attend all such jobs at a time with deploying necessary additional groups, tools
& tackles, materials etc. on urgent basis within 6 to 12 hours of intimation to cater
the online sealing job requirement. The above-mentioned work areas are indicative
only.
Prior approval of EIC in writing is required for the execution of this SOR item. If
required contractor to obtain prior approval from E-I-C in writing before proceeding
ahead with designing of the irregular shape clamps. After designing the clamp,
contractor will submit the drawings and other design calculations to E-I-C for review
& approval before going ahead with fabrication of irregular shape clamps.
Based on the job requirement, group shall be mobilized. Supervisors shall collect the
Maintenance notification / Maint order – K5 category, work permit, execute the job,
supervise the contractor’s resources and their safety, and report to the concerned
Engineer-In Charge.
Quantities indicated in the Schedule of Rates are only indicative and no minimum
quantity of work is guaranteed during the period of contract. The payment will be
made based on the actual quantity of work executed and as certified by the Engineer-
in-charge. Work to be carried out as per direction of Engineer-in-Charge, CPCL.
Work shall be started only with a proper work permit and job safety analysis
wherever applicable. The contractor shall supervise the activities of online leak
sealing by their teams and either the contractor or his authorized representative shall

Page 18 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

be available at all times at site for coordination with CPCL and supervising the service
team to execute the job in safe manner.

Detailed Description of the contractor’s scope of job.


The scope of work of the contractor, besides supervision, includes taking site
measurements, design, fabrication and supply of special clamp, mobilizing adequate
resources like skilled and experienced technicians & supervisors, machineries, tools
and tackles, suitable sealing compounds, etc required for Online injecting of sealing
compound to arrest leaks from valve glands, valve bonnets, leak from puncture
pipelines branch, etc. under various fluid services such as Steam, Boiler feed water,
Condensate, DM water, Cooling water, Service water, Instrument Air, Nitrogen,
Hydrocarbon, Hydrocarbon rich gases, Solvents, Chemicals, Amine, Water, Air, Gases
etc. at different pressures and temperatures in various plant locations at different
elevations without depressurizing the system as per the SOR description and tender
terms & conditions in the Refinery premises of CPCL in Manali, Chennai.
The materials & methodology being used shall be of proven online sealing and
capable of arresting leaks in pressurized & high temperature pipe-lines (leaking with
pressure / temperature in running service conditions) for all services mentioned
above.
The necessary scaffolding and removal of insulation wherever required for arresting
the leaks is the responsibility of CPCL and putting back of wherever required
The Scope of work shall include but not limited to the following:

(1) GENERAL:

1.1) The contractor shall attend Online leak sealing by design, fabrication, supply of
special clamp and injecting suitable sealing compounds / sealants for all types of
Steam / Hydrocarbon / Hydrocarbon gases / Water / Air / Amine / Solvents /
acids etc. with / without isolation of pipeline / equipments as per job requirement
at all locations and elevations as per SOR description and tender terms &
conditions. The contractor has to carry out the work in running plant. The
materials & methodology being used shall be capable of arresting leaks in
pressurized & high temperature pipelines (leaking with pressure / temperature in
running service conditions) for all services mentioned above.
1.2) The scope also includes Supply of all materials, injecting compounds / sealants,
clamps, wires, adapters, fasteners, hoses, consumables, injecting equipment,
drilling machines, gas detectors, experienced workers, expert supervision and

Page 19 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

transportation of materials to complete the leak-arresting jobs in all respects as


required.
1.3) Contract Management: Contractor shall necessarily deploy well experienced and
qualified supervisor for this contract at REF-1&2, LEB, DHDS, RESID, SRU, BS-VI
(GDS), BS-VI (SRU, ARU, SWS), OPH CT-I, CT-II, CT-V, CT-VII, CT-103, CT-9 AND DCU
site for coordinating with Manufacturing, Maintenance and other departments like
F&S, and CISF etc. for necessary permits and for the gate passes of its workmen
etc. Continuous supervision of the job shall be done by the supervisor during the
execution of the online leak arresting to ensure the quality of job done and safety
of personnel. Also the supervisor working at site must be provided with phone
facility who can be contacted by contractor in case of any emergency.
1.4) The supervisor is responsible for arranging the tools tackles, safety gadgets etc.
required by the resources. The supervisor shall also maintain necessary
documentation of the jobs carried out / resources deployed etc. and submit the
same as per the directions of the EIC.
1.5) The Site supervisor should also have experience in industrial safety & safety
norms to ensure and compliance of all safety norms at Refinery. The Contractor's
supervisor should be present at execution site during execution of job. Site
Supervisor must be with minimum Two years of experience in fire & safety field
in Petroleum refinery / Petrochemicals plant / Chemical Fertilizers plant /
Hydrocarbon industry.
1.6) The contractor shall mobilize skilled, experienced and dedicated technicians to
attend online leaks in severe / adverse working conditions like high temperatures
and pressures. List of manpower with their experience shall be submitted to the
engineer-in-charge after issue of LOA. Vendor shall submit the general fitness
certificate for their workmen issued by any general physician who will be
involved in jobs at least 15 days in advance before deployment.
1.7) After award of job, contractor shall submit organogram to EIC. This organogram
shall contain contact and address details of all personnel engaged under this
contract.
1.8) The entire leak-sealing job shall be carried-out under the direct supervision of
contractor’s experienced / qualified Engineer / supervisor diligently and safely.
Contractor shall take adequate care for safety of the Plant as well as workers’
personal safety.
1.9) On intimation regarding requirement of online leaks arresting, the contractor
shall contact the EIC or departmental in-charges representatives immediately
and plan for execution. They shall study the site conditions, prepare methodology

Page 20 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

for execution of the jobs and obtain concurrence by Engineer in Charge (EICs) or
his authorized representatives. Contractor shall adhere to the mutually agreed
completion schedule and mobilize resources accordingly, and in the event of any
backlog, shall work on extended hours or on round the clock if required.
1.10) Agency shall mobilize men, materials and other resources immediately on receipt
of oral or telephonic communication from Engineer-in-charge and the work
should be completed within the assigned duration. Contractor must have a
mobile phone facility along with suitable transport means both at office & at
residence for contact and communication in case of emergency.
1.11) If required Job hazard analysis and risk assessment should be reviewed by the
contractor and necessary precautions are to taken in the prevailing situation.
1.12) If required Job safety analysis of job should be prepared by the contractor by
taking the prevailing situation and same shall be submitted to CPCL for their
review and approval before starting the jobs.
1.13) The contractor should ensure the standard procedures needed to implement
online leak sealing activities going to undertake.
1.14) The contractor shall ensure that the sealing is done with compatible compound
that will not make any hazard or create any explosion or will not affect the
refining process.
1.15) Jobs shall be executed as per site requirement on round the clock basis including
Sundays & Holidays without any additional cost to CPCL.
1.16) In case of failure in mobilising resources immediately after communication or
failure to attend the given job in a reasonable time, or refused to execute the
job, CPCL reserves the right to engage any other agency. The difference in
expenditure thus occurred by CPCL shall be back-charged to the agency. Decision
of Engineer-in-charge is final and binding on the agency in this regard.
1.17) In addition, based on the requirement of job, if there are requirement of
additional manpower for timely completion of job, the contractor has to deploy
additional manpower on job basis/as per instruction of EIC. No payment shall be
applicable against such additional manpower. SOR items to be considered as
inclusive of manpower cost.
1.18) The job shall be carried out by adhering to all safety norms and precautions and
by using High technical skills and techniques to enhance the safety of operations
including fixing of clamps, peening of leaks etc., at the leakage areas. All safety
conditions like ensuring the thickness etc. shall be strictly followed and ensured
by the contractor while carrying out the work.

Page 21 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

1.19) Contractor has to carry out the survey of the leaking location and surrounding
environment, job identification and its validation. And contractor shall carry out
area preparation for job and arrest leakage by proven online sealing methods.
1.20) Job Safety Analysis, including the contingency plan in case there is increase in
leak during execution, shall be carried out by contractor supervisor,
1.21) All necessary tools, tackles, skilled work man, sealing materials, clamp and
consumable etc. required for completion of the job shall be supplied by the
contractor. Contractor shall ensure and maintain adequate inventory of sealants /
compounds, standard size box clamps, ring clamps, wires, adapters, fasteners
etc in consultation with EIC for attending all the job quantities for the entire
contract period to avoid any delay in starting the job.
1.22) Machineries & tools to be provided by the vendor like Hydraulic Pump, drilling
machine, Caulking Machine, Restrictors needs to be procured from an ISO 9001
certified company along with written equipment details technically suitable for
the job. Tools and equipment’s shall be of good condition fit for the purpose and
maintained in good working order safely. In hazardous area non-sparking chisel
should be used.
1.23) The contractor shall tie-up a metallic tags on each leak attended by them with
their emblem and it should bear CPCL maintenance order number, log book
Serial no. & Date, etc. and serial number should tally with measurement book
maintained by the contractor. The details in tag shall either be embossed or
painted and to be arranged by the contractor. The contractor shall stand
guarantee for fresh leak arresting jobs, for a period of 6 months from the date of
completion, and if any defects occur during the guarantee period, the contractor
shall attend free of cost.
1.24) Contractor shall maintain a measurement log book for all the leaks attended at
site indicating the details of all the leaks attended by the contractor showing
location details, SL. No, date attended, re-leak if done and date of re-leak duly
signed by EIC / Site engineer of respective areas.
1.25) The contractors shall attach “ONLINE LEAK SEALING JOB CARD” format attached
with this scope of work, duly filled and certified by the concerned for each sealing
job and Maintenance work request / maintenance order shall be submitted along
with the bill.
1.26) Erection of Scaffolding, if required, shall be done by ARC Scaffolding agency of
CPCL. Contractor has to coordinate with the agency for all scaffolding related
jobs with due approval of EIC.

Page 22 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

1.27) Compressed air will be made available by CPCL at free of cost from available
points in the plant where leak is to be arrested or through mobile air compressor
and contractor has to make his own arrangements of hose, valves and fittings
etc., for use of compressed air. No extra point for the supply of air will be
provided other than those available at present.

