You are on page 1of 694

EPCM services for MR II project at HPCL Mumbai Refinery

TENDER DOCUMENT

(Document No : A857-TENDER_DOC-A857-161-16-50-EJ-T-0012)

Page 1 of 694
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A857- 0 TENDER DOCUMENT 4
TENDER_DOC-
A857-161-16-50-EJ-
T-0012
A857-161-16-50-EJ- A Solar Photovoltaic Plant on Roof Top of Non plant building 519
T-0012
A857-161-16-50- A Scope of Work (Electrical) for Roof Top Solar Photovoltaic Plant 523
SOW-0012
A857-161-16-50-SP- A Electrical Job Specification for Roof Top Solar Photovoltaic Plant 537
0013
A857-161-16-50-DS- A Data sheet for Solar PV Module 558
0611
A857-161-16-50-DS- A Data sheet for Power Conditioning Unit 559
0612
A857-161-16-50-OD- A Vendor List For Electrical Equipments & Components 560
0013
A857-161-16-50-CL- A Technical Check List (information required with bid) 565
0012
A857-161-16-50-VR- A VENDOR DATA REQUIREMENTS 567
0012
A857-161-81-41- 2 Substation Ground & First Floor Plan 570
02030
A857-161-81-41- 1 Substation Terrace Plan 571
02031
A857-161-81-41- 1 Substation Elevations & Sections 572
02032
A857-161-81-41- 1 Control Room Ground Floor Plan 573
12004
A857-161-81-41- 1 Control Room Terrace Plan 574
12005
A857-161-81-41- 1 Control Room Elevations & Sections 575
12007
A857-161-81-41- 1 Administration Building Ground Floor Plan 576
12011
A857-161-81-41- 0 Administration Building Terrace Plan 577
12014
A857-161-81-41- 1 Administration Building Sections 578
12015
A857-161-81-41- 0 Administration Building Sections 579
12018
6-51-0051 8 Specification for medium and high voltage cables & accessories. 580
6-51-0052 6 Specification for communication and fire alarm cables. 590
6-51-0082 4 Specification for cable installation. 600
6-51-0084 4 Specifications for earthing installation. 611
6-51-0081 4 Specification for electrical equipment installation. 618
6-51-0087 3 Specification for field inspection, testing and commissioning of 633
electrical installations
6-81-1051 3 ITP for MV & HV cables & accessories 641
6-81-1052 3 ITP for communication & fire alarm cables 647
6-78-0001 1 Specification for quality management system requirements from 654
bidders
6-78-0002 1 Specification for documentation requirement from contractors 661
6-78-0003 1 Specification for documentation requirement from suppliers 670
7-51-0101 5 Typical earth electrode for earthing system. 679
7-51-0102 7 Typical earth electrode in test pit. 680

Page 2 of 694
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-51-0103 6 Typical earth plate and fixing details. 681
7-51-0116 7 Equipment earthing schedule. 682
7-51-0301 4 Marking of trenches for electric cables. 683
7-51-0302 4 Typical section of cable trench in unpaved areas. 684
7-51-0303 5 Section of RCC cable trench. 685
7-51-0305 4 Installation details for conduit or cable support on wall/ slab/ beam. 686
7-51-0332 3 Safety measures for electrical installations during construction 687
7-51-0335 3 Typ. installation details of electrical panels on false flooring 689
7-51-0336 3 Typ. installation details of electrical panels on cable trench 690
7-51-0333 3 Details for hot dip galvanized ladder type cable trays 692

Page 3 of 694
HINDUSTAN PETROLEUM CORPORATION LIMITED
BIDDING DOCUMENT
FOR
SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP
OF NON PLANT BUILDING AT CALICO FOR MR II
PROJECT OF HPCL MUMBAI

(BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-


0012/1011)

PREPARED BY:

We solicit your support in implementation of GREEN FUEL across the country.

go green - go green - go green - go green - go green

Page 4 of 694
NAME OF WORK: SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT
BUILDING AT CALICO FOR MR II PROJECT OF HPCL MUMBAI , MAHARASHTRA,

(BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011)

MASTER INDEX

PART-I COMMERCIAL

S. NO. DESCRIPTION NO. OF SHT.

1. COVER PAGE 1

2. MASTER INDEX 1

3. NOTICE INVITING TENDER (NIT) 13

4. INSTRUCTION TO BIDDERS (ITB) WITH APPENDIX 31

5. BIDDING FORMS 35

6. GENERAL TERMS AND CONDITIONS OF CONTRACT (GTC) WITH 50


ITS ANNEXURES

7. SPECIAL CONDITIONS OF CONTRACT (SCC) 136

8. ANNEXURES TO SPECIAL CONDITIONS OF CONTRACT( SCC) 203

9. SCHEDULE OF PRICES 31

PART – II – TECHNICAL PART


NO. OF SHT.
SR. NO. DESCRIPTION
1. COVER PAGE

2. TECHNICAL PORTION

Page 5 of 694
NOTICE INVITING TENDER (NIT)
FOR SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT
CALICO FOR MR II PROJECT OF HPCL MUMBAI
BIDDING DOCUMENT NO. CK/A857-161-EJ-TN-0012/1011
DOMESTIC COMPETITIVE BIDDING
Engineers India Limited, on behalf of Hindustan Petroleum Corporation Ltd. (HPCL) invites e-
bids from eligible bidders for following works:
Description NIT and Bidding Last Date & time for online
Document available on submission of Bid
Website
SOLAR From: 20.07.2018 17.08.2018
PHOTOVOLTAIC
To 17.08.2018 Up to 12:00 Hrs (IST)
POWER PLANT ON
ROOF TOP OF NON
PLANT BUILDING AT
CALICO FOR MR II
PROJECT OF HPCL
MUMBAI

The detailed NIT and bidding document with contact details can be viewed and
downloaded from Central Public Procurement Portal website
https://eprocure.gov.in/eprocure/app. All revisions, clarifications, corrigenda, addenda,
time extension, clarification etc. will be uploaded in the website only and will not be
published in newspaper(s). Bidders should regularly visit the above website to keep
themselves updated.

DGM (SCM)
EIL, Gurugram

A857_1011_ Solar Plant_DNIT_Rev.1 Page 1 of 13

Page 6 of 694
NOTICE INVITING TENDER (NIT)
DOMESTIC COMPETITIVE BIDDING
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011
FOR SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT
CALICO FOR MR II PROJECT OF HPCL MUMBAI
1.0 INTRODUCTION

1.1 Hindustan Petroleum Corporation Ltd. (HPCL) is a Fortune 500 and Navratna Status Company
and is engaged in the business of refining and marketing of petroleum products. The
Corporation owns two refineries producing a wide variety of petroleum fuels and specialties.
One of these refineries is located on west coast at Mumbai and other on the east coast at
Vishakhapatnam. Apart from this HPCL has a refinery in Bhatinda in JV with M/s Mittal Energy
and also its has stake in MRPL.

1.2 HPCL is in process of expanding capacity of its Mumbai Refinery by constructing new
units/revamping existing units. HPCL has appointed EIL as the EPCM consultant for the subject
project.

1.3 EIL on behalf of HPCL invites e-bids (Through Government of India’s Central Public
Procurement portal https://eprocure.gov.in/eprocure/app) for “Solar Photovoltaic Power Plant
on Roof Top of Non Plant Building for MR-II” under single stage two part system (Part-
I:Techno-commercial Part & Part-II: Price Part) from competent agencies meeting the Bidder’s
Qualification Criteria (BQC) as stated under para 5.0 below.
2.0 BRIEF SCOPE OF WORK
2.1 Design, detail engineering, manufacture, procurement of material and bought out components,
assembly at shop, inspection, testing at manufacturer's works, packing, delivery, fabrication,
construction, installation, testing, commissioning, performance guarantee test run and
maintenance of Solar Photo Voltaic system comprising of Solar PV modules, mounting
structures, JBs, Power conditioning unit (PCU) including civil & structural works on lump sum
turnkey (LSTK) basis. Detailed scope of supply & works is given in the bidding document.

Type : Roof top Solar Photo Voltaic Power Plant System

Capacity : 130kW (for substation), 125kW (for Control room), (50kW


for Administration building)
For Complete details refer bidding document.

3.0 TIME SCHEDULE FOR COMPLETION:


05 (Five) Months to be reckoned from the date of issue of Letter/ Fax of Acceptance.

A857_1011_ Solar Plant_DNIT_Rev.1 Page 2 of 13

Page 7 of 694
4.0 SALIENT FEATURES OF BIDDING DOCUMENT:
Sl SALIENT FEATURES DETAILS
No.

: Central Public Procurement Portal website


a) Bidding Document along
http://eprocure.gov.in/eprocure/app
with Addendum / Time
Extension etc. (if any)
available on Websites
(for viewing & downloading)

: From 20.07.2018 to 17.08.2018


b) Bidding Document along
with Addendum / Time
Extension etc. (if any)
available on the above
Websites for the period
Bidding Document Fee :
c) NOT APPLICABLE
(Non-refundable)

d) Bid Security / Earnest : Rs. 4,11,000/ (Rupees Four Lakh Eleven


Money Deposit (EMD) Thousand Only)

(Interest Free) The EMD shall be submitted in favour of


“Hindustan Petroleum Corporation Limited”,
payable at MUMBAI, in the form of Demand
Draft/Non-revocable Bank Guarantee from any
Indian Scheduled Bank (Other than Co-
operative Bank) or any Indian Branch of an
International Bank situated in India and
registered with Reserve Bank of India as a
scheduled foreign bank.

e) Last date of Receipt of : On 01.08.2018


Bidder's Queries for Pre-Bid
Meeting

f) Pre-Bid Meeting : At 14:30 Hrs. IST on 03.08. 2018- AT


HPCL Mumbai Refinery, B.D.Patil Marg, Mahul,
Mumbai, 400074

A857_1011_ Solar Plant_DNIT_Rev.1 Page 3 of 13

Page 8 of 694
Sl SALIENT FEATURES DETAILS
No.

g) Site Visit At 10:00 Hrs. IST on 03.08.2018


at Mumbai Refinery, Hindustan Petroleum
Corporation Limited, B.D.Patil Marg, Mahul,
Mumbai, 400074
Contact Persons :
Mr. Vinay Gajbe, Dy. Manager – Projects, Contact
No. 022-2507 8701
Mr. Sandeep Sharma, Dy. Manager – Projects,
Contact No. +919029081422
Mr. Debasish Choudhry, DGM – Projects,
+919833066196
Mr Ani Thomas, DGM - (Projects),
[Contact Nos. 09769668283

Mr. Vikhar Kamlakar, GM (P), Email -


Vikharkr@hpcl.in
[Phone No. 9820465012],
h) Validity of Bid : 4 Months from the final due date of opening of
Techno-commercial (Unpriced) Bids

i) Online Last Date and time : Up to 12:00 Hrs. IST on 17.08.2018


for submission of Bids only at Government of India’s Central Public
Procurement Portal
https://eprocure.gov.in/eprocure/app in the
manner as fully described in the enquiry document

j) On-Line Opening of : 14:00 Hrs. IST on 20.08.2018 (on next working


Techno-Commercial day after bid due date)
(Unpriced) Bids (In presence of authorised representative of
attending bidders).
At EIL, Gurugram Office

Place of Submission of : DAK RECEIPT SECTION,


k)
Original authenticated BQC ENGINEERS INDIA LIMITED
Documents (Hard Copy), R&D COMPLEX, SECTOR-16 (On N.H.-8)
EMD/Bid Security, Integrity TOWER-2 (GROUND FLOOR),
Pact and Power of Attorney GURUGRAM -122 001
HARYANA (INDIA)
Tel NO. +91-124- 380 3078
Kind. Attn.: Mr. C. Kapuria, GM (SCM)

A857_1011_ Solar Plant_DNIT_Rev.1 Page 4 of 13

Page 9 of 694
Sl SALIENT FEATURES DETAILS
No.

l) Online opening of Priced : Date & time to be intimated later on to the Techno-
Bids of Techno- Commercially acceptable Bidders.
Commercially acceptable
Bidders

m) Contact Person with details : Mr. C. KAPURIA, GM (SCM)


for any clarifications
ENGINEERS INDIA LIMITED
R&D COMPLEX, SECTOR-16 (On N.H.-8)
TOWER-I (4th FLOOR),
GURUGRAM -122 001
HARYANA (INDIA)
Tel NO. +91-124- 380 2461/2483/2505
e-mail Id. c.kapuria@eil.co.in ,
CC: i) tamal.choudhury@eil.co.in

If any of the cut off date mentioned above happens to be EIL holiday, the next working day
shall be implied.
4.1 All revisions, amendments, time extensions, clarifications, etc. to the NIT/bidding
document shall be uploaded in the websites only and shall not be published in
Newspapers. Bidders should regularly visit the above website(s) to keep themselves
updated and submit their Bids based on latest information.
4.2 Request for extension or any queries received from any bidder with less than 7 (Seven)
working days prior to bid due date shall generally be ignored, since there will not be
adequate time for proper communication with Client, other bidders and web hosting.
4.3 Bidders shall submit the bid directly and in their own name without involving any intermediaries.
5.0 BIDDER’S QUALIFICATION CRITERIA (BQC)
5.1 EXPERIENCE CRITERIA (TECHNICAL)
5.1.1 The Bidder shall have designed, engineered, supplied, tested and commissioned One or more
sets of Solar Photo Voltaic (PV) based power plant system with total capacity of minimum 90
kW (put together) on single order basis with the offered technology during last seven (7) years
and must have completed a period of minimum One (1) year after commissioning reckoned
from the last day of the month previous to the one in which bid is invited.
5.1.2 Bidder on his own shall have carried out Testing and Commissioning of above mentioned Solar
PV Plant.
5.1.3 For qualification of the Bidder, the above clauses shall be read in conjunction.
5.2 DOCUMENTS REQUIRED WITH BID:
5.2.1 Bidder shall complete and submit the Experience Record Pro-forma (ERP) enclosed with this
bidding document along with associated documentary evidence to establish that the bidder
meets the Bidder Qualification Criteria as per clause no. 5.1 above of this document.
5.3 EXPERIENCE CRITERIA (COMMERCIAL)
5.3.1 The Bidder shall have designed, engineered, supplied, tested and commissioned One or more
sets of Solar Photo Voltaic (PV) based power plant system during last seven (7) years and must
have completed a period of minimum One (1) year after commissioning reckoned from the last
day of the month previous to the one in which bid is invited:

A857_1011_ Solar Plant_DNIT_Rev.1 Page 5 of 13

Page 10 of 694
One Contract of value not less than Rs. 165 Lakh (Rupees One Hundred Sixty Five Lakh
Only)
OR
Two Contracts of value each not less than Rs. 103 Lakh (Rupees One Hundred Three Lakh
Only)
OR
Three Contracts of value each not less than Rs. 83 Lakh (Rupees Eighty Three Lakh Only)
5.3.2 For Experience based on composite works

i) In composite work(s) which include(s) qualifying work as stated in clause no 5.3.1


above, then the value of such qualifying work out of total value of composite work(s)
shall be considered for the purpose of evaluation.

ii) 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), relevant pages of Contracts, Copy of relevant pages of final
bill certified by OWNER for establishing requirement of BQC or written letter from the
Owner specifying the nature of work with quantities and values can be submitted for
qualification.
5.3.3 Experience acquired by a bidder as a sub-contractor shall also be considered for
qualifying the experience criteria of BQC. In such cases, bidder shall be required to furnish
the following documents in support of meeting the BQC:

a) Copy of work order along with Schedule of rates (SOR) issued by main
Contractor.

b) Copies of Completion Certificates from the end User / Owner / PMC and also
from the Main Contractor. The Completion Certificates shall have details like
work order no. /date, brief scope of work, ordered & executed value of the job,
completion date etc.

c) However, in case bidder is not able to furnish the Completion Certificates from
the end User/ Owner/ PMC in his name then he shall furnish a copy of the
approval by User / Owner / PMC for engaging the bidder as a Sub-Contractor.
5.3.4 A job executed by a bidder for its own plant/ projects cannot be considered as
experience for the purpose of meeting requirement of BQC as mentioned above. 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 shall submit
these documents in addition to the documents specified at clause no.5.5 below to meet BQC
5.4 FINANCIAL CRITERIA
Bidder shall meet the financial criteria under para 5.4.1, 5.4.2 below:
5.4.1 Bidder’s Average annual Financial Turnover during immediate last 3 (Three) Financial Years
shall be at least Rs. 61.60 Lakh (Rupees Sixty One Lakh Sixty Thousand Only)
5.4.2 Net Worth of the Bidder should be positive as per the last audited financial statement.
However, it will not be applicable for CPSU/CPSE.
5.5 DOCUMENTATION REQUIRED WITH BID

A857_1011_ Solar Plant_DNIT_Rev.1 Page 6 of 13

Page 11 of 694
5.5.1 Bidder shall furnish documentary proof of fulfilling the “Bidder Qualification Criteria” as
mentioned in Clause 5.0 above at the first instance. The documentation shall include but not
limited to copies of work order(s) / contract agreements(s) / relevant pages of schedule of rates,
completion certificate(s) of similar works executed, fulfilling the qualification criteria, complete
annual reports containing audited balance sheets and profit & loss accounts statement
including auditor’s report and all schedules etc. for last 3 (Three) financial years.
5.5.2 In case, audited annual report of immediate preceding financial year is not available in cases
where bid closing date is up to 31st December, the bidder has an option to submit the audited
annual reports of the three previous years immediately prior to the last financial year. However,
in case the bid closing date is after 31st December, bidder has to compulsorily submit the
audited annual reports for the immediate three preceding financial years only.
5.5.3 Unincorporated Joint Venture/Consortium Bids/Bids from Wholly Owned Subsidiary relying on
Parent company’s experience shall not be accepted.
5.5.4 Bidder should, before submission, carefully examine the work orders and completion
certificates which according to the bidder meet the BQC requirement and based on
which their bids shall be evaluated.

OWNER / EIL reserves the right to complete the evaluation based on the details furnished along
with the bid without seeking any additional information.
5.5.5 All documents furnished by the bidder in support of meeting the experience and financial criteria
of BQC 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 and Financial)” with proper index and page numbering. Refer Instructions to
Bidders (ITB) for details.
5.5.6 All documents furnished by the bidder in support of meeting the Experience and Financial
criteria of BQC including MSE certificates shall be as follows:

Bidder shall submit documents duly certified by Statutory Auditors of the bidder or
practicing Chartered Accountant (not being an employee / Director and not having any interest
in the bidder’s company) where audited accounts are not mandatory as per law (in line with the
present system).

Or

“Bidder shall submit documents duly notarized by any Notary Public in the Bidder’s
Country or certified true copies duly signed, dated and stamped by an official authorized for this
purpose in Indian Embassy/ High Commission in Bidders Country.”

Or

Bidder shall submit 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 to this NIT. This option shall not be applicable to Proprietorship/ Partnership firms

Requirement of above certification shall not be applicable to published audited annual financial
statements in English, if original booklets are submitted.

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.
5.5.7 Authentication of Documents and Submission of BQC documents through e-tendering:-

A857_1011_ Solar Plant_DNIT_Rev.1 Page 7 of 13

Page 12 of 694
a) Bidders shall be required to upload the digitally signed authenticated copies of documents
for meeting BQC on the e-tendering portal only. In that case, bidders shall not be required
to submit the original authenticated documents in physical form to ElL.
In addition, bidders to confirm that all authenticated documents submitted for meeting the
BQC are certified as per the authentication requirement defined in the bidding document.
b) Wherever the bidder has not submitted the authenticated documents through e-
tendering as per the requirement of bidding document, bidder shall submit the
original authenticated document, within the time permitted in the bidding document for
submission of physical documents.

c) Similar to BQC documents, Power of Attorney and other authenticated documents like
proof of being MSEs for availing preference under Public Procurement Policy-2012 for
MSEs shall also be obtained through e-tendering on the same principle as above.
5.5.8 Any additional documents if deemed necessary to establish the qualifying requirements shall be
submitted by the Bidder.
5.5.9 Submission of authentic documents along with the bid at the first instance is the prime
responsibility of the Bidder. However, OWNER/EIL reserves the right of getting the
document cross verified, at their discretion from the document issuing authority.
5.5.10 OWNER/EIL reserves the right to complete the evaluation based on the details furnished
(without seeking any additional information) and / or in-house data, survey or otherwise.
5.5.11 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.
6.0 PRE-BID MEETING AND IMPORTANCE OF ATTENDING PRE-BID MEETING
6.1.1 Pre-bid Meeting shall be held at HPCL Refinery, Mumbai on the scheduled date and time.
6.1.2 Bidders or their competent authorized representatives are requested to attend the Pre-Bid
Meeting so that their queries, if any, related to the Bidding document and Scope of Work etc.
can be addressed during the pre-bid meeting to enable the bidder to submit Zero Deviation
Bid.
6.1.3 Bidders shall treat the pre-bid meeting as utmost important for their own interest and
depute competent & senior persons to understand the requirement and capable of taking
spot decision to sort out all the technical, commercial and legal issues. Bidders are also
advised to attend the pre-bid meeting alongwith their technical, commercial and legal
representative, if so desired, to get clarified all issues for submission of “Zero- Deviation
bid” to meet the project time schedule.
6.1.4 Bidders who are not attending the pre-bid meeting, it shall be considered that the bidder
has a clear understanding of the scope, specifications, terms & conditions etc. of the
bidding document and does not have any comments/ deviations to the requirements of
the bidding document and their offer shall be strictly as per provisions of the bidding
document without any deviation/clarification etc.
6.1.5 To make the pre-bid conference effective and result-oriented, the bidders are requested to send
their queries/clarifications, if any, as per format included in the Bidding Document through e-
mail or by courier to reach EIL Gurugram Office within the date as mentioned against Sr. No.
4.0 above before the pre-bid meeting. The clarifications shall be provided during the pre-bid
meeting.
7.0 SITE VISIT
7.1.1 The site of Work is located near the premises of the existing Mahul Refinery, Mumbai in the
state of Maharashtra. Bidder is advised to visit and examine the site (at his own cost), its

A857_1011_ Solar Plant_DNIT_Rev.1 Page 8 of 13

Page 13 of 694
surroundings and familiarise themselves of the existing facilities & environment, and collect all
other information which he may require for preparing and submitting the bid and entering into
the Contract. Claims and objections due to ignorance of existing conditions or inadequacy of
information will not be considered after submission of the bid and during implementation. Bidder
shall provide at least two days in advance the details of their representatives along with details
of laptop, if any, being carried so as to make arrangement for gate passes.
8.0 MSEs Preferences:
a) Ministry of Micro, Small & Medium Enterprises notified the Public Procurement
Policy (PPP), 2012 for facilitating promotion and development of micro & small
enterprises.
b) In case the bidder is a Micro or Small Enterprise registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and
Medium Enterprises:
i. Tender Documents shall be issued to MSEs free of cost.
ii. MSEs shall be exempted from payment of EMD.
c) MSE bidder shall submit the following:
i. Documentary evidence that the bidder is a Micro or Small Enterprises registered
with District Industries Centers or Khadi and Village Industries Commission or
Khadi and Village Industries Board or Coir Board or National Small Industries
Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises.
ii. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.
iii. There should be clear categorisation in certificate that whether bidder is small
scale enterprises or Micro scale enterprises.
iv. The above documents submitted by the bidder shall be duly certified (in original)
by a Notary Public or Statutory Auditor of the bidder or a 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.
v. If the bidder does not provide the appropriate document or any evidence to
substantiate the above, then it will be presumed that he does not qualify for any
preference admissible in the Public Procurement Policy, 2012.

d) Price preference as admissible under the prevailing procurement policy for MSEs
shall not be applicable for subject tender.

9.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): EMD Amount shall be as per clause
no. 4.0 d) as above.
9.1 The bidder shall submit the bid security in the form of Crossed Demand Draft or Non-revocable
Bank Guarantee in favour of “Hindustan Petroleum Corporation Limited”, payable at
MUMBAI. Bank Guarantee shall be on non-judicial stamp paper of appropriate value as per
proforma enclosed in the Bidding Document. EMD shall be uploaded in designated place in
CPP Portal http://eprocure.gov.in/eprocure/app. Bank guarantee shall be revalidated for
extended period as required by Owner / EIL in writing. OWNER shall not be liable to pay any
bank charges, commission or interest on the amount of bid security.
9.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from any
Indian scheduled Bank other than a co-operative bank or an Indian branch of an International
bank situated in India and registered with the Reserve Bank of India as scheduled foreign bank.
9.3 The bank guarantee in lieu of EMD shall be valid for 6 (Six) months from the final due date of
submission of Bid.

A857_1011_ Solar Plant_DNIT_Rev.1 Page 9 of 13

Page 14 of 694
9.4 Bids without Earnest Money Deposit (EMD) / Bid Security will not be considered and will
be summarily rejected, subject to exemptions as mentioned at clause no. 12.0 below.
9.5 Bidder must upload the scanned copy of EMD on CPP Portal along with the e-bid. Swift
message/Cheque/Cash shall not be acceptable. In case, bidder fails to upload scanned
copy of EMD on CPP Portal by the bid due date & time, such bid shall not be considered
for evaluation.
10.0 ORIGINAL DOCUMENTS

a. The following documents in addition to uploading the scanned copies of the same on the
CPP Portal, shall be required to submitted in Original in physical form in a sealed envelope
titled “Original Document for Bidding Document No. CK/A857-161-EJ-TN-0012/1011”
as per Instructions to Bidders (ITB) at the address mentioned in Instructions to Bidders of
Bidding Document failing which the bid shall be rejected outrightly and un-price bid opening
of such bidder shall not be carried out notwithstanding the fact that a copy of these
documents have already been uploaded by the bidder:

I. EMD/Bid Security

II. Integrity Pact.

b. MSE Certificate, Power of Attorney and all documents required to meet the BQC as per NIT
/ LIB duly authenticated as per Clause no 5.5.6 & 5.5.7 above shall require to be uploaded
on the CPP portal.

c. Bidder shall write their name and tender number on the backside of the cross
demand draft. Request for sending Bidding Document by Post/ Courier or any other mode
shall not be entertained.

d. In case of General Power of Attorney, photocopy duly notarized is also acceptable. Non-
Submission of POA shall lead to rejection of bid.

e. All original document will be submitted by bidder within final bid due date.
10.1 The Integrity Pact duly signed and stamped by the authorized official of OWNER and the
Contractor will form part of this contract. The bidder shall comply with the requirements of the
Integrity Pact.

Pro-forma of Integrity Pact, which is issued along with the bidding document shall be returned
by the bidder along with technical bid, duly signed by the same signatory who signs the bid i.e.
who is duly authorized to sign the bid. All the pages of the Integrity Pact shall be duly signed by
the same signatory.

BIDDER’S FAILURE TO SUBMIT THE SCANNED COPY OF INTEGRITY PACT ALONG


WITH THE e-BID, DULY SIGNED, SHALL LEAD TO OUTRIGHT REJECTION OF SUCH BID.

If the bidder has been disqualified from the tender process prior to the award of contract
according to the provisions under Integrity Pact, OWNER shall be entitled to demand and
recover from bidder Liquidated damages amount by forfeiting the EMD/Bid security (Bid Bond)
as per provisions of Integrity Pact.

If the contract has been terminated according to provisions of the Integrity Pact, or if OWNER is
entitled to terminate the contract according to provisions of Integrity Pact, OWNER shall be
entitled to demand and recover from the Contractor’s liquidated damages amount by forfeiting
the Performance Bank Guarantee / Security Deposit as per Integrity Pact.

A857_1011_ Solar Plant_DNIT_Rev.1 Page 10 of 13

Page 15 of 694
11.0 SUBMISSION OF BIDS & VALIDITY

Bids are required to be submitted only through Govt. of India CPP Portal at
http://eprocure.gov.in/eprocure/app on or before the Bid submission date and time. Bidders
are required to enrol on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app). No enrolment fee would be charged from the
bidders. It may also be noted that the price details are required to be filled & submitted only on
the Schedule of Price format downloaded from above e-Tendering website.
11.1 Bidders in their own interest are requested to enroll on Govt. of India CPP portal and
upload/submit their bid well in time. In the event of failure in bidder’s connectivity with EIL/CPP
Portal during the last few hours, bidder is likely to miss the deadline for bid submission. Due
date extension request due to above reason may not be entertained.
11.2 Physical Bids / Offers or Bids through any other mode (Fax / E-mail etc.) shall not be accepted.
The Offers submitted through e-tendering system, as above shall only be considered for
evaluation and ordering.
11.3 Bidders to refer E-Tendering Methodology provided as Annexure-I to Instructions to
Bidders (ITB) included in the Bidding Document. Bidders are requested to get acquainted with
the E-Tendering System in advance and obtain/seek clarifications, if any, from EIL and/or CPP
Portal Helpdesk, whose contact information is provided in the Annexure-I to ITB.

12.0 EXEMPTION OF EMD:

12.1 EMD shall not be required from Indian Central Public Sector Undertakings/ Enterprises
(CPSU/CPSE) and MSME bidder.
12.2 Industries registered with MSME shall provide necessary documentary evidence duly
certified by statutory auditor as per bidding document, where as PSUs shall submit
declaration to this effect in their letter head that they are PSU.

13.0 The bidders who are on Holiday/Negative list of OWNER or EIL 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. If the bidding document were issued
inadvertently/ downloaded from website, offers submitted by such bidders shall not be
considered for bid opening/evaluation/Award.

14.0 OWNER / EIL shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, site-visit and other expenses incurred during
bidding process.

15.0 Bidder shall download bidding document in his own name and submit the bid directly. The
bidding document is non-transferable. Bid submitted by Bidder who has not downloaded the
Bidding document directly will be rejected.

16.0 OWNER / EIL reserve the right to reject any or all bids received without assigning any reason
thereof and bidders if so desires, may seek in writing the reason for rejection of their bid, to
which HPCL shall respond quickly.

17.0 Bids received after stipulated last date and time, due to any reasons what-so-ever, including
postal delays, will not be considered.

18.0 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.

19.0 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.

A857_1011_ Solar Plant_DNIT_Rev.1 Page 11 of 13

Page 16 of 694
20.0 The successful bidder shall not engage any other bidder who participated in this bidding
process (for any part) as their subcontractor on later date during contract execution for whole or
part of the work.

