Documente Academic
Documente Profesional
Documente Cultură
Haldia
TENDER DOCUMENT
(Document No : A872-TENDER_DOC-A872-030-83-41-CI-T-9514)
Page 1 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
A872- 0 TENDER DOCUMENT 9
TENDER_DOC-
A872-030-83-41-CI-
T-9514
A872-030-83-41-CI- 0 BALANCE CIVIL WORKS FOR PLANT AND NON PLANT 655
T-9514 BUILDINGS-TERMIN
A872-030-83-41- 0 SCOPE OF WORK & SUPPLY 670
SOW-5014
A872-030-81-41- 5 SCOPE OF WORKS & SUPPLY (ARCHITECTURE & UG CIVIL) 686
SOW-9514 FOR CIVIL WORKS FOR PLANT & NON-PLANT BUILDINGS
A872-030-16-50-SP- B SCOPE OF WORK AND JOB SPECIFICATION 696
9514
A872-030-16-51- A SCOPE OF WORKS (Instrumentation) 705
SOW-9514
A872-030-80-43- 1 SCOPE OF WORK AND SUPPLY FOR SME 708
SOW-9514
A872-030-80-43-SP- 1 JOB SPECIFICATION FOR SME 713
9514
6-68-0001 4 Standard specification civil and structural works - general scope. 729
6-68-0002 5 Standard specification civil & structural works materials. 733
6-68-0003 5 Standard specification civil & structural works earthwork. 749
6-68-0004 7 Standard specification civil & structural works plain & reinforced 762
cement concrete
6-68-0005 5 Standard specification civil & structural works reinforced cement 792
concrete for liquid retaining structures.
6-68-0006 6 Standard specification civil & structural works structural steel 800
works.
6-68-0007 6 Standard specification civil & structural works structural steel 824
works (tubular/ hollow sections)
6-68-0008 6 Standard specification civil & structural works miscellaneous steel 840
works
6-68-0009 4 Standard specification - civil & structural works - brick masonary. 852
6-68-0012 4 Standard specification civil & structural works demolition and 861
dismantling.
6-68-0013 4 Standard specification - civil & structural works - miscellaneous 868
items.
6-68-0017 0 Standard specification - civil & structural works - bipolar concrete 877
penetrating corrosion inhibiting admixture
6-68-0035 0 Standard specification civil & structural works water-proofing of 891
underground concrete structures
6-68-0056 3 Standard specification civil & structural works bonding fresh 922
concrete to old concrete by epoxy resin bonding system.
6-68-0062 3 Standard specification civil & structural works vacuum dewatering 928
concrete system
6-79-0020 0 Standard specification for surface preparation and protective 935
coating (new construction)
A872-030-02-42- 0 PROTECTIVE COATING SPECIFICATION 994
PCS-0003
6-82-0001 8 Standard specification for health, safety & environment (HSE) 998
management at construction sites
6-82-3100 0 Inspection & test plan (ITP) for civil, structural & architectural 1088
works (item rate contracts - with categorization)
6-78-0001 1 Specification for quality management system requirements from 1152
bidders
6-78-0002 1 Specification for documentation requirement from contractors 1159
6-78-0003 1 Specification for documentation requirement from suppliers 1168
Page 2 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
6-75-0001 6 Standard specification for architectural works general. 1177
6-75-0002 6 Standard specification for floor finishing. 1184
6-75-0003 6 Standard specification for wood works 1199
6-75-0004 7 Standard specification for steel / aluminium doors, windows and 1207
ventilators.
6-75-0005 6 Standard specification for plastering and pointing. 1220
6-75-0006 6 Standard specification for roof treatment. 1229
6-75-0007 6 Standard specification for white / colour washing, distempering, 1238
painting and polishing
6-75-0008 6 Standard specification for roofing. 1253
6-75-0009 6 Standard specification for sanitary fittings and fixtures. 1263
6-75-0010 6 Standard specification for false ceiling, false flooring underdeck 1269
insulation & partitioning
6-75-0011 1 Standard specification for fire check / fire resistant doors, windows 1280
& partitions
6-75-0012 1 Standard Specification for external facade system with structural 1289
glazing and aluminium composite panels
6-65-0053 4 Standard specification for plumbing & building drainage. 1305
6-66-0050 2 Standard specification for Clean Agent System 1313
6-51-0006 5 Specification for flameproof control stations. 1331
6-51-0008 5 Specification for flameproof lighting and power panels 1338
6-51-0012 4 Specification for MV switchboards fixed type for package 1345
equipment
6-51-0014 5 Specification for industrial type control stations. 1353
6-51-0051 8 Specification for medium and high voltage cables & accessories. 1359
6-51-0052 6 Specification for communication and fire alarm cables. 1369
6-51-0061 5 Specification for hazardous area light fixtures and junction boxes 1379
6-51-0064 1 Specification for energy efficient medium voltage induction motors 1386
6-51-0081 4 Specification for electrical equipment installation. 1398
6-51-0082 5 Specification for cable installation. 1413
6-51-0083 5 Specification for lighting installation. 1424
6-51-0084 4 Specifications for earthing installation. 1437
6-51-0087 3 Specification for field inspection, testing and commissioning of 1444
electrical installations
6-51-0093 5 Specification for electrics of package equipment. 1452
6-81-1006 3 ITP for flameproof control stations 1462
6-81-1008 2 ITP for flameproof lighting and power panels 1467
6-81-1012 2 ITP for MV fixed type switch board for package equipment 1472
6-81-1014 3 ITP for industrial type control stations 1478
6-81-1032 5 ITP for MV motors 1482
6-81-1051 3 ITP for MV & HV cables & accessories 1488
6-81-1061 3 ITP for hazardous area lighting fixture & junction boxes 1494
6-61-0017 0 Standard specification for air conditioning system 1500
7-68-0051 5 Standard lifting hooks in precast slabs & chequered plates. 1533
7-68-0056 7 Metal insert plates. 1534
7-68-0061 6 Handrail fixing to RCC structure. 1541
7-68-0062 6 Typical cranking detail of rebar at beam & col. junctions. 1542
7-68-0066 5 Standard lintels. 1543
7-68-0067 1 Structural details of misc. architectural features 1548
7-68-0104 6 Reinforcement details at Sq/Rect. cutout in slab. 1552
7-68-0201 6 Standard lugs. 1553
Page 3 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0202 7 Typical grating support. 1554
7-68-0203 7 Typical chequered plate support. 1555
7-68-0417 7 MS anchor bolt assemblies 1556
7-68-0501 7 Handrails 1563
7-68-0506 6 Steel stairs 1571
7-68-0507 7 Details of steel ladder 1577
7-68-0625 1 Cable trench inside the buildings 1580
7-68-0626 4 Cable trench 1596
7-68-0655 3 Cable trench for class-AA tracked vehicle (crane approach) 1613
7-68-0684 4 Monorail fixing detail with RCC beam 1620
7-68-0695 2 Electrical cable tray supporting structure 1623
7-68-0697 3 Electroforged grating type-I & type-II 1632
7-67-0008 7 Pedestal for stair/ladder. 1640
7-67-0011 5 Flooring details for buildings. 1641
7-75-0002 5 Skirting detail (with brick wall). 1643
7-75-0003 5 Skirting detail (with RCC column). 1644
7-75-0004 5 Dado detail (with brick wall and RCC col.) 1645
7-75-0006 5 Steel door hollow type single shutter. 1646
7-75-0007 5 Steel door hollow type double shutter. 1647
7-75-0011 5 Wooden flush door (with pressed steel frame). 1648
7-75-0012 5 Wooden flush door (with wooden frame). 1649
7-75-0013 5 Wooden glazed door double shutter. 1650
7-75-0014 5 Glazed aluminium door. 1651
7-75-0015 5 Glazed aluminium window. 1652
7-75-0041 5 False ceiling details with aluminium grid. 1653
7-75-0042 5 Aluminium panel false ceiling (84C system). 1654
7-75-0043 5 Aluminium panel false ceiling (tray type). 1655
7-75-0049 1 False flooring 1657
7-75-0051 5 Transformer gate details (upto 6000mm. width) 1660
7-75-0052 4 Transformer gate details (beyond 6000mm. width) 1662
7-75-0054 5 Steel gate (for entrances upto 6.0m width). 1663
7-75-0060 5 Orissa pan W.C. (fixing detail). 1665
7-75-0062 5 European type W.C. (fixing detail). 1667
7-75-0063 5 Urinal fixing detail. 1669
7-75-0064 5 Wash basin fixing detail. 1670
7-75-0065 5 Plinth protection (with building drain) 1672
7-75-0066 5 Wooden panel door (toilet door). 1674
7-75-0068 5 Roof drainage and water proofing. 1675
7-75-0070 5 Steel door (pressed steel) single shutter. 1678
7-75-0071 5 Steel door (pressed steel) double shutter. 1679
7-75-0091 1 Metal sheet (flashing detail) 1680
7-75-0093 0 Stainless steel tubular handrail 1682
7-75-0095 0 Toilet Cubicles Details 1686
7-65-0001 3 Abbreviations, legends and equipment symbols. 1687
7-65-0211 4 Details of rungs for manholes, valve pits, tanks, etc. 1691
7-65-0214 5 Gully trap chamber. 1692
7-65-0215 4 Inspection chamber. 1693
7-65-0216 5 Septic tank type I, II, III & IV 1694
7-65-0217 5 Details of soak pit. 1695
Page 4 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
7-65-0218 5 Septic tanks type - V, VI & VII. 1696
7-65-0220 5 Valve pit type-1 for dia. < 3¿". 1697
7-65-0224 2 Chequered plate details (for masonry valve pit type-I, type-II, type- 1698
III & type-IV)
7-65-0310 4 Detail of neutralization pit. 1699
7-51-0101 5 Typical earth electrode for earthing system. 1700
7-51-0102 7 Typical earth electrode in test pit. 1701
7-51-0103 6 Typical earth plate and fixing details. 1702
7-51-0104 5 Typical arrangement for earthing of motor 1703
7-51-0106 5 Typical earth connection for push button station. 1704
7-51-0116 7 Equipment earthing schedule. 1705
7-51-0212 5 Typical installation of fluorescent / led fixture mounting in exposed 1706
wiring system.
7-51-0213 5 Typical installation of recessed mounted fluorescent / led fixture. 1707
7-51-0214 5 Typical installation of recessed mounted or below false ceiling 1708
mounted lighting fixture.
7-51-0215 5 Typical installation of recessed mounted lighting fixture block of 1709
four.
7-51-0217 5 Typical installation of well glass lighting fixture (safe area). 1710
7-51-0218 5 Typical installation of bulkhead lighting fixture. 1711
7-51-0219 5 Typical installation of dispersive reflector fixture. 1712
7-51-0224 5 Typical installation of weather proof light fixture. 1713
7-51-0225 4 Typical installation of flame proof lighting panel. 1714
7-51-0226 5 Typical installation of lighting / power panel wall (surface) 1715
mounted.
7-51-0229 5 Typical installation details of lighting fixture mounting in concealed 1716
conduit system.
7-51-0230 5 Typical installation of lighting / power panel flush mounted. 1717
7-51-0232 4 Typical installation of metsec channel and lighting fixture. 1718
7-51-0305 5 Installation details for conduit or cable support on wall/ slab/ beam. 1719
7-51-0314 5 Connection details for motor and control station (cable in tray). 1720
7-51-0323 4 Cable termination for motors (Cable dropping from overhead trays) 1721
7-51-0332 3 Safety measures for electrical installations during construction 1722
7-51-0333 3 Details for hot dip galvanized ladder type cable trays 1724
7-51-0335 3 Typ. installation details of electrical panels on false flooring 1727
7-51-0336 3 Typ. installation details of electrical panels on cable trench 1728
7-76-0103 1 Instructions to vendor for site performance guarantee 1730
requirements for package units
A872-030-81-41-LL- 1 APPROVED VENDOR LIST 1737
01
A872-030-16-50-OD- A VENDOR LIST 1747
9514
A872-030-80-43-VL- 1 SUB VENDOR LIST FOR SME 1751
9514
A872-030-83-41- 2 GA & R/F DETAILS OF PILE CAP & TIE BEAMS 1757
06001
A872-030-83-41- 1 R/F DET. OF TIE BEAMS 1758
06002
A872-030-83-41- 1 GA OF FIRST FLOOR & SLAB 1759
06003
A872-030-83-41- 1 GA & R/F OF ROOF FLOOR SLAB & BEAM sh. 1 of 2 1760
06004
Page 5 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-83-41- 0 GA & R/F DET. FIRST FLOOR SLAB AND BEAMS 1761
06005
A872-030-83-41- 1 R/F DET. OF FIRST FLOOR BEAMS sh. 1 of 2 1762
06006
A872-030-83-41- 0 GA & R/F DET. OF ROOF SLAB & BEAMS 1763
06007
A872-030-83-41- 0 R/F DET. OF ROOF BEAMS sh. 2 of 2 1764
06008
A872-030-83-41- 1 GA & R/F DET. OF STAIRCASE 1765
06009
A872-030-83-41- 2 GA & R/F DET. LINTEL BEAMS 1766
06010
A872-030-83-41- 3 GA & R/F DET. OF TIE BEAM TRANSFORMER FOUNDATION 1767
06011
A872-030-83-41- 2 GA & R/F DETAIL OF PILE CAP FOR TRANSFORMER SUPP 1768
06012
A872-030-83-41- 2 GA & R/F DET. OF PILE CAP AND TIE BEAMS 1769
06071
A872-030-83-41- 1 R/F DET. OF TIE BEAMS 1770
06072
A872-030-83-41- 4 GA & R/F DET. OF COLUMN 1771
06073
A872-030-83-41- 2 G.A. AND R/F DETAILS OF TIE BEAM 1772
06074
A872-030-83-41- 3 G.A. AND R/F DETAIL OF ROOF BEAM 1773
06075
A872-030-83-41- 3 R/F DETAILS OF ROOF BEAM 1774
06076
A872-030-83-41- 3 R/F DETAILS OF COLUMN AND WALLS 1775
06077
A872-030-83-41- 0 GA & R/F DETAIL OF PILE CAP & TIE BEAMS 1776
08041
A872-030-83-41- 2 GA & R/F DETAIL OF COLUMN 1777
08042
A872-030-83-41- 2 DETAIL OF PORTAL EL. AND SIDE SHEETINGS 1778
08043
A872-030-83-41- 1 DET. OF GANTRY GIRDER EL. AND SIDE SHEETINGS 1779
08044
A872-030-83-41- 0 GA & R/F DET OF TIE BEAMS 1780
08045
A872-030-83-41- 3 GA & R/F DET. OF PILE CAP & TIE BEAMS 1781
06041
A872-030-83-41- 1 GA & R/F DET. OF ROOF(1) SLAB AND BEAMS 1782
16042
A872-030-83-41- 0 GA & R/F DET. OF ROOF SLAB AND BEAMS (PLOT A/B) 1783
06046
A872-030-83-41- 0 GA AND R/F DETAIL OF COL. FOR PLOT C 1784
16047
A872-030-83-41- 2 GA AND R/F DETAIL OF PILE CAP AND TIE BEAMS 1785
16061
A872-030-83-41- 3 GA & R/F DET. OF TIE BEAMS 1786
16062
A872-030-83-41- 3 GA & R/F DET. OF ROOF SLAB AT EL.105(TOC) 1787
06063
A872-030-83-41- 1 GA & R/F DET. OF COLUMNS 1788
16064
Page 6 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-81-41- 2 CONTROL ROOM Plan 1789
12901
A872-030-81-41- 1 CONTROL ROOM Elevation 1790
12902
A872-030-81-41- 1 CONTROL ROOM Section 1791
12903
A872-030-81-41- 1 SUBSTATION G.Fl. Plan, Ele. & Sec. 1792
02905
A872-030-81-41- 1 SUBSTATION F.F.Plan, Ele. & Sec. 1793
02906
A872-030-81-41- 1 SUBSTATION Terrace Plan, D/W Profile 1794
02907
A872-030-81-41- 2 SECURITY ROOM Plan, Elevation & Section 1795
12912
A872-030-81-41- 2 SECURITY ROOM Elevation & Section 1796
12913
A872-030-81-41- 1 ENGINEERING STORE PLAN, ELE, SEC 1797
12921
A872-030-81-41- 1 ENGINEERING STORE Terrace Plan, D/W Profile 1798
12922
A872-030-16-50- 0 FA/PA/Telephone/LAN L/O - Substation 1799
15006
A872-030-16-50- 0 Lighting L/O - Substation 1800
12010
A872-030-16-50- 1 FA/PA/Telephone/LAN L/O - Control Room 1801
15002
A872-030-16-50- B Lighting Layout - Control Room 1802
12002
A872-030-16-50- 0 Earthing/Lightning Prtec. L/O - Control Room 1803
13002
A872-030-16-50- 0 Lighting/Earthing/PA L/O - LPG Compressor 1804
12015
A872-030-16-50- 1 Lighting/Earthing/FA/PA Tel L/O - Security Room 1805
12009
A872-030-16-50- 1 Lighting/Earthing/FA L/O - Engineering Store 1806
12005
A872-000-17-44- 1 OVERALL PLOT PLAN 1807
00001
A872-030-16-50-DS- A DATA SHEET - LIGHTING FIXTURE SCHEDULE 1808
1002
A872-030-16-50-DS- A DATA SHEET - MV SWBD 1829
9502
A872-030-16-50-DS- A DATA SHEET - MV SWBD COMPONENT 1834
9503
A872-030-16-50-DS- A DATA SHEET - MV SWBD HARDWARE 1835
9504
A872-030-16-50-DS- A DATA SHEET - MV IM 1838
9505
A872-030-16-50-DS- A DATA SHEET- MV CABLE 1841
9506
A872-030-16-50-DS- A DATA SHEET - LP/PP 1843
9507
A872-030-16-50-DS- A DATA SHEET - LOAD DATA 1844
9508
A872-030-80-43-DS- 1 DATA SHEET FOR SME 1847
9514
Page 7 of 1870
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-16-50-VR- A VENDOR DATA REQUIREMENTS 1861
9514
A872-030-80-43- A VENDOR DATA REQUIREMENT FOR AIR CONDITIONING 1866
VDR-9514 SYSTEM
A872-030-16-50-SL- A SPARE LIST - ELECTRICAL 1869
9502
Page 8 of 1870
BHARAT PETROLEUM CORPORATION
LIMITED
BIDDING DOCUMENT
FOR
BALANCE CIVIL WORKS FOR PLANT
AND NON PLANT BUILDINGS
Part - I: COMMERCIAL SECTION
Prepared by:
Page 9 of 1870
MASTER INDEX
S.
DESCRIPTION NO. OF SHT.
NO.
1. Cover Page 1
2. Master Index 2
7. Annexure to SCC
i. SCOPE OF WORK 2
v. TERMS OF PAYMENT 14
A872-MI Page 1 of 2
Page 10 of 1870
S.
DESCRIPTION NO. OF SHT.
NO.
xviii. REQUIREMENT FOR RADIOGRAPHY & OTHER NDT 1
Note: Documents as per Master Index (Technical) is attached separately with the Technical Part.
Page 2 of 2
Page 11 of 1870
NOTICE INVITING TENDER (NIT)
FOR BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS
FOR
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
OF M/s BPCL
(BIDDING DOCUMENT NO: DC/A872-030-CI-TN-9514/1015)
(DOMESTIC COMPETITIVE BIDDING)
E-Tendering
1.0 INTRODUCTION:
1.1 Bharat Petroleum Corporation Ltd. is in the process of establishing a new LPG import terminal
Project at Haldia, West Bengal. M/s Engineers India Limited (EIL) has been appointed as
Project Management Consultant (PMC) for the project.
Engineers India Ltd. (EIL) on behalf of M/s Bharat Petroleum Corporation Limited, invites Bids
under Single Stage Two Part Bid System for execution of ‘BALANCE CIVIL WORKS FOR
PLANT AND NON PLANT BUILDINGS FOR LPG IMPORT TERMINAL’ from eligible bidders
with sound technical and commercial capabilities meeting the Bidder Qualification Criteria
stated in Cl. 5.0.
2.0 BRIEF SCOPE OF WORK:
The scope of work envisaged in this tender covers all relevant civil structural works of Balance
Plant and Non Plant Buildings for LPG Import Terminal Project at Haldia, West Bengal of M/S
Bharat Petroleum Corporation Ltd. as per tender specifications, drawings, codes, standards,
SOR, good engineering practice, directions of Engineer- in- Charge and as per construction
drawings made available to the successful bidder related to following buildings/Structure/Unit.:
For detailed scope of works, refer Technical section of the Bidding Document.
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 1 of 9
Page 12 of 1870
d) Date of Pre Bid Meeting : at 1030 Hrs. (IST) on 27.11.2018 (#)
e) Last Date and time of Online : Upto 1200 Hrs. (IST) on 11.12.2018
submission of Bids (Bid Due Date)
(#) If this date happens to be a declared holiday in EIL New Delhi, the next working day shall
be considered. EIL Office working hours are from 08:30 Hours to 17:00 Hours, from Monday to
Friday.
The complete Bidding Document is available on EIL website:
http://tenders.eil.co.in/newtenders, BPCL website: www.bharatpetroleum.in and Govt. Website:
http://eprocure.gov.in/eprocure/app . Bidders can view / download the document from any one
of the websites mentioned above.
All amendments, time extension, clarifications, etc. will be uploaded in the websites only and
will not be published in Newspapers. Bidders should regularly visit the above website(s) to
keep themselves updated.
Bids are to be submitted only on e-procurement module of the Central Public Procurement
Portal (CPP) i.e. http://eprocure.gov.in/eprocure/app. Bidder to follow instructions as given in
Annexure-I to ITB (E-Tendering Methodology) for registering on the CPP Portal and submitting
their bids online on the CPP Portal. It may be noted that the price details are required to be
filled & submitted only on the Schedule of Rates (SOR) format downloaded from Govt. e-
procurement Portal, during the period the bidding document and its amendment (if any) is
available on website.
Request for extension or any queries received from any bidder with less than four working days
prior to bid due date shall generally be ignored, since there will not be adequate time for proper
communication with Client and other Bidders. Bidders shall submit the bid directly and in their
own name without involving any intermediaries.
The Bidding Document is non-transferrable. Bidder shall download the Bidding Document in
their own name and submit bid directly.
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 2 of 9
Page 13 of 1870
5.1.2 For Experience based on Composite Works:
In case Bidder has executed Composite Works in an Industrial Plant / Institutional building /
Commercial building / Residential Buildings/Oil & Gas Terminals which includes any of the
qualifying work(s) stated at clause no. 5.1.1 above, then value of such qualifying work(s), out of
the total value of Composite Works shall be considered for the purpose of qualification.
Turnover shall be calculated including Excise Duty but excluding other Incomes.
5.3 In case a Startup is interested in this tender but does not meet the Bidder Qualification Criteria
and Turnover Criteria mentioned in 5.1 & 5.2.1 above, the Startup is required to submit a detailed
proposal about its services separately and not against the present tender requirement. However,
Startup needs to meet financial criteria as per 5.2.2 & 5.2.3 above.
Such proposal should be accompanied by relevant documents in support of startups as under:
Certificate of Recognition issued by Department of Industrial Policy and Promotion (DIPP),
Ministry of Commerce and Industry, GOI.
Certificate of Incorporation / Registration.
Audited P&L statement of all the financial years since incorporation. In case where balance
sheet has not been prepared, bidder shall submit a certificate in Original from its CEO / CFO
stating turnover of the bidding entity separately for each financial year since incorporation
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 3 of 9
Page 14 of 1870
along with declaration stating the reason for not furnishing the audited P&L statement. The
certificate shall be endorsed by a Chartered Account / Statutory Auditor.
Such proposal shall be examined and may be considered inviting a detailed offer from Startup
with intent to place a trail order or test order provided the Startup meets the Quality and
Technical Specifications.
Notes:-
(i) In case a bidder (a parent company) is having wholly owned subsidiaries but only a single
consolidated annual report is prepared and audited which includes the financial details of their
wholly owned subsidiaries, consolidated audited annual report shall be considered for
establishing the financial criteria subject to statutory auditor/ chartered accountant of the
bidder certifying that separate annual report of bidder (without the financial data of
subsidiaries) is not prepared and audited.
Further, in case a bidder is a subsidiary company and separate annual report of the bidder is
not published, but only a consolidated annual report of the Parent Company is available,
consolidated audited annual report shall be considered for establishing the financial criteria
subject to statutory auditor/ chartered accountant of the bidder certifying that separate annual
report of bidder is not prepared and audited.
(ii) In case the financial year closing date is within 9 months of bid due date and audited annual
report of immediate preceding financial year is not available, Bidder has the option to submit
the financial details of the three previous years immediately prior to the last financial year.
Otherwise, it is compulsory to submit the financial details of the immediate three preceding
financial years.
Example, In case, audited annual report of immediate preceding financial year (year ending
st st
31 March) is not available and where bid closing date is up to 31 December, the financial
details of the three previous years immediately prior to the last financial year may be
st
submitted. However, in case the bid closing date is after 31 December, it is compulsory to
submit the financial details of the immediate three preceding financial years only.
(iii) A job completed by a bidder as an authorized sub-contractor shall be considered for the
purpose of meeting the experience criteria of BQC subject to submission of following
documents:
a) Copies of work order along with SOR and completion certificate having details like work
order no. /date, brief scope of work, ordered & executed value of the job, completion date
etc. issued by main contractor.
b) Copy of completion certificates from the end user/ Owner mentioning that the work has
been executed by bidder as sub-contractor OR a copy of approval by end user / Owner for
engaging the bidder as sub-contractor.
5.4 DOCUMENTS AND DATA REQUIRED WITH BID
The bidder shall furnish documentary evidence as below:
Bidder shall complete and submit the Experience Record Proforma provided under the
Proposal Forms of the Bidding Document (along with supporting documents mentioned) to
establish that the bidder meets the Bidder Qualification Criteria as per Clause No. 5.1, 5.2 &
5.3 of this document.
5.4.1 For Experience Criteria:
5.4.2.1 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of
contract/SOR, completion certificate, from the Owner/ Consultant of work executed in the
first instance itself, in support of their fulfilling the qualification criteria. Accordingly, only
such past experience (s) shall be considered for qualification, details of which are provided in
the bid by the bidder and subsequently no additional past experience (PTR) shall be sought
from the bidder.
5.4.2.2 For Composite Works, in the event the value of the qualifying work(s) cannot be ascertained
from the Work Order/Completion Certificate submitted by Bidder, Copy of Schedule of Rates
(SOR) as per Contract, relevant pages of Contracts, Copy of relevant pages of Final Bill
certified by Owner for establishing requirement of BQC or written letter from their Client
specifying the nature of work with quantities and values can be submitted for qualification.
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 4 of 9
Page 15 of 1870
5.4.2.3 Experience of bidding entity shall only be considered. A job executed by a bidder for its own
plant/projects can’t be considered as experience for the purpose of meeting requirement of
BQC of the Bidding Document. However, jobs executed for Subsidiary/ Fellow subsidiary /
Holding company will be considered as experience for the purpose of meeting BQC subject
to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards
payments of statutory tax in support of the job executed for Subsidiary/ Fellow subsidiary /
Holding company. Such bidders to submit these documents in addition to the documents
specified in the Bidding Document to meet BQC.
5.4.2 For Financial Criteria:
5.4.2.1 Bidder shall furnish documentary evidence in the form of duly audited Annual Report/ Financial
Statements- Balance sheets and Profit and Loss Accounts statements of the preceding 3
(Three) financial years, along with the Bid to establish Bidder’s conformance to Financial
Criteria mentioned in Cl. 5.2 above.
5.4.3 All documents furnished by the bidder in support of meeting the experience and financial
criteria (5.1, 5.2 & 5.3 above) of BQC as per NIT shall be submitted in a separate
section/booklet along with their offer. This section/booklet shall be titled as “Documentation
against Bidder Qualification Criteria {Experience & Financial}” with proper index and page
numbering. Refer Instructions to Bidders (ITB) for details.
5.4.4 All documents furnished by the bidder in support of meeting the Experience and Financial
criteria of BQC shall be:
Either
i. Duly certified by Statutory Auditors of the bidder or practicing Chartered Accountant (not
being an employee or a Director or not having any interest in the bidder’s company/firm)
where audited accounts are not mandatory as per law.
Or
ii. Duly notarized by any Notary Public
Or
iii. duly certified by reputed Third Party Inspection Agencies (BV/ DNV/TUV/ PDIL / CEIL /
LRS / IRS / MECON / RITES / Moody)
Or
iv. Self-certified documents in original from any one out of CEO or CFO or Company
Secretary of the bidder (Limited company only) along with Self-Certification as per
Annexure-1 of NIT. {This option shall not be applicable to Proprietorship/ Partnership firms}
5.4.5 With regards to financial documents, in case Bidder submits bound original printed booklet of
complete published and audited annual financial statements including balance sheet, profit &
loss accounts and all other schedules for the preceding three financial years, the same shall
be considered without certification of Statutory Auditor/Notarization of Notary Public.
However, in case the bidder submits either a photo copy of complete audited financial statement
or a translated copy of the published financial statements, the same shall be certified either by
statutory auditor or Notary Public, in original as per 5.4.4 above.
5.4.6 Bidders should have valid Goods and Service Tax registrations and PAN and shall submit
copy of the certificates along with the bid.
5.4.7 Any additional documents if deemed necessary to establish the qualifying requirements may
be submitted by the Bidder.
5.4.8 Submission of authenticated documents is the prime responsibility of the Bidder.
5.4.9 BPCL/EIL reserves the right of getting the document cross verified, at their discretion from the
document issuing authority.
5.5 Failure to meet the above Qualification Criteria will render the Bid to be summarily
rejected. Therefore, the bidder shall in his own interest furnish complete documentary
evidence in the first instance itself along with their bids, in support of their fulfilling the
Qualification Criteria as given above.
5.6 For details regarding submission of bids, refer Instructions to Bidder (ITB).
6.0 SITE VISIT & PRE-BID MEETING
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 5 of 9
Page 16 of 1870
6.1 Bidders are invited for site visit as per the date mentioned in Cl. 4.0 b) above. Details of contact
person for Site visit is:
Shri Sunil K Dhakate,
Sr. Manager Construction (E&P),
Bharat Petroleum Corporation Limited,
Haldia Coastal Installation,
Patikhali, Durgachak,
Haldia, East Medinipur,
West Bengal-721602
Mobile No. 09799936500
6.2 The Bidders are requested to attend a pre-bid meeting at Engineers India Limited, 1 Bhikaji
Cama Place, N. Delhi, India, as per the date mentioned in Cl. 4.0 d) above.
6.3 The bidder may send their queries, if any, on Bidding Document by courier/e-mail to reach EIL
prior to Pre-bid meeting. These queries shall be replied during the Pre-bid meeting.
6.4 The queries raised (without identifying the sources of the query) and the responses given will
be transmitted to all who have been provided access to the bid documents and submitted their
intent to quote.
In case of submission of digitally signed authenticated copies of documents for meeting BQC,
bidder shall not be required to submit the original authenticated documents in physical form in
EIL subject to confirmation by bidder on Annexure-II attached with NIT.
In case bidder is not able to submit the authenticated documents through e-tendering website
as per the requirement of bidding document, bidder shall submit the authenticated copies of
documents in original hard copy for meeting BQC, as above in a separate section/ booklet
within 07 (Seven) calendar days of unpriced-bid opening. This section/booklet shall be titled as
“Documentation against Bidder Qualification Criteria (Commercial & Financial)” for biding
document no. DC/A872-030-CI-TN-9514/1015 with proper index and page numbering.
7.7 Earnest Money Deposit & MSE certificate required to be submitted in original shall be
submitted in sealed envelopes to the below mentioned address within 07 calendar days from
the date of opening of unpriced bids. Scanned copy of the same to be uploaded on e-
procurement Portal:
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 6 of 9
Page 17 of 1870
Kind Attention: Mr. D.Chatterjee - DGM (SCM),
M- Floor, EIB
Engineers India Limited,
1, Bhikaji Cama Place
New Delhi 110066
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 7 of 9
Page 18 of 1870
The above document submitted by the bidder shall be duly authenticated as per Clause No.
5.4.4 above.
8.7 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government
Undertakings.
8.8 Details Details of beneficiary for issuance of bank guarantees
Beneficiary: BHARAT PETROLEUM CORPORATION LIMITED
Bank Details: Standard Chartered Bank,
Branch Name: Barakhamba Road
Narain Manzil, 23, Barakhamba Road
MICR No.: 110036002
Account no: 52205015073
IFSC code (For RTGS): SCBL0036020
IFSC code (For NEFT): SCBL0036020
BPCL Income Tax PAN Number: AAACB2902M
9.0 GENERAL
9.1 BPCL/EIL reserves the right to carry out capacity & capability assessment of the bidder using
in-house information and past performance.
9.2 If the bidder / bidder’s proposed subcontractor are on Holiday/Negative list of OWNER or EIL
or MOP & NG or other Oil PSE on due date of submission of bid/ during the process of
evaluation of the bids, the offers of such bidder(s) shall not be considered for bid
opening/evaluation/Award. If the bidding document were issued inadvertently/ downloaded
from website, offers submitted by such bidders shall also be not considered for bid
opening/evaluation/Award.
9.3 BPCL/EIL reserve the right to disqualify any bidder during the tendering process by evaluating
their current financial condition and performance in jobs under execution by them as per
available in house data / information.
9.4 BPCL/EIL will not be responsible or liable for cost incurred in preparation & submission of bids,
regardless of the conduct or outcome of the bidding process.
9.5 In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for
evaluation / placement of order. Such Bidder will also be debarred from bidding in future.
9.6 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
9.7 Unsolicited clarifications to the offer and / or change in the prices during the validity period
would render the bid liable for rejection.
9.8 Bidder shall not be under liquidation, court receivership or similar proceeding.
9.9 Integrity Pact, duly signed & stamped on each page, shall be submitted with Techno-
commercial bid, failing which the bid shall not be considered for further evaluation.
9.10 For detailed specifications, terms and conditions and other details, refer complete Bidding
Document.
9.11 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on next working day
from the due date for submission of Bids. Time and date of opening of Price Bids shall be
notified to the qualified and acceptable bidders at a later date.
Bidders may view the Bid opening statement through CPP Portal at
http://eprocure.gov.in/eprocure/app after conclusion of Unpriced Bid Opening by Owner /EIL or
may witness the bid opening in EIL Office, New Delhi.
9.12 Total works shall be awarded based on total lowest (L1) evaluated price as per the provisions
of the Bidding Document.
9.13 Bids received after stipulated bid due date and time i.e. late bids due to any reasons
whatsoever will not be considered.
9.14 Bids on Consortium or unincorporated Joint-Venture basis shall not be accepted.
9.15 OWNER/EIL reserves the right to reject any or all the bids received or annul the bidding
process at any time without assigning any reason whatsoever
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 8 of 9
Page 19 of 1870
9.16 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference
as admissible/applicable from time to time under the existing Govt. policy.
9.17 Price preference to MSEs bidder is not applicable being work contract.
9.18 Price preference to MSEs Startup bidder is not applicable being work contract.
9.19 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00 hrs)
through: Telephone Nos.: +91-11-26763203 / 3516 and/or E-mail: d.chatterjee@eil.co.in ,
shyamal.biswas@eil.co.in
Queries / Clarifications relating to the CPP Portal / online bid submission process can be
obtained from the 24 X 7 CPP Portal helpdesk at Contact No. +91-120-4200462, +91-120-
4001002, +91-8826246593, 1800-3070-2232 or Mobile Nos. +91-7878007972/ +91-
7878007973 and E-mail: support.nic@eil.co.in
A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 9 of 9
Page 20 of 1870
Annexure – I to NIT
SELF-CERTIFICATION
It is certified that none of the documents are false/forged or fabricated. All the documents submitted
has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such
declaration turning out to be a misrepresentation or false representation.
I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine, exact
copy of its original and shall not be false/forged or fabricated.
DECLARATION
Signature
Page 21 of 1870
ANNEXURE-II
We hereby confirm that all authenticated documents submitted for meeting the BQC are
certified as per the authentication requirement defined in the bidding document.
Page 22 of 1870
A872-9514-BID DATA SHEET
Page 23 of 1870
A872-9514-BID DATA SHEET
11. ITB 11.5 The following Independent External Monitor (IEM) have been appointed by
BPCL, in terms of Integrity Pact (IP).
13. ITB 14.1 Bidder shall quote prices in Indian Rupees (INR) only.
Page 24 of 1870
A872-9514-BID DATA SHEET
18. ITB 34.1 The evaluation of all Techno-Commercially acceptable bids, to arrive at the
lowest evaluated bid, shall be as under:
I. The Total amount quoted in Schedule of Rates after arithmetic
check in line with Clause 32.0 of ITB shall be taken up for
evaluation.
II. The percentage increase/ decrease quoted by the Bidder shall be
checked for arithmetic correction, if any, based on percentage filled
by the Bidder in the Summary of Prices (Form SP-0).
III. In case prices are not filled up in the Priced Bid as per the
requirements of the Bidding document, the same shall not be
considered for evaluation.
IV. Conditional discount, if offered, shall not be considered for
evaluation.
V. Optional items shall not be considered for the purpose of arriving at
the total cost. However, in case the rates quoted by the selected
Bidder for optional items are considered high, the same shall be
negotiated.
VI. Any uncalled for lump sum / percentage or adhoc reduction /
increase in prices, offered by the Bidders after submission of price
Bid, shall not be considered. However, if reduction is from the
recommended Bidder, such reduction shall be taken into account
for arriving at the contract value.
VII. Evaluation shall be carried out as follows :-
The total Evaluated price of a bidder shall be arrived/ calculated as
follows:
i. Percentage Increase or decrease on total estimated cost
Quoted by Bidder in summary of prices, Form SP-0.
ii. Plus Goods and Service Tax (GST) quoted by bidder in
FORM SP-0
iii. Work shall be awarded to the bidder whose total evaluated
price, as mentioned above, is the lowest.
iv. In case of discrepancy between Total Amount quoted and
Total Amount after considering Percentage increase/
decrease, the amount calculated based on Percentage
increase/ decrease shall prevail.
19. Space for Wherever in Bidding Document it is mentioned that “area for batching
installing plant shall not be made available by Owner” same has been modified to
Batching Plant the extent applicable as follows –
“(a) Space for installation of concrete batching plant will be provided to the
bidders in plot-C of the project site. However the required arrangements for
the electricity, water, approach road, statutory approval etc. in this regard
shall be arranged by the bidders at their own cost.
(b) Bidders can utilize weight batch plant. However the Mass concreting for
slab is to be done preferably by using RMC from reputed supplier with prior
approval as per approved procedure”.
Page 25 of 1870
A872-9514-BID DATA SHEET
20. Bidding Wherever appears the Tender name as “BALANCE CIVIL WORKS FOR
documents PLANT AND NON PLANT BUILDINGS-PART-A” shall be read as “BALANCE
CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS”.
21. ITB 41.0 PURCHASE PREFERENCE (LINKED TO LOCAL CONTENT) (PP-LC)-
NOT APPLICABLE.
22. ITB 42.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY
MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP) - APPLICABLE
Page 26 of 1870
A872-ITB-ITEM RATE
INSTRUCTIONS TO BIDDER
Page 1 of 47
Page 27 of 1870
A872-ITB-ITEM RATE
TABLE OF CONTENTS
A GENERAL ........................................................................................................................................................... 4
1.0 SCOPE OF BID ....................................................................................................................................... 4
2.0 CORRUPT AND FRAUDULENT PRACTICES .................................................................................... 4
3.0 ELIGIBLE BIDDERS ............................................................................................................................. 4
B CONTENTS OF BIDDING DOCUMENT ........................................................................................................4
4.0 BIDDING DOCUMENT ......................................................................................................................... 4
5.0 CLARIFICATION OF BIDDING DOCUMENT, PRE-BID MEETING & SITE VISIT ........................ 5
6.0 AMENDMENT OF BIDDING DOCUMENT ......................................................................................... 6
7.0 ACKNOWLEDGEMENT & CONFIRMATION .................................................................................... 6
C PREPARATION OF BIDS ................................................................................................................................ 6
8.0 COST OF BIDDING................................................................................................................................ 6
9.0 LANGUAGE OF BID.............................................................................................................................. 7
10.0 DOCUMENTS COMPRISING THE BID ............................................................................................... 7
11.0 INTEGRITY PACT ................................................................................................................................. 9
12.0 ALTERNATIVE BIDS ............................................................................................................................ 9
13.0 BID PRICES AND DISCOUNTS............................................................................................................ 9
14.0 CURRENCIES OF BID AND PAYMENT............................................................................................ 10
15.0 DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER ................................. 10
16.0 SPECIAL DOCUMENTATION REQUIREMENT .............................................................................. 11
17.0 PERIOD OF VALIDITY OF BIDS ....................................................................................................... 12
18.0 BID SECURITY .................................................................................................................................... 12
19.0 FORMAT AND SIGNING OF BID....................................................................................................... 13
D SUBMISSION AND OPENING OF BIDS ..................................................................................................... 14
20.0 SEALING AND MARKING OF BIDS ................................................................................................. 14
21.0 DEADLINE FOR SUBMISSION OF BIDS .......................................................................................... 14
22.0 LATE BIDS ........................................................................................................................................... 14
23.0 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS ............................................. 15
24.0 BID OPENING ...................................................................................................................................... 15
E EVALUATION AND COMPARISON OF BIDS ........................................................................................... 15
25.0 CONFIDENTIALITY ........................................................................................................................... 15
26.0 DEVIATIONS, RESERVATIONS, AND OMISSIONS ....................................................................... 16
27.0 DETERMINATION OF RESPONSIVENESS ...................................................................................... 16
28.0 CLARIFICATION OF BIDS ................................................................................................................. 16
29.0 EVALUATION OF TECHNO-COMMERCIAL BIDS......................................................................... 17
30.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES ................................................................... 17
31.0 OPENING OF PRICE BID .................................................................................................................... 17
32.0 CORRECTION OF ARITHMETICAL ERRORS ................................................................................. 18
33.0 CONVERSION TO SINGLE CURRENCY .......................................................................................... 18
34.0 EVALUATION AND COMPARISON OF PRICE BIDS ..................................................................... 18
35.0 OWNER/EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS ................ 18
F AWARD OF CONTRACT ............................................................................................................................... 18
36.0 AWARD CRITERIA ............................................................................................................................. 18
37.0 NOTIFICATION OF AWARD ............................................................................................................. 19
38.0 SIGNING OF CONTRACT ................................................................................................................... 19
39.0 SECURITY DEPOSIT TOWARDS PERFORMANCE/ RETENTION MONEY................................. 19
Page 2 of 47
Page 28 of 1870
A872-ITB-ITEM RATE
40.0 COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND FORM
NO.10F (APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS REQUIRED AS PER
SCOPE OF BIDDING DOCUMENT)............................................................................................................... 19
41.0 PURCHASE PREFERENCE (LINKED TO LOCAL CONTENT) (PP-LC): .......................................................... 20
42.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON &
STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP): ...................................................... 25
Page 3 of 47
Page 29 of 1870
A872-ITB-ITEM RATE
A GENERAL
1.1 In connection with the Invitation for Bids/ Letter Inviting Bid, Engineers India Limited invites e-
Bid(s) on behalf of Bharat Petroleum Corporation Limited under single stage two bid system, for
the entire scope covered under the Bidding Document (hereinafter for the purpose of these
instructions collectively referred to as the “WORKS” as specified in Bid Data Sheet (BDS)).
(a) EIL means Engineers India Limited, a company incorporated under the Companies Act,
1956 having its registered office at 1, Bhikaiji Cama Place, R.K Puram, New Delhi-
110066 (INDIA).
(b) except where the context requires otherwise, words indicating the singular also include
the plural and words indicating the plural also include the singular; and
(d) The words “un-incorporated Joint Venture (JV)” and “Consortium ” have the same
meaning
2.1 OWNER/EIL requires compliance with its policy in regard to corrupt and fraudulent practices as
per the provisions set forth in Special Condition of Contract (SCC).
3.1 A bidder may be a firm or a company, who, have been issued the Bidding Document on Limited
Competitive Basis or/and intends to submit Bid, in response to Invitation for Bids (IFB) on Open
Competitive basis.
3.2 The bidders who are on holiday/negative/suspension/banning list of OWNER or EIL or MOP &
NG or other oil PSE on due date of submission of bid/ during the process of evaluation of the
bids, the offers of such bidders shall not be considered for bid opening/evaluation/Award. Further,
in case of a consortium, if any of the member(s) of consortium is on
holiday/negative/suspension/banning list of OWNER or EIL or MOP & NG or other oil PSE on due
date of submission of bid/ during the process of evaluation of the bids, the offers of such
consortium shall not be considered for bid opening/evaluation/Award.
3.3 In case of limited competitive bidding, the bidding is open only to the bidders to whom Bidding
Document has been issued.
4.1 The Bidding Document shall in general consist of the following and should be read in conjunction
with any amendment issued in accordance with ITB Clause No. 6.0 below.
Page 4 of 47
Page 30 of 1870
A872-ITB-ITEM RATE
4.2 Although all the details presented in this Bidding Document have been compiled with reasonable
care, the bidder is expected to examine the Bidding Document, including all instructions, forms,
terms, specifications and drawings in the Bidding Document and it includes all the documents as
per Table of Contents. In case of any ambiguity or incompleteness, the bidder must bring it to the
attention of EIL immediately and prior to submission of Bid.
4.3 Bidding document once issued in case of limited competitive bidding is non-transferable.
However, in case of Open Competitive Bidding, since the Bidding Document is available for free
downloading on the portal, any bidder may submit the Bid and the same shall be evaluated in line
with the provisions of the Bidding Document.
5.1 Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at
the given venue specified in IFB/ LIB. During the pre bid meeting, all the technical and
commercial issues shall be discussed and concluded to ensure that the bid received subsequent
to pre bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall
treat the pre bid meeting as utmost important and depute competent & senior person capable of
taking on the spot decision to sort out all the technical and commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood that the
bidder has a clear understanding of the scope, terms & conditions of the bidding document and
does not have any comments/ deviations to the requirements of the bidding document.
5.2 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit
any queries/clarification/information pertaining to Bidding document in writing delivered by hand
or by e-mail in the format provided in Bidding Forms so as to reach two days prior to Pre-bid
meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the
queries shall also be e-mailed to concerned persons specified in BDS, to enable EIL to prepare
replies to the queries in the same format expeditiously.
5.3 The bidders are required to participate in the pre-bid meeting after going through the entire
bidding document alongwith BQC. Bidder shall come with all technical and commercial points on
which they need clarifications and also to ensure that they possess all the supporting
documentation for meeting the BQC. In case of any doubt, they may discuss the same during the
meeting to avoid any techno-commercial clarifications/ discussions post bid.
5.4 Replies to the pre-bid queries will be uploaded in EIL website http://tenders.eil.co.in as
expeditiously as possible. After pre-bid meeting, no further queries will be entertained from the
bidders. The response of EIL shall not form part of the Bidding Document unless issued as an
Addendum/ Amendment.
5.5 Any modification of the Bidding Document, which may become necessary as a result of the pre-
bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.
Page 5 of 47
Page 31 of 1870
A872-ITB-ITEM RATE
5.7 Technical/ Commercial queries (TQ/CQ) shall not be issued once the bid have been opened.
However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off
date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the
information available upto cut-off date for CQ/ TQ replies. Bidder shall not submit any Price
against TQ/ CQ raised unless specifically sought in writing.
5.8 Bidder is advised to visit and examine the Project Site and its surroundings and obtain for itself on
its own responsibility all information that may be necessary for preparing the bid and entering into
a contract for execution of the Works. All costs towards the same including the cost of visiting the
Site shall be at the bidder’s own expense.
5.9 Bidder and any of its personnel will be granted permission by OWNER/EIL to enter upon its
premises and lands/ Project Site for the purpose of such visit, but only upon the express condition
that the bidder and its personnel will relieve and indemnify OWNER/EIL and its personnel from
and against all liability in respect thereof, and will be responsible for death or personal injury, loss
of or damage to property, and any other loss, damage, costs, and expenses incurred as a result
of the inspection. Bidder shall refer BDS for schedule and contact details related to site
visit.
6.1 At any time prior to the deadline for submission of bids, EIL may, for any reason whether at his
own initiative or in response to the clarification requested by the prospective bidder(s), issue
amendment in the form of Amendment/ Addendum.
6.2 Any addendum issued shall be part of the Bidding Documents and shall be uploaded on EIL
website http://tenders.eil.co.in /Government website http://eprocure.gov.in/cppp.
6.3 To give bidders reasonable time in which to take an addendum into account in preparing their
bids, EIL may extend the deadline for the submission of bids, pursuant to Clause 21.3 of ITB.
6.4 EIL may also for any reason issue amendment subsequent to receiving the bids. Any
amendment thus issued shall become part of Bidding Document. Bidder shall follow the
instructions issued along with Amendment with regard to submission of impact on quoted price /
revised price, if any.
7.1 Within 3 days of downloading of Bidding Document, bidder shall acknowledge and confirm his
intention to bid for the tendered work on EIL website http://tenders.eil.co.in.
C PREPARATION OF BIDS
8.1 Bidder shall bear all costs associated with the preparation and submission of its Bid, and
OWNER/EIL shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
Page 6 of 47
Page 32 of 1870
A872-ITB-ITEM RATE
9.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the
bidder and EIL, shall be in the English language. Supporting documents and printed literature
that are part of the Bid may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the English language, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
9.2 In the event of submission of any document/ certificate by the bidder in a language other than
English, the bidder shall get the same translated into English and submit the same after getting
the translation duly authenticated by local Chamber of Commerce of bidder’s country or Indian
embassy in bidder’s country or their embassy in India.
(c) Scanned copy of Bid Security as per Clause 10.1.2 of ITB (to be uploaded in “FEE FOLDER”
in e-tendering portal).
(d) Scanned copy of documents submitted in original as per Clause 10.1.2 a) of ITB ;
(e) In case of Invitation for Bids, Scanned Copy of Power of Attorney in favour of person (s)
digitally signing the bid to establish that such person (s) is/are authorised to sign the bid on
behalf of the bidder and any consequence resulting due to such signing shall be binding on
the bidder;
(f) In case of bids submitted by a JV, if permitted in BDS, shall include a copy of the Joint
Venture Agreement entered into by all members;
(g) Bid Form & Information about bidder in accordance with relevant forms provided in Bidding
Forms;
(h) Complete Audited Annual Financial Year Report including auditor report, Balance Sheet,
Profit & Loss Account Statement and all other schedules for the preceding three financial
year;
(i) Past experience along with details and supporting documentation as called for in the Bidder
qualification criteria (BQC);
(j) Copies of documents defining constitution or legal status, place of registration and principal
place of business of the Company.
Organization details
In case of a proprietorship firm, the name and address of proprietor, and certified
copy of Bank Account Details.
Page 7 of 47
Page 33 of 1870
A872-ITB-ITEM RATE
(n) Unpriced copy (without price) of Schedule of Rates/Prices, in accordance with the
instructions mentioned therein.;
(o) Self certificate that the bidder is not under Liquidation, Court receivership or similar
proceedings on Company’s letter head;
(p) Information about any Current Litigation/ Arbitration, if any, in which bidder is involved;
(q) Declaration by bidder regarding holiday/negative/suspension/banning list of OWNER or EIL
or MOP & NG or other oil PSE;
(r) Compliance to requirement of pan no., tax residency certificate and form no.10F as per
relevant forms provided in Bidding Forms (applicable for foreign bidder in case of services in
india is required as per scope of Bidding document);
(s) any other document required as per, Technical Specifications ; and
(t) any other document required in the BDS.
(u) Proof of valid PF/ GST registration and PAN
(v) Duly signed Integrity Pact
(w) MSE certificate (if applicable)
(x) In case of Consortium/ unincorporated JV, all the necessary documents as defined in NIT.
Note: The above shall be uploaded in “PREQUAL/ TECHNICAL” folder in e-tendering portal
10.1.2 SUBMISSION OF PHYSICAL DOCUMENTS (BID SECURITY / DOCUMENTATION AGAINST
BQC)
The following documents shall be submitted in original on or before the due date and time for
submission of Bid, mentioned in the BDS or any extension thereof as duly notified in writing by
EIL, at the address mentioned in BDS:
Priced Bid shall consist of summary of Price duly filled, signed and stamped. (FORM SP-0).
Page 8 of 47
Page 34 of 1870
A872-ITB-ITEM RATE
Deviations to terms and conditions, presumptions, overwriting etc shall not be stipulated in Price
part of bid. In case of any conditions stipulated in price bids, the bids of such bidders shall be
summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried
out excluding such bidder(s.)
11.1 Bidder shall submit, the scanned copy of the Integrity Pact duly signed and stamped in token of
compliance in Part-I of the Bid. Integrity Pact is required to be submitted for Bids of value Rs. 1
(One) crore and above. However, in the event the Integrity Pact is not applicable considering the
value of Bid then a self declaration to this extent shall be submitted by the bidder in Part-I of the
Bid. Copy of the Integrity Pact is provided along with Bidding document.
11.2 Proforma of Integrity Pact (IP) attached shall be returned by the Bidder/s along with the bid
documents (technical bid in case of 2 part bids), duly signed by the same signatory who is
authorized to sign the bid documents. All the pages of the Integrity Pact shall be duly signed.
Bidder’s failure to return the IP duly signed along with the bid documents shall result in the bid not
being considered for further evaluation.
11.3 If the Bidder has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and
recover from Bidder Liquidated Damages amount by forfeiting the EMD/Bid Security as per
provisions of the Integrity Pact.
11.4 If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is
entitled to terminate the contract according to the provisions of the Integrity Pact, BPCL shall be
entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the
Security Deposit/Performance Bank Guarantee as per provisions of the Integrity Pact.
11.5 The Integrity Pact in respect of said tender signed between the parties is part and parcel of the
contract agreement.
11.6 Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor.
The detail of Independent External Monitors (IEMs), appointed by OWNER, in terms of Integrity
Pact (IP) is specified in the BDS.
12.1 A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as
a single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which
following actions shall be initiated:
i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and
BID SECURITY, if any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.
ii) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s
bid shall also be rejected. However, in case the bidder ‘B’ has also proposed an
alternative sub-contractor who is other than the bidder ‘A’, then bidder ‘B’’s bid shall be
evaluated with the proposed alternative sub-contractor only. Hence, every bidder shall
ensure in his own interest that his proposed sub-contractor is not submitting alternative/
multiple bids.
Page 9 of 47
Page 35 of 1870
A872-ITB-ITEM RATE
13.1 Unless stated otherwise in the Bidding Document, the Contract shall be for the total works as
described in Bidding Document, based on the Schedule of Rates/ Prices submitted by the bidder
and accepted by EIL.
13.2 Bidder shall indicate percentage increase and Decrease in Summary of Prices ‘FORM-SP 0’ after
downloading the file uploaded in the website referred in IFB. In case separate file is uploaded,
and any variation in item description, unit & quantity are noticed; the bid is liable to be rejected. In
any case, Bidder shall be presumed to have quoted against the tendered description of work as
per the Schedule of Rates (detailed description- Form SP1) and the same shall be binding on the
Bidder.
13.3 The rates quoted by the Bidder shall be checked for arithmetic correction, if any, based on
percentage increase and Decrease in Summary of Prices ‘FORM-SP 0’ filled by the Bidder.
13.4 Bidder shall quote for all the items of Schedule of Rates/Prices after careful analysis of cost
involved for the performance of the complete item considering all parts of the Bidding Document.
In case any activity is not specifically covered in description of item under `Schedule of
Rates/Prices' but is required to complete the work as per Scope of Work, Scope of Supply,
Specifications, Standards, Drawings, General Conditions of Contract, Special Condition of
Contract or any other part of Bidding Document, the rates/ prices quoted shall be deemed to be
inclusive of cost incurred for such activity.
13.5 Rates/ prices quoted by the bidder shall remain firm, fixed and valid till the completion of the
Works and will not be subject to variation on any account except as otherwise specifically
provided in the Bidding Documents.
13.6 All duties, taxes, and other levies payable shall be as per Special Conditions of Contract.
15.1 If specified in the Invitaion for Bids (IFB), bidder(s) intending to participate shall fulfill the
Qualification Criteria specified in the Invitation for Bid (IFB). The experience and financial details
submitted by the bidders shall be evaluated with respect to the Qualification Criteria specified in
the Invitation for Bid. Bidders are requested to submit all qualification details along with relevant
supporting documents in the first instance itself as EIL may finalize the qualification based on
details submitted without asking for any additional details. In view of this, bidder, in their own
interest, must submit experience details for as many Jobs as possible that, in his opinion, meet
the Bidder Qualification Criteria (BQC).
15.2 Bids of only those bidders who are found to qualify based on the Qualification Criteria specified in
the Invitation for Bid shall be considered for detailed Techno-Commercial evaluation. Decision of
OWNER/EIL in this regard shall be final and binding.
15.3 While evaluating the bidder’s conformity with Qualification Criteria, only such works shall be taken
in to consideration, the details of which have been submitted along with the Bid.
15.4 Copy of work order/ notification for award of work along with documentary evidence of its
completion is mandatory, which establishes that the bidder has been awarded a work and proof
of completion which establishes that the work under reference has been completed.(unless
otherwise there is any specific mention in the bidding document regarding consideration of work
in progress)
Page 10 of 47
Page 36 of 1870
A872-ITB-ITEM RATE
15.5 A job completed by a bidder as an authorized sub-contractor shall be considered for the purpose
of meeting the experience criteria of BQC subject to submission of following documents:
I. Copies of work order along with SOR and completion certificate having details like work
order no. /date, brief scope of work, ordered & executed value of the job, completion date
etc. issued by main contractor.
II. Copy of completion certificates from the end user/ Owner mentioning that the work has
been executed by bidder as sub-contractor OR a copy of approval by end user / Owner
for engaging the bidder as sub-contractor.
15.6 A job executed by a bidder for its own plant/projects shall not be considered as experience for the
purpose of meeting the Qualification Criteria of the enquiry document. However, jobs executed for
subsidiary/ fellow subsidiary / holding company will be considered as experience for the purpose
of meeting BQC subject to submission of tax paid invoice(s) duly certified by statutory auditor of
the bidder towards payments of statutory tax in support of the job executed for subsidiary/ fellow
subsidiary / holding company. Such bidders to submit these documents in addition to the
documents specified in the enquiry documents to meet BQC.
15.7 In addition to above, bidder shall also furnish documentary evidence by way of copies of
Complete Audited Annual Financial Year Statements including auditor report, Balance Sheet,
Profit & Loss Account Statement and all other schedules for the preceding three financial year
along with the Bid for meeting the financial criteria.
15.9 Not limited to above, bidder shall submit any additional documents/information as requested in
IFB or/and requested by EIL in writing, subsequent to submission of Bids.
16.1 All supporting documents, pertaining to “Bid Qualification Criteria” including MSE certificate shall
be submitted.
Either
i. Duly certified by Statutory Auditors of the bidder or practicing Chartered Accountant (not being
an employee or a Director or not having any interest in the bidder’s company/firm) where
audited accounts are not mandatory as per law.
Or
ii. Duly notarized by any Notary Public
Or
iii. Duly certified by reputed Third Party Inspection Agencies (BV/ DNV/TUV/ PDIL / CEIL / LRS /
IRS / MECON / RITES / Moody)
Or
iv. Self-certified documents in original from any one out of CEO or CFO or Company Secretary of
the bidder (Limited company only) along with Self-Certification as per Annexure-1 of NIT. {This
option shall not be applicable to Proprietorship/ Partnership firms}
Page 11 of 47
Page 37 of 1870
A872-ITB-ITEM RATE
16.2 All documents submitted by the bidder towards meeting Bid qualification Criteria shall be furnished
in a separate booklet titled as “Documentation against Bidder Qualification Criteria (Experience &
Financial) with proper index” in original.
16.3 The authenticated/certified copy of all supporting documents as mentioned above, shall be
submitted, in original, to the concerned person at address identified in BDS.
16.4 Submission of authentic documents is the prime responsibility of the bidder. Bidders should
ensure submission of complete information / documentation in the first instance itself.
Qualification may be completed based on the details so furnished without seeking any
subsequent additional information and OWNER/EIL reserves the right to reject the bid without
making any reference to the bidder.
16.5 Wherever OWNER/EIL has concern or apprehension regarding the authenticity/ correctness of
any document, OWNER/EIL reserves a right of getting the document cross verified from the
document issuing authority.
17.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date
in accordance with Clause 21.0 of ITB. A bid with shorter validity shall be rejected by EIL as non
responsive. Bidders shall not be entitled during the above period, without the consent of EIL in
writing, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of
bidders revoking or cancelling their Bid or varying any terms in regard thereof without the consent
of OWNER/EIL in writing, OWNER/EIL shall forfeit Bid security, submitted along with the bid and
shall reject their bids. Such Bidder may also be put on Holiday list/ Negative List.
17.2 In exceptional circumstances, prior to the expiration of the bid validity period, OWNER/EIL may
request bidders to extend the period of validity of their bids. The request and the responses shall
be made in writing. If a bid security is requested in accordance with Clause 18.1 of ITB, it shall
also be extended for 3 (Three) months beyond the deadline of the extended validity period. A
bidder may refuse the request without forfeiting its bid security. A bidder granting the request
shall not be permitted to modify its bid.
18.1 Bidder shall furnish as part of its bid, a Bid Security, in original form and, in the amount and
currency specified in the BDS. Any bid not accompanied with a requisite Bid security or the Bid
Security not being for the required amount, shall be summarily rejected by OWNER/EIL. Format
of Bank Guarantee for Bid Security is provided in Bidding Forms.
18.2 OWNER/EIL shall not pay any interest on Bid Security furnished. Further, in case bank
guarantee submitted is found to be fake, bid of such bidder shall be rejected and may initiate
action as deemed necessary as per OWNER/EIL Policy.
18.3 The bid security shall be a demand draft / bank guarantee in favour of Bharat Petroleum
Corporation Limited, in any of the following forms at the bidder’s option:
a) an unconditional guarantee issued by any Indian scheduled bank which includes Indian
branch of foreign bank recognized as scheduled bank by RBI, strictly in the format provided
in Bidding Forms ;
Page 12 of 47
Page 38 of 1870
A872-ITB-ITEM RATE
18.4 Foreign Bidders may also submit BG from an international bank of repute having a branch in
India or having correspondent banking relationship with an Indian scheduled bank, in which case
the BG shall be countersigned by their Indian Branch or by any Scheduled Indian Bank.
18.5 EMD in the form of Swift message / Cheque/ Cash shall not be acceptable.
18.6 The bid security shall be valid for Three (3) Months beyond the validity period of the bid, or
beyond any period of extension if requested under Clause 17.2 of ITB.
18.7 After award of contract to successful bidder, the Earnest Money Deposit of all unsuccessful
Bidders shall be returned to them. Further, in case the award is delayed due to any reasons, the
EMD submitted by the unsuccessful bidders shall be returned on expiry of validity of their Bids.
EIL shall return EMD to unsuccessful Bidders if it was submitted in the form of BG. BPCL shall
return the EMD submitted in the form of DD directly to unsuccessful Bidders. Also, EMD of late
bids / whose unpriced bids not opened, shall be returned by EIL after priced bid opening. The
bidders who are not qualified for priced bid opening, EMD of such bidders shall be returned after
priced bid opening. However, in case EIL / Owner decides to cancel / annul the Enquiry / Bidding
Document at any stage during the bidding process but before the award of work / items (as
applicable), EMD of the bidders shall be returned at the earliest from the date of such decision. In
the case of successful Bidder, the EMD shall be returned to them after the order / contract is
effective and Security Deposit for Performance is submitted.
