You are on page 1of 16

Tender Ref: BR.BINA.TENDER.

2019-20/367

PART B
SCOPE OF WORK FOR REPLACEMENT OF DAMAGED UNDERGROUND CBD
LINES AT HCU and HGU UNIT IN BORL, BINA, M.P.

SITE PARTICULARS

The intending tenderer should visit the site and familiarize himself thoroughly with the
site conditions before submitting the tender and understanding the scope. Non-familiarity
with the site conditions will not be considered as a reason for any extra claims, for not
carrying out the work in conformity with the detail specifications or for not completing the
work within the stipulated time.

SCOPE OF WORK FOR CIVIL WORKS

1.0 Broad scope of works:

BORL is having a vast close blow down (CBD) network in all process units, which is
used to drain the equipment/machinery before handover to maintenance /
overhauling. The healthiness of CBD header is extremely important as it carries
hydrocarbon and toxic gases. it has been planned to replace the damaged / complete
CBD underground lines at various process units as per requirement.

The broad scope of work includes execution of all associated civil & mechanical works
for replacement of underground CBD (Closed blow down) lines at process units as per
site requirement and instructions of EIC. This includes supply of all materials,
execution of all civil & mechanical jobs like RCC breaking, excavation, PCC, RCC,
dewatering, painting, structural fabrication, reinforcement, sand filling, piping
fabrication & erection, wrapping coating, hydro-test, complete as per scope of work.
Replacement of line shall be done either in full or part as per site requirement and
instructions of EIC. The contractor shall be fully responsible for completion of the
entire works in all respects as per scope of works & site requirement. Requirements of
inspection and recommendations shall be fully complied during the job.

Detailed scope of works shall be as follows:

2.0 Detailed scope of works:

This is a consolidated contract for the job of replacement of existing damaged


underground lines as per site conditions. Though the scope of work for civil
related activities and mechanical related activities are mentioned separately but
both are part of this contract and shall be read in conjunction and shall be
executed as per overall scope of work.

(SOW- For Civil related works)

- Mobilization of resources, manpower, equipment etc. as per the requirement


including transportation arrangement and same shall be completed at the earliest
as per contract.

Page 1 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

- As the job is related to replacement of underground CBD lines which mainly


depends on the initial civil works, All the required civil works like RCC breaking,
excavation, dewatering as per requirement etc. shall be done at the earliest to
provide front for pipe laying work and subsequent completion of the job.

- Job shall be done in loops of certain length and shall be carried out as per the plan
finalized with operation team time to time as per site conditions.

- Initial survey and marking of underground lines shall be done to understand the
location of existing U/G line and subsequent execution of the job as per directions.
Survey is required to be done to establish reference levels, bench marks etc to
ensure proper slope of line. Contractor has to keep leveling instrument with
accessories for checking of levels time to time.

- Dismantling of existing RCC pavement at identified location as per site requirement


shall be carried out using pneumatic breaker. Plant air shall be provided free of cost
to the contractor. All necessary arrangements for carrying out the job shall be
arranged by the contractor including hose pipe, clamps, etc. Contractor is required
to use JCB / poclain mounted rock breakers depending upon the feasibility for
execution in the identified area to expedite the job. Decision for use of equipment
shall be jointly taken with EIC and contractor based on site requirement. EIC
decision will be final and binding to the contractor.

- Excavation in any classes of soil, soft rock and hard rock as per direction of EIC to
meet the requirement.

- Disposal of surplus / contaminated soil as per instructions shall be done by


contractor with the help of necessary transportation arrangement and shall be
disposed to the identified landfill area anywhere within refinery premises. Good
excavated soil shall be kept nearby / dumped to any suitable location for utilization
in backfilling. Backfilling shall be carried out in layers of maximum 200 to 300 mm
and shall be properly compacted using Compactor, roller, watering, ramming etc.
up to satisfaction of EIC.

- Supply & Filling of good quality excavated earth from borrow areas within refinery
premises in layers as per SOR and specification as per requirement and instructions
of EIC.

- Supply & Filling of approved clean river sand under the pipelines etc. at all levels as
per specification and SOR item. Pipes shall be properly surrounded with sand by
minimum 6 inches all around. Sand filling and backfilling shall be done only after
obtaining confirmation from EIC / inspection department. Painting on pipe shall be
ensured before backfilling. Quality of Sand shall be good and properly graded.
Sample of same shall be approved by EIC / inspection as per requirement. Silt
content shall be within permissible limit as per IS.