DY. GENERAL MANAGER (SCM)

ENGINEERS INDIA LIMITED


Remarks: - Detailed NIT has been prepared based on the enclosed Notes

Prepared by Checked by Approved by

T. Choudhury Anil Biswas R. Sinha


Manager (SCM) DGM (SCM) GM (SCM)

In line with clause no. 3.9.1 (b) of Section-B of DOP approval for alignment of technical &
commercial BQC

ED(SCM) ED(T) ED(P)

A857_1011_ Solar Plant_DNIT_Rev.1 Page 12 of 13

Page 17 of 694
Annexure-1 to NIT
SELF-CERTIFICATION
I, ____________________ S/o/D/o of ______________________________ _, working as
CEO/CFO/Company Secretary (indicate, as applicable) of the Company
____________________________ having its registered office at
_______________________________________________ _ certify that all the details
including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer
reference _________________ against your Enquiry document
__________________________________ , are true, authentic, genuine and exact copy of its
original.
It is certified that none of the documents are false/forged or fabricated. All the documents submitted has
been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the Owner/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

I, ____________________ S/o/D/o of _______________________________ , working as


CEO/CFO/Company Secretary (indicate, as applicable) the Company
____________________________ having its registered office at
____________________________________________________ with reference to our bid
______________________ against your Enquiry document
________________________ .declare that in case, at a later date, any of the document
submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held
responsible for the same and EIL/Owner has every right to take action against me and my company, as
deemed fit as per provisions of the bidding documents including ElUOwner's right to put our company
on Holiday/Black list for future business with EIL/Owner.
Specimen Signature of authorized representative

Signature

Name & Designation (CEO or CFO or Company Secretary)

Self-Certification

A857_1011_ Solar Plant_DNIT_Rev.1 Page 13 of 13

Page 18 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 1 of 31

INSTRUCTIONS TO BIDDER (ITB)

FOR

HPCL MR II PROJECT
FOR SOLAR PHOTOVOLTAIC POWER
PLANT ON ROOF TOP OF NON PLANT
BUILDING

Engineers India Limited (EIL)

Page 19 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 2 of 31

INDEX

1.0 INTRODUCTION .................................................................................... 5


2.0 COST OF BIDDING ................................................................................ 5
3.0 SITE LOCATION/SITE VISIT ................................................................. 6
4.0 DELETED ............................................................................................... 6
5.0 BIDDING DOCUMENTS ......................................................................... 6
6.0 PRE-BID MEETING ................................................................................ 7
7.0 AMENDMENT OF BIDDING DOCUMENTS ........................................... 8
8.0 LANGUAGE OF BIDS ............................................................................ 9
9.0 SUBMISSION OF BIDS .......................................................................... 9
10.0 BIDS ON CONSORTIUM BASIS .......................................................... 15
11.0 PRICE BID ............................................................................................ 15
12.0 CURRENCIES OF BID AND PAYMENT .............................................. 17
13.0 DELETED ............................................................................................. 17
14.0 EARNEST MONEY DEPOSIT (EMD) ................................................... 17
15.0 PERIOD OF VALIDITY OF BIDS ......................................................... 19
16.0 MULTIPLE / ALTERNATIVE BIDS ....................................................... 19
17.0 SIGNING OF BID.................................................................................. 20
18.0 E-TENDERING ..................................................................................... 20
19.0 ENROLMENT OF BIDDER TO CPP PORTAL ..................................... 21
20.0 SUBMISSION OF ORIGINAL DOCUMENTS (IN HARD COPY) .......... 21
21.0 BIDDING DOCUMENTS AND DEVIATIONS ....................................... 22
22.0 DEADLINE FOR SUBMISSION OF BIDS ............................................ 22
23.0 PRICES TO BE IN FIGURES AND WORDS ........................................ 23
24.0 CORRECTIONS ................................................................................... 23
25.0 LATE BIDS/ UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE 23
26.0 MODIFICATION AND WITHDRAWAL OF BIDS .................................. 23
27.0 OPENING OF UNPRICED BIDS .......................................................... 24
28.0 CLARIFICATION OF BIDS ................................................................... 24
29.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS ............................ 24
30.0 BID EVALUATION CRITERIA .............................................................. 25
31.0 COMPLETE SCOPE OF SUPPLIES/WORK ....................................... 26
32.0 OPENING OF PRICE BID .................................................................... 27
33.0 EVALUATION AND COMPARISON OF PRICES ................................ 28
34.0 OWNER'S RIGHT TO ACCEPT/ REJECT ........................................... 28
35.0 NOTIFICATION OF AWARD ................................................................ 28
36.0 CONTRACT AGREEMENT .................................................................. 29
37.0 SIGNING OF CONTRACT .................................................................... 29
38.0 CONFIDENTIALITY OF DOCUMENTS ................................................ 29
39.0 INFORMATION TO BE FURNISHED BY FOREIGN CONTRACTORS
Engineers India Limited (EIL)

Page 20 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 3 of 31

29
40.0 FRAUDULENT PRACTICES ................................................................ 29
41.0 PROJECT SPECIFIC ACCOUNT ......................................................... 30
42.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES ..................... 30

Engineers India Limited (EIL)

Page 21 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 4 of 31

SL.NO. DESCRIPTION APPENDIX NUMBER


1. COMMERCIAL QUESTIONNAIRE APPENDIX –I TO ITB

2. CONTENTS OF BID AND CHECK LIST APPENDIX –II TO ITB

3. INTEGRITY PACT APPENDIX –III TO ITB

4. E-TENDERING METHODOLOGY APPENDIX –IV TO ITB

5. TRC & FORM -10F APPENDIX –V TO ITB

Engineers India Limited (EIL)

Page 22 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 5 of 31

1.0 INTRODUCTION
1.1 HPCL (Owner) is in process of expanding capacity of its Mumbai Refinery
by constructing new units/revamping existing units. To achieve this
expansion, it is required to decongest the existing refinery by constructing
new tankages at its adjacent calico plot, admeasuring 57 acres and
decommissioning /dismantling some of the existing tankages at Mumbai
refinery. This project is envisaged as the first phase of Mumbai refinery
expansion and would encompass construction of new tankages,
interconnection with the existing refinery, buildings and T/T Gantry. HPCL
has appointed EIL as the EPCM consultant for the subject project.
1.2 EIL, for and on behalf of Owner invites e-Bids, under single stage Two Bids
(Unpriced and Price Bid) system, for the entire scope of supply and work
covered under the Bidding Document (as applicable) (hereinafter for the
purpose of these instructions collectively referred to as “WORK”).
1.3 It shall be Bidder’s responsibility to have thorough understanding of the
reference documents, site conditions, specifications, scope of work, scope
of supply, responsibilities & liabilities included in the Bidding Document.

1.4 It shall be Bidder’s responsibility to have thorough understanding of the


reference documents, site conditions, specifications, scope of work, scope
of supply, responsibilities & liabilities included in the Bidding Document.
2.0 COST OF BIDDING
AIl direct and indirect costs associated with the preparation and submission
of bid (including clarification meetings and site visit, if any), shall be to
Bidder’s account and Owner /EIL will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
3.0 Definitions
With respect to this document, the following definitions shall apply:
i) “Instructions to Bidders” shall mean the documents describing the manner
in which Bidder shall prepare and submit his bid.
ii) “Letter Inviting Bid” (LIB)/ “Notice Inviting Tender” (NIT) shall mean HPCL’s
request to Bidder for a Bid/ Tender together with the Bidding Document
iii) “Tender” or “Bid” shall mean Bidder’s offer to perform the Work, in
accordance with Bidding Document.
iv) “Tender Document” or “Bidding Document” shall mean the documents
issued to the bidder including any subsequent addenda to enable bidder
submit his Bid.
v) “Bidder” or “Tenderer” shall mean the person or company who receives the
Tender Document or Bidding Document and submits Tender or Bid to EIL.
vi) The words “un-incorporated Joint Venture (JV)” and “Consortium” have the
same meaning.
vii) “Bid Due Date” shall mean Bid Due Date including it’s extension, if any.
viii) “day” means calendar day.

Engineers India Limited (EIL)

Page 23 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 6 of 31

It shall be bidder's responsibility to have thorough understanding of the


reference documents and specifications included in the Bidding Document.

4.0 SITE LOCATION AND SITE VISIT


4.0.1 The site of Work is located within the premises of the existing Mahul
Refinery, Mumbai in the state of Maharashtra. Bidder is advised to
visit and examine the site (at his own cost), its surroundings and
familiarise themselves of the existing facilities & environment, and
collect all other information which he may require for preparing and
submitting the bid and entering into the Contract. Claims and
objections due to ignorance of existing conditions or inadequacy of
information will not be considered after submission of the bid and
during implementation. Bidder shall provide at least two days in
advance the details of their representatives along with details of
laptop, if any, being carried so as to make arrangement for gate
passes.
4.0.2 The Bidder and any of his personnel or agents will be granted
permission by the Owner to enter upon his premises and land for the
purpose of such inspection, subject to the explicit condition that the Bidder,
his personnel or agents will release and indemnify the Owner and his
personnel and agents/consultant from and against all liabilities in respect
thereof and will also be responsible for personal injury (whether fatal or
otherwise), loss of or damage to property and any other loss, damage, cost
and expenses incurred as a result thereof. During such visits the Bidder shall
abide by all the rules and regulations, as applicable.
4.0.3 For site visit, Bidder may contact the person as mentioned in the Notice
Inviting Tender (NIT)

4.0.4 Bidder may contact in advance with the following person for site visit
purpose:

MR. Vikhar R Kamalakar


GM-Projects
Email - Vikharkr@hpcl.in
Phone No. 9820465012

5.0 DELETED

6.0 BIDDING DOCUMENTS


6.1 The bidder is expected to examine the Bidding Documents, including all
instructions, FORMs, terms and conditions of Contract, specifications,
drawings and other documents and to fully familiarize itself with the
requirements of the Bidding Documents. Failure to furnish all the
information required by the Bidding Documents or the submission of a
bid not substantially responsive to the Bidding Documents in every
respect may result in the rejection of the Bid.
6.2 Throughout this Bidding Documents, the term "bid" and "tender" and their
Engineers India Limited (EIL)

Page 24 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 7 of 31

derivatives ("bidder/ tenderer", "Bid/tender", "bidding/tendering", etc.) are


synonymous, and day means calendar day. Singular also means plural.
6.3 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.
6.4 Bidders shall treat the Bidding Documents and contents therein as strictly
confidential.
6.5 The Bidding Document is and shall remain the exclusive property of the
Owner/EIL without any right to Bidder to use them for any purpose except
for the purpose of bidding.

7.0 PRE-BID MEETING


7.1 Bidders in their own interest are advised to take part in the pre-bid meeting
seriously by issuing their genuine queries and also by attending the pre-bid
meeting by their competent personnel. This will help bidder not only to cut
short of the evaluation time leading to requirement of shorter bid validity but
also enable them to submit their best prices based on the clear techno-
commercial scope.

7.2 Bidder’s authorized representative(s) shall attend the pre-bid meeting on the
prescribed day at the given venue as per details indicated in IFB. During the
pre-bid meeting, technical and commercial issues shall be discussed 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 the technical
and commercial queries.

7.3 In case any bidder does not attend the pre-bid meeting, it shall be
deemed considered 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.
7.4 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 through e-mail as per
format enclosed in the Bidding Document so as to reach at least four
working days prior to Pre-bid meeting. These queries shall be replied
during pre-bid meeting. The editable soft copies (in table form) of the
queries shall also be e-mailed to concern person as specified in IFB to
enable EIL to prepare replies to the queries against each query in the same
format expeditiously.

7.5 The bidders are required to participate in the pre-bid meeting after going
through the entire bidding document along with BQC. Bidder shall come
with all technical and commercial points on which they need
clarifications and also to ensure that they possess all the supporting
documentation for meeting the BQC. In case of any doubt, they may
Engineers India Limited (EIL)

Page 25 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 8 of 31

discuss the same during the meeting to avoid any techno-commercial


clarifications/ discussions post bid.

7.6 The outcome of the pre-bid meeting, including the essential questions
raised and the responses given by EIL/Owner shall be complied as
expeditiously as possible and shall be uploaded on the website if so
required. After pre-bid meeting, EIL/Owner at its discretion may not
entertain any further queries from the bidders.

7.7 Any modification in the Bidding Document, which may become


necessary as a result of the pre-bid discussion, shall be intimated
through email to all bidders through the issue of an
Addendum/Amendment, which is to be downloaded by the bidder from
said e-tendering website, which shall be considered for submission of
Bidder’s Bid.

7.8 Based on the pre-bid discussions, techno-commercial compliance shall


be signed and submitted by the bidders as part of their offer. After pre-
bid meeting, Bidders are expected to submit their Bids compliance to
the provisions of Bidding document including the Addendum (if any)
and EIL/Owner reserves its right not to accept any deviation and if any
deviation is submitted in the bid, their offers may be liable to be
rejected.

7.9 Technical Queries (TQ)/ Commercial Queries (CQ) may not be issued once
the bid has been opened. However, wherever TQ/CQ are unavoidable,
EIL/Owner at its discretion may issue TQ/CQ for bidder to reply within
the cut-off date along with all relevant
documents/information/clarification/confirmation as required with the
TQ/CQ reply(ies). EIL/Owner reserves the right not to consider any reply
after the cut-off date to complete the bid evaluation process.

7.10 Extension in bid due date shall not generally be granted due to tight Project
Schedule.

7.11 Non- attendance of the pre-bid meeting will neither be a cause for
disqualification of the bidder nor a cause for bidder’s ignorance to
submit the bid as per provisions of the bidding document and latest
information uploaded in the Central Public Procurement Portal
(CPPP)/Website of Government of India/ NIC Portal
https://eprocure.gov.in/eprocure/app .

8.0 AMENDMENT OF BIDDING DOCUMENTS


8.1 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
8.2 Any Addendum /Amendment will be hosted on the above Central Public
Procurement Portal (CPPP) of Government of India The Bidders will be
Engineers India Limited (EIL)

Page 26 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 9 of 31

required to acknowledge receipt of any such Amendment to the Bidding


Documents. Bidders shall confirm the inclusion of Amendment in their bid
and shall follow the instructions issued along with the Amendment.
8.3 Any Addendum/ Amendment thus issued shall become part of Bidding
Document .Bidder shall submit a copy of the Addendum/Amendment
duly signed and stamped along with all relevant
documents/information (if applicable as per Addendum) in token of their
acceptance. Failure of the Bidder to submit Bid without taking cognizance of
Amendment issued by OWNER /PMC shall be liable for rejection.
8.4 All Addendum/Amendments, Clarifications (if any) etc. which are applicable
to all bidders, shall be uploaded on the website. Generally intimation of
uploading of documents in website is sent to the bidders in their email
id. It is the responsibility of the bidder to check and provide current
and authenticated email id. However, Bidder should regularly visit the
website to keep themselves updated.
8.5 Bidders shall examine the Bidding Documents thoroughly and inform the
OWNER/PMC of any apparent conflict, discrepancy or error, so that the
OWNER may issue appropriate clarification(s) or amendment(s), if required.
8.6 The OWNER/PMC may, at its discretion, extend the date of submission
of Bids in order to allow the bidders a reasonable time to furnish their
most competitive bid taking into account the amendments issued.
8.7 OWNER/PMC 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

9.0 LANGUAGE OF BIDS


9.1 The Bid prepared by the bidder, all documents attached to and/or relating to
the bid and all correspondence exchanged by the Bidder shall be written in
English language only.
9.2 Any printed literature furnished by the bidder may be written in another
language provided that this literature is accompanied by an authenticated
English translation, in which case, for purpose of interpreting the Bid,
the English translation shall govern.

10.0 SUBMISSION OF BIDS


10.1 Bid must be submitted by the bidder through e-tendering website on or
before bid due date and time mentioned in the NIT / LIB or any extension
thereof as duly notified in writing by EIL (however, Bidders are requested to
not to ask any extension in due date for submission of Bids in view of tight
project schedule).

10.2 No Physical Bid, Bid through e-mail/Post/Fax/CD etc. shall be permitted.


The electronic bids (e-bids) submitted online through above Central Public
Procurement Portal (CPPP) of Government of India shall only be considered
for evaluation and ordering. Bidders are required to upload the Bid along
with all supporting documents including Priced bid on above Central
Public Procurement Portal (CPPP) of Government of India only.

Engineers India Limited (EIL)

Page 27 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 10 of 31

However, bidders are required to submit the following documents,


although uploaded in above e-tendering website, in original also in the
manner prescribed in the Bidding Document in sealed envelope titled
“Original Documents for respective Bidding Document No.” and shall
be send on or before the e-Bid submission Due Date and time to:

DGM (SCM), Engineers India Limited, Tower-I, 4th Floor, EIL Office
Complex, Sector-16, Gurugram, Haryana, India-122001
i) Power of Attorney in favour of signatory of the Bidder
ii) EMD/Bid Security as per Clause 14.0 below.
iii) Integrity Pact Agreement duly signed and stamped on each
page along with affidavit confirming that the bidder is not
involved in any case of transgression in terms of Integrity
pact.
iv) Any other document to be submitted in original as per Bidding
Document.

The bidder is required to make a proposal in a format as outlined below in


order to achieve the objective of maintaining a uniform proposal structure
from all bidders.

The bid shall be submitted by uploading relevant documents in respective


covers provided in the above e-tendering website.

Bidders to upload the Un-price and Price part of their bids strictly in
the Un-price & Priced folders respectively at the designated place in
the above e-tender website. Non Compliance to the same may lead to
rejection of their offer.

10.3 The Bid shall be submitted in three parts viz. Part-I, Part-II & Part-III in
respective folders provided in the website.
PART-I EMD/Bid Security
PART-II Techno-commercial / Un-priced Bid
PART-III Priced Bid
10.4 BID SECURITY/EARNEST MONEY DEPOSIT (PART-I): Bidder is required
to upload the Scanned copy of Bid Security/EMD as per clause no 14.0
of ITB (to be uploaded in above e-tendering portal) along with the e-
bid. EMD/Bid Security as applicable shall be submitted by the bidder in the
format attached in the General terms and Conditions of Contract (GTC)

10.5 TECHNO-COMMERCIAL/UNPRICED BID( PART-II): Unpriced e-Bids


folder shall contain following documents, duly signed:

SECTION-I i. Letter of submission & Synopsis of


the proposal
ii. Form of Bid as per Proposal FORM-
A including Form-B: Information
about the Bidder (Annexure to be

Engineers India Limited (EIL)

Page 28 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 11 of 31

submitted for each member of


consortium, in case of bids on
consortium basis)
Submission of following information
as per Form-B

a) Contractor’s Organization Chart


from the upper hierarchy level to
Managers level. Indicate Group or
Division who will be responsible for
execution of work and its
management team.

b) History & structure of the


organisations with names of
directors & chief executives.
c) Copy of Article of Association of the
Company or Board Resolution
mentioning Chairman/ Chief
Executive Officer / Managing
Director of the Company.
d) Parent Company: State legal name
and country of residence of direct
parent company and the ultimate
holding company, if any.
e) Change of Ownership: Has there
been any major change of
Ownership of the establishment over
the past five (5) years. If so, kindly
provide details and if not, please
affirm by “NONE”.
f) Affiliates / Associates / Subsidiary
Companies: Provide details in the
form of a graphic representation
to clearly identify each of the
CONTRACTOR’s Affiliates /
Associates / Subsidiary Companies
and their interrelation to one another
iii. One copy of the Table of Contents
(also referred to as Master Index)
of the Bidding Document duly
signed and stamped on each page,
in token of having received the
complete set of the Bidding
Document and its acceptance

Engineers India Limited (EIL)

Page 29 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 12 of 31

iv. Power of Attorney of Bid Signatory

The bid shall be signed (e-signed)


by the person duly authorised to
sign on behalf of the bidder and
having valid POA for the same at
the time of e-bid submission. 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
e-signed documents, should
indicate the details of the
signatories. Any consequences
resulting due to such signing (e-
signing) shall be binding on the
bidder.

v. Declaration as per Proposal


FORM-C duly signed & stamped by
the bidder in token of having
received and read all volumes of the
commercial & technical documents
and having accepted and
considered the same in preparing
and submitting the bid
SECTION-II: i. Deployment Schedule of
construction equipment, tools &
tackles proposed for execution of
work FORM-L
ii. Methodology of Execution as per
Proposal FORM-J.
iii. Details of proposed Organization
for Home and Site Office FORM-
K
iv. Deployment Schedule of
Supervisory personnel, as per
FORM-M
v. Project Schedule in the form of
Bar Chart.
Section-III I. Reply to Commercial
Questionnaire (Appendix-I to ITB)
II. Unpriced copy of Schedule of
Prices duly stamped & signed on
each page mentioning Quoted/Not
Quoted (as applicable)
Section-IV Technical Details/ documents specified
under “Technical Information Required
along with Bid”
Reply to Technical Questionnaire in
Engineers India Limited (EIL)

Page 30 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 13 of 31

Technical Sections
Section-V Compliance of Bid Requirement Form-
E
Schedule of Exceptions and deviations (if
any) to the Commercial and Technical bid
documents as per proposal FORM F
Technical deviations must be given
separately for each discipline in FORM-F.
Owner / PMC shall not any cognizance of
any deviation /clarification written other than
Form –F.

Any Clarification/deviation, if any


stipulated, other than Form –F shall be
treated as null & void and may render the
bid liable for rejection.
Section-VI Any other information required in the
Bidding Documents or considered relevant
by the Bidder, including declaration in
FORM I with regard to non-involvement of
Indian Agents.
Section-VII Integrity Pact Agreement including its
Covering Letter duly signed and stamped
on each page (Appendix-III to ITB)

Section-VIII Quality Assurance: A brief description of


the bidder’s QA system and a statement
detailing how QA will be implemented for
the Project.

Undertaking for non-engagement of child


labour Form-G
Section-IX a. Similar experience during last 7
years ( Form –N(i))

b. Experience details (NIT clause no.


5.3) for this Solar Panel Package
[Form –N(ii)] along with supporting
documents such as copy of work
order /contract, completion
certificate etc.,

c. Scanned copy of authenticated


documents required for meeting the
BQC requirements as per Notice
Inviting bid ;

d. Annual Turnover , Net Worth &


Working Capital Details ( Form-O)

Engineers India Limited (EIL)

Page 31 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 14 of 31

e. Bidder shall submit the audited


balance sheets and profit and loss
account for the immediate three
preceding financial years, for
evaluation and his qualification with
respect to financial criteria.

f. Comfort letter issued by any


Schedule Bank (other than
Cooperative Bank)

g. NOT APPLICABLE

h. Affidavit of self – certification


regarding domestic value addition in
Iron & Steel Products as per the
format enclosed with the Bidding
Document.
Section-X
Self-Declaration Form-P
Declaration of Black Listing /Holiday
Listing Form-Q
Check-List dully filled in (Appendix-II to
ITB)

10.5.1 Bid shall be serially page numbered and indexed in detail. Wherever
reference to any document is made in support of Bidder’s qualification
criteria, page number of such document shall be clearly indicated

10.6 For convenience, the Bid shall be compiled in the form of specific Sections
conforming to the above. In case of non-submission of above documents or
submission of incomplete documents, the OWNER reserves the right not to
evaluate such offers further and not to enter into correspondence in this
regard after opening the Techno-commercial / Unpriced Bid.
10.7 PART-III (PRICE BID): Priced Bid shall be uploaded by the bidder on
designated e- tendering folder in the above e-tendering website and
shall be consist of:

S. Schedule of Prices Forms


No.
I. Form of Bid (Proposal FORM-A);

II. Preamble to Schedule of Lumpsum Prices


III. Schedules of Lumpsum Prices as per formats (SP-0 to SP-10)
included in the Bidding Document, duly completed in all respects.

This part shall not contain any condition whatsoever failing which the Bid
Engineers India Limited (EIL)

Page 32 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 15 of 31

shall be liable to be rejected. No stipulation, deviation, terms & conditions,


presumption, basis etc. shall be stipulated in Price Part of the bid. Any
condition, if stipulated, shall be treated as null and void and may render
the bid liable for rejection.
No corrections, conditions, additions, deletions or modifications in Price Part
are permitted. All corrections in quoted rates must be stamped and signed.
10.8 Although all the details presented in this Bidding Document have been
compiled with all reasonable care, it is the Bidder’s responsibility to ensure
that the information provided is adequate and clearly understood.
10.9 The bid requirements are explicitly stated in the Bidding Documents. The
Bidder is required to study these requirements in detail & make a proposal in
an outline as defined above completely meeting these requirements. The
offer must be complete in all respects, leaving no scope for ambiguity. It
is in the interest of the Bidder to submit a complete & comprehensive
proposal leaving no scope for OWNER to raise or ask for any further
questions or clarifications, with a view that the proposal may be evaluated
only on the basis of what has been submitted by the bidder in the first
instance in order to adhere to a very strict project schedule. Bidder’s
quotation is the responsibility of the bidder and no relief or consideration can
be given for errors and omissions.
11.0 BIDS ON CONSORTIUM BASIS
NOT APPLICABLE

12.0 PRICE BID


12.1 For execution of scope of work as per conditions stipulated in the bidding
document, the Bid price is to be filled in the formats given in Price
Schedule/Schedule of Prices. Unless otherwise permitted in the Bidding
Documents, the price bid shall be for the whole works.
12.2 The Total Lump sum Price shall be quoted in the FORM SP-0 of the Price
Schedule. The Total Quoted Price in FORM SP-0 is considering the
impact under Goods and Service Tax (GST), which is effective from
01.07.2017 as per Format included.

12.3 The Lump Sum Price in FORM SP-0 means aggregate of Lump Sum prices
quoted in FORM SP-1, FORM SP-2 and FORM SP-3. However, bidder is
required to summarise all of the above price in FORM SP-0. The above
lump sum prices in Form-SP-0 shall include taxes & duties as detailed in
Special Conditions of Contract (SCC) and Schedule of Prices (SOP) with
break up details as per various Forms included in the Schedule of Prices
and all activities as per Scope of Work defined in Technical and Commercial
Section of Bidding Document and subsequent Amendment (if any).
The Lumpsum price in FORM SP-0 shall be deemed to be inclusive of
all taxes and duties, municipal taxes, statutory levies except “Goods
and Services Tax” (hereinafter called GST) (i.e. CGST and SGST
applicable in case of intra state supply). The GST as legally leviable &
payable by the Contractor under the provisions of applicable GST law(s) /
act(s) shall be reimbursed by Owner according to Contractor’s paid
GST bill /invoice submitted to Owner.
Engineers India Limited (EIL)

Page 33 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 16 of 31

Prices, taxes, duties including GST on any transaction between


Contractor and their sub-supplier/sub-contractor shall be included in
the Total Lumpsum Price quoted by the Contractor.

12.3.1 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/OWNER.
12.3.2 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 terms & 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.
12.3.3 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.
12.3.4 All duties, taxes, and other levies payable shall be as per Special Conditions
of Contract.
12.3.5 The bidder shall quote the lumpsum price gross of Indian Income Tax, and
the lumpsum price(s) shall be deemed to include Indian Income Tax.

12.4 PRICE IN FORM SP-1 & FORM SP-2


12.4.1 FORM SP-1 and SP-2 shall have the limits as specified in Schedule of
Prices, Preamble.
12.4.2 In case the price(s) quoted exceed the limits specified under clause
11.4.1 above, the excess amounts shall be raised and paid in the Final
Bill provided the total Lumpsum Price (given in FORM SP-0) does not
increase on account of such payment.
12.4.3 It shall be the duty of the CONTRACTOR to duly observe and perform all
laws, rules, regulations, orders and formalities applicable to GST , Customs
Duty and Custom related Duties etc. on the import, manufacture, sale and/or
supply of any material to the OWNER and performance of the Works
Contract Services under the Contract. The CONTRACTOR shall keep the
OWNER indemnified from and against any and all claims, demands,
prosecutions, actions, proceedings, penalties, damages, demurrages and/or
other levies whatsoever made or levied by any Court, Tribunal or the
Customs or other Authorities with respect to any alleged breach, evasion or
infraction of such duties, taxes, charges or levies or any breach or infraction
of any applicable laws, rules, regulations, orders or formalities concerning
the same and from the consequence thereof.
It is recognised by the OWNER that the Price of Materials may be loaded to
cover various factors other than the cost of materials, such as procurement
costs and profits as applicable including prices, taxes, duties and including
GST on any transaction between Bidder and their sub-supplier/sub-
contractor in the Total Lumpsum price quoted by the Bidder
12.4.4 In the CFR value of imported materials indicated in FORM SP-9, Bidders
will be expected to indicate the anticipated CFR value of the imported
materials as represented by the Supplier’s invoice(s).
Engineers India Limited (EIL)

Page 34 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 17 of 31

12.4.5 Deleted .
12.4.6 The Liability of payment excess Custom Duty on account of change in CFR
Value referred to in FORM SP-9 shall be on Contractor’s account.
12.4.7 Account Payment for indigenous materials to the extent indicated in the Bill
of Materials shall be made on the basis of Contractor’s invoice(s) which
shall, without prejudice to the CONTRACTOR’s full obligations to the
OWNER in respect of such materials, preferably be drawn on the OWNER
to whom the materials shall be consigned by the Contractor. Payment of the
their Supplier’s invoices shall be made directly by the CONTRATOR, who
will be exclusively liable to pay their Supplier(s).

12.5 While submitting Bill of materials, Contractor shall submit back up


documents to Owner.

13.0 CURRENCIES OF BID AND PAYMENT


13.1 Currency of Bid
Bidder is required to quote their Prices for Entire Scope of Work in Indian
Rupees only.

13.2 Payment to the Bidder shall be in Indian Rupees only.

14.0 DELETED

15.0 EARNEST MONEY DEPOSIT (EMD)


The clause No. 4a) of GTC stands modified to following extent:

15.1 Bidder shall submit Earnest Money Deposit (EMD), if applicable, for an
amount indicated in the LIB/IFB in the form of Demand Draft in favour of
Hindustan Petroleum Corporation Limited payable at Mumbai or Bank
Guarantee. The Bank Guarantee shall be in favour of “Hindustan Petroleum
Corporation Limited” and shall be from any Scheduled banks other than co-
operative bank(s). All bank guarantees must be unconditional and should be
en-cashable on presentation to the issuing Bank. Bids not accompanied with
EMD shall be rejected and bidder shall not be allowed to attend the bid
opening. Issuance of Bank Guarantee shall be confirmed by the Bank
directly to the Owner/EIL preferably through Structured Financial Messaging
System (SFMS), as it provides an RBI supported Integrated Platform for
Bank Guarantee Verification.