(a) if a bidder withdraws its bid during the period of bid validity, or any extension thereto provided
by the bidder; or submits multiple bids/alternative bids in accordance with Clause 12.0 of ITB
(b) on his own modifies his bid during the period of bid validity; or
(ii) furnish a security deposit for performance in accordance with Clause 39.0 of ITB.
(d) If the Information/ documents forming basis of evaluation submitted by the bidder in the bid is
found to be false/ forged in accordance with relevant provisions provided in Bidding
Document.
18.9 In case of a JV/Consortium bid (if permitted in BDS), the Bid Security shall be submitted by the
Leader in original form and, in the amount specified in the BDS. Bid Security may be submitted
by the Leader or member, on behalf of consortium as follows:
i. Foreign consortium (i.e., consortium formed by foreign companies only)- US $
ii. Indian consortium (i.e., consortium formed by Indian companies only)- Indian Rupees
iii. Consortium bid involving one Indian and one foreign entity- US $ or Indian Rupees.
19.1 The e-bid shall be digitally signed (e-signed) using the digital signature of a person duly
authorised to sign on behalf of the bidder. The digital signature used for signing the bid shall be
issued in the name of such authorised person and the certificate details, available from the signed
documents, should indicate the details of the signatories. All documents/files of the bid shall be
signed by using the digital signature issued in the name of the person having valid Power of
Page 13 of 47
Page 39 of 1870
A872-ITB-ITEM RATE
Attorney (POA) at the time of bid submission. Any consequences resulting due to such signing (e-
signing) shall be binding on the bidder.
19.2 In case of a JV/Consortium bid (If permitted in the bidding document), the Bid shall be digitally
signed (e-signed) using the digital signature of a authorized representative of the JV
/Consortium, and so as to be legally binding on all the members as evidenced by a power of
attorney signed by their legally authorized representatives.
20.1 The bidder shall submit the, original Bid Security along with other documents requested in
“Original”, as per the requirement of clause no. 10.1.2 of ITB, , in separate sealed envelopes, duly
marking the envelopes as per following:.
20.2 The envelope shall bear the name and address of the bidder and bear a warning not to open
before the time and date for bid opening.
20.3 If all envelopes are not sealed and marked as required, EIL will assume no responsibility for the
misplacement or premature opening of the Part-III of bid.
20.4 Bidders shall submit bids (Part-I & Part-II) electronically and shall follow the electronic bid
submission procedures enclosed as Appendix-I to this ITB.
21.1 Bidders shall submit their bids electronically in the e-tendering portal, within the date and time
specified in the BDS. Bidders submitting bids electronically shall follow the electronic bid
submission procedures enclosed as Appendix-I to this ITB.
21.2 Bid Security in accordance with ITB 18.0, in original, must be received by EIL at the address and
no later than the date and time for submission of Bids/ specified in the BDS. If the bidder is
unable to submit EMD in original on the Bid Due Date & time, he should upload a scanned copy
of the EMD while submitting the bid in Methodology website, provided the original EMD (copy of
which has been uploaded) is received within 7 calendar days from the date of unpriced bid
opening, failing which the bid will be rejected irrespective of their status/ ranking in tender and
notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder.
21.3 OWNER/EIL may, at its discretion, extend the deadline for the submission of bids by amending
the Bidding Documents in accordance with Clause 6.0 of ITB, in which case all rights and
obligations of OWNER/EIL and bidders previously subject to the deadline shall thereafter be
subject to the deadline as extended.
22.1 E-tendering system shall close immediately after the deadline for submission of bid. Any bids
being submitted in physical form (other than Part-III of Bid) shall not be considered for opening /
evaluation / award and will be returned to such bidders.
Page 14 of 47
Page 40 of 1870
A872-ITB-ITEM RATE
22.2 In the event the Bid Security in original, in accordance with ITB 21.2, are not submitted within 7
days from the date of unpriced bid opening, the bids shall be declared late and shall not be
considered for opening, notwithstanding the fact that the bid has been submitted in electronic
form within the deadline.
23.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the
due date and time for submission of Bid following the electronic bid submission procedures.
23.2 No bid shall be withdrawn, substituted, or modified in the interval between the deadline for
submission of bids and the expiration of the period of bid validity or any extension thereof.
24.1 Bidders may witness Unpriced bid opening through CPP Portal remotely from their places.
24.2 EIL shall verify the availability of requisite BID SECURITY, either in original or uploaded in “FEE
FOLDER” in E-tendering Portal, prior to opening of other folders of Part-I of e-Bid. Further Techno-
commercial e-Bid of only those bidders shall be considered for opening, who have already
submitted the requisite Bid Security, in accordance with ITB 21.2 , in original, prior to due date and
time for submission of Bids.
24.3 Except in the cases specified in ITB 22.2, EIL shall open Part-I of all bids received in the e-
tendering portal.
a) Original Bid Security & other original documents submitted in physical form shall be
opened first and verified that whether Bid Security has been furnished as per bid
requirement.
b) If the bidder is unable to submit EMD in original on the Bid Due Date & time, uploaded
scanned copy of the EMD in e-tendering website shall be opened and verified that
whether Bid Security has been furnished as per bid requirement.
c) Up on meeting the requirement of Bid Security as per Clause 18.1 of ITB, Opening of
other documents of part –I, submitted in electronic form shall be processed on the e-
Procurement module of the e-tendering portal.
d) If a bidder has not complied with Bid Security requirement a) or b) above, such
bidder’s offer (Part-I) is not proceeded for further opening and rejected out rightly.
ii. Other folders of Part-I of bid of only those bidders whose bids is determined to be acceptable
shall be opened.
25.0 CONFIDENTIALITY
25.1 A bidder may seek clarification regarding the bidding document provisions, bidding process and /
or rejection of his bid. EIL shall respond to such requests within a reasonable time. However, such
information relating to the evaluation of bids and recommendation of contract award shall not be
disclosed to any other persons not officially concerned with the bidding process.
Page 15 of 47
Page 41 of 1870
A872-ITB-ITEM RATE
25.2 Any attempt by a bidder to influence OWNER/EIL in the evaluation of the bids or Contract award
decisions shall render their Bid liable for rejection.
25.3 Notwithstanding Clause 25.2 of ITB, from the time of bid opening to the time of Contract award, if
a bidder wishes to contact OWNER/EIL on any matter related to the bidding process, it shall done
so in writing only.
(a) “Deviation” is a departure from the requirements specified in the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of
the requirements specified in the Bidding Documents; and
(c) “Omission” is the failure to submit part or all of the information or documentation required in
the Bidding Documents.
27.1 OWNER/EIL’s determination of a bid’s responsiveness is to be based on the contents of the bid
itself, as defined in Clause 10.0 of ITB.
27.2 A substantially responsive bid is one that meets the requirements of the Bidding Documents
without material deviation, reservation, or omission. A material deviation, reservation, or omission
is one that,
(i) affect in any substantial way the scope, quality, or performance of the Works
specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding Documents,
OWNER/EIL’s rights or the bidder’s obligations under the proposed Contract; or
(iii)would unfairly affect the competitive position of other bidders presenting substantially
responsive bids.
27.3 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder shall
submit self certificate in this regard.
Bidder who is found to be under court receivership or similar proceeding as per above
declaration, then their offer shall not be considered for further evaluation.
28.1 Bidders should ensure that the Bid submitted is substantially responsive Bid in the first instance
itself. Evaluation may be completed based on the content of the Bid itself without seeking any
subsequent additional information which may result in rejection of Bid. However, OWNER/EIL may,
at its discretion, may request bidder to submit the necessary information or documentation, within a
reasonable period of time, to withdraw material deviation, reservation, or rectify omission in the bid
related to documentation requirements. Requesting information or documentation on such account
shall not be related to any aspect of the price of the Bid. OWNER/EIL’s request for clarification and
the response shall be in writing.
Page 16 of 47
Page 42 of 1870
A872-ITB-ITEM RATE
28.2 Exceptions and deviations by the Bidder shall be mentioned only in the given pro-forma in
Proposal Forms. Any exceptions/ deviations mentioned elsewhere in the document shall not be
considered for evaluation.
28.3 No change, including any voluntary increase or decrease, in the prices or substance of the bid
shall be sought, offered, or permitted. Bidder shall not be allowed to submit any price implication or
revised price after submission of Bid unless the same is called for by OWNER/EIL in writing.
28.4 Any clarification submitted by a bidder that is not in response to a request by OWNER/EIL shall
not be considered. Failure of the bidder to comply with the request may result in the rejection of its
Bid.
28.5 If a bidder does not provide clarifications of its bid by the date and time set in EIL’s request for
clarification, its bid shall be evaluated with available information which may result in rejection of
their bid.
29.1 Prior to price opening of bids, EIL will determine whether each bid is accompanied with required
Bid Security, as applicable;
(i) Fulfils the technical, financial, experience and other requirements as specified in the
Bidding Document;
(iii) Any other relevant factor, if any that EIL deems necessary or prudent to be taken into
consideration.
29.2 OWNER/EIL reserves the right to use in-house information for assessment of capability of bidder
and their performance on jobs completed/ in progress for evaluation purpose.
Bidders shall adhere to the provisions of the Bidding Document without taking any deviations,
failing which the Bid shall be considered to be non-responsive and are liable to be rejected.
30.2 For facilitating promotion and development of micro and small enterprises, OWNER/EIL is
committed to promote the procurement of supplies/ services from MSEs in Orders/ contracts
awarded. Accordingly, bidders are also encouraged to promote the same by considering MSE sub-
suppliers/ sub-contractors to the extent possible under the Orders/ Contracts awarded on them.
After award of work, supplier/ contractor shall furnish a statement alongwith copies of orders/ FOAs
placed by them on their sub-suppliers/ sub-contractors who are MSEs, to EIL Project Manager/
RCM, as applicable.
31.1 Priced Bid (Part-II) of only those bidders whose bids is determined to be technically and
commercially acceptable by OWNER/EIL shall be opened. Bidders may witness Price bid opening
through CPP Portal remotely from their places.
Page 17 of 47
Page 43 of 1870
A872-ITB-ITEM RATE
(i) The prices quoted by bidders shall be checked for arithmetic correction, if any, based on
rate and amount filled by the bidder in the SOR/price schedule formats. If some
discrepancies are found between the rate / amount given in figures/words, the total amount
shall be corrected as per the following procedure, which shall be binding upon the bidder:
a) When the rate quoted by bidder “in figures” and “words” tallies but the total amount is
incorrect, the rate quoted by the bidder shall be taken as correct and the total amount
shall be reworked.
b) When there is difference between the rate “in figures” and in “words”, the rate that
corresponds to the total amount, shall be taken as correct.
c) When it is not possible to ascertain the correct rate as detailed above, the rate quoted
for the item in words shall be adopted and total amount shall be reworked.
d) If the total amount written against an item does not correspond to the rate written in
figures and if the rate in words is not written by the bidder, then the higher of the rates, i.e.
higher of the rate worked out by dividing the amount by the notional quantity or the rate
quoted, shall be considered for evaluation. In the event that such a bid is determined as
the lowest bid, the lower of the rates shall be considered for award of works.
32.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the
correction in accordance with Clause 32.1 of ITB, shall result in the rejection of the Bid and Bid
Security shall be forfeited.
33.1 Wherever BDS permits bidder to quote prices in more than one currency, for evaluation and
comparison purposes, the currency(ies) of the Bid shall be converted into a single currency, and
that will be Indian Rupees only at the exchange rate published by the RBI on the date of price bid
opening. In case the RBI reference rate of foreign exchange published on the day of opening is
not available, immediate preceding exchange rate published by RBI shall be considered.
34.1 EIL shall compare the price bids based on the evaluation methodology and loading criteria, if any,
provided in BDS to determine the lowest evaluated bid.
35.0 OWNER/EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS
35.1 OWNER/EIL reserves the right to accept or reject any or all the bids at his discretion and may
annul the Bidding process, without thereby incurring any liability to bidders.
F AWARD OF CONTRACT
36.1 Subject to Clause 35.1 of ITB, the EIL/BPCL shall award the Contract for entire scope of work to
the bidder who has been determined to be the lowest evaluated bid. However, if in the opinion of
OWNER/EIL, the total price or certain item rates quoted by the lowest evaluated bidder are
considered high, OWNER/EIL may invite such bidder for price negotiation. Lowest quoted bidder
shall attend such negotiation meetings and if requested by OWNER/EIL shall provide the analysis
of rates/break-up of amount quoted by him for any or all items of Schedule of Rates/ Prices to
Page 18 of 47
Page 44 of 1870
A872-ITB-ITEM RATE
demonstrate the reasonability. As a result of negotiation, bidder may offer rebate on his earlier
quoted Price.
37.1 Prior to the expiration of the period of bid validity, the OWNER/EIL shall notify the successful
bidder, in writing, that its bid has been accepted. The notification letter (hereinafter and in the
General Conditions of Contract called the “Letter of Award (LOA)/ Fax of Acceptance (FOA)”)
shall specify the sum that the OWNER/EIL will pay the Contractor in consideration of the execution
and completion of the Works.
37.2 Until a formal contract is prepared and executed, the notification of award along with this Bidding
Document together with the annexed documents, modifications, deletions agreed upon by the
OWNER/EIL shall constitute a binding contract between the successful bidder and the BPCL.
38.1 Promptly upon issue of LOA/ FOA, the successful bidder shall sign, the Contract Agreement on a
non-judicial stamp paper and of appropriate value. The cost of non-judicial stamp paper shall be
borne by the successful bidder.
39.1 Within thirty (30) days of the receipt of notification of award from OWNER/EIL, the successful
contractor shall submit security deposit of 10% of the contract value. The earnest money deposit
(EMD) of the successful contractor, if paid in forms other than Bank Guarantee, can be converted
to security deposit for due performance of the contract if the contractor so desires. However the
“performance security deposit/retention money” shall be limited to a maximum of 10% of the
contract value.
39.2 Failure of the successful bidder to submit the above-mentioned security deposit towards
performance or sign the Contract shall constitute sufficient grounds for the annulment of the award
and forfeiture of the bid security.
Page 19 of 47
Page 45 of 1870
A872-ITB-ITEM RATE
Page 20 of 47
Page 46 of 1870
A872-ITB-ITEM RATE
If the tender cannot be split (as specified in bidding document) then the order shall be
awarded to the eligible LC manufacturer for the entire quantity.
If the tender cannot be split (as specified in bidding document ) the entire contract
would be awarded to the lowest techno-commercially qualified LC service provider,
subject to matching with L1, if such bidders are available and L1 bidder is not a LC
service provider.
In case tender for services/ EPC can be split (as specified in bidding document),
then splitting shall be allowed and specified in tender documents. Such services shall
follow the procedure outlined for goods as described in goods above.
It may be noted that only those LC manufacturers/ service providers whose bids are
within 10% of the L1 bid would be allowed an opportunity to match L1 bid.
In order to avail the Purchase preference under this policy, bidder shall achieve minimum
Local Content (LC) of 22 %. The Policy shall be implemented in the following manner.
a) In case the lowest (L 1) bidder meets the stipulated LC criteria, the order shall be awarded to
such bidder.
b) In case none of the bidders meets the stipulated LC criteria, the order shall be awarded to the
lowest bidder.
c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall be ranked
in the ascending order of evaluated prices and next bidder meeting minimum stipulated LC
and with his evaluated price within a price band of (+) 10% of lowest bidder's evaluated price,
shall be given opportunity to supply 50% of the requirement by matching the lowest bidder's
evaluated price. However, if 50% quantity works out to a fraction of quantity, the bidder shall
be considered for next higher quantity. In case the quantity cannot be split, the order shall be
placed with the entire quantity.
d) In case there are more than one bidder within the price band of (+) 10% of lowest bidder's
evaluated price, they shall be ranked in ascending order of their evaluated prices. The
opportunity of matching the price shall be accorded starting from the lowest bidder out of
these bidders and in case of his refusal, to the next bidder, and so on.
e) In case none of the bidders who meet the stipulated LC criteria agree to match the lowest
price, the natural lowest bidder will be awarded the job.
f) The option in case of MSE bidders qualifying under both Policies, namely, Purchase
Preference under the Public Procurement Policy - 2012 (PPP - 2012) from MSE bidders and
Purchase Preference Linked with Local Content (PP-LC 2017) shall be exercised as under :
i) The MSE bidder can avail only one out of the two applicable purchase preference
policies, i.e. PP-LC 2017 or PPP-2012 and therefore, bidder will be required to furnish
the option under which he desires to avail purchase preference. This option must be
declared within the offer and in case bidder fails to do so although he is eligible for both
the Policies, his offer would be evaluated considering PPP-2012 as 'the default chosen
option.
Page 21 of 47
Page 47 of 1870
A872-ITB-ITEM RATE
In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to
claim benefit under PP-LC 2017 (irrespective of the fact whether he furnishes the detail
of LC in his offer and this LC meets the stipulated LC criteria).
ii) In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not
be entitled to claim benefit of purchase preference benefit as applicable for MSE
bidders under PPP-2012. However, the exemptions from furnishing Bidding Document
fee and Bid security shall continue to be available to such a bidder.
g) In view of the above, the bidder's quoted prices against various items of enquiry shall remain
valid even in case of splitting of quantities of the items, except in case of items where the
quantity cannot be split since these are to be awarded in a Lot or as a package or Group.
h) While evaluating the bids, for price matching opportunities and distribution of quantities
among bidders, the order of precedence shall be as under :
MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the L1
price, order shall be placed on him, otherwise option for matching the L1 price shall be
given to L2 bidder (PP-LC)
Divisible Item
L1 bidder is non MSE, non PP- LC bidder
MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price,
order shall be placed on him for the quantity specified in the bidding document. For the
balance quantity (i.e. 50% of tendered quantity/value) option for matching the L1 price
shall be given to L2 bidder (PP-LC) Balance quantity shall be awarded to natural lowest
bidder.
For further clarification, in case an item has quantity 4 nos. then 1no. can be given to MSE
bidder, 2 to PP-LC bidder and left out 01 no. to natural L1 bidder.
i) In case lowest bidder is a MSE bidder, the entire work shall be awarded to him
without resorting to purchase preference to bidders complying with Local Content.
Page 22 of 47
Page 48 of 1870
A872-ITB-ITEM RATE
j) In case lowest bidder is a PP- LC bidder purchase preference shall be resorted to MSE
bidder as per provisions specified in the enquiry document w.r.t. PPP-2012 only.
k) Certification of Local Content
At bidding stage
Bidder shall furnish the percentage of the local content, taking into account the factors
and criteria listed out in the policy. These details shall be required only at aggregate level like
supply value, transport value and other heads given in the price schedule.
The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on
bidder’s letterhead confirming his meeting the Local Content and this undertaking shall
be certified as under :
• Where the total quoted value is less than INR 5 Crore
The LC content shall be self- assessed and certified by the authorized signatory of the bidder
signing the bid.
Note:
1. Sample formats for calculation of LC are enclosed as Appendix I, II & Ill (specify
relevant appendix for calculation of the local content by the bidder.
2. LC of goods shall be computed on the basis of the cost of domestic components in
goods, compared to the whole cost of product. The whole cost of product shall be
constituted of the cost spent for the production of goods, covering: direct component
(material) cost; direct manpower cost; factory overhead cost and shall exclude profit,
company overhead cost and taxes for the delivery of goods.
3. However, LC of service shall be calculated on the basis of the ratio of service cost of
domestic component in service to the total cost of service. The total cost of service shall
be constituted of the cost spent for rendering of service, covering: a) cost of component
(material) which is used; b) Manpower and consultant cost; cost of working
equipment/facility; c) general service cost, excluding profit, company overhead cost, taxes
and duties.
Page 23 of 47
Page 49 of 1870
A872-ITB-ITEM RATE
The onus of submission of appropriately certified documents lies with the bidder and
the purchaser shall not have any liability to verify the contents and will not be responsible
for the same.
However, in case the procuring company has any reason to doubt the authenticity of
the local Content, it reserves the right to obtain the complete back up calculations before
award of work failing which the bid shall be rejected.
However, procuring company shall also have the authority to audit as well as witness
production processes to certify the achievement of the requisite local content and/or to
obtain the complete back up calculation before award of work failing which the bid shall
be rejected and appropriate action may be initiated against the bidder.
In case a bidder, who has specified in his bid that the bid meets the minimum Local Content
specified in the enquiry document, fails to achieve the sa me, the following actions shall be taken
by the procuring company:
Page 24 of 47
Page 50 of 1870
A872-ITB-ITEM RATE
Page 25 of 47
Page 51 of 1870
Bidding Forms
BIDDING FORMS
Page 52 of 1870
Bidding Forms
TABLE OF CONTENTS
SELF DECLARATION............................................................................................................ 36
FINANCIAL
DETAILS………………………………………………………………………………………………
……40
Page 53 of 1870
Bidding Forms
FORM-A
FORM OF BID
(As per 10.1.1 (g) of ITB)
To
Bharat Petroleum Corporation Limited,
Dear Sirs,
Having examined the Bidding Documents consisting of the Letter Inviting Bid / Invitation for Bids,
Bidding Data Sheet Instructions to Bidders, General Conditions of Contract, Special Conditions of
Contract, Specifications, Technical requirements, Time Schedule, Form of Agreement, Form of Bid,
and Addendum(s) to the Bidding Documents (if any), and having understood the provisions of the
said Bid Documents and having thoroughly studied the requirements of Bharat Petroleum
Corporation Limited in connection with the ---------------------------- (Name of Work) for
……………………………………………………… and having conducted a thorough study of the job
site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water,
material and equipment availability, the transport and communication facilities, the availability and
suitability of Site Fabrication Areas, the availability of land and/or premises for temporary office and
accommodation quarters and all other factors and facilities and things whatsoever necessary or
relevant to the formulation of the Bid and the performance of work, I/we hereby submit our bid/offer
for the performance of the proposed services and supplies in accordance with the terms and
conditions and within the time mentioned in the Bid Documents at the rates/prices quoted by
me/us in Schedule of Rates/Price included within the Bid Documents and arrived at rates/prices for
the services and supplies as per the Schedule of Rates/Price. If the work is awarded to me/us,
I/we undertake to perform the work and make the supplies in accordance with the Contract
Documents as defined in the Form of Agreement forming part of the bid documents and accept the
terms and conditions of Contract as laid down therein and undertake to submit within 30 (Thirty)
days of receipt of Notification of award of Bid for security deposit as specified in the Fax of
Acceptance of bid by way of Bank Guarantee from a Scheduled Bank in India and to commence
work at the job site and to sign the formal Contract in terms of the Proforma of Contract Agreement
(enclosed with GCC) forming part of Bid Documents within 30 (Thirty) days of receipt of the Letter
of Award / Fax of Acceptance from Bharat Petroleum Corporation Limited.
I/ We further undertake to keep my/our Bid/offer open for a period as mentioned in Bid Data Sheet
from the date of opening of bids.
Yours faithfully,
(Signature(s) of the Bidders(s))
Name & Designation of authorised person signing the Bid on behalf of the Bidder(s)
Full Name and address of the Bidder(s).
Page 54 of 1870
Bidding Forms
FORM-B
To
Bharat Petroleum Corporation Limited
City________________ District
_________State _______________
PIN/ZIP__________
City________________ District
_________State _______________
PIN/ZIP__________
1.8 Website:
1.0 GENERAL
Page 55 of 1870
Bidding Forms
FORM-C
(AS PER CL. NO. 15. 1 OF ITB)
SELF-CERTIFICATION
It is certified that none of the documents are false/forged or fabricated. All the documents submitted
has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such
declaration turning out to be a misrepresentation or false representation.
I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine, exact
copy of its original and shall not be false/forged or fabricated.
DECLARATION
Signature
Page 56 of 1870
Bidding Forms
FORM – D
2. Description of work
Page 57 of 1870
Bidding Forms
8. Supporting Document for Financial Whether Annual Turnover Statement and P&L
Criteria account is enclosed.
YES NO
If Yes, submitted for the financial years
1. _______________
2. _______________
3. _______________
CONFIRMATIONS BIDDER’S CONFIRMATION
9.
Confirm that you have completed the
9.1
above work within last 07 years from
Page 58 of 1870
Bidding Forms
Page 59 of 1870
Bidding Forms
FORM-E
We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation
all technical, commercial and other conditions whatsoever of the Bidding Documents and
Amendment/ Addendum to the Bidding Documents, if any, for subject work issued by Owner/EIL.
Page 60 of 1870
Bidding Forms
FORM–F
Bidder’s Declaration: We confirm that any exceptions/ deviations mentioned elsewhere in the unpriced bid stands withdrawn and shall not be
considered for evaluation.
NOTE: This shall be submitted separately for Commercial & Technical Sections.
Page 61 of 1870
Bidding Forms
FORM–G
SELF DECLARATION
(AS PER Clause 10.1.1 (o, p & q) of ITB
Bidder’s declaration as furnished in the here shall supersede the stipulations mentioned elsewhere in
their bid.
Page 62 of 1870
Bidding Forms
FORM-H
CHECK LIST FOR SUBMISSION OF BID
Bidder is requested to fill this check list and ensure that all details/documents have been furnished as
called for in the Bidding Document.
Page 63 of 1870
Bidding Forms
FORM–I
Page 64 of 1870
Bidding Forms
1. Bidder Name :
2. Bidder Code :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder :
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code :
d. 9-Digit MICR code Number of the Bank & Branch
(As appearing in the MICR Cheque issued by the bank)
(Please do not give multicity cheque book code
Number)
e. Type of account (Saving Bank, Current or Cash Credit) :
f. Account Number :
g. RGTS/IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :
I/we declare that the particulars given above are correct and complete and I/we accord our
consent
for receiving all our payments through Electronic Mechanism.
______________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
_____________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
Page 65 of 1870
Bidding Forms
FORM –J
(AS PER Clause 10.1.1 (q) of ITB
Applicable for foreign bidder. Format of TRC & 10F are already attached with GCC.
Page 66 of 1870
Bidding Forms
NOTE: The Pre-Bid Queries may be sent on fax numbers and also by e-mail to concern persons,
the details of which is provided in BDS/ IFB.
Page 67 of 1870
FORM–L
FINANCIAL DETAILS
(AS PER Clause 10.1.1 (h) of ITB)
2. Net Worth
3. Working Capital
Note: Bidder shall submit the supporting documents as per requirements of Notice Inviting Bid (NIB).
Page 68 of 1870
Bidding Forms
Page 69 of 1870
Bidding Forms
FORM-1
UNDERTAKING FOR APPLICABILITY OF POLICY
To,
SUB:
TENDER NO:
Dear Sir
Description Preference
Purchase Preference (linked with local
content) or
Purchase Preference under Public
Procurement Policy for MSE
Note:
(i) Please indicate your preference against only one policy.
(ii) The above preference shall be extended only after submission of requisite
documents (as mentioned in the tender documents).
(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP
for MSE 2012, then the bidder should categorically seek benefits against only
one of the two policies i.e. either PP-LC and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall
not be entitled to claim purchase preference benefit available to MSE Bidders
under PPP for MSE 2012. However, the exemptions from furnishing Bidding
Document fee and Bid security/EMD shall continue to be available to MSE
Bidders
(v) The option once exercised cannot be modified subsequently.
Page 70 of 1870
Bidding Forms
FORM-2
UNDERTAKING BY BIDDER TOWARDS MANDATORY MINIMUM LC
(IN CASE SEEKING BENEFIT OF PP-LC)
To,
SUB:
TENDER NO:
Dear Sir
We hereby confirm that we are eligible for benefit under Purchase Preference (linked
with local content) and undertake that we meet the mandatory minimum Local content
requirement of ………………………% specified in tender document. The certificate
from Statutory auditor in this regard has been submitted in un-priced bid and the value
& percentage of the local content has been provided in priced-bid.
We further confirm that in case we fail to meet the minimum local content, GAIL will
take action as per provision of tender document.
Page 71 of 1870
Bidding Forms
FORM-3
CERTIFICATE BY CHARTER ACCOUNT OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)
To,
SUB:
TENDER NO:
Dear Sir
Page 72 of 1870
Bidding Forms
FORM-4
CERTIFICATE BY STATUTORY AUDITORS OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)
To,
SUB:
TENDER NO:
Dear Sir
Page 73 of 1870
Annexure – 1 to ITB
E-TENDERING METHODOLOGY
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll” on the CPP
Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records (http://tenders.eil.co.in).
These details would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC)
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized
by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature Certificates
requirements which comes under Download Tab at https://eprocure.gov.in/eprocure/app and the
remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.
1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, organization name, location, date,
value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date, other
keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS
/ e-mail in case there is any corrigendum issued to the tender document.
Page 74 of 1870
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of
the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be
scanned with 100 dpi with black and white option. However, Price Schedule / SOR shall be
strictly in RAR format without altering any contents of the formats uploaded by EIL in their
Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Space” area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and
enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender Processing Section, with in 7 calendar days
of the date of Unpriced bid opening. The details of the DD/any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders. Bidders
are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. Bidders are required to download the Price Bid file, open it and
complete the cells with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder should save it
and submit it online, without changing the filename. If the Price Bid file is found to be modified by the
bidder, the bid will be rejected.
Page 75 of 1870
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to submit
their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the
tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is
1800 3070 2232.
Page 76 of 1870
LPG import facilities Project Annexure-III to RFQ
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS
POLICY PROVIDING
PREFERENCE TO
DOMESTICALLY
MANUFACTURED IRON & STEEL
PRODUCTS IN GOVERNMENT
PROCUREMENT
Page 77 of 1870
Page 78 of 1870
Page 79 of 1870
Page 80 of 1870
Page 81 of 1870
Page 82 of 1870
Page 83 of 1870
Page 84 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 1 of 32
SPECIAL CONDITIONS
OF
CONTRACT
_____________________________________________________________________________________________
Engineers India Limited
Page 85 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 2 of 32
Table of Contents
1.0 GENERAL .......................................................................................... 5
2.0 SCOPE OF WORK & SCOPE OF SUPPLY ........................................... 5
3.0 TIME SCHEDULE ............................................................................... 5
4.0 CONSTRUCTION WATER & POWER SUPPLY AND LAND FOR
RESIDENTIAL ACCOMMODATION .................................................... 6
5.0 MEASUREMENT OF WORKS .............................................................. 6
6.0 TERMS OF PAYMENT ........................................................................ 6
7.0 ROYALTY, TAXES, DUTIES ............................................................... 6
8.0 GOODS AND SERVICES TAX (GST): .................................................. 8
9.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES ................. 10
10.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS ............ 10
11.0 INPUT CREDIT................................................................................. 11
12.0 FIRM PRICES ................................................................................... 11
13.0 WORKS CONTRACT......................................................................... 11
14.0 TEMPORARY WORKS ...................................................................... 11
15.0 UNDERGROUND AND OVERHEAD STRUCTURES ........................... 11
16.0 PROTECTION OF EXISTING FACILITIES ......................................... 11
17.0 WORK FRONT .................................................................................. 11
18.0 SETTING OUT OF WORK ................................................................. 12
19.0 CHECKING OF LEVELS ................................................................... 12
20.0 MECHANISED CONSTRUCTION ...................................................... 12
21.0 CONSTRUCTION AIDS, EQUIPMENTS, TOOLS & TACKLES ........... 12
22.0 WORKING HOURS ........................................................................... 13
23.0 LABOUR LICENSE ........................................................................... 13
24.0 DELETED ......................................................................................... 13
25.0 ESI / EPF .......................................................................................... 13
26.0 UTILISATION OF LOCAL RESOURCES ............................................ 13
27.0 LABOUR .......................................................................................... 13
28.0 FUEL REQUIREMENT OF WORKERS ............................................... 15
29.0 RESPONSIBILITY OF CONTRACTOR ............................................... 15
30.0 COORDINATION WITH OTHER AGENCIES ...................................... 15
31.0 CLEARANCE OF SITE ON COMPLETION ......................................... 16
32.0 CONSTRUCTION EQUIPMENT, TOOLS & TACKLES AND
MANPOWER .................................................................................... 16
33.0 QUALIFICATION AND EXPERIENCE OF KEY CONSTRUCTION
PERSONNEL ................................................................................... 16
34.0 CONSTRUCTION ............................................................................. 16
35.0 DRAWINGS ...................................................................................... 17
36.0 MAKE OF MATERIALS ..................................................................... 17
37.0 SITE CLEANING .............................................................................. 17
38.0 QUALITY MANAGEMENT SYSTEM .................................................. 18
39.0 HSE MANAGEMENT AND OTHER SAFETY REQUIREMENT............. 18
___________________________________________________________________________________________
Engineers India Limited
Page 86 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 3 of 32
ANNEXURES TO SCC
Annexure No. Description
Annexure-I SCOPE OF WORK
Annexure-II SCOPE OF SUPPLY
Annexure-III TIME SCHEDULE
Annexure-IV MEASUREMENT OF WORK
Annexure-V TERMS OF PAYMENT
___________________________________________________________________________________________
Engineers India Limited
Page 87 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 4 of 32
___________________________________________________________________________________________
Engineers India Limited
Page 88 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 5 of 32
1.0 GENERAL
1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of
Contract (GCC), Schedule of Rates/Prices, Specifications, drawings and any other document
forming part of this Contract wherever the context so requires.
1.2 Notwithstanding the subdivisions of the document into separate sections / volumes, every part of
each shall be deemed to be supplementary of every other part and shall be read with and into the
Contract so far as it may be practicable to do so.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of the SCC, then
unless a different intention appears, the provision(s) of the SCC shall be deemed to override the
provision(s) of GCC only to the extent that such repugnance or variations in the SCC are not
possible of being reconciled with the provisions of GCC.
1.4 Wherever it is stated in this Bidding Document that a supply is to be made or a work is to be carried
out, it shall be understood that the same shall be made/carried out by the CONTRACTOR at his
own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit
from the context. Contract Price shall be deemed to have included such cost.
1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the
job specifications contained herein and codes referred. Where the job specifications stipulate
requirements in addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied. In the absence of any Standard/
Specifications/Codes of practice for detailed specifications covering any part of the work covered in
this bidding document, the instructions/directions of EIL will be binding upon the CONTRACTOR.
1.6 The documents forming the Contract are to be taken as mutually explanatory of one another. If
there is an ambiguity or discrepancy in the documents, the Engineer-in-Charge shall issue
necessary clarifications or instructions to the Contractor, and the order of precedence of the
documents shall be as follows:
a) Contract Agreement
b) Detailed Letter of Acceptance along with its enclosures
c) Letter of Award / Fax of Acceptance
d) Job Specifications
e) Drawings
f) Technical Specifications
g) Special Conditions of Contract
h) Instruction to Bidders
i) General Conditions of Contract
j) Other Documents
2.1 The brief scope of work and brief scope of supplies under this Contract has been described in
Annexure – I and II of SCC and detailed in Technical Part of the Bidding Document. The detailed
scope of supplies and work/services shall be derived by the CONTRACTOR from various parts of
the Bidding Document including addenda/amendment(s) issued.
Page 89 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 6 of 32
4.0 CONSTRUCTION WATER & POWER SUPPLY AND LAND FOR RESIDENTIAL
ACCOMMODATION
4.1 Clause Nos. 2.3 of General Conditions of Contract (GCC) stands modified to the following extent:
4.1.1 Construction Water
Construction Water shall be arranged by the Contractor at his own cost.
4.1.2 Construction Power
Construction Power shall be arranged by the Contractor at his own cost.
4.1.3 Land for residential accommodation
The OWNER shall not provide and permit any land at site to be used for residential purposes.
5.0 MEASUREMENT OF WORKS
5.1 Mode of Measurement of Works shall be as specified in Annexure-IV of this SCC.
6.0 TERMS OF PAYMENT
6.1 Terms of Payment shall be as per enclosed Annexure-V to SCC.
7.0 ROYALTY, TAXES, DUTIES
7.1 Royalty, Levies, Taxes
7.1.1 All royalties, levies, taxes, etc., as may be required for any Borrow Areas, Own red earth, including
right of way etc. to be arranged by CONTRACTOR shall be deemed to have been included in the
quoted prices. Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other
royalties, rents and other payments or compensation (if any) for getting stone, sand, gravel, clay,
bricks or other materials required for the works or any temporary works.
7.1.2 CONTRACTOR's quoted rates should include the royalty on different applicable items as per the
prevailing State Government rates. Any increase in prevailing rate of royalty shall be borne by the
CONTRACTOR at no extra cost to Owner.
___________________________________________________________________________________________
Engineers India Limited
Page 90 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 7 of 32
___________________________________________________________________________________________
Engineers India Limited
Page 91 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 8 of 32
___________________________________________________________________________________________
Engineers India Limited
Page 92 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 9 of 32
8.11 Any statutory variation (increase or decrease) in all Taxes/ Duties within the contractual completion
period, shall be to Owner’s account against submission of documentary evidence for substantiating
the variation by way of relevant notification. However, in case of delay in completion of work beyond
the contractual completion date, for reasons attributable to contractor, any increase in these rate(s)
shall be borne by Contractor, whereas any decrease shall be passed on to Owner.
Any new or additional taxes/duties or levies imposed during the contractual completion period shall
be paid to CONTRACTOR on submission of documentary proof. However, in case of delay in
completion of work, due to reasons attributable to contractor, any new or additional taxes, duties or
levies imposed after the contractual completion date shall be to Contractor’s account. However if
the new levy (like GST) is levied as a substitute of taxes and duties existing on the last bid due date,
then the implication of the new levy shall be worked out and the differential amount shall be
reimbursed or recovered by BPCL.
8.12 Goods and Service tax at prevailing rate is applicable on penal recovery or Liquidated Damages, if
any levied under the contract and shall be recovered extra from the CONTRACTOR.
b. The SUB-CONTRACTOR shall be responsible to comply with all provisions of the Building and
Other Construction Workers’ (RE&CS) Act, 1996, the Building and Other Construction Workers’
Welfare Cess Act, 1996, the Building and other Construction Workers’ (RE&CS) Rules, 1998 and
the Building and Other Construction Workers Welfare Cess Rules, 1998.
c. Cess as per the prevailing rate, shall be deducted at source from bills of the SUB-CONTRACTOR
by the engineer-in-Charge of the contract and remitted to the “Secretary, Building and Other
Construction Workers Welfare Board” of the concerned State. The SUB-CONTRACTOR shall be
responsible to submit final assessment return of the cess amount to the assessing officer after
adjusting the cess deducted at source.
8.13 Notwithstanding the foregoing, OWNER shall not bear any liability in respect of:
a) Personal taxes on the personnel deployed by the CONTRACTOR, his SUB-CONTRACTOR(s)
and Agent(s) etc.
b) The Corporate Taxes in respect of CONTRACTOR and his Sub-Contractor and other Agents,
Indian or foreign based.
d) Method of valuation prescribed under the service tax rules opted by bidder.
8.14 Income tax/Withholding tax at the prevailing rate shall be deducted from Contractor’s bills as per
Indian Income Tax Act. Tax Deduction Certificate shall be issued by Owner.
8.15 CUSTOMS DUTY
7.7.1 No concessional/Project rate of customs duty is applicable for this Project and owner shall not
provide any certificate towards the same.
7.7.2 The CONTRACTOR shall be fully responsible for payment of Custom Duty, Port and Customs
clearance including stevedoring, handling, unloading, loading and storage and for satisfying all Port
___________________________________________________________________________________________
Engineers India Limited
Page 93 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 10 of 32
and Customs formalities for the clearance of the goods, including preparation of the Bill(s) of Entry
and other documents required for import and/or clearance of the goods. The CONTRACTOR shall
also be fully responsible for any delays, penalties, demurrages, shortages and other charges and
losses, if any, in this regard.
7.7.3 The CONTRACTOR shall appoint a Customs House Clearing Agent of good standing and ensure
speedy customs clearance.
7.7.4 The CONTRACTOR shall be responsible to register the import Licence with Customs Authorities at
the Port of Import, and to answer and sort out technical queries (if any) raised by Customs
Authorities in regard to any import(s). The CONTRACTOR shall arrange for TRA (Telegraphic
Release Advice) in case the goods arrived are required to be cleared at a port other than the
Registered Port.
7.7.5 Custom Duty Variation For Indian Bidders (On Built-in Import Content):
a) The prices shall be firm and fixed on account of FE variation.
b) Prices shall remain firm and fixed without any escalation except for statutory variation in
customs duty rate up to 2/3rd of Mechanical completion period for which the following
methodology shall be followed:
c) Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. Maximum CIF value of import content in Indian Rupees
shall also be furnished by Bidders along with the merit rate of customs duty considered and list
of items to be imported.
d) Any increase in price due to increase in customs duty rate beyond two-third of the contractual
Mechanical completion period will be to supplier’s account. However, any decrease in price
due to decrease in customs duty rate at the time of actual clearance of imported materials
shall be passed on to BPCL.
e) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.
7.7.6 Rate of Custom Duty for Foreign Bidders:
a) No concessional/Project rate of customs duty is applicable for this Project and owner shall
not provide any certificate towards the same.
b) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
c) The bidder shall be liable to provide all documentation to ensure availment of the exemption
/ waiver. In case the bidder defaults on this due to any reason, whatsoever, he shall be liable
to bear the incremental Customs Duty applicable, if any.
9.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES
9.1 The CONTRACTOR shall accept full and exclusive liability at his own cost for the payment of any
and all taxes, duties, cesses and levies howsoever designated, as are payable to any government,
local or statutory authority in any country other than India as are now in force or as are hereafter
imposed, increased or modified and as are payable by CONTRACTOR, his agents, SUB-
CONTRACTORs and its/their respective employees for or in relation to the performance of this
Contract. The CONTRACTOR shall be deemed to have been fully informed with respect to all such
liabilities and considered and included the same in its bid and the Contract Price shall not be varied
in any way on this account.
10.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
10.1 The CONTRACTOR shall withhold from wages and salaries of its agents, servants or employees all
sums required to be withheld by the laws of India, and to pay the same promptly and directly when
due to the proper authority (ies). The CONTRACTOR further agrees to comply with all accounting
and reporting requirements under the laws of India, and to pay and bear the cost of such
compliance. Upon request by the OWNER, the CONTRACTOR will furnish OWNER evidence of
payment of applicable withholding taxes in India.
___________________________________________________________________________________________
Engineers India Limited
Page 94 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 11 of 32
Page 95 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 12 of 32
no claim of any sort whatsoever shall be admissible to the CONTRACTOR on this account. Only
extension of time limit shall be admissible, if the availabilities of work fronts to the CONTRACTOR
are delayed due to any reason not attributable to the CONTRACTOR.
17.2 Fronts shall be released to the contractor as per Annexure-XVII to SCC. Time extension due to
non-availability of Physical front shall be considered only if the progress of work is corresponding to
the work fronts released.
18.0 SETTING OUT OF WORK
18.1 The Engineer-in-Charge shall furnish the relevant existing grid point with Bench Mark, on the land. It
shall be CONTRACTOR’S responsibility to set out the necessary control points in and to set out the
alignment of the various works. The CONTRACTOR shall employ an efficient survey team for this
purpose and the accuracy of such setting out works shall be the CONTRACTOR’S responsibility.
18.2 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (Twenty four) hours notice
in writing of his intention to set out or give levels for any part of the work so that arrangements may
be made for checking the same.
18.3 Work shall be scheduled so as to enable checking lines and levels on any part of the work.
18.4 The CONTRACTOR shall within the scope of work provide all assistance, tools, gauges and
instruments required to enable the Engineer-in-Charge to check the setting out of works.
19.0 CHECKING OF LEVELS
19.1 The Contractor shall be responsible for checking levels, orientation plan of all foundations,
foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice of
Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the Contractor
shall carry out the necessary rectifications to the foundations within his quoted price.
19.2 The Contractor shall also be responsible for checking with templates, wherever necessary, the
disposition of foundation bolts with the corresponding bases of structure and shall effect
rectifications, as directed, within his quoted rate.
20.0 MECHANISED CONSTRUCTION
20.1 Contractor shall without prejudice to his overall responsibility to execute and complete the work as
per specifications and time schedule adopt as far as practicable, mechanized construction
techniques for major site activities. Contractor agrees that he will deploy the required numbers and
types of the plant & machinery applicable for different activities in consultation with the Engineer-in-
charge during execution of works.
20.2 Contractor further agrees that Contract price is inclusive of all the associated costs, which he may
incur for actual mobilization, required in respect of use of mechanised construction techniques and
that the Owner/Consultant in this regard shall entertain no claim whatsoever.
21.0 CONSTRUCTION AIDS, EQUIPMENTS, TOOLS & TACKLES
21.1 The CONTRACTOR shall be solely responsible for making available for executing the work all
requisite construction equipments, Special Aids, Barges, Vehicles, Cranes and all tools, tackle and
testing equipment and appliances (hereinafter in this clause collectively referred to as the
“equipments”) including import thereof as required. In case of imports the rates applicable for
levying Custom Duty on such equipments and the duty draw back applicable thereon shall be
ascertained by the CONTRACTOR from the concerned authorities of the Government of India. It
shall be clearly understood that OWNER shall not in any way be responsible for arranging Custom
Clearance and/or for payment of any duties or other levies on such equipments and the
CONTRACTOR shall be fully responsible for all taxes, duties, levies and charges whatsoever and
documentation with regard thereto. No adjustment whatsoever in Contract Price shall be
permissible for any change in customs duties or on other levies or on drawbacks applicable in
respect of such equipment brought in to India.
___________________________________________________________________________________________
Engineers India Limited
Page 96 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 13 of 32
___________________________________________________________________________________________
Engineers India Limited
Page 97 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 14 of 32
27.5 The Contractor shall in all dealings with labour in his employment have due regard to all recognised
festivals, days of rest and religious or other customs.
27.6 In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with and
carry out such regulations, orders and requirements as may be made by the Government, or the
local medical or sanitary authorities for the purpose of dealing with and overcoming the same.
27.7 The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riots or
disorderly conduct by or amongst his employees/labour and for the preservation of peace and
protection of persons and property in the neighbourhood of the works against the same.
27.8 The Contractor shall at all times during the continuance of the contract comply fully with all existing
Acts, Regulations and bye laws including all statutory amendments and re-enactment of State or
Central Government and other local authorities and any other enactments and acts that may be
passed in future either by the State or the Central Government or local authority, including Indian
Workmen's Compensation Act., Contract Labour (Regulation and Abolition) Act, 1970 and Equal
Remuneration Act, 1976, Factories Act, Minimum Wages Act, Provident Fund Act, etc., and sanitary
arrangement for the said Act. Health and Sanitary Arrangements for workmen, Insurance and other
benefits etc., and shall indemnify and keep the Owner/Engineer-in-Charge indemnified in case any
proceedings are taken or commenced by any authority against the Owner/Engineer-in-Charge for
any contravention of any of the laws, bye laws or scheme by the Contractor. If as a result of
Contractor's failure, negligence, omission, default or non-observance of any provisions of any laws,
the Owner/Engineer-in-Charge is called upon by any authority to pay or reimburse or required to
pay or reimburse any amount, the Owner/Engineer-in-Charge shall be entitled to deduct the same
from any money due or that may become due to the Contractor under this contract or any other
contract or otherwise recover from the Contractor any sums which the Owner/Engineer-in-Charge is
required or called upon to pay or reimburse on behalf of the Contractor. All registration and
statutory inspection fees in respect of his work pursuant to the contract shall be paid by the
Contractor.
27.9 The Contractor shall pay the labourers engaged by him on the work not less than a fair wage, which
expression shall mean, whether for time or piece work, rates of wages as may be fixed by the Public
Works Department as fair wages for Haldia (West Bengal) Region payable to the different
categories of labourers or those notified under the Minimum Wages Act. Any revision in labour
wages is applicable within the quoted rates.
27.10 The Contractor shall notwithstanding the provisions of any contract to the contrary, cause to be paid
a fair wage to the labourers indirectly engaged by sub-Contractors in connection with the said works
as if the labourer had been directly employed by him.
27.11 The Contractor shall maintain records of wages and other remuneration paid to his employees in
such form as may be convenient and to the satisfaction of the Owner/Engineer-in-Charge and the
Conciliation Officer (Central), Ministry of Labour, Government of India, or such other authorised
person appointed by Central or State Government and the same shall interalia include the following
particulars of each worker:
i) Name, works number and grade.
ii) Rate of daily or monthly wage.
iii) Nature of work on which employed.
iv) Total number of days worked during each wage period.
v) Total amount payable for the work during each wage period.
vi) All deductions made from the wage with details in each case of the ground for which the
deduction is made.
vii) Wage actually paid for each wage period.
27.12 The Contractor shall comply with all the precautions as required for the safety of the workmen by
I.L.O. convention (No. 62) as far as they are applicable to the contract. The Contractor shall provide
all necessary safety appliances e.g., safety shoes, hand gloves, full body harness, goggles,
helmets, masks, etc.(as applicable) to the workmen and the staff.
27.13 The CONTRACTOR shall adhere to established norms of health, safety and environment (HSE)
management in line with Document No-6-82-001, Rev-6 attached in Technical Part.
___________________________________________________________________________________________
Engineers India Limited
Page 98 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 15 of 32
Page 99 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 16 of 32
30.2 If and when required for the coordination of the works with other agencies involved at site, the
CONTRACTOR shall within the scope of work, re-route and/or prepare approaches and working
areas as may be necessary.
___________________________________________________________________________________________
Engineers India Limited
34.2 Various procedures and methods to be adopted by CONTRACTOR during the construction as
required in the respective specifications shall be submitted to OWNER in due time and well in
advance of the specific work for approval.
34.3 The CONTRACTOR shall carry out required supervision as per Quality Assurance Plan and furnish
all assistance required by the OWNER/EIL in carrying out inspection work. The OWNER/EIL will
have authorised representatives present who shall have free access to the work at all times. If an
OWNER’s/EIL’s representative notifies the CONTRACTOR’S representative of any deficiency in
any work or in the supervision thereof, the CONTRACTOR shall make every effort to carry out such
instructions consistent with best industry practice.
35.0 DRAWINGS
35.1 Drawings accompanying the Bidding Document, if any, are indicative of scope of work and issued
for bidding purpose only. Purpose of these drawings is to enable the bidder to make an offer in line
with the requirements of bidding document. However, no extra claim whatsoever shall be
entertained for any variation in the “Approved for Construction” and “Bidding Document Drawings”
regarding any changes/units. Construction shall be as per drawings/ specifications issued /
approved by the Engineer-in-Charge during the course of execution of work. Detailed construction
drawings on the basis of which actual execution of work is to proceed will be furnished to the
Contractor progressively based on the detailed construction programme evolved after the award of
work and also based on construction progress achieved.
35.2 Detailed working drawings on the basis of which actual execution of the works is to proceed, will be
furnished from time to time during the progress of the work. The contractor shall be deemed to
have gone through the drawings and bring to the notice of the Engineer-in-Charge discrepancies if
any, therein before actually carrying out the work.
35.3 Copies of all detailed working drawings relating to the works shall be kept at the Contractor’s office
on the site and shall be made available to the Engineer-in-Charge at any time during execution of
the contract. The drawings and other documents issued by the Owner shall be returned to the
Owner on completion of the works.
36.0 MAKE OF MATERIALS
36.1 All equipment and materials to be supplied under this Contract shall be from approved vendors as
indicated in the Technical Volume of the Bidding Document.
36.2 Where the makes of materials are not indicated in the Bidding Document, the CONTRACTOR shall
furnish details of proposed makes for supplies and supply the same after obtaining the
OWNER’s/Engineer-In-Charge’s approval.
36.3 VENDOR LIST FOR CEMENT, TMT BARS AND STRUCTURAL STEEL
STRUCTURAL STEEL AND TMT BAR: The methodology for procurement of structure steel & TMT
Bars shall be as per Annexure – XV-A of this SCC
Cement: The methodology for procurement and supply of cement by the CONTRACTOR from
manufacturers shall be as per Annexure – XV-B of this SCC.
37.0 SITE CLEANING
37.1 The CONTRACTOR shall clean and keep clean the work site from time to time to the satisfaction of
the Engineer-in-Charge for easy access to work site and to ensure safe passage, movement and
working.
37.2 If the work involves dismantling of any existing structure in whole or part, care shall be taken to limit
the dismantling upto the exact point and/ or lines as directed by the Engineer-in-Charge and any
damage caused to the existing structure beyond the said line or point shall be repaired and restored
to the original condition by the CONTRACTOR at his cost, to the satisfaction of the
Engineer-in-Charge, failing which the same shall be rectified/restored at the risk and cost of
CONTRACTOR by Engineer-In-Charge, whose decision shall be final and binding upon the
CONTRACTOR.
___________________________________________________________________________________________
Engineers India Limited
37.3 The CONTRACTOR shall be the custodian of the dismantled materials till the OWNER /
Engineer-in-Charge takes charge thereof.
37.4 The CONTRACTOR shall dispose off the unserviceable materials, debris etc. to any area within
premises/ other area as directed by the Engineer-in-Charge.
37.5 The CONTRACTOR shall sort out, clear and stack the serviceable materials obtained from the
dismantling/ renewal at places as directed by the Engineer-in-Charge.
37.6 No extra payment shall be paid on this account. The rates quoted in SOR are deemed to be
inclusive of all the costs towards all the above activities as well.
38.0 QUALITY MANAGEMENT SYSTEM
38.1 The CONTRACTOR shall adhere to the quality assurance system as per EIL Specification No.
6-78-0001 Rev. 1 enclosed as per Annexure-IX to SCC. After the award of the contract, detailed
quality assurance programme to be followed for the execution of contract shall be submitted by
CONTRACTOR.
38.2 The CONTRACTOR shall establish document and maintain an effective quality assurance system
as outlined in recognised codes.
38.3 Quality Assurance System plans/ procedures of the CONTRACTOR shall be furnished in the form
of a QA manual. This document should cover details of the personnel responsible for the quality
assurance, plans or procedures to be followed for quality control. The quality assurance system
should indicate organisational approach for quality control and quality assurance of the construction
activities, at all stages of work at site as well as at manufacturer's works and despatch of materials.
38.4 The Quality Assurance plan for various equipment and materials shall be furnished to the EIL/
OWNER prior to commencement of manufacturing. The EIL/ OWNER shall review the same within
3 (three) weeks of its submission.
38.5 The responsibility for inspection/ testing as per specification approved documents and agreed
Quality Assurance procedure and plans shall be that of the CONTRACTOR. Inspection activities of
the Third Party Inspection Agency shall be coordinated by the Inspection Coordinator of
CONTRACTOR.
38.6 The OWNER/EIL or their representative shall reserve the right to inspect/ witness, review any or all
stages of work at shop/site as deemed necessary for quality assurance.
38.7 The CONTRACTOR has to ensure the deployment of Quality Assurance and Quality Control
Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully responsible to
carryout the work as per standards and all code requirements. In case Engineer-In-Charge feels
that QA/QC Engineer(s) of CONTRACTOR are incompetent or insufficient, CONTRACTOR has to
deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of
Engineer-In-Charge.
38.8 In case CONTRACTOR fails to follow the instructions of Engineer-In-Charge with respect to above
clauses, next payment due to him shall not be released unless until he complies with the
instructions to the full satisfaction of Engineer-In-Charge.
38.9 Laboratory Equipment for Quality Assurance, as required shall be arranged by Contractor at Site as
per requirement of Technical Specifications.
39.0 HSE MANAGEMENT AND OTHER SAFETY REQUIREMENT
39.1 The CONTRACTOR shall adhere to the Health, Safety and Environment (HSE) management
system as per EIL Specification No. 6-82-0001 Rev.6 (enclosed in Technical volume of Bidding
Document, Procedure for Safe Operation with Hydra Crane as per Doc. No. 5-1940-9500 Rev. 0
enclosed as Annexure-X to this SCC.
39.2 The CONTRACTOR shall establish document and maintain an effective Health, Safety and
Environment (HSE) management system.
___________________________________________________________________________________________
Engineers India Limited
39.3 In case CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect to above
clauses, next payment due to him shall not be released till CONTRACTOR complies with the
instructions to the full satisfaction of Engineer-in-charge.
39.4 Oil Industry Safety Directorate (OISD) Guidelines – 192 & 207
The Contractor in addition to the safety measures mentioned elsewhere in the Tender document
shall comply with Safety Practices during construction as mentioned in OISD Guidelines-192 and
Contractor Safety as mentioned in OISD Guidelines-207 enclosed with the Bidding document as
Annexure-X to SCC.
39.5 Access to Site
The Contractor shall obtain prior permission of the Owner/Engineer-in-Charge before any person
not directly connected with the works visits the site. Contractor shall obtain prior permission for his
workers gate pass/for materials etc., as may be required to carry out the works inside the plant
premises from the Owner/Engineer-in-Charge and shall follow the rules and regulations of
CISF/Owner/Engineer-in-Charge which may be enforced from time to time for entry or exit.
Contractor shall make adequate arrangements for uninterrupted working during monsoon season at
site.
39.6 Contractors are required to submit a Monthly Safety Report in the prescribed format to Engineer in
rd
Charge and F&S Dept. by 3 of every month.
39.7 Hindrance to Work: The Contractor may be required to suspend work for a short time / period in
certain areas for the safety requirement. The Contractor should strictly comply with the instruction
from the Engineer-In-Charge from time to time at no extra cost. Any obstruction/hindrance to the
work from labour, unions, etc. Shall be settled by the Contractor for successful completion of job
within the Contractual completion date, as per scope of Contract.
40.0 ELECTRICAL WORKS
40.1 Subject to provisions of the General Conditions of Contract, the inspection and tests as required
under Indian Electricity Rules-1956 and prescribed in I.S.732 (Part-III) - 1982 shall be conducted.
40.2 All tests clearances and certificates required by the State Government authorities for energising/
commissioning the electrical system laid by the Contractor shall be obtained by the Contractor at his
costs and initiative, for which the Contractor shall perform such tests and undertake such
rectification and/ or changes as may be required.
40.3 The CONTRACTOR or its nominated Sub-Contractor(s), as the case may be, shall have a valid
electrical contractor's license from concerned state Licensing Authority for executing Electrical
works. The Contractor shall furnish a copy of the same to Engineer-in- Charge before
commencement of any electrical work or work pertaining to Electrical System. No electrical work or
work pertaining to electrical system(s) shall be permitted to be executed without a valid Electrical
Contractors License being produced by the CONTRACTOR.
41.0 STATUTORY APPROVALS
41.1 Obtaining statutory approvals, required as defined in CONTRACTOR’s scope under Technical
Scope of Work, shall be the responsibility of the CONTRACTOR. CONTRACTOR shall arrange the
inspection of the works by the authorities and necessary co-ordination and liaison work in this
respect. The application on behalf of the OWNER for submission to relevant authorities alongwith
copies of required certificate complete in all respects shall be prepared and submitted by the
CONTRACTOR well ahead of time so that the actual construction/commissioning of the work is not
delayed for want of the approval/inspection by concerned authorities.
41.2 Statutory fees paid, if any, for all such inspections and approvals by authorities shall be deemed to
be included in the quoted prices, if not specified otherwise.
41.3 Any change/addition required to be made to meet the requirements of the statutory authorities shall
be carried out by the CONTRACTOR free of charge. The inspection and acceptance of the work by
statutory authorities shall however, not absolve the CONTRACTOR from any of his responsibilities
under this contract.
___________________________________________________________________________________________
Engineers India Limited
41.4 All statutory approvals other than specified under 41.1 above shall be obtained by OWNER and
provided to the CONTRACTOR.
42.0 SUB-CONTRACTING
42.1 If the CONTRACTOR is required to engage a Sub-Contractor for any part of work, then such Sub-
Contractors shall have prior proven experience of similar work and shall require specific approval by
EIL/OWNER after award of work.
42.2 Following the notification of Acceptance of Bid, the CONTRACTOR will submit to the OWNER for
approval the details of Sub-Contractors as per Annexure-XI to SCC. CONTRACTOR shall ensure
that very competent and resourceful agencies with proven track record and performance should be
proposed for the work to be sub-contracted.
43.0 ADDITIONAL WORKS/EXTRA WORKS
43.1 OWNER reserves the right to execute any additional works/extra works, during the execution of
work, either by themselves or by appointing any other agency, even though such works are
incidental to and necessary for the completion of works awarded to the CONTRACTOR.
44.0 INSURANCES
44.1 Owner will arrange Comprehensive Insurance Policy covering marine, Inland Transit Insurance (in
India) and Site Erection/Storage Insurance.
44.2 However, Bidder shall carry and maintain any and all other Statutory Insurance(s) required under
Indian Laws and Regulations, including Workmen Compensation Act / Employee State Insurance /
Third Party Liabilities, etc. and Insurances for their personnel & machineries engaged in
performance of the work at Contractor’s own cost. All insurances of material pertaining to the scope
under this contract shall be in the scope of the contractor till permanent incorporation in the work.
44.3 Irrespective of work acceptance, the responsibility to maintain adequate insurance coverage at all
times during the period of Contract shall be that of Contractor alone. Contractor’s failure in this
regard shall not relieve him of any of his responsibilities and obligations under the contract.
44.4 Contractor shall provide the Owner with a copy of all insurance policies and documents taken out by
him in pursuance of the Contract. Such copies of documents shall be submitted to the Owner
immediately upon the Contractor having taken such insurance coverage. Contractor shall also
inform the Owner atleast 60 (Sixty) days in advance regarding the expiry, cancellation and/or
changes in any such documents and ensure revalidation/renewal, etc. as may be necessary well in
time.
45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE
45.1 To distinguish between work in foundations and superstructure, the following criteria shall apply:
45.2 For all Equipment pedestals, pipe racks, other foundations and RCC structures, work done upto
300mm level above finished grade level will be taken as work in foundation and work above this
level will be treated as work in superstructures and payments would be made accordingly. For
retaining walls, work done upto 300mm above the lowest of the Finished ground level on the either
side of the retaining wall will be taken as work done in foundation.
45.3 For buildings only, all works upto level corresponding to finished floor level shall be treated as work
in "Foundation and Plinth" and all works above the finished floor level shall be treated as "Work is
superstructure".
45.4 Irrespective of what has been stated above, all pipe sleepers and any similar item would be taken
as work done in foundations irrespective of locations, nomenclature, and levels given anywhere.
45.5 Where not specifically pointed out, all works in cellars/sumps, tank pads, cable trenches or such
similar items would be taken as work in foundations.
___________________________________________________________________________________________
Engineers India Limited
46.0 LEADS
46.1 For the various works, in case of contradiction, leads mentioned in the Schedule of Rates shall
prevail over those indicated in Technical Specifications.
i. Contractor shall adhere to all provisions of ESI & PF Act and make contribution to ESIC
and PF in respect of their workmen and submit all necessary clearance documents to the
Engineer-in- Charge.
ii. The Bidder shall furnish independent P.F. Code applicable to them or their firm, if there is
any, while bidding for the tender.
For all Contractor(s) under which 50 or more persons are working, the Contractor shall provide the
following facilities to the workers and their quoted rates shall be deemed to cover these facilities:
Owner shall not pay extra amount for providing above facilities by the Contractor.
I. The Contractor, at his own cost, shall arrange for gate passes of contract labours including
their photographs. Owner shall not pay any amount to the Contractor on this account.
II. Return of Contract Labour Passes on completion of contract work.
Immediately after completion of a particular contract, the Contractor shall return the gate passes of
contract labours to CISF without fail through the concerned Engineer-in-Charge. This is a very
essential requirement of the contract. Contractor is to note that their final bill shall not be processed
for payment until a certificate to this effect is issued by Engineer-in-charge / OWNER.