- All dewatering shall be done by the contractor and is in contractor’s scope.


Pneumatic dewatering pumps minimum 04 in numbers including 1 diesel

Page 2 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

dewatering pump (5 HP) shall be kept in their setup to meet any requirement
during the job. Availability of the same shall be ensured failing which suitable
penalty shall be imposed as per penalty clause / EIC. No extra payment shall be
made to contractor and is included in SOR rate for excavation, shall be done
whenever required as per site conditions. Plant air shall be provided free of cost
and shall be used as per requirement. Capacity of pneumatic dewatering pump shall
be of 10-20 cum/hr. or as per site conditions to meet the site requirement.
Additional augmentation, if required and instructed shall be arranged by the
contractor to carry out the job at no additional cost.

- Prior to use of plant air, necessary permission shall be obtained from plant incharge
/ SIC.

- All necessary testing, for soil, compaction, materials, cubes, others as per IS shall be
done by the contractor and is in contractor’s scope. No extra payment will be made
for the same.

- Diesel dewatering pump, if required and permitted, shall be used as per site
conditions at no additional cost.

- Costing against all Dewatering for excavation work and other support activities
shall be included in the SOR rate for excavation and civil works. No extra shall be
paid on account of dewatering in any case till the completion of the job. It will
include necessary dewatering, if required during fabrication / laying of pipe line,
etc.

- Painting of pipeline shall be in contractor’s scope. Metallic Pipes of different


metallurgy suitable for CBD pipelines shall undergo through Grit / shot blasting as
per Painting specifications and standards. Blasting shall be carried out in proper
enclosure made of good quality GI sheets and shall be done up to satisfaction of EIC
/ inspection department. Subsequent paint shall be applied as per inspection
recommendations. After that wrapping/coating shall be done. Painting and
wrapping/coating specification are as follow.

- Painting specification: -

- One coat of Jotatemp 250 – Total DFT 125 to 150 Micron

- Wrapping/coating specification: -

- One coat of synthetic primer conforming to AWWA C 203/2003 and IS 15337/2003


standards. (The primer shall be compatible with the hot applied tape)

- One layer of 2 mm thick hot applied anti-corrosive tape conforming to AWWA C


203/2003 and IS 15337/2003 standards.

Page 3 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

- One coat of synthetic primer conforming to AWWA C 203/2003 and IS 15337/2003


standards. The primer shall be compatible with the hot applied tape
- One layer of 2 mm thick each hot applied anti-corrosive tape conforming to AWWA
C 203/2003 and IS 15337/2003 standards.

- . When proper DFT is achieved, then only painting job will be considered as
acceptable and payable.

- All lifting and shifting of material, transportation etc. from yard to site shall be in
contractor’s scope with the help of resource available / provided. All necessary
manpower, riggers etc. shall be arranged by the contractor. Required equipment,
hydra, crane, trailer etc. shall be provided by BORL free of cost. Equipment shall be
utilized judiciously.

- Blasting and painting shall be carried out by skilled workers only.

- Blasting with the help of shot & grit of good quality shall be done up to satisfaction
of EIC / inspection.

- Jobs shall be offered for inspection as per the check points. No jobs shall be
continued until approval from inspection is obtained. Reworking cost for non-
compliance shall be in contractor’s scope.

- Test certificate and datasheets and challans for all painting materials shall be
provided to inspection for approval.

- Contractor to establish a blasting yard for executing blasting work as per standards.
BORL will allot any suitable space for office setup, store and blasting yard.

- Preferably pneumatic machines will be permitted to use, being plant area with
presence of hydrocarbons. All required machines, breakers, etc. shall have to be
arranged by the contractor.

- Providing and Laying PCC 1:4:8 (nominal mix) and RCC M-25 (design mix) for
restoration of concrete surfaces after completion of the job. Surface shall be
properly leveled and compacted before pavement construction. Proper slope as per
instructions and drawing shall be provided. Brooming on top of pavement shall be
done. Thickness of pavement may vary in the range of 150 mm to 200 mm or more
as per the location and site requirement. Top concrete leveling slope to maintained
to facilitate free water draining.

- Any other RCC requirement, if arises, shall be carried out under the same SOR item
for RCC.