2.1 DESIGN, FABRICATION, MACHINING, WELDING & FIXING OF BOX AND


SPECIAL TYPE CLAMPS AND INJECTING SEALANT, FOR ARRESTING
LEAKS IN VALVES, FLANGES, PIPES & FITTINGS

2.1.1) The contractor scope shall also include taking measurement of clamp at site,
procure raw materials, design, fabrication and supply of Special clamps, wires,
fittings, adapters etc technically suitable for the jobs as and when need to
execute the jobs including fixing them as per site requirements, preparation of
site, and inject suitable sealant / sealing compound for arresting / sealing the
leakages. The material used for the clamps should be compatible with fluid from
which the leak is to arrest. The clamps supplied shall be designed to withstand
the working pressure / temperature and the design of such clamps is solely the
responsibility of contractor for safe & sustained operation of plant. Engineering
Clamp shall be designed and manufactured as per ASME Standards or
equivalents.
2.1.2) Extreme caution shall be taken during site measurement.
2.1.3) Clamps normally shall be fabricated from Mild Steel shall be as per IS 2062 Gr
A / ASTM A 283 Gr. C plate (for upto 40 bar and upto 350 Deg. C) and clamps
for IBR Service and application above 40 bar and temperature more than 350
Deg. C & cryogenic services shall be fabricated from plate as per ASTM A 516
Gr 60/70 (grade 70 will be applicable for cryogenic service only). The clamps
supplied will become property of CPCL.
2.1.4) In exceptional cases, for very high temperature application, like super-heated
Hydrocarbon services more than 350°C, the clamp material shall be SS Grade /
Alloy Steel Grades P11 / P22, depending on the application. Awarded rates are
for supply of MS / CS Clamps. The clamp shall be designed to be filled with
compound completely without any annular space for accumulation of operating
fluid. In case of supply and fabrication of SS Grade / Alloy Steel Grades P11 /
P22 Plate Clamps as per the site requirement and as instructed by EIC, the
rates for supply and fabrication of BQ plate clamps shall be five times i.e
multiplied by 1.5. However, contractor has to obtain prior approval from EIC in
writing before proceeding ahead with design, supply and fabrication of clamps.

Page 23 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

2.1.5) Contractor will have to make separate gate pass by CPCL – CISF security gate
for entry of the clamps to be used and copy of gate pass along with the other
documents shall be submitted by the contractor for claiming payment against
this line item.
2.1.6) The contractor shall carryout drilling of holes in the appropriate position of
flange and subsequent tapping of the drilled hole and fitting of adapters. The
adapters are in the scope of the contractors and the adaptor & other hardware
shall be supplied as per EN 8 or EN 24 Grade based on requirement &
applicability. Test Certificates to be submitted along with bill.
2.1.7) Fasteners which are required for tightening the clamp, shall conform to ASTM
A193 Gr. B7 / A194 Gr. 2H for temperature rating up to 350°C and ASTM A193
Gr. B16 / A194 Gr. 4 above 350°C. Material test certificate shall be submitted
and kept at site for record.
2.1.8) All necessary tools & tackles for installation of the clamp, sealants & injecting of
the sealants by injection tool kit, hand pump set, clamp, injection valves,
injection gun etc, are to be kept ready prior to starting of the work.
2.1.9) Prior to fixing the clamp at site, the contractor shall obtain certification from the
EIC or his authorized representative with regard to actual weight the clamp.
Payment will be made based on the actual weight of the clamp certified by the
EIC or his authorized representative(s).
2.1.10) Payment will be made on weight basis (per kg basis) as per SOR for the actual
weight of the finished clamp, and at per kg of Sealant injected at site.
2.1.11) The job includes the supply and injection of technically suitable compound for
the particular type of leak considering the nature of the fluid handled and the
supply & fixing of clamps wherever necessary. The contractor shall pump the
sealing compound till the arrest of the leakage. Contractor shall ensure best
grade materials to suit the operating condition. Work shall be properly
supervised by competent supervisor of contractor.
2.1.12) Sealing compounds used shall be suitable but not limited for hydrocarbon,
hydrogen, steam, water, acid, alkali, gas services, etc., The selection of a
specific grade of Sealing compound should depends upon parameters mainly
temperature, type of medium of leakage, the state of leakage & pressure in
service line along with its flow rate. Depending upon the nature of leakage,
compounds that are to be injected needs to be suitably selected on basis of
compatibility of the fluid.
2.1.13) The vendor has to submit details of sealing compound brand name,
manufacture details and MSDS along with the bid. technical backup and

Page 24 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

suitability of the sealing compound for the indented service from the sealing
compound manufacturer / principals, leak sealing compound compatibility chart
with test certificates along with its MSDS, before start the jobs.
2.1.14) Leak sealing compound must have the following specifications
1) Auto ignition temperature
2) Stability and reactivity of the compound
3) Recommended working temperature.
2.1.15) Rubber based compound must have thermosetting properties. Each batch
should carry a test certificate with curing time chart graph.
2.1.16) Agency has to furnish details of the leak sealing compounds which are suitable
for the following services:
a) Steam/BFW: Temperature up to 370 degrees Celsius.
b) Hydrocarbon & Chemical Service: Temperature up to 350 degrees Celsius c.
c) Hydrocarbon Service: Temperature above 350 degrees Celsius and upto 700
degrees Celsius.
d) Steam Service: Temperature above 350 degrees Celsius and upto 700
degrees Celsius.
2.1.17) MSDS of the compound should indicate the following properties for correct
selection and safe use of sealing compound
a) Auto ignition temperature properties and Degradation Properties
b) Stability and reactivity of the compound
c) Specific gravity of compound as per D 792-08
d) Flash Point of compound as per ADTM D93
e) Recommended working temperature.
All tests should be carried out for the above specific standards.
2.1.18) Vendor shall furnish the Thermogravimetric Analysis (TGA) report of the
products specified for the above service from an NABL approved lab or from a
reputed govt. institute (Like IITs etc) only.
2.1.19) MSDS and all test certificates of sealing compound are to be furnished before
execution of each job to the Maintenance Engineer to check the compatibility of
sealant with operating parameters of leaky lines / equipment’s.

Page 25 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

2.1.20) Vendor should have in-house manufacturing company or should use compound
of reputed companies. Vendor has to submit the details of sealing compound
Brand name, manufacture details and MSDS along with the bid,
2.1.21) Compound manufacturer must have in-house testing facilities. All tests should
be carried out as per standards and all test certificate of compound as specified
above are to be furnished to E-I-C for approval before use.
2.1.22) The injection sealant / sealing compound used by the contractor shall not
produce any toxic effect on contact either with medium like steam, feed water,
air etc., or with the basic materials of the system. The compound shall be
compatible with steam, feed water, air etc. A sample shall be provided for
testing purposes, on demand from Engineer-in-charge.
2.1.23) Also, the contractor shall obtain certification for the actual quantity of Sealant
injected.
2.1.24) Contractor will have to make separate gate pass by CPCL – CISF security gate
for entry of the special clamps / sealing compound to be used against this line
item and copy of gate pass along with the other documents shall be submitted
by the contractor for claiming payment against this line item.
2.1.25) Unit of Measurement “KG” means per KG charges for supply and injection of
sealing compound by utilizing the clamp. Quantity of Measurement shall be total
weight of the injection compound used for online leak sealing.
3.0 JOB CALL:

Normally jobs will be allotted as and when required, in the form of system
generated CPCL maintenance orders, based on maintenance work requests,
Checklists, etc. In case of emergencies, Job requests will be made over
telephone / mobile phone at any time including nights, company declared
holidays and Sundays. The contractor shall provide sufficient contact telephone /
mobiles phone numbers of responsible persons for effective communication. The
contractor shall depute their personnel to work immediately (within 6 hours) on
receipt of information / instructions from EIC and finish the work in shortest
possible time.

The necessary clamps as per the required dimension and sealant shall be
mobilized within 24 - 48 hours from the date of verbal communication. Adequate
advance notice will be given to carryout work of normal nature. Contract
personnel shall reside 5km within the periphery of the Refinery, which will enable
them to start jobs within the shortest possible time.

Page 26 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

If required by EIC, contractor shall work on round the clock basis also to
complete the job without additional charges.

4.0 GUARANTEE PERIOD:

Jobs executed by the contractor shall be guaranteed for a period of 6 months


from the date of job completion for fresh sealing jobs. In the event of recurring
of leak from an already attended job during this period the party shall rectify the
leakage at free of cost reinjection along with replacement / repair to the sealing
arrangement as required, shall be carried-out by the contractor at free of cost.
No charge shall be claimed by the party in any form. The contractor shall put
appropriate tag on each jobs done by them putting the execution date. However,
if the leak occurs in sealing arrangement beyond the guarantee period,
applicable payment will be made as stipulated in SOR and scope of work.
Sl. Description Guaranteed No of days
No
Guaranteed Leak Proof Days from the date
1 6 Months
of injection of Online sealing

Re-Injection: For re-injection jobs, the contractor shall be guaranteed for 6


months. In case leak appears in the joint already sealed by the contractor, the
same shall be reinjected immediately as per following.
1) Free of cost if re-leak appears within 180 days of attending the same.
2) 50% of normal sealing rates, if re-leak appears after 180 days but within 360
days.
3) Beyond 180 days, the leak shall be treated as a fresh leak and contractor can
stake a claim accordingly.

Sl. No Description Guaranteed No of


days
Guaranteed Leak proof days from the date of
1 re-injection in the already sealed by the 3 Months
contractor

5.0 Payment Method:

Supply of Special Clamp: Unit of Measurement "KG" means per KG charges for
Design, Fabrication and Supply of Special Clamps. Quantity of Measurement shall
be total weight of the supplied Special Clamps. Payment will be made on actual
weight of the clamp supplied. The contractor shall measure the weight of the

Page 27 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

clamp, in the presence of the Engineer-in-charge or his authorised


representatives prior to using it at the site.
All the agreed rates for supply and fabrication of clamps are for Mild Steel
(MS)/Carbon Steel (CS) clamps. In case of supply and fabrication of Stainless
Steel clamps (SS304L or SS316L) as per the site requirement and as instructed
by EIC, the rates for supply and fabrication of SS clamps shall be Five Times i.e
multiplied by 5. However, contractor has to obtain Prior approval from EIC in
writing before proceeding ahead with design, supply and fabrication of SS
clamps.
Supply of Sealant Compound: Unit of Measurement “KG” means per KG charges
for supply and injection of sealing compound by utilizing the irregular shape
clamp. Quantity of Measurement shall be total weight of the injection compound
used for online leak sealing of irregular shape clamp.