___________________________________________________________________________________________
Engineers India Limited
49.1.1 The CONTRACTOR wherever applicable, shall after proper painting, pack and crate all items for
shipment in a manner suitable for export to a tropical, humid climate in accordance with
internationally accepted export practices and in such a manner so as to protect them from damage
and deterioration in transit by road, rail and/or sea and during storage at the site till the time of
erection. The CONTRACTOR shall be responsible for all damage(s) due to improper packing.
49.1.2 The CONTRACTOR shall notify the OWNER of the date of each shipment from the port of
embarkation as well as of the expected date of arrival of such shipment at the designated port of
arrival only for the OWNER’s information.
49.1.3 The CONTRACTOR’S notification shall give complete shipping information concerning the weight,
size and content of each package and such other information OWNER may require.
49.1.4 Custom Duty for imported material (if any) shall be borne by Contractor.
49.2.1 The CONTRACTOR shall, wherever applicable, after proper painting, pack and crate all items in
such a manner as to protect them from deterioration and damage during rail and road
transportation to the site and during storage at the site till the time of erection. The
CONTRACTOR shall be responsible for all damage(s) due to improper packing.
49.2.2 The CONTRACTOR shall notify OWNER of the date of each shipment from his/vendor’s works and
expected date of arrival at the site for the information of OWNER.
49.2.3 The CONTRACTOR’S notification shall also give all shipping information concerning the weight,
size and content of each packing and such other information as the OWNER may require.
49.3.1 The following documents shall be sent to the OWNER/ EIL within 3 (three) days from the date of
shipment:
a) Invoice (2 copies)
b) Packing List (2 copies)
c) Test Certificate (4 copies)
d) Railway receipt/Lorry receipt (2 copies)
49.4 The CONTRACTOR shall be responsible for loading, unloading and other handling of all materials
commencing from manufacturers/suppliers’ work/port of disembarkation till the material is erected,
tested and commissioned. He shall be solely responsible for transportation/shipment, proper
storage and safe custody of all equipment and materials
50.2 On arrival of the material at site the CONTRACTOR shall give a written notice thereof to the
Engineer-in-charge and Site engineer or Inspection Agency notified by the OWNER in this behalf to
___________________________________________________________________________________________
Engineers India Limited
inspect the materials, and shall keep in readiness for the inspection the materials and the relevant
test results, reports and certificates applicable thereto.
50.3 Notwithstanding any other provisions in the Contract documents for analysis or tests of materials
and in addition thereto, the CONTRACTOR shall if so required by the Engineer-in-charge or site
Engineer/Inspection Agency in writing at its own risks and costs, analysis, test, prove and/or weigh
all materials (including incorporated materials) required to be analysed, tested, proved and/or
weighed by the Engineer-in-Charge or site Engineer/Inspection Agency and shall have such
analysis/test conducted by the Agency(ies) or Authority(ies) if any, specified by the Engineer-in-
Charge or site Engineer/Inspection Agency. The CONTRACTOR shall provide all equipment,
labour, materials and other things whatsoever required for testing, preparation of the samples,
measurement and/or proof of weighment of the material as directed by the Engineer-in-Charge or
site Engineer/Inspection Agency.
50.4 If on inspection or proof, analysis or tests as aforesaid or otherwise the Engineer-in-Charge or site
engineer/Inspection Agency nominated by the OWNER in this behalf is prima-facie satisfied that the
material received is in conformity with the material requirements of the Bill of Materials, the
description given in the shipping documents and in the CONTRACTOR’S invoices in this behalf and
that the test reports/results/Certificates given in respect thereof are prima-facie in conformity with
the relevant result(s), report(s), certificate(s) required in respect thereof in terms of the
specifications and/or relevant codes and practices, and that the material appears to be prima-facie
in good order and condition, the Engineer-in-charge shall issue to CONTRACTOR a Certificate of
Verification and Good Condition in respect of such material, and this shall constitute the Certificate
of Verification and Good Condition which is envisaged in the Contract documents.
50.5 Such certificate is only intended to satisfy the OWNER that prima-facie the material supplied by the
CONTRACTOR is in order and shall not otherwise absolve the CONTRACTOR of his/its full
responsibility under the contract in relation thereto, including in relation to specification fulfilment
and/or performance or other guarantees.
Contractor to arrange land outside OWNER’s premises for fabrication and storage of fabricated
materials and all bought out materials in contractor’s scope of supply, if any.
Reinforcement steel fabrication may be allowed at BPCL premises (At plot C, within limited space
provided for bar bending activities) however RMC plant has to be installed outside BPCL premises.
Payment towards supply & fabrication of structural steel outside OWNER’s premises shall be made
to the contractor as per the terms of payment, against Bank Guarantee of equal amount. On receipt
of materials at site, the same bank guarantee can be utilized for payment against next lot of
materials.
___________________________________________________________________________________________
Engineers India Limited
as directed by the Engineer-in-Charge. All necessary blind flanges, bolts, nuts etc. for testing shall
be supplied by Contractor within his quoted price.
53.2 The final disposal of water after hydrostatic testing shall be the Contractor’s responsibility. Suitable
drains for this purpose shall be provided by the Contractor as directed by Engineer-in-Charge.
54.1.1 The CONTRACTOR shall carry out the various tests as enumerated in the technical specifications of
this Bidding Document and technical documents that will be furnished to him during the
performance of the work at no extra cost to Owner.
54.1.2 All the tests either on the field or at outside laboratories concerning the execution of the work and
supply of materials by the CONTRACTOR shall be carried out by CONTRACTOR at his cost.
54.1.3 The work is subject to inspection at all times by the EIL/Owner. The CONTRACTOR shall carry out
all instructions given during inspection and shall ensure that the work is being carried out according
to the technical specifications of this bidding document, the technical documents that will be
furnished to him during performance of work and the relevant codes of practice.
54.1.4 The CONTRACTOR shall provide for purposes of inspection access ladders, lighting equipment for
testing, necessary instruments etc. at his own cost, low voltage lighting equipment for tray fixing
and inspection work.
54.1.5 For material supplied by Owner, CONTRACTOR shall carry out the tests, if required by EIL/Owner,
and the cost of such tests shall be reimbursed by Owner at actual to the CONTRACTOR on
production of documentary evidence.
54.1.6 All results of inspection and tests will be recorded in the inspection reports, proforma of which will
be approved by EIL. These reports shall form part of the completion documents. Any work not
conforming to execution drawings, specifications or codes shall be rejected and the
CONTRACTOR shall carry out the rectifications at his own cost.
54.2.1 After completion of all tests as per specification the whole work will be subject to a final inspection
to ensure that job has been completed as per requirement. If any defect is noticed, the
CONTRACTOR will be notified by EIL/Owner and he shall make good the defects with utmost
speed. If however the CONTRACTOR fails to attend to these defects within a reasonable time
(time period shall be fixed by EIL/Owner) then EIL/owner may have defects rectified at
CONTRACTOR's cost.
54.3.1 All inspection and tests on bought out items shall be made as required by specifications forming
part of this contract. .
54.3.2 It is the responsibility of the CONTRACTOR to get the bought out items inspected by TPIA (i.e.
Lloyds / BV / DNV / TUV/ CEIL) and the charges towards the same should be included in the
quoted price. No additional charges shall be paid by owner towards the same.
54.3.3 The CONTRACTOR shall ensure that the equipment/assemblies/component of the plant and
equipment required to be inspected are not assembled or despatched before inspection.
54.3.4 The CONTRACTOR shall not offer equipment for inspection in painted conditions unless otherwise
agreed in writing with Owner /EIL.
___________________________________________________________________________________________
Engineers India Limited
54.3.5 The CONTRACTOR shall ensure that the parts once rejected by the inspection engineer are not
used in the manufacture of the plant and equipment. Where parts rejected by the inspection
engineer have been rectified or altered, such parts shall be segregated for separate inspection and
approval, before being used in the work.
54.3.6 On satisfactory completion of final inspection and testing, all accepted plant and equipment shall
be stamped suitably and inspection certificate shall be stamped suitably and inspection certificate
shall be issued in requisite copies for all accepted items. For stage inspection and for rejected
items, only inspection memo shall be issued indicating therein the details of observations and
remarks.
54.3.7 All inspections and tests shall be made as required by the specifications forming part of this
contract. Manufacturers inspection or testing certificates for equipment and materials supplied may
be considered for acceptance, at the discretion of EIL. All costs towards testing etc. shall be borne
by the CONTRACTOR within their quoted rates.
55.2 The bills will be prepared by the CONTRACTOR on their own PCs as per the standard formats and
codification scheme proposed by Owner/EIL. The CONTRACTOR will be provided with data entry
software to capture the relevant billing data for subsequent processing, if available.
CONTRACTOR will submit these data to Owner/EIL in an electronic media along with the hard
copy of the bill, necessary enclosures and documents. The CONTRACTOR will also ensure the
correctness and consistency of data so entered with the hard copy of the bill submitted for
payment.
55.3 Owner/EIL will utilise these data for processing and verification of the CONTRACTOR's bill.
a) Administration & Personnel department regarding vacation of land, recovery of rents etc.
b) Fire and Safety Officer and Security Deptt. of Owner.
c) Maintenance Departments regarding recoveries for hire charges of equipment, water and
electricity charges etc. if any.
57.2 The Contractor shall obtain such no-demand certificates from the concerned authorities of Owner
and furnish the same to EIL.
___________________________________________________________________________________________
Engineers India Limited
The Contractor shall follow regulations of Owner for arranging entry passes for his workers and
staff.
59.2 The works under this contract are to be carried out in areas within the LPG import terminal project
site adjacent/ adjoining to the existing operating units. As such, Contractor is required to abide by
safety and security regulations of Owner enforced from time to time.
59.3 Contractor has to carry out necessary coordination with Owner/Engineer-In-Charge and also with
Contractor’s Transporters at the Project gate and also assist Owner/ Engineer-In-Charge in making
required documents / gate passes for entry of their consignments that are to be directly unloaded
at the erection site as per directions and instruction of Engineer-in Charge.
To bring materials/ equipments/ tools/ tackles etc. inside the LPG import terminal project site for
construction work, the Contractor has to produce challans/ proper documents to Owner's personnel
at gates. The materials shall be checked thoroughly by Owner's personnel at Gate and recorded in
their register before allowing any material to be brought inside the project site area by Contractor. It
shall be Contractor's responsibility to ensure that the recorded entry no., date, signature of Owner's
authorised representative with stamp are recorded on challans/ supporting documents signed by
Owner's personnel at gate during entry. Shipping Memos issued by Owner shall be preserved by
Contractor and enclosed while returning the materials to Owner.
59.5.1 When work is to be carried out in hazardous areas, hot work permit are to be obtained before start
of work for all the jobs which are capable of generating flame, spark, heat etc. namely, Gas cutting,
grinding, welding, use of any electrical/ diesel/ petrol/ battery operated prime mover/ machine tools/
equipment/ generator sets/ mixer machine/ drilling machine/ pumps/ crane/ forklift/ truck/ trailer/
chipping/ breaking of rocks/ concrete/ hacksaw cutting and drilling, etc.
59.5.2 Cold work permits are to be obtained for all the jobs.
59.5.3 According to the nature of work and use of various types of equipment and tools the Contractor
has to apply for cold and hot permits in a prescribed format at least two days before the work is
planned to start. No work permit shall be issued by Owner unless proper arrangement is made by
Contractor to ensure safe performance of work inside the plant. Job wise and area wise permits
shall be issued to Contractor and against each permit at least one construction supervisor and one
safety supervisor of required level shall always be made available at site by Contractor.
Permits are to be obtained separately for entry/ use of vehicles/ trailers etc. inside the plant. Only
Diesel Vehicles shall be permitted within project site. The following requirements are to be met to
obtain vehicle permit:
a) Vehicle/ Equipment etc. should be brought to site in good condition.
b) Valid Road tax certificate, fitness certificate and insurance policy from competent authority.
c) Valid operating/ driving licence of driver/operator.
59.7.2 No permit is valid if it is not renewed by the shift in-charge/ shift representative in shifts (Morning &
Evening).
___________________________________________________________________________________________
Engineers India Limited
59.7.3 The permit shall be issued for a maximum period of one month. However for hot work, permit shall
be valid for one week (seven days). If extension is required, contractor has to apply for fresh
permit.
59.7.4 No permit is valid on holidays unless special permission is obtained from the competent authority.
The work shall be carried out inside project site as per Owner’s Safety rules and Regulations and
instructions of EIL issued from time to time. Many times it may happen that the working hours shall
be drastically reduced or increased to meet certain safety requirements and Contractor shall meet
these requirements without any schedule or financial implications. To obtain work permit and to
satisfy all conditions laid down therein, shall be the responsibility of Contractor. No claim for idling
of machinery, plant, manpower etc. for safety reasons or non-issuance of work permit shall be
admissible.
The Contractor shall abide by all safety regulations and ensure that safety equipment for specific
job as stipulated in the factory act/ safety handbook is issued to workers during execution of work,
failing which all the works at site shall be suspended.
When doing hot work Contractor must ensure that the fire hose is hooked up with the fire water
system and extended to the work spot. Fire extinguisher must be kept near the working spot. Area
around and below the hot working place must be adequately protected from falling/ coming out of
sparks/ hot metals from the booth made of asbestos cloth/ sheet and wetting them with water.
Contractor must arrange sufficient number of fire hoses and fire fighting equipment of approved
quality at his own cost to carry out hot job inside the plant. Welding and electrical cables should be
of approved quality, and no jointing and loose connection shall be permitted. At the end of the
working day Contractor must inform the Electrical section to switch off power at sub-station end.
Contractor must provide cotton dress, safety shoe, safety helmet, safety belt, hand gloves of
approved quality to his workers to meet the safety requirement of various jobs to be carried out
inside the project site.
Vehicles shall be allowed to run at site after taking all safety measures with the permission of
concerned authority of site. Vehicle must not ply on any road within the plant at speed exceeding
25 KM/hr. Mobile crane/ loaded trucks/ trailers must not exceed speed limit of 15 KM/hr inside the
plant. No crane is allowed to move inside the plant with load. No vehicle is allowed to park inside
the plant.
During execution Contractor is required to obtain work permit from the operation department of
Owner. For issuance of work permit, Owner’s instructions shall be followed.
61.0 DOCUMENTATION
61.1 Completion Documents
a) The following documents shall also be submitted by the CONTRACTOR in triplicate as part of
completion documents:
___________________________________________________________________________________________
Engineers India Limited
a) Upon completion of work, the CONTRACTOR shall incorporate the changes in all drawings to
"As Built" status (including all vendor/Sub-vendor’s drawings for bought out items). Editable
soft copy of drawings / models shall be provided to the Contractor for above purpose. Final As-
built shall be submitted to Engineer-in-charge for checking and certification for correctness with
actual field conditions and then Contractor shall provide to Owner, the following:
Three complete sets of reduced size (279mm x 432mm) prints and two copies of CD-ROM’s
containing the drawings in native soft file (editable format). For catalogue/ Manual/ Proprietary
information and Data, PDF file to be furnished.
The contractor shall prepare and submit the AS-BUILT drawing to match with the final bill
submission within one month of completion of work in all respects as per contract provision.
61.3 The CONTRACTOR shall adhere to Documentation requirements from Contractor as per
specification No. 6-78-0002, Rev.1 enclosed along with Annexure-XIV to SCC.
62.2 If the Bidder has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover
from Bidder Liquidated Damages amount by forfeiting the EMD/ Bid Security as per provisions of
the Integrity Pact.
62.3 If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is
entitled to terminate the contract according to the provisions of the Integrity Pact, BPCL shall be
entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the
Security Deposit/ Performance bank Guarantee as per provisions of the Integrity Pact.
62.4 Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor.
Address and contact details of the Independent External Monitor are as follows:
Coimbatore-641 043
Email- ssnm1950@yahoo.com
Mobile- 09500998610
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder / Contractor forming basis of
evaluation of his bid is found to be false / forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG / Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder / Contractor along with
forfeiture of CPBG / Security Deposit furnished by the bidder / contractor.
d) Further, such bidder / contractor shall be put on Blacklist/ Holiday/ Negative List of
OWNER/EIL debarring them from future business with Owner & EIL for a time period, as per
the prevailing policy of OWNER & EIL.
64.0 CALIBRATION REQUIREMENT OF MONTORING AND MEASURING DEVICES AT
CONSTRUCTION SITES
64.1 Contractor shall calibrate the monitoring and measuring devices from time to time to be used for this
contract at construction sites as per the requirement specified in Standard document no. 7-82-0002
Rev.0 attached as Annexure-XVI to SCC.
___________________________________________________________________________________________
Engineers India Limited
shall constitute a binding contract between the successful Bidder and the OWNER based on terms
contained in the aforesaid documents and the finally submitted and accepted prices.
65.3 The Contract Document shall consist of the following:
i) Original Bidding Document along with its enclosures issued.
ii) Amendment/Corrigendum to original Bidding Document issued, if any.
iii) Fax/Letter of Intent/ Acceptance.
iv) Detailed letter of Award/Acceptance along with enclosures attached therewith.
v) Agreement on non-judicial stamp paper
i) Employment Visa is granted only for the skilled and qualified professionals or to a
person who is being engaged or appointed by a Company, Organisation, Industry
or Undertaking etc. in India on contract or employment basis at a senior level,
skilled position such as technical expert, senior executive or in managerial position
etc.
ii) Request for Employment Visa for jobs for which large number of qualified Indians
are available, is not considered.
Bidders are advised in their own interest to check latest Visa rules from Indian Embassy /
High Commission in their country in case foreign nationals are required to be deputed to
India during execution of the Contract.
___________________________________________________________________________________________
Engineers India Limited
68.2 Neither Party shall be liable to the other Party for any kind of indirect or consequential loss or
damage including, loss of use, loss of profit, loss of production or business interruption which is
connected with any claim arising under the Contract.
69.0 MODIFICATION TO GCC
69.1 Guidelines for medical fitness certification of Workers employed for working at elevation:
The following guidelines are incorporated under Clause 89 B of GCC i.e. MEDICAL FITNESS
CERTIFICATION.
The contractor shall ensure the following at time of working at higher elevation:-
i) Doctor’s fitness certificate shall be mandatory for workers executing work at a height more
than 30 meters using temporary structures.
ii) List of workers engaged for working at heights more than 30 meters shall be forwarded to
OHC for medical examination.
iii) Tests / Parameters for medical fitness shall be as per CMO (OHC).
iv) BPCL medical officer will issue the Fitness certificate with validity (6 months) and shall
endorse in the entry pass.
v) The fitness certificate shall be renewed every 6 months.
vi) The medical fitness for those employed in working at height shall be included in the work
permit given for such jobs.
Clause No. 2.3 (Fabrication yard) of GCC shall stand partially modified to the extent as detailed in
Clause No. 51.0 of Special Conditions of Contract.
Clause no. 33 (Contractor’s office space) of GCC shall stand modified to the extent as detailed in
Cl. No. 28.7 of Special Conditions of Contract.
Installation of Batching Plant shall be as mentioned in Cl. No. 28.6 of Special Conditions of
Contract.
rd
69.3 Words “maximum of 5% of the value of contract” mentioned in 3 Line of Sub Clause 22.1 of GPC
stands modified as “maximum of 5% of Final executed Contract Value”. Time schedule for
applicability of this clause shall be Mechanical completion period.
___________________________________________________________________________________________
Engineers India Limited
70.5 The CONTRACTOR shall be responsible for organizing the lifting of the equipment in proper
sequence so that orderly progress of the work is ensured and access routes for erecting the other
equipments/facilities are kept open.
70.6 CONTRACTOR to mobilize Cranes and other resources, as required, to meet the sequence/
schedule of completion at no extra cost to OWNER.
70.7 The CONTRACTOR on award of contract will furnish, the make and model of cranes proposed to
be mobilized by him at site to work as main crane and trailing cranes. Erection of equipments by
any other means other than cranes is not acceptable. Further, the Erection schemes proposing
erection by Tandem lift method, Derrick arrangement, Strand Jack method and guy type crawler
crane shall not be considered for any equipment.
70.8 Detailed erection scheme for all critical equipments will be developed and submitted by the
CONTRACTOR on award of work for approval of Engineer-in-charge at site. All the Cranes and
lifting tackles are subjected to load testing by authorised testing and certification agency at site /
should have valid load test certificates. For the purpose of load testing of cranes, the
CONTRACTOR will submit a “Procedure for Load Testing of Cranes” to the Engineer-in-Charge.
The actual load testing shall be carried out in accordance with the procedure, as approved by the
Engineer-in-Charge. The CONTRACTOR at no extra cost to OWNER will arrange required loads
for load testing purpose.
70.9 All lifting tackles to be used during erection shall be appropriately labelled/ stamped for their safe
working loads. The safe working loads mentioned on labels/ stamping on lifting tackles will be as
per the latest test certificates, which will be made available by CONTRACTOR (in original) before
actual use of such lifting tackles at site.
70.10 During the performance of the work the CONTRACTOR shall at his own cost keep structures,
materials and equipment adequately braced by guys, struts or other approved means which shall
be supplied and installed by the CONTRACTOR as required till the installation work is satisfactorily
completed. Such guys, shoring , bracing, strutting , planking supports etc. shall not interfere with
the work of other agencies and shall not damage or cause distortion to other works executed by
the CONTRACTOR or other agencies.
70.11 The CONTRACTOR shall duly comply with manufacturer’s recommendations and detailed
specifications for the installation of the various equipments and machines.
70.12 Various tolerances required as marked on the drawings and /or in accordance with the
specifications and/or instructions of the Engineer-in-charge shall be maintained. Verticality shall be
verified with the Theodilite and shall be maintained.
71.0 CONCLUSION OF CONTRACT
In a situation where the L1 bidder is not lowest for some specific line items and the L1/L2 parity is
likely to be affected during the execution of the contract, due to variation in quantities of individual
line items in contract based on site conditions, then the final payment could be restricted to ensure
that the overall total payment of the executed work does not exceed the overall amount that would
have been payable to the then L1 as per the latter’s quoted rates.
___________________________________________________________________________________________
Engineers India Limited
ANNEXURES
TO
SPECIAL CONDITIONS
OF
CONTRACT
SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF CONTRACT]
SCOPE OF WORK
1.0 The scope of work in general includes scope of work specified in Technical Section and
Schedule of Rates enclosed in Commercial Section of the Bidding Document. Further, it
includes any other work not specifically mentioned but required to complete the work as
per specifications, drawings and instructions of Engineer-in-Charge, which could be
reasonably implied from the contents of the Bidding Document.
2.0 Scope of work shall be read in conjunction with item description of Schedule of Rates and
Contractor's scope shall include all activities of work specified in the item description of
Schedule of Rates.
Rates shall include all cost for the performance of the item considering all parts of the
Bidding Document. In case any activity though specifically not covered in description of
item under ‘Schedule of Rates’ but is required to complete the work which could be
reasonably implied/inferred from the content of Bidding Document, the cost for carrying out
such activity of work shall be deemed to be included in the item rate.
SCOPE OF SUPPLY
[ANNEXURE - II TO SPECIAL CONDITIONS OF CONTRACT]
SCOPE OF SUPPLY
1.0 The Contractor’s and Owner’s scope of supply shall be as specified in the
documents of Technical Volume and Schedule of Rates enclosed with the
Bidding Document.
TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]
TIME SCHEDULE
Note:
1. The time of completion shall be reckoned from the date of award of Contract,
which shall be the date of issue of Fax of Acceptance / Letter of Acceptance
(FOA/ LOA)
2. The time indicated is for completing all the works in all respects as per
specifications, codes, drawings and instructions of Engineer-in-Charge.
3. It should be noted that the period of completion of all works given above
includes time required for mobilisation at Site, carrying out the works as per the
requirements of Contract documents, demobilisation, preparation of all reports
in requisite quantities as mentioned in the Bidding Document, rectifications, if
any, rework, etc. complete in all respects to the entire satisfaction of Engineer-
in-Charge.
MEASUREMENT OF WORK
[ANNEXURE - IV TO SPECIAL CONDITIONS OF CONTRACT]
MEASUREMENT OF WORK
1.0 GENERAL
1.2 Payment will be made on the basis of joint measurements taken by Contractor
and certified by Engineer-In-Charge. Measurement shall be based on "Approved
for Construction" drawings, to the extent that the work conforms to the drawings
and details are adequate.
1.5 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.
1.6 No other payment either for temporary works connected with this Contract or for
any other item such as weld, shims, packing plates etc. shall be made. Such items
shall be deemed to have been included for in the rates quoted.
1.7 Measurements will be made for various items under schedule of rates on the
following basis as indicated in the unit column
i) Weights MT or Kg
ii) Length M (Metre)
iii) Number No.
iv) Volume Cu.M
v) Area Sq.M
1.8 Wherever the unit of items has been indicated as lumpsum, the payment shall be
made on lumpsum basis on completion & no mode of measurement shall be
applicable.
1.9 The measurement for cable laying shall be made on the basis of length actually
laid from lug to lug including length of loops provided.
2.1 Payment for steel work shall be made on basis of admissible weight of the structure
accepted, the weight being determined as described below.
2.2 The weight for payment will be assessed from the approved fabrication drawings
and the respective bill of materials prepared by the Contractor and approved by the
Engineer-in-Charge. The weight of structural material/Plate shall be calculated
wherever necessary on the basis of IS Hand Book. If sections are different from IS
Sections, then Manufacturer Hand Book shall be referred to.
2.3 Sections built out of plates/structural shall be paid on the actual weight incorporated
except for gussets which will be paid on the weight of the smallest rectangle
enclosing the shape.
2.4 Gratings shall be paid on the basis of calculated weights as determined from the
dimensions given on the design drawings/bill of materials. Full deduction shall be
made for all opening above 300 mm size and skews.
2.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structural steel
work shall be deemed to include the same.
2.6 No other payment either for temporary works or for any other item such as welds,
shims, packing plates etc., shall be made. Such items shall be deemed to have
been included in the rate quoted for steel work.
3.0 PIPING
3.1 Mode of Measurement of Piping works is based on Inch. dia of Fabrication and Inch.
Meter of Erection of Piping Works
ii) Payment shall be made based on the unit rate against following diameter
range of pipes and type of welds, under the headings of pipe metallurgy
(CS/AS/SS etc., separately for IBR/NIBR and thickness upto 10 MM/10-20
MM/20-30 MM/30-40MM etc.).
Upto 1-1/2” NB
2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB
Upto 1-1/2” NB
2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB
iii) Total welding for slip on flanges shall be accounted as one single joint per
flange.
iv) Seal welds, wherever required shall not be counted under weld joints.
i) Measurement will be done based on Inch. Meter (the nominal diameter of pipe
in ‘Inches’ multiplied by the installed length of piping in ‘Meters’) as per
execution drawing. Inch. Meter shall include all work pertaining to Erection of
Fabricated spools/straight lengths, providing vent, drains, instrument tapings,
alignment, hydro-testing and all other activities required as per item
description, but not covered in scope under Inch. dia.
(ii) Payment shall be made based on the unit rate against following diameter
range of pipes:
Upto 1-1/2” NB
2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB
(iii) All lines shall be measured along the centre lines of pipes, curvilinear centre
lines of bends and elbows, centre line of flanges and all other fittings such as
tees, reducers, expansion joints etc. all in line instruments, line mounted
REMARKS:
1. Measurement of following items shall be in linear Running meter
basis/Lumpsum basis, as applicable:
3.2.1 For measurement and payment of Supply, fabrication and erection of Piping work,
only finished item shall be measured. Payment will be based on linear
measurements as per execution drawings. No separate measurement shall be
made for the activities covered under the description of item for piping work.
i) All lines shall be measured along the centre lines of pipes, curvilinear centre
lines of bends and elbows, centre line of flanges and all other fittings such as
tees, reducers, expansion joints etc. all in line instruments, line mounted
fittings, ejectors, eductors, mixers, sight glasses, tray, filters, desuperheaters
etc. All type of valves other than those specifically mentioned in Schedule of
Rates shall be excluded from this measurement. However, no separate
payment for socket weld valves upto 1½” size shall be made and the quoted
rates for piping shall be deemed to include the same.
ii) The socket weld fittings shall be supplied to the Contractor as per the
requirements of the drawings. All other hot/cold bends, reducers etc. for size
1-1/2" and below shall be fabricated and erected as per requirements by the
Contractor at no additional cost and his rates for piping of size 1-1/2" and below
shall be inclusive of this work.
iii) The forged tees shall be supplied to the contractor as per the requirements of
the drawings. All other branch connections including reinforcement pads shall
be accomplished by pipe to pipe connections. The rates quoted for piping shall
be inclusive of making branch connections. The reinforcement pads shall be
measured separately.
iv) Vents and drains shall be measured from O.D. of pipe lines and shall be paid
for at the corresponding unit rates for similar sizes of pipe. Other piping
attachment such as couplings, earthing lugs etc. shall be supplied and erected
by the Contractor within his quoted rates for piping. Vents and drains required
temporarily for flushing and testing shall be provided by the Contractor at their
cost.
v) Fabrication of spool pieces for temporary use to aid Contractor’s work such as
fabrication, erection, flushing and testing of piping etc. shall be done by
Contractor at his cost as part of piping work and no separate payment shall be
made for the same.
vi) In case of branch piping, the measurement shall be made from outer surface of
the main line except in case of equal size branches, in which case
measurement shall be made from centre line of the branching header.
vii) As regards safety valves, size of valves will be identified by inlet pipe size.
viii) Reducers will be paid along with piping of larger diameter except in case of
funnels where they are welded only to the smaller diameter pipe, for which
payment will be made along with piping of such smaller dia.
ix) All piping attachments such as couplings, orifice plates, steam traps, strainers,
earthing lugs etc. shall be erected by the Contractor as part of piping erection
work and no separate payment will be made for the same.
Subject to 3.2 above, all types of valves erection of all types of valves such as
gate/globe/ check/ plus/needle/ ball/ control/ safety valves/gate valves/butterfly
valves etc. will be paid measured and paid on number basis at the rates given
separately in the Schedule of Rates. Any dismantling and re-erection of the valves
required for the purpose of testing, calibration etc. will be carried out by the
Contractor within his quoted rates. The length of such valves along with
companion flanges shall be excluded from piping length.
All the safety valves in the pump skid, compressors and other package, skid items
which are erected by the contractor for which payment is made in MT, contractor
shall dismantle the safety valves, hand it over for calibration and re-erect the same.
No separate payment will be made for dismantling, handing over for calibration and
re-erection of safety valves. The rate for such works is included in the contractor
quoted rate for erection of the equipments.
ii) Bolts, nuts and washers including U-bolt will be supplied by Contractor.
Weight of bolts, nuts and clamps etc. shall not be added to the weight of
pipe support for payment purpose.
iii) Erection of all types of supports, spring supports and turn buckles,
including grouting of supports, if required, shall be carried out by the
Contractor as part of piping work and no separate measurement and
payment will be made for it.
4.1 Payment will be made on weight basis. Weights as indicated on execution drawings
will be considered for payment. Where weight is not indicated on the execution
drawings, weights as indicated on packing lists will be considered for payment. In
case where weights are neither indicated on execution drawings nor on packing list,
weight will be calculated. Weld metal weight will not be considered and no
deduction will be made towards opening less than 300 mm diameter. Full
deductions shall be made for all openings above 300 mm diameters.
4.2 For erection of mounting and accessories such as safety valves with manifold,
distance piece, rupture discs, sight glasses, davits etc., including weight of these
will be added to that of respective equipments for the purpose of payment.
4.3 Internals etc. measured as actual quantity that has been erected and consumed
shall be taken for payment purpose.
5.1 Payment will be made on weight basis. Weights as indicated on execution drawings
will be considered for payment. Where weights are not indicated on the execution
drawings, weights as indicated on packing lists will be considered for payment. In
case where weights are neither indicated on execution drawings nor on packing list,
weight will be calculated.
5.2 For erection of auxiliaries and accessories, weight of these will be added to that of
respective machinery for the purpose of payment.
5.3 If piping for cooling water, lubricating oil, etc. are supplied to the Contractor in
prefabricated condition with the machinery, the weights of these will be added to
the respective machinery for the purpose of payment. In case these are required to
be fabricated and erected by the contractor, these will be paid at the rates
applicable for the respective size of piping and in such case the weight of these
shall not be added to that of the machinery.
5.4 No separate measurement and payment for supply and application of ordinary/non-
shrink grouting shall be made, as the unit rates are inclusive of supply and
application of ordinary/non-shrink grouting.
Payment for post weld heat treatment shall be made on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted
separately. Repeat post weld heat treatment for repaired joints or otherwise due to
Contractor’s fault will be carried out at Contractor’s cost.
Payment for radiography shall be made on the basis of circumferential joints for
different pipe dia. Repeat radiography due to defective films or on repaired joint
due to Contractor’s fault or for additional radiography necessitated due to poor
performance of Contractor’s welder will be done at Contractor’s cost.
Magnetic particle and dye penetrant test will be paid on the weld length tested/
circumferential weld joints as mentioned in Schedule of Rates.
a) EQUIPMENTS
ii) Piping shall be measured along the centre line through all types of
fittings and flanges.
iii) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, corrosion pads
etc and also all types of fittings except valves (2" and above) which shall
be paid separately on number basis.
ii) Welds, bolts, nuts, washers etc. shall not be measured and rates for
painting of structure shall be inclusive of painting such items.
a) EQUIPMENTS:
i) For Columns, vessels, reactors, Exchangers, furnaces, ejectors etc.,
measurement shall be on square meter basis taken over the painted
surface.
b) PIPING:
i) Payment will be made on linear measurement in ‘Metres’ corrected to
the nearest centimeter.
ii) Piping shall be measured along the centre line through all types of
fittings and flanges.
iii) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, etc and also all
types of fittings except valves (2" and above) which shall be paid
separately on number basis.
10.1 PIPING
i) For all types of valves (2" and above), including control valves on which
removable box has been provided, payment shall be made per number. This
shall be including mating flanges on either side and proper body of valves/
control valves.
ii) For all type of flange assembly including orifice plate, payment shall be made
on number basis.
v) No extra payment shall be made for tees, branch connections and inspection
plugs and the rates quoted shall be inclusive of all these items. Branch
connections shall be measured from the outer surface of the header.
vi) No extra payment shall be made for vents, drains and instrument
connections having nozzles length upto 12". However, if the length of such
connections exceeds 300 mm the same will be paid as per piping
measurement in respective sizes.
vii) For all fittings measurement along curvature center line shall be considered.
ix) For Steam/Refrigerent traced pipelines, which are specified and are
measured separately, only the diameter of the main pipelines (s) shall be
reckoned for measurement of insulation. No separate measurement shall be
made for the insulation of the steam tracer line (s) which shall be deemed to
x) No extra payment shall be made for all types of valves of size 1½" and below
and these shall be considered as part of the piping Insulation work.
iii) The area of standard dished ends of vessels, exchangers etc. shall be
considered as the square of the diameter of the insulated body of shell for
purpose of measurement. For flat ends actual area shall be considered for
payment. For removable boxes, if any, on exchangers no extra payment will be
made
iv) Insulated areas with different specification shall be measured separately, such
as:
- For boxes or stiffener rings, area over two sides of boxes perpendicular to
the axis of the equipment shall be added to the area of equipment.
TERMS OF PAYMENT
[ANNEXURE-V TO SPECIAL CONDITIONS OF CONTRACT]
Page 1 of 14
PAYMENT TERMS
1.0 MOBILIZATION ADVANCE
1.1 No mobilization advance shall be paid to the CONTRACTOR.
2.0 SECURED ADVANCE ON MATERIALS
2.1 No Secured Advance on materials shall be paid to the CONTRACTOR.
3.0 ON ACCOUNT PAYMENTS
Progress Payments shall be released to Contractor against monthly running account bills
duly certified by Engineer-in-charge after affecting the necessary deductions. The basis for
payment against various items shall be as below:
1. CIVIL
1.1 Soil - 80% on completion of work on prorate basis as certified in monthly progress bill.
Investigation/
- 15% on submission of Final Documentation / Reports.
Geotechnical /
Topographical & - 5% on completion of all works in all respects and issuance of completion certificate.
route survey
Page 2 of 14
Note: Contractor shall submit the Bank Guarantee for an equivalent amount of Free
Issue Material taken outside the Project premises for cement lining purpose with validity
till receipt of materials at Project premises plus 03 Months claim period.
1.5 U/G PIPING CARBON STEEL(PIPES – FREE ISSUE)- Incase SOR items are in Inch dia
Measurement in (fabrication) and Inch meter (erection)
In-Dia & In- Fabrication (ID)
Meter
- 65% on welding of joints.
- 30% on radiography and other examinations, repair of welds, repeat radiography,
extensions and penalty shots, if any, making the spools ready for erection.
- 05% on completion of all works in all respects and issuance of completion certificate.
Erection (IM)
- 30% on pre-testing, coating & wrapping of prefabricated pipes.
- 45% on trenching, laying in position, field welding, jointing, radiography and ready for
hydrotesting.
Page 3 of 14
1.6 Other Civil, - 95% on completion of work as certified in monthly progress bill.
Structural &
Architectural - 05% on completion of all works in all respects and issuance of completion certificate.
works
Page 4 of 14
2.2 Precast - 60% on completion of casting work duly certified by Engineer-in- charge.
concrete Item/
- 35% on completion of erection, alignment, leveling etc.
Block
- 05% on completion of all works in all respects and issuance of completion certificate.
(Contractor
supplied
material)
2.3 Precast - 50% on completion of casting work duly certified by Engineer-in- charge.
concrete Item/
- 45% on completion of erection, alignment, leveling etc.
Block
- 05% on completion of all works in all respects and issuance of completion certificate.
(Cement Free
issue material)
2.4 Structural Steel - 55% after completion of touch up/repair of primer and intermediate coat/coats.
Painting Works
- 40% after completion of final coat
- 05% on completion of all works in all respects and issuance of completion certificate.
3. MECHANICAL WORKS
Page 5 of 14
3.5 Erection of - 75% after site erection, field welding, radiographic and other examination.
piping items to
be paid in IM - 10% after providing support, alignment, providing vents, drains etc.
basis
Page 6 of 14
Page 7 of 14
3.12 Painting - 30% on surface preparation and primer painting at shop / fabrication yard.
- 65% on completion of final painting.
Page 8 of 14
c) Heat Exchangers
- 65% after transportation from stores / storage points to erection site and erection.
- 20% after alignment and grouting.
- 08% after completion of flushing, draining, drying.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.
Page 9 of 14
4. ELECTRICAL WORK
5. INSTRUMENTATION
Page 10 of 14
5.4 Ducts, Trays - 65% after receipt and acceptance of fabricated materials (Ducts / Trays) at site.
and Other
- 25% after erection.
Fabricated
Materials - 03% after welding and final painting, if any.
(Supply in - 02% after mechanical completion.
Contractor’s
scope) - 05% on completion of all works in all respects and issuance of completion certificate.
5.5 Calibrations
Main
- 80% after calibration.
Instruments
- 13% after completion of recalibration during loop test, if any.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.
5.6 Miscellaneous - 95% on completion of work on pro-rata basis as certified in monthly progress bill.
Works
- 05% on completion of all works in all respects and issuance of completion certificate.
Page 11 of 14
.
OPTICAL FIBRE CABLE / HDPE (Supply)
- 85% on receipt and acceptance of material at Project site / yard.
- 10% on Testing after laying as per specification.
- 05% on completion of all works in all respects and issuance of completion certificate.
Installation of OFC
- 60% on completion of laying / blowing of OFC through HDPE duct layed in the same
Pipeline Trench.
- 15% on Supply & Erection of Jointing Pit, Jointing of OFC as per Specification.
- 20% on OFC Testing as per specification.
- 05% on completion of all works in all respects and issuance of completion certificate.
HDD WORKS
- 05 % on carrying out Geotechnical Survey and design Approval.
- 35% on string preparation, NDT clearance, pre testing and Joint coating.
- 40 % on Pulling of string.
Page 12 of 14
DUMPSITE - 95% payment after development of dumpsite for receipt of pipes as per
6.3
DEVELPMENT specifications.
- 05% on completion of all works in all respects and issuance of completion certificate.
DUMPSITE
6.4 - 85% on completion of work on pro-rata basis as certified in monthly progress bill.
MANAGEMENT
- 10% on restoration and obtaining NOC from land owner.
- 05% on completion of all works in all respects and issuance of completion certificate.
Page 13 of 14
8. For Lumpsum - 95% on completion of total work in all respects. ( For all lumpsum item included in
Rate Item Schedule of Rate, Contractor shall furnish price breakup for quoted lumpsum prices
for the approval of Engineer-in-Charge. Progressive payment for such items shall be
made accordingly. In this regard decision of Engineer-in- Charge shall be final and
binding to the Contractor.)
- 05% on completion of all works in all respects and issuance of completion certificate.
NOTE:
1. The above payment terms commensurate with the work executed.
2. The above progress payments are subject to deductions towards income tax and other
deductions as applicable as per terms of the Contract.
3. Withholding Tax at the prevailing rate shall be deducted as per the Indian Income Tax
Act. TDS certificate shall be issued by the Owner.
4. Wherever milestone payment is linked with sub ordering, Engineer-in-charge shall ensure
that the total quantity against which the payment is released towards supply shall not
exceed the final installed quantity of the item.
Page 14 of 14
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 1 of 3
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 2 of 3
KEY CONSTRUCTION EQUIPMENTS TO BE MOBILIZED BY THE CONTRACTOR
DURING EXECUTION OF CIVIL WORKS FOR BALANCE CIVIL WORKS FOR PLANT
AND NON PLANT BUILDINGS-TERMINAL. – TERMINAL OF LPG IMPORT
FACILITY PROJECT OF M/s BPCL, HALDIA
Page 2 of 3
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 3 of 3
32. TOOLS AND TACKLES FOR VACUUM DEWATERING AS REQUIRED
CONCRETE AS PER SOQ
33. TOOLS AND TACKLES FOR SHORING AND STRUTTING AS REQUIRED
34. TOOLS AND TACKLES FOR FIXING TRANSFORMER GATE AS REQUIRED
AND FENCING AS PER SOQ
35. TOOLS AND TACKLES FOR JOINTING OF HDPE & PPR PIPE AS REQUIRED
AS PER SOQ
36. TOOLS AND TACKLES FOR LAYING OF GEOGRID AS REQUIRED
SS40/EQUIVALENT AS PER SOQ
37. 3 TERMINAL EARTH TESTER 1
38. DIGITAL MULTIMETER 2
39. TONG TESTER 0-300AMP 1
40. LUX METER 1
41. MANUAL/ HYDRAULIC CRIMPING TOOL 1 SET EACH
42. LEAKAGE CURRENT DETECTOR 1
43. PORTABLE DRILL M/C & HOLE CUTTER 1
44. MEGGER 500V, 1000V 1 EACH
45. EARTH DISCHARGE ROD 1
46. INSTRUMENTATION TOOL KIT AS REQUIRED
47. ELECTRICIAN TOOL KIT AS REQUIRED
48. LABORATORY EQPTS AS REQUIRED
NOTES:
1. The details are of key construction equipments in good working condition, required to be mobilized by
the Contractor, to complete the work within the schedule. The actual deployment schedule of
Construction Equipments shall be approved by Engineer-in-charge. Contractor shall augment the above
list with additional numbers/categories of equipments, tools & tackles, as required and directed by
Engineer-In charge to complete the work within the completion time schedule and quoted price.
2. Contractor to confirm that the above key equipments are available with him in good working condition
and shall be timely mobilized on this project site. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.
3. Owner/EIL reserves the right to physically check & verify the availability of these equipments prior to
award of work.
4. Contractor shall replace any defective/damaged equipment promptly to complete the work without any
time & cost implication to the Owner/EIL.
5. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL
accredited laboratory.
Page 3 of 3
NOTES:
1) The details are of key construction manpower required to be mobilized by the contractor to
complete the work within schedule. Contractor is required to augment the above list with
additional numbers/categories of personnel as required and directed by Engineer-In charge to
complete the work within the completion time schedule and quoted price.
2) The Key Construction Personnel identified above shall be well qualified & having adequate
relevant experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding
document. The other manpower shall also be qualified and experienced with their assigned work.
- ELECTRICAL ENGINEER
- SAFETY (STAMP & SIGNATURE OF BIDDER)
- PLANNING ENGINEER
- QA/QC ENGINEER
- ELECTRICAL ENGINEER
- SAFETY
- PLANNING ENGINEER
Page 2 of 2
- QA/QC ENGINEER
QUALIFICATION AN EXPERIENCE OF
KEY SUERVISORY PERSONNEL
NON-MOBILIZATION Page 1 of 5
Abbreviations:
CV : Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO : International Organization for Standardization
NDT : Non Destructive Testing
QA/QC : Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing
CONTENTS
Safety Officer/ Supervisor As per specification for HSE Management at construction sites enclosed elsewhere in the bid.
Quantity Surveyor Contract value (Rs) • < 20 Cr. works > 20 Cr. works
Degree holders 2 yrs. 5 yrs.
Diploma holders 5 yrs. 10 yrs.
Discipline Engineer (Including Degree in relevant Engineering Discipline with minimum 2 years of relevant experience in
construction or Diploma in relevant Engineering Discipline with minimum 4 years of relevant
welding/ NDT, QA/QC and
Planning) experience in Construction. Welding /NDT engineer shall possess valid Level-II certificate in
the relevant NDT methodology (RT/UT)
1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20 crores, the
Lead QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-in-
Charge.
Penalty for non-mobilization per day per person after the contractual mobilisation period /
mobilisation schedule agreed during Kick off Meeting / jointly agreed between contractor
and PMC / owner based on front availability etc.
- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge Lead
Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity Surveyor
BIDDERS Page 1 of 7
QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee
QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Abbreviations:
CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System
CONTENTS
1.0 SCOPE
2.0 DEFINITIONS
2.1 Bidder
For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.
2.3 Owner
Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.
Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.
5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.
5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.
5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:
Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure
The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.
5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable
5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.
5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.
5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.
5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.
5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.
5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.
5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery
5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.
5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.
5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.
6.0 AUDITS
BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.
The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.
In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.
BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.
Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats
Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits
ui TETF 117
1:4744, laTkir LitircRui
Hlich RIF1411-1
STANDARD SPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES
■
Leip>.,,e
uuto4,
0 1
7 31/01/2017
REVISED & UPDATED AS
6 26/02/2014
REVISED & UPDATED SM DJ RKD SC
5 19/12/2012 REVISED & UPDATED SM SM RKD DM
Standards Standards
Committee Bureau
Rev Date Purpose Prepared by Checked by Convenor Chairman
Approved by
Abbreviations:
CONTENTS
1.0 SCOPE
This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/ Vendors including their sub-contractors/ sub-
vendors during construction.
This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.
2.0 REFERENCES
The Contractor should have a documented and duly approved HSE policy &objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
HSE Policy of the contractor shall be made available to Owner / EIL at the place of execution of
specific contract works, as a valid document.
The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL / Owner prior to commencement of any site works. Corporate as well as Site
management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.
3.1.3 Indemnification
Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.
The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engineer what is indicated in relevant statute of
BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards/Observer etc. Would facilitate the HSE tasks at grass root
level for construction sites and shall assist Safety Officer /Engineers.
Contractor shall appoint safety personnel as given below for every work shift (As per table
point):
Safety Observer/ Steward: Contractor shall depute one Safety Observer/Steward for
every 100 workers and additionally thereon.
Safety Supervisor: In addition to above, contractor shall depute one Safety
Supervisor for every 250 workers and additionally thereon.
Safety Engineer: In addition to above, one safety engineer/ officer for
every 1000 workers and additionally thereon.
In case any of the safety personnel leave the contractor the same shall be intimated to the
owner/ Consultant/ EIL. The contractor shall recruit new personnel and fill up the vacancy.
a) Safety Steward/Observer
As a minimum, he shall possess class XII pass certificate and trained in fire-fighting as
well as in safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and should have adequate knowledge of the
local language spoken by majority of the workers at the construction site.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved
b) Safety Supervisor
As a minimum, he shall possess a recognized graduation Degree in Science (with Physics
& Chemistry) or a diploma in Engg. or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.
(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of working in a building or
other construction work in supervisory capacity for a period of not less than five
years.
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.
Alternately
(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by
AICTE or State Council of Tech. Education of any Indian State) with practical
experience of working in a building, plant or other construction works (as Safety
Officer, in line with Indian Factories Act, 1958) for a period of not less than five
years, may be considered as Safety Officer.
d) HSE In-Charge
In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and contractors.
In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.
Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required/granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE Organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.
The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)
Imposition / Realization of penalty shall not absolve the Contractor from his/ her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety people in appropriate numbers.
The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work, may invite severe penalization as per the
discretion of EIC, including halting / stoppage of work.
Contractor shall furnish their annual Inspection Plan, with regard to project issues /subjects,
frequency and performers to EIL/Owner.
The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No: HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
The Contractor shall not carry-out work by engaging single worker anywhere without any
supervisor anytime during day or night.
To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
As a general practice lifting tools/ tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent people (approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/ reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipment’s / machinery / vehicles, etc. shall be
inspected regularly by only competent / experienced personnel at site and requisite records
for such inspections shall be maintained by every contractor. Contractor shall also maintain
records of maintenance of all other site machinery (e.g. generators, rectifiers, compressors,
cutters, etc.) & portable tools/equipment’s being used at project related works (e.g. drills,
abrasive wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of
arbitrarily fabricated ‘derricks’ at project site for lifting / lowering of construction
materials.
Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, site washing facilities, First-aid centers, urinals/toilets, etc. should be
periodically inspected by Contractor (preferably utilizing HR/Admn. personnel to inspect
site welfare facilities) and records to be maintained.
The Contractor shall promote and develop awareness on Health, Safety and Environmental
protection among all personnel working for the Contractor.
Regular awareness programs and fabrication shop/work site meetings atleast on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
Contractor to motivate & encourage the workmen & supervisory staff by issuing/ awarding
them with tokens/ gifts/ mementos/ monetary incentives/ certificates etc.
Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works.
The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle. Additionally separate ambulance
with trained personnel/nurse (male) to administer First Aid shall be provided by the
Contractor beyond deployment of 400 workmen during day/night working hours.
The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
The Contractor shall deploy trained supervisory personnel / field engineers to cater to any
emergency situation.
The Contractor shall arrange EMERGENCY MOCK DRILL like fire, bomb threat, gas
leakage, earth quake, etc. at each site at least once in three months, involving site workmen
and site supervisory personnel & engineers. The Contractor shall maintain adequate record
of such fire drills at project site
3.1.9 Documentation
The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & HIRAC for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works.
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures).
- Legal Register to identify and comply to all applicable HSE related legal requirements.
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office. However, compliance of HSE requirements shall be the
responsibility of the Contractor. Any review/approval by EIL/Owner shall not absolve
contractor of his responsibility/liability in relation to fulfilling all HSE requirements.
3.1.10 Audit
The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:
Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors (viz safety officers/ Construction personnel having 5 years experience in
construction safety and Lead Auditor Course : OSHA 18001certification).
External HSE audits regularly at least on every six months by engaging qualified external
auditors (viz safety officers/ Construction personnel having 10years experience in
construction safety and Lead Auditor Course: OHSAS 18001certification).
All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith (generally within a week) by Contractor& compliance report shall be
submitted to EIL/ Owner.
In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/ Owner at any point of time during the pendency of contract. The Contractor shall take
all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.
Failure to carry-out HSE Audits& its compliance (internal & external) by Contractor, shall
invite penalization.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved
3.1.11 Meetings
The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) in Safety
Committee/HSE Committee meetings arranged by EIL/ Owner usually on monthly basis or
as and when called for. In case Contractor’s top most executive at site is not in a position
to attend such meeting, he shall inform EIL/ Owner in writing before the commencement of
such meeting indicating reasons of his absence and nominate his representative – failure to
do so may invite very stringent penalization against the specific Contractor, as deemed fit
in Contract. The obligation of compliance of any observations during the meeting shall be
always time bound. The Contractor shall always assist EIL/Owner to achieve the targets
set by them on HSE management during the project implementation.
In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on weekly basis and maintain records. Such internal HSE meetings shall
essentially be attended by field engineers / supervisors (& not by safety personnel only) of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/ Owner or for any HSE Audits.
The time frame for such HSE meeting shall be religiously maintained by one and all.
3.1.13 Penalty
The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative
limit of
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1, 00, 00, 000 (Rupees One crore)
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10, 00.00.000 (Rupees ten crores)
This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:
Sl.
Violation of HSE norms Penalty Amount
No.
1. For not using personal protective equipment Rs.500/- per day/ Item / Person.
(Helmet, Shoes, Goggles, Gloves, Face shield,
Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs.20,000/- per occasion
3 Execution of work without deployment of requisite Rs.5,000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs.10,000/- per item per day.
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10,000/- per case per day.
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs.500/- per item per day.
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs.3,000/- per occasion.
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs.3,000/- per occasion.
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/- per occasion.
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards, list of Rs.1,000/- per occasion per day
hospitals, emergency services available at work
locations.
11. Traffic rules violations like over speeding of Rs.2,000/- per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.
Sl.
Violation of HSE norms Penalty Amount
No.
12. Absence of Contractor’s RCM/ SIC or his Rs.10,000/- per meeting.
nominated representative (prior approval must be
taken for each meeting for nomination) from site
HSE meetings whenever called by EIL/Owner&
failure to nominate his immediate deputy (in the site-
organogram) for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs.10,000/- per month.
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications.
14. Failure to conduct daily site safety inspection (by Rs.10,000/- per occasion.
Contractor’s safety engineers/safety officers),
internal HSE meeting, internal HSE Awareness/
Motivation Program, Site HSE Training and HSE
audit at predefined frequencies (as approved in HSE
Plan).
15. Failure to submit the monthly HSE report by 5th of Rs.10,000/- per occasion and Rs.
subsequent month to Project’s Engineer-in-Charge/ 1,000/- per day of further delay.
Owner
16. Poor House Keeping Rs.5,000/- per occasion per
subject
17. Failure to report &follow up accident (including Rs.20,000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs.10,000/- per occasion
spills, spilling oil/ lubricants onto ground)
19. Not medically examining the workers before Rs.5,000/- per occasion per
allowing them to work at height / to work in worker
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs.5,000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not providing dead man handle switch for blasting,
whiplash arrestor for the compressor line, not using
hood with respiratory devices by blaster for
shot//grit blasting, etc.)
21. Penalty for non-deployment of ambulance in case of Rs.3,000/- per day
man-power more than 400 or not providing
dedicated emergency vehicle in case of man-power
less than 400.
22. Failure to carry-out Safety audit in time (internal & Rs.20,000/- per occasion
external), close-out of identified shortfalls of
Observations of Safety Aspects(OSA), etc.
23. Carrying out sand blasting instead of grit/shot Rs.50,000/- per day
blasting.
Sl.
Violation of HSE norms Penalty Amount
No.
24. Failure to deploy adequately qualified and Rs.10,000/- per day per Officer
competent Safety Officer
25. Utilization of hydra/back-hoe loader for material Rs.25,000/- per occasion
shifting or any other unauthorized /unsafe lifting
works
26. Any Fatal Accident Rs.10,00,000/- per fatality
26. Any violation not covered above To be decided by EIL/Owner.
The Contractor shall make his field engineers/supervisors fully aware of the fact that they
keep track with the site workmen for their behavior and compliance of various HSE
requirements. Safety lapses / defects of project construction site shall be attributable to the
concerned job supervisor / engineer of the Contractor, (who remains directly responsible
for safely executing field works). For repeated HSE violations, concerned job supervisor /
engineer shall be reprimanded or appropriate action, as deemed fit, shall be initiated (with
an information to EIL & Owner) by the concerned Contractor.
Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.
The Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure
inter-alia; the followings:
a) All surplus earth and debris are removed/ disposed-off from the working areas to
designated location(s).
b) Unused/ surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc. shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms/ confined spaces
etc.
l) Welding cables and the power cable must be segregated and properly stored and used. The
same shall be laid away from the area of movement and shall be free from obstruction.
m) Schedule for upkeep/ cleaning of site to be firmed up and implemented on regular basis.
The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities.
The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out HIRAC specifically for high risk jobs/critical jobs like
a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
And take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity &also shall be maintained during the course of works, by the
Contractor. Copies of such HIRAC shall be kept available at work sites by the Contractor to
enable all concerned carrying out checks / verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.
3.3.2 Accessibility
The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.
The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.
The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.
The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.
The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of
industrial HDPE), safety shoes with steel toe cap and antiskid sole, full body harness (CЄ
marked and conforming to EN361), protective goggles, gloves, ear muffs, respiratory
protective devices, etc. All these gadgets shall conform to applicable IS Specifications/ CE
or other applicable international standards. The Contractor shall implement a regular
regime of inspecting physical conditions of the PPEs being issued / used by the workmen
of their own & also its sub-agencies and the damaged / unserviceable PPEs shall be
replaced forthwith.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved
Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
any colour other than white (for Owner) or blue (for EIL) All HSE personnel shall
preferably wear dark green band on their helmet so that workmen can approach them for
guidance during emergencies. HSE personnel shall preferably wear such dresses with
fluorescent stripes, which are noticeable during night, when light falls on them.
Florescent jackets with respective company logo to be worn by the contractor workmen
with different color coding for categories like supervisor and workmen
For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.
For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.
Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘
a. PPEs (Helmet with company name/logo, Spectacle, Ear-muff, Face shield, Hand
gloves, Safety Shoes, Gum boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Portable ladders (varying lengths)
g. Life-lines (steel wire-rope, dia not less than 8.0 mm)
h. Full body harness (double lanyard)
i. Lanyard
j. Karabiner
k. Retractable fall arresters (various length)
l. Portable fire extinguishers (DCP type) – 5 kg capacity
m. Portable Multi Gas detector
n. Sound level meter
o. Digital Lux meter
p. Fire hoses & flow nozzles
q. Fire blankets / Fire retardant cloth (with eyelets)
The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipment’s.
Contractor’s Safety Officer shall verify compliance status of the items of permit document
after implementation of action is completed by Contractor’s execution / field engineers at
work site. HIRAC for specific works at height duly commented by EIL/Owner, shall be
kept attached with particular Permit for Work (PFW) at site for ready reference & follow-
up.
Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s Operation Deptt./ Safety Deptt. is not
required. EIL / Owner’s field Engineers/ Safety Officers/ Area Coordinators may verify
and counter sign this permit (as an evidence of verification) during the execution of the job.
All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once in
six months.
In case work is undertaken without taking sufficient precautions as given in the permit,
EIL/ Owner Engineers may exercise their authority to cancel such permit and stop the work
till satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.
The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall.
The Contractor shall ensure that Full body harnesses conforming EN361 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards and
life lines should have enough tensile strength to take the load of the worker in case of a fall.
One end of the lanyard shall be firmly tied with the harnesses and the other end with life
line. The harness should be capable of keeping the workman vertical in case of a fall,
enabling him to rescue himself.
The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side upto sufficient margin to arrest fall of persons working at different
heights.
In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.
Grade separators shall be provided in Pipe-rack/Tech-structures to arrest falling objects like
welding spatters, welding rods, nuts, bolts, tools etc. and to facilitate U/G and A/G works
simultaneously.
Beam Clamps may be used for construction of localized temporary working platforms,
sheds for welding booths etc. at height in all types of steel structure due to faster
installation and requirement of less scaffolding materials.
Hanging Platform, manufactured by Standard HSE equipment vendors must be
encouraged for painting of Buildings etc.
All the tools used at height (like spanner, screw driver etc.) shall be provided with securing
arrangement like back-pack/waist pouch to prevent accidental slippage from worker hand.
The Contractor shall install temporary lightening arrester in tall structures during
construction to save human life and to avoid damage to equipments & machineries
The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.
All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:
- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code
All temporary electrical installations/ facilities shall be regularly checked by the licensed/
competent electricians of the Contractor and appropriate records shall be maintained in
format no: HSE-12” Inspection of temporary electrical booth/ installation at project
construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.
b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.
c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.
d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed. Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.
e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.
f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.
g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.
i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.
k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.
m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).
3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:
Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.
The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.
The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of rewirable fuses shall be strictly prohibited. The earth leakage device shall have an
operating current not exceeding 30 mA.
All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.
All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.
Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.
Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.
All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.
Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.
When laid above ground, cables shall be properly cleated or supported on rigid poles of
atleast 2.1 M high. Minimum head clearance of 6 meters shall be provided at road
crossings.
Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.
All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.
All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.
In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.
Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.
ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.
Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
All cylinders shall be mounted on trolleys and provided with a closing key. Empty & filled-
up gas cylinders shall be stored separately with TAG, protecting them from direct sun or
rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be maintained
at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall be arranged
away from DG set, hot works, Elect. Panels / Elec. boards, etc.
The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/ Non Return Valve device.
The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
At end of work, the cylinders in use shall be closed and hoses depressurized.
Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
Grinding activity shall not be carried out in confined spaces without a valid work permit.
All grinding/cutting machines shall be guarded and fitted with Dead-Man switch and this
shall not be bypassed any time.
All welding/grinding machines shall have effective earthing at least at distinctly isolated
two points.
In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.
Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
All gas cylinders must have a cylinder cap on at all times when not in use.
The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health.
All lifting tools, tackles, equipment, trailers, trucks/dumpers, accessories including cranes
shall be tested periodically by statutory/competent authority for their condition and load
carrying capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, trailers, trucks/dumpers, accessories and cranes are used.
Load testing of Cranes must be made mandatory after each modification/alteration of crane
configuration/change in boom length.
The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting/
transportation.
Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in use)
to minimize overloading risk. SLI shall have capability to continuously monitor and display
the load on the hook, and automatically compare it with the rated crane capacity at the
operating condition of the crane. The system shall also provide visual and audible warnings
at set capacity levels to alert the operator in case of violations.
The contractor shall be responsible for safe operations of different equipment’s mobilized
and used by him at the workplace like transport vehicles, engines, cranes, mobile ladders,
scaffoldings, work tools, etc.
The Contractor shall arrange periodical training for the operators of hydra, crane,
excavator, mobile machinery, etc. at site by utilizing services from renowned
manufacturers
The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.
For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.
To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.
Appropriate respiratory protective devices (hood with respiratory devices) shall be used to
protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.
Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.
For jobs like drilling/demolishing/dismantling where noise pollution exceeds the specified
limit of 85decibels, ear muffs shall be provided to the workers.
To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipment’s' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.
The Contractor shall arrange health check-up (by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.
The Contractor shall arrange Medical Camps at regular intervals at work sites and labor
colonies to assess health condition of workers.
The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.
(Material Safety Data Sheet) shall be made available at site & may be referred whenever
problem arises.
Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.
The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.
The contractor shall establish a regular cleaning and basic housekeeping programme that covers
all aspects of the workplace to help minimize the risk of slips, trips & falls. The contractor shall
take positive measures like keeping the work area tidy, storing waste in suitable containers &
harmful items separately, keeping passages, stairways, entrances & exits especially emergency
ones clear, cleaning up spillages immediately and replacing damaged carpet/ floor tiles, mats &
rugs at once to avoid slips, trips & falls.
Grating removal permit system should be implemented during construction phase. So that after
permanent gratings are installed on platforms and tech structure floors; removal of any gratings
for whatever purpose (including for lifting piping material etc.) is required to be sanctioned by
signed permit by HSE officers of both contractor and Engineer-in-charge. The spot where
gratings are removed shall be hard-barricaded during course of work. The removed gratings
shall be re-installed immediately after completion of work or at the time of cessation of work
every day whichever is earlier and the permit shall be closed on daily basis. A register shall be
maintained for recording all the grating removal permits and their closure shall be monitored on
daily basis.
All personnel exposed to physical agents such as ionizing & non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.
For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.