- Curing of all civil works shall be ensured and proper watering to be done. It is
recommended to use wet gunny bags for curing of Pavement and other RCC works.

Page 4 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

- Proper joint records shall be maintained by the contractor for various


measurements for billing purpose.

- Royalty of the construction material shall be in contractor’s scope. Contractor shall


obtain no dues certificate from mining department against royalty for final closure
of contract.

- Concrete mix shall be made using fiori machine or weigh batcher as per the design
mix. Design mix shall be carried out from NABL approved laboratory as per the
instruction of EIC and Details of design mix to be submitted by the contractor for
approval. No additional cost shall be paid for the same and is in contractor’s scope.

- Concrete cubes testing shall be carried out from approved laboratory. All charges
for necessary quality testing as per IS shall be in contractor’s scope.

- Shoring of the excavated area as per requirement and directions shall be carried out
by the contractor within their quoted rates.

- Contractor shall be able to meet the site requirement in terms of resource


mobilization, job completion etc. and execute the job as per the directions of EIC.

- Contractor shall be able to work on holidays or for extended hours also in case of
any urgent job requirement at no extra cost.

- Minimum four set of breaking resources (breaker, manpower etc.) shall be made
available at site to work in parallel at different locations to achieve desired
progress. Availability of dewatering pumps (pneumatic as well as diesel dewatering
pump) shall be ensured at site in working condition which shall be utilized
immediately as per the requirement. Resources shall be increased as per site
requirement and instructions of EIC. No idling charges will be paid in any case.

- Contractor shall be able to make arrangements for loading and unloading of


supplied material at site as per direction of EIC. Material shall be transported and
installed at various identified locations as per site requirement and shall be within
the scope of the contractor. Necessary Transportation arrangement shall be
arranged by the contractor and is in contractor’s scope.

- Contractor to ensure good housekeeping at site. All the unwanted material shall be
disposed off to the identified land fill area including leveling of the same with the
help of JCB. Tractor trolley and other means may be used for disposal of unwanted
materials and debris. All metallic scrap shall be segregated and stacked in the scrap
bins.

- Hard barricading of height up to 1.20 m & toe guard to be provided with the help of
scaffolding pipes at all the excavated areas shall be done by the contractor as per
the relevant SOR item. Notice board for job execution, the area shall be kept
barricaded till the excavated area is backfilled / restored.

Page 5 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

- Testing of construction materials, sand, aggregate, concrete cubes, reinforcement


steel from any NABL approved laboratory shall be done by the contractors at their
own cost for each segment as minimum or Frequency shall be as per the EIC.

- Contractor shall depute experienced supervisors at each site, safety supervisor to


monitor and supervise the job and ensure safe completion of the job as per the
requirement. Site – In – Charge shall be responsible for safe execution and timely
completion of the job.

- Contractor has to submit separate job schedule for civil and mechanical job
completion for each segment before start of job.

- Cleaning of site and transportation of debris, unserviceable surplus material to


designated areas as applicable shall be ensured after completion of the jobs locally
in all respect. All cutting of reinforcements and disposal shall be in contractor’s
scope.

- Obtaining all necessary clearances / Work permits from the concerned departments
of Refinery / Process units to carry out the works. BORL will help in obtaining the
work permit for the respective areas.

- Supplying and ensuring use of all mandatory PPEs (like Boiler Suits, Safety Helmets,
Safety Shoes, Masks, Hand Gloves, Ear Plugs, Safety Belts, etc.) by all the manpower
and shall be of good quality & standards as per BORL safety guidelines and shall be
in contractor’s scope. If contractor fails to comply with this requirement, suitable
penalty shall be imposed on the contractor as per discretion of EIC and as per BORL
guidelines.

- Contractor’s workers should be medically fit & contractor shall obtain & submit
medical fitness certificates, the cost of the same shall be borne by contractor and
inclusive in quoted rates. Form-32 shall be obtained for all the workers including
supervisors.

- Compliance of work permits system as per BORL safety guidelines.

- Compliance of BORL HR guidelines including compliance of all applicable statutory


guidelines like minimum wages act, labour act, factory’s act etc. shall be in
contractor’s scope including any other applicable statutory acts, rules & guidelines.

(SOW- For mechanical related works i.e. piping fabrication, erection etc.)