6.0 GENERAL CONDITIONS OF CONTRACT (TECHNICAL):


6.1) On placement of the order the successful bidder shall set up facility for attending
this EMERGENCY jobs.
6.2) The quoted rates are valid for all elevations and locations at CPCL, Manali
Refinery. The entire job will have to be carried out as per the direction of the
Engineer-In-charge.
6.3) All the jobs shall be started only after collecting proper work permits for online
leak arresting duly signed by Manufacturing department and Field Engineers.
Without proper work permit, If the contractor was found working in the Plants,
suitable penal action will be taken as per contract terms.
6.4) No idling charges shall be given for manpower & equipment’s in any
circumstances.
6.5) The contractor shall always keep available the required tools and tackles,
consumables and other material as may be considered necessary by EIC as per
work exigency for timely and efficient performance of the jobs as spelt out in the
scope of work.
6.6) The contractor shall make proper entry for all their materials, tools & tackles,
etc, which are brought inside CPCL at the Security Gate duly entered, signed and
stamped by CISF and maintain record.
6.7) The contractor shall make themselves fully conversant with the locations and the
type of job to be carried-out therein, to clearly understand the scope of work and
assess the manpower and resource requirement.

Page 28 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

6.8) Contractor shall have a workshop set-up or tie-up with local workshop for
fabrication of special clamp within Chennai. Contractor shall ensure sufficient raw
material for clamp fabrication, fasteners, and sealing compounds are kept in
ready stock for clamp fabrication and Installation.
6.9) If the contractor is outstation agency (based at locations other than Chennai),
they shall submit the undertaking that contractor shall make necessary
arrangements to have required manpower stationed at Chennai and to have
required tools & tackles, equipment, safety PPE, etc., within the Refinery at
designated area so as to take up the assigned jobs on immediate basis
throughout the contract validity period.
6.10) It is the responsibility of the contactor for proper housekeeping of the work place
after completion of job. The area shall be cleared of all debris, waste materials,
spilled sealants, etc immediately after completion of the job on daily basis.
6.11) No call charges shall be paid, in case the contractor is called to site and CPCL is
not in a position to allot the job due to any reasons whatsoever.
6.12) All materials, labours, supervision, equipment, machinery, consumables for
carrying out the job shall be under contractor's scope including transportation of
the same to/from the work site. The transportation of material and tools &
tackles from one unit to the other and within unit shall be in the scope of the
contractor. Rate shall be inclusive of such expenses and contractor shall not be
paid for these jobs separately. The contractor shall make their own arrangements
and No additional charges will be made. No canteen arrangement shall be
provided by CPCL.
6.13) The Quantities mentioned in SOR are indicative only. The actual quantities may
vary in accordance with the contingency / requirement of the plant. However,
payment will be made as per the quantities executed and certified as per
Schedule of Rates.
6.14) Proper transport facility to be provided by the agency for timely transportation of
men and materials to the location of the work.
7.0 Safety Requirements:

All safety precautions shall be ensured while doing the job as per safety rules
and regulations.
7.1) Contractor shall strictly follow the safety guidelines and safety practices as per
work permit system prevalent in the Refinery, Violation of the same will attract
suitable penalty.

Page 29 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

7.2) All the workers must use all the PPE’s like hand gloves, safety shoes, eye
goggles, helmet, PP hand gloves, non-respiratory personal protective equipment
(PPE) such as adequate quantity of dust masks for all site manpower and multi-
purpose type gas respirators, aprons along with uniform coveralls (Boiler Suit)
and Inherent Fire Retardant (IFR) suit for persons working in hazardous area. All
Personal Protective Equipment (PPE) shall conform to latest IS standards.
7.3) Contractor shall be fully responsible for the safety of workmen employed by them
at the work. Agency shall provide necessary safety appliances such as aprons
suitable for the area where the work is to be executed, safety helmets, safety
belts, safety shoes, protective clothing, goggles, hand gloves, first aid box etc.
7.4) Contractor to provide separate Inherent Fire Retardant Suit (IFR) to each worker
/ Manpower deployed at site. No worker / Manpower is allowed at site without
IFR Suit.
7.5) The Contractor's site supervisor with safety experience & knowledge should be
present at execution site during execution of job, non-availability of site
supervisor at execution site during execution of job shall be treated as violation
of safety rule and penalty of Rs. 1,000 shall be impose as per SCC.
7.6) Contractor should strictly follow the safety norms. The contractor supervisor(s)
who will be responsible for his team of workmen shall have to undergo a briefing
by our Fire & Safety department before commencement of the work. In absence
of this compliance, contractor will not be allowed to carry out the work. Penalty
at the prevailing rates as per GCC &/or SCC shall be imposed, in case of violation
of safety norms.
7.7) On placement of the order the successful bidder shall set up office facility at site
and also set up a facility for attending Emergency jobs.
7.8) All Safety precautions shall be strictly complied and all electrical appliances like
grinding machine, welding machine etc., if applicable shall be properly guarded
and power supply shall be routed through ELCB of 30 mA rating, otherwise it
shall not be allowed at the site. All gas cutting equipment if applicable shall be
properly fitted with flash back spark arrestor. Only qualified electrician with valid
license shall be deputed for marking electrical connections.
7.9) All lifting tools and tackles including lifting slings of all capacities shall be allowed
with proper identification on equipment (Name of Agency, Sr No of equipment,
date of testing) & correlating load test certificates through TPI by component
person.
7.10) All the contractor workmen shall have to undergo a briefing by CPCL Fire &
Safety department. Before Commencement of the Work, they shall obtain a

Page 30 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

certificate or get their gate pass stamped by F & S after the briefing. In absence
of this compliance, contractor will not be allowed to carryout the work.
7.11) Work permit system of CPCL shall be followed without fail. Accordingly, the
contractor shall be responsible for initiating and coordinating the necessary
approval and clearance of different departments of Refinery. These activities
shall be completely in contractor’s scope and shall not be payable extra.
7.12) Contractor shall necessary follow guidelines corresponding to work at height
permit. All persons appointed to carryout jobs at height under work at height and
confined space entrant shall undergo medical examination and get fitness
certificate get fitness certificate in CPCL format from Doctor and same shall be
valid for a period not exceeding 6 months. For working at height – bare minimum
requirement shall be fulfilled by contractor with provision of life line, retractable
fall arrestors and safety harness with double hook lanyard.
7.13) Contractor to note that validity of Gate Pass of Contract Workers is linked with
police verification, medical fitness certificate and safety training, also validity of
Gate Pass should be in line with validity of Medical Fitness certificate of the
individual. No gate pass shall be issued and renewed without availability of
medical fitness certificate. Contractor shall ensure compliance of the same.
7.14) All grinding machines must be fitted with safety guard.
8.0 CONTRACT MANAGEMENT:
Qualified Site Supervisor:
As the jobs need to be taken-up in multiple locations, the contractor shall deploy
adequate experienced / qualified Site Supervisors at least one (1) person to
supervise the jobs and to coordinate with CPCL Field Engineers and for obtaining
work permits on day-to-day basis to ensure smooth progress of work. And Site
supervisor should have experience in safety to ensure safety in the site. Site
Supervisor must be with minimum Two years of experience in fire & safety field
in Petroleum refinery / Petrochemicals plant / Chemical Fertilizers plant /
Hydrocarbon industry.
Execution Team:
The contractor shall mobilize and deploy adequate experienced and trained
skilled labourers as given below, in multiple locations for smooth progress of
work and to complete the jobs as mentioned in Scope of work within the time
schedule.

Page 31 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

9.0 PENALTY FOR DELAYS / ABSENCE:


9.1) In case of any absence of the below key personnel for more than 3 days in a month, the
following deductions will be made from their running bill (RAB):
9.2) Penalty of Rs. 1,000/- shall be applicable at each instance (per day) for non-availability
of Site-in-charge / Safety officer.
9.3) Non-compliance of IFR Suit to their Hot Work Teams, a Penalty of Rs 500/- per person
per occasion will be levied in their RA Bills.
9.4) Non-Compliance of Housekeeping around the maintenance areas, a Penalty of Rs. 3,500
per weekly time period will be levied in their RA Bills.
9.5) If the debris / other scrap is returned / disposed at a place other than the scrap yard /
identified by EIC, then a penalty of Rs. 5,000 shall be imposed for each instance.
9.6) Other Penalties for non-compliance of safety and work permit systems are

************

Page 32 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

SCOPE OF SUPPLY

CPCL’s Scope at free of cost

 Electrical power, water and Compressed Air at 5 to 6 kg/sq.cm from the utility plant air or
from a Mobile Air compressor.
 Necessary Scaffolding wherever required by providing scaffolding platforms including
scaffolding material, scaffolding erection and dismantling
 Lighting arrangements.
 Special Fire Suit, special breathing apparatus etc. if required will be issued on returnable
basis by CPCL on free of cost for doing the job.
 Insulation removal and fixing back.
 Crane with operator and riggers if required for clamp erection.
 Space to keep Portable type site office inside Refinery and for storing contractor’s
materials. However, contractors shall make their own arrangement for safekeeping of the
materials. The responsibility for any pilferage, theft or loss of contractors’ materials lies
with the contractor.
 Contractor shall make their own arrangement for shifting any free issue materials from
owners’ storage point to site and returning of un-used material from site to storage point.
No extra claim will be entertained on this account.
 Contractor shall maintain a register to account for CPCL issued materials. Final bill will be
passed only after submitting reconciliation statement signed by Engineer-in-charge.
Suitable penalty will be levied for any loss or damage caused to CPCL materials.

Contractors’ scope

 Required Skilled / Trained technicians and site supervisors having experiences in online
leak sealing / arresting jobs to carry on the specialized job safely are to be deployed.