For SFMS, the Owner’s Bank Details/other information are


as follows:
State Bank of India
Diamond Garden Branch, Swastik Chambers, No.118-121,
1st Floor,Sion Trombay Road, Hotel Bahri Residency, Diamond
Garden, Chembur, Dist: Mumbai, State: Maharashtra, India
IFSC Code : SBIN0013340
SWIFT Code : SBININBB
Branch Code: 13340

Engineers India Limited (EIL)

Page 35 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 18 of 31

Account No. 10503589170


Contact Number: 022-22029456
Fax Number: 022-22742431
Toll Free Number: 18004253800, 1800112211
Email Id: sbi.13340@sbi.co.in
Official Website: www.sbi.co.in

15.2 Bidder should upload the scanned copy of Earnest money deposit (EMD) in
the above E-Tendering website at designated place. Bank guarantee shall
be revalidated for extended period as required by Owner / EIL in writing. The
original EMD should be submitted to the Tender Inviting authority of PMC,
on or before the last date and time of e-bid submission.

15.3 The bank guarantee in lieu of EMD shall be valid for 06 (Six) months
from the due date/extended due date of submission of Bid.
15.4 EMD of unsuccessful bidders will be returned upon award of Contract.
However, EMD of the successful Bidder will be returned upon the
Bidder's executing the Contract, and furnishing the Security Deposit /
Performance Bank Guarantee (PBG).

15.5 The EMD may be forfeited:


ix) If the information/documents submitted by the bidder in the Bid is found to
be false/forged at any stage of bidding process.
x) if a Bidder withdraws its bid during the period of Bid validity specified by
the Bidder on the Bid Form, or
xi) if a Bidder modifies his bid during the period of Bid Validity except if such
modification is solicited by OWNER/EIL in writing, or
xii) if a Bidder does not accept the correction of arithmetical errors as per Sub-
Clause 23.0 of ITB hereof, or
xiii) in case of a successful Bidder, if the Bidder fails, within the specified
period:
a. To sign the Contract.
b. To furnish the Composite Performance bank guarantee / Security
deposit.
If the Bidder, after submission, revokes his bid or modifies the terms and
conditions thereof during the validity of his bid except where Owner/ EIL has
given opportunity to do so, the earnest money shall be liable to be forfeited.
Owner / EIL may at any time cancel or withdraw the Invitation to Bid without
assigning any reason and in such cases the earnest money submitted by
Bidder will be returned to him.
15.6 The successful Bidder shall be required to submit Security Deposit/
Performance Bank Guarantee to Owner in the manner and within the time
period indicated in GTC/ SCC. Should the successful Bidder fail or refuse to
sign the Agreement and/or furnish the Security Deposit/ Performance Bank
Guarantee within the specified period, the earnest money shall be forfeited
without prejudice to his being liable to any further loss or damage incurred in
consequence by Owner.
Engineers India Limited (EIL)

Page 36 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 19 of 31

15.7 After acceptance of order by successful Bidder, Owner / EIL will return the
Earnest Money to all unsuccessful bidders. Earnest Money shall be returned
to the successful Bidder after he has furnished the Security Deposit /
Performance Bank Guarantee to Owner.
15.8 EMD shall not be required to be submitted by Micro & Small units registered
with District Industries Centers or Khadi and Village Industries Commission
or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of Micro, Small and Medium Enterprises
(MSME) as well as by Indian Central Public Sector Undertakings (PSUs)/
Enterprises (PSEs).
15.9 Industries registered with MSEs shall provide necessary documentary
evidence duly certified by statutory auditor or notary public as per
bidding document, whereas PSUs shall submit declaration to this effect in
their letter head that they are PSU.
15.10 Exemption of EMD will be applicable as mentioned above provided
that certificate issued by the competent authority is valid on the date of
Un-priced Bid Opening in case of MSEs. Scanned copy of registration
certificate duly certified by Statutory Auditor or Notary Public for MSEs and
self-declaration by PSUs/PSEs should be uploaded at the designated place
in the e-procurement website.
15.11 The Bank Guarantee shall be correspondingly extended if the validity
of the bid is extended.
15.12 Owner/PMC shall not pay any interest on EMD 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 EIL /
OWNER Policy.

16.0 PERIOD OF VALIDITY OF BIDS


16.1 Bids shall remain valid for 04 (Four) months after the deadline for bid
submission. A bid valid for a shorter period may be rejected by the OWNER
as non-responsive.
16.2 Notwithstanding the above, the OWNER may solicit the bidder’s consent to
an extension of the period of bid validity. The request and the responses
thereto shall be made in writing.
16.3 If the bidder agrees to the extension request, the validity period of the bid
security/ EMD shall also be suitably extended, in case it is submitted in the
form of Bank Guarantee.
16.4 A bidder may refuse the request for extension of validity of the Bid. In such
case bidder will be allowed to withdraw his bid without forfeiting his bid
Security.
16.5 A bidder accepting the request for extension shall not be permitted to
modify his bid because of the extension including change in prices,
unless specifically invited to do so. If a Bidder still deviates or changes
prices, its bid shall be rejected.

17.0 MULTIPLE / ALTERNATIVE BIDS


17.1 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
Engineers India Limited (EIL)

Page 37 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 20 of 31

indirectly (as a sub-contractor) failing which following actions shall be


initiated:
a) All bids submitted by such bidder (say ‘A’) either as a single bidder or
as a consortium, shall stand rejected and BID SECURITY/EMD, if any,
in case of all such bids submitted by bidder ‘A’ shall be forfeited.
b) 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. Wherever a bidder proposes a sub-
contractor, consent/ MOU with the sub-contractor shall be enclosed.

17.2 A Bidder shall submit only one bid in the same bidding process. A Bidder
who submits or participates in more than one bid will cause all the proposals
in which the bidder has participated to be disqualified.
17.3 Alternative bids are not acceptable.

18.0 SIGNING OF BID


18.1 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
authorized person and the certificate details, available from the signed
documents, should indicate the details of the signatories. All
documents/files of the bid shall be signed by using the digital
signature issued in the name of the person having valid Power of
Attorney (POA) at the time of bid submission. Any consequences
resulting due to such signing (e-signing) shall be binding on the bidder.
18.2 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 the
authorized representative of the Prime member/Leader 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.
19.0 E-TENDERING
19.1 Methodology for e-tendering shall be as per attached Appendix-IV to ITB.
Bidders are requested to get acquainted with the E-Tendering Website and
the formalities and load their Bid well within the time (extended time in case
of extension of bid submission date) provided for bid submission to avoid
last minute hassles.
19.2 Bidders in their own interest are requested to register on e-Tendering portal
and upload/submit their bid well in time. Bidders should avoid the last hour
rush to the website for registration of User I.D. & Password, enabling of
User I.D. and mapping of Digital Signature Serial Number, etc. since this
exercise require activities from EIL & the Service Provider and needs time.
In the event of failure in bidder’s connectivity with EIL/Service Provider
during the last few hours prior to bid submission time, bidder is likely to miss
Engineers India Limited (EIL)

Page 38 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 21 of 31

the deadline for bid submission. EIL/Service Provider shall not be held
responsible for such failure to submit the Bid. Any due date extension
request due to aforesaid reason shall also not be entertained.
19.3 Bidders are requested to obtain/seek clarifications, if any from EIL and/or
EIL’s Authorised Service Provider, whose contact information is provided in
the Appendix-IV to ITB.
20.0 ENROLMENT OF BIDDER TO CPP PORTAL
20.1 Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”,
“Resources Required”, “Bidders Manual Kit” etc. are available on home
page of https://eprocure.gov.in/eprocure/app facilitating Bidders to
participate in the bidding process. Bidders are advised to download & utilize
the available information/documents under these links for activities like
Registration in CPPP, obtaining User ID & Password, uploading &
submission of e-bids etc. Bidders are advised in their own interest to
carefully go through Instructions for E-tendering and other related document
available against various help links so as to ensure that bids are uploaded in
E-tendering website well before the closing date and time of bid submission.
20.2 The above CPP Portal mandates that the bidders are to be registered on
the portal before any enquiry can be issued to them. The enquiry can be
downloaded by the bidders from the above e-Procurement website as soon
as their registration is completed in the above e-procurement (NIC/CPPP)
Portal.
20.3 All those bidders who have still not registered on the above NIC Portal are
required to register on the same (immediately after issue of enquiry on EIL
portal but not later than ten days before the bid due date) for facilitating
issue of enquiry to them on the NIC Portal failing which it will not be possible
for them to upload their bids. Pursuant to registration, the bidders are also
required to login in EIL tender portal and update NIC’s registration details
and inform the undersigned regarding the same for the subject enquiry.
20.4 In any case, the enquiry shall be issued on NIC portal to NIC registered
bidders about one week before the bid due date. Therefore, all those
bidders who have not complied with the above registration requirements will
not be issued this enquiry on NIC portal and will not be eligible to bid.
Request for extension in due date of submission of bids due to non-
registration or delayed registration in NIC portal shall not be entertained.
20.5 The bid has to be necessarily submitted on the NIC Portal and only those
bidders who are issued the enquiry through NIC Portal will be eligible to
submit their bids. In case a bidder does not register on the NIC Portal and
as a consequence, cannot be issued the enquiry through NIC Portal, it shall
be deemed that he is not interested in bidding against this enquiry and no
further correspondence will be entertained.
20.6 In future, EIL shall be issuing all enquiries through NIC Portal alone and
bidders who do not register with NIC Portal may not be able to submit their
bids. Therefore, it is in the interest of the bidders that they register on the
NIC Portal at the earliest.
20.7 The bidder registration on NIC Portal is a very user friendly process.
However, in case of any doubt, the bidder may contact as per the details
given in NIT.
21.0 SUBMISSION OF ORIGINAL DOCUMENTS (IN HARD COPY)
21.1 The following documents shall be submitted in ORIGINAL, within the
Engineers India Limited (EIL)

Page 39 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 22 of 31

e- Bid due date and time as mentioned in the above CPP Portal, in a
sealed envelope, with proper index and covering letter in bidder’s letter
head. The envelope shall be titled “EMD, SIGNED INTEGRITY PACT AND
POA” with the Name of the Work, Bidding Document No., Name of the
Project etc. along with the Bidder’s name and address with contact no. etc.
and shall be submitted to the address as mentioned below:
i. Original Earnest Money Deposit/ Bid Security.
ii. Integrity Pact Agreement duly signed and stamped on each
page along with affidavit confirming that the bidder is not
involved in any case of transgression in terms of Integrity
pact.
iii. Power of Attorney of Bid Signatory.
21.2 If the Bidder is unable to submit the Original Earnest Money
Deposit/Security Deposit, in original within the Bid due date and time
(i.e. date and time of submission of e-bid on CPP Portal), in spite of the
fact that scanned copy of the above documents have been uploaded in
the above CPP Portal at the designated place, bid of such bidders shall
be liable for rejection.
21.3 The address for submission of original documents is as follow :
DAK RECEIPT SECTION,
ENGINEERS INDIA LIMITED
R&D COMPLEX, SECTOR-16 (On N.H.-8)
TOWER-2 (GROUND FLOOR),
GURUGRAM-122 001
HARYANA (INDIA)
Attn.: Mr. Rajesh Sinha, GM (SCM)/ T. Choudhury, Manager (SCM)
Tel No.: +91-124- 380 2502/2505
21.4 Each envelope shall indicate name, address, contact details with email Id of
the bidder to enable the bid to be returned unopened, if required.
21.5 If the envelope is not sealed and marked as above, the Owner / EIL will
assume no responsibility for the misplacement or premature opening of the
bid.
21.6 Document submitted in physical form shall be the exact copy of the
documents uploaded on the above CPP Portal.

22.0 BIDDING DOCUMENTS AND DEVIATIONS


22.1 The Detailed NIT along with Qualification Criteria and bidding
document can be viewed/ downloaded from the above e-Tendering
website

23.0 DEADLINE FOR SUBMISSION OF BIDS


23.1 The e-bid must be submitted on or before the date and time specified in the
Invitation for Bid.
23.2 EMD in accordance with ITB 14.0 (copy of documentary evidence in case
of EMD exemption under MSE/PSU), in original, must be received by EIL at
the address and no later than the date and time for submission in
accordance to ITB 14.0

Engineers India Limited (EIL)

Page 40 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 23 of 31

24.0 PRICES TO BE IN FIGURES AND WORDS

24.1 The bidder shall fill the Schedule of Lumpsum Prices both in figures as well
as in words in the Price Schedule forming part of the Bidding Documents.
The tendered amount for the work shall be entered in the Price schedule
and duly signed by the bidder.
24.2 When there is a difference between the prices in figures and words, the
price in words shall prevail.
24.3 In case of any contradiction between the Lump sum price(s) in FORM SP-0
and further break up mentioned under SP-1, SP-2, SP-3 or further break up
of these prices indicated in FORMS SP-4,SP-5, SP-6, the Lump sum Prices
quoted shall prevail in the following order:
i. Total Lump sum Price quoted in FORM SP-0
ii. Total Prices quoted in FORMS SP-1, SP-2, SP-3.
iii. Total Prices quoted in FORMS SP-4, SP-5 & SP-6
Total Lumpsum Price quoted in FORM SP-0 shall govern in case of
contradiction and further break-up of prices shall be corrected
accordingly.
25.0 CORRECTIONS
25.1 Bidders are required to fill in the tender documents with due care so as to
avoid any cuttings/corrections/alterations in the entries made in the tender
papers.

26.0 LATE BIDS/ UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE


26.1 No bid will be received after the deadline of submission of bid.
26.2 E-tendering system shall close immediately after the deadline for
submission of bid.
26.3 Unsolicited bids or bids being submitted/uploaded to address other than one
specifically stipulated in the bidding documents will not be considered for
opening / evaluation / award.
27.0 MODIFICATION AND WITHDRAWAL OF BIDS
27.1 The Bidder may modify or withdraw its Bid after the Bid's submission but
prior to the due date prescribed for submission of Bids by selecting the “Re-
Submission” option available in the e-tender portal.
27.2 No bid shall be modified subsequent to the deadline for submission of bids.
27.3 No bid shall be allowed to be withdrawn in the interval between the deadline
for submission of bids and the expiration of the period of bid validity
specified by the bidder. Withdrawal of a bid during this interval shall result in
the forfeiture of bidder's EMD/Bid security.
27.4 There are two specific features in Central Public Procurement Portal
(CPPP) viz, “Withdraw” and “Re-Submission”. Bidders should not use the
feature “withdraw” unless they have decided to withdraw their bids. It is to be
noted that once “withdraw” feature is used they will not be allowed to re-
submit their bid against this Bidding Document. In case a Bidder desires to
change his bid for any reason before bid due date, Bidder shall use “Re-
Submission” feature.
Engineers India Limited (EIL)

Page 41 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 24 of 31

28.0 OPENING OF UNPRICED BIDS


28.1 The Unpriced Bids shall be opened online through e-tendering portal, in the
presence of Bidder’s representative(s) duly authorized to attend such
opening by a person competent and having the Power of Attorney to bind
the Bidder. The Bidder’s representative(s) who choose to attend and are
present shall sign a register evidencing their attendance.
28.2 The Bidder’s names and the presence or absence of the requisite Bid
Security, will be announced and recorded at the opening.
29.0 CLARIFICATION OF BIDS
29.1 A substantially responsive Bid is one that meets the requirement of bidding
document without any deviation as more specifically defined in clause 30.1
below. It is expected that bidders will submit bids based on the terms and
conditions and specifications contained in the Bidding Document and will not
stipulate any deviations/clarification etc. Bidders shall confirm compliance to
Bidding Document as per FORM E. Should it, however, become
unavoidable, deviations should be separately and specifically stipulated only
in the prescribed Proposal FORM-F. OWNER reserves the right to reject
any bid containing unacceptable deviation(s) as non-responsive.
29.2 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, EIL / OWNER may, at its discretion,
may request bidder to submit the necessary information or documentation,
within a reasonable period of time, to withdraw material deviation, reservation,
or rectify omission in the bid related to documentation requirements.
Requesting information or documentation on such account shall not be
related to any aspect of the price of the Bid. EIL’s request for clarification and
the response shall be in writing.

29.3 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 EIL in writing.

29.4 Any clarification submitted by a bidder that is not in response to a request by


EIL shall not be considered. Failure of the bidder to comply with the request
may result in the rejection of its Bid.

29.5 If a bidder does not provide clarifications of its bid by the date and time set in
EIL’s request for clarification, Owner/EIL reserves the right to evaluate the bid
with available information which may result in rejection of their bid.

29.6 If desired by the OWNER, the Bidder shall be prepared to give presentation
on salient features of his bid including but not limited to Project Execution
Methodology.

30.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS

30.1 Prior to price opening of bids, EIL will determine whether each bid is
accompanied with required Bid Security, Integrity pact, as applicable;
Engineers India Limited (EIL)

Page 42 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 25 of 31

30.2 Fulfils the technical, commercial, financial, experience and other requirements
as specified in the Bidding Document;

30.3 Considering any clarifications and/ or requirement pursuant to clause No. 28


of ITB

30.4 Any other relevant factor, if any that EIL / OWNER deems necessary or
prudent to be taken into consideration.

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

31.0 BID EVALUATION CRITERIA


31.1 Prior to detailed bid evaluation, the OWNER will determine the substantial
responsiveness of each bid with respect to the Bidding Documents. A
substantially responsive bid is one which conforms to the terms,
conditions and specification of the Bidding Documents without
material deviation. A material deviation is one which affects in any
substantial way the scope, quality or performance of the works, or
which limits in any substantial way, inconsistent with the Bidding
Documents, the OWNER’s rights or the bidder’s obligations as
envisaged in the Bidding Documents, and the rectification of which
deviation or reservation would affect unfairly the competitive position
of other bidders presenting substantially responsive bids. Further
examination of only such bids as are determined to be substantially
responsive shall be taken up, unless otherwise determined by the OWNER.
31.2 In any case, no exception or deviation shall be accepted to the
following critical stipulations of Bidding Document and bids
containing deviations/ exceptions to these shall be considered to be
non-responsive and are liable to be rejected:
i) 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.
ii) Defect Liability Period/ Guarantee Period
iii) Bid Validity
iv) Schedule of Rate/Schedule of Price
v) Time Schedule
vi) Security Deposit/ Performance Bank Guarantee
vii) Termination and suspension
viii) Force Majeure
ix) Scope of Work / Scope of Supplies
x) Compensation for Delay
xi) Non-submission of Integrity Pact Agreement duly signed & stamped.
xii) Price adjustment for slippage in completion ( Annexure-XIX to SCC)
xiii) Composite Performance Bank Guarantee ( CPBG) ( Clause No. 4.0 of
SCC)”
xiv) Contractor’s Liability (Clause No. 46.0 of SCC)
xv) Any other rejection criteria specified elsewhere in the Bidding Document

Engineers India Limited (EIL)

Page 43 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 26 of 31

32.0 COMPLETE SCOPE OF SUPPLIES/WORK


32.1 The complete scope of supplies and work/services has been defined in the
Bidding Documents. Only those bidders who take complete responsibility
and who bid for the complete scope of supplies and work/services as
contained in the Bidding Document shall be considered for further
evaluation.
32.2 If the CONTRACTOR is required to engage a Sub-Contractor for any part of
work, then such Sub-Contractors shall have prior proven experience of
similar work and shall require specific approval by OWNER/PMC after
award of work.
Following the notification of Acceptance of Bid, the CONTRACTOR will
submit to the OWNER for approval the details of Sub-Contractors in line
with requirement of SCC.
The list of construction Sub-Contractors proposed in the Bids by the Bidders
shall be considered as indicative only.
32.3 If a proposed sub-contractor has been approved by the OWNER, the
CONTRACTOR shall not replace such approved sub-contractor with
another sub-contractor without obtaining the OWNER’s prior approval for
the proposed replacement.
32.4 The Bidder shall along with the bid furnish its Project Execution Plan, which
shall be evaluated for technical acceptability of the Bids.
32.5 The Project Execution Plan shall be submitted as per following basic
guidelines:
32.5.1 As a minimum following activities shall be performed by the CONTRACTOR
directly and shall not be sub-contracted:
a. Overall Project Management
b. Planning, Scheduling, Monitoring
c. Procurement Services including procurement (except for procurement of
cement, steel & alloy steel)
d. Quality Control
e. Construction Management
f. Commissioning
32.5.2 Bidder shall identify the key persons responsible for the above activities of
work by identifying the relevant persons and submitting the bio-data of
such Personnel:
Project Management
 Project Director
 Project Manager at Contractor’s home office
 Project Manager for this work stationed at site
 Project Co-ordinators
Planning, Scheduling, Monitoring
 Planning & Scheduling Manager
 Planning Engineer

Engineers India Limited (EIL)

Page 44 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 27 of 31

Procurement
 Procurement Manager
 Procurement Engineer
 Expeditor
Construction Management
 Resident Construction Manager
 Lead Construction Engineer for disciplines
o Civil/Structural
o Mechanical Equipment
o Electrical
o Instrumentation
o Safety Officer
o QA/QC Engineer
Project Engineering Management
 Engineering Manager
 Lead Engineer for all disciplines such as:
o Civil/Structural
o Pressure Vessels
o Rotary Equipment
o Mechanical / Static Equipment
o HMTD Equipment
o Electrical
o Instrumentation
o Piping
o Commissioning
32.5.3 Bidder shall furnish the bio-data of all key personnel as mentioned above
who are working within Bidder’s Organization.
32.5.4 Bidder shall submit a commitment from its Chief Executive that the Project
Progress Schedule shall be monitored by its board and all actions required
to arrest the failure/delays shall be initiated by them at the appropriate
time. Such action plan document shall be sent by the CONTRACTOR’s
home office to the Executive Director/ OWNER.
32.5.5 Bidder shall ensure that the Project Execution Plan submitted by it are
adequate for completing the work in all respects. All details as mentioned
above shall be submitted along with Bid in the first instance.
32.6 Project Execution Plan shall be evaluated and in case the same is not found
adequate for this work, such Bid(s) shall be treated Technically Not
Acceptable and such Bid(s) shall not be considered for price opening.
33.0 OPENING OF PRICE BID
33.1 Priced Bid of only those bidders whose bids are determined to be
technically and commercially acceptable by EIL / OWNER shall be opened.
Bidders selected for opening of their priced bids shall be informed about the
date, time and place of price bid opening

Engineers India Limited (EIL)

Page 45 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 28 of 31

34.0 EVALUATION AND COMPARISON OF PRICES


34.1 In evaluating the bids, the OWNER will determine for each bid the evaluated
Bid Price by adding the prices for following items:
Total Lumpsum Price indicated in FORM SP-0

a) Loading towards GST as per Schedule of Prices (SOP) provisions as


follows :
i. 69.38% of Creditable GST against Column No. D of FORM SP-
8A.
ii. 100% of non-creditable GST against Column No. E of FORM SP-
8A.
b) Creditable GST quoted by the bidder shall be available for claiming of ITC by
HPCL. Shortfall if any, shall not be paid
c) Conditional discount if offered by bidder shall not be considered for
evaluation.
d) Two years Operation and Maintenance Spares and Unit Rates for
Addition/ Deletion shall not be considered for evaluation.
e) Any other loading specified elsewhere in the Bidding Document.

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

Stage Price Increase Price Decrease

After Not Acceptable. Bid shall be Tender evaluation shall be done without
opening rejected without offering any considering suo moto decrease.
of opportunity to the bidder to
unpriced withdraw the same. However, Ordering shall be done
bid considering suo moto decrease in case
EMD shall be forfeited. bidder is successful bidder.

Any other appropriate action,


as required, may be taken
against such bidder.

35.0 OWNER'S RIGHT TO ACCEPT/ REJECT


33.1 The OWNER also reserves the right to accept or reject any bid and to annul
the bidding process and reject all bids at any time prior to award of Contract
without incurring any liability to the affected bidder(s) or any obligation to
inform the affected bidder(s) of the ground of OWNER’s action.
36.0 NOTIFICATION OF AWARD
35.1 Prior to the expiration of the period of bid validity, the OWNER shall notify
the successful bidder, in writing, that its bid has been accepted. The
Engineers India Limited (EIL)

Page 46 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 29 of 31

notification letter (hereinafter and in the General Terms and Conditions


called the “Letter of Acceptance (LOA)/ Fax of Acceptance (FOA)”) shall
specify the sum that the OWNER will pay the Contractor in consideration of
the execution and completion of the Works.

37.0 CONTRACT AGREEMENT


36.1 Contract documents for agreement shall be prepared after the notification of
Award.
36.2 Until a formal contract is prepared and executed, the notification of award
along with this Bidding Document together with the annexed documents,
modifications, deletions agreed upon shall constitute a binding contract
between the successful bidder and the OWNER.
36.3 The Contract document thus shall consist of the following:
a) Original Bidding Documents issued with its enclosures including General
Terms and Conditions, Special Conditions of Contract, drawings etc.
b) Amendment to Bidding Documents issued, if any.
c) The notification of Acceptance of bid.
d) The Detailed Letter of Acceptance and accepted price-schedule.
e) Secrecy Agreement
f) Integrity Pact Agreement
g) Contract Agreement
h) Any deviations or stipulations made and accepted by the OWNER

38.0 SIGNING OF CONTRACT


37.1 The CONTRACTOR shall execute a formal Contract with the OWNER in
the Form of Contract forming part of the Bidding Document within 30
(Thirty) days from the date of issue of Detailed Letter of Acceptance on a
non-judicial stamp paper of Maharashtra State (India) and of appropriate
value. The cost of non-judicial stamp paper shall be borne by the
CONTRACTOR

39.0 CONFIDENTIALITY OF DOCUMENTS


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

40.0 INFORMATION TO BE FURNISHED BY FOREIGN


CONTRACTORS
DELETED
41.0 FRAUDULENT PRACTICES
40.1 The OWNER requires that Bidders observe the highest standard of ethics
during the award/ execution of Contract.
"Fraudulent Practice" means a misrepresentation of facts in order to
influence the award of a Contract to the detriment of the Owner, and
includes collusive practice among bidders (prior to or after Bid submission)

Engineers India Limited (EIL)

Page 47 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 30 of 31

designed to establish bid prices at artificial non-competitive levels and to


deprive the Owner of the benefits of free and open competition.
40.2 The OWNER will reject a proposal for award if it determines that the bidder
recommended for award has engaged in fraudulent practices in competing
for the Contract in question.
40.3 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.
40.4 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.
40.5 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.
40.6 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.

42.0 PROJECT SPECIFIC ACCOUNT


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

43.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES

42.1 There will be no Price Preference to Micro and Small Enterprises/ bidder as
per Public Procurement Policy for MSEs in this tender.
42.2 For facilitating promotion and development of micro and small enterprises,
EIL/ HPCL is committed to promote the procurement of supplies/ services
from MSEs in Orders/ contracts awarded by EIL/ HPCL. Accordingly,
bidders are also encouraged to promote the same by considering MSE sub-
suppliers/ sub-contractors to the extent possible under the Orders/
Contracts awarded on them by EIL/ HPCL. After award of work, supplier/
contractor shall furnish statement along with copies of orders/ FOAs placed
by them on their sub-suppliers/ sub-contractors who are MSEs, to EIL
Project Manager/ RCM, as applicable.

Engineers India Limited (EIL)

Page 48 of 694
INSTRUCTIONS TO BIDDER
(ITB)
Rev 00 Page 31 of 31

Engineers India Limited (EIL)

Page 49 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 1 of 8

____________________________________________________________________________________

APPENDIX –I TO ITB

COMMERCIAL QUESTIONNAIRE

Page 50 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 2 of 8

____________________________________________________________________________________

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
1) Please confirm that Master Index
Document along with Amendment, if
any, duly signed and stamped on
each page has been submitted along
with the Bid.
2) Confirm that all pages of the Bid have
been numbered in sequential
manner.
3) Confirm that Bid has been submitted
in as per Instructions to Bidders.
4) Confirm that you have studied
complete Bidding Document including
Technical and Commercial Part and
your Bid is in accordance with the
requirements of the Bidding
Document.
5) Schedule of Rates / Price

a. Price uploaded in the e-tender portal


as per instruction given in ITB
Please note that the format is not to
be edited / altered by the bidder.
b. Confirm that rate/ price has been
quoted for all items of Schedule of
Price.

c. Confirm that deviation/ terms &


conditions are not mentioned in the
price part. In case any terms and
condition is mentioned in the price
part, the same shall be treated as null
and void.
6) Confirm that the price part does not
include any stipulation, deviation,
terms & conditions, presumption,
basis etc.
In case any stipulation, deviation,
terms & conditions, presumption,
basis etc. is mentioned in the price
part, the same shall be treated as null
and void.