The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.
The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.
In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.
3.3.13 Explosives/Blasting operations
Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved
The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency without
the involvement of competent supervisor and licensed blaster / shot blaster.
The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
Before carrying out any demolition/dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for fire-fighting & First-Aid during the execution of these activities.
The Contractor shall arrange approved HIRAC / Method Statement for the specific
demolition / dismantling task and corresponding action plan commensurate with hazards /
risks associated therein. In no case any activity related to demolition / dismantling shall be
carried out by the Contractor without engaging own supervision / field engineer.
The Contractor shall ensure adequately planned road transport safety management system.
The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 KMPH
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians.
Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.
Hydras shall only be allowed for handling the materials at fabrication/ storage yards and in
no case shall be allowed to transport the materials over project / plant roads.
The Contractor shall not deploy any such mobile machinery / equipment, which do not
have competent operator and / or experienced banks-man/ signal-man. Such machinery/
equipment shall have effective limit-switches, reverse-alarm, front & rear-end lights etc.
and shall be maintained in good working order.
The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.
For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.
Contractor shall arrange/ install visible road signs, diversion boards, caution boards, etc. on
project roads for safe movement of men and machinery.
Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials, such
as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized, reused or
recovered shall be stored and disposed of safely. In no way, toxic spills shall be allowed to
percolate into the ground. The contractor shall not use the empty areas for dumping the wastes.
Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.
The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.
For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.
For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.
All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.
3.3.20 Communication
All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.
All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.
confined space works, only electrical facilities/ installations of 24V shall be permitted.
Contactor shall ensure usage of safe & suitable arrangement of oxygen supply for individual
workmen (during the course of work in confined space), if oxygen concentration is found to be
less than 19.5% (v/v) there.
- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement
- Calculation of HSE statistics viz frequency rate, severity rate, LTA free manhours, etc.
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-
Variety
Period of the year / project span
Timings of the incident / accident
Age profile of victims
Body parts involved
Penalty levied for causing incident / accident
Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.
3.3.26 Excavation
The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.
The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.
The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more).
All excavated pits greater than 10 Sq.M plan area and depth more than 1.5M shall have at least
two access routes for ingress and egress. Also, additional access routes shall be provided such
that distance between any two access routes shall not be more than 20M.
The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.
The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.
The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.
The Contractor shall arrange protective fencing/ barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits/ escape ladders.
The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation
The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits/ trenches.
The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth/ edges due to vehicular movement in close proximity of excavated areas/ pits/
trenches, etc.
Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.
Remarks, in any
The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.
Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.
Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.
The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.
Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about
The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan.
For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.
As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:
a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.
b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.
c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.
d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.
e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.
f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.
h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.
j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.
l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.
m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.
o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.
s) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.
3.9 Lock Out and Tag Out (LOTO) for Isolation of Energy Source
Contractor shall follow the LOTO/ Isolation procedure of owner for all energy source
isolations installed/under purview by/of owner i.e. “Brown field”
For all the other energy source (not under purview of client/owner) i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
carryout audits/ inspection (internal & external) at his works as well as sub-contractor
works as per approved HSE plan/ procedure/ programme & submit the compliance reports
of identified shortfalls for EIL/Owner review.
arranging HSE training for site workmen (of his own & sub-contractors) through internal or
external faculty at periodical intervals.
Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
Generate & submit of HSE records/report as per this specification.
apprise EIL/Owner on HSE activities at site regularly.
carry-out all dismantling activities safely, with prior approval of EIL/Owner representative.
The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place / location at project site for which chance or probability of “fire” incident
exists.
5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Inspection reports of Equipment/tools/tackles *
Report of Toolbox talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *
APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE
SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place
APPENDIX-A
(Sheet 2 of 2)
Lanyard : EN-354
APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------
1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs As decided at site
-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------
Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.
APPENDIX-C
Fire
Extinguisher
Multi-purpose
Fire Water Foam CO2 Dry Powder
(ABC)
Inflammable liquids
like alcohol, diesel,
petrol, edible oils,
bitumen
Originated from
gases like LPG,
CNG, H2
Electrical fires
: NOT TO BE USED
Note: Fire extinguishing equipment must be checked atleast once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next
inspection date is given. Type of extinguisher shall clearly be marked on it.
APPENDIX-D
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal.
Provide atleast two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
Breathlessness required.
Buried Keep soil heaps away from the edge equivalent to
1.5m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain atleast 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of 0.5m
width at every 1.5m depth of excavation in all
soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Pipelines Start digging manually to locate the exact
position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water.
beyond 3.0m plus drowning situation Provide ring buoys.
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system.
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method from
vicinity of may collapse local authorities.
existing Building/ Loss of health & Use under-pining method.
Structure wealth Construct retaining wall side by side.
Movement of May cause cave-in Barricade the excavated area with proper lighting
vehicles/ or slides. arrangements.
equipment’s close Persons may get Maintain at least 2m distance from edge of cut
to the edge of cut. buried. and use stop blocks to prevent over-run.
Strengthen shoring and strutting.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above May cause severe Battering/ benching of sides.
excavations for plus injuries or prove Provide escape ladders.
pipelines, etc. Frequent cave-in fatal
or slides
Flooding due to May arise drowning Same as above plus
Hydro- static situation Bail out accumulated water.
testing Maintain adequate ventilation.
Rock by Improper May prove fatal Ensure proper storage, handling & carrying of
excavation handling of explosives by trained personnel.
blasting explosives Comply with the applicable explosive acts &
rules.
Uncontrolled May cause severe Allow only authorized persons to perform
explosion injuries or prove blasting operations.
fatal Smoking and open flames are to be strictly
prohibited.
Scattering of Can hurt people Use PPE like goggles, face mask, helmets etc.
stone pieces in
atmosphere
Rock excavation Entrapping of May cause severe Barricade the area with red flags and blow siren
by blasting persons/ animals. injuries or prove before blasting.
(Contd.) fatal
Misfire May explode Do not return to site for atleast 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before the
driving beginning of each shift.
equipment
Noise pollution Can cause deafness Use personal protective equipments like ear
and psychological plugs, muffs, etc.
imbalance.
Extruding Can hurt people Barricade the area and install sign boards.
rods/casing Provide first-aid.
Working in the Can cause Keep sufficient distance from Live-Electricity as
vicinity of 'Live- electrocution/ per IS code.
Electricity' Asphyxiation Shut off the supply, if possible.
Provide artificial/rescue breathing to the injured.
(B) Air pollution by May affect Wear respirators or cover mouth and nose with
CONCRETING cement Respiratory System wet cloth.
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Provide platform above reinforcement for
reinforcement injured movement of workers or provide end caps for
rods. protection on reinforcement bars.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats.
materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours.
Continuous Cause tiredness of Insist on shift pattern.
pouring by same workers and may Provide adequate rest to workers between
gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper.
concrete mixer/ clothes may get Provide safety cages around moving motors.
vibrators entrapped. Ensure proper mechanical locking of vibrator.
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering material.
plus may collapse and Check the design and strength of shuttering
Deflection in prove fatal material before commencement of work.
props or Rectify immediately the deflection noted during
shuttering concreting.
material
Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc.
REINFORCE- binding of rods injured Avoid usage of shift tools.
MENT Carrying of rods Workers may get Provide suitable pads on shoulders and use safety
for short injured their hands gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles.
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring rods,
clear distance/ injure the fingers etc.
cover with hands
Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell unnecessarily on cantilever rods.
standing on down Avoid wearing of loose clothes.
cantilever rods.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets.
from height Provide safety nets.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may react Ensure Safety regulations as per BARC/AERB
RADIOGRAPHY radiation with the skin and can before commencement of job.
cause cancer, skin Cordon off the area and install Radiation warning
irritation, dermatitis, symbols.
etc. Restrict the entry of unauthorized persons.
Wear appropriate PPE and film badges issued by
BARC/AERB.
Transportation Same as above Never touch or handle radiography source with
and Storage of hands.
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil
Aviation is required for booking radio isotopes
with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
Isotope Inform BARC/AERB (*)
(F) Short circuiting Can cause Use rubberized hand gloves and other PPE.
ELECTRICAL Electrocution or Fire Don't lay wires under carpets, mats or door ways.
INSTALLATION Allow only licensed electricians to perform on
AND USAGE electrical facilities.
Use one socket for one appliance.
Ensure usage of only fully insulated wires or
cables.
Don't place bare wire ends in a socket.
Ensure earthing of machineries and equipments
Do not use damaged cords and avoid temporary
connections.
Use spark-proof/ flame proof type field
distribution boxes.
TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections.
Provide all connections through 30mA ELCB.
Protect electrical cables/equipments from water
and naked flames.
Check all connections before energizing.
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type.
Switch off the electrical utilities when not in use.
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power.
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees.
underground prove fatal Maintain atleast 3m distance from HT cables.
transmission All temporary cables should be laid atleast 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling.
Provide proper sleeves at crossings/ inter-
sections.
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/ termination.
(G) Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
FIRE become big ones and may prove fatal and shout "Fire, Fire".
PREVENTION and may spread Keep buckets full of sand & water/ fire
AND to the extinguishing equipment near hazardous locations
PROTECTION surrounding Confine smoking to 'Smoking Zones' only.
areas Train people for using specific type of fire
fighting equipments under different classes of
fire.
Keep fire doors/ shutters, passages and exit doors
unobstructed.
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B).
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures.
Stop all electrical motors with internal
combustion.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations.
Remove the load hanging from the crane booms.
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher meant
selection of Fire extinguish the fire for the specified fire (for details refer Appendix-
extinguisher C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam cylinders/ CO2/ sand
or earth.
Improper storage Same as above Maintain safe distance of flammable substances
of highly from source of ignition.
inflammable Restrict the distribution of flammable materials
substances to only min. necessary amount.
Construct specifically designed fuel storage
facilities.
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation.
Before welding operation, remove or shield the
flammable material properly.
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately.
Short circuiting Same as above Don't lay wires under carpets, mats or door
of electrical Can cause ways.
system Electrocution Use one socket for one appliance.
Use only fully insulated wires or cables.
Do not allow open/bare connections.
Provide all connections through 30mA ELCB.
Ensure earthing of machineries and equipments.
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly.
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver.
Use seat belts/ helmets.
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition.
Do not overtake on curves, bridges and slopes.
Adverse weather Same as Above Read the road ahead and ride to the left.
condition Keep the wind screen and lights clean.
Do not turn at speed.
Recognize the hazard, understand the defense
and act correctly in time.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object.
Quit the steering at once and become a passenger.
Otherwise take sufficient rest and then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving.
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm.
failure Proper maintenance of the vehicle as per
manufacturer instructions.
(I) Bursting of May cause injury Prepare test procedure & obtain EIL/ Owner's
PROOF TESTING piping and prove fatal approval.
(HYDROSTATIC/ Collapse of Provide separate gauge for pressurizing pump
PNEUMATIC tanks and piping/equipment.
TESTING) Tanks flying off Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders.
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range.
Provide safety relief valve (set at pressure
slightly higher than test pressure) while testing
with air/ nitrogen.
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing.
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place.
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters.
Fall arrest and safety nets, etc. must be installed.
Provide adequate working space (min. 0.6 m).
Tie/weld working platform with fixed support.
Use roof top walk ladder while working on a
slopping roofs.
Avoid movement on beams.
May hit the Keep the work place neat and clean.
scrap/material Remove the scrap immediately.
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment
levels and prove from height i.e. do not bomb materials.
fatal All tools to be carried in a tool-kit Bag or on
working uniform.
Remove scrap from the planks.
Ensure wearing of helmet by the workers
working at lower levels.
(K) Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
CONFINED drowning death Avoid over crowding inside a confined space.
SPACES Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc.
Fulfill conditions of the permit.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level.
Obtain work permit before entering a confined
space.
Ensure that the connected piping of the
equipment which is to be opened is pressure free,
fluid has been drained, vents are open and piping
is positively isolated by a blind flange.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading of Same as above Safe lifting capacity of derricks and winches
lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipment’s
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical wires electrocution and come within 3m reach of overhead HT cables.
fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can fall Person May sustain Provide guard rails for working at height.
SCAFFOLDI- down severe injuries and Face ladder while climbing and use both hands.
NG, prove fatal Ladders shall extend about 1m above landing for
FORMWORK easy access and tying up purpose.
AND Do not place ladders against movable objects and
LADDERS maintain base at 1/4 unit of the working length of
the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes.
No loose planks shall be allowed.
Use PPE, like helmets, safety shoes, etc.
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50x250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not more
than 300mm.
Don't overload the scaffolds.
Do not splice short ladders to make a longer one.
Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately.
fall down lower level gets Carry the tools in a tool-kit bag only.
injured Provide safety nets.
TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTU- negligence and casualty machines or electrical distribution system.
RAL danger of fall Avoid walking on beams at height.
WORKS Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations.
Cover or mark the sharp and projected edges.
Do not stand within the operating radius of
cranes.
Lifting/ slipping Same as above Do not stand under the lifted load.
of material Stack properly all the materials. Avoid slippage
during handling.
Control longer pieces lifted up by cranes from
both ends.
Remove loose materials from height.
Ensure tightening of all nuts & bolts.
(O) Erection/ Can cause injury Do not stand under the lifted load.
PIPELINE lowering failure Do not allow any person to come within the
WORKS radii of the side boom handling pipes.
Check the load carrying capacity of the lifting
tools & tackles.
Use Safe Load Indicators (SLI)
Use appropriate PPEs.
Other Same as above Wear gum boots in marshy areas.
Allow only one person to perform signaling
operations while lowering of pipes.
Provide night caps on pipes.
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations.
(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view-window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.
APPENDIX-F
1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision/ Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction/ TBTs/ Safety Committee/ Safety meeting/ Safety propaganda/
Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards / Life-
line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection
APPENDIX - G
CONSTRUCTION POWER BOARD (typ.)
APPENDIX-H
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING
g) Other
d) Adequate shoring
e) Adequate access
h) Other
6. LADDERS
b) Top of landing
c) Properly secured
e) Other
Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
7. HOISTS, CRANES AND DERRICKS
h) Qualified operators
i) Other
a) Proper instruction
b) Safety devices
c) Proper cords
e) Other
c) Licensed drivers
d) Other
Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
10. TEMPORARY FACILITIES
e) General neatness
g) Other
12. ELECTRICAL
Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
14. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
15. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
16. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety
nets provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
17. CONFINED SPACE
a) Work Permit obtained from requisite
authority
b) Test for toxic gas and sufficient availability
of oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility
ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
18. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained
Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors
imparted during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured
(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)
Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above
What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)
__________________________________________________________________________________
Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
To : Owner
: RCM/Site-in-charge EIL (3 copies)
Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above
What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Name & Designation of person who provided First-Aid to the victim: …………………………………
Name & Telephone number of Hospital where the victim was treated _________________________
Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others
How much time taken to shift the injured person to Hospital ________________________________
In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim/ Company
……………………………………………………………………………………………
Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here) _____________________________________________________________________
What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc. ………………………………………………………………..)
Basic cause
Root cause
Others(specify)
Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future :
……………………………………………………………………………………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
…………………………………………………………………………………………………….……
………………………………………………………………………………………………………….
Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
………………………………………………………………………………………………………….
To : Owner
: RCM / Site-in-charge of EIL (3 copies)
Divisional Head (Constn.) through RCM
Project Manager EIL, through RCM
Near Miss : Human injury escaped & no damage to property, equipment or interruption to work.
Dangerous Occurrence: Damage to property, equipment or interruption of work, but not
resulting in personal injury/ illness, e.g. Fire incident, collapse of structure, crane failure, etc.
__________________________________________________________________________________
Incident reported by :
Location :
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
To : Owner
: RCM/Site-in-charge EIL (3 copies)
Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.
Permit Closure :
(A) Entry was closed stopped will continue on .................
Remarks, if any:
Location of work :
Source strength :
The following items have been checked &compliance shall be ensured during currency of the
permit:
Permission is granted.
Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date
The following items have been checked &compliance shall be ensured during currency of the
permit:
Permission is granted.
Name :
Date :
Completion report :
CONTRACTOR’s NAME
Above conditions and PPE compliances are checked by undersigned and correct status are
indicated after verification
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
(Sheet 2 of 2)
Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
This permit for work shall be available at specific work location all the time.
After completion of work, permit shall be returned to safety cell of main contractor, without fail.
This Permit shall be issued maximum upto (Monday to Sunday).
Additional Precautions, if any
…………………………………………………………………………………………………………………
ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.
COMPLIANCE STATUS
SL.
Description of Item Not Remarks
NO. Yes No
applicable
1 Suitable and sufficient risk assessments and method statements
has been carried to ensure that the work shall be undertaken in
accordance with specification and standard.
2 Are plans/details of underground services available and the
same has been reviewed?
3 Has survey done to locate the services/obstacles etc.
4 Has the live services (electrical, water line, air line, telephone
line, etc.) has been disabled for carrying out the job.
5 Is adequate barriers/ fences to protect the excavation are in
place?
6 Is Adequate warning signs are in place?
7 Is Assessment of ground conditions done and remedial action (if
any) taken?
8 Safe access / egress (e.g. ramp / steps / ladders etc.) provided for
site workmen & supervisors.
9 Is the excavation work being undertaken in proximity of
structure, etc.? If Yes, it’s effect is considered?
10 Availability of competent person for supervising the excavation
work?
11 Adequate safe arrangement to prevent collapse of edges (e.g.
shoring / strutting / benching / sloping etc.) made at site.
12 Hard barricades (at least 1.0M away from edge & for excavation
near site access roads) with warning signs/caution boards are
provided
13 Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14 Is the equipment being used for excavation has been checked for
adequacy and is in good working condition having all the safety
features?
15 Age & fitness of workmen ensured by medical test before
engagement in job?
16 Arrangement of Monitoring of possible oxygen deficiency or
obnoxious gases done & action taken?
Name & Signature of Site Engr. Name & Signature of Safety Officer
Contractor (Initiator) Contractor (Issuing authority)
NOTES: -
1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site
head.
2. Excavated earth to be kept at least 1.5M away from edges.
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday).
6. After completion of works, permit shall be closed & preserved for record purpose.
Issuing authority
Initiator (site Review by EIL /
Sl. Validity period Working Time (Safety Officer
Engr. of Main Owner (Remarks
No. From ____To ____ From _____To _____ of Main
Contractor) with date
Contractor)
1.
2.
3.
4.
5.
6.
7.
Risk Signific
Environmental Environment Control Consequences Gaps/
S. No Activity N/A/E Level ant
Aspect Impact Measures Recommendations
A B C D E F G Yes/No
(Sheet 2 of 2)
3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention
Risk Level - G : A x B x C x D x Ex F
Condition
N NORMAL
A ABNORMAL
E EMERGENCY
RECOMENDED
CONTROL
DESIRED CONTROLS &
RISK IDENTIFICATION RISK ASSESSMENT ACTIONs TO ACTION BY REMARKS
EXISTING GAPS, IF ANY
REDUCE THE
RISK LEVEL
S. Activity Activity Hazards Condition Associate Desired Control Gaps If Any Probabil Impact Risk Risk
No. type (N/AN/E) d Risk Measures ity (P) (I) R= P*I Classifi
(R/NR) cation
Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);
UL: Unlikely, L: Likely, VL: Very Likely, FR: Frequent, C: Continuous
Impact –
SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities
Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;
Condition- N: Normal, AN: Abnormal, E-Emergency
Activity Type: R- Routine, NR- Non Routine
RISK –
L: Low Risk, M: Moderate Risk, H: High Risk
FOR RESTRICTED
CIRCULATION
OISD-GDN-192
FOR RESTRICTED
CIRCULATION
Prepared by
COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION
Preamble
Indian petroleum industry is the energy lifeline of the nation and its continuous performance is essential
for sovereignty and prosperity of the country. As the industry essentially deals with inherently
inflammable substances throughout its value chain – upstream, midstream and downstream – Safety is
of paramount importance to this industry as only safe performance at all times can ensure optimum ROI
of these national assets and resources including sustainability.
While statutory organizations were in place all along to oversee safety aspects of Indian petroleum
industry, Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural
Gas, Government of India as a knowledge centre for formulation of constantly updated world-scale
standards for design, layout and operation of various equipment, facility and activities involved in this
industry. Moreover, OISD was also given responsibility of monitoring implementation status of these
standards through safety audits.
In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and
participative process of development of standards – starting with research by in-house experts and
iterating through seeking & validating inputs from all stake-holders – operators, designers, national level
knowledge authorities and public at large – with a feedback loop of constant updation based on ground
level experience obtained through audits, incident analysis and environment scanning.
The participative process followed in standard formulation has resulted in excellent level of compliance
by the industry culminating in a safer environment in the industry. OISD – except in the Upstream
Petroleum Sector – is still a regulatory (and not a statutory) body but that has not affected
implementation of the OISD standards. It also goes to prove the old adage that self-regulation is the best
regulation. The quality and relevance of OISD standards had been further endorsed by their adoption in
various statutory rules of the land.
Petroleum industry in India is significantly globalized at present in terms of technology content requiring
its operation to keep pace with the relevant world scale standards & practices. This matches the OISD
philosophy of continuous improvement keeping pace with the global developments in its target
environment. To this end, OISD keeps track of changes through participation as member in large number
of International and national level Knowledge Organizations – both in the field of standard development
and implementation & monitoring in addition to updation of internal knowledge base through continuous
research and application surveillance, thereby ensuring that this OISD Standard, along with all other
extant ones, remains relevant, updated and effective on a real time basis in the applicable areas.
Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides other
issues, calls for total engagement from all levels of the stake holder organizations, which we, at OISD,
fervently look forward to.
Jai Hind!!!
Executive Director
Oil Industry Safety Directorate
FOREWORD
The Oil Industry in India is nearly 100 years old. Due to various collaboration agreements a
variety of international codes, standards and practices are in vogue. Standardisation in design
philosophies, operating and maintenance practices at a national level was hardly in existence.
This lack of uniformity coupled with feedback from some serious accidents that occurred in the
recent past in India and abroad, emphasised the need for the industry to review the existing
state of art in designing, operating and maintaining oil and gas installations.
With this in view, the Ministry of Petroleum and Natural Gas in 1986 constituted a Safety
Council assisted by the Oil Industry Safety Directorate (OISD) staffed from within the industry
in formulating and implementing a series of self-regulatory measures aimed at removing
obsolescence, standardising and upgrading the existing standards to ensure safer operations.
Accordingly OISD constituted a number of functional committees comprising of experts
nominated from the industry to draw up standards and guidelines on various subjects.
The present document on “Safety Practices during Construction” was prepared by the
Functional Committee on “Safety Practices during Construction”. This document is based on
the accumulated knowledge and experience of industry members and the various national and
international codes and practices.
It is hoped that provisions of this document if implemented objectively, may go a long way to
improve the safety to reduce accidents in Oil and Gas Industry. Users are cautioned that no
document can be substitute for the judgment of responsible and experienced engineer.
Suggestions are invited from the users after it is put into practice to improve the document
further. Suggestions for amendments, if any, to this standard should be addressed to:
The Co-ordinator
Committee on “Safety Practices during Construction”
Oil Industry Safety Directorate
Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802
NOTE
FUNCTIONAL COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION
NAME ORGANISATION
LEADER
Shri A.K. Tandon EIL, New Delhi.
MEMBERS
1. Shri U.M. Rao GAIL, Noida.
Member-Coordinator
CONTENTS
1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
6.1 Excavation
6.2 Scaffolding, Platforms & Ladders
6.3 Structural Work, Laying Of Reinforcement & Concreting
6.4 Road Work
6.5 Cutting/Welding
6.6 Working In Confined Spaces
6.7 Proof/Pressure Testing
6.8 Working At Heights
6.9 Handling And Lifting Equipment
6.10 Vehicle Movement
6.11 Electrical
6.12 Offshore
6.13 Demolition
6.14 Radiography
6.15 Sand/Shot Blasting / Spray Painting
6.16 Work above Water
9.0 Documentation 34
11.0 References 35
Annexure I 36
1.0 INTRODUCTION
This document specifies broad guidelines on safe practices to be adhered to during construction
activities in oil industry. However, before commencing any job, specific hazards and its effects
should be assessed and necessary corrective/preventive actions should be taken by all
concerned. The document is intended only to supplement and not to replace or supersede the
prevailing statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
3.0 DEFINITIONS
Brace: A structural member that holds one point in a fixed position with respect to another
point; bracing is a system of structural members designed to prevent distortion of a structure.
Competent Authority: A stautory agency having the power to issue regulations, orders or
other instructions having the force of law.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Execution agency:
Any physical or legal person, having contractual obligation with the owner, and who employs
one or more workers on a construction site
Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent, authorised
from time to time to act for and on its behalf, for supervising/ coordinating the activities of the
execution agency.
Guard-rail: An adequately secured rail erected along an exposed edge to prevent persons
from falling.
Hoist: A machine, which lifts materials or persons by means of a platform, which runs on
guides.
Lifting gear: Any gear or tackle by means of which a load can be attached to a lifting
appliance but which does not form an integral part of the appliance or load.
Lifting appliance: Any stationary or mobile appliance used for raising or lowering persons or
loads.
Means of access or egress: Passageways, corridors, stairs, platforms, ladders and any other
means for entering or leaving the workplace or for escaping in case of danger.
Scaffold: Any fixed, suspended or mobile temporary structure supporting workers and
material or to gain access to any such structure and which is not a lifting appliance as defined
above.
Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc., and secured
there to guard against the slipping of persons or the falling of material.
i) provide means and organisation to comply with the safety and health measures required
at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and organise
construction work so that, there is no risk of accident or injury to health of workers. In
particular, construction work should be planned, prepared and undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of view;
(e) working methods are adopted to safeguard workers against the harmful effects of
chemical, physical and biological agents.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) establish committees with representatives of workers and management or make other
arrangement for the participation of workers in ensuring safe working conditions.
iv) arrange for periodic safety inspections by competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and review of systems of work, regulations,
standards or codes of practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their work with due regard to
safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age, physique,
state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards connected
with their work and environment and trained in the precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which a
dangerous defect has been found should not be used until the defect has been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the operation
and evacuate workers as appropriate, where there is an imminent danger to the safety of
workers.
x) establish a checking system by which it can be ascertained that all the members of a
shift, including operators of mobile equipment, have returned to the camp or base at the
close of work on dispersed sites and where small groups of workers operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per various
statutes like the Factories Act, 1948 etc. and, whenever collective measures are not
feasible or are insufficient, provide and maintain personal protective equipment and
clothing in line with the requirement as per OISD-STD-155 (Vol. I& II) on Personnel
Protective Equipment. They should also provide access to workers to occupational health
services.
xii) Educate workers about their right and the duty at any workplace to participate in ensuring
safe working conditions to the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as may affect safety and
health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should not interfere
with, remove, alter or displace any safety device or other appliance furnished for their
protection or the protection of others, or interfere with any method or process adopted
with a view to avoiding accidents and injury to health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that they have
not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as scaffolds,
railway tracks, garages, confined spaces or in the vicinity of fires, dangerous or toxic
substances, running machines or vehicles and heavy equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner
xviii) As per the Govt. circular as amended from time to time all contractors who employ more
than 50 workers or where the contract value exceeds Rs. 50 crores, the following facilities
are to be provided by contractor at site :
Arrangement for drinking water
Toilet facilities
A creche where 10 or more women workers are having children below the age of 6 years
Transport arrangement for attending to emergencies
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Adequate and safe means of access (atleast two, differently located) to and egress from
all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING
5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured. Accumulation
of these at the site can obstruct means of access to and egress from workplaces and
passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND COLLAPSE
OF STRUCTURES
5.4.1 Precautions should be taken such as the provision of fencing, look-out men or barriers to
protect any person against injury by the fall of materials, or tools or equipment being
raised or lowered.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively covered or
fenced and displayed prominently.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect workers
from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY
5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian traffic
routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE FIGHTING
5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out within
existing operating area.
5.6.2 Combustible materials such us packing materials, sawdust, greasy/oily waste and scrap
wood or plastics should not be allowed to accumulate in workplaces but should be kept in
closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of fire, be
provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily visible and
accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of various
OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to indicate
clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be frequently
inspected particularly in high structures and where access is restricted.
5.7 LIGHTING
5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a job.
5.7.2 Emergency lighting should be provided for personnel safety during night time to facilitate
standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS
i) Plant, machinery and equipment including hand tools, both manual and power driven,
should:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
a) be of proper design and construction, taking into account health, Safety and ergonomic
principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given appropriate training.
e) be provided with protective guards, shields or other devices as required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant, machinery and
equipment.
iv) Operators of plant, machinery and equipment should not be distracted while work is in
progress.
v) Plant, machinery and equipment should be switched off when not in use and isolated
before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as practicable
and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately guarded.
viii) Every power-driven machine and equipment should be provided with adequate means,
immediately accessible and readily identifiable to the operator, of stopping it quickly and
preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with PPEs,
including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a suitable
radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be kept in
sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable or explosive
dusts or vapours.
ii) Hose and hose connections for compressed air supply to portable pneumatic tools should
be:
a) designed and tested for the pressure and service for which they are intended;
b) fastened securely on the pipe outlet and equipped with the safety chain, as
appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to prevent dies
and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose lines
released before any adjustment or repair is made.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ii) IC engines should not be run in confined spaces unless adequate exhaust ventilation is
provided.
Excavation
Scaffolding, Platforms & Ladders
Structural Work, Laying of Reinforcement & Concreting
Road Work (Laying of roads)
Cutting /Welding
Working in Confined Space
Proof/Pressure Testing
Working at Heights
Handling & Lifting Equipments
Vehicle Movement
Electrical
Offshore
Demolition
Radiography
Sand/shot blasting/ spray painting
Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.1 EXCAVATION
6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be shut off
or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method of
excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m should
0
be maintained. Based on site conditions, provide proper slope, usually 45 ,and suitable
bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock or
provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the edge of
the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain atleast 2m distance
from edge of excavation. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and thereby endanger
any person unless precautions such as the provision of shoring or piling are taken to
prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the exca-
vation unless the support work has been specially designed to permit it.
6.1.9 If an excavation is likely to affect the security of a structure on which persons are working,
precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be taken for underground utility lines like cables, sewers
etc. and necessary approvals/clearances from the concerned authorities shall be
obtained before commencement of the excavation job.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of side
wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody to
come within one meter of extreme reach of the mechanical shovel. The mechanised
excavator shall be operated by a well-trained experienced operator. When not in
operation, the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any accidental
movement of the machine. Suitable precautions as per manufacturer guidelines should
be taken for dozers, graders and other heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction
i) A scaffold should be provided and maintained or other equally safe and suitable provision
should be made where work cannot safely be done on or from the ground or from part of
a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs, ladders or
ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during erection and dismantling;
(b) in such a way so as guard rails and other protective devices, platforms, ladders, stairs
or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for which it is to
be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good conditions
and apart from any material unsuitable for scaffolds.
vii) Couplers should not cause deformation in tubes. Couplers should be made of drop forged
steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion and be straight to the
eye, and tube ends cut cleanly square with the tube axis.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly connected to the
building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which might
endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used
for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic conditions or
any other occurrence likely to have affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by or under
the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and inspected
before putting in use.
6.2.2 Lifting appliances on scaffolds
xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced not more
than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be removed
immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind. After
heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.
i) In general, it should be avoided as far as possible. It should not be used in the unit/off-site
areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated outside
explosive licensed area, bamboo scaffold, if used, should conform to provisions given in
lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions
i) The safety of workers employed on the erection and dismantling of steel and prefabri-
cated structures should be ensured by appropriate means, such as provision and use of:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xiii) A raised structural steel or prefabricated part should be so secured and wall units so
propped that their stability cannot be imperiled, even by external agencies such as wind
and passing loads before its release from the lifting appliance.
xiv) At work places, instruction should be given to the workers on the methods, arrangements
and means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should
be held to discuss and confirm the requirements for safe erection.
xv) During transportation within the construction area, attachments such as slings and
stirrups mounted on structural steel or prefabricated parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated parts should be so transported that the conditions do not
affect the stability of the parts or the means of transport result in jolting, vibration or
stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of protection
against fall of persons, the workplaces should be protected by guardrails, and if appro-
priate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced visibility entail
risks of accidents, the work should be carried on with particular care, or, if necessary,
interrupted.
xix) Structures should not be worked on during violent storms or high winds, or when they are
covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other means of
protection.
xxi) The risks of falling, to which workers moving on high or sloping girders are exposed,
should be limited by all means of adequate collective protection or, where this is imposs-
ible, by the use of a safety harness that is well secured to a strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as practicable
be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently extended
area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or guyed until
they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by cutting, holing
or other means.
xxvi) Structural members should not be forced into place by the hoisting machine while any
worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in position and
secured against dislodgment.
6.3.3 Reinforcement
i) Ensure that workers use Personnel Protective equipment like safety helmet, safety shoes,
gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as mentioned in Item
No. 6.5 to be followed.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
vi) For supplying of rods at heights, proper staging and/or bundling to be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front of or by
the sides of driver's cabin. In case such protrusion cannot be avoided behind the deck,
rd
then it should not extend 1/3 of deck length or 1.5M which ever is less and tied with red
flags/lights.
6.3.4 Concreting
6.4.1 Site shall be barricaded and provided with warning signs, including night warning lamps
at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen batch
mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing
bitumen with aggregate, shall be provided with PVC hand gloves and rubber shoes with
legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered by a
metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling sand,
to prevent anybody stepping on it. Then it shall be removed with the help of spade.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.4.8 For cement concrete roads, besides site barricading and installation of warning signs for
traffic diversion, safe practices mentioned in the chapter on "Concreting", shall also be
applicable.
6.5 CUTTING/WELDING
6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying particles,
harmful light rays, electric shocks etc. Following precautions should be taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
iii) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc welding
machine.
v) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have necessary mechanical interlocks and earthing
facilities.
vii) All cables, including welding and ground cables, shall be checked for any worn out or
cracked insulation before starting the job. Ground cable should be separate without any
loose joints.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points
away from oxygen cylinder.
xiii) Acetylene cylinder key for opening valve shall be kept on valve stem, while cylinder is in
use, so that the acetylene cylinder could be quickly turned off in case of emergency. Use
flash back arrestors to prevent back-fire in acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.
xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge
but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.6.1 Following safety practices for working in confined space like towers, columns, tanks and
other vessels should be followed in addition to the safety guidelines for specific jobs like
scaffolding, cutting/welding etc.
i) Shut down, isolate, depressurise and purge the vessel as per laid down procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance of valid
permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined space.
iv) The number of persons allowed inside the vessel should be limited to avoid overcrowding.
v) When the work is going on in the confined space, there should always be one man
standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation, probability
of dense vapours accumulating nearby should also be considered in addition to inside the
vessel.
vii) Ensure requisite O2 level before entry in the confined space and monitor level periodically
or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level periodically
or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall be worn by
everyone entering confined space. In case of sewer, OWS or in the confined area where
there is a possibility of toxic or inert gas, gas masks shall be used by everyone while
entering.
xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering the
confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like Iron
Sulphide), special care need to be taken before opening the vessel. Attempt should be
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
made to remove the pyropheric substances. Otherwise, these should be always kept wet
by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined space at end
of each work day, even if the work is to be resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering should be
permitted inside a confined space or area unless it has been made completely free of the
flammable atmosphere, tested and found safe by a competent person. Only non-sparking
tools and flameproof hand lamps protected with guard and safety torches should be used
inside such confined space or area for initial inspection, cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always maintained between the worker and the attendant.
6.7 PROOF/PRESSURE TESTING
6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of fasteners,
grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment to
be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain records.
6.7.9 Take readings at pre-defined intervals.
6.8 WORKING AT HEIGHTS
6.8.1 General Provision
i) While working at a height of more than 3 meters, ISI approved safety belt shall be used.
ii) While working at a height of more than 3 meters, permit should be issued by competent
person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage at the
time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety net should
be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xi) Keep both hands free while climbing. Don't try to bypass the steps of the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of access and
egress such as stairs, ramps or ladders.
6.8.2 Roof Work
i) For the erection and repair of tall chimneys, scaffolding should be provided. A safety net
should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in position as
a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the chimney should
not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by falling
objects.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
Following are the general guidelines to be followed with regard to all types of handling
and lifting equipment in addition to the guidelines for specific type of equipments dealt
later on.
i) There should be a well-planned safety programme to ensure that all the lifting appliances
and lifting gear are selected, installed, examined, tested, maintained, operated and
dismantled with a view to preventing the occurrence of any accident;
ii) All lifting appliances shall be examined by competent persons at frequencies as specified
in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley blocks,
slings, U-clamps, D-shackles etc. before putting them in use.
iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles should be got
verified and certificates obtained from competent authorities before its use. The safe
working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity, boom
length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the radius of
the boom and underneath the load.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ix) While loading, unloading and stacking of pipes, proper wedges shall be placed to prevent
rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is moving or
lifting the load, the trained rigger should be there for keeping a vigil against hitting any
other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be avoided. If
unavoidable to do erection in night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom should either
be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while lifting, to
the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of overhead
electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting appliance, which
may affect the safety of the appliance without the permission and supervision of the
competent person.
6.9.2 Hoists
i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.
ii) The enclosure of hoist shafts, except at approaches should extend where practicable at
least 2mt above the floor, platform or other place to which access is provided except
where a lesser height is sufficient to prevent any person falling down the hoistway and
there is no risk of any person coming into contact with any moving part of the hoist, but in
no case should the enclosure be less than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and, in the case
of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided above the
top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely braced, guyed
and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the heaviest load that they will
have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as the
platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control handle is not
held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not designed
for the conveyance of persons.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xi) Winches should not be fitted with pawl and ratchet gears on which the pawl must be
disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they will have to
carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform with the
maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should be a
locking arrangement preventing the cage or platform from moving while any worker is in
or on it.
xv) On sides not used for loading and unloading, hoist platforms should be provided with toe-
boards and enclosures of wire mesh or other suitable material to prevent the fall of parts
of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should be
provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made of specially
constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible characters:
(a) on all hoists:
on the platform or cage: the maximum number of persons to be carried at one time;
(c) on hoists for goods only:
on every approach to the hoist and on the platform: prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so constructed
as to prevent any person from falling out or being trapped between the cage and any
fixed part of the structure when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted with devices
which ensure that the gate cannot be opened except when the cage is at a landing and
that the gate must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing place to
the cage should be fitted with devices to ensure that the gate cannot be opened except
when the cage is at that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks
i) Derricks should be erected on a firm base capable of taking the combined weight of the
crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) Electrically operated derricks should be effectively earthed from the sole plate or
framework.
iv) Counterweights should be so arranged that they do not subject the backstays, sleepers or
pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between the wheels;
b) they should be equipped with struts to prevent them from dropping if a wheel breaks or
the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of the crane.
Guy derricks
i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor plates in
concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced approximately
equally.
0
iii) The spread of the guys of a guy derrick crane from the mast should not be more than 45
from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle or other
device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from swinging.
6.9.4 Gin poles
i) Where tower cranes have cabs at high level, persons, capable and trained to work at
heights, should only be employed as crane operators.
ii) The characteristics of the various machines available should be considered against the
operating requirements and the surroundings in which the crane will operate before a par-
ticular type of crane is selected.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
iii) Care should be taken in the assessment of wind loads both during operations and out of
service. Account should also be taken of the effects of high structures on wind forces in
the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing capacity.
Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm and level.
Tower cranes should only operate on gradients within limits specified by the
manufacturer. Tower cranes should only be erected at a safe distance from excavations
and ditches.
vi) Tower cranes should be sited where there is clear space available for erection, operation
and dismantling. As far as possible, cranes should be sited so that loads do not have to
be handled over occupied premises, over public thoroughfares, other construction works
and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could touch any
part of the other crane, there should be direct means of communication between them
and a distinct warning system operated from the cab so that one driver may alert the
other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried out in accordance with
manufacturers' instructions. The free-standing height of the tower crane should not
extend beyond what is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed from the hook, the
hook raised, the power switched off and the boom brought to the horizontal. For longer
periods or at times when adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to the side of the tower
away from the wind, put into free slew and the crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on the tower
crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name boards or other
items liable to catch the wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling operations
or other duties, which could impose excessive loading on the crane structure.
6.9.6 Lifting ropes
i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a work
platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for other
vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) Only persons having valid licenses should be allowed to work on electrical facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable, special
care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including Portable
ones prior to taking into service.
ix) Make sure that electrical switch boards, portable tools, equipments (like grinding machine
etc.) don't get wet during their usage. If it happens, stop the main supply, make the tools
dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably protected
from rain and the level of same should be high enough to avoid contact with water due to
water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug tops.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xv) All power supply cables should be laid properly and neatly so that they don't cause
hindrance to persons working and no physical damage also takes place to the cables
during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size and
adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per area
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary cables
should be laid at least 750 mm below ground and cable markers should be provided.
Proper sleeves should be provided at road crossings. In case temporary cables are to be
laid on wooden poles/steel poles, the minimum cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules and relevant
acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or improper
insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary switch boards
being used for construction purposes. Don't use water for fighting electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and maintained as to
prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves, insulating
mats, hoods etc. to be done/witnessed along with maintaining a register at site signed by
competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms or from
handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in contact with
live conductors and the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical accident or dangerous
occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to avoid damage
or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered wherever
installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage Circuit Breaker
(ELCB), when installed, protects a human being to the widest extent. RCCB or ELCB
should be provided as per Indian Electricity Rules.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) All electrical equipment should be inspected before taking into use to ensure suitability for
its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should make a
careful external examination of the equipment and conductors, especially the flexible
cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical equipment
should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on again;
c) the conductors or the equipment should be tested to ascertain that they are dead;
d) the conductors and equipment should be earthed and short-circuited;
e) neighbouring live parts should be adequately protected against accidental contact.
v) After work has been done on conductors and equipment, the current should only be
switched on again on the orders of a competent person after the earthing and short-
circuiting have been removed and the workplace reported safe.
vi) Electricians should be provided with approved and tested tools, and personal protective
equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a proof of
the contrary.
viii) When work has to be done in dangerous proximity to live parts the current should be cut
off. If for operational reasons this is not possible, the live parts should be fenced off or
enclosed by qualified staff from the sub-station concerned.
6.11.3. Testing
i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be carried
out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against mechanical
damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General
The isolated nature of offshore installations are hazardous. They call for greater need for safety
and survival at offshore. Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to limited space, helicopter
operation, sea transport etc. Following are the general safety guidelines to be followed in addition
to the safety guidelines stipulated for specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of self-
control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be followed at
offshore, evacuation system etc. All personnel should wear overall (dangri), helmet and
shoes for personnel protection.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
i) Location of jack up rigs should not be less than 5 Kms from shipping route. Orientation of
the rig, wind direction etc are required for safe landing of helicopter. Information w.r.t. sea
currents, wind speed, Hi-lo tide etc are required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.
iii) Radio and other communication facilities should be such to maintain contact with base all
times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be in good
condition and tensions in various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed preferably in
day light.
6.12.3 Drilling
i) In view of CO2 and H2S gas cut from well, effective ventilation should be provided where
drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation system.
iii) Suitable sensors for H2S and Methane should be function tested time to time and suitable
colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in particular,
basket transfer of passengers. Persons engaged in loading/unloading of materials
should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like winches,
cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be available
between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should have
rigid and fixed guard rails atleast one meter high and should have one intermediate rail
midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid blow out.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%) concentration
in air, a person should not be exposed for more than 8 hours, If concentration is more,
then breathing apparatus should be used. Corrosion of equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continously used.
6.12.4 Production Platforms
i) In case hydrocarbon Is released due to overpressure, leak, overflow, gas blow etc., shut
down process to stop flow of hydrocarbon. Prevent ignition of released hydrocarbon and
in case of fire shut in the process complex and follow emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head should be actuated during
uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed port /
flange etc., in the well head area. It should not be in "mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in "normal
position" from shutdown panels. A record of status of switches normal/bypassed in auto-
con* panels (PSH, PSL, LSL, ILSL) should be maintained.
i) Provision be made for safe handling and storage of dirty rags, trash, and waste oil.
Flammable liquids and chemicals applied on platform should be immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and cutting should
be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas engines which
are potential source of ignition in the event of failure.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector should be
function tested once in three months.
vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and sprinkler
system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system is not
effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control station, fire alarms and fire
detectors, deluge valves and sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances
i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are used in
offshore.
ii) No. of life boats on one installation should have a capacity to accommodate twice the
number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the sea.
viii) All life saving appliances should be inspected by the MMD surveyor /sr. officials once a
year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent authority,
6.12.7 Safety Precautions during Helicopter Transportation
i) Passenger briefing regarding safety rules while travelling in helicopter should be carried
out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter is to ditch
into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched on the
deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its parameter.
Closest super structure above the helideck should have red obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/ towards
helicopter
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.13 DEMOLITION
6.13.1. General provisions
i) When the demolition of any building or structure might present danger to workers or to the
public:
(a) necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever possible;
(b) details of the previous use should be obtained to identify any possible contamination
and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems and risks
associated with flammable substances and substances hazardous to health. The
survey should note the type of ground on which the structure is erected, the condition
of the roof trusses, the type of framing used in framed structures and the load-bearing
walls;
(d) a method of demolition should be formulated after the survey and recorded in a
method statement having taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as necessary,
capped or otherwise controlled at or outside the construction site before work
commences.
iv) If it is necessary to maintain any electric power, water or other services during demolition
operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately fenced off
and sign posted. To protect the public a fence 2m high should be erected enclosing the
demolition operations and the access gates should be secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health should be
decontaminated. Protective clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the stability of other
parts.
x) Demolition activities should not be continued under adverse climatic conditions such as
high winds, which could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be adequately shored, braced or otherwise
supported.
xii) Structures should not be left in a condition in which they could be brought down by wind
pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert engineering advice
should be obtained, and:
(a) it should only be used where the whole structure is to come down because it relies on
the removal of key structural members to effect a total collapse;
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
(b) it should only be used on sites that are fairly level and where there is enough
surrounding space for all operatives and equipment to be withdrawn to a safe
distance.
xiv) When equipment such as power shovels and bulldozers are used for demolition, due
consideration should be given to the nature of the building or structure, its dimensions, as
well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at least one-
and-a-half times the height of the building or structure should be maintained around the
points of impact.
6.13.2. Demolition of structural steelwork
i) All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
ii) Steel construction should be demolished tier by tier.
iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY
6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be cordoned off.
6.14.3 If the field radiography is to be done at the same location repeatedly, it is advisable to
provide either a wire fencing around or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when there is
little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited during
exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 Protection facilities such as manipulator rod, remote handling tongs, lead pots, radiation
hazard placards and means of cordon off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried by
public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be stored inside a source pit
with lock and key arrangement as approved by BARC. The storage room should
preferably be located in an isolated area of minimum occupancy and radiation level
outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
6.14.14 In case of an accident (due to loss or of damage to radiography source), action should be
taken in line with BARC Safety Rules/Guidelines.
6.15.1 Sand blasting should be used only after approval from competent person.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and positioned
away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the work
place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor to
be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the same to
be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.
ii) Provisions for the safe performance of work over or in close proximity to water should
include, where appropriate, the provision and use of suitable and adequate:
i) Persons who work over water should be provided with some form of buoyancy aid. Life
jackets should provided sufficient freedom of movement, have sufficient buoyancy to
bring persons to the surface and keep them afloat face upwards, be easily secured to the
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
First aid facilities should be provided in line with various statutory regulations like factory
act etc. However following care should be taken:
i) First aid, including the provision of trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers.
First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at the
construction site.
iii) First-aid kits or boxes, as appropriate and as per statutory requirements, should be
provided at workplaces and be protected against contamination by dust, moisture etc.
iv) First-aid kit or boxes should not keep anything besides material for first aid in
emergencies.
v) First-aid kits and boxes should contain simple and clear instructions to be followed, be
kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-aid
personnel should be proficient in the use of resuscitation and other life saving techniques
and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.
9.0 DOCUMENTATION
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
ANNEXURE I
01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”
FOR RESTRICTED
CIRCULATION ONLY
OCTOBER 2002
CONTRACTOR SAFETY
CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.1 Owner
4.2 Contractor
4.3 Consultant
4.5 Designer
5.5 Training
6.0 REFERENCES
Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of
ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.
iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.
The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including
5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of
(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study
iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.
All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:
6.0 REFERENCES
1) OISD-GDN-206 on “Safety
Management System”
4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision
7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry
8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision
12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision
14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds
15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders
17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding
18 IS: 4081 Safety Code for Blasting and Related Drilling Operations
21 IS: 4138 Safety Code for working in compressed air – First Revision
23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision
25 IS: 5121 Safety code for piling and other deep foundations
26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials
27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves
32 IS: 7069 Safety Code for Handling and Storage of Building Materials
35 IS: 7969 Safety Code for handling and storage of building materials
41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg
42 IS: 10291 Safety Code for dress divers in civil engineering works
43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects
44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building
Statutory Regulations
In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
1.5 Gloves
1.7 Goggles
1.14 Others
2.5 Others
3.18 Others
4.0 PERMITS
4.7 Others
5.21 Others
6.8 Others
7.23 Others
8.17 Others
9.21 Others
10.20 Others
11.5 Others
12.7 Others
13.0 CONCRETING
14.7 Others
15.0 RADIOGRAPHY
15.9 Others
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?
16.14 Others
17.10 Others
18.11 Others
19.0 GENERAL
19.22 Others
APPROVAL OF CONSTRUCTION
SUB-CONTRACTOR
[ANNEXURE - XI TO SPECIAL CONDITIONS OF CONTRACT]
3) NAME OF PROPOSED
SUB-CONTRACTOR :___________________________________________
i) Experience Criteria:
ii) Annual Turnover Criteria:
iii) Networth Criteria:
iv) Working Capital criteria:
NOTE: Bidders to fill all the details in the above proforma. Further Bidder shall also fill-in the details at Sl.No.5
above based on the estimated value of the proposed work to be subcontracted.
(ANNEXURE-XII TO SCC)
ffl"ilaT V"4'
2Tg'
j .04"
XN"fr..
1 24.01.2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc. No. 6-10-0001 Rev 0 has been revised
0 21.05.2008 AS GKI SCB VC
and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by
Abbreviations:
MS Mild Steel
CONTENTS
3.0 CEMENT 5
6.0 EQUIPMENTS 7
7.0 CABLES 7
Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:
1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.
1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.
1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.
1.4 No material shall be allowed to be taken outside the plant without a gate pass.
1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.
2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).
2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.
2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bilis or from any other dues of the Contractor to the Owner:
S.
Material Penal Rates
No.
Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)
NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.
2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.
3.0 CEMENT
3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.
3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.
3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).
If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.
3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.
3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.
3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.
3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.
3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.
4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.
4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard
lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be
to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.
4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.
4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.
4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.
4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.
5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.
5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.
5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
6.0 EQUIPMENTS
All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.
7.0 CABLES
7.1 Al1 the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.
7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.
7.3 All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.
The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.
7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.
8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. Al1 cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:
b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.
A11 cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.
The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.
8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:
a) Unaccountable wastage
- upto 100 Km 0.1%
- 101 to 500 Km 0.07%
- beyond 500 Km 0.05%
The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.
8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when retumed to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.
For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:
The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.
Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.
9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.
9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.
The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.
Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.
INTEGRITY PACT
-4-4-<R1 51(t)01
tr-g 1-4-4vr
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM CONTRACTORS
QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee
QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Prepared Checked Committee Bureau
Rev.
Date Purpose by by Convener Chairman
No
Approved by
Abbreviations:
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
CONTENTS
Attachments
1.0 SCOPE
All documents/data against the Tender / Contract shall be developed and submitted
to ElUOwner by the contractor for review / records, in line with this specification.
2.0 DEFINITIONS
2.1 Contractor
For the purpose of this specification, the word "CONTRACTOR" means the
person(s), firm, company or organization who is under the process of being
contracted by EIL / Owner for delivery of some products and services. The word is
considered synonymous to bidder, supplier or vendor.
2.2 Owner
Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.
4.1.1 The contractor shall submit the documents and data against the Tender/Contract as
per the list specified in respective Tender/Contract.
4.1.2 Review of the contractor drawings by EIL would be only to review the compatibility
with basic designs and concepts and in no way absolve the contractor of his
responsibility/contractual obligation to comply with Tender/Contract requirements,
applicable codes, specifications and statutory rules/regulations. Any error/deficiency
noticed during any stage of manufacturing/execution/installation shall be promptly
corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review stage.
QMS - 1week
Drawing/Document Control Index - 2weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule
4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.
4.2.2 Before submitting the drawings and documents, contractor shall ensure that the
following information are properly entered in each drawing:
Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved
Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of Tender/Contract.
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x
315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where numbers of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clips. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by contractor. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a title block indicating Tender No., name of project,
name of customer, package equipment tag no. & name (if applicable). Each volume
will have hard front cover and a reinforced spine to fit thickness of book. These spines
will also have the title printed on them. Title shall include also volume number (say 11
of 15) etc.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.
Tag. No.
Supplier's/ Contractor's
Works Order No.
Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.
Signature Signature
Date Date
Name Name
Designation Designation
Department Department
Supplier/Contractor EIL/TPIA
arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......
Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved
1.1 The contractor shall procure 43 grade ordinary Portland cement Conforming to IS
8112/Portland Pozzolana Cement conforming to IS:1489 (part-l) as required in the work, from
the reputed manufacturer of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja,
Jaypee Cement, Century Cement, J.K. Cement or from any other reputed Cement
manufacturer having a production capacity not less than one million tonnes per annum as
approved by ADG for that sub region
Each batch of cement (week wise as mentioned on cement bags) supplied by the contractor
after delivery at site shall be subjected to the tests and analysis required by the relevant
Indian Standard Codes. The contractor shall carry out and bear the cost of all tests and
analysis to ensure quality of cement before using in actual works.
In addition to availability of valid BIS license and MTC, for each category/size of structural
steel procured, one sample from every 50 MT or part thereof shall be drawn and tested in
approved laboratory. The charges for such testing shall be borne by the contractor.
In addition to availability of valid BIS license and MTC, sample as specified under shall be
drawn and tested in approved laboratory. The charges for such testing shall be borne by the
contractor.
Under 10mm bars, one sample for each 25 MT (or part thereof) for consignment below
100 MT and one sample each 40 MT (or part thereof) for consignment above 100 MT shall be
tested.
For 10mm to 16mm bars, one sample for each 35MT (or part thereof) for consignment
below 100 MT and one sample each 45 MT (or part thereof) for consignment above 100 MT
shall be tested.
Over 16mm bars one sample for each 45 MT (or part thereof) for consignment below 100
MT and one sample each 50 MT (or part thereof) for consignment above 100 MT shall be
tested.
CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING
DEVICES AT CONSTRUCTION SITES
CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING
DEVICES AT CONSTRUCTION SITES
'3-
0 28.04.2015 Issued as Standard
DJ /k MD SC
Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Abbreviations:
Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — An rights reserved
SI.
Description Calibration requirements Frequency Remarks
No.
A. Civil-Survey
Theodolite To check for permanent once in a year or Record to be
adjustments by traversing project duration maintained
and observing the closing whichever is earlier (See note below)
error
Levels To check by Backsight/ Every use Record to
Foresight readings, the be maintained
temporary adjustments of (See note below)
level
A.3. Steel measurement ---- ---- "Freemans"
tapes make or BIS
approved make
shall be used.
Mutilated, or
broken tapes
shall not be
used.
c. Marking on the
tape shall be
legible
Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved
Sl.
Description Calibration requirements Frequency Remarks
No.
C. Mechanical/ Electrical/Welding
C.1 Pressure Gauges Calibration certificate from Once in 6 months Records to be
reputed laboratories or maintained
calibrate by dead weight
testers with standard weights
or with master Gauge
C.2 Dial gauges Check for Zero Error Whenever used ---
C.3 Dead Weight Calibration from As per Records
Tester manufacturer or reputed manufacturer's (Calibration
Calibrating agency. recommendation or certificate) to
Calibration certificate shall once in a six month be maintained
not be older than one month whichever is
from the date of earlier.
mobilization.
C.4 Vernier caliper/ Check for Zero error Whenever used ---
screw gauge
C.5 Holiday tester Calibration from Once in 6 months Records to
manufacturer or reputed be maintained
calibrating agency or by
calibrating by zeep meter.
SI.
Description Calibration requirements Frequency Remarks
No.
C.12 Variable current, Calibration Certificate from Once in Six Records to be
voltage and reputed months maintained
resistance laboratories
generators
C.13 Temperature/ Calibration from Once in Six Records to be
Pressure Recorders manufacturer or any months maintained
reputed calibrating
agency
C.15 Temperature Calibration Certificate Once in Six months To be discarded
gauges from reputed in case of damage
laboratories or malfunctioning
C.16 Thermocouples Manufacturer's Certificate or --- ---
Chemical Check
C.17 Vibration probes Calibration from Once in a year To be discarded
reputed laboratory in case of
damage or
malfunctioning
C.18 Decibel-meter Calibration from Once in a Year - do -
reputed laboratory
Note: If Error is found, it has to be sent to manufacturers or their agents for rectification
and certification & reputed laboratory shall be NABL accredited for relevant
testing.
Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved
Note:- The above time period shall be read as contractual completion period as mentioned in
the Fax of Acceptance.
SECTION / DETAILS
CLAUSE
I DEFINITION OF TERMS
II GENERAL INFORMATION ABOUT SITE
2.1 LOCATION OF SITE & ACCESSIBILITY
2.2 SCOPE OF WORK
2.3 WATER SUPPLY, POWER SUPPLY AND OWNER’S LAND FOR CONTRACTOR’S FIELD, GODOWN AND
WORKSHOP
2.4 SAFETY STANDARDS FOR TEMPORARY BUILDINGS
III GENERAL INSTRUCTION FOR THE TENDERER
3 SUBMISSION OF TENDER
4 DOCUMENTS
5 PURCHASE PREFERENCE
6(a) EARNEST MONEY
6(b) CONVERSION OF EMD TO SECURITY DEPOSIT
7 TENDER VALIDITY
7A FIRMNESS OF QUOTE
7B LANGUAGE OF BID
7C CURRENCIES OF BID & PAYMENT
8 ADDENDA / CORRIGENDA
9 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
10 A INTEGRITY PACT (IP)
10 B HOLIDAY LISTING
10 C CONSULTANCY CONTRACTS
10 D FOREIGN BIDDERS
11 COLLECTION OF DATA TENDERER’S RESPONSIBILITY
12 TIME SCHEDULE
13 SIGNING OF THE CONTRACT
14 A FIELD MANAGEMENT
14B RETIRED GOVERNMENT OR COMPANY OFFICER
IV INTERPRETATION OF CONTRACT DOCUMENTS
15 INTERPRETATION OF CONTRACT DOCUMENT
16 SPECIAL CONDITIONS OF CONTRACT
17 CONTRACTOR TO OBTAIN HIS OWN INFORMATION
18 SECURITY DEPOSIT TOWARDS PERFORMANCE/RETENTION MONEY
19 TIME OF PERFORMANCE
20 FORCE MAJEURE
21 EXTENSION OF TIME
22 LIQUIDATED DAMAGES FOR DELAY
23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS
24 TERMINATION / OFFLOADING
25 FORFEITURE OF SECURITY DEPOSIT
26 ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED
27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE 26
28 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WO9RK
29 CHANGES IN CONSTITUTION OF THE CONTRACTOR
30 IF THE CONTRACTOR DIES
31 EMPLOYEES OF THE OWNER NOT INDIVIDUALLY LIABLE
32 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS
33 CONTRACTOR’S OFFICE AT SITE
34 CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCTS
35 SUB-LETTING OF WORK
36 POWER OF ENTRY
37 CONTRACTOR’S RESPONSIBILITY WITH OTHER AGENCIES
38 OTHER AGENTS AT SITE
39 NOTICES
40 RIGHTS OF VARIOUS INTERESTS
41 RIGHT OF OWNER TO DETERMINE / TERMINATE CONTRACT
42 PATENTS AND ROYALTIES
43 LIENS
44 OPERATION OF CONTRACT
V PERFORMANCE OF WORK
SECTION - I
DEFINITION OF TERMS
In the contract documents as herein defined where the context so admits, the following words and expressions will have
following meanings :
1) “The Owner/Company/BPCL” means the Bharat Petroleum Corporation Limited, incorporated in India having its
registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai - 400 038 or their successors or assigns
2) “The Contractor” means the person or the persons, firm or Company whose tender has been accepted by the
Owner and includes the Contractor’s legal representative, his successor and permitted assigns.
3) The “Managing Director” shall mean the Chairman and Managing Director of the Bharat Petroleum Corporation
Limited or his successor in office designated by the Owner.
4) The “Engineer-in-Charge” shall mean the person designated as such by the Owner and shall include those who are
expressly authorised by the Owner to act for and on his behalf for operation of this contract.
5) The “Work” shall mean the works to be executed in accordance with the contract or part thereof as the case may be
and shall include extra, additional, altered or substituted works as required for purpose of the contract.
6) The “Permanent Work” means and includes works which will be incorporated in and form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
7) The “Construction Equipment” means all appliances, Tools/Tackles and equipment of whatsoever nature for the
use in or for the execution, completion, operation or maintenance of the work unless intended to form part of the
Permanent work.
8) The “Site” means the areas on which the permanent works are to be executed or carried out and any other places
provided by the Owner for purpose of the contract.
9) The “Contract Document” means collectively the Tender Document. Designs. Drawings or Specifications, agreed
variations, if any, and such other document constituting the tender and acceptance thereof.
10) The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this Project / job.
11) The “Sub-Contractor” means any person or firm or Company (other than the Contractor) to whom any part of the
work has been entrusted by the Contractor, with the written consent of the Engineer-in-Charge, and the legal
personal representatives, successors and permitted assigns of such person, firm or company.
12) The “Contract” shall mean the Agreement between the Owner and the Contractor for the execution of the works
including therein all contract documents.
13) The “Specification” shall mean the various technical specifications attached and referred to in the tender
documents. It shall also include the latest editions, including all addenda/corrigenda, of relevant Indian Standard
Specification, specifications of the other country published before entering into Contract.
14) The “Drawings” shall include maps, plans and tracings or prints thereof with any modifications approved in writing
by the Engineer-in-Charge and such other drawings as may, from time to time, furnished or approved in writing by
the Engineer-in-Charge.
15) The “Tender” means the tender submitted by the Contractor for acceptance by the Owner.
16) The “Alteration Order” means an order given in writing by the Engineer-in-Charge to effect additions to or deletion
from and alterations in the works.
17) The “Completion Certificate” shall mean the certificate to be issued by the Engineer-in-Charge to the contractor
when the works have been completed to his satisfaction.
18) The “Final Certificate” in relation to a work means the certificate issued by the Engineer-in-Charge after the period
of liability is over for releasing the retention money/PBG.
19) The “Period of Liability” in relation to a work means the specified period during which the Contractor stands
responsible for rectifying all defects that may appear in the works.
The site location is described in the Special Conditions of Contract which may be within the premises of existing
Refinery. The intending tenderer should inspect the site and make himself familiar with site conditions and available
facilities.
Entry into the BPCL areas is restricted depending on location/site. Only pass holders as also vehicles with special
permits are permitted in such restricted areas. Inside the premises access to various work spots is also further
regulated by permits issued for each area.