 Required all type of sealing compounds as per the standards, machineries like drilling &
grinding with guard and injection equipment’s, tools and tackles, consumables etc.,
required to complete the scope of work in all the respects as per the instruction of EIC.

 Supply all types of Clamps for jobs including Design, fabrication, welding and
transportation.

 Adequate Air and Water Hoses with fittings,

Page 33 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

 Electrical extension boxes with ELCB arrangement.

 The contractor shall arrange all required personal protective and safety gadgets for the
working personnel. Proper personal protective equipment like Uniforms (Boiler suits - with
contractor name stamped on both front and back for workmen), Aprons to withstand high
temperature, Leather gloves, Safety shoes, Safety helmets, Safety gloves, Face mask,
Safety belts, Safety goggles, etc, to their workmen. Personal Protective Equipment shall
be of Reputed Brand and to be maintained in good condition. – All Personal Protective
Equipment (PPE) shall conform to latest IS standards.

 Contractor to provide separate Inherent Fire Retardant suit to each worker / manpower
deployed at site. No worker / Manpower is allowed at site without inherent Fire Retardant
Suit.

 Contractor to provide Safety signboards & tapes, Safety barricading materials, Intrinsically
Safe torch lights

 All transport arrangements for shifting materials and for their employees to CPCL work
site as in SOR shall be in Contractor scope.

 Food, Boarding/Lodging facilities for the contractor’s manpower shall be arranged by the
Contractor.

 Contractor’s Vehicle for shifting workmen, tools & tackles, sealing compound materials,
shifting of fabricated clamps contractors work shop to CPCL work site, etc. required for
carry out the job.

 Portable type site office set-up inside the CPCL Manali refinery.

 Any other material required for the job & not mentioned in owner's scope.