Page 51 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 3 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
7) Confirm your compliance to total
scope of work mentioned in the
Bidding Document.
8) Confirm your acceptance for 'SCOPE
OF SUPPLY' mentioned in the
Bidding Document.
Please note that scope of supply
mentioned in the Bidding Document
is not limitative and except for the
material (if any) specifically identified
as that to be issued by OWNER,
CONTRACTOR's scope shall include
supply of all materials required for
completion of Work irrespective of
whether such materials are
mentioned in the Bidding Document
or not.
9) Confirm your acceptance for Time
Schedule as mentioned in Annexure-I
to Special Conditions of Contract.
10) Confirm that your quoted price
includes following taxes/duties,
insurance etc: -
i) Taxes/levies as per
provisions of Bidding
Document.
ii) Insurance as per provision of
Bidding Document.
11) Confirm your acceptance for critical
stipulations of the Bidding Document
as per clause no. 30.2 of Instruction
to Bidders.
12) Confirm that your Bid is substantially
responsive to the requirements of the
Bidding Document, and you have not
stipulated any material deviation
and submitted all details as specified
in the Bidding Document.
13) Confirm that you have proposed
adequate project/site organisation
with supervisory personnel having
qualification and experience as per
Annexure-IV of Special Conditions of
Contract.
14) Confirm that adequate numbers of
construction equipments, tools,

Page 52 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 4 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
tackles, etc. shall be mobilized by you
which will be sufficient to complete
the work as per the time schedule.
15) Confirm that all costs resulting from
safe execution of Work, such as
safety induction, use of protective
clothing, safety glasses and helmet,
safety precaution taken during
monsoon, or any other safety
measures to be undertaken by the
CONTRACTOR for execution of
Work are included in the Lumpsum
Price.
16) Please confirm that all safety rules &
regulations as mentioned in Bidding
Document or notified at later date by
OWNER during execution shall be
adhered by CONTRACTOR within
Lumpsum Price.
17) Confirm that the following safety
precautions shall be followed by
CONTRACTOR as mandatory:
- Use of safety goggles while
grinding
- Use of helmet/ safety shoes
- Crane movement area to be
barricaded
- Cylinders of flammable gases to
be stacked upright
- Earthing of equipment to be made
proper
- Toe boards to be provided in
scaffolding platforms
- Excavations to be properly
shored/ slopped
- Safety net for construction.
18) Confirm the following: -
"The planning schedule, S-curves,
manpower estimates, construction
equipment deployment schedule etc;
submitted by the bidder with his bid,
are indicative and shall not be basis
for extra compensation in case actual
needs are higher.
Detailed planning schedule

Page 53 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 5 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
developed by CONTRACTOR after
Contract award may be subject to
fluctuations depending upon actual
progress of the project and available
Work front.
Co-ordination and making available
by CONTRACTOR of all staff,
manpower, construction equipment,
tools, cranes, etc. and materials as
required for a timely completion of all
Work as per OWNER's construction
and priority schedule and in
accordance with the available Work
front are to be included in the
pricing".
Notwithstanding the above provision,
the bidder shall submit these details
in accordance with the volume of
work, which may be reviewed and
commented by us during pre award
stage/ post award stage.
19) Please furnish the bio data of key
personnel including nominated
Project Director Project Manager,
Engineering Manager, Engineering
Co-ordinator, Purchase Manager,
QA/QC Manager, Commissioning
Manager, Commissioning Engineer,
etc. These will be reviewed and
approved by Engineer-in-charge.
20) Please confirm that your Lumpsum
Price includes cost towards third
party inspection if any.
21) Please note that the scope of this bid
package is on turnkey basis, with
single point responsibility to
CONTRACTOR including residual
process design, detailed engineering,
procurement, supply, fabrication,
project management, inspection,
expediting, construction, erection,
installation, testing, start-up pre-
commissioning, commissioning,
performance guarantee runs and
handing over the complete package
to OWNER.
The scope of work mentioned under
various sections shall not be
considered as limitative and

Page 54 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 6 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
CONTRACTOR’s scope shall include
completion of any activities of work
not mentioned in the bid package but
required to complete the Work in all
respects and making it functional.
22) The safety measures as mentioned in
GTC/SCC shall not be considered as
limitative. The CONTRACTOR will
be required to develop their stringent
safety measures and submit the
same to Engineer-in-charge with the
provision of a dedicated safety group
closely monitoring the construction
activities in all working shifts.

23) Please confirm that your sub


contractor for construction shall be
meeting the requirements as
specified in Special Conditions of
Contract including the provision of
GTC. Also that the agency for
executing Electrical work shall have a
valid licence for carrying out the Work
in the state of Maharashtra.
24) Confirm that your bid is valid for 4
Months from the last date of
submission of bid.
25) Bidder to confirm whether they
require the interest bearing
Mobilisation Advance as per
Annexure-X to Special Conditions of
Contract.
In case the bidder does not indicate
the requirement of Mobilisation, it
shall be presumed that the bidder
does not require the Mobilisation
Advance and their offer shall be
evaluated accordingly.
26) Confirm that you have uploaded the
Bid on e-tender portal as per the
instructions given in ITB.
27) Confirm that the Power of Attorney
holder is the e-bid signatory having
valid digital signature certificate
28) Confirm that, in case of Consortium
Bidding, Consortium member has
given power of attorney to the leader
to incur liabilities and receive

Page 55 of 694
Hindustan Petroleum Corporation Limited Commercial Questionnaire
MREP Project, Mumbai Refinery Page 7 of 8

____________________________________________________________________________________

SL. BIDDER’s REPLY/


EIL’s QUERRY
No. CONFIRMATION
instruction for and on behalf of any
and all members of Consortium

(STAMP AND SIGNATURE OF BIDDER)

Page 56 of 694
HPCL MR II Project Check-list for bid completion (Commercial)
Page 1 of 5

APPENDIX -II TO ITB

CONTENTS OF BID
AND
CHECK LIST
(COMMERCIAL)

Page 57 of 694
HPCL MR II Project Check-list for bid completion (Commercial)
Page 2 of 5

CONTENTS OF BID AND CHECK LIST

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

Bidder is requested to fill this check list and ensure that all details/documents have been
furnished under relevant sections as called for in the Bidding Document along with duly
filled in, signed & stamped.

Please tick the box and ensure compliance:

(A) UNDER SECTION-I


(A.1) Letter of submission & Synopsis of the Proposal.
Submitted
(A.2) Form of Bid as per Proposal FORM-A including
Annexure of Information about the Bidder (Annexure
to be submitted for each member of consortium, if
applicable)
Submitted
(A.3) Bank Guarantee as EMD/Bid Security as per format
attached in the GTC
Submitted
(A.4) Table of Contents (also referred as Master Index) of
the Bidding Document duly signed and stamped on
each page, in token of having received the complete
set of the Bidding Document and its acceptance.
(A.5) Power of Attorney in favour of the person(s) who has
signed the bid.
Submitted
(A.6) Declaration as per Proposal FORM-C duly signed &
stamped by the bidder in token of having received
and read all volumes of the commercial & technical
documents and having accepted and considered the
same in preparing and submitting the bid.
Submitted
(A.7) Contractor’s Organization Chart from the upper
hierarchy level to Managers level. Indicate Group or
Division who will be responsible for execution of the
EPC work and its management team.

(A.8) History & structure of the organisations with names


of directors & chief executives.

Page 58 of 694
HPCL MR II Project Check-list for bid completion (Commercial)
Page 3 of 5

(A.9) Copy of Article of Association of the Company or


Board Resolution mentioning Chairman/ Chief
Executive Officer / Managing Director of the
Company.

(A.10) Memorandum of Understanding among the


Consortium partners mentioning their area of
responsibility and percent liability in financial terms
in executing this contract on LSTK Basis if
applicable.

(A.11) Parent Company: State legal name and country of


residence of direct parent company and the
ultimate holding company, if any.

(A.12) Change of Ownership: Has there been any major


change of Ownership of the establishment over the
past five (5) years. If so, kindly provide details and
if not, please affirm by “NONE”.

(A.13) Affiliates / Associates / Subsidiary Companies:


Provide details in the form of a graphic
representation to clearly identify each of the
CONTRACTOR’s Affiliates / Associates /
Subsidiary Companies and their interrelation to one
another

(B) UNDER SECTION-II


(B.1) Deployment Schedule of construction equipment, tools
& tackles proposed for execution of works as per
Proposal FORM-L.
Submitted
(B.2) Methodology of execution as per Proposal FORM –J.
Submitted

(B.3) Details of proposed organisation along with CV's of key


personnel for Home and site Office as per Proposal
FORM-K
Submitted

Page 59 of 694
HPCL MR II Project Check-list for bid completion (Commercial)
Page 4 of 5

(B.4) Deployment Schedule of Supervisory personnel as per


FORM-M.
Submitted
(B.5) Project Schedule in the form of Bar Chart.
Submitted
(C) UNDER SECTION-III
(C.1) Reply to Commercial Questionnaire.
Submitted
(C.2) Unpriced copy of Schedule of Lumpsum Prices duly
stamped & signed on each page mentioning Quoted/
Not Quoted (As applicable).
Submitted
(D) UNDER SECTION-IV
(D.1) Technical Details/documents specified under
"Technical Information Required along with Bid".
Submitted
(D.2) Reply to Technical Questionnaire.
Submitted
(D.3) MOU with Engineering-subcontractor engaged by
Contractor

(E) UNDER SECTION-V


(E.1) Schedule of Exceptions/ Deviations (if any) to the
commercial and Technical bid documents as per
Proposal FORM-F
Submitted
(F) UNDER SECTION-VI
(F.1) Any other information required in the Bidding
Documents or considered relevant by the bidder,
including declaration in FORM-I with regard to
involvement/ non-involvement of Indian Agent.
Submitted
(G) UNDER SECTION-VII
(G.1) Integrity Pact Agreement duly signed and stamped
on each page along with affidavit confirming that the
bidder is not involved in any case of transgression
in terms of Integrity pact.
Submitted
(I) UNDER SECTION-VIII

Page 60 of 694
HPCL MR II Project Check-list for bid completion (Commercial)
Page 5 of 5

(I.1) Quality Assurance: A brief description of the Bidder's


QA system and a statement detailed how QA will be
implemented for the Project.
Submitted
(I.2) Undertaking for non-engagement of child labour
Form-G
Submitted

(J) UNDER SECTION-IX


(J.1) Similar experience during last 15/7 years ( Form –
N(i)

(J.2) Technical & Commercial experience details (NIT


clause no. 5.1 to 5.3) for SOLAR PHOTOVOLTAIC
POWER PLANT package( Form –N(ii) along with
supporting documents such as copy of work order
/contract, completion certificate, etc.
(J.3) Annual Turnover , Net Worth Details ( Form-O)

(J.4) Audited balance sheets and profit and loss account for
the immediate three preceding financial years, for
evaluation and his qualification with respect to financial
criteria.

(J.5) Scanned copy of authenticated documents required


for meeting the BQC requirements as per Invitation
for bid ;

(K) UNDER SECTION-X


(K.1) Self-Declaration Form-P

(K.2) Declaration of Black Listing /Holiday Listing Form-Q

(K.3) Check- List as per APPENDIX-II to ITB

M) UNDER SECTION-XI
(M.1) Reply to Technical questionnaire (if enclosed in
technical part) with Bidder's Reply/ Confirmation for
each Sl. No. Submitted (If applicable)

(STAMP & SIGNATURE OF BIDDER)

Page 61 of 694
APPENDIX-IV to ITB
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
https://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below
are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with
the requirements and submitting their bids online on the CPP Portal.
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
http://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.

SEARCHING FOR TENDER DOCUMENTS

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.

Copyrights EIL – All rights reserved

Page 62 of 694
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) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum


35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My
Documents”) provided to the bidder as per s.no 5 below.

4) 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 75 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.

5) 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 Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Documents” 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 final bid due 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

Copyrights EIL – All rights reserved

Page 63 of 694
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.

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

Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and won’t be able to submit
his bid again for that particular tender.

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 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

Copyrights EIL – All rights reserved

Page 64 of 694
Hindustan Petroleum Corporation Limited TRC and 10F
MR II Project, Mumbai Refinery Page 1 of 4

____________________________________________________________________________________

APPENDIX-V TO ITB

TRC &10F
DELETED

Page 65 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 1 of 35

BIDDING FORMS
FOR HPCL MR II PROJECT

05-A945_BIDDING FORMS_HPCL_MREP

Page 66 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 2 of 35

TABLE OF CONTENTS

FORM NO. DESCRIPTION

A FORM OF BID

B INFORMATION ABOUT BIDDER

C DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT

D DELETED

E COMPLIANCE TO BID REQUIREMENT

F EXCEPTIONS AND DEVIATIONS

G UNDERTAKING FOR NON-ENGAGEMENT OFCHILDLABOUR

H FORMAT FOR BIDDERS’ QUERIES

I PROFORMA OF CERTIFICATE OF NON INVOLVEMENT OF AGENT

J METHODOLOGY OF EXECUTION

K DETAILS OF PROPOSED ORGANIZATION FOR HOME AND SITE OFFICE

L DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT TOOLS &


TACKLES PROPOSED FOR EXECUTION OF WORK

M DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

N(i) SIMILAR EXPERIENCE DURING LAST 7 YEARS

N(ii) TECHNICAL EXPERIENCE DETAILS (NIT Clause no. 5.1 & 5.2)

O ANNUAL TURNOVER,NET WORTH DETAILS

P SELF DECLARATION

Q DECLARATION OF BLACK LISTING /HOLIDAY LISTING

Page 67 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 3 of 35

FORM-A
FORMOFBID
(TO BE SUBMITTED ON BIDDER’S LETTER HEAD)

Serial No. Date:

From
To

Hindustan Petroleum Corporation Limited


17, Jamshedji Tata Road, Mumbai-20, India

Subject: Bid submission letter against Bidding Document No. CK/A857-161-EJ-TN-0012/1011

Name of Work: SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT
BUILDING FOR MR II PROJECT AT HPCL MUMBAI REFINERY,
MAHARASHTRA, INDIA

Dear Sirs,
Having examined the Bidding Documents consisting of the Notice Invitation for Bid, Instructions
to Bidders, General Terms and Conditions of Contract, Special Conditions of Contract,
Specifications, Technical requirements, Time Schedule, Form of Contract, Form of Bid, Price
Schedule and Amendment(s) to the Bidding Documents (if any), and having understood the
provisions of the said Bidding Documents and having thoroughly studied and understood the
requirements of Hindustan Petroleum Corporation Ltd. relative to the work for in connection
with the above work for HPCL MR II Project and having conducted a thorough study of the
job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power,
water, material and equipment availability, the transport, communication facilities and access to
site, the availability and suitability of borrowed earth areas, the availability of land and/or
premises for temporary office and accommodation quarters and all other factors and facilities
and things whatsoever necessary or relevant to the formulation of the Bid and the performance
of Work, I/we hereby submit our bid/offer for the performance of the proposed services and
supplies in accordance with the terms and conditions and within the time mentioned in the
Bidding Documents at the lumpsum price quoted by me/us in the Price Schedule(s) included in
the Bidding Documents and arrived at by adding the Price of Materials and the Price of Supplies
and services in the format as per the Price Schedule. If the Work is awarded to me/us, I/we
undertake to perform the Work and make the supplies in accordance with the Contract
Documents as defined in the Form of Contract forming part of the Bidding Documents and
accept the terms and conditions of Contract as laid down therein and undertake within 30 days
of receipt of the Letter/FAX of Acceptance to deposit with the Chief Finance Manager,
Hindustan Petroleum Corporation Ltd. ( Mumbai Refinery ) a sum equivalent to 10% (Ten
percent) of the Lumpsum price as specified in the Letter of Acceptance by way of Composite
performance Bank Guarantee from a Scheduled Bank in India (other than cooperative bank)/
Security deposit and Retention money as mentioned in SL.no. 4 of SCC, and to commence
work at the job site(s) involved within 30 days from the Acceptance of Bid, and to sign the formal
Contract in terms of the Form of Contract forming part of the Bidding Documents within 30
(Thirty) days of receipt of the detailed Letter of Acceptance from or on behalf of Hindustan
Petroleum Corporation Ltd., failing which Hindustan Petroleum Corporation Ltd. shall be

Page 68 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 4 of 35

at liberty, without further reference to me/us and without prejudice to any of its other rights or
remedies, to terminate the Contract.
I/ We further undertake to keep my/our this Bid/offer open for a period of not less than 8 months
from the date of opening of bids specified in the Instruction to Bidders forming part of the
Bidding Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) was/were
employed as Directors of Hindustan Petroleum Corporation Ltd. during the period of 2 (Two)
years immediately preceding the date hereof OR I/We hereby declare that I Shri……………….
one of our partners (in the case of partnership firm) was employed as a director in Hindustan
Petroleum Corporation Ltd., during the period of 2 (Two) years immediately preceding the date
hereof and that Shri ……………………. OR I/We has/have obtained previous permission of
Hindustan Petroleum Corporation Ltd. to make this Bid. I/We hereby declare that Shri
……………… one of directors was employed as a director of Hindustan Petroleum
Corporation Ltd. during a period of 2 (Two) years immediately preceding the date hereof and
that Shri ……………. /I/We has / have obtained previous permission of Hindustan Petroleum
Corporation Ltd. to make this Bid.

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


(i) Original Power of Attorney or other proof of authority of the person who has signed
the Bid or Copy of general Power of Attorney or other authority duly certified by a
Notary Public in proof of authority of the person who has signed the Bid:
(ii) Information Regarding Bidder in the form annexed to the Form of Bid
(iii) Schedule of Prices in the prescribed form
(iv) Table of Contents (Master Index) of the Bidding documents, as issued duly signed as
a token of receipt of the complete set of the Bidding Document.
(v) Self-Declaration
(vi) Documentation against Bidder’s Qualification Criteria (Technical Experience Criteria
and Financial)” as mentioned in Instructions to Applicants for Bid Submission and
IFB.
(vii) Check List duly filled in.
(viii) Declaration of black listing/ holiday listing
(ix) Integrity Pact as per proforma included
(x) Financial details as per FORM-O along with supporting documents.

(xi) Earnest Money Deposit is submitted by BG /Demand Draft as follows:

EMD Amount BG/DD No. & Drawn on Bank& Valid up to


date Branch

(xii) Additional documents as listed below:


…………………………………………………………………………………………………

Page 69 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 5 of 35

…………………………………………………………………………………………………
…………………………………………………………………

I/We hereby undertake that the statements made herein and the information given in the
Annexures referred to above are true in all respects and that in the event of any such statement
or information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Hindustan Petroleum Corporation Ltd. to avoid or terminate any
resultant Contract.

I/We further undertake as and when called upon by Hindustan Petroleum Corporation Ltd. to
produce for its inspection, original(s) of the documents(s) of which copies have been annexed
hereto.
We, the undersigned warrant our competence (experience wise and financially) to faithfully
execute the entire work to the highest levels of professional standards and practice.

We also declare that in case of award of the said LSTK contract to us, we shall fully comply with
all rules, regulations and Health, Safety and Environment guidelines set forth by Owner or any
other Government body at Mumbai (Maharashtra) India

We declare that we or any of our subcontractor or personnel required to work on this project,
shall have no objection in signing secrecy agreement with Owner, if so requested.

We hereby confirm that we have submitted all details as mentioned in the CHECK LIST
included in various sections and as per provisions mentioned elsewhere in the Bidding
document and all such documents are page numbered serially and flag marked for easy
identification with proper index.

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 70 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 6 of 35

FORM-B

INFORMATION ABOUT BIDDER


(TO BE FURNISHED WITH BID)

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

1.0 IN CASE OF LIMITED LIABILITY


COMPANY OR COMPANY LIMITED BY
GUARANTEES

a) Amount of paid up capital

b) Name of Directors

c) Date of Registration of Company

d) Copies of the Balance sheet of the company


for the last 3 years.

e) Field of Business activities

2.0 IN CASE OF INDIVIDUAL

a) Name of Business and it’s Proprietor

b) Whether his business is registered.

c) Date of commencement of business.

d) Whether he pays Income Tax over


Rs.10,000/- per year.

e) Field of Business activities

3.0 IN CASE OF PARTNERSHIP

Page 71 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 7 of 35

a) Name of Partners

b) Whether the partnership is registered.

c) Date of registration of firm.

d) If each of the partners of the firm pays


income tax over Rs.10, 000/- a year and if so
which of them pays the same.

e) Age of Partners

f) Field of Business activities

(Signature & Seal of the Bidder)


Name and address of the Bidder

Page 72 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 8 of 35

Form –B(I)
INFORMATION ABOUT BIDDER
(OTHER DETAILS)
To
Engineers India Limited for
Hindustan Petroleum Corporation Limited
R&D Complex, Sector-16 (On N.H.-8)
Tower-1 (1st Floor),
Gurgaon-122 001
Haryana (India)

S.No. DESCRIPTION BIDDER’S REPLY

1.1 Bidder to inform that Bid has been ______________________________


submitted on “Individual Capacity”

1.2 In case of Bidding on “Individual


Capacity”
Legal Name of the Bidder (Company)

1.3 Date of Business (Company) Day Month Year


Establishment

1.4 Registration Number:

1.5 Address of Registered Office ____________________________________


____________________________________

City :_____________________________
District :_____________________________
State :_____________________________
PIN/ZIP:_____________________________

1.6 Operation/Working Address if different ____________________________________


from above:
___________________________________

Page 73 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 9 of 35

S.No. DESCRIPTION BIDDER’S REPLY


City :_____________________________
District :_____________________________
State :___________________________
PIN/ZIP:_________________________

1.7 Telephone Number( Incl. Area code, as


applicable):

1.8 Fax Number:

1.9 Name & Mobile no. of Concerned


person(s)

1.10 E-mail address:

1.11 Internet Website (If applicable)

1.12 ISO Certification, if any

Name:
2.0 Affiliates / Associates / Subsidiary
Companies details
Address:

Name:

Address:

Name:

Address:

Page 74 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 10 of 35

S.No. DESCRIPTION BIDDER’S REPLY


Name:

Address:

3.0 In case of Consortium Bidding inform


the following :

3.1 3 a) Name of Consortium _______________________


.
b) Name of the Leader/Prime Member _______________________
1
c) Name of Member ________________________

3.2 3 Registration Number of Leader/Prime _______________________


. Member
_______________________
2

3.3 Registration Number of Member _______________________


_______________________

3.4 Address of Office of Consortium ____________________________________


____________________________________

City :_____________________________
District :_____________________________
State :_____________________________
PIN/ZIP:_____________________________

3.5 Operation/Working Address if different ____________________________________


from above:
___________________________________

City :_____________________________
District :_____________________________
State :___________________________

Page 75 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 11 of 35

S.No. DESCRIPTION BIDDER’S REPLY


PIN/ZIP:_________________________

3.6 Percentage stake for Leader /Prime __________________________


Member

3.7 Percentage stake for member _________________________

3.8 Contact details of Consortium/Prime Email ID : ……………………………….


Member.

Mobile ………………………………..
Phone Number (with STD/ISD code)
…………………………………………

4.0 GENERAL

4.1 Income Tax PAN No. (In India) of the firm.

4.2 Provident Fund Registration No. of the


firm.

4.3 ESI Registration No. of the firm

5.0 4 CONTRACTOR’s PROFILE

5.1 Organisation Profile covering


a) Contractor’s Organization Chart from
the upper hierarchy level to Managers
level. Indicate Group or Division who
will be responsible for execution of
the work and its management team.

b) History & structure of the organisations


with names of directors & chief
executives.

c) Copy of Memorandum and Article of


Association of the Company or Board
Resolution mentioning Chairman/
Chief Executive Officer / Managing
Director of the Company.

Page 76 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 12 of 35

S.No. DESCRIPTION BIDDER’S REPLY

d) Memorandum of Understanding among


the Consortium partners mentioning
their area of responsibility and percent
liability in financial terms in executing
this contract.
Parent Company: state legal name
5.2
and country of residence of direct
parent company and the ultimate holding
company, if any.

Change of Ownership: has there been


5.3
any major change of Ownership of the
establishment over the past five (5)
years. If so, kindly provide details and if
not, please affirm by “NONE”.

Affiliates / Associates / Subsidiary


5.4
Companies:
Provide details in the form of a graphic
representation to clearly identify each
of the CONTRACTOR’s Affiliates /
Associates / Subsidiary Companies and
their interrelation to one another.

(Signature & Seal of the


Bidder)
Name and address of the Bidder

Page 77 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 13 of 35

FORM–C

DECLARATION BY THE BIDDER REGARDING BIDDING DOCUMENT

We _______________________ (Name of the Bidder) hereby represent that we have


gone through and understood the Bidding Documents No.
________________________ (including but not limited to) the Commercial &
Technical Requirements/ Specifications in the Bidding Document (all volumes/parts)
and that our Bid has been prepared accordingly in compliance with the requirements
stipulated in the said documents.

We are submitting the Table of Contents (Master index –Technical & Master index –
Commercial) of Bidding Documents and amendments, if any, as part of our Bid duly
signed and stamped on each page in token of our acceptance. We are not submitting
the total Bidding Document as part of our Bid but undertake that said the Bidding
Documents shall be deemed to form part of our bid and in the event of award of work
to us, the same shall be considered for constitution of Contract Agreement. Further,
we shall sign and stamp on each page of these documents as a token of Acceptance
and as a part of the Contract in the event of award of Contract to us.

SIGNED FOR AND ON BEHALF OF

_______________________________

(NAME OF BIDDER)

PLACE: ____________________

DATE: ____________________

NOTE: This declaration should be signed by the Bidder’s representative who is


signing the Bid.

Page 78 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 14 of 35

FORM–D

DELETED

Page 79 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 15 of 35

FORM–E

COMPLIANCE TO BID REQUIREMENT


(TO BE SUBMITTED ON THE LETTERHEAD OF BIDDER)

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

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


by and accept without variation, deviation or reservation all technical, commercial and other
conditions of the Bidding Document and its Technical & Commercial Amendments, issued by
EIL on behalf of HPCL.

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

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

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

**
For and on behalf of
Authorised signatory
(Name and signature of authorized signatory)
Date:

* Here fill in the name of bidder.


** The bid compliance letter must be signed by the person (s) authorized to sign.

Page 80 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 16 of 35

FORM – F

EXCEPTIONS AND DEVIATIONS

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

BIDDING DOCUMENT
REFERENCE
SL.
PART PAGE CLAUSE SUBJECT DEVIATION
NO
NO./ NO. NO.

VOLUME

Page 81 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 17 of 35

BIDDING DOCUMENT
REFERENCE
SL.
PART PAGE CLAUSE SUBJECT DEVIATION
NO
NO./ NO. NO.

VOLUME

NOTE : 1. If totally unavoidable, Bidder may stipulate deviations to the requirements


of the Bidding Document only in this format.

2. Bidder shall furnish Technical and Commercial deviations, if any,


separately. Also, Technical deviations shall be furnished separately for
each discipline i.e. Process, General Civil, Structural, Architectural,
Piping, Mechanical Equipment, Pressure Vessels, Rotating Equipment,
HMTD, Electrical, Instrumentation, Construction etc. as applicable

3. Any deviations stated elsewhere in the bid shall not be taken into account
and may render the bid non-responsive and liable for rejection.
Deviation/Clarification in any other place shall be treated as Null and void

STAMP & SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

DATE:

Page 82 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 18 of 35

FORM–G

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

Name of Work:

Bidding Doc. No.:

I/ We hereby declare that:

a) We are committed to elimination of child labour in all its forms.

b) Neither we nor any of our nominated sub-contractor(s) will engage C h i l d


Labour in any of our work(s) in terms of the provisions of The Child Labour
(Prohibition and Regulation) Act, 1986 and other applicable laws.

c) We as well as our nominated sub-contractor(s) undertake to fully comply


with provisions of The Child Labour (Prohibition and Regulation) Act, 1986
and other applicable labour laws, in case the work is awarded to us.

d) It is understood that if I/We, either before award or during execution of


Contract, commit a transgression through a violation of Article b /c above
or in any other form, such as to put my/our reliability or credibility in
question, the Owner is entitled to disqualify us from the Tender process
or terminate the Contract, if already executed or exclude me / us from
future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined
by the Owner. Such exclusion may be for a period of 1 year to 3 years as
per the procedure prescribed in the guidelines for holiday listing of the
Owner.

e) I/We accept and undertake to respect and uphold the Owner's absolute right
to resort to and impose such exclusion.

Place: Signature of Bidder:

Date Name of Signatory:

Page 83 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 19 of 35

FORM-H
FORMAT FOR BIDDERS’ QUERIES
NAME OF WORK : ____________________________________________
BIDDING DOCUMENT : ____________________________________________
NAME OF BIDDER : ____________________________________________

SL. REFERENCE OF ENQUIRY DOCUMENT BIDDER'S QUERY EIL


NO. REPLY
PART/VOL. PAGE CLAUSE SUBJECT
NO. NO.

NOTE:
1. The Pre-Bid Queries may be sent by e-mail to concern persons, the details of which is
provided in LIB/IFB
2. Also send the editable soft format through email.

SIGNATURE OF BIDDER : ___________________________ WITH SEAL/STAMP

Page 84 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 20 of 35

FORM – I

PROFORMA OF CERTIFICATE OF
NON-INVOLVEMENT OF AGENT

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

Where Indian Agent/Consultant/Representative/Retainer/Associates is not involved, the bidder


shall certify in the proforma given below on their letterhead.

This is to Certify that we have not engaged/involved any Indian Agent/Representative/


Consultant/Retainer/Associates who is not our employee for the purposes of accompanying bid
or any resultant Contract and therefore, no Agent’s/Retainer’s/
Representative’s/Consultant’s/Associate’s commission is payable in India or abroad against or
in connection with any resultant Contract.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

DATE:

Page 85 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 21 of 35

FORM - J

SUBJECT: METHODOLOGY OF EXECUTION

NAME OF WORK : ____________________________________________


BIDDING DOCUMENT. : ___________________________

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

In this Exhibit, Bidder shall furnish the following:


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

2. Methodology of Construction Execution covering.


 Mobilization of heavy duty crane for installation of heavy lifts mentioned under (3)
below.
 Working in Monsoon period
 Extent of mechanization of construction processes/equipment
 Expediting of material/equipment
 Quality Assurance
 HSE policy Implementation

3. Heavy Equipment’s
4. Any Other

(STAMP & SIGNATURE OF BIDDER)

DATE:

Page 86 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 22 of 35

FORM-K

DETAILS OF PROPOSED ORGANISATION


NAME OF WORK : ____________________________________________
BIDDING DOCUMENT. : ___________________________

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

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

SIGNATURE OF BIDDER : ________________________

NAME OF BIDDER : ________________________

Page 87 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 23 of 35

FROM-L
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMRNT

NOT APPLICABLE

_ (STAMP & SIGNATURE OF BIDDER)

Note – The Schedule shall be modified as per the Time Schedule

Bidder to add other equipment’s as required

Page 88 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 24 of 35

FORM-M

DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

NOT APPLICABLE

(STAMP & SIGNATURE OF BIDDER)

Page 89 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 25 of 35

SIMILAR EXPERIENCE DURING LAST 7 YEARS Form –N(i)

FINAL DETAIL OF NO. OF UNIT MODE


SL PROJECT OWNER COUNTRY & EXECUTION MODE PROJECT EXECUTED COMPLETION AS YEARS OF ( GRASS
NO. AND UNIT NAME LOCATION TOTAL VALUE PER COMPLETION OPERATION ROOT/REVAMP
DESCRIPTION CERTIFICATE
VALUE )

1. SINGLE LSTK /

CONSORTIUM

2. SINGLE LSTK /

CONSORTIUM

3. SINGLE LSTK /

CONSORTIUM

4. SINGLE LSTK /

CONSORTIUM

5. SINGLE LSTK /

CONSORTIUM

6. SINGLE LSTK /

CONSORTIUM

Page 90 of 694
MR II Project of HPCL, Mumbai Bidding Forms
Sheet 26 of 35

FINAL DETAIL OF NO. OF UNIT MODE


SL PROJECT OWNER COUNTRY & EXECUTION MODE PROJECT EXECUTED COMPLETION AS YEARS OF ( GRASS
NO. AND UNIT NAME LOCATION TOTAL VALUE PER COMPLETION OPERATION ROOT/REVAMP
DESCRIPTION CERTIFICATE
VALUE )

7. SINGLE LSTK /

CONSORTIUM

8. SINGLE LSTK /

CONSORTIUM

9. SINGLE LSTK /

CONSORTIUM

(Signature & Seal of the Bidder)


Name and address of the Bidder

Page 91 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 27 of 35

FORM- N (ii)

COMMERCIAL EXPERIENCE DETAILS (NIT Clause no. 5.3) FOR SOLAR PHOTO
VOLTAIC (PV) BASED POWER PLANT

Bidder shall furnish their experience details with reference to the Work, which pre-qualify them
in line with Criteria-Commercial mentioned in Invitation for Bid against NIT Clause no. 5.3

(MARK  FOR APPLICABILITY IN BOX)

S. DESCRIPTION DETAILS
NO.
Name of project, location
1.

Description of work
2.