The jobs mentioned in scope of this contract are broad guidelines for Civil as well as
Mechanical maintenance activities for CBD header in process units. However, all
maintenance jobs / activities, not mentioned specifically for the activity shall be in
contractor’s scope.

Page 6 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

All work as per the Scope of work shall be carried out by the contractor. Contractor’s
Scope of work shall be in general but not limited to the following:

- All co-ordination with other sections / departments like Mechanical Workshop, Fire
& Safety, Stores / warehouse, refinery units etc. including liasioning / coordination
with other sections/ departments as and when needed, shall be done by the
contractor.

- The contractor’s authorized representatives shall draw the free issue material from
BORL‟s warehouse or any other location within plant premises.

- The Contractor shall prepare plan/ schedule for execution of jobs, wherever
required and get the same approved by Engineer-in-charge. The contractor shall
submit progress report at specified intervals and shall be responsible to ensure the
completion of jobs as per schedule / plan.

- To arrange for collection of the material as per the requisition made by the Engineer
In-charge from the stores/designated area including loading and unloading.

- To arrange for transportation including loading, unloading and handling of material,


consumables etc. from issue point to work site or anywhere in the complex with
necessary tools & tackles.

- Contractor to maintain proper record of his material, tools & tackles, equipment,
machinery & any other thing required for smooth execution of work with proper
gate entry & shall provide access to Engineer-in-Charge for its inspection as & when
required.

- Contractor’s scope includes fabrication of necessary temporary pipe spools for


Hydro testing, wherever required No separate payment shall be made in terms Inch
dia or Inch running mtr for fabrication and erection of the same respectively.

- All the weld joints shall be Dye Penetrant tested to the satisfaction of Engineer in
charge/ Inspection department of BORL. All the consumable labour required to
complete the job shall be supplied by the contractor. Only P-mat / Magnaflux make,
aerosol containers shall be acceptable.

- Contractor shall adhere to quality assurance requirement as per latest revision


issued by BORL QA /QC department / Engineer- in-Charge (EIC)

PIPING FABRICATION / ERECTION INCLUDES

All activities related to fabrication of carbon steel piping, spading / de-spading,


erection, blinding / de-blinding and flange box up etc.

- Fabrication, erection, testing and completing the job of Non-IBR piping, made of
carbon steel, including cutting, edge preparation, welding, supporting etc. as per
good engineering practice and procedure approved by Engineer-in-charge. To cut

Page 7 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

and remove existing line as per drawings / instructions wherever specified by


unbolting, cutting as required.

Note: All. welding shall be carried out for underground closed blow down (CBD)
piping, therefore, necessary care shall be taken during prefabrication and
onsite fabrication in terms of quality and safety

- To carry out spading / de-spading for isolating / charging the lines, flushing /
steaming, draining, connections, drying as required. Hydro / pneumatic testing to
be carried out on repaired / replaced lines as per instructions of Engineer-In-
Charge and in the presence of BORL representative(s) for necessary witnessing &
records.

- To mark white bands by painting around pipes next to the field weld joints for
radiography Supply of paint will be in the Contractor's scope In case of repair, the
welding joint to be repaired to the satisfaction of EIC.

- The cables for welding generators (braided cables if required per EIC) & tubes of
gas cutting sets should be without joints & sufficiently long to enable them to be
located in safe place during welding / cutting. All cable ends shall have crimped lugs
at end for connecting in case of rotary equipment local earthling to be provided

- Contractor to provide Earth Leakage Circuit Breaker with 30 mA sensitivity in their


extension board for welding & grinding machine connections etc.
Contractor shall arrange adequate number of tools and tackles, welding generator,
rectifier, lifting tools etc. and safe keeping of the same.

- To deploy qualified welders, certified by BORL inspection. Above list is indicative of


type of jobs and is not exhaustive. Contractor shall arrange one drilling machine at
site suitable to perform the drilling jobs as indicated in SOR items.

- To ensure that no damage occurs to equipment or parts thereof, including flange


facing or other property on site during rigging. If any damage is caused, then the
contractor shall repair such damage or replace damaged equipment after receipt of
Engineer-In-Charge approval/ instruction in writing. Any proposed paint repair or
touch-up shall be compatible with the original paint system.