Contractor shall maintain a register to account for their materials, equipment, tools &
tackles, etc brought inside for the work, and shall have proper entry passes with CISF
Security Seal at the time of entering. They will not be permitted to take back their
materials unless substantiated with proper documentary evidence.
~~~~~~~~~~~~~~~~

Page 34 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

TIME SCHEDULE

Name of work Completion time

2 (Two) years which shall be reckoned


from the date of commencement of
services at CPCL Site at CPCL Site.
ANNUAL RATE CONTRACT FOR
ONLINE LEAK SEALING SERVICES AT Extension Clause: The contract period
CPCL-MANALI may be extended for 1 (One) more year
on the same rates, terms and conditions
at the sole discretion of CPCL.

Mobilisation Period: 15 Days from the date of issue of FOA or LOA

Page 35 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

SCOPE OF WORK
JOB DESCRIPTION:

The scope of this work envisages rate contract for Design, Procuring Raw Materials,
Fabrication, Machining, supply & fixing of special irregular shape clamps with
fasteners for On-line sealing and arresting of leakages on branch pipe, pipe fittings,
valves and equipment etc. by the standard procedures and any other location as
decided by E-I-C, to arrest leaks so as to complete the job in all respects to the entire
satisfaction of EIC at Refinery-3 Process units / Offsites / Co-Gen / CPP areas. The
period of contract shall be Three (3) Years from the date of issuing the Work Order.
The contractor shall deploy dedicated and experienced service teams comprising of
minimum skilled technicians having necessary expertise of online sealing jobs with
experienced helpers for technician on required basis with suitable metallic clamps of
special type and sealing sealants to attend the jobs at a time in the units of Refinery-
3, Co-Gen & CPP areas.
However, in case of an Emergency / Multiple jobs in different areas, the contractor
shall attend all such jobs at a time with deploying necessary additional groups, tools
& tackles, materials etc. on urgent basis within 6 to 12 hours of intimation to cater
the online sealing job requirement. The above-mentioned work areas are indicative
only.
Prior approval of EIC in writing is required for the execution of this SOR item. If
required contractor to obtain prior approval from E-I-C in writing before proceeding
ahead with designing of the irregular shape clamps. After designing the clamp,
contractor will submit the drawings and other design calculations to E-I-C for review
& approval before going ahead with fabrication of irregular shape clamps.
Based on the job requirement, group shall be mobilized. Supervisors shall collect the
Maintenance notification / Maint order – K5 category, work permit, execute the job,
supervise the contractor’s resources and their safety, and report to the concerned
Engineer-In Charge.
Quantities indicated in the Schedule of Rates are only indicative and no minimum
quantity of work is guaranteed during the period of contract. The payment will be
made based on the actual quantity of work executed and as certified by the Engineer-
in-charge. Work to be carried out as per direction of Engineer-in-Charge, CPCL.
Work shall be started only with a proper work permit and job safety analysis
wherever applicable. The contractor shall supervise the activities of online leak
sealing by their teams and either the contractor or his authorized representative shall

Page 36 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

be available at all times at site for coordination with CPCL and supervising the service
team to execute the job in safe manner.

Detailed Description of the contractor’s scope of job.


The scope of work of the contractor, besides supervision, includes taking site
measurements, design, fabrication and supply of special clamp, mobilizing adequate
resources like skilled and experienced technicians & supervisors, machineries, tools
and tackles, suitable sealing compounds, etc required for Online injecting of sealing
compound to arrest leaks from valve glands, valve bonnets, leak from puncture
pipelines branch, etc. under various fluid services such as Steam, Boiler feed water,
Condensate, DM water, Cooling water, Service water, Instrument Air, Nitrogen,
Hydrocarbon, Hydrocarbon rich gases, Solvents, Chemicals, Amine, Water, Air, Gases
etc. at different pressures and temperatures in various plant locations at different
elevations without depressurizing the system as per the SOR description and tender
terms & conditions in the Refinery premises of CPCL in Manali, Chennai.
The materials & methodology being used shall be of proven online sealing and
capable of arresting leaks in pressurized & high temperature pipe-lines (leaking with
pressure / temperature in running service conditions) for all services mentioned
above.
The necessary scaffolding and removal of insulation wherever required for arresting
the leaks is the responsibility of CPCL and putting back of wherever required
The Scope of work shall include but not limited to the following:

(1) GENERAL:

1.1) The contractor shall attend Online leak sealing by design, fabrication, supply of
special clamp and injecting suitable sealing compounds / sealants for all types of
Steam / Hydrocarbon / Hydrocarbon gases / Water / Air / Amine / Solvents /
acids etc. with / without isolation of pipeline / equipments as per job requirement
at all locations and elevations as per SOR description and tender terms &
conditions. The contractor has to carry out the work in running plant. The
materials & methodology being used shall be capable of arresting leaks in
pressurized & high temperature pipelines (leaking with pressure / temperature in
running service conditions) for all services mentioned above.
1.2) The scope also includes Supply of all materials, injecting compounds / sealants,
clamps, wires, adapters, fasteners, hoses, consumables, injecting equipment,
drilling machines, gas detectors, experienced workers, expert supervision and

Page 37 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

transportation of materials to complete the leak-arresting jobs in all respects as


required.
1.3) Contract Management: Contractor shall necessarily deploy well experienced and
qualified supervisor for this contract at Refinery-3 site for coordinating with
Manufacturing, Maintenance and other departments like F&S, and CISF etc. for
necessary permits and for the gate passes of its workmen etc. Continuous
supervision of the job shall be done by the supervisor during the execution of the
online leak arresting to ensure the quality of job done and safety of personnel.
Also the supervisor working at site must be provided with phone facility who can
be contacted by contractor in case of any emergency.
1.4) The supervisor is responsible for arranging the tools tackles, safety gadgets etc.
required by the resources. The supervisor shall also maintain necessary
documentation of the jobs carried out / resources deployed etc. and submit the
same as per the directions of the EIC.
1.5) The Site supervisor should also have experience in industrial safety & safety
norms to ensure and compliance of all safety norms at Refinery. The Contractor's
supervisor should be present at execution site during execution of job. Site
Supervisor must be with minimum Two years of experience in fire & safety field
in Petroleum refinery / Petrochemicals plant / Chemical Fertilizers plant /
Hydrocarbon industry.
1.6) The contractor shall mobilize skilled, experienced and dedicated technicians to
attend online leaks in severe / adverse working conditions like high temperatures
and pressures. List of manpower with their experience shall be submitted to the
engineer-in-charge after issue of LOA. Vendor shall submit the general fitness
certificate for their workmen issued by any general physician who will be
involved in jobs at least 15 days in advance before deployment.
1.7) After award of job, contractor shall submit organogram to EIC. This organogram
shall contain contact and address details of all personnel engaged under this
contract.
1.8) The entire leak-sealing job shall be carried-out under the direct supervision of
contractor’s experienced / qualified Engineer / supervisor diligently and safely.
Contractor shall take adequate care for safety of the Plant as well as workers’
personal safety.
1.9) On intimation regarding requirement of online leaks arresting, the contractor
shall contact the EIC or departmental in-charges representatives immediately
and plan for execution. They shall study the site conditions, prepare methodology
for execution of the jobs and obtain concurrence by Engineer in Charge (EICs) or

Page 38 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

his authorized representatives. Contractor shall adhere to the mutually agreed


completion schedule and mobilize resources accordingly, and in the event of any
backlog, shall work on extended hours or on round the clock if required.
1.10) Agency shall mobilize men, materials and other resources immediately on receipt
of oral or telephonic communication from Engineer-in-charge and the work
should be completed within the assigned duration. Contractor must have a
mobile phone facility along with suitable transport means both at office & at
residence for contact and communication in case of emergency.
1.11) If required Job hazard analysis and risk assessment should be reviewed by the
contractor and necessary precautions are to taken in the prevailing situation.
1.12) If required Job safety analysis of job should be prepared by the contractor by
taking the prevailing situation and same shall be submitted to CPCL for their
review and approval before starting the jobs.
1.13) The contractor should ensure the standard procedures needed to implement
online leak sealing activities going to undertake.
1.14) The contractor shall ensure that the sealing is done with compatible compound
that will not make any hazard or create any explosion or will not affect the
refining process.
1.15) Jobs shall be executed as per site requirement on round the clock basis including
Sundays & Holidays without any additional cost to CPCL.
1.16) In case of failure in mobilising resources immediately after communication or
failure to attend the given job in a reasonable time, or refused to execute the
job, CPCL reserves the right to engage any other agency. The difference in
expenditure thus occurred by CPCL shall be back-charged to the agency. Decision
of Engineer-in-charge is final and binding on the agency in this regard.
1.17) In addition, based on the requirement of job, if there are requirement of
additional manpower for timely completion of job, the contractor has to deploy
additional manpower on job basis/as per instruction of EIC. No payment shall be
applicable against such additional manpower. SOR items to be considered as
inclusive of manpower cost.
1.18) The job shall be carried out by adhering to all safety norms and precautions and
by using High technical skills and techniques to enhance the safety of operations
including fixing of clamps, peening of leaks etc., at the leakage areas. All safety
conditions like ensuring the thickness etc. shall be strictly followed and ensured
by the contractor while carrying out the work.

Page 39 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

1.19) Contractor has to carry out the survey of the leaking location and surrounding
environment, job identification and its validation. And contractor shall carry out
area preparation for job and arrest leakage by proven online sealing methods.
1.20) Job Safety Analysis, including the contingency plan in case there is increase in
leak during execution, shall be carried out by contractor supervisor,
1.21) All necessary tools, tackles, skilled work man, sealing materials, clamp and
consumable etc. required for completion of the job shall be supplied by the
contractor. Contractor shall ensure and maintain adequate inventory of sealants /
compounds, standard size box clamps, ring clamps, wires, adapters, fasteners
etc in consultation with EIC for attending all the job quantities for the entire
contract period to avoid any delay in starting the job.
1.22) Machineries & tools to be provided by the vendor like Hydraulic Pump, drilling
machine, Caulking Machine, Restrictors needs to be procured from an ISO 9001
certified company along with written equipment details technically suitable for
the job. Tools and equipment’s shall be of good condition fit for the purpose and
maintained in good working order safely. In hazardous area non-sparking chisel
should be used.
1.23) The contractor shall tie-up a metallic tags on each leak attended by them with
their emblem and it should bear CPCL maintenance order number, log book
Serial no. & Date, etc. and serial number should tally with measurement book
maintained by the contractor. The details in tag shall either be embossed or
painted and to be arranged by the contractor. The contractor shall stand
guarantee for fresh leak arresting jobs, for a period of 6 months from the date of
completion, and if any defects occur during the guarantee period, the contractor
shall attend free of cost.
1.24) Contractor shall maintain a measurement log book for all the leaks attended at
site indicating the details of all the leaks attended by the contractor showing
location details, SL. No, date attended, re-leak if done and date of re-leak duly
signed by EIC / Site engineer of respective areas.
1.25) The contractors shall attach “ONLINE LEAK SEALING JOB CARD” format attached
with this scope of work, duly filled and certified by the concerned for each sealing
job and Maintenance work request / maintenance order shall be submitted along
with the bill.
1.26) Erection of Scaffolding, if required, shall be done by ARC Scaffolding agency of
CPCL. Contractor has to coordinate with the agency for all scaffolding related
jobs with due approval of EIC.

Page 40 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

1.27) Compressed air will be made available by CPCL at free of cost from available
points in the plant where leak is to be arrested or through mobile air compressor
and contractor has to make his own arrangements of hose, valves and fittings
etc., for use of compressed air. No extra point for the supply of air will be
provided other than those available at present.

2.1 DESIGN, FABRICATION, MACHINING, WELDING & FIXING OF BOX AND


SPECIAL TYPE CLAMPS AND INJECTING SEALANT, FOR ARRESTING
LEAKS IN VALVES, FLANGES, PIPES & FITTINGS

2.1.1) The contractor scope shall also include taking measurement of clamp at site,
procure raw materials, design, fabrication and supply of Special clamps, wires,
fittings, adapters etc technically suitable for the jobs as and when need to
execute the jobs including fixing them as per site requirements, preparation of
site, and inject suitable sealant / sealing compound for arresting / sealing the
leakages. The material used for the clamps should be compatible with fluid from
which the leak is to arrest. The clamps supplied shall be designed to withstand
the working pressure / temperature and the design of such clamps is solely the
responsibility of contractor for safe & sustained operation of plant. Engineering
Clamp shall be designed and manufactured as per ASME Standards or
equivalents.
2.1.2) Extreme caution shall be taken during site measurement.
2.1.3) Clamps normally shall be fabricated from Mild Steel shall be as per IS 2062 Gr
A / ASTM A 283 Gr. C plate (for upto 40 bar and upto 350 Deg. C) and clamps
for IBR Service and application above 40 bar and temperature more than 350
Deg. C & cryogenic services shall be fabricated from plate as per ASTM A 516
Gr 60/70 (grade 70 will be applicable for cryogenic service only). The clamps
supplied will become property of CPCL.
2.1.4) In exceptional cases, for very high temperature application, like super-heated
Hydrocarbon services more than 350°C, the clamp material shall be SS Grade /
Alloy Steel Grades P11 / P22, depending on the application. Awarded rates are
for supply of MS / CS Clamps. The clamp shall be designed to be filled with
compound completely without any annular space for accumulation of operating
fluid. In case of supply and fabrication of SS Grade / Alloy Steel Grades P11 /
P22 Plate Clamps as per the site requirement and as instructed by EIC, the
rates for supply and fabrication of BQ plate clamps shall be five times i.e
multiplied by 1.5. However, contractor has to obtain prior approval from EIC in
writing before proceeding ahead with design, supply and fabrication of clamps.

Page 41 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

2.1.5) Contractor will have to make separate gate pass by CPCL – CISF security gate
for entry of the clamps to be used and copy of gate pass along with the other
documents shall be submitted by the contractor for claiming payment against
this line item.
2.1.6) The contractor shall carryout drilling of holes in the appropriate position of
flange and subsequent tapping of the drilled hole and fitting of adapters. The
adapters are in the scope of the contractors and the adaptor & other hardware
shall be supplied as per EN 8 or EN 24 Grade based on requirement &
applicability. Test Certificates to be submitted along with bill.
2.1.7) Fasteners which are required for tightening the clamp, shall conform to ASTM
A193 Gr. B7 / A194 Gr. 2H for temperature rating up to 350°C and ASTM A193
Gr. B16 / A194 Gr. 4 above 350°C. Material test certificate shall be submitted
and kept at site for record.
2.1.8) All necessary tools & tackles for installation of the clamp, sealants & injecting of
the sealants by injection tool kit, hand pump set, clamp, injection valves,
injection gun etc, are to be kept ready prior to starting of the work.
2.1.9) Prior to fixing the clamp at site, the contractor shall obtain certification from the
EIC or his authorized representative with regard to actual weight the clamp.
Payment will be made based on the actual weight of the clamp certified by the
EIC or his authorized representative(s).
2.1.10) Payment will be made on weight basis (per kg basis) as per SOR for the actual
weight of the finished clamp, and at per kg of Sealant injected at site.
2.1.11) The job includes the supply and injection of technically suitable compound for
the particular type of leak considering the nature of the fluid handled and the
supply & fixing of clamps wherever necessary. The contractor shall pump the
sealing compound till the arrest of the leakage. Contractor shall ensure best
grade materials to suit the operating condition. Work shall be properly
supervised by competent supervisor of contractor.
2.1.12) Sealing compounds used shall be suitable but not limited for hydrocarbon,
hydrogen, steam, water, acid, alkali, gas services, etc., The selection of a
specific grade of Sealing compound should depends upon parameters mainly
temperature, type of medium of leakage, the state of leakage & pressure in
service line along with its flow rate. Depending upon the nature of leakage,
compounds that are to be injected needs to be suitably selected on basis of
compatibility of the fluid.
2.1.13) The vendor has to submit details of sealing compound brand name,
manufacture details and MSDS along with the bid. technical backup and

Page 42 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

suitability of the sealing compound for the indented service from the sealing
compound manufacturer / principals, leak sealing compound compatibility chart
with test certificates along with its MSDS, before start the jobs.
2.1.14) Leak sealing compound must have the following specifications
1) Auto ignition temperature
2) Stability and reactivity of the compound
3) Recommended working temperature.
2.1.15) Rubber based compound must have thermosetting properties. Each batch
should carry a test certificate with curing time chart graph.
2.1.16) Agency has to furnish details of the leak sealing compounds which are suitable
for the following services:
a) Steam/BFW: Temperature up to 370 degrees Celsius.
b) Hydrocarbon & Chemical Service: Temperature up to 350 degrees Celsius c.
c) Hydrocarbon Service: Temperature above 350 degrees Celsius and upto 700
degrees Celsius.