Contract Value
3.

a) Awarded value

b) Final Executed value

Name of Owner, Postal


4.
Address, Phone/Fax No. &
e-mail

Name of Consultant, Postal


5.
Address, Phone/ Fax No. &
e-mail

Page 92 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 28 of 35

S. DESCRIPTION DETAILS
NO.
6. Above Referred Job Executed as:
Single Bidder :

A Leader of the Consortium:

Through any other Mode


(Please Specify)

9 Completion Status Specify Date of

i) Effective Date of Contract: ________________

ii) Starting date: _______________________

iii) Scheduled Completion Date: _______________

iv) Mechanical Completion Date : ____________

v) Commissioning Date :_______________

vi) Date of putting into operation : ____________

vii) Actual Date of Completion of Contract:______

viii) Delay in months, if any :________________

ix) Reasons for delay, if any:

__________________

10 Confirm following documents  Copy of work order/contract agreement in


enclosed
line with BQC requirement

Ref. No.:_________ Dated:_______

Page 93 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 29 of 35

S. DESCRIPTION DETAILS
NO.
 Copy of Proof of Completion in line with BQC

requirement

Ref. No.:_________ Dated:_______


11 Yes No
Confirm that you are meeting
the Experience Criteria
Commercial of BQC as
mentioned in NIT.

13 Confirmed that all supporting


documents pertaining to
qualification criteria submitted
as evidence are duly Confirmed
authenticated as per
requirement mentioned in NIT
and Instructions To Bidders.

Note:
1. In case of submitting multiple jobs for qualification, the above Form N (ii) sheet shall be
provided for each job separately.

CONFIRMATION:

1. We confirm that information furnished along with our Bid as per this format are true and
correct and in case of any original document is required by Owner/Consultant, the same
shall be submitted by us for verification.

2. We confirm that copies of the documents submitted/ uploaded with e-bid for meeting the
Bidder Qualification criteria are authenticated copies and are true images of the original
document. In case some area has been omitted while taking the Photocopy of original
documents due to confidentiality requirement, then such portions of the documents
should be identified and informed in writing stating the reasons.

(Signature & Seal of the Bidder)

Page 94 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 30 of 35

FORM-O

ANNUAL TURNOVER , NET WORTH DETAILS

Bidder shall furnish details, which pre-qualify them in line with Financial Criteria
mentioned under NIT Clause 5.3.

A. ANNUAL TURNOVER

Annual Turnover data for the last 3 Financial years ending 31st March/ 31st December

FINANCIAL YEAR ANNUAL TURNOVER


(F.Y.) [As per Audited Financial Statement]

F.Y.__________________

F.Y.__________________

F.Y.__________________

AVERAGE ANNUAL
TURNOVER

B. NET WORTH

Networth of the immediate preceedingfinancial year (based on audited financial results)

FINANCIAL YEAR NET WORTH NET WORTH


[As per Audited Financial Statement] (POSITIVE
or
NEGATIVE)

F.Y.__________________

Formulae for Net Worth


Net worth calculation: Net worth means paid up share capital, Share Application Money
pending allotment* and reserves# less accumulated losses and deferred expenditure to the
extent not written off. Net worth has been calculated using the following formula, as per

Page 95 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 31 of 35

provisions of the enquiry document:


# Reserves to be considered for the purpose of net worth shall be all reserves created out of the
profits and securities premium account but shall not include reserves created out of revaluation
of assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to be
allotted.

Paid up Share capital XXXX

Add : Share Application Money pending allotment XXX

Add : Reserves (As defined above) XXXX

Less : Accumulated Losses XX

Less : Deferred Revenue Expenditure to the extent not written off XX

Net Worth XXXX

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

Page 96 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 32 of 35

SELF DECLARATION

FORM-P
Bidder’s declaration as furnished herein below shall supersede the stipulations
mentioned elsewhere in their bid.

SL. DESCRIPTION BIDDER'S DECLARATION


NO.

We confirm that we are not under


Liquidation, Court Receivership or
similar proceeding, otherwise, if involved
1. please furnish information about the
same.

(a) We confirm that we are not (a)


involved in any
Litigation/Arbitration

(b) (In case of Litigation/Arbitration) (b) [To be replied only in case


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

We confirm that we [Individual, each


consortium member in case of
consortium, as applicable depending on
the bidding arrangement] are not on
3. Holiday, Negative list, Suspension of
EIL/Client on due date of submission of
bid.

We confirm that we [Individual, each


4. consortium member in case of
consortium, Sub-contractor, as

Page 97 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 33 of 35

applicable depending on the bidding


arrangement] are not Banned or
Delisted or Black Listed by any
Government Department / Public Sector
Undertaking on due date of submission
of bid.

(a) We confirm that no previous


Transgression occurred in the
last three years immediately
before signing of Integrity Pact,
with any other company in any
country in respect of any corrupt
practices envisaged or with any
Public Sector Enterprises in India
or any Government Department
5. in India. [Refer sl. No. 4. of the
Integrity Pact]

(b) We further confirm that the above


declaration/confirmation are true
and accurate in all respects, and
not in conflict with the declaration
mentioned in our any part of our
bid / financial statement/any other
document.

Page 98 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 34 of 35

FORM–Q
DECLARATION OF BLACK LISTING/ HOLIDAY LISTING

In the case of company:

We hereby declare that we , M/s______________, have not been placed on any holiday
list or black list declared by Hindustan Petroleum Corporation Limited or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas) or any
Government Department / Quasi Government agencies/Public Sector, except as
indicated below:

(Here give particular of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of a Proprietary Concern:

I hereby declare that neither I in my personal name or in the name of my Proprietary


concern M/s______________________ which is submitting the accompanying
Bid/Tender nor any other concern in which I am proprietor nor any partnership firm in
which I am involved as a Managing Partner have been banned or placed on black list or
holiday list declared by Hindustan Petroleum Corporation Limited or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas) or any
Government Department / Quasi Government agencies/ Public Sector, except as
indicated below:

(Here give particulars of blacklisting or holiday listing, and in absence thereof state
“NIL”)

Page 99 of 694
MR II Project of HPCL, Mumbai` Bidding Forms
Sheet 35 of 35

In the case of a Partnership Firm:

We hereby declare that neither we, M/s______________, submitting the accompanying


Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or
has been banned or placed on blacklist or holiday list declared by Hindustan
Petroleum Corporation Limited or its Administrative Ministry (presently the Ministry of
Petroleum & Natural Gas)or any Government Department / Quasi Government
agencies/Public Sector, except as indicated below:

(Here give particulars of blacklisting or holiday listing, and in absence thereof state
“NIL”)

It is understood that if this declaration if found to be false in any particular of blacklisting


or holiday listing, Hindustan Petroleum Corporation Limited or its Administrative
Ministry or it’s authorised representative, shall have the right to reject my/our bid, and if
the bid has resulted in a contract, the contract is liable to be terminated.

SIGNATURE OF BIDDER :____________________________

NAME OF BIDDER : ____________________________

COMPANY SEAL : ____________________________

Page 100 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

ANNEXURE – 7a
(SPECIMEN)

7a. GENERAL TERMS & CONDITIONS OF WORKS CONTRACT


1 PRELIMINARY

1.1 This is a Contract for execution of job as defined in tender document at the specified
location

1.2 The tenderer for the abovementioned item of work is the company/ proprietary
concern/ individual (as per details & address mentioned in the unpriced bid) and
undersigned (digitally) is authorized to submit the bid on behalf of tenderer.

1.3 The terms and conditions mentioned hereunder are the terms and conditions of
the Contract for the execution of the work mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation


Limited and the tenderer that in case the bid of tenderer is accepted by
Hindustan Petroleum Corporation Limited and an intimation to that effect is so
issued and also a Procurement Order is on the tenderer this document
shall form part of the Contract between the parties and terms and conditions
hereunder would govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the Contract
are to be taken mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract, the decision of the
Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor
shall abide by the decision. The decision shall not be arbitrable. Works shown
upon the drawings but not mentioned in the specification or described in the
specifications without being shown on the drawings shall nevertheless be deemed
to be included in the same manner as if they are shown in the drawings and
described in the specifications.

1.6 Special conditions of Contract : The special conditions of contract, if any


provided and whenever and wherever referred to shall be read in conjunction
with General Terms and Conditions of contract, specifications, drawings, and
any other documents forming part of this contract wherever the context so
requires. Notwithstanding the subdivision of the documents into separate
sections, parts volumes, every section, part or volume shall be deemed to be
supplementary or complementary to each other and shall be read in whole. In
case of any misunderstanding arising the same shall be referred to decision of the
Owner/ Engineer-in-Charge/Site-in-Charge and their decision shall be final and
binding and the decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor


shall do/perform a work and/or provide facilities for the performance of the work,
the doing or the performance or the providing of the facilities is at the cost and
expenses of the Contractor not liable to be paid or reimbursed by the Owner.
2. DEFINITIONS

245 | P a g e
Procurement Manual HPCL, Mumbai

Page 101 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

In this contract unless otherwise specifically provided or defined and unless a contrary
intention appears from the contract the following words and expressions are used in the
following meanings;

2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract".
2.2 The "Authority" for the purpose of this Contract shall be the Chairman and
Managing Director or any other person so appointed or authorised.
2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person
so appointed, nominated or designated and holding the office of Chairman &
Managing Director.
2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or
by Owner to effect additions to or deletion from or alterations into the Work.
2.5 The "Construction Equipment" means all appliances and equipment of
whatsoever nature for the use in or for the execution, completion, operation or
maintenance of the work except those intended to form part of the Permanent
Work.
2.6 The "Contract" between the Owner and the Contractor shall mean and include
all documents like enquiry, tender submitted by the contractor and the
procurement order issued by the owner and other documents connected with the
issue of the procurement order and orders, instruction, drawings, change
orders, directions issued by the Owner/Engineer-in-Charge/Site-in-Charge for the
execution, completion and commissioning of the works and the period of contract
mentioned in the Contract including such periods of time extensions as may be
granted by the owner at the request of the contractor and such period of time for
which the work is continued by the contractor for purposes of completion of the
work.
2.7 "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 heirs,
representative, successor(s) and permitted assignees.
2.8 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, be furnished or approved in writing by the
Engineer-in-Charge.
2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or
designated as such by the Owner and shall include those who are expressly
authorised by the owner to act for and on its behalf.
2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED
incorporated in India having its Registered office at PETROLEUM HOUSE, 17,
JAMSHEDJI TATA ROAD, BOMBAY - 400020 and Marketing office at
the address mentioned for this purpose in the tender header or their successors or
assignees.
2.11 The "Permanent Work" means and includes works which form a part of the work
to be handed over to the Owner by the Contractor on completion of the contract.

2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN
PETROLEUM CORPORATION LIMITED, or any person so appointed, nominated or
designated.

246 | P a g e
Procurement Manual HPCL, Mumbai

Page 102 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

2.13 The "Site" means the land on which the work is to be executed or carried out and
such other place(s) for purpose of performing the Contract.
2.14 The "Specifications" shall mean the various technical and other specifications
attached and referred to in the tender documents. It shall also include the latest
editions, including all addenda/corrigenda or relevant Indian Standard
Specifications and Bureau Of Indian Standards.
2.15 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 prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and
their legal heirs, representatives, successors and permitted assignees of such
person, firm or Company.
2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the
permanent work confirming to practices, procedures applicable rules and
regulations relevant in that behalf.
2.17 The "Tender" means the document submitted by a person or authority for carrying
out the work and the Tenderer means a person or authority who submits the
tender offering to carry out the work as per the terms and conditions.
2.18 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 maybe required for the purposes of completion of
the work contemplated under the Contract.

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and
expenses visit the site, examine and satisfy as to the nature of the existing roads,
means of communications, the character of the soil, state of land and of the
excavations, the correct dimensions of the work facilities for procuring
various construction and other material and their availability, and shall obtain
information on all matters and conditions as they may feel necessary for the
execution of the works as intended by the Owners and shall also satisfy of the
availability of suitable water for construction of civil works and for drinking purpose
and power required for fabrication work etc. Tenderer, whose tender may be
accepted and with whom the Contract is entered into shall not be eligible and be
able to make any claim on any of the said counts in what so ever manner for what
so ever reasons at any point of time and such a claim shall not be raised as a
dispute and shall not be arbitrable.

A pre-bid meeting may be held as per the schedule mentioned in the tender.

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the schedule of quantities which rates and prices shall except as
otherwise provided cover all his obligations under the contract.
3.3 It must be clearly understood that the whole of the conditions and specifications
are intended to be strictly enforced and that no work will be considered as extra
work and allowed and paid for unless they are clearly outside the scope, spirit,
meaning of the Contract and intent of the Owner and have been so ordered in
writing by Owner and/or Engineer-in-Charge/Site-in-Charge, whose decision shall
be final and binding.

247 | P a g e
Procurement Manual HPCL, Mumbai

Page 103 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

3.4 Before filling the Tender the Contractor will check and satisfy all drawings and
materials to be procured and the schedule of quantities by obtaining clarification
from the Owner on all the items as may be desired by the Tenderer. No claim for
any alleged loss or compensation will be entertained on this account, after
submission of Tender by the Tenderer/Contractor and such a claim shall not be
arbitrable.

3.5 Unless specifically provided for in the tender documents or any Special
Conditions, no escalation in the Tender rates or prices quoted will be
permitted throughout the period of contract or the period of actual
completion of the job whichever is later on account of any variation in prices
of materials or cost of labour or due to any other reasons. Claims on
account of escalation shall not be arbitrable.

3.6 The quantities indicated in the Tender are approximate. The approved schedule of
rates of the contract will be applicable for variations upto plus or minus 25% of the
contract value. No revision of schedule of rates will be permitted for such variations
in the contract value, including variations of individual quantities, addition of new
items, alterations, additions/deletions or substitutions of items, as mentioned
above. Quantities etc. mentioned and accepted in the joint measurement sheets
shall alone be final and binding on the parties.
3.7 Owner reserve their right to award the contract to any tenderer and their decision
in this regard shall be final. They also reserve their right to reject any or all
tenders received. No disputes could be raised by any tenderer(s) whose tender has
been rejected.
3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts
viz. cost of materials, transportation of machine(s), tools, equipments, labour,
power, Administration charges, price escalations, profits, etc. etc. except to the
extent of the cost of material(s), if any, agreed to be supplied by Owner and
mentioned specifically in that regard in condition of Contract, in which case, the cost
of such material if taken for preparation of the Contractor's Bill(s) shall be
deducted before making payment of the Bill(s) of the Contractor. The description
given in the schedule of quantities shall unless otherwise stated be held to
include wastage on materials, carriage and cartage, carrying in and return of
empties, hoisting, setting, fitting and fixing in position and all other expenses
necessary in and for the full and complete execution and completion of works and
in accordance with good practice and recognised principles in that regard.
3.9 Employees of the State and Central Govt. and employees of the Public Sector
Undertakings, including retired employees are covered under their respective
service conditions/rules in regard to their submitting the tender. All such persons
should ensure compliance to the respective/applicable conditions, rules etc. etc.
Any person not complying with those rules etc. but submitting the tender in
violation of such rules, after being so noticed shall be liable for the forfeiture of the
Earnest Money Deposit made with the tender, termination of Contract and
sufferance on account of forfeiture of Security Deposit and sufferance of
damages arising as a result of termination of Contract.

3.10 In consideration for having a chance to be considered for entering into a


contract with the Owner, the Tenderer agrees that the Tender submitted by him
shall remain valid for the period prescribed in the tender conditions, from the
date of opening of the tender. The Tenderer shall not be entitled during the

248 | P a g e
Procurement Manual HPCL, Mumbai

Page 104 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

said validity period, to revoke or cancel the tender without the consent in
writing from the Owner.

In case the tenderer revokes or cancels the tender or varies any of terms of the
tender without the Consent of the Owner, in writing, the Tenderer forfeits the right
to the refund of the Earnest Money paid along with the tender.

3.11 The prices quoted by the Tenderer shall be firm during the validity period of
the bid and Tenderer agrees to keep the bid alive and valid during the said
period. The Tenderers shall particularly take note of this factor before
submitting their tender(s).

3.12 The works shall be carried out strictly as per approved specifications. Deviations, if
any, shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in
writing prior to implementing deviations. The price benefit, if any, arising out of the
accepted deviation shall be passed on to the Owner. The decision of Engineer-
in-Charge shall be final in this matter.

3.13 The contractor shall make all arrangements at his own cost to transport the
required materials outside and inside the working places and leaving the premises
in a neat and tidy condition after completion of the job to the satisfaction of Owner.
All materials except those agreed to be supplied by the Owner shall be supplied by
the contractor at his own cost and the rates quoted by the Contractor should be
inclusive of all royalties, rents, taxes, duties, octroi, statutory levies, if any, etc. etc.

3.14 The Contractor shall not carry on any work other than the work under this Contract
within the Owner’s premises without prior permission in writing from the Engineer-
in-Charge/Site-in-charge.

3.15 The Contractor shall be bound to follow and ensure compliance to all the safety
and security regulations and other statutory rules applicable to the area. In the
event of any damage or loss or sufference caused due to non-observance of such
rules and regulations, the contractor shall be solely responsible for the same and
shall keep the Owner indemnified against all such losses and claims arising from
the same.

3.16 At any time after acceptance of tender, the Owner reserves the right to add,
amend or delete any work item, the bill of quantities at a later date or reduce the
scope of work in the overall interest of the work by prior discussion and intimation
to the Contractor. The decision of Owner, with reasons recorded therefor, shall be
final and binding on both the Owner and the Contractor. The Contractor shall not
have right to claim compensation or damage etc. in that regard. The Owner
reserves the right to split the work under this contract between two or more
contractors without assigning any reasons.

3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work
under this Contract without the prior consent of the Owner obtained in writing.

3.18 All signatures in tender document shall be dated as well as all the pages of all
sections of the tender documents shall be initialed at the lower position and signed,
wherever required in the tender papers by the Tenderer or by a person holding
Power of Attorney authorising him to sign on behalf of the tenderer before
submission of tender.

249 | P a g e
Procurement Manual HPCL, Mumbai

Page 105 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

3.19 The tender should be quoted in English, both in figures as well as in words. The rates
and amounts tendered by the Tenderer in the Schedule of rates for each item and
in such a way that insertion is not possible. The total tendered amount should also
be indicated both in figures and words with the signature of tenderer.

If some discrepancies are found between the rates given in words and figures
of the amount shown in the tender, the following procedure shall be applied :

(a) When there is a difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the tenderer shall be taken
as correct.
(b) When the rate quoted by the tenderer in figures and words tallies but the
amount is incorrect, the rate quoted by the tenderer shall be taken as
correct.
(c) When it is not possible to ascertain the correct rate in the manner
prescribed above the rate as quoted in words shall be adopted.

3.20 All corrections and alterations in the entries of tender paper will be signed in full
by the tenderer with date. No erasures or over writings are permissible.

3.21 Transfer of tender document by one intending tenderer to the another one is not
permissible. The tenderer on whose name the tender has been sent only can
quote.

3.22 The Tender submitted by a tenderer if found to be incomplete in any or all


manner is liable to be rejected. The decision of the Owner in this regard is final
and binding.

4. DEPOSITS

a) EARNEST MONEY DEPOSIT (EMD)

The tenderer will be required to pay a sum as specified in the covering letter, as
earnest money deposit along with the tender either thru a crossed demand draft or
a non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited,
from any Scheduled Bank (other than a Co-Operative Bank) payable at Mumbai in
favour of Hindustan Petroleum Corporation Limited, Mumbai in the proforma enclosed.
The earnest money deposit will be refunded after finalisation of the contract.

Note: Public sector enterprises and small scale units registered with National Small
Scale Industries are exempted from payment of Earnest Money Deposit. Small
scale units registered with National Small Scale Industries should enclose a
photocopy of their registration certificate with their quotation to make their quotation
eligible for consideration. The Registration Certificate should remain valid during the
period of the contract that may be entered into with such successful bidder. Such
tenderers should ensure validity of the Registration Certificate for the purpose.

250 | P a g e
Procurement Manual HPCL, Mumbai

Page 106 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

b) SECURITY DEPOSIT:
The tenderer, with whom the contract is decided to be entered into and intimation is so
given will have to make a security deposit of one percent (1%) of the total contract
value in the form of account payee crossed demand draft drawn in favour of the
Owner, within 15 days from the date of intimation of acceptance of their tender, failing
which the Owner reserves the right to cancel the Contract and forfeit the EMD.
1% of PO/Contract value as Security deposit will be acceptable in the form of Demand
draft upto ` 50,000/- and in the form of Demand draft / Bank guarantee beyond ` 50,000/-.

® Composite Performance Bank Guarantee (CPBG) valid upto a period of 3


months beyond the expiry of defect liability period. Demand Draft should be
drawn on Scheduled Banks, other than co-operative bank.
Quantum of Performance Bank Guarantee inclusive of Security Deposit should be
as follows:
- All items (other than CVR items) : 10% of PO value
- For CVR items: r 10.0 lakhs or 5% of the order value whichever is lower.
Composite PBG of above value towards Performance Bank Guarantee inclusive of
Security Deposit shall be accepted (in lieu of deduction of retention money of 10% from
each bill); Such composite PBG shall be valid upto a period of 3 months beyond the
expiry of defect liability period. Demand Draft should be drawn on Scheduled Banks
(other than cooperative banks).

5. EXECUTION OF WORK
All the works shall be executed in strict conformity with the provisions of the contract
documents and with such explanatory details, drawings, specifications and instructions as
may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-
in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible
for ensuring that works throughout are executed in the most proper and workman- like
manner with the quality of material and workmanship in strict accordance with the
specifications and to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge.

The completion of work may entail working in monsoon also. The contractor must
maintain the necessary work force as may be required during monsoon and plan to
execute the job in such a way the entire project is completed within the contracted time
schedule. No extra charges shall be payable for such work during monsoon. It shall
be the responsibility of the contractor to keep the construction work site free from water
during and off the monsoon period at his own cost and expenses.

For working on Sundays/Holidays, the contractor shall obtain the necessary permission
from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to
work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and
the contractors quoted rate is inclusive of all such extended hours of working and no extra
amount shall be payable by the owner on this account.

5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS


5.a.1. The Engineer-in-Charge/Site-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 an efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.

® REVISION: PROC-003/18.08.2014

251 | P a g e
Procurement Manual HPCL, Mumbai

Page 107 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all
necessary stakes, templates, level marks, profiles and other similar things and
shall take all necessary precautions to prevent their removal or disturbance and
shall be responsible for consequences 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, either existing or supplied and fixed by the Contractor. The work shall
be set out to the satisfaction of the Engineer-in-Charge/Site-in-Charge. The
approval thereof or joining in setting out the work shall not relieve the Contractor
of his responsibility.
5.a.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/Site-in-
Charge. The Centre longitudinal or face lines and cross lines shall be marked by
means of small masonary 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/Site-in-
Charge in writing. But such approval shall not relieve the contractor of any of
his responsibilities. The Contractor shall also provide all labour, materials and
other facilities, as necessary, for the proper checking of layout and inspection of
the points during construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under
construction should be protected and fenced by the Contractor.
5.a.5. On completion of works, the contractor shall submit the geodetic documents
according to which the work was carried out.
5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his
instructions to the contractor in respect of the executions of work in a "work site
order book" maintained in the office having duplicate sheet and the authorised
representative of the contractor shall confirm receipt of such instructions by
signing the relevant entries in the book.
5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing.
The Contractor shall be liable to carry out the instructions without fail.
5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/
Site-in-Charge requiring compliance within seven days fails to comply with such
drawings or 'instructions' or both as the Engineer-in-Charge/Site-in-Charge may
issue, owner may employ and pay other persons to execute any such work
whatsoever that may be necessary to give effect to such drawings or
`instructions' and all cost and expenses incurred in connection therewith as
certified by the Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor
or may be deducted from amounts due or that may become due to the contractor
under the contract or may be recovered as a debt.
5.a.9. 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.
5.a.10. In case any doubts arise in the mind of the Contractor in regard to any
expressions, interpretations, statements, calculations of quantities, supply of
material rates, etc. etc., the contractor shall refer the same to the Site-in-Charge/
Engineer-in-Charge for his clarification, instructions, guidance or clearing of

252 | P a g e
Procurement Manual HPCL, Mumbai

Page 108 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

doubts. The decision of the Engineer-in-Charge/Site-in-Charge shall be final and the


contractor shall be bound by such a decision.

5.a.11."The Contractor shall take adequate precautions, to ensure that his operations
do not create nuisance or misuse of the work space that shall cause
unnecessary disturbance or inconvenience to others at the work site".

5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains
of geological or archaeological discovered on the site of works shall be
declared to be the property of the Owner and Contractor shall take reasonable
precautions to prevent his workmen or any other persons from removing or
damaging any such articles or thing and shall immediately inform the Owner/
Engineer-in-Charge/Site-in-Charge."

5.a.13. "Contractor will be entirely and exclusively responsible to provide and


maintain at his expenses all lights, guards, fencing, etc. when and where even
necessary or/as required by the Engineer-in-Charge/Site-in-Charge for the
protection of works or safety and convenience to all the members employed at the
site or general public."

5.b. COMMENCEMENT OF WORK

The contractor shall after paying the requisite security deposit, commence work
within 15 days from the date of receipt of the intimation of intent from the Owner
informing that the contract is being awarded. The date of intimation shall be the
date/day for counting the starting day/date and the ending day/date will be accordingly
calculated. Penalty, if any, for the delay in execution shall be calculated accordingly.

Contractor should prepare detailed fortnightly construction programme for approval


by the Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall
be executed strictly as per such time schedule. The period of Contract includes the
time required for testing, rectifications, if any, re-testing and completion of work in all
respects to the entire satisfaction of the Engineer-in-Charge.

A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by
the contractor. But the contractor should acknowledge a receipt of the purchase order
within 15 days of mailing of Purchase Order and any delay in acknowledging the receipt
will be a breach of contract and compensation for the loss caused by such breach will be
recovered by the Owner by forfeiting earnest money deposit/bid bond.

5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or
degree be transferred, assigned or sublet, by the Contractor, directly or
indirectly to any firm or corporation whatsoever, without the prior consent in
writing of the Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-
in-charge/Site-in-Charge list of all sub-contractors or other persons or firms
engaged by the Contractor.

5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may

253 | P a g e
Procurement Manual HPCL, Mumbai

Page 109 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

from time to time propose any addition or deletion from any such list and will submit
the proposals in this regard to the Engineer-in-charge/Designated officer-in-
charge for approval well in advance so as not to impede the progress of work.
Such approval of the Engineer-in-charge/Designated officer-in-charge will not relieve
the contractor from any of his obligations, duties and responsibilities under the
contract.

5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding
that the Engineer-in-Charge shall have received copies of any sub-contract, the
Contractor shall be and shall remain solely to be 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 subletting or sub-contracting had
not taken place and as if such work had been done directly by the
Contractor.

5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made
in the constitution of the contractor/Contracting agency otherwise contract shall be
deemed to have been allotted in contravention of clause entitled “sub-letting of
works” and the same action may be taken and the same consequence shall ensue
as provided in the clause of “sub- letting of works”.

5.d EXTENSION OF TIME

1) If the Contractor anticipates that he will not be able to complete the work
within the contractual delivery/ completion date (CDD), then the Contractor
shall make a request for grant of time extension clearly specifying the reasons
for which he seeks extension of time and demonstrating as to how these
reasons were beyond the control of the contractor or attributable to the Owner.
This request should be made well before the expiry of the Contractual Delivery/
Completion Date (CDD).

2) If such a request for extension is received with a Bank Guarantee for the full
Price Reduction amount calculated on the Total Contract Value, the concerned
General Manager of the Owner shall grant a Provisional extension of time,
pending a decision on the request.

3) The concerned General Manager of the Owner shall expeditiously decide upon
the request for time extension and decide the levy of price reduction within a
maximum period of 6 months fom the CDD or date of receipt of the request,
whichever is earlier.

4) Grant of any extension of time shall be by means of issuance of a Change


Order.

5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could
be accepted against Price Reduction, as stated above. Once a decision is
taken, the Price Reduction shall be recovered from any pending bills or by
encashment of the BG. Any balance sum of Contractor or the BG (if Price
Reduction is fully recovered from the bills) shall be promptly
refunded/returned to the Contractor.

5.e. SUSPENSION OF WORKS

254 | P a g e
Procurement Manual HPCL, Mumbai

Page 110 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in
writing by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend
the works or any part thereof for such period and such time so ordered and
shall not, after receiving such, proceed with the work therein ordered to suspended
until he shall have received a written order to re-start. The Contractor shall be
entitled to claim extension of time for that period of time the work was ordered to
be suspended. Neither the Owner nor the Contractor shall be entitled to claim
compensation or damages on account of such an extension of time.

5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-


Charge/Site-in-Charge, for a period of 30 days, the Owner shall have the option
to terminate the Contract as provided under the clause fortermination. The
Contractor shall not be at liberty to remove from the site of the works any
plant or materials belonging to him and the Employer shall have lien upon all
such plant and materials.

5.e.3. The contractor shall, in case of suspension have the right to raise a dispute
and have the same arbitrated but however, shall not have the right to have the
work stopped from further progress and completion either by the owner or
through other contractor appointed by the owner.

5.f. OWNER MAY DO PART OF WORK

Not withstanding anything contained elsewhere in this contract, the owner upon failure of
the Contractor to comply with any instructions given in accordance with the provisions
of this contract, may instead of Contract and undertaking charge of entire work,
place additional labour force, tools, equipment and materials on such parts of the work,
as the Owner may decide or engage another Contractor to carryout the balance of
work. In such cases, the Owner shall have the right to deduct from the amounts payable
to the Contractor the difference in cost of such work and materials with ten percent
overhead added to cover all departmental charges. Should the total amount thereof
exceed the amount due to the contractor, the Contractor shall pay the difference to the
Owner within 15 days of making demand for payment failing which the Contractor shall
be liable to pay interest at 24% p.a. on such amounts till the date of payment.