Non-availability of access roads or permits for entry of vehicles/equipment to any specific area shall in no case be
the cause to condone any delay in execution of works or be the cause for any claims or extra compensations.
The scope of work is defined in the Special Conditions of Contract and specifications. The Contractor shall provide
all necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and
maintenance of the work till completion unless otherwise mentioned in these tender documents. All materials that
go with the work shall be approved by Engineer-in-Charge prior to procurement and use.
2.3 WATER SUPPLY, POWER SUPPLY AND OWNER’S LAND FOR CONTRACTOR’S FIELD, GODOWN AND
WORKSHOP:
Unless otherwise provided under Special Conditions of Contract, the tenderer will have to make his own
arrangement for supply of water and power.
The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity, approach
roads, construction materials as per specifications, shelter for his staff, etc. since these are to be provided/arranged
by the tenderer (unless otherwise specified) at his cost.
The owner will, at his discretion and convenience based on availability for the duration of the execution of the work,
make available, land for construction of contractor’s field office, go-downs, workshop and fabrication yard required
for the execution of the contract. The contractor shall at his own cost construct all these temporary buildings and
provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.
On completion of the works undertaken by the Contractor, he shall remove all temporary works/ shed erected by
him and have the site cleaned as directed by Engineer-in-Charge if the contractor shall fail to comply with these
requirements, the Engineer-in-charge may at the expenses of the Contractor remove such surplus and rubbish
material, dispose off the same as he deems fit and get the site cleared as aforesaid; and the contractor shall
forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus
materials disposed off as aforesaid. But the Owner reserves the right to ask the Contractor any time during the
pendency of the contract to vacate the land by giving seven days notice on security reasons or on material interest
otherwise.
All temporary buildings, sheds, workshops, field stations etc. shall be constructed in conformation with the safety
and security regulations of the owner as regards location and type of structure.
3 SUBMISSION OF TENDER:
3.1 The quotation should be submitted only in the manner and the form prescribed in the Request For Quotation
(RFQ)/Tender enquiry.
3.2 Addenda/Corrigenda to this tender document if issued must be signed and submitted along with the tender
document. The tenderer should consider the Addenda/Corrigenda and should price the work based on revised
quantities when amendments for quantities are issued in addenda.
3.3 Tenders should always be placed in double sealed covers, superscribing Tender No. ____________ Tender for
____________________(name of job), Bharat Petroleum Corporation Limited, due for opening on
___________
The full name, postal address and telegraphic address of the tenderer shall be written on the bottom left hand
corner of the sealed cover. (This will not be applicable in the case of e-tenders) Tenders received in open condition
(priced bid) are liable to be rejected.
4 DOCUMENTS:
4.1 The tenders, as submitted shall include all documents/details asked for by BPCL in the RFQ/Tender enquiry.
Wherever signed tender documents are submitted, all signatures in the documents shall be dated, as well as all the
pages of the documents shall be initialed at the lower right hand corner and signed wherever required in the tender
papers by the tenderer or by a person holding power of attorney authorizing him to sign on behalf of the tenderer
before submission of tender. Tenders without signatures as stated above are liable to be rejected.
The tenderer should quote the rates in English both in figures as well as in words. Offers received without the rates
in figures and in words are liable for rejection. In case of discrepancy exists between the rate quoted in figures and
in words, the rates quoted in words will prevail.
All corrections and alteration in the entries of tender papers will be signed in full by the tenderer with date. No
erasures or over-writings are permissible.
In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in case these are not
attested by the signatory of the bid, such priced bids are liable to be rejected without giving any further notice.
The tender shall contain the name, residence and place of business of person or persons making the tender and
shall be signed by the tenderer with his usual signature with company stamp. Partnership firms shall furnish the full
names of all partners in the tender. It should be signed in the partnership name by all the partners or by duly
authorized representative followed by the name and designation of the person signing with company stamp.
Tender by Company or Corporation registered under the relevant companies act, shall be signed by the authorized
representative and a power of attorney in that behalf shall accompany the tender.
4.6 Transfer of tender documents issued to one intending tenderer to another is not permissible.
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as
admissible/applicable from time to time under the existing Govt. policy.priced.
Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)
or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under
the existing Govt. policy.
Subject to meeting terms and conditions stated in the tender document including but not
limiting to prequalification criteria, in present tender, as the tendered quantity cannot be
split due to nature of job, MSE shall be allowed for supply and installation of total
tendered quantity provided their quoted price is within a price band of L1 + 15 percent
and they match the L1 price. In case of more than one such MSEs are in the price band
of L1 + 15%, then L1 MSE will be offered first and if matches the L1 price, MSE shall be
allowed for supply and installation of total tendered quantity. If L1 MSE does not
matches L1 price, other MSES falling in range of L1+15% band will be offered in order
of L2 MSE,L3 MSE etc. until they match L1 price. No separate preference will be given
to MSE owned by Scheduled Caste & Scheduled Tribe entrepreneurs over MSE owned
by general person as quantity cannot be split in this tender.
6 EARNEST MONEY:
(a) The tenderer must submit/ deposit earnest money, if specified in the RFQ/Tender enquiry, failing which the
tender is liable to be rejected. Earnest Money Deposit shall be submitted in the form of crossed Demand Draft
in favour of “Bharat Petroleum Corporation Ltd.” / Electronic Funds Transfer to BPCL Bank Account / Bank
Guarantee executed by any Scheduled Bank approved by Reserve Bank of India (as per Proforma provided in
Annexure 2). Earnest Money Deposit (EMD) shall be valid for a period of 6 (Six) months from the due date of
opening of Techno-commercial Bids and shall be submitted from any Indian Scheduled Commercial Bank /
Indian Branch of Foreign Bank. EMD submitted by foreign vendors shall be in USD / EURO only.
In case of limited tender, Earnest Money deposit (EMD) is not applicable for registered contractors of BPCL.
NOTE : Exemption of Bidding Document fee and EMD will be applicable for Micro and Small Enterprises
(MSEs) registered with National Small Industries Corporation (NSIC)/ District Industries Centers (DIC) as
per applicable government guidelines .Such bidder shall submit Notary attested copy of the certificate
issued by NSIC or DIC, valid as on the date of bid opening, indicating that their registration includes the
items/works under tender. The registration certificate should remain valid during the period of the contract
that may be entered into such successful bidder. Such tenderers should ensure validity of the Registration
Certificate for the purpose.
NOTE: No interest shall be paid by the Owner on the earnest money deposit by the tenderer. The earnest
money of the unsuccessful tenderer will be refunded after the completion of BQC evaluation / Technical
Evaluation / Priced Bid Evaluation as applicable.
The earnest money deposit (EMD) of the contractor whose tender may be accepted, if paid in forms other than
Bank Guarantee, can be converted to security deposit for due performance of the contract if the contractor so
desires. The “performance security deposit/retention money” vide clause 18 shall also be applicable limiting to
a maximum of 10% of the contract value.
7 TENDER VALIDITY:
Tender submitted by tenderers shall remain valid for acceptance for a period of four months from the date of
opening of the tender (Technical Bid in the case of two bid). The tenderer shall not be entitled during the said
period of four months, without the consent in writing of the Owner, to revoke, or cancel his tender or vary the tender
given or any term thereof.
Once the quotation is accepted, the rates quoted shall be firm till the entire work is completed.
The Bid, all correspondence and documents relating to the bid, between Bidder and BPCL, shall be written in
English language only. Any supporting document furnished by Bidder may be written in other language provided
that this literature is accompanied by an authenticated English translation in which case, for purpose of
interpretation of the Bid, the English translation shall govern.
Indian bidders shall quote the rates/prices in Indian Rupees (INR) only for Indian component and in USD / EURO
for Foreign Component. Foreign Bidders can quote their prices in INR / USD / EURO. Payment shall be subject
to RBI guidelines.
8 ADDENDA / CORRIGENDA:
Addenda/ Corrigenda to the tender documents may be issued prior to the date of opening of the tenders to clarify
documents or to effect modification in the design or tender terms. All addenda/corrigenda issued shall become part
of tender Document.
9.1 The right to accept the tender will rest with the Owner. The Owner, however, does not bind itself to accept the
lowest tender, and reserves to itself the authority to reject any or all the tenders received without assigning any
reason whatsoever.
9.2 The whole work may be split up between two or more contractors or accepted in part and not entirely if considered
expedient.
9.3 Tenders in which any of the particulars and prescribed informations are missing or are incomplete in any respect
and/or the prescribed conditions are not fulfilled are liable to b rejected.
9.4 Canvassing in connection with tenders is strictly prohibited and tenders submitted by the tenderer who resort to
canvassing will be liable to rejection.
9.5 Tender containing uncalled remarks or any additional conditions are liable to be rejected.
Vendors are requested to sign & return IP document, attached as Annexure 7, if applicable as per the terms of the
tender. This document is essential & binding.
Proforma of Integrity Pact shall be returned by the Bidder along with the bid documents (Technical Bid), duly filled
up and signed by the same signatory who is authorized to sign the bid documents. All the pages of the Integrity
Pact shall be duly signed. Bidder’s failure to return the Integrity Pact duly signed along with the bid documents may
result in the bid not being considered for further evaluation.
If the Bidder has been disqualified from the tender process prior to the award of the contract in accordance with the
provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Bidder Liquidated Damages
amount by forfeiting the EMD/ Bid Security as per provisions of the Integrity Pact.
If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled to terminate
the contract according to the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from
Contractor Liquidated Damages amount by forfeiting the Security Deposit/ Performance bank Guarantee as per
provisions of the Integrity Pact.
Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor.
10 B HOLIDAY LISTING:
The vendors / contractors are expected to adopt the ethics of highest standards and a very high degree of integrity,
safety and quality consciousness, commitment and sincerity towards the work undertaken and dealing with BPCL in such
matters. Also, while participating in the tender and performing the contracts, Contractors are required to meet certain
performance criteria and adherence to the terms and conditions of the tender / contract.
BPCL shall have the right to remove from the list of approved suppliers / contractors or to ban business dealings, if any
agency has been found to have committed misconduct or fraud or poor performance or anything unethical not expected
from a reputed agency.
The guidelines and procedures for Holiday Listing as adopted by BPCL and available separately in BPCL website shall
be applicable in the context of all tenders floated and consequently, all Orders / Contracts / Purchase Orders placed, by
BPCL.
10 C CONSULTANCY CONTRACTS:
This General Conditions of Contract (GCC) will be binding for Consultancy jobs only to the extent of its applicability to the
context of consultancy jobs.
10
It is mandatory for the foreign bidder to furnish the documents for the compliance to requirement of PAN No. , Tax
Residency Certificate and Form No.10F (applicable for foreign bidder in case of services in India is required as per scope
of bidding document) as per Income Tax Act in case his receipts are subject to tax deduction at source in India:
(a) PAN No.
PAN as per the Indian Income Tax requirements shall be submitted, failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at source as per the provisions
of the Indian Income Tax Act/Rules and the same shall be deducted from the payment made to
supplier/contractor/consultant.
The above shall be furnished before release of any payment or within one month of the release of Order, whichever is
earlier. In case of failure to submit the above information, any additional tax liability on Owner, will be deducted from the
payment due to the contractor.
The tenderer shall visit the site and acquaint himself fully of the site and no claims whatsoever will be entertained on the
plea of ignorance or difficulties involved in execution of work or carriage of materials.
12 TIME SCHEDULE :
The time period allowed for carrying out the job shall be as shown in tender document. Request for revision for time
schedule after tenders are opened will not be received for consideration.
The successful tenderer shall be required to execute an agreement in the proforma attached with tender enquiry within a
period of one month of the receipt by him of the notification of acceptance of tender. The payment will not be processed
till the time the agreement is executed.
14 A FIELD MANAGEMENT:
The field management will be the responsibility of the Engineer-in-Charge, who will be nominated by the Owner. The
Engineer-in-Charge may also authorize his representatives to perform his duties and functions.
Coordination of Work - The Engineer-in-Charge shall coordinate the work of various agencies engaged at site to ensure
minimum disruption of work carried out by different agencies. It shall be the responsibility of the contractor to plan and
execute strictly in accordance with the site instructions to avoid hindrance to the works being executed by other
agencies.
No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or Administrative duties in an
Engineering Department of the States/Central Government or of the Owner is allowed to work as a Contractor for a
period of two years after his retirement from Government service or from the employment of the Owner without the
previous permission of the Owner. The contract, if awarded, is liable to be cancelled if either the contractor or any of his
employees is found at any time to be such a person, who had not obtained the permission of the State/ Central
Government, or of the Owner as aforesaid before submission of tender, or engagement in the Contractor’s service as the
case may be.
11
15.1 Except if and to the extent otherwise provided by the Contract, the provisions of the General Conditions of Contract
and special conditions shall prevail over those of any other documents forming part of the contract. Several
documents forming the contract are to be taken as mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract or any of the matter may be referred to Engineer-in-Charge, who
shall give his decisions and issue to the Contractor instructions directing in what manner the work is to be carried
out. The decision of the Engineer-in-Charge shall be final and conclusive and the contractor shall carry out work in
accordance with this decision.
15.2 Works shown upon the drawing but not mentioned in the specifications or described in the specification without
being shown on the drawings shall nevertheless be held to be included in the same manner as if they had been
specifically shown upon the drawings and described in the specifications.
15.3 Headings and marginal notes to the clauses of these General Conditions of Contract or to specifications or to any
other tender document are solely for the purpose of giving a concise indication and not a summary of the content
thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof of
the Contract.
15.4 Singular and Plural:
In these contract documents unless otherwise stated specifically, the singular shall include the plural and vice-versa
wherever the context so requires. Words indicating persons shall include relevant incorporated companies/
registered as associations/ body of individual/ firm or partnership.
16.1 Special Conditions of contract shall be read in conjunction with the General Conditions of Contracts, specification of
work, Drawings and any other documents forming part of this contract wherever the context so requires.
16.2 Notwithstanding the sub-division of the documents into these separate sections and volumes every part of each
shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the
contract so far as it may be practicable to do so.
16.3 Where any portion of the General Conditions of Contract is repugnant to or at variance with any provisions of the
Special Conditions of Contract then, unless a different intention appears the provisions of the Special Conditions of
Contract shall be deemed to over-ride the provision of the General Conditions of Contract and shall to the extent of
such repugnance or variations, prevail.
16.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities, it is understood that the contractor shall do so at his own cost.
16.5 The materials, designs and workmanship shall satisfy the relevant Indian Standards, the Job specifications
contained herein and codes referred to. Where the job specifications stipulate requirements in addition to those
contained in the standard codes and specifications, these additional requirements shall also be satisfied.
The contractor in fixing rate shall for all purposes whatsoever be deemed to have him self independently obtained
all necessary information for the purpose of preparing his tender. The contractor shall be deemed to have examined
the Contract Documents, to have generally obtained his own information in all matters whatsoever that might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any
error description of quantity or omission there from shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawing and specifications at the scheduled rates. He is
deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour
involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be
the defects, omissions or errors that may be found in the Contract Documents. The Contractor shall be deemed to
have visited surrounding to have satisfied himself to the nature of all existing structures, if any, and also as to the
nature and the conditions of the Railways, roads, bridges and culverts means of transport and communications,
whether by land, water or air, and as to possible interruptions thereto and the access to and regress from the site, to
have made enquiries, examined and satisfied himself as to the sites for obtaining sand, stones, bricks and other
materials, the sites for disposal of surplus materials the available accommodation as to whatever required, depots
and such other building as may be necessary for executing and completing the works, to have made local
independent enquiries as to the sub-soil water and variations thereof, storms, prevailing winds, climate conditions
and all other similar matters affecting these works. He is deemed to have acquainted himself as to his liability for
payment of Government taxes, customs duty and other charges.
Any neglect or failure on the part of the Contractor in obtaining necessary and reliable information upon the
foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire
responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract
documents.
12
18.1 To ensure performance of the contract and due discharge of the contractual obligations, the successful contractor
will have to provide security deposit of 10% of the contract value within 30 days of receipt by him of the
notifications of acceptance of tender unless otherwise specified in the Special Conditions of Contract.
This Security deposit may be furnished in the form of an Account payee Demand Draft payable to BPCL or Bank
Guarantee in the prescribed format. The contractor shall have the option to adjust any Earnest Money Deposit-
(EMD), if paid in forms other than Bank Guarantee, towards security deposit if he so desires.
In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and
remain in force till the completion of contractual completion period, defect liability period (if applicable) plus a claim
period of 3 months. The Bank Guarantee shall be in the form prescribed (Annexure 2).
The security deposit will be retained till the successful completion of the work and thereafter till the expiry of the
defect liability period (refer clause-72), if applicable. This retention money/Bank guarantee held shall be released
after the expiry of the defect liability period provided that any defects appearing during that period are corrected by
the contractor and subject to Clause 18.2 below.
If the Contract Value is in more than one currency, the Security deposit shall also be in multiple currencies
amounting to 10% for each currency of awarded contract.
In the case of value/rate/quantity contracts, the security deposit shall be based on individual release orders issued.
In case of LSTK (Lump Sum Turnkey Contracts) / EPC: Performance Bank Guarantee (PBG ) @ 10% within 15 days
of notification of award. In case of Annual Rate Contracts (ARCs): Submission of PBG @ 10% of total Contract
Value (TCV) or submission of initial security deposit @ 2.5% of TCV within 15 days of notification of award. In
cases where only 2.5% of TCV has been submitted, 7.5% of individual release order shall be subsequently
deducted from RA bills.
Vendors/contractors shall be asked to submit the Security deposit within 15 days from the date of notification of
award and in the event of delay in submission of Security Deposit, the contract can be terminated. However, if
termination of contract is not in the interest of the work/ BPCL, an additional time up to 30 days can be allowed for
submission of Security deposit, beyond which the contract may be terminated with subsequent actions following
termination as per tender/procedure.
Performance Bank Guarantee shall be obtained from vendors before certifying payment of bill against the relevant Purchase
Order in place of deduction of Retention Money from bills. Such Performance Bank Guarantee can be for 10% of the contract
value for Performance Guarantee Period, upfront, or for 10% value of each running bill valid for the Performance Guarantee
period.
18.2 If the contractor/ sub-contractor or their employees shall break, deface or destroy any property belonging to the
Owner or other agency during the execution of the contract, the same shall be made good by the Contractor at his
own expenses and in default thereof, the Engineer-in-Charge may cause the same to be made good by other
agencies and recover expenses from the contractor (for which the certificate of the Engineer-in-Charge shall be
final). These expenses can be recovered from the security deposit/retention money if recovery from other sources
is not possible.
18.3 All compensation or other sums of money payable by the contractor to the Owner under terms of this contract may
be deducted from his security deposit/retention money or from any sums which may be or may become due to the
contractor by the Owner on any account whatsoever and in the event of his security deposit/retention money being
reduced by reasons of any such deductions. The contractor shall within ten days thereafter make good any sum or
sums, which may have been deducted from his security Deposit/retention money. No interest shall be payable by
the Owner from sum deposited as security deposit/retention money.
18.4 The security deposit shall be held by the Owner, as security for the due performance of the Contractor’s
obligations under the contract, provided that nothing herein stated shall make it incumbent upon the Owner to
utilize the security deposit/retention money in preference to any other remedy which the Owner may have, nor
shall be construed as confining the claims of the Owner against the contractor to the quantum of the Security
Deposit/retention money.
18.5 The Bank guarantee if submitted shall be from any Indian scheduled bank or an international bank of repute having
13
19 TIME OF PERFORMANCE:
19.1 The work covered by this contract shall be commenced as detailed in the purchase order or as per the instructions
of the Engineer in charge and be completed in stages on or before the dates as mentioned in the time schedule of
completion of work. The contractor should bear in mind that time is the essence of this agreement unless such
time be extended pursuant to the provision of clause No. 21. Request for revision of Completion time after tenders
are opened will not receive consideration.
19.2 Time Schedule of Completion: The general time schedule of completion is given in the tender document. Contractor
should prepare a detailed monthly and weekly execution programme, jointly with the Engineer-in-Charge within two
weeks of receipt of Letter of Intent or acceptance of tender. The work shall be executed strictly as per the time
schedule given in this document. The period of completion given includes the time required for testing, rectifications,
if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.
(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war,
rebellion, revolution, insurrection of military or usurped power;
(c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste
from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any
explosive assembly or nuclear component;
(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but
excluding weather conditions regardless of severity; and
(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-
wide level in any country where Works are performed, and which affect an essential portion of the Works
but excluding any industrial dispute which is specific to the performance of the Works or the Contract.
For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other
than due to a nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure
event.
Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to have become
aware of the occurrence of an event of Force Majeure giving full particulars of the event of Force Majeure
and the reasons for the event of Force Majeure preventing the Affected Party from, or delaying the
Affected Party in performing its obligations under the Contract.
If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty
days) or more in a continuous period of 365 (three hundred sixty five) days after notice has been given
under this clause, either Party may terminate the Contract by issuing a written notice of 30 (thirty) days
to the other Party.
The Contract Price attributable to the Works performed as at the date of the commencement of the
relevant event of Force Majeure.
a) Any costs, losses, expenses, damages or the payment of any part of the Contract Price during an
event of Force Majeure; and
b) Any delay costs in any way incurred by the Contractor due to an event of Force Majeure.
Time extension for such cases will be worked out appropriately.
14
If the contractor shall desire an extension of the time for completion of the work on the grounds of his having been
unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Engineer-in-Charge
within two weeks of the date of hindrance on account of which he desires such extension as aforesaid, and the
Engineer-in-Charge shall if in his opinion (which shall be final), reasonable grounds have been shown thereof,
authorize such extension of time as may in his opinion be necessary or proper.
In the event of extension of Time of the contract, if granted, the contractor shall be required to suitably extend the
period of Bank Guarantee if submitted, towards security Deposit/retention money suitably.
22.1 Time is the essence of the contract. In case the contractor fails to complete the whole work within the stipulated
period, he shall be liable to pay liquidated damages of 0.5% of the value of contract per week and or part thereof of
the delay subject to a maximum of 5% of the value of the contract. The parties agree that this is a genuine pre-
estimate of the loss/damage which will be suffered by the owner on account of delay on the part of the contractor
and the said amount will be payable on demand without there being any proof of the actual loss or damages having
been caused by such delay/breach. The owner shall be at liberty to adjust or deduct the said amount of liquidated
damages from any amount due to the contractor including Security Deposit.
22.2 The owner shall be at liberty to deduct or retain from any amount payable to the contractor periodically, the
proportionate or full amount of liquidated damages as the case may be for the delay periodically caused by the
contractor.
22.3 GST is applicable on LD amount, and that GST shall be collected in addition to
LD amount as per applicable rate at the time of deduction of LD
23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS:
All sums payable by way of compensation under any of the conditions shall be considered as reasonable
compensation without reference to the actual loss or damage, which shall have been sustained by the Owner.
24 TERMINATION/OFFLOADING:
24.1 The contractor fully understands that timely completion of the work as per the schedule is of paramount necessity
as otherwise it would lead to adversely affecting the schedules of other works/project with resultant financial and
other losses to the Company/owner. In view of this, the contractor unconditionally agrees and binds himself to be
liable for all the consequences for non-completion of the work within the stipulated time.
24.2 In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any part of
the work for any reason whatsoever, the Company/owner shall have the liberty and right to entrust/engage/award
the work so terminated/off loaded at the risk and cost of the contractor to any other agency/contractor by adopting
any mode of inviting tenders, i.e. open/limited/single party/negotiation basis etc. in order to ensure completion of the
work as per the schedule or at the quickest possible time.
15
In any case in which, under any clause or clauses of this contract, the contractor shall have forfeited the whole of
his security deposit (whether paid in one sum or deducted by installment) or have committed a breach of any of the
terms contained in this contract the owner shall have power to adopt any of the following courses as he may deem
best suited to his interest.
a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the owner
shall be conclusive evidence) in which case the security deposit of the contractor shall stand forfeited and
be absolutely at the disposal of the Owner.
b) To employ labour paid by the owner and to supply materials to carry out the work any part of the work,
debiting contractor with the labour cost of tools and plants and equipment charges, the cost of the
materials for which a certificate of the Engineer-in-Charge shall be final and conclusive against the
Contractor and 10% of costs as above to cover all departmental charges and crediting him with the value
of the work done in all respects in the manner and at the same rates as if it had been carried out by the
Contractor under the term of his contract. The certificate of Engineer-in-Charge as to the value of the
work done shall be final and conclusive against the contractor.
c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his
hand to give it to another contractor to complete in which case any expenses which may be incurred in
excess of the sum which would have been paid to the original contractor, if the whole work had been
executed by him (of the amount of which excess, the certificate in writing of the Engineer-in-Charge shall
be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any
money due to him by the Owner under the contract or otherwise or from his security deposit or from the
proceeds of sale thereof, of a sufficient part thereof.
In the event of any of the above course being adopted by the Owner, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his having purchased or procured any materials
or entered into any agreements or made any advances on account of or with a view to the execution of
the work of the performance of the contract. In case the Contractor shall not be entitled to recover or be
paid any sum for any work actually performed under this contract unless the Engineer-in-Charge will
certify in writing the performance of such work and the value payable in respect thereof and he shall only
be entitled to be paid the value so certified.
27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE 26:
In any case in which any of the powers conferred upon the owner by clause 26 thereof shall have become
exercisable and the same had not been exercised, the non exercise thereof shall not constitute a waiver of any of
the conditions hereof and such powers shall notwithstanding be exercised in the event of any further case of default
by the contractor for which any clause hereof he is declared liable to pay compensation amounting to the whole of
his security deposit and the liability of the contractor for past and future compensation shall remain unaffected. In
the event of the Owner putting in force the power under sub-clause (a), (b) or (c) of clause 26 vested in him under
the proceeding clause he may, if he so desires takes possession of all or any tools and plants materials and stores
in or upon the works or the site thereof belonging to the contractor or procured by him and intended to be used for
the execution of the work or any part thereof paying or allowing for the same in account at the contract rates or in
case of these not being applicable at current market rates to be certified by the Engineer-in-Charge whose
certificate thereof shall be final otherwise the Engineer-in-Charge may give notice in writing to the contractor or his
clerk of the works, supervisor or other authorized agent, requiring him to remove such tools, plant, materials or
stores from the premises (within a time to be specified in such notice) and in the event of the contractor failing to
comply with any such requisition, the Engineer-in-Charge may remove them at the contractors expense or sell them
by auction or private sale on account of the contractor and at his risk in, all respects without any further notice as to
the date, time or place of sale and the certificate of the Engineer-in-Charge as to the expense of any such removal
and the amount of proceeds and any expenses of any such sale shall be final and conclusive against the
contractor.
If at any time from the commencement of the work the owner shall for any reasons whatsoever, not require the
whole or part thereof as specified in the tender to be carried out, the Engineer-in-Charge shall give notice in writing
of the fact to the contractor, who shall have no claim to any payment or compensation whatsoever on account of
any profit or advantage which he might have derived from the execution of the work in full, but which he did not
derive in consequence of the full amount of the work not having been carried out, neither shall he have any claim
for compensation by reason of any alterations having been made in the original specifications, drawings, designs
and instructions which shall involve any curtailment of the work as originally contemplated.
16
The Contractor, whether an individual, Proprietary Concern, Hindu Undivided Family, Partnership Firm, Private
Limited Company or Public Limited Company, shall not make any change(s) in its constitution, by transfer of
substantial shareholding or of management (in case of a company) or by addition or deletion of Partners, change in
the terms of Partnership, or make any other material change(s) without prior approval of Owner. Any such
unauthorized change shall attract the provisions of clause 35 hereof.
Without prejudice to any of the rights or remedies under his contract, if the contractor (if an individual) dies, the
Owner shall have the option of terminating the contract without compensation to the contractor.
No director or official or employee of the Owner shall in any way be personally bound or liable for the acts or
obligations of the Owner under the contract or answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein contained.
The contractor shall not be entitled to any increase on the item rates of the contract or any other right or claim
whatsoever by reason of representation, explanation or statement or alleged representation, promise or guarantees
given or alleged to have been given to him by any person.
The contractor shall provide and maintain an office at the site, if space provided by the owner, for the
accommodation of his agent and staff and such office shall be open at all reasonable hours to receive instruction,
notices, or other communications.
34.1 The contractor, on or after award of the work shall name and depute a qualified personnel having
sufficient experience in carrying out work of similar nature to whom the equipments materials, if any, shall
be issued and instructions for works given. The contractor shall also provide to the satisfaction of the
Engineer-in-Charge sufficient and qualified staff to supervise the execution of the-works, competent sub-
agents, supervisor and leading hands including those specially qualified by previous experience to
supervise the type of works comprised in the contract in such manner as will ensure work of the best
quality, expeditious working. Whenever in the opinion of the Engineer-in-Charge, additional properly
qualified supervision staff is considered necessary, they shall be employed by the contractor without
additional charges on account thereof. The Contractor shall ensure to the satisfaction of the Engineer-in-
Charge that sub-contractors, if any shall provide competent and efficient supervision over the work
entrusted to them.
34.2 If and whenever any of the Contractor’s or sub-contractor’s agents, sub-agents, assistants supervisor or
other employees shall in the opinion of Engineer-in-Charge be guilty of any misconduct or be incompetent
or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the owner
or Engineer-in-Charge, it is undesirable for administrative or any other reason for such person or persons
to be employed in the works, the contractor, if so directed by the Engineer-in-Charge, shall at once
remove such person or persons from employment thereon. Any person or persons so removed from the
works shall not again be employed in connection with the works without the written permission of the
Engineer-in-Charge. Any person so removed from the works shall be immediately replaced at the
expense of the contractor by a qualified and competent substitute. Should the contractor be requested to
repatriate any person removed from the works he shall do so and shall bear all costs in connection
herewith.
34.3 The contractor shall be responsible for the proper behaviour of all the staff, supervisor, workmen and
others and shall exercise a proper degree of control over them and in particular, and without prejudice to
the said generality, the contractor shall be bound to prohibit and prevent any employees from trespassing
or acting in any way detrimental or prejudicial to the interest of the community or of the properties or
occupiers of land and properties in the neighborhood and in the event of such employee so trespassing,
the contractor shall be responsible therefore and relieve the Owner of all consequent claims or actions for
damages or injury or any other grounds whatsoever. The decision of the Engineer-in-Charge upon any
matter arising under this clause shall be final. Contractor shall ensure that none of their employees are
ever engaged in any anti-national activities.
34.4 All contractor’s personnel entering upon the Owner’s premises shall be properly identified by badges
issued by owner which must be worn all times on Owner’s premises.
17
Sub letting of contracts shall not be generally permitted. However owner may permit sub letting of work on specific
cases subject to the following:-
i) No part of the contract nor any share of interest there shall in any manner or degree be transferred assigned
sublet by the contractor directly or indirectly to any firm or corporation whosoever except as provided for in the
succeeding sub-clause, without the consent in writing of the Owner.
ii) Sub Contractors for Temporary Works Etc.:- The Owner may give written consent to sub-contract for execution
of any part of the works at the site, being entered into by the contractor provided each individual sub-contract
is submitted to the Engineer-in-Charge before being entered into and is approved by him.
iii) List of Sub-Contractors to be supplied: - At the commencement of every month the contractor shall furnish to
the Engineer-in-Charge list of all sub-contractors or firms engaged by the contractor and working at the site
during the previous month with particulars of the general nature of the sub-contract or works.
iv) Contractor’s Liability Not Limited By Sub-Contractors:- Notwithstanding any sub-letting with such approval as
aforesaid and notwithstanding that the Engineer-in-Charge shall have received copies of any sub-contracts,
the contractor shall be and shall remain solely responsible for the quality and proper and expeditious execution
of the works and the performance of all the conditions of the contract in all respects as if such sub-letting or
sub-contracting had not taken place and as if such work had been done directly by the Contractor.
v) Owner may Terminate Sub-Contracts:- If any sub-contractor engaged upon the works at the site executes any
work which in the opinion of the Engineer-in-Charge is not in accordance with the Contract documents, the
owner may by written notice to the contractor request him to terminate such sub-contract and the contractor
upon the receipt of such notice shall terminate such sub contract and the latter shall forthwith leave the works,
failing which the owner shall have right to remove such sub-contractors from the Site.
vi) No Remedy For Action Taken Under This Clause:- No action taken by the owner under the clause shall relieve
the contractor of any of his liabilities under the contract or give rise to any right to compensation, extension of
time or otherwise failing which, the owner shall have right to remove such sub-contractors from the Site.
36 POWER OF ENTRY:
If the contractor shall not commence the work in the manner previously described in the contract document or if he
shall, at any time in the opinion of the Engineer-in-Charge.
i. Fail to carry out the works in conformity with the contract documents, or
ii. Fail to carry out the works in accordance with the time schedule, or
iii. Substantially suspend work or the works for a period of Fourteen days without authority from the
Engineer-in-Charge, or
iv. Fail to carryout and execute the works to the satisfactions of the Engineer-in-Charge, or
v. Fail to supply sufficient or suitable constructional equipments, temporary works, labour materials or
things, or
vi. Commit or suffer or permit any other breach of any of the provisions of the contract on his part to be
performed or observed or persist in any of the above mentioned breaches of the contract for the fourteen
days, after notice in writing shall have been given to the Contractor by the Engineer-in-Charge requiring
such breach to be remedied, or
vii. Abandon the works, or
viii. During the continuance of the contract, become bankrupt, make any arrangement or composition with his
creditors, or permit any execution to be levied or go into liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose of amalgamation or reconstruction.
Then in any such case, the Owner shall have the power to enter upon the works and take possession thereof and of
the materials, temporary works, constructional equipment, and stock thereon, and to revoke the contractor’s license
to use the same, and to complete the works, by his agents, other contractor or workmen, or to re-let the same upon
any terms and to such other person firm or corporation as the Owner in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorize the use of any materials, temporary works constructional
equipment, and stock as aforesaid without making payment or allowances to the contractor for the said materials
other than such as may be certified in writing by the Engineer-in-Charge to be reasonable, and without making any
payment or allowance to the contractor for the use of the temporary said works, constructional equipments and
stock or being liable for any loss of damage thereto, and if the Owner shall by reason of his taking possession of the
works or of the works being completed by other contractors (due account being taken of any such extra work or
works which may be omitted) then the amount of such excess as certified by the Engineer-in-Charge shall be
deducted from any money which may be due for work done by the contractor under the contract and not paid for.
Any deficiency shall forthwith be made good and paid to the Owner by the contractor and the Owner shall have
power to sell in such manner and for such price as he may think fit all or any of the constructional equipment,
materials etc. belonging to and to recoup and retain the said deficiency or any part thereof out of the proceeds of
the sale.
Without repugnance to any other condition, it shall be the responsibility of the contractor executing the work, to work
in close co-operation and co-ordinate the works with other contractors or their authorized representatives and
18
The contractor shall conform in all respects with the provisions of any statutory regulations, ordinances or by laws of
any local or duly constituted authorities or public bodies which may be applicable from time to time to the works or
any temporary works. The contractor shall keep the Owner Indemnified against all penalties and liabilities of every
kind arising out of non-adherence to such statutes ordinances, laws, rules, regulations, etc.
The contractor shall have to execute the work in such place and condition where other agencies might also be
engaged for other works such as site grading, filling and leveling, electrical and mechanical engineering works etc.
No claim shall be entertained to works being executed in the above circumstances.
39 NOTICES:
Any notice hereunder may be served on the contractor or his duly authorized representative at the job site or may
be served by registered mail or speed post direct to the address furnished by the Contractor. Proof of issue of any
such notice could be conclusive of the contractor having been duly informed of all contents therein.
i) The Owner reserves the right to distribute the work between more than one contractor. The contractor shall co-
operate and afford other contractors reasonable opportunity for access to the works for the carriage and storage of
materials and execution of their works.
ii) Whenever the work being done by any department of the Owner or by other contractors employed by the Owner
is contingent upon work covered by the contract, the respective rights of the various interests involved shall be
determined by the Engineer-in-Charge to secure the completion of the various portions of the work in general
harmony.
i) Owner shall, at any time be entitled to determine and terminate the contract, if in the opinion of the Owner the
cessation of the work becomes necessary owing to paucity of funds or for any other cause whatsoever, in which
case, the cost of approved materials at the site at current market rates as verified and approved by Engineer-in-
Charge and of the value of the work done to date by the contractor shall be paid for in full at the rates specified in
the contract. A notice in writing from the Owner to the contractor of such determination and termination and the
reason thereof, shall be the conclusive proof of the fact that the contract has been so determined and terminated by
the Owner.
ii) Should the contract be determined under sub-clause (i) of this clause and the contractor claims payments to
compensate expenditure incurred by him in the expectation of completing the whole of the work, the Owner shall
consider and admit such claim as are deemed fair and reasonable and are supported by vouchers to the
satisfaction of the Engineer-in-Charge. The Owner’s decision on the necessity and propriety of any such
expenditure shall be final and conclusive and binding on the contractor.
42.1 The contractor, if licensed under any patent covering equipment, machinery, materials or compositions of matter to
be used or supplied or methods and process to be practiced or employed in the performance of this contract,
agrees to pay all royalties and licence fees which may be due with respect thereto. If any equipment, machinery,
materials or composition matters, to be used or supplied or methods and process to be practised or employed in the
performance of this contract, is covered by a patent under which contractor is not licensed then the contractor
before supplying or using the equipment, machinery, materials, compositions method or processes shall obtain
such licences, and pay such royalties and licence fees as may be necessary for performance of the contract. In the
event, the contractor fails to pay any such royalties or obtain any such licence, any suit for infringement of such
patents which is brought against the contractor or the Owner as a result of such failure will be defended by the
contractor at his own expenses and the contractor will pay any damages and costs awarded in such suit. The
contractor shall promptly notify the owner if the contractor has acquired knowledge of any patent under which a suit
for infringement could be reasonably brought because of the use by the Owner of any equipment, machinery,
materials, and process methods to be supplied hereunder. The contractor agrees to and does hereby grant to
Owner, together with the right to extend the same to any of the subsidiaries of the Owner as irrevocable, royalty-
free licence to use in any country, any invention made by the contractor or his employee in or as a result of the
performance of the work under the contract.
19
42.2 All drawings, blue prints, tracings, reproducible, models, plans, specification and copies thereof, furnished by the
Owner as well as drawings, tracings, reproducible, plans specifications, design, calculations etc. prepared by the
contractor for the purpose of execution of works covered in or connected with this contract shall be the property of
Owner and shall not be used for any other work but are to be delivered to the Owner at the completion of the
contract.
42.3 Where so desired by Engineer-in-Charge, the contractor agrees to respect the secrecy of any document, drawings
etc. issued to him for the execution of this contract, and restrict access to such documents, drawing etc. to the
minimum and further, the contractor agrees to execute an individual SECRECY agreement from each or any person
employed by contractor having access to such documents, drawings and to any other agency or individual, without
the written approval by Engineer-in-Charge.
43 LIENS:
43.1 If, at any time, there should be evidence or any lien or claim for which the Owner might have become liable and
which is chargeable to the contractor, the Owner shall have the right to retain out of any payment then due or
thereafter to become due an amount sufficient to completely indemnify the owner against such lien or claim and if
such lien or claim be valid the Owner may pay and discharge the same and deduct the amount so paid from any
money which may be or may become due and payable to the Contractor. If any lien or claim remain unsettled after
all payments are made, the contractor shall refund or pay to the Owner all moneys that the latter may be compelled
to pay in discharging such lien or claim including all costs and reasonable expenses.
43 2 Contractor will not disclose details of the work to any person or persons except those engaged in its performance, and
only to the extent required for the particular portion of the work being done.
Contractor will not give any items concerning details of the work to the press or a news disseminating agency
without prior written approval from Engineer-in-Charge. Contractor shall not take any pictures on site without written
approval of Engineer-in-Charge
44 OPERATION OF CONTRACT:
Any failure by the Owner or Contractor at any time, or from time to time, to enforce or require the strict keeping and
performance of any of the terms or conditions of this agreement, or to exercise a right hereunder, shall not
constitute a waiver of such terms, conditions or rights, and shall not affect or impair same, or the right of the Owner
or the Contractor, as the case may be at any time to avail itself of same.
20
45 EXECUTION OF WORKS:
45.1 All the works shall be executed in strict conformity with the provisions of the contract documents and with such
explanatory detailed drawings, specifications, and instructions as may be furnished from time to time to the
contractor by the Engineer-in-Charge whether mentioned in the contract or not. The contractor shall be responsible
for ensuring that works throughout are executed in the most substantial, proper and workman like manner with the
quality of material and workmanship in strict accordance with the specifications following all safety requirements of
BPCL and as stipulated in work permits as per the directions and to the entire satisfaction of the Engineer-in-
Charge.
45.2 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities/materials, it is understood that the contractor shall do, so at his cost unless otherwise specified.
45.3 The materials, design and workmanship shall satisfy the relevant Indian Standards, the Job specification contained
herein and codes referred to. Where the job specification stipulate requirements in addition to those contained in
the standards codes and specifications, these additional requirements shall also be satisfied.
The coordination and inspection of the day-to-day work under the contract shall be the responsibility of the
Engineer-in-Charge. The written instructions regarding any particular job will be normally be passed by the
Engineer-in-Charge or his authorized representative. A work order book / logbook will be maintained by the
Contractor for each job in which the aforesaid written instructions will be entered. These will be signed by the
contractor or his authorized representative by way of acknowledgment within 12 hours. The non maintaining of the
order book or non signing by the contractor shall not preclude the contractor from complying with the instructions.
47.1 The completion of the work may entail working in the monsoon also. The contractor must maintain a minimum
labour force as may be required for the job and plan and execute the construction and erection according to the
prescribed schedule. No extra rate will be considered for such work in monsoon.
47.2 During monsoon and other period, it shall be the responsibility of the contractor to keep the construction work site
free from water at his own cost.
For carrying out work on Sundays and Holidays if needed, the contractor will approach the Engineer-in-Charge or
his representative at least two days in advance and obtain permission in writing. No special compensation on this
account will be payable.
21
50.1 Where drawings are attached with tender, these shall be for the general guidance of the contractor to enable him to
visualize the type of work contemplated and scope of work involved. The contractor will be deemed to have studied
the drawings and formed an idea about the work involved.
50.2 Detailed working drawings on the basis of which actual execution of the work is to proceed will be furnished from
time to time during the progress of the work. The contractor shall be deemed to have gone through the drawings
supplied to him thoroughly and carefully and in conjunction with all other connected drawings and bring to the notice
of the Engineer-in-Charge, discrepancies, if any, therein before actually carrying out the work.
50.3 Copies of all detailed working drawings relating to the works shall be kept at the contractor’s office of the site and
shall be made available to the Engineer-in-Charge at any time during the contract. The drawings and other
documents issued by the Owner shall be returned to the Owner on completion of the works. Reference is also
invited to clause 42.2 and 42.3 above regarding drawings and other documents.
51.1 Where drawings/data are to be furnished by the contractor, they shall be as enumerated in the special conditions of
contract, and shall be furnished within the specified time.
51.2 Where approval of drawings before manufacture / construction / fabrication has been specified, it shall be
contractor’s responsibility to have these drawings prepared as per the directions of Engineer-in-Charge and got
approved before proceeding with manufacture construction / fabrication, as the case may be. Any changes that may
have become necessary in these drawings during the execution of the work shall have to be carried out by the
contractor to the satisfaction of Engineer-in-Charge at no extra cost. All final drawings shall bear the certification
stamps duly signed by both the contractor and the Engineer-in-Charge.
51.3 A period of 3 weeks from the date of receipt shall be required normally for approval of drawings by the Engineer-in-
Charge.
52.1 The Engineer-in-Charge shall furnish the contractor with only the four corners of the work site and a level bench
mark and the contractor shall set out the works and shall provide efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.
52.2 The contractor shall provide, fix and be responsible for the maintenance of all stacks, templates, level marks,
profiles and other similar things and shall take all necessary precaution to prevent their removal or disturbance and
shall be responsible for the consequence of such removal or disturbance should the same take place and for their
efficient and timely reinstatement. The contractor shall also be responsible for the maintenance of all existing survey
marks, boundary marks, distance marks and centre line marks, either existing or supplied and fixed by the
contractor. The, work shall be set out to the satisfaction of the Engineer-in-Charge. The approval thereof or joining
in setting out the work shall not relieve the contractor of any of his responsibilities.
52.3 Before beginning the works, the contractor shall at his own cost, provide all necessary reference and level posts,
pegs, bamboos, flags, ranging rods, strings and other materials for proper layout of the work in accordance with the
scheme, for bearing marks acceptable to the Engineer-in-Charge. The centre, longitudinal or face lines and cross
lines shall be marked by means of small masonry pillars. Each pillar shall have distinct marks at the centre to
enable theodolite to be set over it. No work shall be started until all these points are checked and approved by the
Engineer-in-Charge in writing but such approval shall not relieve the contractor of any of his responsibilities. The
contractor shall also provide all labour, material and other facilities, as necessary, for the proper checking of layout
and inspection of the points during construction.
52.4 Pillars bearing geodetic marks located at the site of work under construction should be protected and fenced by the
contractor.
52.5 On completion of works, the contractor must submit the geodetic documents according to which the work was
carried out.
The contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and
correctness of every part of the work and shall rectify effectually any errors or imperfections therein. Such
rectifications shall be carried out by the contractor, at his own cost, when instructions are issued to that effect by the
Engineer-in-Charge.
54.1 The contractor shall procure and provide the whole of the materials required for construction including tools, tackles,
construction plant and equipment for the completion and maintenance of the works except the materials which will
be issued by Owner and shall make his own arrangement for procuring such materials and for the transport
thereof.. The materials procured by the contractor shall be BPCL approved/specified quality.
54.2 All materials procured should meet the specifications given in the tender document. The Engineer-in-Charge may,
at his discretion, ask for samples and test certificates for any batch of any material procured. Before procuring, the
contractor should get the approval of Engineer-in-Charge for any material to be used for the works.
22
55.1 If the specifications of the work provides for the use of any materials of special description to be supplied from the
Owner’s stores, price for such material to be charged therefore as hereinafter mentioned being so far as practicable
for the convenience of the contractor but not so as in any way to control the meaning or effect of the contract. The
contractor shall be bound to purchase and shall be supplied such materials as are from time to time required to be
used by him for the purpose of the contract only. The sums due from the contractor for the value of the actual
materials supplied by the Owner will be recovered from the running account bill on the basis of the actual
consumption of materials in the work covered and for which the running account bill has been prepared. After the
completion of the works, however, the contractor has to account for the full quantity of materials supplied to him as
per relevant clauses in this document.
55.2 The value of the materials as may be supplied to the contractor by the Owner will be debited to the contractor’s
account at the rates shown in the schedule of chargeable materials and if they are not entered in the schedule, they
will be debited at cost price, which for the purpose of the contract shall include the cost of carriage and all other
expenses whatsoever such as normal storage supervision charges which shall have been incurred in obtaining the
same at the Owner’s stores. All materials so supplied to the contractor shall remain the absolute property of the
Owner and shall not be removed on any account from the site of the work, and shall be at all times open for
inspection to the Engineer-in-Charge. Any such materials remaining unused at the time of completion or termination
of the contract shall be returned to the Owner’s stores or at a place as directed by the Engineer-in-Charge in
perfectly good condition, at contractor’s cost.
i) Materials specified to be issued by the Owner will be supplied to the contractor by the Owner from his
stores/location. It shall be the responsibility of the contractor to take delivery of the materials and arrange for its
loading, transport and unloading at the site of work at his own cost. The materials shall be issued between the
working hours and as per the rules of the Owner framed from time to time.
ii) The contractor shall bear all incidental charges for the storage and safe custody of materials at site after these
have been issued to him.
iii) Materials specified to be issued by the Owner shall be issued in standard sizes as obtained from the
manufacturer.
iv) The contractor shall construct suitable godown at the site of work for storing the materials safe against damage
by rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the
purpose.
v) It shall be duty of the contractor to inspect the material supplied to him at the time of taking delivery and satisfy
himself that they are in good condition. After the materials have been delivered by the Owner, it shall be the
responsibility of the contractor to keep them in good condition and if the materials are damaged or lost, at any
time, they shall be repaired and/ or replaced by him at his own cost, according to the directions of the Engineer-
in-Charge.
vi) The Owner shall not be liable for delay in supply or non-supply of any materials which the Owner has
undertaken to supply where such failure or delay is due to natural calamities, act of enemies, transport and
procurement difficulties and any circumstances beyond the control of the Owner. In no case, the contractor shall
be entitled to claim any compensation or loss suffered by him on this account.
vii) It shall be the responsibility of the contractor to arrange in time all materials required for the works other than
those to be supplied by the Owner. If, however, in the opinion of the Engineer-in-Charge the execution of the
work is likely to be delayed due to the contractor’s inability to make arrangements for supply of materials which
normally he has to arrange for, the Engineer-in-Charge shall have the right, at his own discretion, to Issue such
materials If available with the Owner or procure the materials from the market or elsewhere and the contractor
will be bound to take such materials at the rates decided by the Engineer-in-Charge. This, however, does not in
any way absolve the contractor from responsibility of making arrangements for the supply of such materials in
part or in full, should such a situation occur, nor shall this, constitute a reason for the delay in the execution of
the work.
viii) None of the materials supplied to the contractor will be utilized by the contractor for manufacturing item, which
can be obtained from standard manufacturer in finished form.
ix) The contractor shall, if desired by the Engineer-in-Charge, be required to execute an indemnity bond for safe
custody and accounting of all materials issued by the Owner.
x) The contractor shall furnish to the Engineer-in-Charge sufficiently in advance a statement showing his
requirements of the quantities of the materials to be supplied by the Owner and the time when the same will be
required by him for the works, so as to enable the Engineer-in-Charge to make necessary arrangement for
procurement and supply of the material.
xi) A daily account of the materials issued by the Owner shall be maintained by the contractor indicating the daily
receipt, consumption and balance in hand. This account shall be maintained in a manner prescribed by the
Engineer-in-Charge along with all connected papers viz. requisition, issues etc. and shall be always available
for inspection in the contractor’s office at site.
23
Notwithstanding anything contained to the contrary in any or all the clause of this document where any materials for
the execution of the contract are procured with the assistance of Owner either by issue from Owner’s stock or
purchase made under orders or permits or licences issued by Government, the contractor shall hold the said
materials as trustee for the Owner and use such materials economically and solely for the purpose of the contract
and not dispose them off without the permission of the owner and return, if required by the Engineer-in-Charge, all
surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination
for any reason, whatsoever on his being paid or credited such prices as the Engineer in-Charge shall determine
having due regard to the condition of the materials. The price allowed to the contractor however, shall not exceed
the amount charged to him excluding the storage charges if any. The decision of the Engineer-in-Charge shall be
final and conclusive in such matters. In the event of breach of the aforesaid condition, the contractor shall in terms
of the licenses or permits, and/or for criminal breach of trust, be liable to compensate the Owner a double rate or
high rate, in the event of those materials at that time having higher rate or not being available in the market, then
any other rate to be determined by the Engineer-in-Charge and his decision shall be final and conclusive.
If the contractor in the course of execution of the work is called upon to dismantle any part for reasons other than
those stipulated in clauses 64 & 68 hereunder, the materials obtained in the work of dismantling etc. will be
considered as the Owner’s property and will be disposed off to the best advantage of the Owner.
All gold, silver and other materials, of any description and all precious stones, coins, treasure relies, antiquities and
other similar things which shall be found in, under or upon the site, shall be property of the Owner and the
contractor shall duly preserve the same to the satisfaction of the Engineer-in-Charge and shall from time to time
deliver the same to such person or person indicated by the Owner.
Should any discrepancy occur between the various instructions furnished to the contractor, his agents or staff or
any doubt, arise as to the meaning of any such instructions or should there be any misunderstanding between the
contractor’s staff and the Engineer-in-Charge’s staff, the contractor shall refer the matter immediately in writing to
the Engineer-in-Charge whose decision thereon shall be final and conclusive and no claim for losses alleged to
have been caused by such discrepancies between instructions, or doubts, or misunderstanding shall in any event
be admissible.
A) The Engineer-in-Charge shall have power to make any alterations in, omissions from, additions to of
substitutions for, the schedule of rates, the original specifications, drawings, designs and instructions that may
appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to
carry out such altered / extra / new items of work in accordance with any instructions which may be given to him
in writing signed by the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall not
invalidate the contract and any altered additional or substituted work which the contractor may be directed to do
in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in
all respect on which he agree to do the main work. The time for completion of work may be extended for the part
of the particular job at the discretions of the Engineer-in-Charge, for only such alteration, additions or
substitutions of the work, as he may consider as just and reasonable. The rates for such additional, altered or
substituted work under this clause shall be worked out in accordance with the following provisions:
a) If the rates for the additional, altered or substituted work are specified in the contract for the work, the
contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in
the contract.
b) If the rates for the additional, altered or substituted work are not specifically provided in the contract for the
work, the rates will be derived from the rates for similar class of works as specified in the contract for the work.
The opinion of the Engineer-in-Charge as to whether the rates can be reasonably so derived from items in the
contracts will be final and binding on the contractor.
c) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-
clause (a) and (b) above, then the contractor shall inform the Engineer-in-Charge of the rate which is his
intension to charge for such class of work supported by analysis of the rate or rates claimed, and the
Engineer-in-Charge shall determine the rates on the basis of the prevailing market rates of materials, labour
24
In case of any class of work for which there is no such specification given by the Owner in the tender documents,
such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard
Specifications do not cover the same the work should be carried out as per standard Engineering Practice subject
to the approval of the Engineer-in-Charge.
The contractor is expected to quote rate for each item after analysis of cost involved for the completion of item/work,
considering all specifications and conditions of contract. This will avoid loss of profit or gain, in case of curtailment
or change of specification for any item. In case it is noticed that the rates for any item, quoted by the tenderer are
unusually high or unusually low (i.e. in case of variation plus or minus 25% between tendered rates and estimates),
it will be sufficient cause for the rejection of the tender unless the Owner is convinced about the reasonableness of
the rates on scrutiny of the analysis for such rate to be furnished by the tenderer on demand.
64 INSPECTION OF WORK:
64.1 The Engineer-in-Charge will have full power and authority to inspect the works at any time wherever in progress
either on the Site or at the contractor’s premises / workshop where situated premises /workshops of any person,
firm or corporation where work in connect with the contract may be in hand or where materials are being or are to
be supplied, and the contractor shall afford or procure for the Engineer-in-Charge every facility and assistance to
carry out such Inspection. The contractor shall at all time during the usual working hours and at all other time for
which reasonable notice of the intention of the Engineer in-Charge or his representative to visit the works have
been given to the contractor, either himself be present to receive order and instructions or post a responsible agent
duly accredited in writing for the purpose. Orders given to the contractor’s agent shall be considered to have the
same force as if they had been given to the contractor himself. The contractor shall give not less than seven days,
notice in writing to the Engineer-in-Charge before covering up or placing any work beyond reach of inspection and
measurement any work in order that the same may be inspected and measured. In the event of breach of above
the same shall be uncovered at contractor’s expense carrying out such measurement or inspection.
64.2 No materials shall be dispatched by the contractor before obtaining the approval of Engineer-in-Charge in writing.
The contractor is to provide at all times during the progress of the work and the maintenance period, proper means
of access with ladders, gangways, etc. and the necessary attendance to move and adopt as directed for inspection
or measurement of the works by the Engineer- in-Charge.
The contractor shall make available to the Engineer-in-Charge, free of cost necessary instruments and assistance
in checking of setting out of works and taking measurement of work.
66.1 All workmanship shall be of the respective kinds described in the contract documents and in accordance with the
instructions of the Engineer-in-Charge and shall be subjected from time to time to such test at contractor’s cost as
the Engineer-in-Charge may direct at place of manufacture or fabrication or on the site or at all or any such places.
The contractor shall provide assistance, instruments, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be selected and required by the Engineer-in-Charge.
66.2 All the tests necessary in connection with the execution of the work as decided by Engineer-in-Charge shall be
carried out at the field testing laboratory of the Owner by paying the charges as decided by the Owner from time to
time. In case of non-availability of test facility with the Owner, the required test shall be carried out at the cost of
contractor at government or any other testing laboratory as directed by Engineer-in-Charge.
25
67. SAMPLES:
The contractor shall furnish to the Engineer-in-Charge for approval when requested or if required by the
specifications, adequate samples of all materials and finishes to be used in the work. Such samples shall be
submitted before the work is commenced and in ample time to permit tests and examinations thereof. All materials
furnished and finishing applied in actual work shall be fully identical to the approval samples.
If it shall appear to the Engineer-in-Charge that any work has been executed with unsound, imperfect or unskilled
workmanship or with materials of any inferior description, or that any materials or articles provided by the contractor
for the execution of the work are unsound or of a quality inferior to that contracted for, or otherwise not in
accordance with the contract, the contractor shall on demand in writing from the Engineer-in-Charge or his
authorised representative, specifying the work, materials or articles complained of, notwithstanding that the same
have been inadvertently passed, certified and paid for forthwith shall rectify or remove and reconstruct the works
specified and provide other proper and suitable materials or articles at his own charge and cost, and in the event of
failure to do so within a period to be specified by the Engineer-in-Charge in his demand aforesaid, the contractor
shall be liable to pay compensation at the rate of one percentage of the estimated cost of the whole work, for every
week limited to a maximum of 10 per cent of the estimated cost of the whole work, while his failure to do so shall
continue and in the case of any such failure the Engineer-in-Charge may on expiry of notice period rectify or remove
and re-execute the work or remove and replace with others, the materials or articles complained of as the case may
be at the risk and expenses of the contractors in all respects. The decision of the Engineer-in-Charge as to any
question arising under this clause shall be final and conclusive.
The contractor shall, if ordered in writing by the Engineer-in-Charge or his representative, temporarily suspend the
works or any part thereof for such period and such time as so ordered and shall not, after receiving such written
order, proceed with the work therein ordered to be suspended, until he shall have received a written order to
proceed therewith. The contractor shall not be entitled to claim/ compensation for any loss or damage sustained by
him by reason of temporary suspension of the works aforesaid. An extension of time for completion, corresponding
with the delay caused by any such suspension of the works as aforesaid will be granted to the contractor, should
he apply for the same, provided that suspension was not consequent to any default or failure on the part of the
contractor.
Upon failure of the contractor to comply with any instructions given in accordance with the provisions of the
contract, the owner has the alternative right, instead of assuming charge for entire work to place additional labour
force, tools, equipments and materials on such parts of the work, as the owner may designate or also engage
another contractor to carry out the work. In such cases, the owner shall deduct from the amount which otherwise
might become due to the contractor, the cost of such work and materials with ten percent added to cover all
departmental charges and should the total amount thereof exceed the amount due to the contractor, the contractor
shall pay the difference to the owner.
The Engineer-in-Charge shall have the right to take possession of or use any completed or partially completed work
or part of the work. Such possessions or use shall not be deemed to be an acceptance of any work completed in
accordance with the contract agreement. If such prior possession or use by the Engineer-in-Charge delays the
progress of work, suitable adjustment in the time of completion will made and contract agreement shall be deemed
to be modified accordingly.
72.1 The contractor shall guarantee the installation/site work for a period of - 12 (twelve) Months from the date of
completion of work, unless otherwise specified. Any damage that may lie undiscovered at the time of issue of
completion certificate, connected in any way with the equipment or materials supplied by him or in the workmanship
shall be rectified or replaced by the contractor at his own expense as deemed necessary by the Engineer-in-
Charge or in default, the Engineer-in-Charge may cause the same made good by other workmen and deduct
expenses (for which the certificate of Engineer-in-Charge shall be final) from any sums that may be then or at any
time thereafter, become due to the contractor or from his security deposit.
26
27
a) Decide that any work done or materials used by the contractor or any sub-contractor is defective or not in
accordance with the contract or that the works or any portion thereof are defective or do not fulfill the
requirements of contract (all such matters being herein after called ‘Defects’ in this clause) and
b) As soon as reasonably practicable, notice given to the contractor in writing of the said decisions specifying
particulars of the defects alleged to exist or to have occurred, then the contractor shall at his own expenses
and with all speed make good the defects so specified.
In the case contractor shall fail to do so, the Owner may take, at the cost of the contractor, such steps as may in all
circumstances, be reasonable to make good such defects. The expenditure, so incurred by the Owner shall be
recovered from the amount due to the contractor. The decision of the Engineer-in-Charge with regard to the
amount be recovered from the contractor will be final and binding on the contractor. As soon as the works have
been completed in accordance with the contract (except in minor respects that do not affect their use for the
purpose for which they are intended and except for maintenance thereof provided in clause 72.1) and have passed
the tests on completion, the Engineer-in-Charge shall issue a certificate (hereinafter called completion certificate) in
which he shall certify the date on which the work have been so completed and have passed the said tests and the
Owner shall be deemed to have taken over the works on the date so certified. If the works have been divided into
various groups in the contract, the Owner shall be entitled to take over any group or groups before the other or
others and thereupon the Engineer-in-Charge shall issue a completion certificate which will however, be for such
group or groups as taken over only.
72.6 The Security Deposit/retention money deducted / furnished as per clause 18 of GCC shall be retained for the period
of liability as given in clause 72.1 above. This Retention amount or Bank Guarantee furnished against Security
Deposit/retention money shall be released only on expiry of the period of liability and also based on the certification
of the Engineer-in-charge that no defect/damage has been reported / observed during the stipulated period of
liability for the contract.
72.7 Performance of contractor shall be evaluated on each job by Engineer-in-Charge and recorded. The format given
below is only indicative of major parameters on which performance will be evaluated. However, the detailed
contractor performance monitoring format prevailing at the time of evaluation of contractor performance will be
used. Review of performance will be carried out at appropriate intervals by BPCL.
28
Date... .................
JOB : ...................................................................................................................................................................
CONTRACTOR : ..................................................................................................................................................
CONTRACT NO. & DATE .....................................................................................................................................
DATE OF START : .................................................... DATE OF COMPLETION: ...................................................
PARAMETERS REMARKS
Resource Mobilisation
Quality consciousness
Safety awareness
Concern for Housekeeping
ENGINEER-IN-CHARGE
NAME
DESIGNATION
29
i) Contractor’s Remuneration
The price to be paid by the Owner to contractor for the whole of the work to be done and the performance of all the
obligations undertaken by the contractor under the contract documents shall be ascertained by the application of
the respective item rates (the inclusive nature of which is more particularly defined by way of application but not of
limitation, with the succeeding sub-clause of this clause) and payment to be made accordingly for the work actually
executed and approved by the Engineer-in-Charge. The sum so ascertained shall (excepting only as and to the
extent expressly provided herein) constitute the sole and inclusive remuneration of the contractor under the
contract and no further payment whatsoever shall be or become due or payable to the contractor under the
contract.
No claim or exemption or reduction of customs duties, excise duties, sales tax, quarry or any port dues, transport
charges, stamp duties or Central or States Government or Local Body or Municipal Taxes or duties, taxes or
charges (from or of any other body), whatsoever, will be granted or obtained, all of which expenses shall be
deemed to be included in and covered by the Schedule of Rates. Contractor shall also obtain and pay for all
permits, or other privileges necessary to complete work.
For work under unit rate basis, no alteration will be allowed in the schedule of Rates by reason of work or any part
of them being modified, altered, extended, diminished or omitted. The schedule of Rates are fully Inclusive rates
which have been fixed by the contractor and agreed to the Owner and cannot be altered.
30
i) Measurements:
All measurements shall be in metric system. All the works in progress will be jointly measured by the representative
of the Engineer-in-Charge and the Contractor’s authorised agent progressively. Such measurement will be got
recorded in the measurement book by the Engineer-in-Charge or his authorised representative and signed in token
of acceptance by the contractor or his authorised representative.