d) Steam Service: Temperature above 350 degrees Celsius and upto 700
degrees Celsius.
2.1.17) MSDS of the compound should indicate the following properties for correct
selection and safe use of sealing compound
a) Auto ignition temperature properties and Degradation Properties
b) Stability and reactivity of the compound
c) Specific gravity of compound as per D 792-08
d) Flash Point of compound as per ADTM D93
e) Recommended working temperature.
All tests should be carried out for the above specific standards.
2.1.18) Vendor shall furnish the Thermogravimetric Analysis (TGA) report of the
products specified for the above service from an NABL approved lab or from a
reputed govt. institute (Like IITs etc) only.
2.1.19) MSDS and all test certificates of sealing compound are to be furnished before
execution of each job to the Maintenance Engineer to check the compatibility of
sealant with operating parameters of leaky lines / equipment’s.

Page 43 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

2.1.20) Vendor should have in-house manufacturing company or should use compound
of reputed companies. Vendor has to submit the details of sealing compound
Brand name, manufacture details and MSDS along with the bid,
2.1.21) Compound manufacturer must have in-house testing facilities. All tests should
be carried out as per standards and all test certificate of compound as specified
above are to be furnished to E-I-C for approval before use.
2.1.22) The injection sealant / sealing compound used by the contractor shall not
produce any toxic effect on contact either with medium like steam, feed water,
air etc., or with the basic materials of the system. The compound shall be
compatible with steam, feed water, air etc. A sample shall be provided for
testing purposes, on demand from Engineer-in-charge.
2.1.23) Also, the contractor shall obtain certification for the actual quantity of Sealant
injected.
2.1.24) Contractor will have to make separate gate pass by CPCL – CISF security gate
for entry of the special clamps / sealing compound to be used against this line
item and copy of gate pass along with the other documents shall be submitted
by the contractor for claiming payment against this line item.
2.1.25) Unit of Measurement “KG” means per KG charges for supply and injection of
sealing compound by utilizing the clamp. Quantity of Measurement shall be total
weight of the injection compound used for online leak sealing.
3.0 JOB CALL:

Normally jobs will be allotted as and when required, in the form of system
generated CPCL maintenance orders, based on maintenance work requests,
Checklists, etc. In case of emergencies, Job requests will be made over
telephone / mobile phone at any time including nights, company declared
holidays and Sundays. The contractor shall provide sufficient contact telephone /
mobiles phone numbers of responsible persons for effective communication. The
contractor shall depute their personnel to work immediately (within 6 hours) on
receipt of information / instructions from EIC and finish the work in shortest
possible time.

The necessary clamps as per the required dimension and sealant shall be
mobilized within 24 - 48 hours from the date of verbal communication. Adequate
advance notice will be given to carryout work of normal nature. Contract
personnel shall reside 5km within the periphery of the Refinery, which will enable
them to start jobs within the shortest possible time.

Page 44 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

If required by EIC, contractor shall work on round the clock basis also to
complete the job without additional charges.

4.0 GUARANTEE PERIOD:

Jobs executed by the contractor shall be guaranteed for a period of 6 months


from the date of job completion for fresh sealing jobs. In the event of recurring
of leak from an already attended job during this period the party shall rectify the
leakage at free of cost reinjection along with replacement / repair to the sealing
arrangement as required, shall be carried-out by the contractor at free of cost.
No charge shall be claimed by the party in any form. The contractor shall put
appropriate tag on each jobs done by them putting the execution date. However,
if the leak occurs in sealing arrangement beyond the guarantee period,
applicable payment will be made as stipulated in SOR and scope of work.
Sl. Description Guaranteed No of days
No
Guaranteed Leak Proof Days from the date
1 6 Months
of injection of Online sealing

Re-Injection: For re-injection jobs, the contractor shall be guaranteed for 6


months. In case leak appears in the joint already sealed by the contractor, the
same shall be reinjected immediately as per following.
1) Free of cost if re-leak appears within 180 days of attending the same.
2) 50% of normal sealing rates, if re-leak appears after 180 days but within 360
days.
3) Beyond 180 days, the leak shall be treated as a fresh leak and contractor can
stake a claim accordingly.

Sl. No Description Guaranteed No of


days
Guaranteed Leak proof days from the date of
1 re-injection in the already sealed by the 3 Months
contractor

5.0 Payment Method:

Supply of Special Clamp : Unit of Measurement "KG" means per KG charges for
Design, Fabrication and Supply of Special Clamps. Quantity of Measurement shall
be total weight of the supplied Special Clamps. Payment will be made on actual
weight of the clamp supplied. The contractor shall measure the weight of the

Page 45 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

clamp, in the presence of the Engineer-in-charge or his authorised


representatives prior to using it at the site.
All the agreed rates for supply and fabrication of clamps are for Mild Steel
(MS)/Carbon Steel (CS) clamps. In case of supply and fabrication of Stainless
Steel clamps (SS304L or SS316L) as per the site requirement and as instructed
by EIC, the rates for supply and fabrication of SS clamps shall be Five Times i.e
multiplied by 5. However, contractor has to obtain Prior approval from EIC in
writing before proceeding ahead with design, supply and fabrication of SS
clamps.
Supply of Sealant Compound: Unit of Measurement “KG” means per KG charges
for supply and injection of sealing compound by utilizing the irregular shape
clamp. Quantity of Measurement shall be total weight of the injection compound
used for online leak sealing of irregular shape clamp.

6.0 GENERAL CONDITIONS OF CONTRACT (TECHNICAL):


6.1) On placement of the order the successful bidder shall set up facility for attending
this EMERGENCY jobs.
6.2) The quoted rates are valid for all elevations and locations at CPCL, Manali
Refinery. The entire job will have to be carried out as per the direction of the
Engineer-In-charge.
6.3) All the jobs shall be started only after collecting proper work permits for online
leak arresting duly signed by Manufacturing department and Field Engineers.
Without proper work permit, If the contractor was found working in the Plants,
suitable penal action will be taken as per contract terms.
6.4) No idling charges shall be given for manpower & equipment’s in any
circumstances.
6.5) The contractor shall always keep available the required tools and tackles,
consumables and other material as may be considered necessary by EIC as per
work exigency for timely and efficient performance of the jobs as spelt out in the
scope of work.
6.6) The contractor shall make proper entry for all their materials, tools & tackles,
etc, which are brought inside CPCL at the Security Gate duly entered, signed and
stamped by CISF and maintain record.
6.7) The contractor shall make themselves fully conversant with the locations and the
type of job to be carried-out therein, to clearly understand the scope of work and
assess the manpower and resource requirement.

Page 46 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

6.8) Contractor shall have a workshop set-up or tie-up with local workshop for
fabrication of special clamp within Chennai. Contractor shall ensure sufficient raw
material for clamp fabrication, fasteners, and sealing compounds are kept in
ready stock for clamp fabrication and Installation.
6.9) If the contractor is outstation agency (based at locations other than Chennai),
they shall submit the undertaking that contractor shall make necessary
arrangements to have required manpower stationed at Chennai and to have
required tools & tackles, equipment, safety PPE, etc., within the Refinery at
designated area so as to take up the assigned jobs on immediate basis
throughout the contract validity period.
6.10) It is the responsibility of the contactor for proper housekeeping of the work place
after completion of job. The area shall be cleared of all debris, waste materials,
spilled sealants, etc immediately after completion of the job on daily basis.
6.11) No call charges shall be paid, in case the contractor is called to site and CPCL is
not in a position to allot the job due to any reasons whatsoever.
6.12) All materials, labours, supervision, equipment, machinery, consumables for
carrying out the job shall be under contractor's scope including transportation of
the same to/from the work site. The transportation of material and tools &
tackles from one unit to the other and within unit shall be in the scope of the
contractor. Rate shall be inclusive of such expenses and contractor shall not be
paid for these jobs separately. The contractor shall make their own arrangements
and No additional charges will be made. No canteen arrangement shall be
provided by CPCL.
6.13) The Quantities mentioned in SOR are indicative only. The actual quantities may
vary in accordance with the contingency / requirement of the plant. However,
payment will be made as per the quantities executed and certified as per
Schedule of Rates.
6.14) Proper transport facility to be provided by the agency for timely transportation of
men and materials to the location of the work.
7.0 Safety Requirements:

All safety precautions shall be ensured while doing the job as per safety rules
and regulations.
7.1) Contractor shall strictly follow the safety guidelines and safety practices as per
work permit system prevalent in the Refinery, Violation of the same will attract
suitable penalty.

Page 47 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

7.2) All the workers must use all the PPE’s like hand gloves, safety shoes, eye
goggles, helmet, PP hand gloves, non-respiratory personal protective equipment
(PPE) such as adequate quantity of dust masks for all site manpower and multi-
purpose type gas respirators, aprons along with uniform coveralls (Boiler Suit)
and Inherent Fire Retardant (IFR) suit for persons working in hazardous area. All
Personal Protective Equipment (PPE) shall conform to latest IS standards.
7.3) Contractor shall be fully responsible for the safety of workmen employed by them
at the work. Agency shall provide necessary safety appliances such as aprons
suitable for the area where the work is to be executed, safety helmets, safety
belts, safety shoes, protective clothing, goggles, hand gloves, first aid box etc.
7.4) Contractor to provide separate Inherent Fire Retardant Suit (IFR) to each worker
/ Manpower deployed at site. No worker / Manpower is allowed at site without
IFR Suit.
7.5) The Contractor's site supervisor with safety experience & knowledge should be
present at execution site during execution of job, non-availability of site
supervisor at execution site during execution of job shall be treated as violation
of safety rule and penalty of Rs. 1,000 shall be impose as per SCC.
7.6) Contractor should strictly follow the safety norms. The contractor supervisor(s)
who will be responsible for his team of workmen shall have to undergo a briefing
by our Fire & Safety department before commencement of the work. In absence
of this compliance, contractor will not be allowed to carry out the work. Penalty
at the prevailing rates as per GCC &/or SCC shall be imposed, in case of violation
of safety norms.
7.7) On placement of the order the successful bidder shall set up office facility at site
and also set up a facility for attending Emergency jobs.
7.8) All Safety precautions shall be strictly complied and all electrical appliances like
grinding machine, welding machine etc., if applicable shall be properly guarded
and power supply shall be routed through ELCB of 30 mA rating, otherwise it
shall not be allowed at the site. All gas cutting equipment if applicable shall be
properly fitted with flash back spark arrestor. Only qualified electrician with valid
license shall be deputed for marking electrical connections.
7.9) All lifting tools and tackles including lifting slings of all capacities shall be allowed
with proper identification on equipment (Name of Agency, Sr No of equipment,
date of testing) & correlating load test certificates through TPI by component
person.
7.10) All the contractor workmen shall have to undergo a briefing by CPCL Fire &
Safety department. Before Commencement of the Work, they shall obtain a

Page 48 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

certificate or get their gate pass stamped by F & S after the briefing. In absence
of this compliance, contractor will not be allowed to carryout the work.
7.11) Work permit system of CPCL shall be followed without fail. Accordingly, the
contractor shall be responsible for initiating and coordinating the necessary
approval and clearance of different departments of Refinery. These activities
shall be completely in contractor’s scope and shall not be payable extra.
7.12) Contractor shall necessary follow guidelines corresponding to work at height
permit. All persons appointed to carryout jobs at height under work at height and
confined space entrant shall undergo medical examination and get fitness
certificate get fitness certificate in CPCL format from Doctor and same shall be
valid for a period not exceeding 6 months. For working at height – bare minimum
requirement shall be fulfilled by contractor with provision of life line, retractable
fall arrestors and safety harness with double hook lanyard.
7.13) Contractor to note that validity of Gate Pass of Contract Workers is linked with
police verification, medical fitness certificate and safety training, also validity of
Gate Pass should be in line with validity of Medical Fitness certificate of the
individual. No gate pass shall be issued and renewed without availability of
medical fitness certificate. Contractor shall ensure compliance of the same.
7.14) All grinding machines must be fitted with safety guard.
8.0 CONTRACT MANAGEMENT:
Qualified Site Supervisor:
As the jobs need to be taken-up in multiple locations, the contractor shall deploy
adequate experienced / qualified Site Supervisors at least one (1) person to
supervise the jobs and to coordinate with CPCL Field Engineers and for obtaining
work permits on day-to-day basis to ensure smooth progress of work. And Site
supervisor should have experience in safety to ensure safety in the site. Site
Supervisor must be with minimum Two years of experience in fire & safety field
in Petroleum refinery / Petrochemicals plant / Chemical Fertilizers plant /
Hydrocarbon industry.
Execution Team:
The contractor shall mobilize and deploy adequate experienced and trained
skilled labourers as given below, in multiple locations for smooth progress of
work and to complete the jobs as mentioned in Scope of work within the time
schedule.
9.0 PENALTY FOR DELAYS / ABSENCE:

Page 49 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

9.1) In case of any absence of the below key personnel for more than 3 days in a month, the
following deductions will be made from their running bill (RAB):
9.2) Penalty of Rs. 1,000/- shall be applicable at each instance (per day) for non-availability
of Site-in-charge / Safety officer.
9.3) Non-compliance of IFR Suit to their Hot Work Teams, a Penalty of Rs 500/- per person
per occasion will be levied in their RA Bills.
9.4) Non-Compliance of Housekeeping around the maintenance areas, a Penalty of Rs. 3,500
per weekly time period will be levied in their RA Bills.
9.5) If the debris / other scrap is returned / disposed at a place other than the scrap yard /
identified by EIC, then a penalty of Rs. 5,000 shall be imposed for each instance.
9.6) Other Penalties for non-compliance of safety and work permit systems are

************

Page 50 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

SCOPE OF SUPPLY

CPCL’s Scope at free of cost

 Electrical power, water and Compressed Air at 5 to 6 kg/sq.cm from the utility plant air or
from a Mobile Air compressor.
 Necessary Scaffolding wherever required by providing scaffolding platforms including
scaffolding material, scaffolding erection and dismantling
 Lighting arrangements.
 Special Fire Suit, special breathing apparatus etc. if required will be issued on returnable
basis by CPCL on free of cost for doing the job.
 Insulation removal and fixing back.
 Crane with operator and riggers if required for clamp erection.
 Space to keep Portable type site office inside Refinery and for storing contractor’s
materials. However, contractors shall make their own arrangement for safekeeping of the
materials. The responsibility for any pilferage, theft or loss of contractors’ materials lies
with the contractor.
 Contractor shall make their own arrangement for shifting any free issue materials from
owners’ storage point to site and returning of un-used material from site to storage point.
No extra claim will be entertained on this account.

Contractor shall maintain a register to account for CPCL issued materials. Final bill will be
passed only after submitting reconciliation statement signed by Engineer-in-charge.
Suitable penalty will be levied for any loss or damage caused to CPCL materials

Contractors’ scope

 Required Skilled / Trained technicians and site supervisors having experiences in online
leak sealing / arresting jobs to carry on the specialized job safely are to be deployed.

 Required all type of sealing compounds as per the standards, machineries like drilling &
grinding with guard and injection equipment’s, tools and tackles, consumables etc.,
required to complete the scope of work in all the respects as per the instruction of EIC.

 Supply all types of Clamps for jobs including Design, fabrication, welding and
transportation.

Page 51 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

 Adequate Air and Water Hoses with fittings,

 Electrical extension boxes with ELCB arrangement.

 The contractor shall arrange all required personal protective and safety gadgets for the
working personnel. Proper personal protective equipment like Uniforms (Boiler suits - with
contractor name stamped on both front and back for workmen), Aprons to withstand high
temperature, Leather gloves, Safety shoes, Safety helmets, Safety gloves, Face mask,
Safety belts, Safety goggles, etc, to their workmen. Personal Protective Equipment shall
be of Reputed Brand and to be maintained in good condition. – All Personal Protective
Equipment (PPE) shall conform to latest IS standards.

 Contractor to provide separate Inherent Fire Retardant suit to each worker / manpower
deployed at site. No worker / Manpower is allowed at site without inherent Fire Retardant
Suit.

 Contractor to provide Safety signboards & tapes, Safety barricading materials, Intrinsically
Safe torch lights

 All transport arrangements for shifting materials and for their employees to CPCL work
site as in SOR shall be in Contractor scope.

 Food, Boarding/Lodging facilities for the contractor’s manpower shall be arranged by the
Contractor.

 Contractor’s Vehicle for shifting workmen, tools & tackles, sealing compound materials,
shifting of fabricated clamps contractors work shop to CPCL work site, etc. required for
carry out the job.

 Portable type site office set-up inside the CPCL Manali refinery.

 Any other material required for the job & not mentioned in owner's scope.

Contractor shall maintain a register to account for their materials, equipment, tools &
tackles, etc brought inside for the work, and shall have proper entry passes with CISF
Security Seal at the time of entering. They will not be permitted to take back their
materials unless substantiated with proper documentary evidence.
~~~~~~~~~~~~~~~~