5.g. INSPECTION OF WORKS

5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State


Government 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/workshops of any person, firm or corporation where work in connection
with the contract may be in hand or where the materials are being or are to be
supplied, and the Contractor shall afford or procure for the Engineer-in-
Charge/Site-in-Charge every facility and assistance to carryout such inspection.
The Contractor shall, at all times during the usual working hours and at all other
times at which reasonable notice of the intention of the Engineer-in-Charge/Site-in-
Charge or his representative to visit the works shall have been given to the
Contractor, either himself be present to receive orders and instructions, or
have a responsible agent, duly accredited in writing, present 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/Site-in-Charge
before covering up or otherwise placing beyond reach of inspection and

255 | P a g e
Procurement Manual HPCL, Mumbai

Page 111 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

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 for carrying out such measurement and/or inspection.

5.g.2. No material shall be removed and despatched by the Contractor from the site
without the prior approval in writing of the Engineer-in-charge. 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 adapt as directed for inspection or measurements of
the works by the Engineer-in-Charge/Site-in-Charge.

5.h. SAMPLES

5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for


approval when requested or required adequate samples of all materials and
finishes to be used in the work.
5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and
before commencement of the work so as the Owner can carry out tests and
examinations thereof and approve or reject the samples for use in the works. All
material samples furnished and finally used/applied in actual work shall fully be of
the same quality of the approved samples.

5.i. TESTS FOR QUALITY OF WORK

5.i.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 /
Site-in- Charge and shall be subjected from time to time to such tests at
Contractor's cost as the Engineer-in-Charge/Site-in-Charge may direct at the
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/Site-in-Charge.
5.i.2. All the tests that will be necessary in connection with the execution of the work
as decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the
contractors cost and expenses.
5.i.3. If any tests are required to be carried out in connection with the work or
materials or workmanship to be supplied by the owner, such tests shall be carried
out by the Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and
expenses for such tests, if any, incurred by the contractor shall be reimbursed
by the Owner. The contractor should file his claim with the owner within 15
(fifteen) days of inspection/test and any claim made beyond that period shall
lapse and be not payable.

5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND


WORKS

5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,


additions and/or substitutions to the schedule of quantities, the original

256 | P a g e
Procurement Manual HPCL, Mumbai

Page 112 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

specifications, drawings, designs and instructions that may become necessary


or advisable or during the progress of the work and the Contractor shall be
bound to carryout such altered/extra/new items of work in accordance with
instructions which may be given to him in writing signed by the Engineer-in-
Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions
shall not invalidate the contract. The altered, additional or substituted work which
the Contractor may be directed to carryon in the manner as part of the work shall
be carried out by the Contractor on the same conditions in all respects on which
he has agreed to do the work. The time for completion of such altered added
and/or substituted work may be extended for that part of the particular job. The
rates for such additional altered or substituted work under this Clause shall, be
worked out in accordance with the following provisions:
5.j.2. If the rates for the additional, altered or substituted work are specified in the contract
for similar class of work, the Contractor is bound to carryout the additional,
altered or substituted work at the same rates as are specified in the contract.
5.j.3. 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 work as are specified in the contract for the work. In the opinion of the
Engineer-in- Charge/Site-in-Charge as to whether or not the rates can be
reasonably so derived from the items in this contract, will be final and binding on
the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in
the manner specified above, then the Contractor shall, within seven days of the
date of receipt of order to carry out the work, inform the Engineer-in-Charge/
Site-in-Charge of the rate at which he intends to charge for such class of work,
supported by analysis of the rate or rates claimed and the Engineer-In-Charge/
Site-in-Charge shall determine the rates on the basis of the prevailing market
rates for both material and labour plus 10% to cover overhead and profit of labour
rates and pay the Contractor accordingly. The opinion of the Engineer-in-
Charge/Site-in-Charge as to current market rates of materials and the quantum of
labour involved per unit of measurement will be final and binding on the
contractor.
5.j.5. In case of any item of work for which there is no specification supplied by the
Owner and is mentioned 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/
Site-in-Charge.

5.k. PROVISIONAL ACCEPTANCE

Acceptance of sections of the works for purposes of equipment erection, piping,


electrical work and similar usages by the Owner and payment for such work or parts of
work shall not constitute a waiver of any portion of this contract and shall not be
construed so as to prevent the Engineer from requiring replacement of defective
work that may become apparent after the said acceptance and also shall not absolve the
Contractor of the obligations under this contract. It is made clear that such an
acceptance does not indicate or denote or establish to the fact of execution of that work
or the Contract until the work is completed in full in accordance with the provisions
of this Contract.

257 | P a g e
Procurement Manual HPCL, Mumbai

Page 113 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE

As soon as the work is completed in all respects, the contractor shall give notice of such
completion to the site in charge or the Owner and within thirty days of receipt of such
notice the site in charge shall inspect the work and shall furnish the contractor with a
certificate of completion indicating:
a) defects, if any, to be rectified by the contractor
b) items, if any, for which payment shall be made in reduced rates
c) the date of completion.

5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS

5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of
this contract, where any materials for the execution of the contract are
procured with the assistance of Government either by issue from Government
stocks or procurement made under orders or permits or licences issued by
Government, the contractor shall use the said materials economically and solely
for the purpose of the contract and shall not dispose them of without the
permission of the Owner.

5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after
the completion of the contract or at its termination for any reason
whatsoever, the Contractor shall deliver the said product to the Owner without
any demur. The price to be paid to the Contractor, if not already paid either in
full or in part, however, shall not exceed the amount mentioned in the Schedule
of Rates for such material and in cases where such rates are not so mentioned,
shall not exceed the CPWD scheduled rates. In the event of breach of the
aforesaid condition the contractor shall become liable for contravention of the
terms of the Contract.

5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the
Owner may measure the same and determine the quantity.

5.m.4. It is made clear that the Owner shall not be liable to take stock and keep
possession and pay for the surplus and unserviceable stocks and the Owner may
direct the Contractor to take back such material brought by the Contractor and
becoming surplus and which the Owner may decide to keep and not to pay for the
same.

5.n. DEFECT LIABILITY PERIOD

The contractor shall guarantee the work executed for a period of 12 months from the date
of completion of the job. Any damage or defect that may arise or lie undiscovered at
the time of completion of the job shall be rectified or replaced by the contractor at his
own cost. The decision of the Engineer In-charge/Site-Incharge/Owner shall be the
final in deciding whether the defect has to be rectified or replaced.
Equipment or spare parts replaced under warranty/guarantees shall have further warranty
for a mutually agreed period from the date of acceptance.
The owner shall intimate the defects noticed in writing by a Registered A.D. letter or
otherwise and the contractor within 15 days of receipt of the intimation shall start the

258 | P a g e
Procurement Manual HPCL, Mumbai

Page 114 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

rectification work and complete within the time specified by the owner failing which the
owner will get the defects rectified by themselves or by any other contractor and the
expenses incurred in getting the same done shall be paid by the Contractor under the
provision of the Contract.
Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,
electrical, maintenance etc. ) where any damage of defect may arise in future (i.e.
within 12 months from the date of completion of job) or lie undiscovered at the time of
completion of job.

In other words, in case of service contracts (like car hire etc.) where there is no
question of damage or defect arising in future, the defect liability clause is not
applicable.

5.o. DAMAGE TO PROPERTY

5.o.1. 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 by the Owner or of other agencies within the
premises of the work of the Owner, if such loss or damage is due to fault and/or
the negligence or willful acts or omission of the Contractor, his employees,
agents, representatives or sub-contractors.

5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for
damage to Owner's property arising under or by reason of this contract.

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR

6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE


CONTRACTOR

6.a.1 The Contractor shall be solely and exclusively responsible for engaging or
employing persons for the execution of work. All persons engaged by the
contractor shall be on Contractor's payroll and paid by Contractor. All disputes or
differences between the Contractor and his/their employees shall be settled by
Contractor.
6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the
Contractor. The Contractor shall indemnify Owner against any loss or damage or
liability arising out of or in the course of his/their employing persons or relation
with his/their employees. The Contractor shall make regular and full payment of
wages and on any complaint by any employee of the Contractor or his sub
contractor regarding non-payment of wages, salaries or other dues, Owner
reserves the right to make payments directly to such employees or sub-
contractor of the Contractor and recover the amount in full from the bills of the
Contractor and the contractor shall not claim any compensation or
reimbursement thereof. The Contractor shall comply with the Minimum Wages
Act applicable to the area of work site with regard to payment of wages to his
employees and also to employees of his sub contractor.
6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his
employees and employees of sub-contractors and any other person engaged by
him that their appointment/employment is not by the Owner but by the
Contractor and that their present appointment is only in connection with the
construction contract with Owner and that therefore, such an

259 | P a g e
Procurement Manual HPCL, Mumbai

Page 115 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

employment/appointment would not enable or make them eligible for any


employment/appointment with the Owner either temporarily or/and permanent
basis.

6.b. NOTICE TO LOCAL BODIES

The contractor shall comply with and give all notices required under any Government
authority, instruction, rule or order made under any act of parliament, state laws or
any regulations or by-laws of any local authority relating to the works.

6.c. FIRST AID AND INDUSTRIAL INJURIES

6.c.1 Contractor shall maintain first aid facility for his employees and those of his
sub-contractors.
6.c.2. Contractor shall make arrangements for ambulance service and for the
treatment of all types of injuries. Names and telephone numbers of those
providing such services shall be furnished to Owner prior to start of
construction and their name board shall be prominently displayed in Contractor's
field office.
6.c.3. All industrial injuries shall be reported promptly to owner and a copy of
contractor's report covering each personal injury requiring the attention of a
physician shall be furnished to the Owner.

6.d. SAFETY CODE

6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions
as may be necessary for the execution of the work or as required by the
Engineer-in-Charge in respect of all labours directly or indirectly employed for
performance of the works and shall provide all facilities in connections
therewith. In case the contractor fails to make arrangements and provide
necessary facilities as aforesaid, the Owner shall be entitled to do so and
recover the cost thereof from the Contractor.
6.d.2. From the commencement to the completion of the works, the contractor shall
take full responsibility for the care thereof and of all the temporary works (defined
as meaning all temporary works of every kind required in or for the execution,
completion or maintenance of the works). In case damage, loss or injury shall
happen to the works or to any part thereof or to temporary works or to any
cause whatsoever repair at his (Contractor's) own cost and make good the
same so that at the time of completion, the works shall be in good order and
condition and in conformity in every respect with the requirement of the contract
and Engineer-in-Charge's instructions.
6.d.3. In respect of all labour, directly or indirectly employed in the work for the
performance of the Contractor's part of this agreement, the contractor shall
at his own expense arrange for all the safety provisions as per relevant Safety
Codes of C.P.W.D Bureau of Indian Standards, the Electricity Act/I.E. Rules.
The Mines Act and such other Acts as applicable.
6.d.4. The Contractor shall observe and abide by all fire and safety regulations of
the Owner. Before starting construction work, the Contractor shall consult
with Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must
make good to the satisfaction of the Owner any loss or damage due to fire to

260 | P a g e
Procurement Manual HPCL, Mumbai

Page 116 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

any portion of the work done or to be done under this agreement or to any of
the Owner's existing property.
6.d.5. The Contractor will be fully responsible for complying with all relevant provisions
of the Contract Labour Act and shall pay rates of Wages and observe hours
of work/conditions of employment according to the rules in force from time to
time.
6.d.6. The Contractor will be fully responsible for complying with the provision
including documentation and submission of reports on the above to the
concerned authorities and shall indemnify the Corporation from any such
lapse for which the Government will be taking action against them.
6.d.7. Owner shall on a report having been made by an inspecting Office as
defined in the Contract Labour Regulations have the power to deduct from the
money due to the Contractor any sum required or estimated to be required for
making good the loss suffered by a worker(s) by reasons of non-fulfillment of
conditions of contract for the benefit of workers no-payment of wages or of
deductions made from his or their wages which are not justified by the terms of
contract or non observance of the said contractor's labour Regulation.

6.e. INSURANCE AND LABOUR


Contractor shall at his own expense obtain and maintain an insurance policy with a
Nationalised Insurance Company to the satisfaction of the Owner as provided
hereunder.

6.e.1. EMPLOYEES STATE INSURANCE ACT

i. The Contractor agrees to and does hereby accept full and exclusive
liability for the compliance with all obligations imposed by Employees State
Insurance Act, 1948, and the Contractor further agrees to defend
indemnify and hold Owner harmless from any liability or penalty which may
be imposed by the Central, State or local authority by reason of any
asserted violation by Contractor, or sub-contractor of the Employees' State
Insurance Act, 1948 and also from all claims, suits or proceedings that
may be brought against the Owner arising under, growing out of or by
reason of the work provided for by this contract whether brought by
employees of the Contractor, by third parties or by Central or State
Government authority or any political sub-division thereof.
ii. The Contractor agrees to file with the Employees State Insurance
Corporation, the Declaration forms and all forms which may be required
in respect of the Contractor's or sub-contractor's employee whose
aggregate emuneration is within the specified limit and who are employed
in the work provided or those covered by ESI Act under any amendment to
the Act from time to time.
The Contractor shall deduct and secure the agreement of the sub-
contractor to deduct the employee's contribution as per the first schedule of
the Employee's State Insurance Act from wages and affix the employee's
contribution cards at wages payment intervals. The Contractor shall remit
and secure the agreement of the sub contractor to remit to the State Bank
of India, Employee's State Insurance Corporation Account, the Employee's
contribution as required by the Act.

261 | P a g e
Procurement Manual HPCL, Mumbai

Page 117 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

ii. The Contractor agrees to maintain all records as required under the Act
in respect of employees and payments and the Contractor shall secure the
agreement of the sub contractor to maintain such records. Any expenses
incurred for the contributions, making contribution or maintaining records
shall be to the Contractor's or sub-contractor's account.

iv. The Owner shall retain such sum as may be necessary from the total
contract value until the Contractor shall furnish satisfactory proof that all
contributions as required by the Employees State Insurance Act, 1948, have
been paid.

v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY


INSURANCE
Provide Insurance for all the Contractor's employees engaged in the
performance of this contract. If any of the work is sublet, the Contractor shall
ensure that the sub contractor provides workmen's compensation and
Employer's Liability Insurance for the latter's employees who are not
covered under the Contractor's insurance.

vi. AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out an Insurance to cover all risks to Owner for each
of his vehicles plying on works of this contract and these insurances shall
be valid for the total contract period. No extra payment will be made for this
insurance. Owner shall not be liable for any damage or loss not made good
by the Insurance Company, should such damage or loss result from
unauthorised use of the vehicle. The provisions of the Motor Vehicle Act
would apply.

vii. FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the
Works, Plant and Equipment and keep them insured until the final
completion of the Contract against loss or damage by accident, fire or any
other cause with an insurance company to be approved by the
Employer/Consultant in the joint names of the Employer and the Contractor
(name of the former being placed first in the Policy). Such Policy shall
cover the property of the Employer only.

6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY


OWNER

i. Contractor shall also provide and maintain any and all other insurance which
may be required under any law or regulations from time to time. He shall
also carry and maintain any other insurance which may be required by the
Owner.

ii. The aforesaid insurance policy/policies shall provide that they shall not be
cancelled till the Engineer-in-Charge has agreed to their cancellation.

262 | P a g e
Procurement Manual HPCL, Mumbai

Page 118 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge


from time to time that he has taken out all insurance policies referred to
above and has paid the necessary premium for keeping the policies alive till
the expiry of the defects liability period.

iv. The contractor shall ensure that similar insurance policies are taken out
by his sub-contractor (if any) and shall be responsible for any claims or
losses to the Owner resulting from their failure to obtain adequate
insurance protections in connection thereof. The contractor shall produce or
cause to be proceed by his sub-contractor (if any) as the case may be, the
relevant policy or policies and premium receipts as and when required by the
Engineer-in-Charge/Site-in-Charge.

® v. Contractor shall at his own expense cover all the workmen engaged
under him under “Pradhan Mantri Surksha Bima Yojana (PMSBY)” and
submit proof of the same to HPCL.

6.e.3. LABOUR AND LABOUR LAWS

i. The contractor shall at his own cost employ persons during the period of
contract and the persons so appointed shall not be construed under
any circumstances to be in the employment of the Owner.

ii. All payments shall be made by the contractor to the labour employed by
him in accordance with the various rules and regulations stated above.
The contractor shall keep the Owner indemnified from any claims
whatsoever inclusive of damages/costs or otherwise arising from injuries
or alleged injuries to or death of a person employed by the contractor or
damages or alleged damages to the property.

iii. No labour below the age of eighteen years shall be employed on the
work. The Contractor shall not pay less than what is provided under the
provisions of the contract labour (Regulations 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
workman to be employed by him or through sub contractor and get himself
registered under the Act. He shall produce the required Certificates to the
Owner before commencement of the work. The Owner recognises only the
Contractor and not his sub contractor under the provisions of the Act. The
Contractor will have to submit daily a list of his workforce. He will also keep
the wage register at the work site or/and produce the same to the Owner,
whenever desired. A deposit may be taken by the Owner from the
Contractor to be refunded only after the Owner is satisfied that all
workmen employed by the Contractor have been fully paid for the period of
work in Owner's premises at rates equal to or better than wages provided
for under the Minimum Wages Act. The contractor shall be responsible and
liable for any complaints that may arise in this regard and the
consequences thereto.

® REVISION : PROC-009/07.03.2016

263 | P a g e
Procurement Manual HPCL, Mumbai

Page 119 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

iv. The Contractor will comply with the provisions of the Employee's Provident
Fund Act and the Family Pension Act as may be applicable and as
amended from time to time.

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.

vi. IMPLEMENTATION OF APPRENTICES ACT, 1961


The Contractor shall comply with the provisions of the Apprentices Act, 1961
and the Rules and Orders issued thereunder from time to time. If he fails to
do so, his failure will be a 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.

vii. MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied
with Model rules for Labour Welfare as appended to those conditions or rules
framed by the Government from time to time for the protection of health
and for making sanitary arrangements for worker employed directly or
indirectly on the works. In case the contractor fails to make arrangements as
aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so
and recover the cost thereof from the contractor.

6.f. DOCUMENTS CONCERNING WORKS

6.f.1. All documents including drawings, blue prints, tracings, reproducible models,
plans, specifications and copies, thereof furnished by the Owner as well as all
drawings, tracings, reproducibles, 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 the Owner and
shall not be used by the contractor for any other work but are to be delivered
to the Owner at the completion or otherwise of the contract.

6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings
etc. issued to him for the execution of this contract and restrict access to such
documents, drawings etc. and further the Contractor shall execute a SECRECY
agreement from each or any person employed by the Contractor having access
to such documents, drawings etc. The Contractor shall not issue drawings and
documents to any other agency or individual without the written approval by
the Engineer-in-Charge/Site-in- Charge.

6.f.3. Contractor will not give any information or document etc. concerning details of
the work to the press or a news disseminating agency without prior written
approval from Engineer-in-charge/Site-in-Charge. Contractor shall not take
any pictures on site without written approval of Engineer-in-Charge/Site-in-
Charge.

7. PAYMENT OF CONTRACTOR'S BILLS

264 | P a g e
Procurement Manual HPCL, Mumbai

Page 120 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

7.1. Payments will be made against Running Accounts bills certified by the Owner's
Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the
bill..

7.2. Running Account Bills and the final bill shall be submitted by the Contractor together
with the duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in-
Charge of the Owner in quadruplicate for certification.

The Bills shall also be accompanied by quantity calculations in support of the


quantities contained in the bill along with cement consumption statement,
actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in-
Charge of the Owner.

7.3. All running account payments shall be regarded as on account payment(s) to be finally
adjusted against the final bill payment. Payment of Running Account Bill(s) shall not
determine or affect in any way the rights of the Owner under this Contract to make
the final adjustments of the quantities of material, measurements of work and
adjustments of amounts etc.etc. in the final bill.

7.4. The final bill shall be submitted by the Contractor within one month of the date of
completion of the work fully and completely in all respects. If the Contractor fails to
submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the
measurement and determine the total amount payable for the work carried out by the
Contractor and such a certification shall be final and binding on the Contractor.
The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside
party for taking the measurement, the expenses of which shall be payable by the
Contractor.

7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified
bill by the Disbursement Section of the owner.

7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode
(e-payment) through any of the designated banks. The contractor will comply by
furnishing full particulars of Bank acount (mandate) to which the payments will be
routed. Owner reserves the right to make payment in any alternate mode also.

7.a. MEASUREMENT OF WORKS


7.a.1. All measurements shall be in metric system. All the works will be jointly
measured by the representative of the Engineer-in-Charge/Site-in-Charge and
the Contractor or their authorised agent progressively. Such measurement will
be recorded in the Measurement Book/Measurement Sheet by the Contractor
or his authorised representative and signed in token of acceptance by the
Owner or their authorised representative.
7.a.2. For the purpose of taking joint measurement, the Contractor/representative
shall be bound to be present whenever required by the Engineer-in-Charge/Site-
in-Charge.
If, however, they are absent for any reasons whatsoever, the measurement will
be taken by the Engineer-in-Charge/Site-in-Charge or his representative and the
same would be deemed to be correct and binding on the Contractor.
7.a.3. In case of any dispute as to the mode of measurement for any item of work,
the latest Indian Standard Specifications shall be followed. In case of any
further dispute on the same the same shall be as per the certification of an

265 | P a g e
Procurement Manual HPCL, Mumbai

Page 121 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

outside qualified Engineer/ Consultant. Such a measurement shall be final and


binding on the Owner and the Contractor.

7.b. BILLING OF WORKS EXECUTED


The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-
in-Charge/Site-in-Charge of the work giving abstract and detailed measurement for
the various items executed during a month, before the expiry of the first week of the
succeeding month. The Engineer-in-Charge/Site-in-Charge shall take or cause to be
taken the requisite measurements for the purpose of having the bill verified and/or
checked before forwarding the same to the disbursement office of the Owner for further
action in terms of the Contract and payment thereafter. The Engineer-in-Charge/Site-in-
Charge shall verify the bills within 7 days of submission of the Bill by the
Contractor.

7.c. RETENTION MONEY

10% of the total value of the Running Account and Final Bill will be deducted and retained
by the Owner as retention money on account of any damage/defect liability that
may arise for the period covered under the defect liability period clause of the Contract
free of interest. Any damage or defect that may arise or lie undiscovered at the time of
issue of completion certificate connected in any way with the equipment or materials
supplied by contractor or in workmanship shall be rectified or replaced by the contractor
at his own expense failing which the Owner shall be entitled to rectify the said
damage/defect from the retention money. Any excess of expenditure incurred by the
Owner on account of damage or defect shall be payable by the Contractor. The decision
of the Owner in this behalf shall not be liable to be questioned but shall be final and
binding on the Contractor.

Thus, deduction towards retention money is applicable only in case of job/works contracts
(civil, mechanical, electrical, maintenance etc.) where any damage or defect may arise
in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at
the time of issue of completion certificate.

7.d. STATUTORY LEVIES

7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all
taxes, duties, octroi, rates, cess, levies and statutory payments payable under
all or any of the statutes etc.

Variations of taxes and duties arising out of the amendments to the Central / State
enactments, in respect of sale of goods / services covered under this bid shall be to
HPCL’s account, so long as :

 They relate to the period after the opening of the price bid, but before the
contracted completion period ( excluding permitted extensions due to delay on
account of the contractors, if any) or the actual completion period, whichever is
earlier; and
 The vendor furnishes documentary evidence of incurrence of such variations, in
addition to the invoices/documents for claiming Cenvat /Input Tax credit,
wherever applicable.

266 | P a g e
Procurement Manual HPCL, Mumbai

Page 122 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

All contributions and taxes for unemployment compensation, insurance and old
age pensions or annuities now or hereafter imposed by Central or State
Governmental 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
to secure the compliance of 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 or Local
authorities by reason of any violation by Contractor or sub-contractor of such
laws, regulations or requirements and also from all claims, suits or proceedings
that may be brought against the Owner arising under, growing out of, or by
reasons of the work provided for by this contract by third parties, or by Central
or State Government authority or any administrative sub-division thereof. The
Contractor further agrees that in case any such demand is raised against the
Owner, and Owner has no way but to pay and pays/makes payment of the same,
the Owner shall have the right to deduct the same from the amounts due and
payable to the Contractor. The Contractor shall not raise any demand or
dispute in respect of the same but may have recourse to recover/receive
from the concerned authorities on the basis of the Certificate of the Owner issued
in that behalf.

7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on
works contracts wherever applicable. However, wherever the sales tax on works
contract is applicable and is to be deducted at source, the same will be
deducted from the bills of the Contractor and paid to the concerned authorities.
The proof of such payments of sales tax on works contract will be furnished to the
contractor.

7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless
certificate, if any, for deduction at lesser rate or nil deduction is submitted by the
Contractor from appropriate authority.

7.d.4 The contractor shall provide accurate particulars of PAN number as required, under
Section 206AA of Income Tax Act 1961.

7.d.5 The contractors having their ‘tax residency status’ outside India shall provide
Tax Residency Certificate (TRC), issued by Government of the Country or the
specified territory where the Contractor is a Resident. Rule 21AB of the
Income Tax Rules, 1962 has prescribed the contents of a TRC. This would
enable the Corporation to deduct tax at source by duly considering the ‘treaty
relief’, if any, under Double Taxation Avoidance Agreement (DTAA) entered
into between GOI and the respective country/specified territory in which the
Contractors’ ‘tax residency status’ is currently in force.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR


7.e.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 viz. steel and

267 | P a g e
Procurement Manual HPCL, Mumbai

Page 123 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

cement which may be agreed to be supplied as provided elsewhere in the contract.


The contractor shall make arrangement for procuring such materials and for the
transport thereof at their own cost and expenses.

7.e.2. The Owner may give necessary recommendation to the respective authority if
so desired by the Contractor but assumes no responsibility of any nature.
The Contractor shall procure materials of ISI stamp/certification and
supplied by reputed suppliers borne on DGS&D list.

7.e.3. 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 materials procured. Before procuring, the
Contractor should get the approval of Engineer-in-Charge/Site-in-Charge for
any materials to be used for the works.

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the
Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge
any tests are required to be conducted on the material supplied by the
Contractor, these will be arranged by the Contractor promptly at his own cost.

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER

7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against
payment by Contractor from either godown or from the site or within work
premises itself and the contractor shall arrange for all transport to actual work
site at no extra cost.

7.f.2. The contractor shall bear all the costs including loading and unloading, carting
from issue points to work spot storage, unloading, custody and handling and
stacking the same and return the surplus steel and cement to the Owner's
storage point after completion of job.

7.f.3. The contractor will be fully accountable for the steel and cement received from the
Owner and contractor will give acknowledgement/receipt for quantity of steel and
cement received by him each time he uplifts cement from Owner's custody.

7.f.4. For all computation purposes, the theoretical cement consumption shall be
considered as per CPWD standards.

7.f.5. Steel and Cement as received from the manufacturer/stockists will be


issued to the contractor. Theoretical weight of cement in a bag will be
considered as 50 Kg. Bags weighing upto 4% less shall be accepted by the
contractor and considered as 50 Kg. per bag. Any shortage in the weight of
any cement bag by more than 4% will be to the Owner's account only when
pointed out by the Contractor and verified by Engineer-in-Charge/Site in Charge
at the time of Contract or taking delivery.

7.f.6. The contractor will be required to maintain a stock register for receipt, issuance
and consumption of steel and cement at site. Cement will be stored in a
warehouse at site. Requirement of cement on any day will be taken out of the
warehouse. Cement issued shall be regulated on the basis of FIRST RECEIPT
to go as FIRST ISSUE.

268 | P a g e
Procurement Manual HPCL, Mumbai

Page 124 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall
be penalised for any excess/under consumption of cement. The penal rate
will be twice the rate of issue of cement for this work.

7.f.8. All the running bills as well as the final bills will be accompanied by cement
consumption statements giving the detailed working of the cement used,
cement received and stock-on-hand.

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is
received by him and during transport. Owner will not entertain any claims of the
contractor for theft, loss or damage to cement while in their custody.

7.f.10. The contractor shall not remove from the site any cement bags at any time.

7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21


days before exhausting the Cement stocks already held by Contractor to ensure
that such delays do not lead to interruptions in the progress of work.

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,
precast cement jali and any other bought out items which consume cement and
for temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of
work shall be returned by the contractor to the Owner. The Owner shall make
payment to the Contractor at the supply rate for such stocks of cement they
accept and receive. Any refused stock of cement shall be removed by the
Contractor from the site at his cost and expenses within 15 days of completion of
the work.

8. PAYMENT OF CLAIMS AND DAMAGES

8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the
amount so paid and the costs incurred by the Owner shall be charged to and paid by
the Contractor and the Contractor shall not be entitled to dispute or question the right of
the Owner to make such payments notwithstanding the same may have been without
his consent or authority or in law or otherwise to the contrary.

8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act,
1923, or other Acts, the Owner is obliged to pay Compensation to a Workman
employed by the 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 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 this contract or otherwise. The Owner shall not be
bound to contest any claim made under Section 12 sub section (1) of the said Act,
except on the written request of the Contractor and upon his giving to the Owner full
security for all costs for which the owner might become liable in consequence of
contesting such claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK

269 | P a g e
Procurement Manual HPCL, Mumbai

Page 125 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been


executed with bad, imperfect or unskilled workmanship, or with materials, or that any
materials or articles provided by the Contractor for execution of the work are not of
standards specified/inferior quality to that contracted for, or otherwise not in accordance
with the contract, the CONTRACTOR shall on demand in writing from the Engineer-in-
Charge/Site-in-Charge or his authorised representative specifying the work,
materials or articles complained of, notwithstanding that the same may have been
inadvertently passed, certified and paid for, forthwith rectify or remove and reconstruct
the work so specified and at his own charge and cost and expenses and in the event of
failure to do so within a period of 15 days of such intimation/ information/knowledge,
the Contractor shall be liable to pay compensation equivalent to the cost of
reconstruction by the Owner. On expiry of 15 days period mentioned above, the Owner
may by themselves or otherwise 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 in all respects of the Contractor. The decision of the Engineer-
in- Charge/ Site-in-Charge as to any question arising under this clause shall be final and
conclusive and shall not be raised as a dispute or shall be arbitrable.