For the purpose of taking joint measurement the contractor’s representative shall be bound to be present whenever
required by the Engineer-in-Charge. If, however, he absents for any reason whatsoever the measurement will be
taken by the Engineer-in-Charge or his representative and this will be deemed to be correct and binding on the
contractor.
ii) Billing:
The contractor will submit a bill in approved proforma in duplicate (triplicate in the case of jobs executed through
PMC) to the Engineer-in-Charge of the work giving abstract and detailed measurements for the various items
executed during a month, before the expiry of the 1st week of the succeeding month. The Engineer-in-Charge shall
take or cause to be taken the requisite measurements for the purpose of having the same verified and the claim, as
far as admissible, adjusted, if possible, before the expiry of 10 days from presentation of the bill.
For the items in tender where it includes lumpsum in respect of parts of work, the contractor shall be entitled to
payment in respect of the items at the same rates as are payable under this contract for such items, or if part of the
work in question is not In the opinion of the Engineer-in-Charge capable of measurement of determination, the
owner may at his discretion pay the lumpsum amount entered in the tender or a percentage thereof and the
certificate in writing of the Engineer-in-Charge shall be final and conclusive against the contractor with regards to
any sum or sums payable to him under the provisions of the clause.
All running account payments shall be regarded as payment by way of advance against the final payment only and
not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and
imperfect, or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an
admission of the due performance of the contract, or any part thereof in this respect, or of the accruing of any claim
by the contractor, nor shall it conclude, determine or affect in any way the powers of the Owner under these
conditions or any of them as to the final settlement and the adjustments of the accounts or otherwise, or in any
other way vary or affect the contract.
The final bill shall be submitted by the contractor within one month of the date of physical completion of the work,
and settled immediately but not later than 60 days. Otherwise the Engineer-in charge’s certificate of the
measurement and of total amount payable for the work accordingly shall be final and binding on all parties. The final
bill shall be presented by the contractor along with ‘No claim certificate’ in a format acceptable to the owner or such
other documents as directed by the owner.
Should the contractor consider that he is entitled to any extra payment for extra job carried out whatsoever in
respect of the works, he shall forthwith give notice in writing to the Engineer-in-Charge that he claims extra payment
for the extra work. Such notice shall be given to the Engineer-in-Charge within one week from the ordering of any
extra work or happening of any event, upon which the contractor bases such claims, and such notice shall contain
full particulars of the nature of such claim with full details and amount claimed. Failure on part of the contractor to
put forward any claim with the necessary particulars as above within the time above specified shall be an absolute
waiver thereof. No omission by the owner to reject any such claim and no delay in dealing therewith shall be waiver
by the owner of any rights in respect thereof.
Generally no payment shall be made for works estimated to cost less than Rs. 50,000/- till the whole of the work
shall have been completed. But in case of works estimated to cost more than Rs. 50,000/-, the contractor on
submitting the bill thereof shall be entitled to receive a monthly payment proportionate to the part thereof
31
75% payment of the Running Account bill (RA bill) shall be released within 15 calendar days of receipt of RA bill
duly certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of receipt of
RA bill by EIC after detailed scrutiny.
Payment will be made to the contractor normally through NEFT or RTGS mode.
The contractor, after obtaining the completion certificate is eligible to present the final bill for the work executed by
him under the terms of contract.
If the contractor shall fail to comply with the requirements of this clause on or before the date fixed for the
completion of the work, the Engineer-in-Charge may at the expenses of the contractor remove such scaffolding,
surplus materials and rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid, and the
contractor shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale thereof.
80.4. The financial implication of above, if any, should be taken care of in the quoted rates; and no separate claim shall
be entertained on this account. The final bill of the contractor shall be linked with the area cleaning in all respects,
including removal of shuttering material, disposal of debris/scrap etc. to the entire satisfaction of Engineer-in-
Charge.
Upon Expiry of the period of liability and subject to the Engineer-in-Charge being satisfied that the works have been
duly maintained by the contractor during monsoon or such period as herein before provided in clause 72 and that
the contractor has in all respect duly made up any subsidence and performed all his obligations under the contract,
32
Except the final certificate, no other certificate or payments against a certificate or on general account shall be
taken to be an admission by the Owner of the due performance of the contract or any part thereof or occupancy or
validity of any claim by the contractor.
33
The contractor agrees to and does hereby accept full and exclusive liability for the payment of any and all taxes,
duties, octroi etc. now in force or hereafter Imposed, increased or modified, from time to time in respect of work and
materials and all contributions and taxes for unemployment compensation, insurance and old age pensions or
annuities now or hereafter imposed by any Central or State Government authorities which are imposed with respect
to or covered by the wages, salaries, or other compensations paid to the persons employed by the contractor and
the contractor shall be responsible for the compliance with all obligations and restrictions imposed by the Labour
Law or any other law affecting employer - employee relationship and the contractor further agrees to comply and
secure the compliance by all sub-contractors, with all applicable Central, State, Municipal and local laws and
regulations and requirements of any Central, State or Local Government agency or authority. Contractor further
agrees to defend, indemnify and hold harmless from any liability or penalty which may be Imposed by the Central,
State of Local Authority by reason of any violation by contractor or sub-contractor of such laws, regulations or
requirements and also from all claims, suits or proceeding that may be brought against the Owner arising under,
growing out of, or by reason of the work provided for by this contract by third parties, or by Central or State
Government authority or any administrative sub-division thereof.
84. INSURANCE:
Contractor shall at his own expenses carry and maintain insurance with reputable insurance companies to the
satisfaction of the Owner as follows:
34
i) Contractor shall be responsible for making good, to the satisfaction of the Owner any loss of and any
damage to all structures and properties belonging to the Owner or being executed or procured or being
procured by the Owner or of other agencies within the premise all the work of the Owner, if such loss or
damage is due to fault and/or the negligence willful acts or omission of contractor, his employees, agents,
representative or sub-contractor.
ii) The contractor shall indemnify and keep the Owner harmless of all claims for damage to property other
than Owner’s property arising under or by reason of this agreement if such claims results from the fault
and/or negligence or willful acts or omission of contractor, his employees, agents, representatives or sub-
contractors.
35
i) No labour below the age of eighteen years shall be employed on the work.
ii) The contractor shall not pay less than what is provided under the Minimum Wages Act for the applicable
trade or category of workman to the worker engaged by him on the work and also ensure that any sub-
contractors engaged by him also pay not below the applicable minimum wages under the Act and hold
the company, indemnified in respect of any claims that may arise in respect or non-compliance with this
requirements.
iii) The contractor shall observe all the formalities required under the provisions of the contract labour
(Regulation and abolition) Act 1970 and the rules made thereunder and as may be amended from time to
time. He shall pay the required deposit under the Act Appropriate to the number of workmen to be
employed by him or through sub-contractor and get him self registered under the Act. He shall produce
the certificate of registration granted by the Govt. authority under the Act to the company before
commencement of work. The company recognises only the contractor and not his sub-contractors under
the provisions of the Act. The contractor will have to submit daily a list of his employees, who will be
entering the Company’s premises for the work awarded. He will also keep his wage register available at
all times as close to the work site as possible and produce the same for inspection whenever required by
designated Company officials. If the company so desires, a deposit may be taken from the Contractor to
be refunded only after the Company is satisfied that all the workmen employed by the contractor have
been fully paid for the period of work in Company’s premises at least at rates equal to or better than
wages provided for under the Minimum Wages Act.
iv) The Contractor will comply with the provisions of the employee’s Provident Fund Act and the Family
Pension Fund Act as may be applicable and as amended from time to time. Contractor shall obtain their
own provident fund account number. Offer of the contractor who does not have provident fund account
will be liable for rejection.
v) The Contractor will comply with the provisions of the Payment of Gratuity Act 1972 as may be applicable
and as amended from time to time.
The Contractor shall comply with provisions of the Apprentices Act 1961 and the Rules/orders issued thereunder
from time to time. If he fails to do so, his failure will be breach of the contract and the Engineer-in-Charge may, at
his discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of
any violation by him of the provision of the act.
i) The contractor shall indemnity the owner and every member, officer and employee of the Owner, also the
Engineer-in-Charge and his staff against all actions, proceedings, claims, demands, costs, and expenses
whatsoever arising out of or in connection with the matters referred to in clause 84 and all actions/
proceedings, claims, demands, costs and expenses which may be made against the Owner for or in
respect of or arising out of any failure by the contractor in the performance of his obligations under the
contract documents. The Owner shall not be liable for or in respect of any demand or compensation
payable by law in respect of or in consequence of any accident or injury to any workmen or other person
in the employment of the contractor or his sub-contractor and contractor shall indemnify and keep
indemnified the Owner against all such damages and compensations and against all claims, damage,
proceedings, costs, charges and expenses whatsoever, thereof or in relation thereto.
ii) Payment of Claims and Damages:
Should the Owner have to pay any money in respect of such claims or demands as aforesaid the amount
so paid and the costs incurred by the Owner shall be charged to and paid the Contractor and the
contractor shall not be at liberty to dispute or question the rig of the Owner to make such payments
notwithstanding the same may have been made without his consent or authority or in law or otherwise to
the country.
In every case to which by virtue of the provisions of Section 12, sub-section (I) of workmen’s
compensation Act 1923 or other applicable provisions of workmen’s Compensation Act any other Act, the
Owner is obliged to pay compensation to a workmen employed by contractor in execution of the works,
the Owner will recover from the contractor the amount of compensation so paid and without prejudice to
the rights of Owner under Section 12 sub-section (2) of the said Act. Owner shall be at liberty to recover
such amount or any part thereof by deducting it from the security deposit or from any sum due to the
contractor whether under the contract or otherwise. The Owner shall not be bound to contest any clime
made under Section 12, sub-section (I) of the said Act except on the written request of contractor and
upon his giving to the Owner full security for all costs for which the Owner might become liable on
consequence of contesting such claims.
36
b) The Contractor shall advise in writing to all of his employees and the employees of his sub-contractor as
follows:
It is fully understood that your appointment and/ or deployment is only in connection with the work / job
and it does not give you any right of claim for employment by owner.
In respect of all labour directly employed in the works for performance of the contractor’s par this agreement, the
contractor shall comply with or cause to be complied with all the rules and regulations of the local sanitary and other
authorities or as framed by the Owner from time to time for the protection of health and sanitary arrangements for all
workers.
Contractor shall follow guidelines for medical fitness certification of workers employed for working at height more than 30
metres using temporary structures.
i) In respect of all labour, directly or indirectly employed In the work for the performance of contractor’s part of
this agreement, the contractor shall at his own expenses arrange for all safety provisions as per safety codes of
C.P.W.D. Indian Standard Institution, the Electricity Act, The Mines Act and any such other acts as applicable.
ii) The Contractor shall ensure that he, his sub-contractor and his, or their personnel or representatives shall
comply with all Fire / Safety regulations issued from time to time by the Company or otherwise howsoever and
should any injury resulting in death or not or loss / or damage due to Fire to any property or a portion thereof,
occurred as a result of failure to comply with such regulations, the contractor shall be held responsible for the
consequences thereof and shall keep the company harmless and indemnified.
91. A ARBITRATION:
“Any dispute or difference whatsoever arising out of or in connection with this Agreement
including any question regarding its existence, validity, construction, interpretation,
application, meaning, scope, operation or effect of this contract or termination thereof shall
be referred to and finally resolved through arbitration as per the procedure mentioned
herein below :
a. The dispute or difference shall, in any event, be referred only to a Sole Arbitrator
e. The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the
Sole Arbitrator ”.
37
In the event of any dispute or differences between the VENDOR/ CONTRACTOR/ SUPPLIER
and the OWNER, if the VENDOR/ CONTRACTOR/ SUPPLIER is a Government Department, a
Government Company or a Undertaking in the public sector, then it stands modified to the
following extent:-
all disputes and differences of whatsoever nature arising out of or in relation to this
Contract/ Agreement or in relation to any subsequent contract/ agreement between the
parties shall be attempted to be resolved amicably by mutual discussions between the
parties. If they are not settled at the implementation level of officers, then these unresolved
disputes/ differences will be referred for resolution by discussions with the concerned
Director of BPCL and the concerned Director of vendor/ contractor/ supplier. In case same
does not resolve the difference within 30 days, arbitration clause as hereunder would apply.
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contract, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause.
The award of the Arbitrator shall be binding upon the parties to the dispute provided, however,
any party aggrieved by such award may make a further reference for setting aside or revision of
the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Government of India. Upon such reference the dispute shall be decided by the Law Secretary
or the Special Secretary/ Additional Secretary, when so authorized by the Law Secretary,
whose decision shall bind the Parties finally and conclusively. The parties to the dispute will
share equally the cost of arbitration as intimated by the arbitrator.
91.B SETTLEMENT OF DISPUTES BETWEEN PUBLIC SECTOR UNDERTAKING/ PUBLIC SECTOR ENTERPRISES/
GOVERNMENT DEPARTMENT:
i. If the CONTRACTOR is a Public Sector Undertaking or Enterprise or is a Government Department, any dispute or
difference between the parties hereto arising out of any notified claim of the CONTRACTOR in terms hereof and/ or
arising out of any amount claimed by the OWNER (whether or not the amount claimed by the OWNER or any
part thereof shall have been deducted from the Final Bill of the CONTRACTOR or any amount paid by the OWNER
to the CONTRACTOR in respect of the work) which cannot be resolved amicably by mutual consultation or through
the good offices of empowered agencies of the Government, shall be referred to the Permanent Machinery of
38
92. JURISDICTION :
The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction of the
Courts situated at Mumbai (Ernakulam-in the case of Kochi Refinery), for the purpose of actions and proceedings arising
out of the contract and the courts at Mumbai (Ernakulam-in the case of Kochi Refinery), only will have jurisdiction to hear
and decide such actions and proceedings.
Additionally, any variation or amendment / change order issued after signing of formal contract shall take precedence over
respective clauses of the formal contract and its Annexures.
94 . LIMITATION OF LIABILITY
The aggregate total liability of the Contractor to Owner under the Contract shall not exceed the total Contract Price, except that this
Clause shall not limit the liability of the Contractor for following:
(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the Contractor or any person
acting on behalf of the Contractor; or
(c) In the event of acts or omissions of the Contractor which are contrary to the most elementary rules of diligence which a
conscientious Contractor would have followed in similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property; or
(e) For any damage to any third party, including death or injury of any third party caused by the Contractor or any person
or firm acting on behalf of the Contractor in executing the Works. Neither Party shall be liable to the other Party for
any kind of indirect or consequential loss or damage like, loss of use, loss of profit, loss of production or
business interruption which is connected with any claim arising under the Contract.
39
BPCL shall, in addition to any other right enabling it to terminate the contract, have the right to terminate the contract at any
time by giving prior written notice of at least 14 days to the contractor. Such termination shall be without prejudice to the
rights of the parties that have accrued on or before the date of termination of the contract.
If the contract is terminated under this provision, the contractor is entitled to be compensated as under:-
a. the contract price attributable to the works performed as at the date of termination
and
b. the reasonable costs incurred by the contractor for termination of subcontractors or the repatriation of the
contractors’ and subcontractors’ employees
less
Any sums due to BPCL from the contractor accruing prior to the date of termination will be deducted from the amount to be
paid to the contractor under the contract.
If, as a result of any such deductions, there is a negative amount payable to the contractor, then the contractor
must pay an amount equal to such negative sum to BPCL within 15 days of BPCL intimating the contractor.
Upto & inclusive of (-) 25% of Total Contract Value (TCV): No cost compensation.
Beyond (-) 25% of TCV: Cost compensation @ 10% of reduction in the contract value from (-) 25% of TCV (i.e.
75% of TCV).
40
ANNEXURE 1
PROFORMA OF AGREEMENT
The Owner being desirous of having provided and executed works mentioned, enumerated or referred to in the tender
documents including Short Tender Notice. General Tender Notice, General Conditions of Contract, Special Conditions of
Contracts, Specifications, Drawings, Plans, Time Schedule for Completion of jobs, Agreed Variations, other documents,
has called for Tender.
WHEREAS
A.
B. The contractor has inspected the site and surroundings of the works specified in the tender documents and has satisfied
himself by careful examination before submitting his tender as to the nature of the surface strata, soil, sub-soil and
ground, the form and nature of site and local conditions, the quantities, nature and magnitude of the work, the availability
of labour and material necessary for the execution of work, the means of access to site, the supply of power and water
thereto and the accommodation he may require and has made local and independent enquiries and obtained complete
information as to the matters and things referred to, or implied in the tender documents or having any connection
therewith and has considered the nature and extent of all probable and possible situations, delays, hindrances, or
interferences to or with the execution and completion of the work to be carried out under the Contract and has examined
and considered all other matters, conditions and things and probable and possible contingencies and generally all
matters incidental thereto and ancillary and thereof effecting the execution and completion of the work and which might
have influenced him in making his tender.
C. The Notice Inviting Tender, General Conditions of Contract, Special Conditions of Contract, Specification, Drawings,
Plans, Time Schedule of Jobs, and other documents, copies of all which are hereto annexed and marked “A”, the letter
of submission of tender and Acceptance of Tender and statement of agreed variations with its enclosures, copies of
which are also hereto annexed and marked “B” form part of his contract though separately set out herein and or
included in the expression “CONTRACT” wherever herein used.
And whereas:
The Owner accepted the Tender of the Contractor for the Provision and the execution of the said work at the rates
stated in the Schedule of Quantities of works and finally approved by Owner (hereinafter called the “Schedule of Rates”)
upon the terms and subject to the conditions of contract.
Now this Agreement Witnesseth And, it is hereby agreed and declared as follows:
In consideration of the payment to be made to the contractor for the work to be executed by him, the contractor hereby
convensants with the owner that the contractor shall and will duly provide, execute and complete the said works and
shall do and perform all other acts and things in the contract mentioned or described or which are to the implied
therefrom or may be reasonably necessary for the completion of the said works and at the said times and in the manner
and subject to the terms and conditions or stipulations mentioned in the contract.
In consideration of the due provision, execution and completion of the said works, the Owner does hereby agree with
the contractor that the Owner will pay to the contractor the respective amounts for the works actually done by him and
approved by the Owner at the Schedule of Rates and such other sum payable to the contractor under provision of
Contract, such payments to be made at such time in such manner as provided for in the contract.
AND
In consideration of the due provision, execution and completion of the said works the contractor does hereby agree to
pay such sums as may be due to the Owner for the services rendered by the owner to the contractor, such as power
supply, water supply and other as set for in the said contract and such other as may become payable to the Owner
towards the controlled items of consumables materials or towards loss, damage to the Owner equipments, materials,
construction equipments and machinery, such payments to be made at such time and in such manner as is provided in
the contract.
It is specifically and distinctly understood and agreed between the Owner and the Contractor that the contractor shall
have no right title or interest in the site made available by the Owner for the execution of the work or in the buildings,
structures or works executed on the said site by the contractor or in the goods, articles, materials etc. brought on the
said site (unless the same specifically belongs to the contractor) and the contractor shall not have or dressed to have
41
42
Signed and Delivered for and Signed and Delivered for and
on behalf of Owner i.e. on behalf of Contractor
Bharat Petroleum Corporation Limited (Name, designation and address of authorized signatory)
DATE.........................................................................
PLACE......................................................................
BPCL witnesses – Signature,Name & Address:- Contractor’s witnesses – Signature, Name & Address:-
1. .......................................................................... 1. ..........................................................................
2. ........................................................................... 2. .........................................................................
43
PROFORMA OF BANK GUARANTEE for EARNEST MONEY /INITIAL/ FULL SECURITY DEPOSIT (On
non-judicial paper of appropriate value)
To,
Dear Sirs,
M/s. ______________________(hereinafter referred as “BIDDER”/”CONTRACTOR") (Bidder’s / Contractor’s name and address) have
taken tender for the WORK of _______________________ (Name of Work) for Bharat Petroleum Corporation Limited, with registered
office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai, India and having Refinery at …….(Mumbai / Kochi as the
case may be) (hereinafter referred as “OWNER”).
The tender conditions provide that the BIDDER / CONTRACTOR shall pay a sum of Rs. _____________ (Rupees
___________________________________) as earnest money /initial/ full security deposit in the form therein mentioned .
The form of payment of earnest money / initial / full security deposit includes guarantee executed by schedule “A” Bank, undertaking full
responsibility to indemnify OWNER in case of default. The said BIDDER/CONTRACTOR have approached us and at their request and
in consideration of the premises, we _________________(Bank’s name) having our office at ________________ ( hereinafter referred
as “GUARANTOR’) have agreed to give such guarantee as hereinafter mentioned.
1. GUARANTOR hereby undertake and agree that if default shall be made by BIDDER / CONTRACTOR in performing any of
the terms and conditions of the tender, GUARANTOR do hereby irrevocably bind themselves and undertake to pay the
OWNER on first demand in writing by OWNER without protest or demur or proof or condition and without reference to the
BIDDER / CONTRACTOR, the said amount of Rs. __________(Rupees ______________________________)
2. OWNER will have the full liberty without reference to GUARANTOR and without effecting this guarantee to postpone for any
time or from time to time the exercise of any of the powers and rights conferred on OWNER under the tender with the said
BIDDER/CONTRACTOR and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to
the said BIDDER / CONTRACTOR which under law relating to the sureties would but for provision have the effect of releasing
the GUARANTOR.
3. OWNER will have the right to recover the said sum of Rs.___________________(Rupees ______________________) from
GUARANTOR in manner aforesaid and such rights will not be affected or suspended by reason of the fact that any dispute or
disputes have been raised by the said BIDDER / CONTRACTOR and or that any dispute or disputes are pending before any
officer, tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said _______________(Bidder’s / Contractor’s Name).
5. GUARANTOR’S liability under this guarantee is restricted to Rs. __________(Rupees ______________________). This
guarantee shall remain in force until ___________________ unless a demand (3 months beyond bid validity) under
guarantee is made against GUARANTOR within the aforesaid date, in which event the validity of this bank guarantee shall
automatically be extended for another 3 (three) months, all rights under the said guarantee shall be forfeited and
GUARANTOR shall be relieved and discharged from all liabilities thereunder.
44
Yours faithfully,
_________________Bank
by its Constituted Attorney.
NOTE: In case of earnest money, BIDDER shall be applicable and in case of initial / full security deposit, CONTRACTOR shall be
applicable.
45
To,
Dear Sirs,
In consideration of Bharat Petroleum Corporation Limited, with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate,
Mumbai, India and having Refinery at …….(Mumbai / Kochi as the case may be) (hereinafter referred to as “The Company” which expression
shall unless repugnant to the context or meaning thereof include its successors and assigns) having placed on Messrs………………………
(Name) ……………………………. (Constitution) ……………………………………………………………………... (address) (hereinafter referred to
as “The Contractor” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators,
representatives and assigns) an order for …………………………….. (Name of Job) under and in terms of a Contract as evidenced by a Letter of
Acceptance No. …………………… and / or Purchase Order No. …………………. dated ……………..
valued at Rs. …………… (Rupees …………………………….. only), issued by the Company to the Contractor, read with the relevant
Tender Documents (hereinafter collectively called "the Contract" which expression shall include any formal contract entered into
between the Company and the Contractor in supersession of the said Letter of Acceptance and all amendments and/or modifications
therein or in the terms of the said advance as herein stipulated).
AND WHEREAS the Company has agreed to advance the Contractor, inter-alia, recoverable interest bearing mobilization advance up to
a maximum of 10% ( ten percentage) of the contract value (hereinafter referred to as “MOBILIZATION ADVANCE) in the manner
provided for in the Bidding Document, a sum of Rs…………………..(Rupees…………….only) being the first / second installment (Delete
whichever is not applicable) of Mobilization Advance upon the condition, inter-alia, that the said Advance together with interest thereon at
the rate of 10% (10 percentage) per annum on reducing balance basis on the amount of the said Advance for the time being outstanding
shall, without prejudice to any other mode of recovery available to the Company, be recoverable by the Company by deduction from the
gross accepted amount of any Running Account Bills of the Contractor commencing from the first Running Account Bill of the Contractor
in equal monthly installments together with the interest accrued within a time span of ………… Months in the manner provided for in the
Bidding Document and meanwhile, the said Advance shall be secured by an undertaking from a Bank as hereinafter appearing.
i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company upon
the Bank made up to the midnight of______________(contractual completion date) provided that the Bank shall upon the written
request of the Company made upon the Bank at any time within 6 (six) months from the said date extend the validity of the Bank
Guarantee by a further 6 (six) months so as to enable claims to be made under this Guarantee by a further 6 (six) months from the said
date with the intent that the validity of this Guarantee shall automatically stand extended by a further 6 (six) months upon such request
by the Company.
ii) The Company shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of the Bank under
this guarantee/undertaking, at any time and/or from time to time to amend or vary the contract and/or any of the terms and conditions
thereof or relative to the said Advance and/or to extend time for performance of the said contract in whole or part and/or payment of the
said Advance in whole or part or to postpone for any time and/or from time to time any of the said obligations of the Contractor and/or
the rights, remedies or powers exercisable by the Company against the Contractor and either to enforce or forbear from enforcing any of
the terms and conditions of or governing the said Contract and/or the said Advance, or the securities, available to the Company and the
Bank shall not be released from its liability under these Presents and the liability of the Bank shall remain in full force and effect
notwithstanding any exercise by the Company of the liberty with reference to any or all the matters aforesaid or by reason of time being
given to the Contractor or any other forbearance, act or omission on the part of the Company or any indulgence by the Company to the
Contractor or of any other act, matter or thing whatsoever which under any law could (but for this provision) have the effect of releasing
the Bank from its liability hereunder or any part thereof and the Bank hereby specifically waives any and all contrary rights whatsoever.
46
iv) As between the Bank and the Company for the purpose of this undertaking, the amount stated in any claim, demand or notice made by
the Company on the Bank with reference to this undertaking shall be final and binding upon the Bank as to be the amount payable by
the Bank to the Company hereunder notwithstanding any dispute or disputes has been raised by the Seller and are pending before any
arbitration, Tribunal or Court.
v) The liability of the Bank to the Company under this undertaking shall remain in full force and effect notwithstanding the existence of any
difference or dispute between the Contractor and the Company, the Contractor and/or the Bank and/or the Bank and the Company or
otherwise howsoever touching or affecting these presents or the liability of the Contractor to the Company, and notwithstanding the
existence of any instructions or purported instructions by the Contractor or any other person to the Bank not to pay or for any cause
withhold or defer payment to the Company under these presents, with the intent that notwithstanding the existence of such difference,
dispute or instruction, the Bank shall be and remain liable to make payment to the Company in terms hereof.
vi) This undertaking shall not be determined or affected by any change in the constitution of the Bank or that of the Contractor or the
Company or any irregularity in the exercise of borrowing powers by or on behalf of the Contractor.
vii) The Bank agrees that the guarantee herein contained shall continue to be enforceable till the sum due to the Company on account of
the said advance is adjusted as aforesaid or till the Company discharges this guarantee.
viii) The Bank further undertakes not to revoke this guarantee during its currency without the previous consent of the Company.
ix) The Bank also agrees that the Company shall be entitled to enforce this guarantee, notwithstanding any other security or guarantee
that it may have in relation to the vendor’s liability for the said advance.
x) Without prejudice to any other mode of service, a demand or claim or other communication may be transmitted by the Company to the
Bank either by post or by fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by bank.
xii) This Guarantee shall be treated as an unconditional guarantee and the Contractor shall have no right to object or obstruct in any way
the enforcement of this guarantee.
Yours faithfully,
Signature: _________________________________________
Dated: ____________________________________________
47
To,
Dear Sir,
WHEREAS Bharat Petroleum Corporation Ltd. with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai,
India and having Refinery at …….(Mumbai / Kochi as the case may be) (hereinafter referred to as “the Corporation” which expression
shall unless repugnant to the context include their legal representatives, successors and assigns, have entered into a contract
(hereinafter referred to as “the Contract”) with M/s ______________________AND WHEREAS one of the conditions of the said contract
is that the Corporation should make an advance payment to the contractor _____________(Rupees___________________only) being
………% (……….. percent) of the value of the contract against a bank guarantee from Schedule ‘A’ bank.
AND WHEREAS at the request of the contractor, the Corporation has agreed to accept the Bank Guarantee from ___________________
Bank (hereinafter referred to the “Surety”) having their registered office at
________________________________________________________.
NOW THIS GUARANTEE WITNESSETH that in consideration of the Corporation having at the request of the contractor agreed to accept bank
guarantee of the surety in respect of advance of Rs. ______ (Rupees ______________________only) payable by the Corporation to the
contractor as per terms of the said contract, the Surety hereby undertake and agree that if the said amount advance payment shall become
reduced and/ or extinguished under terms of the contract between Corporation and Contractor, the Surety do hereby irrevocably bind themselves
and undertake to pay to the Corporation on first demand in writing by the Corporation without protest or demur or proof or condition and without
reference to the contractor, the amount not exceeding altogether a sum of Rs. ____ (Rupees
_______________only) being the amount of advance payment or such other unadjusted amount of the said advance. The decision of
the Corporation as to the whether the terms and conditions of the Contract or this guarantee have been observed shall be final and
binding on the Surety.
THE GUARNTEE HEREIN CONTAINED is not revocable during the currency of the contract and will remain in force until:
a) Payment has been made to the Corporation by the Surety of the aggregate amount payable hereunder.
b) The Contract for which this advance payment is being made is completed to the entire satisfaction of the Corporation and
intimation thereof has been given to the surety by the Corporation whichever is earlier.
NOTWITHSTANDING anything stated above, the liability of the surety under this guarantee is restricted to Rs._____ (Rupees
______________only) and this guarantee will remain in force upto ______in the first instance and in case Contractor’s
obligations under the contract are not completed within the said period, the Surety to hereby agree to further extend the
guarantee till such time as is required to fulfill the contractor’s obligation.
Our grantee shall remain in force until _______________unless a demand in writing for claim under this guarantee is lodged
with us before that date i.e. on or before _____________all your rights under the said guarantee shall be frofieted and we
shall be released and discharged from liability hereunder.
We have the power to issue this guarantee in your favour under Memorandum and Articles of Association and the
undersigned has full power to do so under the Power of Attorney dated _________granted to him by the bank.
___________________Bank
By its Constituted Attorney
_______________
Signature of Person
duly Authorised to sign
on Behalf of the Bank
48
TRC obtained by the Non-resident from Government of forign country shall contain the following particulars:
49
FORM NO. 10 F
[See sub-rule (1) of rule 21AB of the Income-tax Act, 1961]
Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act, 1961
2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A from the Government of
_________________________(name of country or specified territory outside India).
Signature:_________________________
Name:____________________________
Address:__________________________
Permanent Account Number :___________________
Verification
I_________________do hereby declare that to the best of my knowledge and belief what is stated above is correct, complete and is
truly stated.
________________________________________
Signature of the person providing the information
Place:_________________
Notes:
1. * Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A.”.
50
INTEGRITY PACT
Between
Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal", And
Preamble
The Principal intends to award, under laid down organization procedures, contract/s for
....................... The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.
In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency
International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor (IEM)
who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Accordingly,
the Principal has appointed Mr. ………… as IEM with the following address:-
Mr. …………..
………………..
…………………….
………………..
Tel: ………………………..
1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:
a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the
contract, demand, take a
promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled
to.
b) The Principal will, during the tender process, treat all Bidders with equity and reason. The Principal will, in particular, before and
during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional
information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-
Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in
addition can initiate disciplinary actions.
1) The Bidder / Contractor / Supplier commits itself to take all measures necessary to prevent corruption. He commits himself to observe
the following principles during his participation in the tender process and during the contract execution.
a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the
Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or
immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever
during the tender process or during the execution of the contract.
51
c) The Bidder / Contractor / Supplier will not commit any offence under the relevant Anti-Corruption Laws of India; further the
Bidder / Contractor / Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any
information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder / Contractor / Supplier will, when presenting his bid, disclose any and all payments he has made, is committed to, or
intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.
2) The Bidder / Contractor / Supplier will not instigate third persons to commit offences outlined above or be an accessory to such
offences.
Section 3 – Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put
his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate
the contract, if already signed, for such reason.
1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such as to put his reliability or
credibility into question, the Principal is also entitled to exclude the Bidder / Contractor / Supplier from future Contract award
process. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and
maximum of 3 years.
2) A transgression is considered to have occurred if the Principal after due consideration of the available evidences, concludes that no
reasonable doubt is possible.
3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to and impose such exclusion and
further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before
the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.
4) If the Bidder / Contractor / Supplier can prove that he has restored / recouped the damage caused by him and has installed a
suitable corruption prevention system, the Principal may revoke the exclusion prematurely.
1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled
to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.
2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to
Section 3, the Principal shall be entitled to demand and recover from the Contractor/Supplier liquidated damages equivalent to
Security Deposit / Performance Bank Guarantee.
3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder /
Contractor / Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the
contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder /
Contractor/Supplier shall compensate the Principal only to the extent of the damage in the amount proved.
1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to
the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already
awarded, can be terminated for such reason.
52
1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact,
and to submit it to the Principal before contract signing.
2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors/Suppliers and Subcontractors.
3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions.
If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or
an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion
in this regard, the Principal will inform the Vigilance Office.
1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.
2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and
independently. He reports to the Chairperson of the Board of the Principal.
3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without restriction to all Project documentation of the
Principal including that provided by the Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the
Bidder/Contractor/Supplier/Subcontractor with confidentiality.
4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided
such meetings could have an impact on the contractual relations between the Principal and the Bidder/Contractor/Supplier. The
parties offer to the Monitor the option to participate in such meetings.
5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal
and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard
submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific
manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the
Bidder/Contractor/Supplier to present its case before making its recommendations to the Principal.
6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of
reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.
7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of
India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance
Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.
53
If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact
as specified above, unless it is discharged / determined by Chairperson of the Principal.
1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Mumbai.
The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under
Integrity Pact.
2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.
54
4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case,
the parties will strive to come to an agreement to their original intentions.
............................. ……………………………………………………..
For the Principal For the Bidder/Contractor/Supplier
Witness 2:
Date ………….….. (Signature/Name/Address)
55
ACKNOWLEDGEMENT
Signature :
Name : ____________________________________________________
Designation : ____________________________________________________
( Seal / Stamp )
Place :
Date :
56
BIDDING DOCUMENT
FOR
BALANCE CIVIL WORKS FOR PLANT AND
NON PLANT BUILDINGS
Prepared by:
1. The Schedule of Rates/ Price shall be read with all other sections of this Bidding Document.
2. The Contractor is deemed to have studied the drawings, specifications and details of works to be
done including scope of work, scope of supply and technical specification within the Time
Schedule and should have acquainted himself of the conditions prevailing at site.
3. Bidder shall indicate only the increase/decrease on total estimated value in terms of percentage
upto 2 decimal places in the “Summary of Prices” sheet. Bidder shall not change rate/amount
indicated in ‘Schedule of Rates’.
4. Quoted prices shall be inclusive of all taxes and duties except Goods and Service Tax as per the
provision of Special Conditions of Contract.
5. All duties and taxes and other levies or any other statutory payment payable by the Contractor under
the Contract, or for any other cause, shall be included in the Schedule of Rates in line with the
provisions mentioned in Special Conditions of Contract.
6. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any new item of
work not covered in Schedule of Price from the similar items already available in schedule of rates.
All the works shall be measured upon completion and paid for at the rate quoted and accepted in
the "Schedule of Price". In case any activity though specifically not covered in schedule of rates
descriptions but the same is covered under scope of work/ scope of supply/ specification/ drawings
etc. no extra claim on this account shall be entertained, since Schedule of Price is to be read in
conjunction with all other documents forming part of the Contract.
7. All items of work mentioned in the Schedule of Prices shall be carried out as per the specifications,
drawings and instructions of Employer/Consultant and the rates are deemed to be inclusive of
material, consumable, labour, supervision, tools & tackles and detailing of construction/fabrication
drawings, isometric wherever required as called for in the detail specification and conditions of the
Contract.
8. Employer/Consultant reserves the right to cancel/ delete/ curtail any item or group of work if
necessary. Such a step shall not be construed as reason for changing the rates.
9. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract
and will not be subject to variation on any account. Any new taxes & Duties, if imposed by the
State/ Govt. of India after the last date of bid submission but before the Contractual Delivery Date,
shall be reimbursed to the contractor on submission of documentary evidence for proof of payment
to State/ Govt. Authorities and after ascertaining it’s applicability with respect to the contract.
10. While quoting and filling the rate in this Schedule of Rates, Bidder shall take into consideration
complete scope of work/item description as mentioned in Schedule of Rates.
11. Bidders to note that Bidder shall indicate percentage increase and Decrease in Summary of
Prices FORM-SP 0.
SUMMARY OF PRICE
NAME OF WORK: BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS FOR LPG
IMPORT TERMINAL FACILITIES PROJECT AT HALDIA OF M/s BPCL
NAME OF BIDDER:
NOTE:
1. Bidder shall indicate the Percentage Increase/ Decrease under Sr. No. B and Amount as per Sr.
No. C in Price bid only (and not in techno- commercial bid).
2. Bidder shall indicate (+) for increase and (-) for decrease. For no increase/ decrease, ‘NIL’ shall be
indicated.
4. In case of discrepancy between Total Amount quoted at Sl. No. C above and Total Amount after
considering Percentage increase/ decrease indicated at Sl. No. above, the amount calculated
based on Percentage increase/ decrease indicated at Sl. No. B shall prevail.
5. Bidder shall indicate rate of Goods and Service Tax (GST) applicable on entire contract value.
6. In case of Discrepancy between values indicated by Bidder against words “In Figure ……..%” and
“In Words ……Percent” at Sl. No. B above, the value indicated at “In Words ……Percent” shall
prevail.
IN INR
1 of 18
2 of 18
3 of 18
4 of 18
145 E502.01.04V04 TDJB Flush mounting type with an additional cable pull box at bottom for easy 1.00 NOS 5,130 5,130.00
termination of cable suitable forIncoming 1 Nos , Incoming 10 Pair , Outgoing 1
Pair 10 Nos. , - Incoming 1 Nos , Incoming 10 Pair , Outgoing 1 Pair 10 Nos. ,
146 E502.01.04V06 TDJB Flush mounting type with an additional cable pull box at bottom for easy 4.00 NOS 2,280 9,120.00
termination of cable suitable forIncoming 1 Nos , Incoming 5 Pair , Outgoing 1
Pair 5 Nos. , - Incoming 1 Nos , Incoming 5 Pair , Outgoing 1 Pair 5 Nos. ,
5 of 18
6 of 18
SOR NO A872-030-16-51-CI-SOR-9514-A-0M
SOR TITLE Instrumentation Works
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers
4 I900.30.01 Rodent repellers 2.00 NOS 11,400 22,800.00
SUB TOTAL 22,800.00
SOR NO A872-030-80-43-CI-SOR-9514-A-1M
SOR TITLE Mechanical Eqpt Works
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room building 1.00 LOT 164,11,000 164,11,000.00
5 Q998.99.99V11 Air Cooled package AC System for Sub Station building 1.00 LOT 71,80,000 71,80,000.00
6 Q998.99.99V13 AMC for HVAC system for first year 1.00 LOT 7,25,000 7,25,000.00
7 of 18
8 Q998.99.99V15 AMC for HVAC system for third year 1.00 LOT 12,07,000 12,07,000.00
9 Q998.99.99V16 Air-Conditioning System with Split Air-Conditioners for vari 1.00 LOT 5,48,000 5,48,000.00
SUB TOTAL 270,37,000.00
SOR NO A872-030-81-41-CI-SOR-9514-A-1M
SOR TITLE Civil-Structural and Architectural Works
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 25mm cement concrete flooring
4 A002.01.01 Cement supplied by contractor 340.00 Sq.M. 400 1,36,000.00
5 A002.02.00 cement concrete granolithic flooring
6 A002.02.01 25mm thk underlayer & 15mm thk toplayer cement by Contractor 950.00 Sq.M. 630 5,98,500.00
7 A002.03.00 P/L 50mm thick heavy duty flooring
8 A002.03.01 Cement supplied by contractor 1,800.00 Sq.M. 770 13,86,000.00
9 A002.04.00 P/L 125mm high cement plaster skirting with 1:3 cm
10 A002.04.01 18mm thick. cement supplied by contractor 520.00 RM 150 78,000.00
11 A002.04.03 12mm thick. cement supplied by contractor 130.00 RM 40 5,200.00
12 A002.06.00 P/F panel dividers in flooring/dado
13 A002.06.04 P.V.C. panel dividers ( 3mm x 20mm size.) 450.00 RM 60 27,000.00
14 A002.06.05 P.V.C. panel dividers ( 3mm x 35mm size.) 1,425.00 RM 90 1,28,250.00
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) 3,000.00 RM 100 3,00,000.00
16 A002.10.00 P/L machine cut kota stone slab
17 A002.10.01 25mm thick in floor landing cement supplied by contractor 230.00 Sq.M. 1,940 4,46,200.00
18 A002.10.03 18mm thick in riser, dado cement supplied by contractor 60.00 Sq.M. 2,050 1,23,000.00
19 A002.10.05 Extra for providing round nosing 140.00 RM 280 39,200.00
20 A002.11.00 tiles in flooring , dado, skirting etc.
21 A002.11.03 200mm x 300mm x 6.5mm; ceramic tile 200.00 Sq.M. 1,300 2,60,000.00
22 A002.11.05 300mm x 300mm x 8mm; non slip ceramic tile 45.00 Sq.M. 1,450 65,250.00
23 A002.11.07 600mm x 600mm x 10mm; double charge vitrified procelain tile 575.00 Sq.M. 1,800 10,35,000.00
24 A002.15.00 P/A chemical and abrasion resistant floor coating 110.00 Sq.M. 1,560 1,71,600.00
25 A002.16.00 P/A chemical and abrasion resistant coating (on dado/wall) 160.00 Sq.M. 1,740 2,78,400.00
26 A002.17.00 P/L min 18mm thk polished granite stone flooring
27 A002.17.01 Granite stone in flooring, counters, treads. cement by contr 310.00 Sq.M 5,270 16,33,700.00
8 of 18
9 of 18
10 of 18
11 of 18
12 of 18
13 of 18
SOR NO A872-030-83-41-CI-SOR-9514-A-1M
SOR TITLE Structural Works
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK - SPECIFICATION NO. 6-68-0003
3 S001.01.00 E/W Excavation in soil
4 S001.01.01 E/W Exacavation in soil upto 1.5m depth 175.00 Cu.m. 330 57,750.00
5 S001.01.02 E/W Exacavation in soil beyond 1.5m upto 3.0m depth 5.00 Cu.m. 360 1,800.00
6 S001.06.00 Shoring & Strutting
7 S001.06.01 Shoring and Strutting by Open Timbering Method 5.00 Sq.m. 540 2,700.00
8 S001.07.00 Backfilling after exceution of work
14 of 18
15 of 18
53 S006.25.03 S/F Mechanical Anchor Fasteners-Mild steel bolts-medium duty 10.00 Each 1,530 15,300.00
54 S006.25.04 S/F Mechanical Anchor Fasteners-Mild steel bolts-24mm dia 10.00 Each 2,040 20,400.00
57 S006.26.03 S/F Chemical anchors-MS threaded rods- 20mm dia 10.00 Each 2,170 21,700.00
58 S006.26.04 S/F Chemical anchors-MS threaded rods- 24mm dia 10.00 Each 2,170 21,700.00
16 of 18
17 of 18
TOTAL 1456,19,884.00
OVERALL 0.00 0.00
REBATE
FINAL AMOUNT 1456,19,884.00
18 of 18
Schedule of Rates
for
Electrical Works
Tender No. A872-030-83-41-CI-T-9514 Part A 1 REVISED & ISSUED WITH TENDER ANS ANS
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 EE ELECTRICAL
2 E104.00.00 MISCELLANEOUS CONTROL GEAR
3 E104.01.00 Installation, testing and commissioning of miscellaneous
surface mounted industrial/FLP control gear such as
lighting/power panel, push button stations, motor starter,
communication equipment, junction boxes, panels, plugs,
sockets, including supply of necessary hardware, touch
up painting including supply of paint, including
transportation from store/yard to site at the place of
installation, unpacking, (excluding fixing of cable glands
and cable terminations), including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
4 E104.01.01 Weight of the unit up to 5 kg. NOS 5
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
10 E106.01.08 240 V, 15 A, 3 pin sockets along with associated 3 pin NOS 1
plugs.
11 E106.01.10 24 V, 5 A, 3 pin sockets along with associated 3 pin NOS 1
plugs.
12 E106.02.00 Supply of following types of FLP(II A/II B) and WP
sockets, plugs and handlamps as per EIL specification
No. 6-51-0021, including all labours and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
13 E106.02.01 63 A, 415 V, 5 pin socket. NOS 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
21 E110.01.04 3/8" BSW. NOS 5
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
connectivity for the complete length, including floor / wall
supports, access boxes as per specification and cross
over as per site requirement.
31 E209.10.03 200X40X1.6/3MM M 300
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bolts,washers as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
42 E304.00.00 SAFE AREA LIGHTING FIXTURES
43 E304.01.00 Supply, installation, testing and commissioning of
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs, including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this tender and directions of
Engineer-in-Charge.
44 E304.01.13 Type SFD 12 Fixtures. NOS 28
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
50 E304.02.25 Type LED 6 Fixtures. NOS 10
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
drawings, specifications of this tender and directions of
Engineer-in-Charge.
62 E307.00.00 SOCKETS/RECEPTACLES AND SWITCHES/MCB
UNITS
63 E307.01.00 Supply, installation, connection, testing and
commissioning of following ratings of 240 V, single
phase, sockets/receptacles and metallic outlet boxes as
described below including supply of all connected
materials, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
64 E307.01.01 6 A, 5 pin flush/ surface mounting sockets/receptacles. NOS 30
72 E307.02.05 20A, DP MCB unit in moulded case enclosure for window NOS 3
type air conditioner.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
73 E307.02.06 32A, DP MCB unit in moulded case enclosure for window NOS 1
/ split type air conditioner
74 E308.00.00 JUNCTION BOXES (OUTDOOR/INDOOR TYPE)
75 E308.01.00 Supply and installation of dust and vermin proof G.I.
sheet steel (1.6 mm thick) junction box WP type suitable
for outdoor/indoor installation with number of outgoing
ways as under, complete with PVC connectors, supply
and fixing of cable glands, including supply of required
size and number of terminals, including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
76 E308.01.02 4 way. NOS 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Engineer-in-Charge.
81 E309.02.04 40 A, 4 pole incomer MCB isolator and ELCB and 6 Nos. NOS 7
outgoing single pole MCBs (upto 20 A).
82 E309.02.05 40 A, 4 pole incomer MCB isolator and ELCB and 12 NOS 3
Nos. outgoing single pole MCBs (upto 20 A).
83 E309.02.06 63 A, 4 pole incomer MCB isolator and ELCB and 18 NOS 2
Nos. outgoing single pole MCBs (upto 20 A).
84 E309.04.00 Supply, installation, connection, testing and
commissioning of flame proof weather proof
lighting/power panels (for gas group IIC) as per EIL std.
spec. 6-51-0008, including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
85 E309.04.01 40 A, 4 pole incomer MCB isolator and 6 Nos. outgoing NOS 2
double pole MCBs (upto 20 A).
86 E309.04.02 40 A, 4 pole incomer MCB isolator and 12 Nos. outgoing NOS 2
double pole MCBs (upto 20 A).
87 E310.00.00 WIRING
88 E310.01.00 Circuit wiring in non-hazardous areas using (size given
below), copper conductor, PVC insulated, FRLS outer
sleeve cables (third core for earthing), from
lighting/power panel/distribution junction box, excluding
the supply of cable, junction boxes and cable glands but
including termination and connection, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.
89 E310.01.01 3 C x 2.5 sq. mm M 2300
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
91 E310.02.00 Circuit wiring in hazardous areas using (sizes given
below) copper conductor, PVC insulated, FRLS outer
sleeve armoured cables (third core for earthing) from
lighting/power panel/distribution junction box onwards,
excluding the supply of cables, junction boxes and cable
glands but including fixing of cable glands, supply and
fixing of clamps, cable terminations and connections,
including all labour and materials, as per approved
drawings, specifications of this tender and directions of
Engineer-in-Charge.
92 E310.02.01 3 C x 2.5 sq. mm M 1500
93 E310.03.00 Circuit wiring with 660 V grade, (sizes given below), FRLS
PVC insulated copper wires in already laid
surface/concealed conduit from lighting panel/power
panel onwards including the supply of wires, termination
and connection, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
94 E310.03.01 3 Nos x 1.5 sq. mm M 1200
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
101 E310.07.01 25 mm diameter. M 2800
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
110 E402.01.00 Supply, installation, testing and commissioning of GI
earth electrodes, complete with earth pit as per std. 7-51-
0102 and all necessary materials including excavation of
earth pit, filling with charcoal and salt, back filling,
providing necessary brickwork, connections, including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
111 E402.01.01 GI earth electrode as per std. 7-51-0102. NOS 30
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
120 E404.01.02 5/8" dia (16 mm) flexible rope. M 20
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
130 E501.00.00 PLANT COMMUNICATION SYSTEM
131 E501.01.00 Installation, termination, connection, testing and
commissioning of following plant communication system
(including back up battery bank, battery charger etc.),
including transportation from store/yard to site at the
place of installation, assembling and installing in
foundation or fixing to wall/structure, aligning, levelling,
grouting, cable termination, wiring and all inter-connection
and making earth connection etc., first charging of
battery, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
132 E501.01.09 Beacon Lamps (FLP/industrial type). NOS 2
137 E501.02.04 Weather Proof Intercom station with upto 3 Nos dual NOS 4
position Keys (FLP/Industrial type).
138 E501.02.06 Loud speakers with amplifier (FLP/industrial type). NOS 5
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
139 E501.02.06M01 6W box type Loud speakers (FLP/industrial type). NOS 7
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
146 E502.01.04V06 TDJB Flush mounting type with an additional cable pull NOS 4
box at bottom for easy termination of cable suitable for
( Incoming - 1 Nos, Incoming - 5 Pair, Outgoing 1 Pair - 5
Nos. )
147 E502.02.00 Supply, installation, connection, testing and
commissioning of following plug - in type sockets for
Telephones extensions including supply of sheet boxes
with covers connection of socket and plug, including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
148 E502.02.02 Flush Mounting Type. NOS 45
149 E502.03.00 Wiring with (No. of wires given below) 660 V grade, 0.63
mm dia. annealed tinned copper conductor, PVC
insulated twin flat wire as per relevant IS in already laid
surface/concealed conduit from TDJB onwards to
telephone sockets including supply of Wires, termination
and connection, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
150 E502.03.01 1 No. twin flat wire. M 350
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
from store/yard to site at the place of installation,
assembling and installation on foundation or fixing to wall
or steel structures, aligning, levelling, grouting,
termination and connection of cables, making earth
connections etc., including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
157 E503.02.01 Fire alarm panel. NOS 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
169 E504.00.00 LAYING OF COMMUNICATION / FIRE ALARM CABLES
174 E801.01.01 32A, double pole incomer MCB isolator and 6 nos NOS 2
outgoing double pole 10A MCBs isolator with 2nos, 10A
semiconducting fuses
175 E801.02.00 Supply, installation, termination, testing and NOS 22
commissioning of flush mounted CAT-6 UTP JACK
(Information Outlets) including supply of all connected
materials(i.e Face plates, Surface mount box, patch cord
at I/O end), including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-charge.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
176 E801.03.00 Circuit wiring with following cables for LAN in already laid
surface/concealed conduit from Etherswitch rack
onwards to Cat-6 UTP Jack (Information outlet) including
the supply of cables, termination and connection at both
ends (i.e at jack panel end & at the I/O end), including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
charge.
177 E801.03.01 1 no. CAT-6 UTP cable M 300
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.
LED IND 1
187 E999.99.99V02 Supply, installation, testing and commissioning of NOS 20
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.
LED IND2
188 E999.99.99V03 Supply, installation, testing and commissioning of NOS 72
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.
LED IND4
189 E999.99.99V04 Supply, installation, testing and commissioning of NOS 25
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.
LED FD1
190 E999.99.99V05 Supply, installation, testing and commissioning of NOS 28
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.
LED ST5
191 E999.99.99V07 Supply of following FLP/Div.2 lighting fixtures complete NOS 7
with lamps,
requisite FLP cable glands, plugs and necessary control
gear as per EIL standard specification No. 6-51-0061,
data sheet for lighting fixture schedule, including all
albour and materials, specifications of this tender and
directions of Engineer-in-Charge.
LED DC IIA/IIB
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
192 E999.99.99V08 Supply of following FLP/Div.2 lighting fixtures complete NOS 14
with lamps,
requisite FLP cable glands, plugs and necessary control
gear as per EIL standard specification No. 6-51-0061,
data sheet for lighting fixture schedule, including all
albour and materials, specifications of this tender and
directions of Engineer-in-Charge.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
198 T028.02.00 S/I/T/C of CAT6 Jack Panel
Schedule of Rates
for
Instrumentation Works
Tender
BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers to
repel breeding of rats in main control room.
4 I900.30.01 Rodent repellers NOS 2
Schedule of Rates
for
Mechanical Eqpt Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room LOT 1
building
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
actual capacity 60 TR each
b) AHU of 22000 CFM (1Working)
c) Ducting and it's Accessories for Air Distribution (1 Lot)
5 Q998.99.99V11 Air Cooled package AC System for Sub Station building LOT 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
6 Q998.99.99V13 Comprehensive AMC for HVAC system for first year LOT 1
7 Q998.99.99V14 Comprehensive AMC for HVAC system for second year LOT 1
8 Q998.99.99V15 Comprehensive AMC for HVAC system for third year LOT 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
therein for air-conditioning System.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Schedule of Rates
for
Civil-Structural and Architectural Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 Providing and laying average 25mm cement concrete
flooring in panels consisting of base course of 1:2:4 grade
cement concrete (6mm down size stone aggregate) laid
over sub-base of cement concrete and finishing with a
layer of floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry @ 2.75 kg of
cement per Sq. M. of area over the sub- base to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete
4 A002.01.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 340
COST
5 A002.02.00 Providing and laying cement concrete granolithic flooring
in panels consisting of base course (under layer of 1:2:4
grade cement concrete, 6mm down size stone
aggregates) laid over sub-base, wearing top- layer of
cement mortar (1 cement: 3 coarse sand by volume)
finished smooth by tamping, trowelling, and with a
finishing floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry over the sub-
base @ 2.75Kg of cement per Sq. M of area to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete.
6 A002.02.01 With average 25mm thick under-layer and 15mm thick Sq.M. 950
top layer. CEMENT SUPPLIED BY THE CONTRACTOR
AT THEIR COST.
7 A002.03.00 Providing and laying average 50mm thick heavy duty
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
flooring in panels consisting of base course of 35mm
thick cement concrete (1 cement : 1.5 coarse sand : 3.5
stone aggregates of 10mm to 6mm size by volume) laid
over sub-base and 15mm thick finishing layer consisting
of cement and integral hardening compound mixed in
ratio of 4 cement :1 hardenar (by weight) :2 stone
agrgregates of 6mm and down size laid integral with base
course and finished smooth including cleaning the sub-
base surface, applying neat cement slurry @2.75 Kg of
cement per Sq.M of area over sub-base to receive the
base course, levelling, tamping, trowelling, finishing,
curing, providing shuttering to the edges etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) RM 3000
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
200mm x 300mm x 6.5mm (Minimum) thick.
22 A002.11.05 Ceramic, matt finished non-slip type tiles of approved Sq.M. 45
make and shade(s) in approved design/ pattern including
cleaning the finished surface with oxalic acid, wax
polishing etc. for size 300mm x 300mm x 8mm (+5%)
thick tiles for flooring.
23 A002.11.07 Decorative, matt/ mirror finish homogeneous double Sq.M. 575
charge Vitrified porcelain tiles of minimum size 600mm x
600mm x 10mm thick in approved quality, colour, make,
design/ pattern
24 A002.15.00 Providing and applying pigmented (approved shade) Sq.M. 110
chemical and abrasion resistant, solvent based self
levelling floor coating based on epoxy resin with amine
curing agents, in 2 coats @ 125 gms/sq.m. (min.)per coat
by brush or spraying over a levelling screed (min. 3mm
thick) of a 3 part solvent free combination of epoxy resin,
amine hardeners and graded chemically inert aggregate
filler, laid over a coat of 2-part epoxy resin primer applied
over existing flooring etc. all as per manufacturer's
specifications.
25 A002.16.00 Providing and applying pigmented (approved shade) Sq.M. 160
chemical and abrasion resistant, solvent based coating
(on dado/wall) of epoxy resin with amine curing agents, in
2 coats @ 125 gms/sq.m. (min.) per coat by brush over
plastering/ concrete surfaces including surface
preparation, curing etc. all as per manufacturer's
specification.
26 A002.17.00 Providing and laying minimum 18mm thick approved
premium quality and shade polished granite stone slabs
in flooring, counters, treads, risers, skirting, dado etc.
over and including a bed of cement mortar including
preparing the base surface, applying neat cement slurry
@ 2.75 kg. of cement per sq. mtr. of area to receive the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
mortar bed, jointing each slab with neat cement paste/
grout with white cement maixed with pigment (conforming
to IS:2114, Table-1) to match the colour of the granite
stone slabs, finishing etc. all complete.
27 A002.17.01 Granite stone slabs in flooring, counters, treads Sq.M 310
etc.(perfectly levelled) over and including a bed of cement
mortar 1:4 (1 cement: 4 coarse sand by volume)
CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR
COST.
28 A002.17.03 Granite stone slabs in risers, skirting, dado etc. over and Sq.M 200
including a bed of cement mortar 1:3 (1cement: 3 coarse
sand by volume) CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
29 A002.17.05 Extra for round nosing/ moulded edges (as per approved RM 65
design) to Granite stone slabs.
30 A002.21.00 Providing and laying anti slip (rough)Granite stone slabs,
of thickness minimum 25mm, in flooring, landing, tread,
ramps over minimum 20mm thick cement mortor1:4 (1
cement :4 course sand by volume) over and including a
bed of cement mortar including preparing the base
surface, applying neat cement slurry @ 2.75 kg. of
cement per sq. mtr. of area to receive the mortar bed,
jointing each slab with neat cement paste/ grout with
white cement mixed with pigment (conforming to IS:2114,
Table-1) to match the colour of the granite stone slabs,
finishing etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
grooves)
33 A003.00.00 WOOD WORK
34 A003.01.00 Providing and fixing wooden frames of doors, windows,
ventilators including cutting, shaping, jointing, applying a
coat of bituminous paint on concealed surface, wood
primer on exposed surface, fixing in masonry/RCC by
means of 300mm x 25mm x 6mm thick M.S. hold fasts
screwed to frame @ 600mm max vertically and grouted
with M-15 grade concrete in min. 350mm x 100mm x
100mm sized hole made in masonry/96mm long, 12mm
dia M.S. dash fastener, painting with two coats of
approved shade and make (ICI or equivalent) synthetic
enamel paint over approved quality primer coat, finishing
etc. all complete.
35 A003.01.01 Wooden frames with second class teak wood conforming Cu.M. 0.5
to IS : 4021.
36 A003.02.00 Providing and fixing Factory made, overall 35mm thick
block board flush shutter consisting of solid core block
board bonded with phenol phormaldehyde synthetic resin
conforming to IS : 848 and faced on both faces with
commercial type plywood/teakwood veneering/ lamination
bonded with phenol formaldehyde synthetic resin
conforming to IS : 848, including providing and fixing
second class teakwood perimeter beading fixed by
means of approved quality neoprene based adhesive and
nailing @ 300 mm max.. painting exposed surface with
two coats of approved shade and make synthetic enamel
paint over approved quality primer coat, providing and
fixing 125mm long M.S. butt hinges [for each shutter
(vertical spacing not exceeding 600mm)] including fixing
with door frame, finishing etc. all conforming to IS : 2202.
37 A003.02.03 Door shutter faced with 1mm thick approved quality Sq.M. 30
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
lamination of approved shade/brand.
38 A003.06.00 Extra for providing and fixing square or rectangular vision Sq.M. 1
panels in door shutters of 4mm thick plain glass (wt.
7.2kg/Sq.M) and conforming to IS : 2835 with 20mm x
10mm Teakwood beading fixed by approved quality
neoprene based rubber adhesive and nailing @ max.
300mm c/c, including all cutting, fixing, providing 2 coats
of approved quality Polyurithane transparent coating with
stainer mix to achieve the desired shade on the teak
wood etc. all complete. (Measurement for payment to be
made only for the glazed area of vision panel).
39 A003.07.00 Providing and fixing in position following items including
all necessary fixtures, fittings, finishing etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
46 A003.07.08 Approved quality 3mm thick plastic kick/push plate fixed Sq.M. 3
with brass screws.
47 A003.07.09 Approved quality anodized aluminium aldrop 300mm Unit 15
long, 19.05mm dia in bronze colour.
48 A003.07.10 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 250 x 10mm.
49 A003.07.11 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 150 x 10mm.
50 A003.07.12 Approved quality zinc alloy pressure die cast, chromium Unit 40
plated spring loaded round door stopper with double
heavy duty rubber shoes.
51 A003.07.13 Approved quality 75mm long aluminium toilet door latch Unit 8
with vacant/occupied indicator.
52 A003.07.14 Approved quality chromium plated brass coat and hat Unit 8
hook fixed with chromium plated brass screws.
53 A004.00.00 STEEL/ ALUMINIUM/ GLAZED/ FULLY GLASS/ PVC
ETC. DOORS, WINDOWS AND VENTILATORS
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces etc. all complete.
55 A004.05.09 Motor operated rolling shutter as per approved Sq.M. 30
Manufacturer's design & drawing for rolling shutters for
width upto 3.5 metre with all necessary electricals like
motor, switching panels, switches, cables, wires etc. as
required for smooth functioning of the shutter
56 A004.11.00 Providing and fixing in position plastic doors (with door Sq.M. 2.1
frames), of UV stabilized compounds of PVC ('Sintex' or
approved equivalent), consisting of 53x 60mm L-shaped
door frame (BLR53 of 'sintex' or equivalent), 33x47mm
shutter frame (DWUF 306 of 'sintex' or equivalent),
30mm thick infill panel slats, complete as per
manufacturer's specifications and recommendations,
including all fittings, fasteners, fixtures, sealing periphery
with polymeric sealant etc all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Notes:
1. Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
Only the net shutter(s) area shall be measured for
payment
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia and size,
including necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners to be paid
for separately) :
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
direction of Engineer-in-charge complete
65 A004.14.17 Providing and fixing 205 X 19 mm adjustable friction Each 40
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
66 A004.14.19 Providing and fixing 355 X 19 mm adjustable friction Each 30
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
67 A004.14.25 Providing and fixing 100mm brass locks (best make of Each 35
approved quality) for aluminium doors including
necessary cutting and making good etc. complete.