Page 52 of 61
Tender no. : CPCLV24177

Name of Work: Annual Rate Contract (ARC) for Online leak sealing / arresting of
leaks by Supplying of Suitable Special Clamp and application of suitable sealant at
CPCL - Manali Refinery for 3 Years period.

TIME SCHEDULE

Name of work Completion time

2 (Two) years which shall be reckoned


from the date of commencement of
services at CPCL Site at CPCL Site.
ANNUAL RATE CONTRACT FOR
ONLINE LEAK SEALING SERVICES AT Extension Clause: The contract period
CPCL-MANALI may be extended for 1 (One) more year
on the same rates, terms and conditions
at the sole discretion of CPCL.

Mobilisation Period: 15 Days from the date of issue of FOA or LOA

Page 53 of 61
Standard procedure for online sealing jobs. Tender no. : CPCLV24177
Introduction:
On the basis of the application / requirement in refineries, guidelines have been prepared a
Standard procedure for online sealing jobs based upon best industry practice used in online
sealing job for
o Piping / Fittings leakages
o Valve gland leakages, &
o Valve bonnet leakage / flange leakage
Standard procedure for online sealing jobs:
a) Survey of the leaking location and surrounding environment, job identification & its
validation shall be carried out by plant personnel. Identification & marking of the leak shall
be carried out in the P&ID & isometrics (if such documents are not available, then a
handmade isometric of the location can be attached).
b) Job Safety Analysis, including the contingency plan in case there is increase in leak during
execution, shall be carried out.
c) After inspecting the location, if the reason for the leak on the pipeline / valves on which the
online sealing is proposed happens to be due to corrosion / erosion, mandatory thickness
verification on adjacent areas of the leakage shall be carried out. Online sealing will only
be carried out if the thickness of the adjacent surface area of the leaking components is
found satisfactory.
d) If the fasteners of the flanges, in which the online sealing is proposed, is found to be
corroded, online sealing is not recommended.
e) Checking of vibrations on the leaky component shall be ascertained in order to avoid any
upset during or after online sealing job.
f) Personnel responsible for execution of the job shall be given necessary safety talk / tool
box talk prior to execution of the job. This will include the general awareness of the
working area / plant, pathway to safe exit passage, emergency telephone nos., assembly
point, etc. Work Permit System is to be strictly followed.
g) Suitable sealing method shall be selected. Metal clamping for piping, valve bonnet or
flange leakage and threading for valve gland leakage is preferred.
h) For online sealing by clamping method, scope shall include taking measurement of clamp
at site, preparation, manufacturing & supply of the same. Extreme caution shall be taken
during site measurement.
i) The clamp shall be designed to be filled with compound completely without any annular
space for accumulation of operating fluid.
j) All the necessary tools & tackles for installation of the clamp, sealants & injecting of the
sealants by Injection Tool kit, hand pump set, g-clamp & injection valves, injection gun etc.
are to be kept ready prior to starting of the work.
k) Clamp shall be installed at the area of the cavity to establish a proper sealing.
l) In case of small gap between the line flanges, gland packings / caulking wire of suitable
specification based on the application can be installed for temporarily sealing prior &
during injection.
m) Injection of sealants (for all sealing method types) shall be done through sufficient injection
sockets.
 The first Injection hole should be opposite to the original leaking point;
 Inject sealants in an order that approaches the leaking point.
n) Final survey of the sealing shall be done after completion of job.
o) To avoid secondary leakage caused by stress relaxation, sealant shall be injected once
again after the sealant solidity of initial injection (as per the requirement at site).
p) For arresting gland leakages, drilling of the gland by suitable drill kit, provision of injection
valves in the drill area, threading, provision of injection valves & locking of the valves by
grub screw / other locking arrangement shall be ensured.
q) For preparation of clamps, the standard sizes shall be adopted and will submit design
codes and calculations along with relevant dimensions to EIC for their approval before
going ahead with fabrication of clamps. However, final dimension will be based on the site
conditions.
Page 54 of 61
r) Material test certificate shall be submitted and kept at site for record. Tender no. : CPCLV24177
s) The compound recommended for filling the voids should have the auto ignition
temperature and decomposition temperature more than the operating temperature of the
fluid. It should not contaminate the process fluid.
t) The chemical compatibility chart, MSDS of the sealant along with all required test
certificates prior to Injection to confirm the applicability of the sealants shall be submitted.