- All rigging tools-tackles MUST BE TESTED & produce test certificate, shall be
supplied by the contractor including chain block, riggers etc. Whenever crane /
hydra / trailer for lifting & shifting of heavy equipment / piping is required, same
shall be provided by BORL free of charge. The requirement of the crane shall be
assessed by Engineer- in-charge. His decision shall be final & binding in this regard.
However, for local movement of the material, the contract shall deploy his own pick-
up also.

- All required manpower for the jobs shall be in the scope of contractor.

Page 8 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

3.0 WPS:

Page 9 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

(CBD Loop)

1. Clean & prepare weld joint free of oil & dirt

2. Welding

- Root run using ER70S2 by GTAW process

- Subsequent run using ER70S2/E7018 by GTAW/SMAW process resp.

3. Visual - 100%

4. Root DPT- 10%

5. Final DPT-10%

6. Hydro-test @ 20kg/cm2(g)

7. Corrosion protection at weld joints as per AE-S-3710 AUGUST 2014, Rev 0

Note:

1. Only Inspection qualified welder shall be engaged for the job.

2. Piping and fittings to be offered for inspection prior to the start of the fabrication
for MOC check, visual inspection.

3. Welding grade argon gas having purity minimum 99.995% should be used.

4. E7018 electrodes should be baked at 250°C for atleast 1 hour prior to start of
welding.

5. Socket weld shall be welded with minimum of 2 run weld.

6. For socket weld expansion gap of 1.5 mm to be provided between the fittings and
pipe.

7. For all replacements & new lines, the pipeline thickness shall be as given below

- 0.5" to 3" : Sch 160

- 4" to 8" : Sch 80

- 10" to 14" : Sch 40

All other requirements shall be as per the piping spec.

8. For all the existing CBD branch lines, at the soil to air interface area, full
circumferential sleeve to be welded on the pipeline of size 2" & above. Length of
sleeve shall be minimum 300mm and 150mm shall be above the ground level.

Page 10 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

4.0 Manpower:

4. A Site-In-charge: As per the scope of work, contractor shall keep minimum one
experienced Site In Charge minimum 10 year experience WITH B.E/Diploma in
handling the jobs/ projects. Same shall be responsible for safely and properly
execution of the job as per site requirement and directions of EIC.

4. B Minimum 1 site-engineer (3-5 year experience with BE / diploma, civil) & 1 site
engineer (3-5 year experience with BE / diploma, mechanical) for the job as per
contract. Same shall be responsible for safely and properly execution of the job as
per site requirement and directions of EIC.

4. C The contractor shall deploy minimum 02 experienced supervisors, (3-5 year


experience BE/ diploma civil) and required number of workers for execution of
miscellaneous civil works. The number of supervisors and workers deployed must
be sufficient and commensurate with the quantum of work. When required, extra
manpower / supervisor shall be deployed immediately by the contractor. Similarly,
contractor shall deploy minimum 02 site supervisor having experience in
mechanical works (3-5 year experience BE/ diploma mechanical) including 1
experienced safety supervisor.

4. D The site-in-charge shall be available in refinery on daily basis to monitor the


jobs & submit daily progress report. Site-in-charge /engineers / supervisors are
required to be available on intrinsically safe mobile phone on round the clock so that
they can be contacted in case of any exigency or emergency.

4. E The contractor has to ensure that all workers engaged by them shall
mandatorily wear boiler suits, PPEs, ID card. The tools & tackles carried by them
shall be of approved make and in proper order.

The contractor shall be solely responsible, answerable and liable for the payment/ grant of
salaries, wages, accommodation, allowances, bonus, retrenchment benefits and all
amenities payable/ allowable to persons engaged by him.

Contractor is required to carry out the works & maintain all statutory documents under the
provision of Factories act, Contract Labour Act, Minimum wages Act, PF act, Workmen
Compensation Act, so as to cover all the employees, supervisors and workers etc. and
Contractor shall be fully responsible or any violation of any Act & penal actions thereof.
Contractor has to obtain ESI registration before commencement of work.