68 A004.14.29 Providing and fixing 100 mm long aluminium handles, ISI Nos 64
marked, anodised (anodic coating not less than grade AC
10 as per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc. complete
69 A004.14.30 Providing and fixing aluminium tower bolts of size 100mm Nos 64
x 10mm , ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 ) transparent or dyed
to required colour or shade, with necessary screws etc.
complete
70 A004.15.00 Providing and fixing pressed steel door and window
frames of size (assorted size out of) Overall 125mm x
60mm section, of required profile conforming to IS: 4351,
made of 16 SWG pressed steel including/ consisting of:
i)3 mm thick MS flat spacers welded to frame @ 500mm
c/c and at holdfast locations.
ii)Filling the hollow frame section with concrete. iii)MS
angle (20mmx20mmx3mm) horizontal tie member below
floor finish.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
iv)MS holdfasts (200mmx25mmx6mm) welded to
spacers.
v)Fixing to masonry (by grouting the holdfasts with M-15
grade concrete in minimum 250mm x 100mm x 100mm
sized hole)/ fixing to RCC (by minimum 100mm long, 12
mm dia metallic counter sunk anchor fasteners)
vi)MS pad plates (40mm x 150mm x 3mm) & GI mortar
guard welded to frame at hinge and other hardware
locations.
vii)Metering of joints between horizontal and vertical
members, grinding and smoothening of welding, cleaning
of frame surface, finishing (synthetic enamel painting/
electrostatic powder coating/ polyurethane (PU) coating),
making true alignments and surfaces etc. all complete.
Notes:
1)Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
2)Cumulative length of all horizontal and vertical frame
members shall be measured for payment.
71 A004.15.05 Frames painted with Electrostatic Powder coating. RM 100
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
their cost.
76 A005.01.09 Ordinary plain cement plaster Average 6 mm thick 1:4 (1 Sq.M 6800
cement : 4 sand). Cement supplied by the Contractor at
their cost.
77 A005.01.13 Plain cement plaster with waterproofing compound Sq.M 2700
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight, Average 18mm
thick 1:6 (1 cement : 6 sand) Cement supplied by the
Contractor at their cost.
78 A005.01.19 Plain cement plaster with waterproofing compound Sq.M 400
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight. Average 6mm
thick 1:4 (1 cement : 4 sand) Average 6mm thick 1:4 (1
cement : 4 sand). Cement supplied by the Contractor at
their cost.
79 A005.04.00 Providing 20mm x 10mm Grooves in plastering in perfect RM 2000
straight line, plumb and uniform size throughout including
finishing etc. all complete.
80 A006.00.00 ROOFING TREATMENT
81 A006.02.00 Providing and laying cement concrete (1 cement : 2
coarse sand : 4 aggregate) over concrete surfaces, laid to
slope at all heights including, finishing, curing, tamping
etc. all
82 A006.02.01 Cement supplied by the Contractor at their cost. Cu.M 300
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
required thus preparing smooth surface of the terrace;
providing and applying one coat of cold applied bitumen
based primer @ 0.2 to 0.4 litre per sq. mtr.; laying the
membrane by torch welding over primer, providing
100mm overlaps and appropriately pressing the
membrane to remove any entrapped air, including fixing
on parapet after providing 10mm x 20mm continuous
groove in parapet for terminating the membrane and
filling the groove with polyurethane sealant and continuing
this treatment at rain water outlet points; providing
finishing protective layer of 35 mm thk. P.C.C. (1:2:4) in
panels of maximum size 1200mm x 1200mm chequered
finish with 24 SWG chicken wiremesh interposed in
between finished smooth with joints between panels
sealed with suitable polyurethane sealant; providing fillets
of 75 mm radius with P.C.C. (1:2:4) at junctions of
horizontal and vertical surfaces finished smooth;
providing 450mm x 450mm khuras (rain water collecting
pits) in 1:2:4 cement concrete at all outlets, levelled down
by min. 25mm, finishing, curing etc. all complete as per
approved manufacturer's standard specifications and
recommendations. .
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sandpapering etc. all complete.
87 A007.04.00 Providing and applying two coats of distempering of
approved quality and shade including cleaning and
preparation of surfaces etc. all complete.
88 A007.04.02 Oil bound distempering conforming to IS : 428 including Sq.M 6660
preparation of surfaces (making good of uneven plaster
with plaster of paris mixed with water, sand papering),
providing a priming coat of alkali resistant/ distemper
primer.
89 A007.09.00 Providing and applying textured wall coating system
consisting of twin pack fine grade silica granules/ dry
flakes made of special grade of china clay/ granite type
flakes of `Heritage' or equivalent in approved shade and
texture; mixed in-situ with 100% acrylic polymer bonding
agent; applied over plastered surfaces; the granules/
flakes etc., bonding material, mixing, method of
application surface preperation etc. all shall be as per
manufacturer's recommendations and specifications.
90 A007.09.01 Providing and applying textured granular type wall Sq.M 380
coating.
91 A007.11.00 Providing and applying/ finishing the walls/ RCC surfaces SQM 4000
with Premium Acrylic smooth exterior paint with silicon
additives with low VOC (Volatile Organic Compound)
content (Snowcryl-XT of 'Snowcem India Ltd. or approved
equivalent) of required shades on new work applied in
two or more coats at the rate of 1.43 ltr/ 10 sq.m over and
including base coat of waterproof cement paint (of
Snowcem Plus or approved equivalent) including
cleaning, preparation of surfaces, curing etc. all complete.
92 A008.00.00 ROOFING
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
93 A008.10.00 Providing and fixing 40mm x 6mm M.S. flat wind ties over RM 25
sheeting with anticorrosive polymer coated G.I. nuts,
bolts, polymer cap, seal and thrust washers of approved
make iincluding painting with two coats of synthetic
enamel paint of approved make over a coat of approved
quality red oxide zinc chromate primer etc.all complete.
94 A008.12.00 Providing and fixing rain water pipes with M.S. holder
clamps including fixing/embedding into
masonry/concrete, providing connections like shoes,
vents, specials, bends etc. fixing in perfect plumb etc. all
complete.
95 A008.12.05 110mm dia O.D. Size. exposed PVC rain water pipe RM 10
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
96 A008.12.07 110mm dia O.D. Size. embedded PVC rain water pipe RM 25
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
97 A008.12.08 160mm dia O.D. Size. embedded PVC rain water pipe RM 250
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details
98 A008.17.00 Providing and laying in position approved quality profiled, Sq.M 2000
precoated, steel sheets (for roofing, cladding etc.) made
from cold rolled high tensile Zincalume/ Galvalume Steel
of 550 MPA yield stress conforming to IS:513, IS:15961
and ASTM AS: 1397; the substrate shall be hot dip
metallic coating of aluminium- zinc alloy (150 grams per
sq. mtr. Total on both sides, coating class AZ150); the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bottom unexposed surface shall be provided with alkyd
backer of minimum 5 microns over a 5 micron coat of
primer; top exposed surface shall have SDP (Super
Durable Polyester) paint system MINIMUM 20 microns in
approved shade applied over 5 microns primer; overall
coated thickness of sheets not less than 0.52 mm having
base metal thickness of minimum 0.45mm (negative
tolerance not acceptable), profile depth not less than
28mm and pitch of 195 to 255mm; including cutting,
mitering, laps, providing cutouts for fixing accessories,
necessary fastners (approved quality anti corrosive
polyester polymer coated, rivets, nuts, bolts, self drilling
screws/ fasteners with integral washers and EPDM seals,
and nylon colour caps and natural cure type joint sealants
etc.) All complete as per approved manufacturer's
specifications.
Note: The steel sheet shall have brand marking of coated
steel manufacturer (product details, date, mfg name, etc)
on back side at regular interval confirming genuinity of the
material.
99 A008.18.00 Providing and laying in position roofing and cladding Sq.M 400
accessories like ridge piece, corner piece, north light
curve piece, apron piece, gutter, flashing etc. fabricated
out of 0.5mm precoated Zincalume/ Galvalume Steel
steel sheets of same material/ quality etc. as that of
sheeting; bent and profiled to match with the roofing and
cladding, including all cutting, fabrication, rivetting,
fastners etc. all complete.
100 A008.20.00 Providing and fixing in position (for roofing and cladding) Sq.M 190
machine made 2mm thick corrugated polycarbonate
sheets (conforming to IS :14434, 14443) of approved
manufacturer (in approved shade) extruded from
polycarbonate resin, having profiles as approved/
matching exactly with the surrounding pre-coated roofing/
cladding sheets and having following properties:
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(a) Specific gravity 1.2 g/ cm3
(b) Hardness 119 M Scale
(c) Tensile Strength 64 Mpa
(d) Compressive strength 66Mpa
(e) Impact Strength 900 J/m
The item includes fixing to steel structure members
(truss/ purlins)/ brick masonry walls by means of polymer
coated 'J' or 'L' hooks, bolts, nuts 8mm dia G.I. bitumen
washers etc. all complete as per approved
manufacturer's recommendations and specifications.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
pipe,15 mm dia ,450mm long PVC connection pipe,ball
valve, painting of all exposed matalic surfaces with 2
coats of approved shade and quality synthetic enamel
paint (ICI or approved equivalent) over a priming coat of
approved quality red oxide zinc chromate, cutting walls,
floors and making good of same, making inlet and outlet
connections, finishing etc. all complete.
104 A009.03.00 Providing and fixing white glazed ceramic, flat back half
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI including automatic glazed
Earthenware cistern for every one 15mm dia CP brass
cistern outlet 750mm long,32mm dia GI waste pipe with
brass union,CP brass bottle trap,CP brass
spreader,tee,distribution pipe etc.,MS brackets for cistern,
painting of all exposed mettalic surface with 2 coats of
approved shade and quality synthetic enamel paint (ICI or
approved equivalent) over a priming coat of approved
quality red oxide zinc chromate, making inlet and outlet
connections, fixing with C.P. brass screws, finishing etc.
all complete.
105 A009.03.01 One urinal.(with 5 litre capacity cistern) Unit 5
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
107 A009.05.02 Providing Hand wash basin of approved colour Unit 5
earthenware of approved shape ( Oval etc. ) with
pedestal.
108 A009.08.00 Providing and fixing 600mm x 120mm x 4mm thick Glass Unit 5
shelf of approved quality with CP brass bracket and guard
rails including fixing to wall with wooden cleats and CP
brass screws, cutting walls and making good the same,
finishing etc.all complete.
109 A009.09.00 Providing and fixing approved quality chromium plated Unit 8
brass towel rail of 20mm dia, 600mm length and 1.25mm
thickness including fixing to wall with wooden cleats and
CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
110 A009.10.00 Providing and fixing approved quality chromium plated Unit 8
liquid soap container including fixing to wall with wooden
cleats and CP brass screws, cutting walls and making
good the same,finishing etc. all complete.
111 A009.11.00 Providing and fixing Heavy grade Bib cocks/ stop cocks
of spring loaded self closing type conforming to IS : 781
including making connections, cutting walls and making
good the same etc. all complete.
112 A009.11.01 15mm dia CP Brass stop cock. Unit 29
114 A009.14.00 Providing and fixing CP Brass Toilet paper holder of Unit 8
approved make with CP brass brackets including fixing to
wall with wooden cleats, CP brass screws,cutting walls
and making good the same, finishing etc. all complete.
115 A009.15.00 Providing and fixing in position round/ oval shaped
counter Hand Wash Basin with anti-splash rims,
conforming to IS:2556 Part IV, to fit in exactly and neatly
in the cutout in the marble/ granite stone finished R.C.C
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
counter; one 15mm dia CP brass pillar cock, rubber plug
with C.P. brass chain, 32mm C.P. waste fitting of
standard pattern type with 32mm dia G.I. pipe, C.P. brass
bottle trap, cutting walls, counter etc. and making good
the same, also including providing cut out in marble/
granite slab counter top (and R.C.C underneath) of exact
size and shape for wash basin to fit in neatly and
perfectly; making all connections, finishing etc. all
complete. (Marble/ Granite counter top shall be paid
seperately under relevant item of `Floor Finishing')
116 A009.15.02 Providing round/ oval shaped counter Wash Basin of Nos. 3
glazed chinaware in approved colour.
117 A009.16.00 Providing and fixing stainless steel Kitchen/ Laboratory Nos. 2
sink of approx. Size 610mm x 450mm x 200mm made of
min. 1mm thick stainless steel sheet of `Salem Steel' or
equivalent supported on and including M.S. brackets
conforming to IS: 775; one 15mm dia C.P brass long
body bib cock (if fixed to wall) or swivel type pillar cock (if
fixed to counter), 15mm dia PVC/ G.I. connections to floor
trap with unions etc.; painting all exposed metallic
surfaces with min. 2 coats of synthetic enamel paint of
approved make and shade over acoat of red oxide zinc
chromate primer; cutting floor, walls, counter etc. and
making good the same, making all connections, finishing
etc. all complete.
118 A009.17.00 Providing and fixing minimum 17mm thick polished Sq.M 3
granite stone partitions (in approved quality, shade and
design/ shape) with round edges for urinals including
cutting walls, inserting (up to 100mm depth) and fixing the
slab with Cement Mortar (1 cement : 3 coarse sand by
volume), making good of all damaged work, finishing etc.
all complete
119 A009.18.00 Providing and fixing round edged mirror of 6mm thick Sq.M 8
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
float glass with 6mm thick waterproof marine ply backing
and rounded/ beveled edging, fixed on wall with wooden
cleats and CP brass screws including cutting walls/ tiles,
making good the same, finishing etc. all complete.
120 A009.19.00 Providing and fixing CP Brass hand shower (health NOS 8
Faucet, of Jaquar or approved equivalent ) with 8 mm
Dia, 1 metre long PVC Tube and Wall hook in approved
colour and finish with all necessary fittings etc. all
complete.
121 A009.20.00 Providing and fixing approved quality chromium plated NOS 8
brass towel ring of 150mm dia including fixing to wall with
wooden cleats and CP brass screws, cutting walls and
making good the same, finishing etc. all complete.
122 A009.21.00 Providing and fixing approved quality chromium plated NOS 8
brass towel rack with towel rail, of 250mm width and
600mm length including fixing to wall with wooden cleats
and CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
123 A009.22.00 Providing and fixing approved quality chromium plated NOS 8
brass Soap dish of 100mm width and 130mm length
including fixing to wall with wooden cleats and CP brass
screws, cutting walls and making good the same,
finishing etc. all complete.
124 A009.23.00 Providing and fixing white glazed Earthen ware double Unit 3
trap, syphonic pattern wall mounted (European type)
water closet conforming to IS: 2556 Part II including white
plastic solid seat and cover conforming to IS : 2548, CP
brass hinges and rubber buffers, CP brass 40mm dia
flush pipe,15 mm dia, ball valve, painting of all exposed
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
metalic surfaces with 2 coats of approved shade and
quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved quality red
oxide zinc chromate, cutting walls, floors and making
good of same, making inlet and outlet connections,
finishing etc. all complete.
125 A009.24.00 Providing and fixing white glazed ceramic, flat back half Unit 2
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI, having electronic, battery
operated sensor based flushing system of approved
make and model including 32mm dia GI waste pipe with
brass union, CP brass bottle trap, CP brass spreader,
tee, distribution pipe etc., painting of all exposed metallic
surface with 2 coats of approved shade and quality
synthetic enamel paint (ICI or approved equivalent) over a
priming coat of approved quality red oxide zinc chromate,
making inlet and outlet connections, fixing with C.P. brass
screws, finishing etc. all complete.
126 A009.25.00 Providing, fixing, testing and commissioning C.P. brass 2 NOS 3
way bib cock quarter turn type for health faucet of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
127 A009.26.00 Providing, fixing, testing and commissioning C.P. brass NOS 3
wall mount Lavatory faucet mixer for wash basin of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
128 A010.00.00 FALSE CEILING, FALSE FLOORING, UNDERDECK
INSULATION, PARTITIONING
129 A010.03.00 Providing and fixing Mineral Fibre Tile false ceiling
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
consisting of A. 600mm x 600mm x 15mm thick Mineral
Fibre Acoustical tiles with durable tegular edging having
noise reduction coefficient (NRC) value of min. 0.50, light
reflectance value of min. 80%,thermal conductivity (K)
value of 0.052-0.057 w/m deg.C and fire performance
conforming to class-I as per BS-476,back of the tiles
being provided with one coat of protective coating. B.
Suspension system consisting of hot dipped galvanised
steel main runners @ max. 1200mm c/c ( 0.33mm
thk.,"T"shaped, 24mm x 38mm size with single rotary
stiching), cross runners ( 0.25mm thk.,"T" shaped with
double rotary stiching, 24mm x 30mm size, 1200mm long
and 24mm x 25mm size, 600mm long ), perimeter
sections ( 0.45mm thick,22mm x 22mm size) including
suspending the system by means of 4mm dia MS
wire,6mm thk. MS cleat of 25mm x 25mm size, dash
fasteners and level adjustors, providing 30 micron powder
coating to exposed metallic members, providing slit
openings for fixing supply/return air grill, lighting fixtures,
AC ducts etc. all complete.
130 A010.03.01 With fine fissured tiles (Acoustical punchers (10mm Sq.M 300
deep) = 24000sm, No. Of fissures (3 to 4mm deep) =
28800sm)
131 A010.09.00 Providing and fixing Tray type Aluminium plank false Sq.M 650
ceiling consisting of 254/305mm x 1264mm or 600mm x
600mm size Aluminium planks (profiled for positive
engagement into clip-in profiles and demounting of
individual planks) manufactured out of 0.7mm thk.
Aluminium alloy 3105/3005/5052 (as per ASTM 209M)
with stove enamelled (coil coated) finish in approved
colour and suspension system consisting of 0.5mm thk.
40mm x 20mm galvanised steel clip-in main runner
profiles (@ 1264mm or 600mm as per plank size)
supported by and including 0.5mm thk. 25mm x 16mm GI
suspension angle,1mm thk. 25mm x 34mm x 76mm
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CRCA zinc plated steel ceiling brackets (@ max.
1264mm c/c or 600mm as per profile) fixed to roof
slab/beam,0.5mm thk. 40mm wide, 105mm high G.I. hold
on clamps slotted for level adjustment, perimeter angles
including providing slit openings for fixing supply/return air
grill, lighting fixtures, AC ducts etc. all complete. .
132 A010.12.00 Providing and fixing in position underdeck insulation Sq.M 1050
consisting of rigid Polyisocyanurate foam (PIR) slabs of
size 1000 x 500mm and thickness of 30mm (covered on
one side with glass fibre tissue/ Aluminium foil having
50mm overlap) conforming to IS:12436 having density not
less than 32 kg./ Cu. M., thermal conductivity (K- value)
not more than 0.023 w/mk measured at 10 deg. C;
classified as 'Class I' for surface spread of flame as per
BS 476, part 7; fixed to R.C.C. slab by hot blow grade
bitumen of 85/25 grade or cold adhesive CPRX applied
over a coat of bituminous primer @ 0.5 Litres/ Sq.M.
applied to bare R.C.C. surface and to the two surface of
each PIR panel and pressed in position (while the
bitumen is still tacky) with the help of G.I. screws (No. 8 x
75mm long) fixed into rawl plugs (holes in R.C.C. for the
rawl plugs shall be drilled prior to applying coat of
bituminous primer) of size 8 x 25mm inserted (5 nos. for
each slab- One each at 4 corners and one at center) and
G.I washers 25mm dia; including covering the overlaps
with approved quality sealing compound (MAS-94 or
equivalent); chicken wire mesh 24G x 19mm shall then
be fixed to G.I screws and tightened with lacing wire;
including preparation of surface consisting of cleaning
R.C.C surface of all dust, dirt and loose particles by wire
brushing; etc. all complete as per approved
manufacturer's standard specifications and
recommendations.
133 A010.15.00 Providing and installing/ fixing in position 600mm-
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1000mm high truly levelled and aligned cavity/ false
flooring system having load bearing capacity of uniformly
distributed load of minimum 2025 kg/ sq.m. and point
load of 675 Kg., the system consisting of:
(i) Sub-structure/ pedestal assembly (designed for
speedy assembly/ removal for relocation/ maintenance)
of zinc electro plated steel comprising of:
a. 90mm x 90mm x 4mm embossed pedestal head
attachment mechanically riveted to a 90mm long,
minimum 19mm dia threaded bright M.S. rod stud with
check nuts for level adjustment (for upto 25mm) and
arresting vertical movement, anti-vibrational PVC cap (for
panel and stringer location),
b. CRCA (Electrical resistant welded) Pedestal of 32mm
dia (OD), 2mm thick pipe mechanically reduced to four
ribs at top to accommodate head assembly, mechanically
locked to maintain true plumb welded to pedestal base
plate.
c. Pedestal Base plate 150mm x 150mm x 4mm thick
(with stiffening folds) fixed/ anchored to main concrete
floor @ 600mm c/c both ways (for installing flooring tiles)
by means of adhesive or fastener as recommended by
Manufacturer.
(ii) Stringers of minimum sectional size 20mm x 32mm x
1.2mm made of hot dip galvanized steel cold rolled
construction with ribs embossed on 3 sides (designed for
strength, lateral stability, rolling loads and to support
panels on all four sides for alignment), having counter
sunk holes at both ends for fixing to pedestal head
assembly with M6 machine screws.
(iii) Removable and re-usable Floor panels of size
600mm x 600mm made of all steel welded construction
(cleaned, degreased and phosphated with 11 tank
process, finished with 40-60 micron epoxy coating (and,
heated to achieve adhesion to the panel surface and
corrosion resistance) with bottom surface consisting of
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
multiple hemispherical and reverse cones and top plain
sheet (fuse welded at 129 locations) to form an enclosed
panel of an overall depth 37mm; the inner empty core of
the panel injected with light weight fire retardant, non-
combustible cementitious compound (at high pressure to
fill all crevices of the panel), each panel finished on top
with 2mm thick fire retardant floor grade high pressure
laminate/ 2mm thick anti-static PVC tiles in approved
design/ shade/ texture; fixed to flooring panel by means of
approved adhesive; the edges of the finished panels
provided with conductive PVC edge trim 5mm wide on all
sides (mechanically locked and sealed in place).
The item includes:
i) Providing and fixing all accessories like screws, bolts,
adhesive etc. as per manufacturer's specifications.
ii) Making necessary adjustment in grid dimensions,
stringer lengths, floor panel dimensions etc. at ends or
centre (to cater to specific room sizes) or at panels
locations, as required.
iii) Cutting of floor panels as required at ends.
iv) Treating the underneath cement concrete floor with
one component polyurethane floor coating etc. all
complete.
v) Providing additional steel structural supports/ pedestal
assembly at edges, cut outs etc. as required.
vi) Providing all necessary accessories such as outlet
boxes, grommets, Panel lifters (at least one for each
building) as required etc. all complete.
134 A010.15.01 False flooring panels with 2mm thick fire retardant floor Sq.M 220
grade high pressure laminate conforming to BS : 476 part
- 7 on a semi-automated lamination line in approved
design/ shade/ texture.
135 A010.17.00 Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm
dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having lips of 10.5 mm, at
450 mm centre to centre, shall be fixed in a direction
perpendicular to G.I. intermediate channel with
connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimeter
channels 0.5 mm thick 27 mm high having flanges of 20
mm and 30 mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm
centre, with 25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum board to ceiling
section and perimeter channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and
square edges of the board with recomme-nded jointing
compound , jointing tapes , finishing with jointing
compound in 3 layers covering upto 150 mm on both
sides of joint and two coats of primer suitable for board,
all as per manufacturer¿s specification and also including
the cost of making openings for light fittings, grills,
diffusers, cutouts made with frame of perimeter channels
suitably fixed, all complete as per drawings, specification
and direction of the Engineer in Charge but excluding the
cost of painting with:
136 A010.17.03 12.5 mm thick tapered edge gypsum moisture resistant Sq.M 300
board
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
137 A011.00.00 MISCELLANEOUS ITEMS
138 A011.05.00 Providing and laying plinth protection around the building
perimeter consisting of a layer of 150mm thick
compacted sand and 100mm thick M-15 grade concrete
top layer laid to slope including trowel finishing the top
layer, finishing, curing including excavation, disposal of
Earth work, etc. all complete.
139 A011.05.01 Cement supplied by the Contractor at their cost. Sq.M 500
140 A011.07.00 Providing and fixing in position 50mm dia GI pipe spouts RM 5
to slope for drainage of canopy, chajja etc., including
puncturing the masonry /RCC and grouting with M-15
grade concrete, finishing etc. all complete.
141 A011.15.00 Providing and fixing 2000mm high transformer gates Sq.M 120
consisting of 50mm x 50mm x 6mm M.S. angle frame
braced with 50mm x 50mm x 6mm thick M.S. Tee
stiffeners, 50mm x 50mm x 8mm gauge welded mesh
fixed to the frame by 25mm x 3mm M.S. flat beading
including fixing the gate to masonry/RCC by M.S. hinge
arrangement (65mm x 65mmx 6mm M.S. angles, bolt,
washers) and M.S. hold fast grouted with M-15 grade
concrete, providing and fixing M.S. pivot arrangement,
MS aldrop, M.S. tower bolts, double coat of approved
shade and make sythetic enamel paint over a coat of
approved quality red oxide zinc chromate primer, finishing
etc. all complete as per EIL-STD No. 7-75-0051, 0052
ensuring smooth operation of the gate.
142 A011.22.00 Supplying, assembling and installing 1000 mm high satin RM 120
finish stainless steel (SS 304 grade) tubular railing of
approved design in staircases, ramps, around floor cut
outs etc. consisting of:
1. 50mm dia SS pipe top handrail
2. 32 mm dia SS pipe balusters (at every third step for
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
staircase, @ maximum 1200mm c/c for ramp, floor
cutouts)
3. 3 nos minimum 18mm dia SS pipe intermediate
handrails.
Including:
1. Fixing balusters to floor with 4 nos bolts änd 8mm
thick, 100mm dia SS base plate & SS cap/collar.
2. Fixing top handrail to the balusters with 12mm dia SS
bar connector & 6mm thick SS saddle plate.
3. Fixing intermediate handrails to the balusters with
12mm dia SS bar connector.
4. All end caps, decorative caps over
balustrades,necessary bending, welding, polishing of all
welded joints (Length of top handrail shall be measured
for payment).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
145 A016.01.00 Providing and fixing 2 hours fire rated, fully glazed, single Sq M 6
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.
146 A016.02.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 12
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved
Manufacturer's details.
147 A016.04.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 5
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, panic bar, locks/
trims for panic bar, door closer, door stopper, concealed
flush bolt including fixing with masonry, partition etc. all
complete as per Specification and approved
Manufacturer's details.
148 A016.05.00 Providing and fixing 2 hours fire rated, single shutter steel Sq M 6
doors consisting of steel door frame, shutter, vision panel,
insulation and hardware such as hinges, door closer,
motice lock, handle, door stopper including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
149 A016.06.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges, door
closer, motice lock, handle, door stopper including fixing
with masonry, partition etc. all complete as per
specification and approved Manufacturer's details.
150 A016.08.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges hinges,
panic bar, locks/ trims for panic bar, door closer, door
stopper, concealed flush bolt including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.
151 A016.09.00 Providing and fixing 2 hours fire rated, glazed partition of Sq M 20
desired design consisting of steel frame, insulation and
transparent glass and glazing beading, matrix mineral
boards, intumescent putty, fire resistant acrylic sealant
etc. all complete including preparing fabrication/
installation drawings including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
156 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS
157 C025.15.00 Providing and laying brick masonry with locally available
bricks of specified class (Brick of class lower than
specified shall not be accepted) in cement mortar 1:4 (1
cement : 4 Coarse sand) in one or more brick thickness
and in any shape in foundation and plinth for valve pits,
drains, circular/square maholes, wing walls, etc. including
providing recesses, openings, etc. including curing,
finishing the joints flush below ground level and raking out
joints in plinth with all labour and material, etc. complete
as per drawings, specifications and direction of Engineer-
in-Charge. For following Brick Class.
158 C025.15.02V03 All materials including cement supplied by the Contractor CU.M. 2
and.
( Brick Class - 5 )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
162 C025.25.02 All materials including cement supplied by the Contractor. CU.M. 35
163 C025.39.00 Supply and laying of gravel/ crush stone ofsize ranging SQM 5
between 27mm to 37mm in compacted thickness of
100mm in valve pit, open area within the unit battery limit
or at any other place as directed, etc. complete as per
drawings, specifications and direction of Engineer-in-
Charge.
164 C025.53.00 Supplying, construction , testing & commissioning of RCC
Neutralisation pit of M-30 grade concrete , providing lean
concrete 1:5:10 (1 cement : 5 sand : 10 aggregate) at
bottom of Neutralisation pit and PCC 1:2:4 at Finished
Grade Level, rungs, lime fill, acid proof lining, chequered
plate with lifting hooks, grouting in 1:2 cement mortar(1
cement :2 sand ), painting with bitumen primer and Epoxy
paint, grouting between pipe and pit wall in 1:2 cement
mortar (1 cement : 2 sand), reinforcement steel including
straightening, cleaning, cutting, bending, keeping in
proper position, centering, shuttering etc. including earth
work in excavation in all type of soil except soft rock and
hard rock, backfilling & disposal of surplus earth for all
leads within the complex limit etc. complete as per
standards, drawings, specifications and directions of
Engineer-in-charge.
165 C025.53.02 All material including cement supplied by the Contractor EACH 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
leveling, grading and ramming of bottoms, cutting the
R.C.C. pipes to required lengths, lowering the pipes,
jointing, including connecting the pipes to manholes and
grouting the pipe body with manhole wall using cement
mortar 1:2 (1 cement : 2 sand), testing, draining of water
and cleaning of pipe after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness , watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, including cutting of roads wherever
required and making good the same, disposal of surplus
earth/ unserviceable material to demarcated area
anywhere within the complex limit etc. complete for all
depths as per drawings, specifications and instructions of
Engineer-in-Charge.(All material shall be supplied by
contractor) For following Pipe size (mm) and Class(The
following pipe sizes are all internal diameter of the pipes)
168 C027.06.01V35 M 15
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
recommendation, lowering, providing and laying 1:5:10 (1
cement : 5 sand : 10 aggregate) plain cement concrete of
minimum 100mm thickness on bottom and side of pipe
as directed, connecting the pipes to manholes and
grouting the pipes to manhole/valve chamber walls,
including supplying and fixing the specials and fittings,
such as bends, reducers, tees, elbows, caps etc.
conforming to IS:8008 or fabricated from pipes as per
specification, supplying and fixing of flanges, fixing of on-
line valves, including fixing of bolts, nuts and gaskets etc.
as per specifications, testing, draining of water and
cleaning of pipes after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness, watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, disposal of surplus earth/ unserviceable
material to demarcated area anywhere within the complex
limit, cutting of road wherever required, making good the
same etc. complete for all depths as per drawings,
specification and instruction of Engineer-in- Charge. For
the following nominal diameter (mm) Pressure
Rating(Kg/Cm2)
171 C029.03.01V07 M 15
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
174 C034.07.01V01 EACH 3
( Dia - 40 mm )
( Dia - 25 mm )
( Dia - 32 mm )
( Dia - 20 mm )
( Users - 20 NOS )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with two coats of chlorinated rubber zinc phosphate
primer @ 40µ DFT per coat and finish painting consists of
two coats of chlorinated rubber paint @40µ DFT per
coat, earth work in excavation, backfilling, removal of
surplus earth, benching with M-20 grade cement concrete
and rendering smooth with a neat coat of cement slurry
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.
181 C034.21.02V01 All materials including cement supplied by contractor and EACH 6
( Brick Class - 5 )
( Brick Class - 5 )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
commissioning of septic tank as per standards and
IS:2470 Part-I , with all necessary accessories like inlet,
outlet vent pipes, manhole covers, rungs etc. including
earthwork in excavation in all type of soil except soft and
hard rock, backfilling and disposal of surplus earth for all
leads etc. complete as per standards, drawings,
specifications and directions of Engineer-in-Charge.
185 C034.23.02V03 All material including cement supplied by contractor for EACH 1
( Users - 20 NOS )
186 C034.25.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes above ground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, including fixing in floors,
walls, supporting on columns, sleepers, embedding,
jointing, including bends, elbows, tees, reducers, sockets,
unions and other specials, supplying and fixing with
hooks/clamps in wooden plugs, cutting pipes to required
lengths, making connections, cutting chases or holes in
walls & making good the same, testing etc all complete
as per drawings, manufacturer specifications and
directions of Engineer-in-Charge. For the following
Nominal Bore (NB) pipe:
187 C034.25.01V04 M 25
( Nominal Dia - 20 mm )
188 C034.25.01V05 M 50
( Nominal Dia - 25 mm )
189 C034.25.01V06 M 20
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 32 mm )
190 C034.25.01V07 M 15
( Nominal Dia - 40 mm )
( Nominal Dia - 75 mm )
( Nominal Dia - 90 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
complete as per drawings, specifications and directions of
Engineer-in-Complete. For the following Nominal Bore
(NB) pipe:
195 C034.28.02V03 (All materials including cement supplied by contractor) M 45
( Nominal Dia - 75 mm )
( Nominal Dia - 90 mm )
199 C034.35.00 Supplying and fixing approved quality UPVC Floor Trap Each 25
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 75mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
200 C034.36.00 Supplying and fixing approved quality UPVC Floor Trap Each 15
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 90mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
201 C175.00.00 Design, engineering, supply of all materials, fabrication,
performance guaranteeing of total flooding centralized
clean agent fire extinguishing system for the Instrument
Control Room, Rack Room, UPS Room, & Battery Room
of buildings mentioned below, including supply of any one
of the following Clean Agents:
a) IG-01 (ARGON)
b) IG-55 (ARGONITE)
c) IG-100 (NITROGEN)
d) IG-541 (INERGEN)
Clean Agent Storage Cylinders (filled with any one of the
above selected Inert Gas filled with 100% filled up
standby cylinders), piping, valves, Clean Agent discharge
nozzles, instruments, Clean Agent panels, piping
supports, release system, directional valves, cables etc.
System supplied and design calculations shall be
approved by UL/FM/Vds/LPC. All equipments shall be
approved by UL/FM/Vds/LPC and cylinder along with
cylinder valve assemblies shall be seamless and PESO
approved. The entire clean agent system shall be as per
NFPA-2001 (latest) complete as per scope of work,
specification and Arch./Strl. drawings. Handling,
transportation from vendor's workshop to site, storage at
site, assembly at site, installation, erection, testing,
precommissioning, painting, commissioning, puff test,
performance guarantee run, handing over to client and
other field works including civil structural work and supply
of commissioning spares as per the enclosed EIL
standard specifications, instructions to vendors, and data
sheets etc. Supply of mandatory spares as per enclosed
list/ instructions to vendor as per scope of work and
specification, drawings and documents as per attached
vendor Data requirement for all supplies and services etc.
complete. Total flooding centralised clean agent fire
extinguishing system for following buildings
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
202 C175.01.00V36 Building - LS 1
203 C201.00.00 Supply and Laying of U/G PPR pipe for Water Services
204 C201.01.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes underground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, bends, elbows, tees,
reducers, sockets, unions and other specials, cutting
pipes to required lengths, making connections, jointing
earthwork in excavation for trenches, valve pits, etc. in all
types of soil including laying of pipes in trenches,
hydrostatic testing of the piping, backfilling the trenches
with selected/approved earth fill material, cutting of roads
wherever required, making good the road surface after
laying, disposal of surplus earth at a designated area
anywhere within complex limit etc all complete as per
drawings, manufacturer specifications and directions of
Engineer-in-Charge. For the following Nominal Bore (NB)
pipe:
205 C201.01.01V01 M 15
( Nominal Dia - 25 mm )
206 C201.01.01V02 M 10
( Nominal Dia - 40 mm )
207 C201.01.01V05 M 10
( Nominal Dia - 32 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
209 C202.01.00 Supplying, laying and jointing of underground approved
quality UPVC pipes to be used for soil and waste
discharge or rain water application outside buildings
confirming to IS: 15328 and fittings confirming to IS:
14735 with all necessary specials such as bends, Y
junction, T junction (both single and double), plugs,
coupler, adapter etc. including solvent welded jointing and
testing as per IS: 7634 (Part-3), including earthwork in
excavation in all types of soil for pipe trenches, etc.
including dewatering, shoring and strutting if necessary,
dressing of sides, leveling, grading and ramming of
bottoms, cutting the pipes to required lengths, lowering
the pipes to proper grade and alignment, jointing,
including connecting the pipes to manholes by using
concrete manhole adapters and grouting the pipe body
with manhole wall using cement mortar 1:2 (1cement : 2
sand), testing, draining of water and cleaning of pipe after
testing, backfilling the trenches with select material from
available excavated soil including re excavating the
deposited soil excavated earlier breaking clods and laying
in layers of 15cm compacted thickness , watering and
compacting with mechanical means like vibro rammers
etc. to 90% standard proctor density as per IS:2720 Part-
VII, making good the surface, including cutting of roads
wherever required and making good the same, disposal
of surplus earth/ unserviceable material to demarcated
area anywhere within the complex limit etc. complete for
all depths as per drawings, specifications and instructions
of Engineer-in-Charge. For the following Nominal Bore
(NB) pipe:
210 C202.01.02V11 (All materials including cement supplied by contractor) M 5
( Nominal Dia - 75 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 90 mm )
Schedule of Rates
for
Structural Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 175
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 5
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.06.00 SHORING AND STRUTTING
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.06.01 Providing and installing approved type of "SHORING AND Sq.m. 5
STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the
same etc. from site after completion of work etc. all
complete as directed.
8 S001.07.00 Backfilling after exceution of work
9 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 125
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
10 S001.09.00 Earthwork Filling by excavation
11 S001.09.04 EARTHWORK IN FILLING by excavating the earth from Cu.m. 1
BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
14 S002.17.01 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 100
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete of nominal mix 1:5:10 by mass (1 Cement: 5
Coarse Sand: 10 Crushed Stone Aggregates/Gravels)
with 40mm and down size graded crushed stone
aggaregates/Gravels.ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
15 S002.17.05 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates below and upto plinth
level as SCREED in trenches, floor slabs, sumps,
channels, drains etc. for all depths including shuttering,
tamping, curing etc. as specified in any shape, level,
thickness, position and finishing the top surface smooth
etc. all complete as directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
16 S002.17.06 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates above plinth level as
SCREED in floor slabs, roofs, chajjas, canopies, gutters
etc. for all heights including shuttering, tamping, curing
etc. as specified in any shape, level, thickness, position
and finishing the top surface smooth etc. all complete as
directed.ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
17 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
18 S002.20.00 RCC Flooring - Non FIM Items
19 S002.20.02 Providing and laying REINFORCED CEMENT Cu.m. 300
CONCRETE OF M-20 GRADE with 20mm and down size
graded crushed stone aggregates / gravel in NON-
SUSPENDED slabs / pavement slabs including
pedestals, ramps etc. leaving pockets, laying in alternate
panels to required slopes, all necessary form work and
finishing the top surface rough or smooth, including cost
of admixtures if used, providing pockets, openings,
recesses, chamfering etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT AND SHUTTERING) for all
depths below and upto plinth level in any shape, position
and thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
20 S002.22.00 Precast Elements - Non FIM Items
21 S002.22.07 Manufacturing, transporting, supplying and erecting in CUM 5
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/gravel, each unit upto and inclusive of 500 kg.
for all leads, levels, shapes and thickness including all
moulds, shuttering and centering, vibrating, tamping,
curing, chamfering wherever required, finishing the top
surface with cement mortar 1:3 ( 1 Cement : 3 Sand) to
give a smooth and even surface, or non skid finish as
specified, providing lifting hooks, metal inserts, making
holes pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling,
aligning and fixing in position with cement mortar 1:3 (
Cement : 3 Coarse Sand), breaking bricks and/or
concrete surfaces and making good the same etc. all
complete (excluding the Cost of Reinforcement ) and as
directed. All materials including cement supplied by the
contractor.
22 S002.22.08 Manufacturing, transporting, supplying and erecting in CUM 2
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
aggregates/gravel, each unit beyond 500 kg and upto and
inclusive of 1000 kg. for all leads, levels, shapes and
thickness including all moulds, shuttering and centering,
vibrating, tamping, curing, chamfering wherever required,
finishing the top surface with cement mortar 1:3 ( 1
Cement : 3 Sand) to give a smooth and even surface, or
non skid finish as specified, providing lifting hooks, metal
inserts, making holes pockets, (only M.S. inserts to be
measured & paid separately) transporting to site,
erecting, levelling, aligning and fixing in position with
cement mortar 1:3 ( Cement : 3 Coarse Sand), breaking
bricks and/or concrete surfaces and making good the
same etc. all complete (excluding the Cost of
Reinforcement ) and as directed. All materials including
cement supplied by the contractor.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
23 S002.25.00 Centering and Shuttering - Non FIM Items
24 S002.25.01 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 225
foundations, footings,raft beams, slabs, pile caps,
retaining walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments,
pipe sleepers, columns, plinth beams, lintels, suspended
slabs, beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
25 S002.25.02 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 9200
superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single
pour concreting, strutting, bracing, propping etc., keeping
the same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
26 S002.25.07 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 1
CURVED SHUTTERING in foundations in all types for
Columns, Beams, Slabs, Walls, etc. of Buildings for all
depths below and upto & inclusive of plinth level,
including strutting, bracing, propping etc., keeping the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
27 S002.25.08 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 5
CURVED SHUTTERING in superstructures in all types
for Columns, Beams, Slabs, Walls, etc. of Buildings for all
heights above plinth level, including strutting, bracing,
propping etc., keeping the same in position during
concreting and removal of the same after specified period
etc. for Straight/ Inclined Shuttering, keeping necessary
provision for inserts, projecting dowels, anchor bolts or
any other fixture etc. all complete and as specified and
directed.
28 S002.26.00 Expansion joints - Non FIM Items
29 S002.26.01 Providing 20mm wide EXPANSION JOINTS in flooring m 50
and pavement slabs and ISOLATION JOINTS around
equipment foundations/columns/pedestal/trenches etc.
including cleaning the joints of all loose material, filling
clean sand for the full depth of slab (upto and inclusive of
300 mm) except for 12mm depth from top and sealing the
top 12mm with approved two part liquid polysulphide
Sealing Compound as per IS:12118 etc. all complete as
shown, specified and directed.
30 S002.26.02 Supplying and fixing in position 25mm thick BITUMEN Sq.m. 5
IMPREGNATED FIBRE BOARD conforming to IS:1838 of
approved quality in expansion joints at all locations and
levels in concrete structures etc. all complete as shown,
specified and directed.
31 S002.26.03 Supplying and fixing in position 50 mm (2X25 mm) thick Sq.m. 5
BITUMEN IMPREGNATED FIBRE BOARD conforming to
IS:1838 of approved quality in expansion joints at all
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
locations and levels in concrete structures etc. all
complete as shown, specified and directed.
32 S004.00.00 STRUCTURAL STEEL WORKS (REFER
SPECIFICATION NO. 6-68-0006)
33 S004.04.00 Painting - Non FIM Items
34 S004.04.10 Supplying and applying FIELD PAINT SYSTEM of MT 33
approved quality and shade as per Sl. No. 10.2 of Table
10.0 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per
Job Specifications, wherever applicable), for steel
structures (excluding ladders, spiral stairways & hand
rails) at all location & levels, all complete as specified, in
OFFISTE (COASTAL) areas as well as UNIT (COSTAL)
areas considering environmental classification as
INDUSTRIAL MARINE. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE. (Unit rate based on Structural
steel weight).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
girders, purlins, siderails, columns, runners, beams, ties,
portals, frame work, bracings, brackets, sagrods etc.
including all handling, straightening/bending if required,
cutting to required size & shape, edge preparation,
welding & bolting of joints, providing and fixing end caps
and plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary Grout/premix free flow
Non Shrink Grout as specified, preparation & submission
of detailed fabrication drawings, preparing the exposed
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable), etc. all complete
as specified & directed. SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable) etc. all complete
as specified and directed (SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxiliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-79-0020 (or as
per Job Specification wherever applicable), etc. all
complete for all depths and heights as specified and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
45 S006.18.00 MS Chequered Plates - Non FIM Items
46 S006.18.01 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fixing, welding, preparation and submission of
fabrication drawings and preparing the surfaces for
painting and applying shop primer as per EIL
Specification No. 6-79-0020 (or Job Specification,
wherever applicable) after fabrication etc. all complete as
specified and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
47 S006.19.00 MS Grating Cat. A,B - Non FIM Items
48 S006.19.05 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations ELECTROFORGED GRATING purchased
from approved manufacturer conforming to EIL Standard
No. 7-68-0697 in walkways, platforms, stair treads etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fabricating clamps, fixing, tack welding, preparation
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
and submission of fabrication drawings and preparing the
surfaces for painting and applying pre-erection/ shop
primer as per Job Specification after fabrication etc. all
complete as specified and directed (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
53 S006.25.03 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
foil or dual foil type, to be used with the help of
dispenser, of 16mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
65 S010.02.02 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
66 S010.02.03 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.,
cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
67 S010.02.04 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, beyond 25mm and upto &
inclusive of 50mm thickness including supply of all tools &
tackles, necessary scaffolding, propping, underpinning
etc., cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
68 S010.02.11 Making cut-outs in RCC slab/ wall upto a thickness of Cu.m. 0.5
400mm (taking all necessary safety precautions) by
vibration-less spark-free mechanical means like core-
cutting, wet cutting by diamond wall saw system at all
depths & heights including supply of all tools & tackles,
necessary scaffolding etc. cutting of reinforcement bars,
disposal of unserviceable material, plastering & finishing
the cut surfaces, all complete as specified and directed
by the Engineer-in- Charge (Measurement on Plan/
Elevation Area basis).
69 S010.04.00 PCC _ Non FIM Items
70 S010.04.01 Demolishing PLAIN CEMENT CONCRETE work (taking Cu.m. 1
all necessary safety precautions) for all depths below
plinth level including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.
disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation and backfilling shall
be paid separately under relevant items)
71 S010.06.00 Steelwork - Non FIM Items
72 S010.06.01 Dismantling bolted/rivetted/welded STRUCTURAL MT 2
STEEL WORK of all descriptions (taking all necessary
safety precautions), including supply of all tools and
tackles, consumables, necessary scaffolding etc.,
providing temporary bracings as required, cutting (by
flame or saw) gusset plates, bolts, nuts, weldings etc.,
transporting and stacking of the serviceable materials,
cleaning the site of work of all unserviceable materials for
disposal to spoil heaps anywhere within the plant
boundary, all complete at all depths and heights, as
specified and directed.
73 S011.00.00 MISCELLANEOUS ITEMS (REFER SPECIFICATION
NO. 6-68-0013)
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
74 S011.01.00 Antitermite - Non FIM Items
75 S011.01.01 Providing and injecting approved chemical emulsions as Sq.m. 2200
specified for pre-constructional ANTI-TERMITE
TREATMENT and creating a chemical barrier under and
around column pits, wall trenches, basement
excavations, top surfaces of plinth filling, junction of wall
and floor, along the external perimeter of building,
expansion joints, surrrounding of pipes and conduits etc.
all complete as specified and directed. (Plinth area of the
building at ground floor only shall be measured).
76 S011.03.00 Cutting RCC Piles - Non FIM Items
77 S011.03.01 Cutting the heads of R.C.C. piles of diameter upto Each 1
600mm and a length not exceeding 1500mm including
exposing/ cleaning, bending of the reinforcement, making
site clean for casting of pile cap and removal of debris to
the spoil heaps within the plant boundary etc. all complete
as specified & directed. (Excavation; if any, to be
measured separately under respective item).
78 S011.04.00 Building pile heads - Non FIM Items
79 S011.04.05 Providing and building up pile heads of diameter upto Cu.m. 0.1
600mm in RCC of grade M30 with 20mm and down size
graded crushed stone aggregates/ gravel including all
shuttering but excluding the cost of reinforcement (to be
measured under respective item) all complete as
directed.
80 S011.05.00 Hard core - Non FIM Items
81 S011.05.01 Supplying and laying to proper level and slopes, HARD Cu.m. 0.1
CORE in any thickness with broken/crushed stones (of
150mm and down size) as sub base in pavements, floor
slabs etc. including hand packing wedging, blinding with
murrum/sand, watering, ramming, rolling with a roller or
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
hand rammer where roller is inaccessible, compacting,
dressing etc. all complete as specified and directed.
82 S011.06.00 Sand Filling - Non FIM Items
83 S011.06.01 Supplying and filling approved SAND of specified quality Cu.m. 400
under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand,royalties,
transportation to site for all leads and lifts,including
loading, unloading, spreading in layers of loose thickness
not exceeding 150 mm,watering,ramming,compacting
with mechanical compactors and/or other equipment to
the specified levels to achive 85% relative density as per
IS:2720 Part XIV,including preparation of subgrade to the
required slope,providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge.The
rates shall be inclusive of the cost of all
labour,material,equipments etc. all complete .
84 S011.07.00 DPC - Non FIM Items
85 S011.07.01 Providing and laying 40mm thick DAMP PROOF Sq.m. 110
COURSE with plain cement concrete of nominal mix of
1:1.5:3 with 10mm & down size graded crushed stone
aggregates in two layers of 20mm thick with two coats of
hot bitumen (Grade A90/S90 conforming to IS:73) applied
@ 1.7 Kg/sq.m. over each layer as per specifications
including cleaning, watering the top surface of walls,
centering, shuttering, placing, tamping, curing, sprinkling
an even layer of dry & sharp sand over the hot bitumen
etc. all complete as specified and directed.
86 S011.09.00 Dressing - Non FIM Items
87 S011.09.01 Dressing and trimming all around the completed Cu.m. 35
buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
88 S011.10.00 BI-POLAR CONCRETE PENETRATING CORROSION
INHIBITING ADMIXTURE
89 S011.10.01 Supplying and mixing of approved brand of BI-POLAR KG 3400
CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE in concrete as per manufacturer's
specification for protection of reinforcement against
corrosion. Supply of admixture in Contractor's scope.
90 S014.00.00 BONDING FRESH CONCRETE TO OLD CONCRETE
BY EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
91 S014.01.00 Epoxy Resin - non FIM Items
92 S014.01.01 Providing and applying approved EPOXY RESIN Kg. 1
(prepared as per manufacturer's recommendation) for
bonding of fresh concrete to old concrete in all types of
structure at all depths and heights including cleaning of
concrete surface, removing of all loose concrete pieces,
making rough by chiselling, taking off the skin of
concrete, application of Epoxy Resin System by spraying,
necessary working platforms, props, scaffolding and other
safety measures, removal of same after completion etc.
all complete as specified and directed. (Excavation,
backfilling, removal of surplus earth, keeping pit dry by
pumping/bailing subsoil water shall be paid separately
under relevant items).
93 L999.00.00 Miscellaneous
94 L999.99.00 Miscellaneous
95 L999.99.99V01 Providing and laying REINFORCED CEMENT CUM 50
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals,
pipe sleepers, columns, suspended floors, staircases,
landings, steps, brackets etc., including equipment/
machine foundations & pedestals viz. compressors, ID &
FD fans, pumps, generators, crushers, mills, etc.,
(including single pour concreting as specified on the
drawing), applying three coats of cement based water
proof paint as per IS:5410 on concrete surface (wherever
no other surface application is specified), providing
pockets, openings, recesses, chamfering, etc., wherever
required, vibrating, tamping,
curing and rendering if required to give a smooth and
even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc., INCLUDING
LOWERING OF WATER TABLE BY WELL POINT
SYSTEM as per direction of engineer-in-charge, all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
96 L999.99.99V02 Providing and laying REINFORCED CEMENT CUM 1500
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
aggregates/ gravel in SUPER STRUCTURE in
suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies,
lintels, girders, ducts, brackets, chajjas with drip moulds,
pedestals, posts, struts, equipment/ machine foundations,
ramps etc. (including single pour concreting as specified
on the drawing), applying three coats of cement based
water proof paint as per IS:5410 on concrete surface
(wherever no other surface application is specified),
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
providing pockets, openings, recesses, chamfering
wherever required, vibrating, tamping, curing and
rendering if required to give a smooth and even surface
etc. (EXCLUDING THE COST OF REINFORCEMENT,
SHUTTERING AND SPECIFIED ADMIXTURES) FOR
ALL HEIGHTS UPTO & INCLUSIVE OF 20 m ABOVE
PLINTH LEVEL in any shape, position, thickness etc. all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
97 L999.99.99V04 Transporting and disposing the SURPLUS EARTH AND CUM 55
DEBRIS including shrubs and vegetations from
construction area beyond the initial LEAD OF 100M AND
UPTO "Refinery property limit" i.e. boundary of plot 'A' &
plot 'C', including re-excavating the deposited soil
excavated earlier, transportation, loading, unloading,
laying at all depths and heights, stacking, levelling and
dressing both the area (viz. from where the earth is
transported and where it is deposited) to required levels
and slopes complete with all lifts as directed. For carting
on the basis of truck measurements (volume of truck
reduced by 30% for voids).
98 L999.99.99V06 Supplying, transporting, storing, fabricating & erecting in MT 2
position and testing/ examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20 m ABOVE HPP/ FGL,
including all builtup sections/ compound sections made
out of rolled sections and/or plates/ bent plates in all types
of structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but
excluding silos, bunkers, hoppers, etc., cutting to required
size, straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting
with Ordinary Grout or premix free flow Nonshrink Grout
as specified, including preparation and submission of
detailed fabrication drawings, preparing the surface for
painting (SSPC-SP-10) and applying pre-erection/ shop
primer (1 coat of F-9 @ 65-75 micron DFT) as per EIL
Specification No. 6-79-0020 (or as per Job Specification,
wherever applicable) after fabrication etc., all complete.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
99 L999.99.99V10 Providing and laying BRICK MASONRY WITH BRICKS CUM 20
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all depths
below plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR
100 L999.99.99V11 Providing and laying BRICK MASONRY WITH BRICKS CUM 1000
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all heights
above plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
101 L999.99.99V12 Supplying and placing in position HIGH YEILD MT 120
STRENGTH DEFORMED STEEL BARS (TMT)
REINFORCEMENT of Grade Fe500D (CRS) conforming
to IS:1786, , for R.C.C. work including transporting the
Steel, straightening, cleaning, decoiling, cutting, bending
to required shapes and lengths as per details, binding
with contractor's own 18 SWG black soft annealed
binding wire at every intersection, supplying and placing
with proper cover blocks, supports, chairs, overlaps,
welding, spacers, fanhooks etc. for all heights and depths
etc. all complete as directed.(SUPPLY OF ALL
MATERIAL IN CONTRACTOR'S SCOPE).
102 L999.99.99V13 Supplying, fabricating and fixing in position at all locations M 5
1000mm high INCLINED HAND RAILING (for staircases,
etc) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade M.S. Tubes conforming to
IS:1239 including straightening if required, cutting,
bending, welding, bolting, grouting with ordinary grout,
cleaning, surface preparation, epoxy powder coated as
per EIL SPEC. 6-79-0020 (or as per Job Specification,
wherever applicable), preparation and submission of
fabrication drawings etc. all complete as specified, shown
and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
103 L999.99.99V14 Supplying, fabricating and fixing in position at all locations M 10
1000mm high HORIZONTAL HAND RAILING (for
platforms, walkways, etc. or any other location as
directed) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade MS Tubes conforming to IS:1239
and 100x5 MS Toe Plate confirming to IS:2062 (Grade
A/B), including straightening if required, cutting, bending,
welding, bolting, grouting with ordinary grout, cleaning,
surface preparation, epoxy powder coated as per EIL
SPEC. 6-79-0020 (or as per Job Specification, wherever
applicable), preparation and submission of fabrication
drawings etc. all complete as specified, shown and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
104 L999.99.99V26 Providing and laying HALF BRICK MASONRY with bricks SQM 125
of CLASS 10.0 in cement mortar 1:4 (1 Cement : 4 Sand)
in any shape, including the cost of materials, labour,
scaffolding/staging, sampling and testing, soaking of
bricks, cutting and laying of bricks, providing openings of
any shape & size, raking out the joints, supplying and
placing 2 Nos. 6mm dia. M.S. Bars at every fourth
course, sealing the gap between masonry and soffit of
beam/slab, embedding the fittings and fixtures, curing etc.
all complete as per specification.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
105 L999.99.99V27 Providing & embedding 50mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
106 L999.99.99V28 Providing & embedding 60mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
107 L999.99.99V29 Providing & embedding 100mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
108 L999.99.99V30 "Transporting, storing, fabricating & erecting in position MT 15
and testing/
examining bolted and/ or welded STRUCTURAL STEEL
WORKS of Grade E250BR / E250B0 (confirming to per
IS:2062) at all locations and levels UPTO & INCLUSIVE
OF 20 m ABOVE HPP/ FGL, including all builtup
sections/ compound sections made out of rolled sections
and/or plates/ bent plates in all types of structural
frameworks, floor beams, stairs, or any other structural
items or accessories to support equipments, piping,
conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting with ordinary Grout or premix
freeflow Nonshrink Grout as specified, including
preparation and submission of detailed fabrication
drawings, preparing the surface for painting (SSPC-SP-
10) and applying pre-erection/ shop primer (1 coat of F-9
@ 65-75 micron DFT) as per EIL Specification No. 6-79-
0020 (or as per Job Specification, wherever applicable)
after fabrication etc., (return of all
unused/ scrapped/ unserviceable steel to OWNER'S
storage point and reconcilliation of material)
STRUCTURAL STEEL SHALL BE PROVIDED TO
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
109 L999.99.99V31 Transporting from storage yard (or any other location as MT 90
specified by
engineer-in-charge), Storing, Assembling and Erecting in
position and testing/ examining, bolted and/ or welded,
already Fabricated STRUCTURAL STEEL (of any Grade)
at all locations and levels UPTO & INCLUSIVE OF 20 m
ABOVE HPP/ FGL, including all builtup sections/
compound sections made out of rolled/ hollow sections
and/or plates/ bent plates in all types of structural
frameworks, fixing in line and level with temporary staging
& bracing and removal of the same after erection,
grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified including modification
etc.,all complete. ALREADY FABRICATED
STRUCTURAL STEEL SHALL BE PROVIDED TO
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
110 L999.99.99V34 Placing in position HIGH YEILD STRENGTH MT 100
DEFORMED STEEL BARS (TMT) REINFORCEMENT of
Grade Fe500D (CRS) conforming
to IS:1786 for RCC work including transporting the same
from store/ issue points to site of work, straightening,
cleaning, decoiling, cutting, bending to required shapes
and lengths as per details, binding with contractor's own
18 SWG black soft annealed binding
wire at every intersection, supplying and placing with
proper cover blocks, supports, chairs, overlaps, welding,
spacers, fanhooks etc. (return of all unused/ scrapped/
unserviceable steel to OWNER'S storage point and
reconcilliation of material) for all heights and depths etc.
all complete as directed. HYSD STEEL
REINFORCEMENT SUPPLIED FREE OF COST BY THE
OWNER.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Schedule of Rates
for
Instrumentation Works
Tender
BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers to
repel breeding of rats in main control room.
4 I900.30.01 Rodent repellers NOS 2
Schedule of Rates
for
Mechanical Eqpt Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room LOT 1
building
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
actual capacity 60 TR each
b) AHU of 22000 CFM (1Working)
c) Ducting and it's Accessories for Air Distribution (1 Lot)
5 Q998.99.99V11 Air Cooled package AC System for Sub Station building LOT 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
6 Q998.99.99V13 Comprehensive AMC for HVAC system for first year LOT 1
7 Q998.99.99V14 Comprehensive AMC for HVAC system for second year LOT 1
8 Q998.99.99V15 Comprehensive AMC for HVAC system for third year LOT 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
therein for air-conditioning System.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Schedule of Rates
for
Civil-Structural and Architectural Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 Providing and laying average 25mm cement concrete
flooring in panels consisting of base course of 1:2:4 grade
cement concrete (6mm down size stone aggregate) laid
over sub-base of cement concrete and finishing with a
layer of floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry @ 2.75 kg of
cement per Sq. M. of area over the sub- base to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete
4 A002.01.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 340
COST
5 A002.02.00 Providing and laying cement concrete granolithic flooring
in panels consisting of base course (under layer of 1:2:4
grade cement concrete, 6mm down size stone
aggregates) laid over sub-base, wearing top- layer of
cement mortar (1 cement: 3 coarse sand by volume)
finished smooth by tamping, trowelling, and with a
finishing floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry over the sub-
base @ 2.75Kg of cement per Sq. M of area to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete.
6 A002.02.01 With average 25mm thick under-layer and 15mm thick Sq.M. 950
top layer. CEMENT SUPPLIED BY THE CONTRACTOR
AT THEIR COST.
7 A002.03.00 Providing and laying average 50mm thick heavy duty
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
flooring in panels consisting of base course of 35mm
thick cement concrete (1 cement : 1.5 coarse sand : 3.5
stone aggregates of 10mm to 6mm size by volume) laid
over sub-base and 15mm thick finishing layer consisting
of cement and integral hardening compound mixed in
ratio of 4 cement :1 hardenar (by weight) :2 stone
agrgregates of 6mm and down size laid integral with base
course and finished smooth including cleaning the sub-
base surface, applying neat cement slurry @2.75 Kg of
cement per Sq.M of area over sub-base to receive the
base course, levelling, tamping, trowelling, finishing,
curing, providing shuttering to the edges etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) RM 3000
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
200mm x 300mm x 6.5mm (Minimum) thick.
22 A002.11.05 Ceramic, matt finished non-slip type tiles of approved Sq.M. 45
make and shade(s) in approved design/ pattern including
cleaning the finished surface with oxalic acid, wax
polishing etc. for size 300mm x 300mm x 8mm (+5%)
thick tiles for flooring.
23 A002.11.07 Decorative, matt/ mirror finish homogeneous double Sq.M. 575
charge Vitrified porcelain tiles of minimum size 600mm x
600mm x 10mm thick in approved quality, colour, make,
design/ pattern
24 A002.15.00 Providing and applying pigmented (approved shade) Sq.M. 110
chemical and abrasion resistant, solvent based self
levelling floor coating based on epoxy resin with amine
curing agents, in 2 coats @ 125 gms/sq.m. (min.)per coat
by brush or spraying over a levelling screed (min. 3mm
thick) of a 3 part solvent free combination of epoxy resin,
amine hardeners and graded chemically inert aggregate
filler, laid over a coat of 2-part epoxy resin primer applied
over existing flooring etc. all as per manufacturer's
specifications.
25 A002.16.00 Providing and applying pigmented (approved shade) Sq.M. 160
chemical and abrasion resistant, solvent based coating
(on dado/wall) of epoxy resin with amine curing agents, in
2 coats @ 125 gms/sq.m. (min.) per coat by brush over
plastering/ concrete surfaces including surface
preparation, curing etc. all as per manufacturer's
specification.
26 A002.17.00 Providing and laying minimum 18mm thick approved
premium quality and shade polished granite stone slabs
in flooring, counters, treads, risers, skirting, dado etc.
over and including a bed of cement mortar including
preparing the base surface, applying neat cement slurry
@ 2.75 kg. of cement per sq. mtr. of area to receive the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
mortar bed, jointing each slab with neat cement paste/
grout with white cement maixed with pigment (conforming
to IS:2114, Table-1) to match the colour of the granite
stone slabs, finishing etc. all complete.
27 A002.17.01 Granite stone slabs in flooring, counters, treads Sq.M 310
etc.(perfectly levelled) over and including a bed of cement
mortar 1:4 (1 cement: 4 coarse sand by volume)
CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR
COST.
28 A002.17.03 Granite stone slabs in risers, skirting, dado etc. over and Sq.M 200
including a bed of cement mortar 1:3 (1cement: 3 coarse
sand by volume) CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
29 A002.17.05 Extra for round nosing/ moulded edges (as per approved RM 65
design) to Granite stone slabs.