Page 55 of 61
Tender no. : CPCLV24177

GROUP-1

Schedule of Rates
Service Required for Plant: 9910 ,CPCL-Manali Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Online leak sealing jobs in Onsite-I

00010
FABRICATION AND SUPPLY OF SPECIAL
CLAMPS TO COVER EXISTING CLAMPS,
VALVE BODY, FLANGE FACES BRANCH PIPES,
ETC FOR ARRESTING LEAKS.
The scope includes procuring raw
material (Mild Steel), design,
fabrication, machining, supply and
fixing of special irregular shape
clamps with fasteners, to cover valves,
flanges, etc completely, to
arrest leaks so as to complete the job
in all respects to the entire
satisfication of EIC. Prior approval of
EIC in writting is required for
the execution of this SOR item.
Contractor will have to make separate
gate pass for entry of the clamp
supplied inside CPCL and copy of gate
pass along with the other
documents such design calculations and
details of MOC and shall be
submitted by the contractor for
claiming payment against this SOR item.
Unit of Measurement "KG" means per KG
charges for Design, Fabrication
and Supply of Special Clamps. Quantity
of Measurement shall be total
weight of the supplied Special Clamps.
Payment will be made on actual
weight of the clamp supplied. The
contractor shall measure the weight of
the clamp, in the presence of the
Engineer-in-charge or his authorised
representatives prior to using it at
the site.
In case of supply and fabrication of SS
/ AS Clamps as per the site
requirement and as instructed by EIC,
the rates for supply and
fabrication of SS clamps shall be Eight

Page 56 of 61
Tender no. : CPCLV24177

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

times i.e multiplied by 8.


However, contractor has to obtain prior
approval from EIC in writing
before proceeding ahead with design,
supply and fabrication of clamps.
00020 13,500.000 KG 150.75 2,035,125.00
"Charges for Design, Fabrication and Rs.ONE HUNDRED Rs.TWENTY LAC
Supply of Irregular Shape Clamps FIFTY & PAISE THIRTY-FIVE
(Material- Mild Steel) SEVENTY-FIVE THOUSAND ONE
Unit of Measurement ""KG"" means per KG ONLY HUNDRED
Wright of supplied Clamp" TWENTY-FIVE ONLY

00030
CHARGES FOR FITMENT AND ONLINE
SEALING INCLUDES SUPPLY AND INJECTION
OF SEALANT IN SPECIAL CLAMPS TO COVER
VALVES, FLANGES, BRANCH PIPES, ETC
FOR ARRESTING LEAKS.
Scope of Work includes on-line leak
sealing of all types of steam, hydro
carbon, acid or other leaks with /
without isolation of the lines /
equipment as per the job requirement
and at different locations &
heights.
This item shall be executed for online
leak sealing by utilizing the
irregular shape clamp for the purpose
of online sealing of complete
valve, branch piping and any other
location as decided by CPCL E-I-C.
Prior approval of EIC in writing is
required for the execution of this
line item.
This item shall be executed for online
leak sealing by utilizing the
irregular shape clamp for the purpose
of online sealing of complete
valve, branch piping and any other
location as decided by CPCL E-I-C.
Prior approval of EIC in writing is
required for the execution of this
line item.
Contractor will have to make separate
gate pass for entry of the
SEALANTS supplied inside CPCL and copy
of gate pass along with the other
documents such test certificates of

Page 57 of 61
Tender no. : CPCLV24177

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

sealant and MSD of sealant, engineer


certification for quantity of sealant
injected on each clamp and shall
be submitted by the contractor for
claiming payment against this SOR
item.
Unit of Measurement #KG# means per KG
charges for supply and injection
of sealing compound by utilizing the
irregular shape clamp. Quantity of
Measurement shall be total weight of
the injection compound used for
online leak sealing of irregular shape
clamp.
Scaffolding, if required shall be
provided by CPCL.
00040 1,500.000 KG 3,500.00 5,250,000.00
FIXING OF SPECIAL CLAMP AND INJECTION Rs.THREE Rs.FIFTY-TWO
OF SEALANT FOR TEMPERATURE UPTO THOUSAND FIVE LAC FIFTY
370 Deg. C - BFW/ AIR/ WATER/ STEAM / HUNDRED ONLY THOUSAND ONLY
HYDROCARBON / CHEMICALS
00050 1,200.000 KG 7,500.00 9,000,000.00
FIXING OF SPECIAL CLAMP AND INJECTION Rs.SEVEN Rs.NINETY LAC
OF SEALANT FOR TEMPERATURE BEYOND THOUSAND FIVE ONLY
370 Deg. C - STEAM AND HYDOCARBONS HUNDRED ONLY

00060
"In case of re-injection required due
to leak / fault in any executed
job, then the job shall be done by the
contractor as per the conditions
mentioned below: -
1.Free of cost, if re-leak appears
within 180 days.
2.At 50% of normal sealing rate, if
leak appears after 180 days but
within 360 days.
3.Beyond 180 days, the leak shall be
treated as a fresh leak and
contractor can stake a claim
accordingly."
Total Value of item 00010 (Rs.): 16,285,125.00
Rs.ONE CRORE SIXTY-TWO LAC EIGHTY-FIVE THOUSAND ONE HUNDRED TWENTY-FIVE ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 16,285,125.00
Rs.ONE CRORE SIXTY-TWO LAC EIGHTY-FIVE THOUSAND ONE HUNDRED
TWENTY-FIVE ONLY
Estimated landed cost (inclusive of GST) = Rs. 1,92,16,447.50

Page 58 of 61
Tender no. : CPCLV24177

GROUP-2

Schedule of Rates
Service Required for Plant: 9910 ,CPCL-Manali Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Online leak sealing jobs in Onsite-II

00010
FABRICATION AND SUPPLY OF SPECIAL
CLAMPS TO COVER EXISTING CLAMPS, VALVE
BODY, FLANGE FACES BRANCH PIPES, ETC
FOR ARRESTING LEAKS.
The scope includes procuring raw
material (Mild Steel), design,
fabrication, machining, supply and
fixing of special irregular shape
clamps with fasteners, to cover valves,
flanges, etc completely, to
arrest leaks so as to complete the job
in all respects to the entire
satisfication of EIC. Prior approval of
EIC in writting is required for
the execution of this SOR item.
Contractor will have to make separate
gate pass for entry of the clamp
supplied inside CPCL and copy of gate
pass along with the other
documents such design calculations and
details of MOC and shall be
submitted by the contractor for
claiming payment against this SOR item.
Unit of Measurement "KG" means per KG
charges for Design, Fabrication
and Supply of Special Clamps. Quantity
of Measurement shall be total
weight of the supplied Special Clamps.
Payment will be made on actual
weight of the clamp supplied. The
contractor shall measure the weight of
the clamp, in the presence of the
Engineer-in-charge or his authorised
representatives prior to using it at
the site.
In case of supply and fabrication of SS
/ AS Clamps as per the site
requirement and as instructed by EIC,
the rates for supply and
fabrication of SS clamps shall be Eight

Page 59 of 61
Tender no. : CPCLV24177

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

times i.e multiplied by 8.


However, contractor has to obtain prior
approval from EIC in writing
before proceeding ahead with design,
supply and fabrication of clamps.
00020 12,000.000 KG 150.75 1,809,000.00
"Charges for Design, Fabrication and Rs.ONE HUNDRED Rs.EIGHTEEN LAC
Supply of Irregular Shape Clamps FIFTY & PAISE NINE THOUSAND
(Material- Mild Steel) SEVENTY-FIVE ONLY
Unit of Measurement ""KG"" means per KG ONLY
Wright of supplied Clamp"

00030
CHARGES FOR FITMENT AND ONLINE SEALING
INCLUDES SUPPLY AND INJECTION OF
SEALANT IN SPECIAL CLAMPS TO COVER
VALVES, FLANGES, BRANCH PIPES, ETC
FOR ARRESTING LEAKS.
Scope of Work includes on-line leak
sealing of all types of steam, hydro
carbon, acid or other leaks with /
without isolation of the lines /
equipment as per the job requirement
and at different locations &
heights.
This item shall be executed for online
leak sealing by utilizing the
irregular shape clamp for the purpose
of online sealing of complete
valve, branch piping and any other
location as decided by CPCL E-I-C.
Prior approval of EIC in writing is
required for the execution of this
line item.
This item shall be executed for online
leak sealing by utilizing the
irregular shape clamp for the purpose
of online sealing of complete
valve, branch piping and any other
location as decided by CPCL E-I-C.
Prior approval of EIC in writing is
required for the execution of this
line item.
Contractor will have to make separate
gate pass for entry of the
SEALANTS supplied inside CPCL and copy
of gate pass along with the other
documents such test certificates of

Page 60 of 61
Tender no. : CPCLV24177

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

sealant and MSD of sealant, engineer


certification for quantity of sealant
injected on each clamp and shall
be submitted by the contractor for
claiming payment against this SOR
item.
Unit of Measurement #KG# means per KG
charges for supply and injection
of sealing compound by utilizing the
irregular shape clamp. Quantity of
Measurement shall be total weight of
the injection compound used for
online leak sealing of irregular shape
clamp.
Scaffolding, if required shall be
provided by CPCL.
00040 1,500.000 KG 3,500.00 5,250,000.00
FIXING OF SPECIAL CLAMP AND INJECTION Rs.THREE Rs.FIFTY-TWO
OF SEALANT FOR TEMPERATURE UPTO THOUSAND FIVE LAC FIFTY
370 Deg. C - BFW/ AIR/ WATER/ STEAM / HUNDRED ONLY THOUSAND ONLY
HYDROCARBON / CHEMICALS
00050 1,200.000 KG 7,500.00 9,000,000.00
FIXING OF SPECIAL CLAMP AND INJECTION Rs.SEVEN Rs.NINETY LAC
OF SEALANT FOR TEMPERATURE BEYOND THOUSAND FIVE ONLY
370 Deg. C - STEAM AND HYDOCARBONS HUNDRED ONLY

00060
"In case of re-injection required due
to leak / fault in any executed
job, then the job shall be done by the
contractor as per the conditions
mentioned below: -
1.Free of cost, if re-leak appears
within 180 days.
2.At 50% of normal sealing rate, if
leak appears after 180 days but
within 360 days.
3.Beyond 180 days, the leak shall be
treated as a fresh leak and
contractor can stake a claim
accordingly."
Total Value of item 00010 (Rs.): 16,059,000.00
Rs.ONE CRORE SIXTY LAC FIFTY-NINE THOUSAND ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 16,059,000.00
Rs.ONE CRORE SIXTY LAC FIFTY-NINE THOUSAND ONLY
Estimated landed cost (inclusive of GST) = Rs. 1,89,49,620.00

Total cost (inclusive of GST) = Rs. 3,81,66,067.50


Note : Bidder to quote their price inclusive
Page 61ofofGST
61 in GEM Portal.

You might also like