Page 11 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

MINIMUM DEPLOYMENT OF TECHNICAL / SUPERVISORY STAFF AT SITE

Site In Charge (min. 10 yrs experience) 1 Nos

Civil Engineer (min. 3 – 5 yrs experience) 1 Nos

Site supervisor for civil works (min. 3yrs experience) 2 no’s

Mechanical Engineer (min. 3 – 5 yrs experience) 1 Nos

Site supervisor for mechanical works (min. 3yrs experience) 2 no’s

Safety supervisor (min. 3yrs experience) 1 no’s

Minimum resources for replacement of Underground CBD


SR. no. Activity UOM Quantity
Mechanical manpower for Hot work
(one Group = 1 Fitter, 1 Welder, 1 Gas cutter, 1 grinder, 3 Rigger, 1
1. Helper) Team 6
2. Civil manpower for RCC/PCC breaking No's 9
3. Civil manpower for excavation No's 24
4. Civil manpower for backfilling No's 16
5. Civil manpower for RCC/PCC Team 2 group
6. welding machine 3 phase No's 6
7. welding machine single phase No's 3
8. Grinding machine No's 12
9. Chain block, Belt and D -shackle (2T & 5T) No's 3 Each
10. Toolbox No's 3
11. Pneumatic breaker No's 6
12. Air compressor unit No's 2
13. De-watering pump No's 3
14. Paint (Jotatemp 250) L 25L
synthetic primer conforming to AWWA C 203/2003 and IS
15. 15337/2003 standards L 25L

wrapping and coating material (2 mm thick hot applied anti-


corrosive tape conforming to AWWA C 203/2003 and IS
16. 15337/2003) Sqm 100 sqm
17. approved River sand Cum 10cum

4.0 Scope of Supply by contractor:

For civil works: - Supply of all materials (consumables / non consumables), Tools,
Tackles, good quality Safety PPEs, manpower, resources, equipment’s, transportation
arrangement etc. required for the execution of works under the contract shall be in the
scope of contractor until and un less specifically mentioned anywhere in the Tender
documents. The contractor shall arrange store as per requirement.

For Mechanical works:

Page 12 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

I. The refinery has vast area of operations. It is therefore necessary for the
contractor to provide suitable transport arrangement for mobility of their man
power & equipment within the refinery and same shall be mandatorily provided
by the contractor. It is to be noted that vehicle shall be diesel driven with flame
arrester fitted to it. Vehicle shall not be more than 4-year-old and in good working
condition. All the Vehicles entering BORL, Agasod refinery complex & BDT
premises must have valid PUC Certificate without which vehicles shall not be
permitted for entry into the Complex. BORL HR / security guidelines shall be
followed in this regard.

II. The contractor shall have sufficient number & type of tools-tackles to carry out the
jobs and shall ensure that all the technicians have proper toolkits.

III. History cards and log books to be maintained as per BORL specified / approved
formats.

IV. Lodging, boarding, transportation of Contractor’s employees and workman.

V. Contractor’s site in charge shall provide residence telephone number/Mobile


number for contact to E-I-C for contact during & after office hours.

VI. Contractor has to bring intrinsic safe mobile(IS) for communication purpose for
site in-charge.

5.0 Scope of supply by BORL:

For civil works: - Electric power, Water, plant air, etc., wherever available shall be
provided by BORL at one point only as per requirement. However, further distribution of
the same to work place is to be done by Contractor at his own cost with own arrangements.
The same shall be applicable wherever required.

For Mechanical works:

I. All piping, flanges, nuts & bolts, studs, gaskets etc shall be provided free of cost.
Contractor has to arrange for necessary lifting and shifting of material from BORL
ware house at their own cost. Proper reconciliation shall be submitted to EIC against
all the free issue material.

II. Issue of necessary Work permit for carrying out the job.

III. To provide Land for site office, and stores.

IV. Power required for the work and drinking water shall be provided at selected
locations. Distribution is in the contractor scope.

V. Medical facility, limited to first aid only, shall be provided by BORL and contractor
shall provide other medical expenses.

Page 13 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

6.0 Other Terms and conditions:

1) Resources shall be mobilized on immediate basis as soon as the job is awarded


within 15 days including making of all arrangements, preparation of gate passes for
workers, hiring of vehicle, PPEs, etc or as per instructions of EIC.

2) All the consumables, materials and other necessary arrangements required for the
civil jobs has to be done by the Contractor. The contractor shall provide any specific
tools as per requirement. Similarly, all necessary arrangements, consumables, non-
consumables, hardwares, except BORL free issue materials (pipes, flanges, nuts &
bolts, blinds etc) shall be done by the contractor

3) Housekeeping of site after completion of job on regular basis is in the scope of


contractor. All scrap whether metallic or nonmetallic shall be segregated and
disposed to the scrap bins available in the nearby areas. Any debris shall be
disposed off to the identified landfill area anywhere within refinery premises.