8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS

This project is subject to inspection by various Government agencies of Government


of India. The contractor shall extend full cooperation to all the Government and other
agencies in the inspection of the works, audit of the Contract and the documents of
Contract Bills, measurements sheets etc. etc. and examination of the records of works
and make enquiries interrogation as they may deem fit, proper and necessary.
Upon inspection etc. by such agencies if it is pointed out that the contract work has not
been carried out according to the prescribed terms and conditions as laid down in the
tender documents and if any recoveries are recommended, the same shall be
recovered from the contractors running bills/final bill/from ordered/suggested Security
Deposit/retention money. The Contractor shall not rise any dispute on any such account
and the same shall not be arbitrable.

9. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee
of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the
actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in
connection with the works and all actions, proceedings, claims, demands, costs,
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.
The Contractor shall be liable for or 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, proceedings, costs, charges and expenses whatsoever in respect thereof
or in relation thereto.

10. Price reduction

i) In case of any delay in completion of the work beyond the CDD, the Owner
shall be entitled to be paid Price Reduction by the Contractor. The price
reductionshall be initially at the rate of 0.5% (half percent) of the total contract
value for every week of the delay subject to a maximum of 5% of the total
contract value. The price reductionshall be recovered by the Owner out of

270 | P a g e
Procurement Manual HPCL, Mumbai

Page 126 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

the amounts payable to the Contractor or from any Bank Guarantees or


Deposits furnished by the Contractor or the Retention Money retained from the
Bills of the Contractor, either under this contract or any other contract.

ii) The Contractor shall be entitled to give an acceptable unconditional Bank


Guarantee in lieu of such a deduction if Contractor desires any decision on
a request for time extension.

iii) Once a final decision is taken on the request of the Contractor or otherwise, the
price reductionshall be applicable only on the basic cost of the contract and on
each full completed week(s) of delay (and for part of the week, a pro-rata
price reduction amount shall be applicable).

iv) This final calculation of price reduction shall be only on the


value of the unexecuted portion/quantity of work as on the CDD.

v) Contractor agrees with the Owner, that the above represents a genuine pre-
estimate of the damages which the Owner will suffer on account of delay in the
performance of the work by Contractor. The Contractor further agrees that the
price reduction amount is over and above any right which owner has to risk
purchase under Clause 12.4 and any right to get the defects in the work rectified
at the cost of the contractor.

11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY


OWNER

The Contractor shall remain responsible and liable to make good all losses or damages
that may occur/appear to the work carried out under this Contract within a period of 12
months from date of issue of the Completion Certificate and/or the date of Owner
taking over the work, whichever is earlier. The Contractor shall issue a Bank Guarantee
to the Owner in the sum of 10% of the work entrusted in the Contract, from any
Scheduled Bank (other than a Co-Operative Bank) acceptable to the Owner and if
however, the Contractor fails to furnish such a Bank Guarantee the Owner shall have
right to retain the Security Deposit and Retention Money to cover the 10% of the
Guarantee amount under this clause and to return/refund the same after the expiry of the
period of 12 months without any interest thereon. (Please refer to clause 4. Deposits)

12. TERMINATION OF CONTRACT

12.1 The owner may terminate the contract at any stage of the construction for reasons to
be recorded in the letter of termination.

12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons
that the contractor

a) has abandoned the work/Contract.

b) has failed to commence the works, or has without any lawful excuse under these
conditions suspended the work for 15 consecutive days.

c) has failed to remove materials from the site or to pull down and replace the work
within 15 days after receiving from the Engineer written notice that the said

271 | P a g e
Procurement Manual HPCL, Mumbai

Page 127 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

materials or work were condemned and/or rejected by the Engineer under specified
conditions.

d) has neglected or failed to observe and perform all or any of the terms acts, matters
or things under this Contract to be observed and performed by the Contractor.

e) has to the detriment of good workmanship or in defiance of the Engineer's instructions


to the contrary sub-let any part of the Contract.

f) has acted in any manner to the detrimental interest, reputation, dignity, name or
prestige of the Owner.

g) has stopped attending to work without any prior notice and prior permission for a
period of 15 days.

h) has become untraceable.

i) has without authority acted in violation of the terms and conditions of this contract
and has committed breach of terms of the contract in best judgement of the owner.

j) has been declared insolvent/bankrupt.

k) in the event of sudden death of the Contractor.

12.3 The owner on termination of such contract shall have the right to appropriate the
Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the
contractor and to appropriate the same towards the amounts due and payable by the
contractor as per the conditions of Contract and return to the contractor excess
money, if any, left over.

12.4 In case of Termination of the contract, Owner shall have the right to carry out the
unexecuted portion of the work either by themselves or through any other
contractor(s) at the risk and cost of the Contractor. In view of paucity of time,
Owner shall have the right to place such unexecuted portion of the work on any
nominated contractor(s). However, the overall liability of the Contractor shall be
restricted to 100 % of the total contract value.

12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far and
submit the final bill for the work as per joint final measurement within 15 days of the
date of joint final measurement. If the contractor fails to depute their representative
for joint measurement, the owner shall take the measurement with their Engineer-in-
Charge/Site-in-Charge or any other outside representatives. Such a
measurement shall not be questioned by the Contractor and no dispute can be
raised by the Contractor for purpose of Arbitration.

12.6 The Owner may enter upon and take possession of the works and all plant, tools,
scaffoldings, sheds, machinery, power operated tools and steel, cement and other
materials of the Contract at the site or around the site and use or employ the same for
completion of the work or employ any other contractor or other person or persons to
complete the works. The Contractor shall not in any way object or interrupt or do
any act, matter or thing to prevent or hinder such actions, other Contractor or
other persons employed for completing and finishing or using the materials and

272 | P a g e
Procurement Manual HPCL, Mumbai

Page 128 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

plant for the works. When the works shall be completed or as soon thereafter the
Engineer shall give a notice in writing to the Contractor to remove surplus
materials and plant, if any, and belonging to the Contractor except as provided
elsewhere in the Contract and should the Contractor fail to do so within a period of 15
days after receipt thereof the Owner may sell the same by public auction and shall
give credit to the contractor for the amount realised. The Owner shall thereafter
ascertain and certify in writing under his hand what (if anything) shall be due or
payable to or by the Owner for the value of the plant and materials so taken
possession and the expense or loss which the Owner shall have been put to in
procuring the works, to be so completed, and the amount if any, owing to the
Contractor and the amount which shall be so certified shall thereupon be paid by the
Owner to the Contractor or by the Contractor to the Owner, as the case may, and the
Certificate of the Owner shall be final and conclusive between the parties.

12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned
above the Contractor shall not have any right to claim compensation on account of
such termination.

13. FORCE MAJEURE

13.1. Any delay in or failure of the performance of either part hereto shall not constitute
default hereunder or give rise to any claims for damage, if any, to the extent such
delays or failure of performance is caused by occurrences such as Acts of God or
an enemy, expropriation or confiscation of facilities by Government authorities,
acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes.
The Contractor shall keep records of the circumstances referred to above and bring
these to the notice of the Engineer-in-Charge/Site-in-Charge in writing
immediately on such occurrences. The amount of time, if any, lost on any of these
counts shall not be counted for the Contract period. Once decision of the Owner
arrived at after consultation with the Contractor, shall be final and binding. Such
a determined period of time be extended by the Owner to enable the Contractor to
complete the job within such extended period of time.

13.2. If Contractor is prevented or delayed from the performing any of its obligations
under this Agreement by Force Majeure, then Contractor shall notify Owner the
circumstances constituting the Force Majeure and the obligations performance of
which is thereby delayed or prevented, within seven days of the occurrence of the
events.

14. ARBITRATION

14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any
time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or in
relation thereto whether during or after completion of the contract or whether before after
determination, foreclosure, termination or breach of the agreement (other than those in
respect of which the decision of any person is, by the contract, expressed to be final and
binding) shall, after written notice by either party to the agreement to the other of them
and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the
Sole Arbitrator to be appointed as hereinafter provided.

14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate
some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to

273 | P a g e
Procurement Manual HPCL, Mumbai

Page 129 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

as owner or HPCL) or a retired officer of any other Government Company in the Oil
Sector of the rank of Ch. Manager & above or any retired officer of the Central
Government not below the rank of a Director, to act as the Sole Arbitrator to
adjudicate the disputes and differences between the parties. The contractor/vendor
shall not be entitled to raise any objection to the appointment of such person as
the Sole Arbitrator on the ground that the said person is/was an officer and/or
shareholder of the owner, another Govt. Company or the Central Government or
that he/she has to deal or had dealt with the matter to which the contract relates or
that in the course of his/her duties, he/she has/had expressed views on all or any
of the matters in dispute or difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another
person as aforesaid, to act as the Sole Arbitrator.

14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed
with the arbitration from the stage at which it was left by his predecessor. It is
expressly agreed between the parties that no person other than the Appointing
Authority or a person nominated by the Appointing Authority as aforesaid, shall act
as an Arbitrator. The failure on the part of the Appointing Authority to make an
appointment on time shall only give rise to a right to a Contractor to get such an
appointment made and not to have any other person appointed as the Sole
Arbitrator.

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.

14.6 The work under the Contract shall, however, continue during the Arbitration proceedings
and no payment due or payable to the concerned party shall be withheld (except to the
extent disputed) on account of initiation, commencement or pendency of such
proceedings.

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the
parties unless the Sole Arbitrator otherwise directs in his award with reasons. The
lumpsum fees of the Arbitrator shall be ` 40,000/- per case for transportation
contracts and ` 60,000/- for engineering contracts and if the sole Arbitrator
completes the arbitration including his award within 5 months of accepting his
appointment, he shall be paid ` 10,000/- additionally as bonus. Reasonable actual
expenses for stenographer, etc. will be reimbursed. Fees shall be paid stage wise
i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on
completion of arguments and balance on receipt of award by the parties

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or
any statutory modification or re-enactment thereof and the rules made thereunder, shall
apply to the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in
India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at

274 | P a g e
Procurement Manual HPCL, Mumbai

Page 130 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

“location given in tender header” (say Mumbai*) for all purposes. The Arbitration shall be
held at “location mentioned for such purpose in Tender header” (say Mumbai*) and
conducted in English language.

14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation
Limited.

(Note:- * = While printing the GTCs, each Procurement Authorities at various location,
may mention the correct place before printing the GTC and not leave Clause 14.10 blank
or as stated above. Bracketed portion is to be removed.

15. GENERAL

15.1. Materials required for the works whether brought by the or supplied by the Owner
shall be stored by the contractor only at places approved by Engineer-in-
Charge/Site-in-Charge. Storage and safe custody of the material shall be the
responsibility of the Contractor.

15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract,


shall be entitled at any time to inspect and examine any materials intended to be
used in or on the works, either on the site or at factory or workshop or at other
place(s) manufactured or at any places where these are laying or from which these
are being obtained and the contractor shall give facilities as may be required for such
inspection and examination.

15.3. In case of any class of work for which there is no such specification supplied by the
owner as is mentioned 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/Site-in-
Charge.

15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the
contractor shall take all precautions necessary for the protection of the work
and at his own expense shall make good any damages arising from any of these
causes.

15.5 The contractor shall cover up and protect from injury from any cause all new work
also for supplying all temporary doors, protection to windows and any other
requisite protection for the whole of the works executed whether by himself or
special tradesmen or sub- contractors and any damage caused must be made
good by the contractors at his own expense.

15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from the
Government. The Owner’s responsibility shall only be limited to the issuance of
required certificates. The quotation will be unconditional and phrases like “subject to
availability of deemed exports benefit” etc. will not find place in it.

16. Integrity Pact : Effective 1st September, 2007, all tenders and contracts shall comply with
the requirements of the Integrity Pact (IP) if the value of such tenders or contracts is ` 1
crore & above. Failure to sign the Integrity Pact shall lead to outright rejection of bid.

275 | P a g e
Procurement Manual HPCL, Mumbai

Page 131 of 694


SECTION IV - ANNEXURES ANNEXURE 7a: GENERAL TERMS &
CONDITIONS OF WORKS CONTRACT
_____________________________________________________________________________

# 17. Grievances of parties participating or intend to participate in the tender shall be


addressed in writing to the officer designate of the Grievance Redressal Cell
where the tenders have to be submitted within the stipulated period. Detailed
mechanism of Grievance Redressal is available on the HPCL website.

276 | P a g e
Procurement Manual HPCL, Mumbai

Page 132 of 694


SECTION IV - ANNEXURES ANNEXURE 8: BANK GUARANTEE FOR
MOBILISATION ADVANCE
_____________________________________________________________________________

ANNEXURE - 8
(SPECIMEN)

8. BANK GUARANTEE FOR MOBILISATION ADVANCE

(On Non-Judicial stamp paper of appropriate value)

Hindustan Petroleum Corporation Ltd.,

(Address as applicable)

1. In consideration of M/s Hindustan Petroleum Corporation Ltd., Government of India


Company registered under the Companies Act, 1956 having its Registered Office at
17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called the "Corporation" which
expression shall include its successors in business and assigns having placed an order
on M/s ___________________________________ a partnership firm/sole proprietor/a
Company registered under the Companies Act 1956, having its office at
________(complete address) ______________ (hereinafter called "the
supplier/contractor" (which expression shall include its successors in business and
assigns) vide Purchase Order No. _________________ dated __________________
for (specify nature of job) ________________ (hereinafter called "the Order" which
expression shall include any amendments / alterations thereto as issued by "the
Corporation") for the supply of goods to/the execution of service for "the Corporation"
and having agreed to pay the suppliers as and by way of advance upto a sum of
Rupees __________________ being _________ % of the value of "the Order" in terms
of "the order" on production of an acceptable Bank Guarantee for an amount of `
_________________.

2. We, __________________ Bank (hereinafter referred to as "the Bank") , do at the request


and on behalf of "The Suppliers / Contractor" hereby agree to pay to "the Corporation"
without any demur on first demand an amount not exceeding ` ________ (in words)
against any loss or damage, costs, to or suffered by "the Corporation" by reason of any
breach on the part of "the Supplier/Contractor" of any of the terms and conditions of the
said "Order".

3. We, ________________ Bank, further agree that "the Corporation" shall be the
sole judge whether the said "Supplier/Contractor" has committed breach of any of the
terms and conditions of "the Order" and the extent of loss, damage, cost, charges and
expenses suffered or incurred or would be suffered or incurred by "the Corporation" on
account thereof and we waive in favour of "the Corporation" all the rights and defense to
which we as guarantors and/or the supplier may be entitled to.

4. We, __________________ Bank, further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to
pay the amount demanded and "the Bank" undertake to pay "the Corporation" the amount
so demanded on first demand without any demur notwithstanding any dispute raised by
"the Supplier/Contractor" or any suit or other legal proceedings including arbitration

319 | P a g e
Procurement Manual HPCL, Mumbai

Page 133 of 694


SECTION IV - ANNEXURES ANNEXURE 8: BANK GUARANTEE FOR
MOBILISATION ADVANCE
_____________________________________________________________________________

pending before any court, tribunal or arbitrator relating thereto, our liability under this
guarantee being absolute and unconditional.

5. We, _____________ Bank, further agree that the guarantee herein contained shall
remain in full force and continue to have full effect so long as the said amount
remains unadjusted.

6. We, _______________ Bank, further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without any consent and without affecting in any
manner our obligations hereunder to vary any of the terms and condition of the said
"Order" or to extended time of performance by "the Supplier/Contractor" from time to
time or to postpone for any time or from time to time any of the powers exercisable by
"the Corporation" against "the Supplier / Contractor" and to forbear to enforce any of the
terms and conditions relating to "the Order" and we shall not be relieved from our liability
by reason of any such variation or extension being granted to "the Corporation" or for
any forbearance, act or omission of "the Supplier/Contractor" or any such matter
of things, whatsoever which under the law relating to sureties would, but for these
provisions, have the effect of relieving us.

7. We, __________________ Bank, hereby lastly undertake not to revoke this guarantee
during its currency except with the previous consent of "the Corporation" in writing.

8. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.

9. This guarantee shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of "the Supplier/Contractor", but shall
in all respects and/for all purposes be binding and operative on "the Bank" until payment
of all moneys payable by "the Supplier/Contractor" in terms thereof.

10. "The Bank" has power to issue this guarantor in favour of "the Corporation" in terms of
the documents and/or the agreement/contract or MOU entered into between "the
Supplier/Contractor" and "the Bank" in this regard.

IN WITNESS whereof, Bank of _________________, has executed this document at


____________________ on _________________ 199 .

____________________________
(FOR _________ BANK)
(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

320 | P a g e
Procurement Manual HPCL, Mumbai

Page 134 of 694


SECTION IV - ANNEXURES ANNEXURE 9: BANK GUARANTEE FOR
ADVANCES
_____________________________________________________________________________

ANNEXURE - 9
(SPECIMEN)

9. BANK GUARANTEE FOR ADVANCES

(on non-judicial stamp paper of appropriate value)

To,
Hindustan Petroleum Corporation Ltd.,

(Address as applicable)

In CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED,


a Government of India Company registered under the Companies Act 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the
Corporation" which expression shall include its successors in business and assigns) having
placed an order on Messrs ___________________ a partnership firm/sole proprietor
business/ a company registered under the Companies Act, 1956 having its office at
_______________________ (hereinafter called "the Supplier" which expression shall
include its successors and assigns) vide Order No. ____________ dated _________
(hereinafter called "the Order" which expression shall include any amendments/alterations
thereto as issued by "the Corporation") for the supply of goods/to the execution of Service for
"the Corporation" and having agreed to pay the supplier as and by way of advance upto a
sum of ` _________ (Rupees ____________________________________ only )
being _____ % of the value of the order in terms of "the Order" on production of an
acceptable Bank Guarantee for an amount of ` ____________ (Rupees
__________________________________ only)

1. We, ____________________ Bank having office at _________________


(hereafter referred to as "the Bank") do at the request and on behalf of "the Supplier's"
hereby agree to pay "the Corporation" without any demur on first demand an amount
not exceeding ` _________ (Rupees ______________________ only) against any
loss or damage, costs, charges and expenses caused to or suffered or would be
caused to or suffered by "the Corporation" by reason of any
breach on the part of "the Supplier" of any of the terms and conditions of the said order.

2. We, _______________ Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has committed breach of any of the terms and conditions of
"the Order" and the extent of loss, damage, cost charges and expenses suffered or
incurred or would be suffered or incurred by "the Corporation" on account thereof and
we waive in favour of "the Corporation" all the rights and defences to which we as
guarantors and/or "the Supplier" may be entitled to.

3. We, ___________________ Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to
pay and amount demanded and "the Bank" undertake to pay "the Corporation" the
amount so demanded on first demand and without any demur notwithstanding any
dispute raised by "the Supplier" or any suit or other legal proceedings including
arbitration pending before any court tribunal or arbitrator relating thereto, our liability under

321 | P a g e
Procurement Manual HPCL, Mumbai

Page 135 of 694


SECTION IV - ANNEXURES ANNEXURE 9: BANK GUARANTEE FOR
ADVANCES
_____________________________________________________________________________

this guarantee being absolute and unconditional. (We __________________ Bank


further agree that the guarantee herein contained shall remain in full force and
continue to have full effect so long as the said amount remains unadjusted,
provided, however, the value of the guarantee shall progressively reduce upon any
adjustments being made by "the Corporation" against the said advance and "the
Corporation" rights shall extend only to the value of the unadjusted amount.

4. We, __________________ Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
"order"/or to extend time of performance by "the Supplier" from time to time or to
postpone for any time or from time to time any of the powers exercisable by "the
Corporation" against "the Supplier" and to forbear to enforce any of the terms and
conditions relating to "the Order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Supplier" or for any
forbearance, act or omission on "the Supplier" or by any such matter or things
whatsoever which under the law relating to sureties would be for this provisions have the
effect of relieving us.

5. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee

6. We, ________________ Bank further undertake not to revoke this guarantee during its
currency except with the previous consent of "the Corporation" in writing.

7. We, ____________________ Bank lastly agree that "the Bank" liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

8. We, _________________ Bank has power to issue this guarantee in favour of "the
Corporation" in terms of the documents and/or the agreement/contract or MOU
entered into between"the supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this ________________
day of ___________________

____________________________

(FOR _________ BANK)


(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

322 | P a g e
Procurement Manual HPCL, Mumbai

Page 136 of 694


SECTION IV - ANNEXURES ANNEXURE 10: BANK GUARANTEE FOR
PERFORMANCE
_____________________________________________________________________________

ANNEXURE - 10
(SPECIMEN)

10. BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF


SUPPLIER / CONTRACTOR

(on non-judicial stamp paper of appropriate value)

To,

Hindustan Petroleum Corporation Ltd.,


(Address as applicable)

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a

Government of India Company registered under the Companies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the
Corporation" which expression shall include its successors and assigns) having awarded to
M/s ___________________________________________________ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its
office at ______________________________ (hereinafter referred to as "the Supplier"
which expression shall wherever the subject or context so permits includes its successors and
assigns) a supply contract in terms inter alia, of "the Corporation's" Order
No.____________ dated __________________ and the General procurement conditions of
"the Corporation" and upon the condition of "supplier's" furnishing security for the
performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under
and/or in connection with the said supply contract upto a sum of `
_______________ (Rupees_____________________) amounting to 10% (ten percent) of the
total contract value.

We, ______________________ (hereinafter called "the Bank" which expression shall include
its successors and assigns) hereby jointly and severally undertake and guarantee to pay to
"the Corporation" in rupees forthwith on demand in writing and without protest or demur of any
and all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of
or in connection with the said supply contract inclusive of all the Corporation's losses and
damage and costs, (inclusive between attorney and client) charges, and expenses and other
moneys anywise payable in respect of the above as specified in any notice of demand
made by "the Corporation" to the Bank with reference to this Guarantee upto and
aggregate limit of ` ___________ (Rupees __________________________ ) and "the

Bank" hereby agrees with "the Corporation" that:

1. This Guarantee/Undertaking shall be a continuing Guarantee /Undertaking and shall remain


valid and irrecoverable for all claims of "the Corporation" and liabilities of "the Supplier"
arising upto and until midnight of _______________

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security


whatsoever that "the Corporation" may now or any time anywise have in relation to "the

323 | P a g e
Procurement Manual HPCL, Mumbai

Page 137 of 694


SECTION IV - ANNEXURES ANNEXURE 10: BANK GUARANTEE FOR
PERFORMANCE
_____________________________________________________________________________

Supplier's obligation/liabilities under and/or connection with the said supply contract,
and "the Corporation" shall have full authority to take recourse to or enforce this security
in preference to the other security(ies) at its sole discretion and no failure on the part of
"the Corporation" to enforcing or requiring enforcement to any other security shall have
the effect of releasing "the Bank" from its full liability hereunder.

3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting
the full liability of "the Bank" hereunder to take any other security in respect of "the
Supplier's" obligation and/or liabilities under or in connection with the said supply contract
and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time
and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices
of the total contract value or to release or to forebear from enforcement of all or any of
the obligations of "the supplier" under the said supply contract and/or the remedies of "the
Corporation" under any other security(ies) now or hereafter held by "the Corporation" and
no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the supplier"
or release of forbearance whatsoever shall have the effect of releasing "the Bank" from
its full
liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against
"the Bank".

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to "the Corporation" in terms hereof.

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be
anywise affected or suspended by reason of any dispute having been raised by "the
suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any
denial of liability by "the supplier" or any other order of communication whatsoever by "the
supplier" stopping or preventing or purporting to stop or prevent any payment by "the
Bank" to "the Corporation" in terms hereof.

6. The amount stated in any notice of demand addressed by "the Corporation" to "the
Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred
by "the Corporation" on account of any losses or damages or costs, charges/and/or
expenses shall be as between "the Bank" and "the Corporation" be conclusive of the
amount so liable to be paid to "the Corporation" or suffered or incurred by "the
Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms
hereof.

7. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` .........

ii. This Bank Guarantee shall be valid upto and including .......; and

iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.

324 | P a g e
Procurement Manual HPCL, Mumbai

Page 138 of 694


SECTION IV - ANNEXURES ANNEXURE 10: BANK GUARANTEE FOR
PERFORMANCE
_____________________________________________________________________________

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms
of the documents and/or the agreement/contract or MOU entered into between "the
supplier" and "the Bank" in this regard.

IN WITNESS Where of __________________ Bank, has executed this document at


________________ on _______________ 199 .

____________________________ Bank
(by its constituted attorney) (signature of
a person authorized to sign on behalf of "the
Bank")

325 | P a g e
Procurement Manual HPCL, Mumbai

Page 139 of 694


SECTION IV - ANNEXURES ANNEXURE 11: COMPOSITE BANK
GUARANTEE FOR MOBILISATION
_____________________________________________________________________________

ANNEXURE - 11
(SPECIMEN)

11. COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE,


SECURITY DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE

(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION


LIMITED, a Government of India Company registered under the Companies Act, 1956,
having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called
"The Corporation" (which expression shall include its successor in business and assigns)
having placed an order on Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its office at
.............. (hereinafter called "the supplier" (which expression shall include executors,
administrators and assigns) vide order No....................... dated.............. (hereinafter called
"the order" which expression shall include any amendments/alterations to "the order"
issued by "the Corporation") for the supply of goodsto/execution of services for "the
Corporation" and "the Corporation" having agreed :
a. not to insist upon immediate payment of Security deposit for the fulfilment and performance
of the said order
b. to pay "the supplier" as and by way of advance upto a sum of Rupees__________ (Rupees
_____________________________ only) being ____% of the value of "the order";
c. that "the supplier" shall furnish a security for the performance of "the supplier's"
obligations and/or discharge of "the supplier's" liability in connection with the said "order";
and "the Corporation" having agreed with "the supplier" to accept a composite Bank
Guarantee for the mobilisation advance, security deposit, retention money and
performance guarantee

We, .................................................... Bank having office at ............................................


(hereinafter referred to as "the Bank" which expression shall includes its successors and
assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the Corporation"
without any demur on first demand an amount not exceeding `...........
(Rupees.............................only) against any loss or damage, costs, charges and expenses
caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for
any breach on the part of "the supplier" of any of the terms and conditions of the said "order".

2. We, ............................. Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has failed to perform or fulfill the said "order"in terms thereof
or committed breach of any terms and conditions of "the order" and the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or incurred
by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all
the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability
to pay and the amount demanded and "the Bank" undertake to pay "the Corporation" the

326 | P a g e
Procurement Manual HPCL, Mumbai

Page 140 of 694


SECTION IV - ANNEXURES ANNEXURE 11: COMPOSITE BANK
GUARANTEE FOR MOBILISATION
_____________________________________________________________________________

amount so demanded first demand and without any demur notwithstanding dispute
raised by "the Supplier" or any suit or other legalproceedings including arbitration pending
before any court, tribunal or arbitrator relating thereto, our liability under this guarantee
being absolute and unconditional.

4. We, .................................. Bank further agreewith "the Corporation" that "the Corporation"
shall have the fullest liberty without our consent and without affecting inany manner our
obligations hereunder to vary any of the termsand conditions of the said "order"/or to
extend time of performance by "the Supplier" from time to time or to postpone for any
time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to
forbear to enforce any of the terms and conditions relating to "the order" and we shall not
be relieved from our liability by reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on the part of "the Corporation" or
any indulgence by "the Corporation" to "the Supplier" or by any such matter or things
whatsoever which under the law relating to sureties would but for this provision have the
effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" that there shall
be only one Composite Bank Guarantee for both the advance and security deposit
performance guarantee/Retention Money @ of ____% valid till the end of the defects
liability period as per the terms of the P.O. No. _______________ dated ______________
and that in proportion with the recovery of advance @ ______% per bill the same
amount/value automatically stands credited to the defects liability account/security deposit
or retention money as the case may be and will continue to be credited/treated till the
entire advance of `_______________________ is fully recovered from the running bills
and from the date of full recovery of the advance of ` __________________ this guarantee
automatically, shall stand valid towards the ____% retention money/defects liability, fully
valid in all
respects unto a further period of 3 (three) months, as per the Purchase Order of
"the Corporation".

6. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed R ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before the
expiry of 30 days from the date of expiry of this guarantee.

7. We, ........................................ Bank furtherundertake not to revoke this guarantee during


its currency except with the previous consent of "the Corporation" in writing.

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the Agreement/Contract or MOU entered into between "the
Supplier" and "the Bank" in this regard.

327 | P a g e
Procurement Manual HPCL, Mumbai

Page 141 of 694


SECTION IV - ANNEXURES ANNEXURE 11: COMPOSITE BANK
GUARANTEE FOR MOBILISATION
_____________________________________________________________________________

IN WITNESS WHEREOF the Bank has executed this document on this .............................
day of ...........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")*

328 | P a g e
Procurement Manual HPCL, Mumbai

Page 142 of 694


SECTION IV - ANNEXURES ANNEXURE 12: BANK GUARANTEE IN
LIEU OF EARNEST MONEY
_____________________________________________________________________________

ANNEXURE- 12
(SPECIMEN)

12. BANK GUARANTEE IN LIEU OF EARNEST MONEY


(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited

(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED


a Government of India Company registered under the Companies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Mumbai-20 (hereinafter called "The
Corporation" which expression shall include its successor in business and assigns)
issued a tender on Messrs. ................................................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its office
at (hereinafter called "the Tenderer" which expression shall include its executors, administrators
and assigns) against Tender no............ dated .................... (hereinafter called "the tender"
which expression shall include any amendments/ alterations to "the tender" issued by "the
Corporation") for the supply of goods to/execution of services for "the Corporation" and "the
Corporation" having agreed not to insist upon immediate payment of Earnest Money for the
fulfilment of the said tender in terms thereof on production of an acceptable Bank Guarantee for
an amount of `....... (Rupees ................................. only).

1. We, ................................... Bank having office at .....................................................


Mumbai
(hereinafter referred to as "the Bank" which expression shall include its successors and assigns)
at the request and on behalf of "the Tenderer" hereby agree to pay to the Corporation without
any demur on first demand an amount not exceeding `........... (Rupees
...................................... only) against any loss or damage, costs, charges and expenses caused
to or suffered by "the Corporation" by reason of non performance and non fulfilment or for any
breach on the part of "the Tenderer" of any of the terms and conditions of the said "tender".

2. We, ........................................ Bank further agree that "the Corporation" shall be sole Judge
whether the said "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof
or committed breach of any of the terms and conditions of "the order" and the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or incurred
by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the
rights and defences to which we as guarantors and/or "the Tenderer" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the Corporation"
as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the
amount demanded and "the Bank" to undertake to pay "the Corporation" the amount so
demanded on first demand and without any demur notwithstanding any dispute raised by
"the Tenderer" or any suit or other legal proceedings including arbitration pending before
any court, tribunal or arbitrator relating thereto, our liability under this guarantee being
absolute and unconditional.