30 A002.21.00 Providing and laying anti slip (rough)Granite stone slabs,
of thickness minimum 25mm, in flooring, landing, tread,
ramps over minimum 20mm thick cement mortor1:4 (1
cement :4 course sand by volume) over and including a
bed of cement mortar including preparing the base
surface, applying neat cement slurry @ 2.75 kg. of
cement per sq. mtr. of area to receive the mortar bed,
jointing each slab with neat cement paste/ grout with
white cement mixed with pigment (conforming to IS:2114,
Table-1) to match the colour of the granite stone slabs,
finishing etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
grooves)
33 A003.00.00 WOOD WORK
34 A003.01.00 Providing and fixing wooden frames of doors, windows,
ventilators including cutting, shaping, jointing, applying a
coat of bituminous paint on concealed surface, wood
primer on exposed surface, fixing in masonry/RCC by
means of 300mm x 25mm x 6mm thick M.S. hold fasts
screwed to frame @ 600mm max vertically and grouted
with M-15 grade concrete in min. 350mm x 100mm x
100mm sized hole made in masonry/96mm long, 12mm
dia M.S. dash fastener, painting with two coats of
approved shade and make (ICI or equivalent) synthetic
enamel paint over approved quality primer coat, finishing
etc. all complete.
35 A003.01.01 Wooden frames with second class teak wood conforming Cu.M. 0.5
to IS : 4021.
36 A003.02.00 Providing and fixing Factory made, overall 35mm thick
block board flush shutter consisting of solid core block
board bonded with phenol phormaldehyde synthetic resin
conforming to IS : 848 and faced on both faces with
commercial type plywood/teakwood veneering/ lamination
bonded with phenol formaldehyde synthetic resin
conforming to IS : 848, including providing and fixing
second class teakwood perimeter beading fixed by
means of approved quality neoprene based adhesive and
nailing @ 300 mm max.. painting exposed surface with
two coats of approved shade and make synthetic enamel
paint over approved quality primer coat, providing and
fixing 125mm long M.S. butt hinges [for each shutter
(vertical spacing not exceeding 600mm)] including fixing
with door frame, finishing etc. all conforming to IS : 2202.
37 A003.02.03 Door shutter faced with 1mm thick approved quality Sq.M. 30
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
lamination of approved shade/brand.
38 A003.06.00 Extra for providing and fixing square or rectangular vision Sq.M. 1
panels in door shutters of 4mm thick plain glass (wt.
7.2kg/Sq.M) and conforming to IS : 2835 with 20mm x
10mm Teakwood beading fixed by approved quality
neoprene based rubber adhesive and nailing @ max.
300mm c/c, including all cutting, fixing, providing 2 coats
of approved quality Polyurithane transparent coating with
stainer mix to achieve the desired shade on the teak
wood etc. all complete. (Measurement for payment to be
made only for the glazed area of vision panel).
39 A003.07.00 Providing and fixing in position following items including
all necessary fixtures, fittings, finishing etc. all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
46 A003.07.08 Approved quality 3mm thick plastic kick/push plate fixed Sq.M. 3
with brass screws.
47 A003.07.09 Approved quality anodized aluminium aldrop 300mm Unit 15
long, 19.05mm dia in bronze colour.
48 A003.07.10 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 250 x 10mm.
49 A003.07.11 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 150 x 10mm.
50 A003.07.12 Approved quality zinc alloy pressure die cast, chromium Unit 40
plated spring loaded round door stopper with double
heavy duty rubber shoes.
51 A003.07.13 Approved quality 75mm long aluminium toilet door latch Unit 8
with vacant/occupied indicator.
52 A003.07.14 Approved quality chromium plated brass coat and hat Unit 8
hook fixed with chromium plated brass screws.
53 A004.00.00 STEEL/ ALUMINIUM/ GLAZED/ FULLY GLASS/ PVC
ETC. DOORS, WINDOWS AND VENTILATORS
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces etc. all complete.
55 A004.05.09 Motor operated rolling shutter as per approved Sq.M. 30
Manufacturer's design & drawing for rolling shutters for
width upto 3.5 metre with all necessary electricals like
motor, switching panels, switches, cables, wires etc. as
required for smooth functioning of the shutter
56 A004.11.00 Providing and fixing in position plastic doors (with door Sq.M. 2.1
frames), of UV stabilized compounds of PVC ('Sintex' or
approved equivalent), consisting of 53x 60mm L-shaped
door frame (BLR53 of 'sintex' or equivalent), 33x47mm
shutter frame (DWUF 306 of 'sintex' or equivalent),
30mm thick infill panel slats, complete as per
manufacturer's specifications and recommendations,
including all fittings, fasteners, fixtures, sealing periphery
with polymeric sealant etc all complete.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Notes:
1. Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
Only the net shutter(s) area shall be measured for
payment
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia and size,
including necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners to be paid
for separately) :
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
direction of Engineer-in-charge complete
65 A004.14.17 Providing and fixing 205 X 19 mm adjustable friction Each 40
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
66 A004.14.19 Providing and fixing 355 X 19 mm adjustable friction Each 30
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
67 A004.14.25 Providing and fixing 100mm brass locks (best make of Each 35
approved quality) for aluminium doors including
necessary cutting and making good etc. complete.
68 A004.14.29 Providing and fixing 100 mm long aluminium handles, ISI Nos 64
marked, anodised (anodic coating not less than grade AC
10 as per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc. complete
69 A004.14.30 Providing and fixing aluminium tower bolts of size 100mm Nos 64
x 10mm , ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 ) transparent or dyed
to required colour or shade, with necessary screws etc.
complete
70 A004.15.00 Providing and fixing pressed steel door and window
frames of size (assorted size out of) Overall 125mm x
60mm section, of required profile conforming to IS: 4351,
made of 16 SWG pressed steel including/ consisting of:
i)3 mm thick MS flat spacers welded to frame @ 500mm
c/c and at holdfast locations.
ii)Filling the hollow frame section with concrete. iii)MS
angle (20mmx20mmx3mm) horizontal tie member below
floor finish.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
iv)MS holdfasts (200mmx25mmx6mm) welded to
spacers.
v)Fixing to masonry (by grouting the holdfasts with M-15
grade concrete in minimum 250mm x 100mm x 100mm
sized hole)/ fixing to RCC (by minimum 100mm long, 12
mm dia metallic counter sunk anchor fasteners)
vi)MS pad plates (40mm x 150mm x 3mm) & GI mortar
guard welded to frame at hinge and other hardware
locations.
vii)Metering of joints between horizontal and vertical
members, grinding and smoothening of welding, cleaning
of frame surface, finishing (synthetic enamel painting/
electrostatic powder coating/ polyurethane (PU) coating),
making true alignments and surfaces etc. all complete.
Notes:
1)Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
2)Cumulative length of all horizontal and vertical frame
members shall be measured for payment.
71 A004.15.05 Frames painted with Electrostatic Powder coating. RM 100
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
their cost.
76 A005.01.09 Ordinary plain cement plaster Average 6 mm thick 1:4 (1 Sq.M 6800
cement : 4 sand). Cement supplied by the Contractor at
their cost.
77 A005.01.13 Plain cement plaster with waterproofing compound Sq.M 2700
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight, Average 18mm
thick 1:6 (1 cement : 6 sand) Cement supplied by the
Contractor at their cost.
78 A005.01.19 Plain cement plaster with waterproofing compound Sq.M 400
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight. Average 6mm
thick 1:4 (1 cement : 4 sand) Average 6mm thick 1:4 (1
cement : 4 sand). Cement supplied by the Contractor at
their cost.
79 A005.04.00 Providing 20mm x 10mm Grooves in plastering in perfect RM 2000
straight line, plumb and uniform size throughout including
finishing etc. all complete.
80 A006.00.00 ROOFING TREATMENT
81 A006.02.00 Providing and laying cement concrete (1 cement : 2
coarse sand : 4 aggregate) over concrete surfaces, laid to
slope at all heights including, finishing, curing, tamping
etc. all
82 A006.02.01 Cement supplied by the Contractor at their cost. Cu.M 300
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
required thus preparing smooth surface of the terrace;
providing and applying one coat of cold applied bitumen
based primer @ 0.2 to 0.4 litre per sq. mtr.; laying the
membrane by torch welding over primer, providing
100mm overlaps and appropriately pressing the
membrane to remove any entrapped air, including fixing
on parapet after providing 10mm x 20mm continuous
groove in parapet for terminating the membrane and
filling the groove with polyurethane sealant and continuing
this treatment at rain water outlet points; providing
finishing protective layer of 35 mm thk. P.C.C. (1:2:4) in
panels of maximum size 1200mm x 1200mm chequered
finish with 24 SWG chicken wiremesh interposed in
between finished smooth with joints between panels
sealed with suitable polyurethane sealant; providing fillets
of 75 mm radius with P.C.C. (1:2:4) at junctions of
horizontal and vertical surfaces finished smooth;
providing 450mm x 450mm khuras (rain water collecting
pits) in 1:2:4 cement concrete at all outlets, levelled down
by min. 25mm, finishing, curing etc. all complete as per
approved manufacturer's standard specifications and
recommendations. .
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sandpapering etc. all complete.
87 A007.04.00 Providing and applying two coats of distempering of
approved quality and shade including cleaning and
preparation of surfaces etc. all complete.
88 A007.04.02 Oil bound distempering conforming to IS : 428 including Sq.M 6660
preparation of surfaces (making good of uneven plaster
with plaster of paris mixed with water, sand papering),
providing a priming coat of alkali resistant/ distemper
primer.
89 A007.09.00 Providing and applying textured wall coating system
consisting of twin pack fine grade silica granules/ dry
flakes made of special grade of china clay/ granite type
flakes of `Heritage' or equivalent in approved shade and
texture; mixed in-situ with 100% acrylic polymer bonding
agent; applied over plastered surfaces; the granules/
flakes etc., bonding material, mixing, method of
application surface preperation etc. all shall be as per
manufacturer's recommendations and specifications.
90 A007.09.01 Providing and applying textured granular type wall Sq.M 380
coating.
91 A007.11.00 Providing and applying/ finishing the walls/ RCC surfaces SQM 4000
with Premium Acrylic smooth exterior paint with silicon
additives with low VOC (Volatile Organic Compound)
content (Snowcryl-XT of 'Snowcem India Ltd. or approved
equivalent) of required shades on new work applied in
two or more coats at the rate of 1.43 ltr/ 10 sq.m over and
including base coat of waterproof cement paint (of
Snowcem Plus or approved equivalent) including
cleaning, preparation of surfaces, curing etc. all complete.
92 A008.00.00 ROOFING
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
93 A008.10.00 Providing and fixing 40mm x 6mm M.S. flat wind ties over RM 25
sheeting with anticorrosive polymer coated G.I. nuts,
bolts, polymer cap, seal and thrust washers of approved
make iincluding painting with two coats of synthetic
enamel paint of approved make over a coat of approved
quality red oxide zinc chromate primer etc.all complete.
94 A008.12.00 Providing and fixing rain water pipes with M.S. holder
clamps including fixing/embedding into
masonry/concrete, providing connections like shoes,
vents, specials, bends etc. fixing in perfect plumb etc. all
complete.
95 A008.12.05 110mm dia O.D. Size. exposed PVC rain water pipe RM 10
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
96 A008.12.07 110mm dia O.D. Size. embedded PVC rain water pipe RM 25
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
97 A008.12.08 160mm dia O.D. Size. embedded PVC rain water pipe RM 250
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details
98 A008.17.00 Providing and laying in position approved quality profiled, Sq.M 2000
precoated, steel sheets (for roofing, cladding etc.) made
from cold rolled high tensile Zincalume/ Galvalume Steel
of 550 MPA yield stress conforming to IS:513, IS:15961
and ASTM AS: 1397; the substrate shall be hot dip
metallic coating of aluminium- zinc alloy (150 grams per
sq. mtr. Total on both sides, coating class AZ150); the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bottom unexposed surface shall be provided with alkyd
backer of minimum 5 microns over a 5 micron coat of
primer; top exposed surface shall have SDP (Super
Durable Polyester) paint system MINIMUM 20 microns in
approved shade applied over 5 microns primer; overall
coated thickness of sheets not less than 0.52 mm having
base metal thickness of minimum 0.45mm (negative
tolerance not acceptable), profile depth not less than
28mm and pitch of 195 to 255mm; including cutting,
mitering, laps, providing cutouts for fixing accessories,
necessary fastners (approved quality anti corrosive
polyester polymer coated, rivets, nuts, bolts, self drilling
screws/ fasteners with integral washers and EPDM seals,
and nylon colour caps and natural cure type joint sealants
etc.) All complete as per approved manufacturer's
specifications.
Note: The steel sheet shall have brand marking of coated
steel manufacturer (product details, date, mfg name, etc)
on back side at regular interval confirming genuinity of the
material.
99 A008.18.00 Providing and laying in position roofing and cladding Sq.M 400
accessories like ridge piece, corner piece, north light
curve piece, apron piece, gutter, flashing etc. fabricated
out of 0.5mm precoated Zincalume/ Galvalume Steel
steel sheets of same material/ quality etc. as that of
sheeting; bent and profiled to match with the roofing and
cladding, including all cutting, fabrication, rivetting,
fastners etc. all complete.
100 A008.20.00 Providing and fixing in position (for roofing and cladding) Sq.M 190
machine made 2mm thick corrugated polycarbonate
sheets (conforming to IS :14434, 14443) of approved
manufacturer (in approved shade) extruded from
polycarbonate resin, having profiles as approved/
matching exactly with the surrounding pre-coated roofing/
cladding sheets and having following properties:
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(a) Specific gravity 1.2 g/ cm3
(b) Hardness 119 M Scale
(c) Tensile Strength 64 Mpa
(d) Compressive strength 66Mpa
(e) Impact Strength 900 J/m
The item includes fixing to steel structure members
(truss/ purlins)/ brick masonry walls by means of polymer
coated 'J' or 'L' hooks, bolts, nuts 8mm dia G.I. bitumen
washers etc. all complete as per approved
manufacturer's recommendations and specifications.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
pipe,15 mm dia ,450mm long PVC connection pipe,ball
valve, painting of all exposed matalic surfaces with 2
coats of approved shade and quality synthetic enamel
paint (ICI or approved equivalent) over a priming coat of
approved quality red oxide zinc chromate, cutting walls,
floors and making good of same, making inlet and outlet
connections, finishing etc. all complete.
104 A009.03.00 Providing and fixing white glazed ceramic, flat back half
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI including automatic glazed
Earthenware cistern for every one 15mm dia CP brass
cistern outlet 750mm long,32mm dia GI waste pipe with
brass union,CP brass bottle trap,CP brass
spreader,tee,distribution pipe etc.,MS brackets for cistern,
painting of all exposed mettalic surface with 2 coats of
approved shade and quality synthetic enamel paint (ICI or
approved equivalent) over a priming coat of approved
quality red oxide zinc chromate, making inlet and outlet
connections, fixing with C.P. brass screws, finishing etc.
all complete.
105 A009.03.01 One urinal.(with 5 litre capacity cistern) Unit 5
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
107 A009.05.02 Providing Hand wash basin of approved colour Unit 5
earthenware of approved shape ( Oval etc. ) with
pedestal.
108 A009.08.00 Providing and fixing 600mm x 120mm x 4mm thick Glass Unit 5
shelf of approved quality with CP brass bracket and guard
rails including fixing to wall with wooden cleats and CP
brass screws, cutting walls and making good the same,
finishing etc.all complete.
109 A009.09.00 Providing and fixing approved quality chromium plated Unit 8
brass towel rail of 20mm dia, 600mm length and 1.25mm
thickness including fixing to wall with wooden cleats and
CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
110 A009.10.00 Providing and fixing approved quality chromium plated Unit 8
liquid soap container including fixing to wall with wooden
cleats and CP brass screws, cutting walls and making
good the same,finishing etc. all complete.
111 A009.11.00 Providing and fixing Heavy grade Bib cocks/ stop cocks
of spring loaded self closing type conforming to IS : 781
including making connections, cutting walls and making
good the same etc. all complete.
112 A009.11.01 15mm dia CP Brass stop cock. Unit 29
114 A009.14.00 Providing and fixing CP Brass Toilet paper holder of Unit 8
approved make with CP brass brackets including fixing to
wall with wooden cleats, CP brass screws,cutting walls
and making good the same, finishing etc. all complete.
115 A009.15.00 Providing and fixing in position round/ oval shaped
counter Hand Wash Basin with anti-splash rims,
conforming to IS:2556 Part IV, to fit in exactly and neatly
in the cutout in the marble/ granite stone finished R.C.C
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
counter; one 15mm dia CP brass pillar cock, rubber plug
with C.P. brass chain, 32mm C.P. waste fitting of
standard pattern type with 32mm dia G.I. pipe, C.P. brass
bottle trap, cutting walls, counter etc. and making good
the same, also including providing cut out in marble/
granite slab counter top (and R.C.C underneath) of exact
size and shape for wash basin to fit in neatly and
perfectly; making all connections, finishing etc. all
complete. (Marble/ Granite counter top shall be paid
seperately under relevant item of `Floor Finishing')
116 A009.15.02 Providing round/ oval shaped counter Wash Basin of Nos. 3
glazed chinaware in approved colour.
117 A009.16.00 Providing and fixing stainless steel Kitchen/ Laboratory Nos. 2
sink of approx. Size 610mm x 450mm x 200mm made of
min. 1mm thick stainless steel sheet of `Salem Steel' or
equivalent supported on and including M.S. brackets
conforming to IS: 775; one 15mm dia C.P brass long
body bib cock (if fixed to wall) or swivel type pillar cock (if
fixed to counter), 15mm dia PVC/ G.I. connections to floor
trap with unions etc.; painting all exposed metallic
surfaces with min. 2 coats of synthetic enamel paint of
approved make and shade over acoat of red oxide zinc
chromate primer; cutting floor, walls, counter etc. and
making good the same, making all connections, finishing
etc. all complete.
118 A009.17.00 Providing and fixing minimum 17mm thick polished Sq.M 3
granite stone partitions (in approved quality, shade and
design/ shape) with round edges for urinals including
cutting walls, inserting (up to 100mm depth) and fixing the
slab with Cement Mortar (1 cement : 3 coarse sand by
volume), making good of all damaged work, finishing etc.
all complete
119 A009.18.00 Providing and fixing round edged mirror of 6mm thick Sq.M 8
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
float glass with 6mm thick waterproof marine ply backing
and rounded/ beveled edging, fixed on wall with wooden
cleats and CP brass screws including cutting walls/ tiles,
making good the same, finishing etc. all complete.
120 A009.19.00 Providing and fixing CP Brass hand shower (health NOS 8
Faucet, of Jaquar or approved equivalent ) with 8 mm
Dia, 1 metre long PVC Tube and Wall hook in approved
colour and finish with all necessary fittings etc. all
complete.
121 A009.20.00 Providing and fixing approved quality chromium plated NOS 8
brass towel ring of 150mm dia including fixing to wall with
wooden cleats and CP brass screws, cutting walls and
making good the same, finishing etc. all complete.
122 A009.21.00 Providing and fixing approved quality chromium plated NOS 8
brass towel rack with towel rail, of 250mm width and
600mm length including fixing to wall with wooden cleats
and CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
123 A009.22.00 Providing and fixing approved quality chromium plated NOS 8
brass Soap dish of 100mm width and 130mm length
including fixing to wall with wooden cleats and CP brass
screws, cutting walls and making good the same,
finishing etc. all complete.
124 A009.23.00 Providing and fixing white glazed Earthen ware double Unit 3
trap, syphonic pattern wall mounted (European type)
water closet conforming to IS: 2556 Part II including white
plastic solid seat and cover conforming to IS : 2548, CP
brass hinges and rubber buffers, CP brass 40mm dia
flush pipe,15 mm dia, ball valve, painting of all exposed
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
metalic surfaces with 2 coats of approved shade and
quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved quality red
oxide zinc chromate, cutting walls, floors and making
good of same, making inlet and outlet connections,
finishing etc. all complete.
125 A009.24.00 Providing and fixing white glazed ceramic, flat back half Unit 2
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI, having electronic, battery
operated sensor based flushing system of approved
make and model including 32mm dia GI waste pipe with
brass union, CP brass bottle trap, CP brass spreader,
tee, distribution pipe etc., painting of all exposed metallic
surface with 2 coats of approved shade and quality
synthetic enamel paint (ICI or approved equivalent) over a
priming coat of approved quality red oxide zinc chromate,
making inlet and outlet connections, fixing with C.P. brass
screws, finishing etc. all complete.
126 A009.25.00 Providing, fixing, testing and commissioning C.P. brass 2 NOS 3
way bib cock quarter turn type for health faucet of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
127 A009.26.00 Providing, fixing, testing and commissioning C.P. brass NOS 3
wall mount Lavatory faucet mixer for wash basin of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
128 A010.00.00 FALSE CEILING, FALSE FLOORING, UNDERDECK
INSULATION, PARTITIONING
129 A010.03.00 Providing and fixing Mineral Fibre Tile false ceiling
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
consisting of A. 600mm x 600mm x 15mm thick Mineral
Fibre Acoustical tiles with durable tegular edging having
noise reduction coefficient (NRC) value of min. 0.50, light
reflectance value of min. 80%,thermal conductivity (K)
value of 0.052-0.057 w/m deg.C and fire performance
conforming to class-I as per BS-476,back of the tiles
being provided with one coat of protective coating. B.
Suspension system consisting of hot dipped galvanised
steel main runners @ max. 1200mm c/c ( 0.33mm
thk.,"T"shaped, 24mm x 38mm size with single rotary
stiching), cross runners ( 0.25mm thk.,"T" shaped with
double rotary stiching, 24mm x 30mm size, 1200mm long
and 24mm x 25mm size, 600mm long ), perimeter
sections ( 0.45mm thick,22mm x 22mm size) including
suspending the system by means of 4mm dia MS
wire,6mm thk. MS cleat of 25mm x 25mm size, dash
fasteners and level adjustors, providing 30 micron powder
coating to exposed metallic members, providing slit
openings for fixing supply/return air grill, lighting fixtures,
AC ducts etc. all complete.
130 A010.03.01 With fine fissured tiles (Acoustical punchers (10mm Sq.M 300
deep) = 24000sm, No. Of fissures (3 to 4mm deep) =
28800sm)
131 A010.09.00 Providing and fixing Tray type Aluminium plank false Sq.M 650
ceiling consisting of 254/305mm x 1264mm or 600mm x
600mm size Aluminium planks (profiled for positive
engagement into clip-in profiles and demounting of
individual planks) manufactured out of 0.7mm thk.
Aluminium alloy 3105/3005/5052 (as per ASTM 209M)
with stove enamelled (coil coated) finish in approved
colour and suspension system consisting of 0.5mm thk.
40mm x 20mm galvanised steel clip-in main runner
profiles (@ 1264mm or 600mm as per plank size)
supported by and including 0.5mm thk. 25mm x 16mm GI
suspension angle,1mm thk. 25mm x 34mm x 76mm
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CRCA zinc plated steel ceiling brackets (@ max.
1264mm c/c or 600mm as per profile) fixed to roof
slab/beam,0.5mm thk. 40mm wide, 105mm high G.I. hold
on clamps slotted for level adjustment, perimeter angles
including providing slit openings for fixing supply/return air
grill, lighting fixtures, AC ducts etc. all complete. .
132 A010.12.00 Providing and fixing in position underdeck insulation Sq.M 1050
consisting of rigid Polyisocyanurate foam (PIR) slabs of
size 1000 x 500mm and thickness of 30mm (covered on
one side with glass fibre tissue/ Aluminium foil having
50mm overlap) conforming to IS:12436 having density not
less than 32 kg./ Cu. M., thermal conductivity (K- value)
not more than 0.023 w/mk measured at 10 deg. C;
classified as 'Class I' for surface spread of flame as per
BS 476, part 7; fixed to R.C.C. slab by hot blow grade
bitumen of 85/25 grade or cold adhesive CPRX applied
over a coat of bituminous primer @ 0.5 Litres/ Sq.M.
applied to bare R.C.C. surface and to the two surface of
each PIR panel and pressed in position (while the
bitumen is still tacky) with the help of G.I. screws (No. 8 x
75mm long) fixed into rawl plugs (holes in R.C.C. for the
rawl plugs shall be drilled prior to applying coat of
bituminous primer) of size 8 x 25mm inserted (5 nos. for
each slab- One each at 4 corners and one at center) and
G.I washers 25mm dia; including covering the overlaps
with approved quality sealing compound (MAS-94 or
equivalent); chicken wire mesh 24G x 19mm shall then
be fixed to G.I screws and tightened with lacing wire;
including preparation of surface consisting of cleaning
R.C.C surface of all dust, dirt and loose particles by wire
brushing; etc. all complete as per approved
manufacturer's standard specifications and
recommendations.
133 A010.15.00 Providing and installing/ fixing in position 600mm-
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1000mm high truly levelled and aligned cavity/ false
flooring system having load bearing capacity of uniformly
distributed load of minimum 2025 kg/ sq.m. and point
load of 675 Kg., the system consisting of:
(i) Sub-structure/ pedestal assembly (designed for
speedy assembly/ removal for relocation/ maintenance)
of zinc electro plated steel comprising of:
a. 90mm x 90mm x 4mm embossed pedestal head
attachment mechanically riveted to a 90mm long,
minimum 19mm dia threaded bright M.S. rod stud with
check nuts for level adjustment (for upto 25mm) and
arresting vertical movement, anti-vibrational PVC cap (for
panel and stringer location),
b. CRCA (Electrical resistant welded) Pedestal of 32mm
dia (OD), 2mm thick pipe mechanically reduced to four
ribs at top to accommodate head assembly, mechanically
locked to maintain true plumb welded to pedestal base
plate.
c. Pedestal Base plate 150mm x 150mm x 4mm thick
(with stiffening folds) fixed/ anchored to main concrete
floor @ 600mm c/c both ways (for installing flooring tiles)
by means of adhesive or fastener as recommended by
Manufacturer.
(ii) Stringers of minimum sectional size 20mm x 32mm x
1.2mm made of hot dip galvanized steel cold rolled
construction with ribs embossed on 3 sides (designed for
strength, lateral stability, rolling loads and to support
panels on all four sides for alignment), having counter
sunk holes at both ends for fixing to pedestal head
assembly with M6 machine screws.
(iii) Removable and re-usable Floor panels of size
600mm x 600mm made of all steel welded construction
(cleaned, degreased and phosphated with 11 tank
process, finished with 40-60 micron epoxy coating (and,
heated to achieve adhesion to the panel surface and
corrosion resistance) with bottom surface consisting of
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
multiple hemispherical and reverse cones and top plain
sheet (fuse welded at 129 locations) to form an enclosed
panel of an overall depth 37mm; the inner empty core of
the panel injected with light weight fire retardant, non-
combustible cementitious compound (at high pressure to
fill all crevices of the panel), each panel finished on top
with 2mm thick fire retardant floor grade high pressure
laminate/ 2mm thick anti-static PVC tiles in approved
design/ shade/ texture; fixed to flooring panel by means of
approved adhesive; the edges of the finished panels
provided with conductive PVC edge trim 5mm wide on all
sides (mechanically locked and sealed in place).
The item includes:
i) Providing and fixing all accessories like screws, bolts,
adhesive etc. as per manufacturer's specifications.
ii) Making necessary adjustment in grid dimensions,
stringer lengths, floor panel dimensions etc. at ends or
centre (to cater to specific room sizes) or at panels
locations, as required.
iii) Cutting of floor panels as required at ends.
iv) Treating the underneath cement concrete floor with
one component polyurethane floor coating etc. all
complete.
v) Providing additional steel structural supports/ pedestal
assembly at edges, cut outs etc. as required.
vi) Providing all necessary accessories such as outlet
boxes, grommets, Panel lifters (at least one for each
building) as required etc. all complete.
134 A010.15.01 False flooring panels with 2mm thick fire retardant floor Sq.M 220
grade high pressure laminate conforming to BS : 476 part
- 7 on a semi-automated lamination line in approved
design/ shade/ texture.
135 A010.17.00 Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm
dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having lips of 10.5 mm, at
450 mm centre to centre, shall be fixed in a direction
perpendicular to G.I. intermediate channel with
connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimeter
channels 0.5 mm thick 27 mm high having flanges of 20
mm and 30 mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm
centre, with 25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum board to ceiling
section and perimeter channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and
square edges of the board with recomme-nded jointing
compound , jointing tapes , finishing with jointing
compound in 3 layers covering upto 150 mm on both
sides of joint and two coats of primer suitable for board,
all as per manufacturer¿s specification and also including
the cost of making openings for light fittings, grills,
diffusers, cutouts made with frame of perimeter channels
suitably fixed, all complete as per drawings, specification
and direction of the Engineer in Charge but excluding the
cost of painting with:
136 A010.17.03 12.5 mm thick tapered edge gypsum moisture resistant Sq.M 300
board
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
137 A011.00.00 MISCELLANEOUS ITEMS
138 A011.05.00 Providing and laying plinth protection around the building
perimeter consisting of a layer of 150mm thick
compacted sand and 100mm thick M-15 grade concrete
top layer laid to slope including trowel finishing the top
layer, finishing, curing including excavation, disposal of
Earth work, etc. all complete.
139 A011.05.01 Cement supplied by the Contractor at their cost. Sq.M 500
140 A011.07.00 Providing and fixing in position 50mm dia GI pipe spouts RM 5
to slope for drainage of canopy, chajja etc., including
puncturing the masonry /RCC and grouting with M-15
grade concrete, finishing etc. all complete.
141 A011.15.00 Providing and fixing 2000mm high transformer gates Sq.M 120
consisting of 50mm x 50mm x 6mm M.S. angle frame
braced with 50mm x 50mm x 6mm thick M.S. Tee
stiffeners, 50mm x 50mm x 8mm gauge welded mesh
fixed to the frame by 25mm x 3mm M.S. flat beading
including fixing the gate to masonry/RCC by M.S. hinge
arrangement (65mm x 65mmx 6mm M.S. angles, bolt,
washers) and M.S. hold fast grouted with M-15 grade
concrete, providing and fixing M.S. pivot arrangement,
MS aldrop, M.S. tower bolts, double coat of approved
shade and make sythetic enamel paint over a coat of
approved quality red oxide zinc chromate primer, finishing
etc. all complete as per EIL-STD No. 7-75-0051, 0052
ensuring smooth operation of the gate.
142 A011.22.00 Supplying, assembling and installing 1000 mm high satin RM 120
finish stainless steel (SS 304 grade) tubular railing of
approved design in staircases, ramps, around floor cut
outs etc. consisting of:
1. 50mm dia SS pipe top handrail
2. 32 mm dia SS pipe balusters (at every third step for
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
staircase, @ maximum 1200mm c/c for ramp, floor
cutouts)
3. 3 nos minimum 18mm dia SS pipe intermediate
handrails.
Including:
1. Fixing balusters to floor with 4 nos bolts änd 8mm
thick, 100mm dia SS base plate & SS cap/collar.
2. Fixing top handrail to the balusters with 12mm dia SS
bar connector & 6mm thick SS saddle plate.
3. Fixing intermediate handrails to the balusters with
12mm dia SS bar connector.
4. All end caps, decorative caps over
balustrades,necessary bending, welding, polishing of all
welded joints (Length of top handrail shall be measured
for payment).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
145 A016.01.00 Providing and fixing 2 hours fire rated, fully glazed, single Sq M 6
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.
146 A016.02.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 12
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved
Manufacturer's details.
147 A016.04.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 5
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, panic bar, locks/
trims for panic bar, door closer, door stopper, concealed
flush bolt including fixing with masonry, partition etc. all
complete as per Specification and approved
Manufacturer's details.
148 A016.05.00 Providing and fixing 2 hours fire rated, single shutter steel Sq M 6
doors consisting of steel door frame, shutter, vision panel,
insulation and hardware such as hinges, door closer,
motice lock, handle, door stopper including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
149 A016.06.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges, door
closer, motice lock, handle, door stopper including fixing
with masonry, partition etc. all complete as per
specification and approved Manufacturer's details.
150 A016.08.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges hinges,
panic bar, locks/ trims for panic bar, door closer, door
stopper, concealed flush bolt including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.
151 A016.09.00 Providing and fixing 2 hours fire rated, glazed partition of Sq M 20
desired design consisting of steel frame, insulation and
transparent glass and glazing beading, matrix mineral
boards, intumescent putty, fire resistant acrylic sealant
etc. all complete including preparing fabrication/
installation drawings including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
156 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS
157 C025.15.00 Providing and laying brick masonry with locally available
bricks of specified class (Brick of class lower than
specified shall not be accepted) in cement mortar 1:4 (1
cement : 4 Coarse sand) in one or more brick thickness
and in any shape in foundation and plinth for valve pits,
drains, circular/square maholes, wing walls, etc. including
providing recesses, openings, etc. including curing,
finishing the joints flush below ground level and raking out
joints in plinth with all labour and material, etc. complete
as per drawings, specifications and direction of Engineer-
in-Charge. For following Brick Class.
158 C025.15.02V03 All materials including cement supplied by the Contractor CU.M. 2
and.
( Brick Class - 5 )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
162 C025.25.02 All materials including cement supplied by the Contractor. CU.M. 35
163 C025.39.00 Supply and laying of gravel/ crush stone ofsize ranging SQM 5
between 27mm to 37mm in compacted thickness of
100mm in valve pit, open area within the unit battery limit
or at any other place as directed, etc. complete as per
drawings, specifications and direction of Engineer-in-
Charge.
164 C025.53.00 Supplying, construction , testing & commissioning of RCC
Neutralisation pit of M-30 grade concrete , providing lean
concrete 1:5:10 (1 cement : 5 sand : 10 aggregate) at
bottom of Neutralisation pit and PCC 1:2:4 at Finished
Grade Level, rungs, lime fill, acid proof lining, chequered
plate with lifting hooks, grouting in 1:2 cement mortar(1
cement :2 sand ), painting with bitumen primer and Epoxy
paint, grouting between pipe and pit wall in 1:2 cement
mortar (1 cement : 2 sand), reinforcement steel including
straightening, cleaning, cutting, bending, keeping in
proper position, centering, shuttering etc. including earth
work in excavation in all type of soil except soft rock and
hard rock, backfilling & disposal of surplus earth for all
leads within the complex limit etc. complete as per
standards, drawings, specifications and directions of
Engineer-in-charge.
165 C025.53.02 All material including cement supplied by the Contractor EACH 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
leveling, grading and ramming of bottoms, cutting the
R.C.C. pipes to required lengths, lowering the pipes,
jointing, including connecting the pipes to manholes and
grouting the pipe body with manhole wall using cement
mortar 1:2 (1 cement : 2 sand), testing, draining of water
and cleaning of pipe after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness , watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, including cutting of roads wherever
required and making good the same, disposal of surplus
earth/ unserviceable material to demarcated area
anywhere within the complex limit etc. complete for all
depths as per drawings, specifications and instructions of
Engineer-in-Charge.(All material shall be supplied by
contractor) For following Pipe size (mm) and Class(The
following pipe sizes are all internal diameter of the pipes)
168 C027.06.01V35 M 15
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
recommendation, lowering, providing and laying 1:5:10 (1
cement : 5 sand : 10 aggregate) plain cement concrete of
minimum 100mm thickness on bottom and side of pipe
as directed, connecting the pipes to manholes and
grouting the pipes to manhole/valve chamber walls,
including supplying and fixing the specials and fittings,
such as bends, reducers, tees, elbows, caps etc.
conforming to IS:8008 or fabricated from pipes as per
specification, supplying and fixing of flanges, fixing of on-
line valves, including fixing of bolts, nuts and gaskets etc.
as per specifications, testing, draining of water and
cleaning of pipes after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness, watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, disposal of surplus earth/ unserviceable
material to demarcated area anywhere within the complex
limit, cutting of road wherever required, making good the
same etc. complete for all depths as per drawings,
specification and instruction of Engineer-in- Charge. For
the following nominal diameter (mm) Pressure
Rating(Kg/Cm2)
171 C029.03.01V07 M 15
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
174 C034.07.01V01 EACH 3
( Dia - 40 mm )
( Dia - 25 mm )
( Dia - 32 mm )
( Dia - 20 mm )
( Users - 20 NOS )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with two coats of chlorinated rubber zinc phosphate
primer @ 40µ DFT per coat and finish painting consists of
two coats of chlorinated rubber paint @40µ DFT per
coat, earth work in excavation, backfilling, removal of
surplus earth, benching with M-20 grade cement concrete
and rendering smooth with a neat coat of cement slurry
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.
181 C034.21.02V01 All materials including cement supplied by contractor and EACH 6
( Brick Class - 5 )
( Brick Class - 5 )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
commissioning of septic tank as per standards and
IS:2470 Part-I , with all necessary accessories like inlet,
outlet vent pipes, manhole covers, rungs etc. including
earthwork in excavation in all type of soil except soft and
hard rock, backfilling and disposal of surplus earth for all
leads etc. complete as per standards, drawings,
specifications and directions of Engineer-in-Charge.
185 C034.23.02V03 All material including cement supplied by contractor for EACH 1
( Users - 20 NOS )
186 C034.25.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes above ground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, including fixing in floors,
walls, supporting on columns, sleepers, embedding,
jointing, including bends, elbows, tees, reducers, sockets,
unions and other specials, supplying and fixing with
hooks/clamps in wooden plugs, cutting pipes to required
lengths, making connections, cutting chases or holes in
walls & making good the same, testing etc all complete
as per drawings, manufacturer specifications and
directions of Engineer-in-Charge. For the following
Nominal Bore (NB) pipe:
187 C034.25.01V04 M 25
( Nominal Dia - 20 mm )
188 C034.25.01V05 M 50
( Nominal Dia - 25 mm )
189 C034.25.01V06 M 20
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 32 mm )
190 C034.25.01V07 M 15
( Nominal Dia - 40 mm )
( Nominal Dia - 75 mm )
( Nominal Dia - 90 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
complete as per drawings, specifications and directions of
Engineer-in-Complete. For the following Nominal Bore
(NB) pipe:
195 C034.28.02V03 (All materials including cement supplied by contractor) M 45
( Nominal Dia - 75 mm )
( Nominal Dia - 90 mm )
199 C034.35.00 Supplying and fixing approved quality UPVC Floor Trap Each 25
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 75mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
200 C034.36.00 Supplying and fixing approved quality UPVC Floor Trap Each 15
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 90mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
201 C175.00.00 Design, engineering, supply of all materials, fabrication,
performance guaranteeing of total flooding centralized
clean agent fire extinguishing system for the Instrument
Control Room, Rack Room, UPS Room, & Battery Room
of buildings mentioned below, including supply of any one
of the following Clean Agents:
a) IG-01 (ARGON)
b) IG-55 (ARGONITE)
c) IG-100 (NITROGEN)
d) IG-541 (INERGEN)
Clean Agent Storage Cylinders (filled with any one of the
above selected Inert Gas filled with 100% filled up
standby cylinders), piping, valves, Clean Agent discharge
nozzles, instruments, Clean Agent panels, piping
supports, release system, directional valves, cables etc.
System supplied and design calculations shall be
approved by UL/FM/Vds/LPC. All equipments shall be
approved by UL/FM/Vds/LPC and cylinder along with
cylinder valve assemblies shall be seamless and PESO
approved. The entire clean agent system shall be as per
NFPA-2001 (latest) complete as per scope of work,
specification and Arch./Strl. drawings. Handling,
transportation from vendor's workshop to site, storage at
site, assembly at site, installation, erection, testing,
precommissioning, painting, commissioning, puff test,
performance guarantee run, handing over to client and
other field works including civil structural work and supply
of commissioning spares as per the enclosed EIL
standard specifications, instructions to vendors, and data
sheets etc. Supply of mandatory spares as per enclosed
list/ instructions to vendor as per scope of work and
specification, drawings and documents as per attached
vendor Data requirement for all supplies and services etc.
complete. Total flooding centralised clean agent fire
extinguishing system for following buildings
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
202 C175.01.00V36 Building - LS 1
203 C201.00.00 Supply and Laying of U/G PPR pipe for Water Services
204 C201.01.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes underground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, bends, elbows, tees,
reducers, sockets, unions and other specials, cutting
pipes to required lengths, making connections, jointing
earthwork in excavation for trenches, valve pits, etc. in all
types of soil including laying of pipes in trenches,
hydrostatic testing of the piping, backfilling the trenches
with selected/approved earth fill material, cutting of roads
wherever required, making good the road surface after
laying, disposal of surplus earth at a designated area
anywhere within complex limit etc all complete as per
drawings, manufacturer specifications and directions of
Engineer-in-Charge. For the following Nominal Bore (NB)
pipe:
205 C201.01.01V01 M 15
( Nominal Dia - 25 mm )
206 C201.01.01V02 M 10
( Nominal Dia - 40 mm )
207 C201.01.01V05 M 10
( Nominal Dia - 32 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
209 C202.01.00 Supplying, laying and jointing of underground approved
quality UPVC pipes to be used for soil and waste
discharge or rain water application outside buildings
confirming to IS: 15328 and fittings confirming to IS:
14735 with all necessary specials such as bends, Y
junction, T junction (both single and double), plugs,
coupler, adapter etc. including solvent welded jointing and
testing as per IS: 7634 (Part-3), including earthwork in
excavation in all types of soil for pipe trenches, etc.
including dewatering, shoring and strutting if necessary,
dressing of sides, leveling, grading and ramming of
bottoms, cutting the pipes to required lengths, lowering
the pipes to proper grade and alignment, jointing,
including connecting the pipes to manholes by using
concrete manhole adapters and grouting the pipe body
with manhole wall using cement mortar 1:2 (1cement : 2
sand), testing, draining of water and cleaning of pipe after
testing, backfilling the trenches with select material from
available excavated soil including re excavating the
deposited soil excavated earlier breaking clods and laying
in layers of 15cm compacted thickness , watering and
compacting with mechanical means like vibro rammers
etc. to 90% standard proctor density as per IS:2720 Part-
VII, making good the surface, including cutting of roads
wherever required and making good the same, disposal
of surplus earth/ unserviceable material to demarcated
area anywhere within the complex limit etc. complete for
all depths as per drawings, specifications and instructions
of Engineer-in-Charge. For the following Nominal Bore
(NB) pipe:
210 C202.01.02V11 (All materials including cement supplied by contractor) M 5
( Nominal Dia - 75 mm )
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 90 mm )
Schedule of Rates
for
Structural Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 175
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 5
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.06.00 SHORING AND STRUTTING
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.06.01 Providing and installing approved type of "SHORING AND Sq.m. 5
STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the
same etc. from site after completion of work etc. all
complete as directed.
8 S001.07.00 Backfilling after exceution of work
9 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 125
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
10 S001.09.00 Earthwork Filling by excavation
11 S001.09.04 EARTHWORK IN FILLING by excavating the earth from Cu.m. 1
BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
14 S002.17.01 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 100
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete of nominal mix 1:5:10 by mass (1 Cement: 5
Coarse Sand: 10 Crushed Stone Aggregates/Gravels)
with 40mm and down size graded crushed stone
aggaregates/Gravels.ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
15 S002.17.05 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates below and upto plinth
level as SCREED in trenches, floor slabs, sumps,
channels, drains etc. for all depths including shuttering,
tamping, curing etc. as specified in any shape, level,
thickness, position and finishing the top surface smooth
etc. all complete as directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
16 S002.17.06 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates above plinth level as
SCREED in floor slabs, roofs, chajjas, canopies, gutters
etc. for all heights including shuttering, tamping, curing
etc. as specified in any shape, level, thickness, position
and finishing the top surface smooth etc. all complete as
directed.ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
17 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
18 S002.20.00 RCC Flooring - Non FIM Items
19 S002.20.02 Providing and laying REINFORCED CEMENT Cu.m. 300
CONCRETE OF M-20 GRADE with 20mm and down size
graded crushed stone aggregates / gravel in NON-
SUSPENDED slabs / pavement slabs including
pedestals, ramps etc. leaving pockets, laying in alternate
panels to required slopes, all necessary form work and
finishing the top surface rough or smooth, including cost
of admixtures if used, providing pockets, openings,
recesses, chamfering etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT AND SHUTTERING) for all
depths below and upto plinth level in any shape, position
and thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
20 S002.22.00 Precast Elements - Non FIM Items
21 S002.22.07 Manufacturing, transporting, supplying and erecting in CUM 5
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/gravel, each unit upto and inclusive of 500 kg.
for all leads, levels, shapes and thickness including all
moulds, shuttering and centering, vibrating, tamping,
curing, chamfering wherever required, finishing the top
surface with cement mortar 1:3 ( 1 Cement : 3 Sand) to
give a smooth and even surface, or non skid finish as
specified, providing lifting hooks, metal inserts, making
holes pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling,
aligning and fixing in position with cement mortar 1:3 (
Cement : 3 Coarse Sand), breaking bricks and/or
concrete surfaces and making good the same etc. all
complete (excluding the Cost of Reinforcement ) and as
directed. All materials including cement supplied by the
contractor.
22 S002.22.08 Manufacturing, transporting, supplying and erecting in CUM 2
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
aggregates/gravel, each unit beyond 500 kg and upto and
inclusive of 1000 kg. for all leads, levels, shapes and
thickness including all moulds, shuttering and centering,
vibrating, tamping, curing, chamfering wherever required,
finishing the top surface with cement mortar 1:3 ( 1
Cement : 3 Sand) to give a smooth and even surface, or
non skid finish as specified, providing lifting hooks, metal
inserts, making holes pockets, (only M.S. inserts to be
measured & paid separately) transporting to site,
erecting, levelling, aligning and fixing in position with
cement mortar 1:3 ( Cement : 3 Coarse Sand), breaking
bricks and/or concrete surfaces and making good the
same etc. all complete (excluding the Cost of
Reinforcement ) and as directed. All materials including
cement supplied by the contractor.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
23 S002.25.00 Centering and Shuttering - Non FIM Items
24 S002.25.01 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 225
foundations, footings,raft beams, slabs, pile caps,
retaining walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments,
pipe sleepers, columns, plinth beams, lintels, suspended
slabs, beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
25 S002.25.02 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 9200
superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single
pour concreting, strutting, bracing, propping etc., keeping
the same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
26 S002.25.07 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 1
CURVED SHUTTERING in foundations in all types for
Columns, Beams, Slabs, Walls, etc. of Buildings for all
depths below and upto & inclusive of plinth level,
including strutting, bracing, propping etc., keeping the
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
27 S002.25.08 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 5
CURVED SHUTTERING in superstructures in all types
for Columns, Beams, Slabs, Walls, etc. of Buildings for all
heights above plinth level, including strutting, bracing,
propping etc., keeping the same in position during
concreting and removal of the same after specified period
etc. for Straight/ Inclined Shuttering, keeping necessary
provision for inserts, projecting dowels, anchor bolts or
any other fixture etc. all complete and as specified and
directed.
28 S002.26.00 Expansion joints - Non FIM Items
29 S002.26.01 Providing 20mm wide EXPANSION JOINTS in flooring m 50
and pavement slabs and ISOLATION JOINTS around
equipment foundations/columns/pedestal/trenches etc.
including cleaning the joints of all loose material, filling
clean sand for the full depth of slab (upto and inclusive of
300 mm) except for 12mm depth from top and sealing the
top 12mm with approved two part liquid polysulphide
Sealing Compound as per IS:12118 etc. all complete as
shown, specified and directed.
30 S002.26.02 Supplying and fixing in position 25mm thick BITUMEN Sq.m. 5
IMPREGNATED FIBRE BOARD conforming to IS:1838 of
approved quality in expansion joints at all locations and
levels in concrete structures etc. all complete as shown,
specified and directed.
31 S002.26.03 Supplying and fixing in position 50 mm (2X25 mm) thick Sq.m. 5
BITUMEN IMPREGNATED FIBRE BOARD conforming to
IS:1838 of approved quality in expansion joints at all
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
locations and levels in concrete structures etc. all
complete as shown, specified and directed.
32 S004.00.00 STRUCTURAL STEEL WORKS (REFER
SPECIFICATION NO. 6-68-0006)
33 S004.04.00 Painting - Non FIM Items
34 S004.04.10 Supplying and applying FIELD PAINT SYSTEM of MT 33
approved quality and shade as per Sl. No. 10.2 of Table
10.0 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per
Job Specifications, wherever applicable), for steel
structures (excluding ladders, spiral stairways & hand
rails) at all location & levels, all complete as specified, in
OFFISTE (COASTAL) areas as well as UNIT (COSTAL)
areas considering environmental classification as
INDUSTRIAL MARINE. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE. (Unit rate based on Structural
steel weight).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
girders, purlins, siderails, columns, runners, beams, ties,
portals, frame work, bracings, brackets, sagrods etc.
including all handling, straightening/bending if required,
cutting to required size & shape, edge preparation,
welding & bolting of joints, providing and fixing end caps
and plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary Grout/premix free flow
Non Shrink Grout as specified, preparation & submission
of detailed fabrication drawings, preparing the exposed
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable), etc. all complete
as specified & directed. SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable) etc. all complete
as specified and directed (SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxiliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-79-0020 (or as
per Job Specification wherever applicable), etc. all
complete for all depths and heights as specified and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
45 S006.18.00 MS Chequered Plates - Non FIM Items
46 S006.18.01 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fixing, welding, preparation and submission of
fabrication drawings and preparing the surfaces for
painting and applying shop primer as per EIL
Specification No. 6-79-0020 (or Job Specification,
wherever applicable) after fabrication etc. all complete as
specified and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
47 S006.19.00 MS Grating Cat. A,B - Non FIM Items
48 S006.19.05 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations ELECTROFORGED GRATING purchased
from approved manufacturer conforming to EIL Standard
No. 7-68-0697 in walkways, platforms, stair treads etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fabricating clamps, fixing, tack welding, preparation
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
and submission of fabrication drawings and preparing the
surfaces for painting and applying pre-erection/ shop
primer as per Job Specification after fabrication etc. all
complete as specified and directed (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
53 S006.25.03 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
foil or dual foil type, to be used with the help of
dispenser, of 16mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
65 S010.02.02 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
66 S010.02.03 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.,
cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
67 S010.02.04 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, beyond 25mm and upto &
inclusive of 50mm thickness including supply of all tools &
tackles, necessary scaffolding, propping, underpinning
etc., cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
68 S010.02.11 Making cut-outs in RCC slab/ wall upto a thickness of Cu.m. 0.5
400mm (taking all necessary safety precautions) by
vibration-less spark-free mechanical means like core-
cutting, wet cutting by diamond wall saw system at all
depths & heights including supply of all tools & tackles,
necessary scaffolding etc. cutting of reinforcement bars,
disposal of unserviceable material, plastering & finishing
the cut surfaces, all complete as specified and directed
by the Engineer-in- Charge (Measurement on Plan/
Elevation Area basis).
69 S010.04.00 PCC _ Non FIM Items
70 S010.04.01 Demolishing PLAIN CEMENT CONCRETE work (taking Cu.m. 1
all necessary safety precautions) for all depths below
plinth level including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.
disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation and backfilling shall
be paid separately under relevant items)
71 S010.06.00 Steelwork - Non FIM Items
72 S010.06.01 Dismantling bolted/rivetted/welded STRUCTURAL MT 2
STEEL WORK of all descriptions (taking all necessary
safety precautions), including supply of all tools and
tackles, consumables, necessary scaffolding etc.,
providing temporary bracings as required, cutting (by
flame or saw) gusset plates, bolts, nuts, weldings etc.,
transporting and stacking of the serviceable materials,
cleaning the site of work of all unserviceable materials for
disposal to spoil heaps anywhere within the plant
boundary, all complete at all depths and heights, as
specified and directed.
73 S011.00.00 MISCELLANEOUS ITEMS (REFER SPECIFICATION
NO. 6-68-0013)
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
74 S011.01.00 Antitermite - Non FIM Items
75 S011.01.01 Providing and injecting approved chemical emulsions as Sq.m. 2200
specified for pre-constructional ANTI-TERMITE
TREATMENT and creating a chemical barrier under and
around column pits, wall trenches, basement
excavations, top surfaces of plinth filling, junction of wall
and floor, along the external perimeter of building,
expansion joints, surrrounding of pipes and conduits etc.
all complete as specified and directed. (Plinth area of the
building at ground floor only shall be measured).
76 S011.03.00 Cutting RCC Piles - Non FIM Items
77 S011.03.01 Cutting the heads of R.C.C. piles of diameter upto Each 1
600mm and a length not exceeding 1500mm including
exposing/ cleaning, bending of the reinforcement, making
site clean for casting of pile cap and removal of debris to
the spoil heaps within the plant boundary etc. all complete
as specified & directed. (Excavation; if any, to be
measured separately under respective item).
78 S011.04.00 Building pile heads - Non FIM Items
79 S011.04.05 Providing and building up pile heads of diameter upto Cu.m. 0.1
600mm in RCC of grade M30 with 20mm and down size
graded crushed stone aggregates/ gravel including all
shuttering but excluding the cost of reinforcement (to be
measured under respective item) all complete as
directed.
80 S011.05.00 Hard core - Non FIM Items
81 S011.05.01 Supplying and laying to proper level and slopes, HARD Cu.m. 0.1
CORE in any thickness with broken/crushed stones (of
150mm and down size) as sub base in pavements, floor
slabs etc. including hand packing wedging, blinding with
murrum/sand, watering, ramming, rolling with a roller or
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
hand rammer where roller is inaccessible, compacting,
dressing etc. all complete as specified and directed.
82 S011.06.00 Sand Filling - Non FIM Items
83 S011.06.01 Supplying and filling approved SAND of specified quality Cu.m. 400
under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand,royalties,
transportation to site for all leads and lifts,including
loading, unloading, spreading in layers of loose thickness
not exceeding 150 mm,watering,ramming,compacting
with mechanical compactors and/or other equipment to
the specified levels to achive 85% relative density as per
IS:2720 Part XIV,including preparation of subgrade to the
required slope,providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge.The
rates shall be inclusive of the cost of all
labour,material,equipments etc. all complete .
84 S011.07.00 DPC - Non FIM Items
85 S011.07.01 Providing and laying 40mm thick DAMP PROOF Sq.m. 110
COURSE with plain cement concrete of nominal mix of
1:1.5:3 with 10mm & down size graded crushed stone
aggregates in two layers of 20mm thick with two coats of
hot bitumen (Grade A90/S90 conforming to IS:73) applied
@ 1.7 Kg/sq.m. over each layer as per specifications
including cleaning, watering the top surface of walls,
centering, shuttering, placing, tamping, curing, sprinkling
an even layer of dry & sharp sand over the hot bitumen
etc. all complete as specified and directed.
86 S011.09.00 Dressing - Non FIM Items
87 S011.09.01 Dressing and trimming all around the completed Cu.m. 35
buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
88 S011.10.00 BI-POLAR CONCRETE PENETRATING CORROSION
INHIBITING ADMIXTURE
89 S011.10.01 Supplying and mixing of approved brand of BI-POLAR KG 3400
CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE in concrete as per manufacturer's
specification for protection of reinforcement against
corrosion. Supply of admixture in Contractor's scope.
90 S014.00.00 BONDING FRESH CONCRETE TO OLD CONCRETE
BY EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
91 S014.01.00 Epoxy Resin - non FIM Items
92 S014.01.01 Providing and applying approved EPOXY RESIN Kg. 1
(prepared as per manufacturer's recommendation) for
bonding of fresh concrete to old concrete in all types of
structure at all depths and heights including cleaning of
concrete surface, removing of all loose concrete pieces,
making rough by chiselling, taking off the skin of
concrete, application of Epoxy Resin System by spraying,
necessary working platforms, props, scaffolding and other
safety measures, removal of same after completion etc.
all complete as specified and directed. (Excavation,
backfilling, removal of surplus earth, keeping pit dry by
pumping/bailing subsoil water shall be paid separately
under relevant items).
93 L999.00.00 Miscellaneous
94 L999.99.00 Miscellaneous
95 L999.99.99V01 Providing and laying REINFORCED CEMENT CUM 50
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals,
pipe sleepers, columns, suspended floors, staircases,
landings, steps, brackets etc., including equipment/
machine foundations & pedestals viz. compressors, ID &
FD fans, pumps, generators, crushers, mills, etc.,
(including single pour concreting as specified on the
drawing), applying three coats of cement based water
proof paint as per IS:5410 on concrete surface (wherever
no other surface application is specified), providing
pockets, openings, recesses, chamfering, etc., wherever
required, vibrating, tamping,
curing and rendering if required to give a smooth and
even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc., INCLUDING
LOWERING OF WATER TABLE BY WELL POINT
SYSTEM as per direction of engineer-in-charge, all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
96 L999.99.99V02 Providing and laying REINFORCED CEMENT CUM 1500
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
aggregates/ gravel in SUPER STRUCTURE in
suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies,
lintels, girders, ducts, brackets, chajjas with drip moulds,
pedestals, posts, struts, equipment/ machine foundations,
ramps etc. (including single pour concreting as specified
on the drawing), applying three coats of cement based
water proof paint as per IS:5410 on concrete surface
(wherever no other surface application is specified),
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
providing pockets, openings, recesses, chamfering
wherever required, vibrating, tamping, curing and
rendering if required to give a smooth and even surface
etc. (EXCLUDING THE COST OF REINFORCEMENT,
SHUTTERING AND SPECIFIED ADMIXTURES) FOR
ALL HEIGHTS UPTO & INCLUSIVE OF 20 m ABOVE
PLINTH LEVEL in any shape, position, thickness etc. all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
97 L999.99.99V04 Transporting and disposing the SURPLUS EARTH AND CUM 55
DEBRIS including shrubs and vegetations from
construction area beyond the initial LEAD OF 100M AND
UPTO "Refinery property limit" i.e. boundary of plot 'A' &
plot 'C', including re-excavating the deposited soil
excavated earlier, transportation, loading, unloading,
laying at all depths and heights, stacking, levelling and
dressing both the area (viz. from where the earth is
transported and where it is deposited) to required levels
and slopes complete with all lifts as directed. For carting
on the basis of truck measurements (volume of truck
reduced by 30% for voids).
98 L999.99.99V06 Supplying, transporting, storing, fabricating & erecting in MT 2
position and testing/ examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20 m ABOVE HPP/ FGL,
including all builtup sections/ compound sections made
out of rolled sections and/or plates/ bent plates in all types
of structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but
excluding silos, bunkers, hoppers, etc., cutting to required
size, straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting
with Ordinary Grout or premix free flow Nonshrink Grout
as specified, including preparation and submission of
detailed fabrication drawings, preparing the surface for
painting (SSPC-SP-10) and applying pre-erection/ shop
primer (1 coat of F-9 @ 65-75 micron DFT) as per EIL
Specification No. 6-79-0020 (or as per Job Specification,
wherever applicable) after fabrication etc., all complete.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
99 L999.99.99V10 Providing and laying BRICK MASONRY WITH BRICKS CUM 20
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all depths
below plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR
100 L999.99.99V11 Providing and laying BRICK MASONRY WITH BRICKS CUM 1000
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all heights
above plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
101 L999.99.99V12 Supplying and placing in position HIGH YEILD MT 120
STRENGTH DEFORMED STEEL BARS (TMT)
REINFORCEMENT of Grade Fe500D (CRS) conforming
to IS:1786, , for R.C.C. work including transporting the
Steel, straightening, cleaning, decoiling, cutting, bending
to required shapes and lengths as per details, binding
with contractor's own 18 SWG black soft annealed
binding wire at every intersection, supplying and placing
with proper cover blocks, supports, chairs, overlaps,
welding, spacers, fanhooks etc. for all heights and depths
etc. all complete as directed.(SUPPLY OF ALL
MATERIAL IN CONTRACTOR'S SCOPE).
102 L999.99.99V13 Supplying, fabricating and fixing in position at all locations M 5
1000mm high INCLINED HAND RAILING (for staircases,
etc) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade M.S. Tubes conforming to
IS:1239 including straightening if required, cutting,
bending, welding, bolting, grouting with ordinary grout,
cleaning, surface preparation, epoxy powder coated as
per EIL SPEC. 6-79-0020 (or as per Job Specification,
wherever applicable), preparation and submission of
fabrication drawings etc. all complete as specified, shown
and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
103 L999.99.99V14 Supplying, fabricating and fixing in position at all locations M 10
1000mm high HORIZONTAL HAND RAILING (for
platforms, walkways, etc. or any other location as
directed) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade MS Tubes conforming to IS:1239
and 100x5 MS Toe Plate confirming to IS:2062 (Grade
A/B), including straightening if required, cutting, bending,
welding, bolting, grouting with ordinary grout, cleaning,
surface preparation, epoxy powder coated as per EIL
SPEC. 6-79-0020 (or as per Job Specification, wherever
applicable), preparation and submission of fabrication
drawings etc. all complete as specified, shown and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
104 L999.99.99V26 Providing and laying HALF BRICK MASONRY with bricks SQM 125
of CLASS 10.0 in cement mortar 1:4 (1 Cement : 4 Sand)
in any shape, including the cost of materials, labour,
scaffolding/staging, sampling and testing, soaking of
bricks, cutting and laying of bricks, providing openings of
any shape & size, raking out the joints, supplying and
placing 2 Nos. 6mm dia. M.S. Bars at every fourth
course, sealing the gap between masonry and soffit of
beam/slab, embedding the fittings and fixtures, curing etc.
all complete as per specification.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
105 L999.99.99V27 Providing & embedding 50mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
106 L999.99.99V28 Providing & embedding 60mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
107 L999.99.99V29 Providing & embedding 100mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
108 L999.99.99V30 "Transporting, storing, fabricating & erecting in position MT 15
and testing/
examining bolted and/ or welded STRUCTURAL STEEL
WORKS of Grade E250BR / E250B0 (confirming to per
IS:2062) at all locations and levels UPTO & INCLUSIVE
OF 20 m ABOVE HPP/ FGL, including all builtup
sections/ compound sections made out of rolled sections
and/or plates/ bent plates in all types of structural
frameworks, floor beams, stairs, or any other structural
items or accessories to support equipments, piping,
conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting with ordinary Grout or premix
freeflow Nonshrink Grout as specified, including
preparation and submission of detailed fabrication
drawings, preparing the surface for painting (SSPC-SP-
10) and applying pre-erection/ shop primer (1 coat of F-9
@ 65-75 micron DFT) as per EIL Specification No. 6-79-
0020 (or as per Job Specification, wherever applicable)
after fabrication etc., (return of all
unused/ scrapped/ unserviceable steel to OWNER'S
storage point and reconcilliation of material)
STRUCTURAL STEEL SHALL BE PROVIDED TO
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
109 L999.99.99V31 Transporting from storage yard (or any other location as MT 90
specified by
engineer-in-charge), Storing, Assembling and Erecting in
position and testing/ examining, bolted and/ or welded,
already Fabricated STRUCTURAL STEEL (of any Grade)
at all locations and levels UPTO & INCLUSIVE OF 20 m
ABOVE HPP/ FGL, including all builtup sections/
compound sections made out of rolled/ hollow sections
and/or plates/ bent plates in all types of structural
frameworks, fixing in line and level with temporary staging
& bracing and removal of the same after erection,
grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified including modification
etc.,all complete. ALREADY FABRICATED
STRUCTURAL STEEL SHALL BE PROVIDED TO
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
110 L999.99.99V34 Placing in position HIGH YEILD STRENGTH MT 100
DEFORMED STEEL BARS (TMT) REINFORCEMENT of
Grade Fe500D (CRS) conforming
to IS:1786 for RCC work including transporting the same
from store/ issue points to site of work, straightening,
cleaning, decoiling, cutting, bending to required shapes
and lengths as per details, binding with contractor's own
18 SWG black soft annealed binding
wire at every intersection, supplying and placing with
proper cover blocks, supports, chairs, overlaps, welding,
spacers, fanhooks etc. (return of all unused/ scrapped/
unserviceable steel to OWNER'S storage point and
reconcilliation of material) for all heights and depths etc.
all complete as directed. HYSD STEEL
REINFORCEMENT SUPPLIED FREE OF COST BY THE
OWNER.