4) Contractor has to deploy sufficient number of manpower & supervisors to complete


the work with contract time period as per the scope of work to complete the job in
all respect.

5) Supervisor / site-In-charge shall be responsible for smooth and safe execution of the
contract.

6) Contractor shall obtain medical fitness certificates & Form -32 for their workers &
supervisors at their own cost as per BORL safety guidelines for obtaining gate
passes / work permits.

7) The work shall be performed in accordance with the applicable codes and practices.

8) Contractor shall arrange for transportation including loading, unloading and


handling of material, consumable, equipment, tools etc. from work site or anywhere
in the refinery complex with necessary tools & tackles. Hydra and trailer shall be
provided by BORL as per requirement for shifting of piping etc.

9) Site In charge must have intrinsically safe mobile phone for internal communication
with BORL as well as site team inside refinery premises. Same shall be duly
approved by BORL fire & safety department. In case of non-availability of
intrinsically safe mobile phone suitable penalty will be imposed as per penalty
clause.

10) Contractor shall arrange for Porta Cabin along with approved WLL phone (as per
BORL guidelines), for internal communication.

11) Contractor shall have their own transportation arrangement for movement of
manpower and resources. Same shall be as per BORL guidelines.

Page 14 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

12) All the workers shall follow the working timings of BORL unless specifically
instructed by EIC, but shall always be ready to work in extended hours to meet any
urgent requirement at no extra cost.

13) All the workers, supervisors, Site In-charge etc. shall wear all the mandatory safety
PPEs i.e. Boiler suit, safety helmets, safety shoes, hand gloves, Safety goggle, Ear
plug, nose mask etc. of approved make as per BORL guidelines and nobody will be
allowed to enter in to the refinery premises without all mandatory PPEs. 100%
safety compliance shall be ensured, while entering and working in refinery
premises.

14) Quoted rates under the contract shall remain firm till the completion of contract
period / contract.

15) Contractor shall comply with all the applicable statutory acts, rules & regulations,
factory act, minimum wages act, labour act, PF act etc. and shall obtain HR
compliance for each month which shall be required for processing of monthly RA
Bills/ release of security deposit etc.

16) The contractor shall fulfill all the obligations under the contract and shall not enter
into the subcontract with any other party / parties.

17) BORL also reserves the right to cancel the job at any point of time before / after
award of the job as per site requirement or due to any exigency.

18) Contractor has to obtain ESIC registration for worker insurance and shall register
each & every worker, supervisor etc. under ESIC scheme. This is mandatory as per
statutory guidelines and shall be required for obtaining workers gate passes.

19) Contractor should take labour license as per statutory guidelines as per the job
requirements and manpower planning.

20) Contractor has to submit reports containing all records of labour attendance register,
wage payment register and proof of Provident Fund deposits/ PF challans/ receipts
etc. to BORL HR department / compliance department and obtain PF/HR clearance
every month and should submit the copy of the clearance with each bill to EIC.
Payment of bills shall be released after obtaining HR clearance every month for
period of work. Contractor has to follow all instructions of BORL HR department &
EIC in this regard.

21) Contractor shall comply all statutory obligations. Contractor shall also comply
Minimum labour wages act & PF Act as per guidelines issued by government
authorities/ as per BORL policy. Contractor should submit proof of the same as per
instructions of EIC.

22) The quantities indicated against various items in BOQ are tentative and indicative
only. The quantities may vary up to any extent as per actual site requirements up to
the ceiling of the contract value.

Page 15 of 16
Tender Ref: BR.BINA.TENDER.2019-20/367

23) Payment shall be made based on actual executed quantities at site, after certification
by EIC.

24) Job, if required, shall be carried out on round the clock basis to meet any exigency
and other operational / functional requirement. Prior permission for the same shall
be obtained.

25) Contractor has to take all necessary safety precautions during the job & shall follow
work permit system & BORL safety guide lines during execution of job.

26) BORL will not make any payment for idling of manpower & resources due to any
reason whatsoever, such as due to delay in issue of work permits / non – availability
of clear work front / any other reason etc. It will be contractor’s sole responsibility
to arrange & deploy sufficient resources to complete the job with in time schedule

Page 16 of 16

You might also like