Page 143 of 694 329 | P a g e


Procurement Manual HPCL, Mumbai

SECTION IV - ANNEXURES ANNEXURE 12: BANK GUARANTEE IN


LIEU OF EARNEST MONEY
_____________________________________________________________________________

4. We, ....................................... Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
"tender"/or to extend time of performance by "the Tenderer" from time to time or to postpone
for any time to time any of the powers exercisable by "the Corporation" against "the
Tenderer" and to forbear to enforce any of the terms and conditions relating to "the
tender" and we shall not be relieved from our liability by reason of any such variation or
extension being granted to "the Tenderer" or for any forbearance, act or ommission on the
part of "the Corporation" or any indulgence by "the Corporation" to "the tenderer" or by any
such matter or things whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving us.

5. NOTWITHSTANDING anything hereinbefore contained, our liability under this


Guarantee is restricted to ` ......... (Rupees....................................... only). Our liability under
this guarantee shall remain in force until expiration of six months from the due date of opening
of the said "tender". Unless a demand or claim under this guarantee is made on us in writing
within said period, that is, on or before .................................... all rights of "the Corporation"
under the said guarantee shall be forfeited and we shall be relieved and discharged from all
liabilities thereunder.

6. We, ........................................ Bank further undertake not to revoke this guarantee during
its currency except with the previous consent of "the Corporation" in Writing.

7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this
guarantee shall not be affected by any change in the constitution of "the Tenderer".

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the Agreement/Contract or MOU entered into between "the Tenderer"
and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this .......................... day
of ........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")

330 | P a g e

Page 144 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

ANNEXURE - 13
(SPECIMEN)

13. BANK GUARANTEE FOR SECURITY DEPOSIT

BANK GUARANTEE FOR SECURITY DEPOSIT

(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED,


a Government of India Company registered under theCompanies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The
Corporation" (which expression shall include its successor in business and assigns)
having placed an order on Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its office at
.............. (hereinafter called "the supplier") (which expression shall include executors,
administrators and assigns) vide order No....................... dated.............. (hereinafter called
"the order" which expression shall include any amendments/alterations to "the order"
issued by "the Corporation") for the supply of goods to/execution of services for "the
Corporation" and "the Corporation" having agreed :

a) not to insist upon immediate payment of Security Deposit for the fulfilment and performance
of the said order

b) that "the supplier" shall furnish a security for the performance of "the supplier's"
obligations and/or discharge of "the supplier's" liability in connection with the said "order";
and "the Corporation" having agreed with "the supplier" to accept Bank Guarantee for
the security deposit.
We, .................................................... Bank having office at ............................................
(hereinafter referred to as "the Bank" which expression shall includes its successors and
assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the
Corporation"without any demur on first demand an amount not exceeding `...........
(Rupees.............................only) against any loss ordamage, costs, charges and expenses
caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for
any breach on the part of "the supplier" of any of the terms and conditions of the said "order".

2. We, ............................. Bankfurther agree that “the Corporation" shall be sole judge
whether the said "Supplier" has failed to perform or fulfill the said "order" in terms
thereof or committed breach of any terms and conditions of "the order" and the extent of
loss, damage, cost, charges and expenses suffered or incurred or would be suffered or
incurred by "the Corporation" on account thereof and we waive in the favour of "the
Corporation" all the rights and defences to which we as guarantors and/or "the Supplier"
may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank's” liability
to pay and the amount demanded and "the Bank"undertake to pay "the Corporation" the
amount so demanded on first demand and without any demur notwithstanding any

331 | P a g e
Procurement Manual HPCL, Mumbai

Page 145 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration
pending before any court, tribunal or arbitrator relating thereto, our liability under this
guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with "the Corporation" that "the Corporation"
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said "order"/or to
extend time of performance by "the Supplier" from time to time or to postpone for any
time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to
forbear to enforce any of the terms and conditions relating to "the order" and we shall not
be relieved from our liability by reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on the part of "the Corporation"
or any indulgence by "the Corporation" to "the Supplier" or by any such matter or
things whatsoever which under the law relating to sureties would but for this provision have
the effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" Bank
Guarantee for security deposit is Valid upto a period of 3 (Three) months beyond the
expiry of the defects liability period as per the terms of the Order No. _______________
dated __________.
6. Not withstanding anything contained herein above :

i. Our liability under this guarantee shall not exceed ` ..........


ii. This Bank Guarantee shall be valid upto and including .......; and
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or # before
the expiry of 30 days from the date of expiry of this guarantee.
7. We, ........................................ Bank further undertake not to revoke this guarantee during
its currency except with the previous consent of "the Corporation" in writing.

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of
the documents and/or the Agreement/Contract or MOU entered into between "the
Supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this

............................. day of ...........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")*

332 | P a g e
Procurement Manual HPCL, Mumbai

Page 146 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

333 | P a g e
Procurement Manual HPCL, Mumbai

Page 147 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

Annexure - 13 A

(SPECIMEN)

# BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES


(On Non-Judicial stamp paper of appropriate value) (Clause B.11.1 of Chapter IV)

To: Hindustan Petroleum Corporation Limited


(Address as applicable)

IN CONSIDERATION OF MESS. HINDUSTAN PETROLEUM CORPORATION LIMITED


a Government of India Company registered under the Companies Act, 1956, having its
registered office at 17, Jamshedji Tata Road, Churchgate, Mumbai – 400 020 (hereinafter
called "The Corporation" which expression shall include its successor in business and
assigns) agreeing to grant a provisional extension of time in respect of the contract entered into
with Mess. ................................................ a sole proprietohip business/ partnehip firm/ a
company registered under the Companies Act, 1956 having its office at
........................................................... (hereinafter called "the Contractor", which expression shall
include its executo, administrato and assigns) against Purchase Order No. .......... dated
.................... (hereinafter called "the Contract" which expression shall include any
amendments/ alterations to "the contract" issued by "the Corporation") for
………………………………………. (state the purpose of the Contract), and the Contractor
having requested for extension of time without deduction of any Liquidated Damages from the
bills in terms of the Contract and "the Corporation" having agreed to grant provisional extension
of time pending a decision on the request for extension of time and not to insist upon immediate
deduction/payment of Liquidated Damages upon receipt of this unconditional irrevocable Bank
Guarantee for an amount of ....... ………………..(Rupees .......................................................
only).

We, ................................... Bank having our office at .....................................................


Bombay (hereinafter referred to as "the Bank" which expression shall include its successo and
assigns) at the request and on behalf of "the Contractor" hereby agree to pay to the Corporation
without any demur and on fit demand an amount not exceeding …………….......... (Rupees
...................................... only) against any loss or damage, costs, charges and expenses caused to
or suffered by or likely to be caused to or suffered by "the Corporation" by reason of the delay
in performance of work or the Corporation agreeing to grant such provisional extension of time
without insisting on deduction of Liquidated Damages.

2. We, ........................................ Bank further agree that "the Corporation" shall be sole
Judge whether the said "Contractor" has failed to perform or fulfill the said "Contract"
in terms thereof or committed breach of any of the terms and conditions of "the purchase

order/Contract" or was not entitled to any extension of time and also the extent of loss,
damage, cost, charges and expenses suffered or incurred or would be suffered or
incurred by "the Corporation" on account thereof and we waive in favour of "the
Corporation" all the rights and defences to which we as guaranto and/or "the
Contractor" may be entitled to.

334 | P a g e
Procurement Manual HPCL, Mumbai

Page 148 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability
to pay the amount demanded and "the Bank" undertakes to pay to "the Corporation" the
amount so demanded on fit demand without further proof or conditions and without any
demur, reservation, contest, recoue or protest and without any enquiry of you or the
Contractor, forthwith and in full without any deductions or set-offs or counterclaim
whatsoever, the sum claimed by you in such Demand, notwithstanding any dispute raised
by "the Contractor" or the pendency of any suit or other legal proceedings including
arbitration pending before any court, tribunal or arbitrator relating thereto, our liability
under this guarantee being absolute and unconditional. We further agree that the
Corporation shall not be bound to disclose any reasons while demanding any amount
under the Bank Guarantee.

4. We, ....................................... Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder, to vary any of the terms and conditions of the said
"Contract"/or to extend time of performance by "the Contractor" from time to time or
to postpone for any time or from time to time any of the powe exercisable by "the
Corporation" against "the Contractor" and to forbear to enforce any of the terms and
conditions relating to "the Contract" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Contractor" or for any
forbearance, act or omission on the part of "the Corporation" or any indulgence by
"the Corporation" to "the Contractor" or by any such matter or things whatsoever which
under the law relating to sureties would, but for this provision, have the effect of
relieving us. Any waive or other forbearance given or variations required under the
Contract or any invalidity, unenforceability or illegality of the whole or any part of the
Contract or rights of any party thereto, or amendment or other modification of the
Contract or any other fact, circumstance, provision of statute or law which might, were our
liability to be secondary and not primary, entitle us to be released in whole or in part from
our undertaking, shall not in any way release us from our obligations under this
Guarantee. Our obligations hereunder in respect of the sum or sums demanded by the
Corporation under this Guarantee are primary, independent and absolute and not by way
of surety only. The Corporation may make an unlimited number of Demands under this
Guarantee provided that the aggregate of all sums paid shall not exceed the entire
Guarantee Amount.

5. Notwithstanding anything hereinbefore contained, our liability under this Guarantee


is restricted to . ......... ……. (Rupees....................................... only). Our
liability under this guarantee shall remain in force until expiration of six months from
the expiry of the said "Contract". Unless a demand or claim under this guarantee is made
on us in writing within said period, that is, on or before .................................... all rights
of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved
and discharged from all liabilities thereunder.

6. We, ........................................ Bank further undertake not to revoke this guarantee


during its currency except with the previous consent of "the Corporation" in Writing.

335 | P a g e
Procurement Manual HPCL, Mumbai

Page 149 of 694


SECTION IV - ANNEXURES ANNEXURE 13: BANK GUARANTEE FOR
SECURITY DEPOSIT
_____________________________________________________________________________

7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this
guarantee shall not be affected by any change in the constitution of "the Contractor" or
its insolvency winding up, reorganisation, amalgamation or liquidation (including any
appointment of a receiver, administrator, administrative receiver or supervisor of the
Contractor or any of its assets) nor in case of any dispute or disagreement whatsoever
under the Agreement. We shall indemnify you immediately on demand against any cost,
loss or liability suffered by you as a result of our this obligation being or becoming
unenforceable, invalid or contrary to the laws of India (except in the case of a fraud by
you).

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms
of the documents and/or the Agreement/Contract or MOU entered into between "the
Contractor" and "the Bank" in this regard. This Guarantee shall be governed by and
construed in accordance with the laws of the Republic of India.

9. Any demand, notice or other communication given in connection with or required by this
Guarantee shall be made in writing in English be delivered by hand to, or sent by pre-paid
registered post, or facsimile transmission to:
________________________
________________________
________________________

IN WITNESS WHEREOF the Bank has executed this document on this ..........................
day of ........................

For ........................ Bank (by its constituted


attorney) Signature of a peon authorised to
sign on behalf of the bank")

336 | P a g e
Procurement Manual HPCL, Mumbai

Page 150 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 1 of 134

SPECIAL CONDITIONS OF CONTRACT


(SCC)

FOR
HPCL MR II PROJECT

Page 151 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 2 of 134

1.0 GENERAL 6
2.0 INTERPRETATION OF CONTRACT DOCUMENTS 12
3.0 TIME SCHEDULE 14
4.0 COMPOSITE PERFORMANCE BANK GUARANTEE (CPBG) 14
5.0 PLANS, DRAWINGS AND APPROVALS FURNISHED BY OWNER 16
6.0 PLANS, DESIGNS, DRAWINGS AND SPECIFICATIONS TO BE FURNISHED BY
CONTRACTOR 18
7.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS, ORDERS AND
INSTRUCTIONS 20
8.0 ALTERATION IN THE SCOPE OF WORK OR SUPPLY 22
9.0 CHANGE ORDERS 22
10.0 CANCELLATION OF CONTRACT 24
11.0 SUSPENSION 25
12.0 WORK FRONT 28
13.0 MATERIALS, LABOUR, EQUIPMENT AND FACILITIES 29
14.0 GENERAL PROVISION WITH REGARD TO MATERIALS 33
15.0 SUPPLY OF MATERIALS 37
16.0 MAKE OF MATERIALS 39
17.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION 40
18.0 MATERIALS WITHIN THE CONTRACTOR’S SCOPE OF SUPPLY 41
19.0 LAND, POWER, WATER AND OTHER FACILITIES 41
20.0 SHIPPING AND OTHER DOCUMENTS 43
21.0 PACKING AND FORWARDING 44
23.0 PERFORMANCE 58
24.0 EXECUTION OF THE WORK 70
25.0 SUB-CONTRACTS 72
26.0 SUB-CONTRACTOR FOR CONSTRUCTION WORKS 72
27.0 DELETED 73
28.0 MISCONDUCT 73
29.0 INSPECTION AND TESTING OF MATERIALS 74
30.0 INSPECTION AND TESTING OF WORKS 76
31.0 DELETED 78
32.0 COMPLETION CERTIFICATE 78
33.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS 81
34.0 CONTRACTOR’S GUARANTEES 83

Page 152 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 3 of 134

35.0 MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS 84


36.0 CLAIMS BY THE CONTRACTOR 93
37.0 DISCHARGE OF OWNER’S LIABILITY 95
38.0 FINAL CERTIFICATE AND RELEASES OF SECURITY 96
39.0 CLAIMS OF OWNER 96
40.0 TERMINATION 97
41.0 PERSONAL ACTS AND LIABILITIES 102
42.0 LABOUR LAWS AND REGULATIONS 103
43.0 RISK, ACCIDENT AND DAMAGE 105
44.0 INDEMNITY 106
45.0 EFFECTS OF INSURANCE 107
46.0 CONTRACTOR’S LIABILITY 107
47.0 TRAINING OF APPRENTICES 108
48.0 RECORDS AND INSPECTION 108
49.0 PATENTS AND ROYALTIES 109
50.0 ARTICLES OF VALUE FOUND 110
51.0 MATERIALS OBTAINED FROM DISMANTLING 110
52.0 LIENS AND LIABILITIES 110
53.0 COLLECTION OF INDEBTEDNESS 111
54.0 LIABILITIES OF SUB – CONTRACTOR (S) 111
55.0 CONFIDENTIAL HANDLING OF INFORMATION 111
56.0 WAIVER 112
57.0 CONTRACTOR’S ESTABLISHMENT 112
58.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND ENVIRONMENTAL
PROTECTION. 113
59.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES 113
60.0 STATUTORY APPROVALS 113
61.0 RENTS & ROYALTIES 114
62.0 UTLISATION OF LOCAL RESOURCES 114
63.0 GOVERNMENT REGULATIONS 114
64.0 TERMS OF PAYMENT 115
65.0 INSURANCE 115
67.0 SUB-CONTRACTING 118
68.0 QUALIFICATION AND EXPERIENCE OF THE SUPERVISORY PERSONNEL 118
69.0 CRITICAL EQUIPMENTS 118
70.0 MAJOR TAGGED EQUIPMENTS 119

Page 153 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 4 of 134

71.0 FREE ISSUE MATERIAL 119


72.0 REQUIREMENT OF DOCUMENTATION 119
73.0 UNDERGROUND OBSTRUCTIONS: 119
74.0 CONSEQUENTIAL LOSSES: 119
76.0 ERRANT BIDDER 119
77.0 CORRUPT AND FRAUDULENT PRACTICES 119
78.0 SITE ORGANISATION 120
79.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION: 120
80.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION
OFCONSTRUCTION EQUIPMENT 121
81.0 DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE 122
82.0 COMPLETION DOCUMENTS 123
83.0 COORDINATION WITH OTHER AGENCIES 123
84.0 SETTING OUT OF WORK 123
85.0 COORDINATION WITH CONSULTANT 124
86.0 ELECTRICAL CONTRACTOR’S LICENCE 124
87.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL. 124
88.0 CONSTRUCTION 125
89.0 ERECTION OF EQUIPMENT / BARRICADING 125
90.0 SPECIAL REQUIREMENT 125
91.0 LIABILITY OF GOVERNMENT OF INDIA 126
92.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT 127
93.0 REQUIREMENTS FOR DOCUMENTATION 128
94.0 THIRD PARTY INSPECTION AGENCIES 128
95.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM 129
96.0 QUALITY ASSURANCE SYSTEM 129
97.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR
UNDERTAKINGS 131
98.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY NORMS 131
99.0 ARBITRATION 131
100.0 DELETED Error! Bookmark not defined.

Page 154 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 5 of 134

SL.NO. DESCRIPTION ANNEXURE NUMBER OF SCC


1. TIME FOR COMPLETION ANNEXURE –I

2. LOADING AND GUARANTEES ANNEXURE-II

3. CONSTRUCTION SUB-CONTRACTOR’S ANNEXURE-III


APPROVAL

4. QUALIFICATION AND EXPERIENCE OF KEY ANNEXURE-IV


SUPERVISORY CONSTRUCTION PERSONNEL

5. LIST OF CRITICAL/TAGGED EQUIPMENT ANNEXURE-V


6. DELETED ANNEXURE-VI
7. FREE ISSUE MATERIAL DETAILS ANNEXURE-VII
8. DOCUMENTATION REQUIREMENT ANNEXURE-VIII

9. WORK DURING MONSOON ANNEXURE-IX


10. TERMS OF PAYMENT ANNEXURE-X

11. ENDORSEMENT OF FEED ANNEXURE-XI


12. CALIBRATION REQUIREMENTS OF MONITORING ANNEXURE-XII
AND MEASURING DEVICES

13. QUALITY ASSURANCE SYSTEM ANNEXURE-XIII

14. OISD GUIDELINES-192, OISD GUIDELINE-207 ANNEXURE-XIV


15. CONTRACTOR’s LABOUR REGULATIONS ANNEXURE-XV
16. MODEL RULES FOR LABOUR WELFARE ANNEXURE-XVI

17. LIST OF SAFETY CODES FOR CIVIL WORKS ANNEXURE-XVII


PUBLISHED BY BUREAU OF INDIAN STANDARDS

18. FORM OF CONTRACT ANNEXURE-XVIII

19. PRICE ADJUSTMENT FOR SLIPPAGE IN ANNEXURE-XIX


COMPLETION

20. RECONCILIATION OF MATERIAL ANNEXURE-XX


21. STEEL POLICY ANNEXURE-XXI & XXII
22. MINIMUM EQUIPMENT DEPLOYMENT SCHEDULE ANNEXURE-XXIII
23. MINIMUM MANPOWER DEPLOYMENT SCHEDULE ANNEXURE-XXIV

Page 155 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 6 of 134

1.0 GENERAL
1.1 These Special Conditions of Contract (SCC) shall be read in conjunction with the General
Terms & Conditions of Works Contract (GTC), Notice Inviting Tender / Instruction to Bidder,
Schedule of Prices, specifications of work, drawings and any other document forming part of
this Contract wherever the context so requires.

1.2 Further to the provisions under clause 2.1 to 2.18 of the General Terms and Conditions
of Contract (GTC), the following expressions hereunder and elsewhere in the Contract
documents used and their grammatical variations shall unless repugnant to the subject or
context thereof, have the following meanings hereunder respectively assigned to them,
namely
1.2.1 “Agreed Variations” shall mean the statement of agreed variations annexed to the Detailed
Letter of Acceptance and any document subsequently signed by the OWNER and the
CONTRACTOR as an amendment of contract.
1.2.2 “Approval” and its grammatical variations shall mean approved or confirmed in writing by
OWNER or Engineer-in-Charge.
1.2.3 “Battery Limit” shall mean the demarcated area within which the Unit is to be located.
1.2.4 “Bid/Bidding Documents” shall mean the totality of the documents comprising the Bidding
Document for the Project.
1.2.5 “Bills of Materials” shall mean the Bill of Materials from time to time established by the
CONTRACTOR and approved by the OWNER pursuant to the provisions of the Special
conditions of contract and relevant provisions under clause No. 14.2
1.2.6 “CATALYST” shall mean any catalyst or adsorbent or other like chemical(s) or additive(s)
required to be loaded to operate the UNIT.
1.2.7 “Certificate of Verification and Good Condition” shall mean such certificate referred to in
Clause 17.0 hereof.
1.2.8 “Code-1 or Level-1 Approval” means final approval of drawings/documents incorporating all
comments of the OWNER (including OWNER’s Consultant).
“Code-2 or Level-2 Approval” means tentative approval of the drawings/ documents by the
OWNER (including OWNER’s Consultant) with comments to be incorporated by Contractor,
with the intent that subject to incorporation of and/or rectification in accordance with such
comments, construction/ manufacture can proceed based on commented drawings/
documents pending their re-submission and grant of Code-1 or Level-1 Approval.
“Code-3 or Level-3 Approval” means that on review of the drawings/ documents by the
OWNER (including OWNER’s Consultant) the same have not been found in accordance with
the applicable codes, standards, design basis and contractual stipulations and must therefore
be re-submitted for review and approval after appropriate correction and/or re-preparation.
1.2.9 “Commissioning” means successfully pressing into service of the plant(s), Equipment(s),
Vessel(s), Pipeline(s), Machinery(ies) and systems & subsystems comprised within the UNIT
in accordance with the procedures as approved in the applicable Operating Manual and as
per the requirement of Process Licensor after successful testing, pre-commissioning and trial
run of the UNIT.
1.2.10 “Commissioning Certificate” shall mean the commissioning certificate specified in Clause
31.5 hereof.

Page 156 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 7 of 134

1.2.11 “Commissioning Certificate and Performance Test Certificate” shall mean the
Commissioning and Performance Test Certificate issued separately under Clause 31.5
hereof.
1.2.12 “Completion Certificate” shall mean the Completion Certificate issued by the Engineer-in-
Charge under Clause 32.0 hereof.
1.2.13 “Construction materials” shall mean all materials whatsoever required for permanent
incorporation in the constructed Works, including but not limited to, cement, iron and steel
rods, plates, sheets and structural of any or all kinds, sand, stone, aggregate, bricks, earth
and clay, nuts and bolts, screws and nails and other fasteners of all kinds, wood and boards
of all kinds, electrical and other wires, sanitary pipes and other sanitary fittings, sewage pipes
and other sewage fittings, drainage pipes and associated fixtures and fittings, switches,
lights, fans, contactors, cut-outs, switch boards, bus bars and control panels, bulbs and other
electrical fittings whatsoever, basins, taps, valves, stoppers, flanges, cisterns, toilets, toilet-
seats and other sanitary fittings of any kind whatsoever, water proofing compounds,
chemicals, paints, varnishes, white-washes, distempers, plaster of paris and other finishing
materials whatsoever, barricading materials of all kinds and welding and other electrodes,
lead and other alloys and compounds and consumables whatsoever involved for and/or
incorporated in the permanent Works.
1.2.14 “Contract”: The definition of “Contract” as mentioned against SL. No. 2.6 of General Terms
& Conditions of Works Contract stands modified to the following extent :
The “Contract” shall mean the totality of agreement between OWNER and the
CONTRACTOR as derived from the contract documents.
1.2.15 “CONTRACTOR” the definition of CONTRACTOR as mentioned against SL. No. 2.7 of
General Terms & Conditions of Works Contract stands replaced with definition of
CONTRACTOR mentioned herein
“CONTRACTOR” shall mean the bidder selected by the OWNER for the faithful
performance of the work and supply of materials and shall include the successors, legal heirs
and permitted assigns of the CONTRACTOR, and if the CONTRACTOR is joint venture or
consortium, shall include each member thereof.
1.2.16 “Contract Documents” shall mean the contract documents as defined in Article -1 of the
form of the contract.
1.2.17 “Defect Liability Period” shall mean the defect liability period as specified in the contract.
1.2.18 “Delivery Schedule” shall mean the delivery schedule of the supplies as elsewhere
provided for in the contract documents and Clause 15.0 hereof and associated provisions.
1.2.19 The definition of “Engineer-in-Charge” as mentioned against SL. No. 2.9 of General Terms
& Conditions of Works Contract stands. However, the following is added in the definition of
“Engineer-in-Charge” mentioned herein.
This shall include the PMC or CONSULTANT for the project wherever the Contract so
reasonably admits.
1.2.20 “Equipment” shall include all scaffolding, shuttering, appliances, equipment, machinery,
instruments and other things of whatever nature required for use in or for the execution or
completion of the work or maintenance of the work(s) or temporary works other than
materials falling within the scope of supply.

1.2.21 DELETED.

Page 157 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 8 of 134

1.2.22 “Final Certificate” shall mean the Final Certificate issued by the Engineer-in-Charge under
Clause 38.0 hereof.
1.2.23 “Mechanical completion certificate” shall mean a Mechanical completion Certificate in
respect of Mechanical Completion of the Unit, issued by the Engineer-in-charge under
Clause 31.2 hereof.
1.2.24 Foreign Currency: Deleted
1.2.25 “Letter of Acceptance” shall mean the Letter or Fax of Acceptance of bid issued by the
OWNER to the CONTRACTOR, and shall wherever the Contract so requires include the
“Detailed Letter of Acceptance” subsequently issued by the OWNER to the CONTRACTOR.
1.2.26 DELETED
1.2.27 “Lumpsum Price” shall mean the price indicated in form-SP-0 for execution of entire scope
and requirement as specified in Bidding Document and subsequent amendments, if any.
Break-up of the Lump sum Price shall be provided in the subsequent form for Milestone
payment and billing purpose i.e. price of Design and Detailed Engineering specified in FORM
SP-1 of the Price Schedule and price of the Supply specified in FORM SP-2 and the price
of the Construction/Installation specified in FORM SP-3 of the Price Schedule as the same
is expressed in Indian Rupees.
1.2.28 “Materials” shall mean all materials, plant, machinery, instruments, components,
assemblies, parts, spares and any other items and things whatsoever required for permanent
incorporation in the works to establish the UNIT and/or works complete in all respect, and
will include the replacement of any defective materials and of any materials damaged, lost,
or destroyed during transit, storage, fabrication, erection, installation, testing, pre-
commissioning, commissioning or otherwise up to and until issue of the Completion
Certificate, and shall also include all construction materials.
1.2.29 DELETED.
1.2.30 “Mobilisation” shall mean establishment of sufficient and adequate infrastructure by the
CONTRACTOR at and about the job site(s) comprising of equipment, aids, tools, tackle
including establishment of temporary works, with facilities, utilities, man power and
equipment ready to receive, transport and store materials and to commence and execute
work at site(s), in accordance with the Progress Schedule to the satisfaction of the Engineer-
in-Charge.
1.2.31 “Notified Claim” shall mean a claim of the CONTRACTOR notified in accordance with the
provisions of Clause 6.6.1.0.
1.2.32 “Order” and “Instruction” shall respectively mean any written order or instructions given by
the OWNER or by the Engineer-in-Charge to the CONTRACTOR within the scope of their
respective powers in terms of the contract.
1.2.33 “Outside Battery Limit (OSBL) Facilities” shall mean the Offsite Facilities & Utilities (if any)
which are required to be set up by the CONTRACTOR outside the Battery Limit.
1.2.34 “Performance Test” shall mean the test or series of tests to be carried out by the
CONTRACTOR to prove the contractual guarantees with respect to the UNIT or any part
thereof, whether with reference to its input, throughput, output, quality, quantity or
consumption or otherwise.
1.2.35 “Plans” and “Drawings” shall mean maps, plans, tracings and prints forming part of the bid
documents and any detail or working drawings, amendments and/or modifications thereof
approved in writing by the Engineer-in-Charge or any agency notified by the OWNER to the
CONTRACTOR for the purpose and shall include any other drawings or plans in connection

Page 158 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 9 of 134

with the work or any supply as may from time to time be furnished by or approved in writing
by the Engineer-in-Charge or any other agency nominated by the OWNER in this behalf .
1.2.36 DELETED.
1.2.37 “Price Schedule” or “Schedule of Rates” or “Schedule of Prices” shall mean the Price
Schedule annexed to the Detailed Letter of Acceptance.
1.2.38 “Price of Materials” shall mean the permanent materials and equipment such as
compressors, pumps, motors, columns, vessels, reactors, heat exchangers, piping,
electrical, instrumentation, etc which are finished goods and directly consigned to
OWNER and included under SUPPLY PRICE (SP-2 ); and shall also include the Construction
Materials which are included under the CONSTRUCTION PRICE (SP-3) including the taxes
and duties as per provisions of Bidding Document.
1.2.39 “Price of Services” shall mean the services in relation to providing residual process design,
detailed engineering which shall be included under ENGINEERING PRICE (SP-1); and
services related to construction /installation which shall be included under CONSTRUCTION
PRICE (SP-3)” including the taxes and duties as per provisions of Bidding Document.

1.2.40 “Progress Schedule” shall mean the Progress Schedule for the work as defined in Clauses
23.6.5 hereof and shall, in the event of more than one progress schedule being prepared,
include each of such progress schedules.
1.2.41 “PROJECT MANAGEMENT CONSULTANT” or “PMC” or “CONSULTANT” shall mean
any person(s) nominated by the OWNER as the Project Management Consultant for the
Project. The words “PROJECT MANAGEMENT CONSULTANT”, “PMC”& “CONSULTANT”
are synonymous. Person means any individual, partnership, limited partnership, corporation,
trust, joint stock company, unincorporated association, joint venture or authority.
1.2.42 “Running Account Bill / Invoice” shall mean a fully supportive Bill / invoice for the payment
of “on account” monies to the CONTRACTOR in terms of Clause 35.5 hereof and associated
Clauses thereunder.
1.2.43 “Schedule of Activities” shall mean the Schedule of Activities from time to time submitted
by the CONTRACTOR and approved by the OWNER pursuant to the provisions of these
General Terms & Conditions of Works Contract.
1.2.44 “Scope of Supply” shall mean the totality of materials by expression or implication
envisaged in the Contract including (but not limited to) the supply as identified in the Bid
Document.
1.2.45 “Scope of Contract” shall mean the totality of work and services to be performed by the
CONTRACTOR within the Scope of Work and totality of materials to be supplied by the
CONTRACTOR within the Scope of Supply and shall include (but not be limited to) all
works/services and supplies by expression or implication envisaged in the Bid Documents.
1.2.46 The expressions “Scope of Work” and “Scope of Services” are synonymous and mean
the totality of the work/services by expression or implication envisaged in the Contract,
including (but not limited to) the work as detailed in the Bid Documents, and include all work,
facilities, consumer goods, equipment and labour required for or relative or incidental to or in
connection with the preparation for, commencement, completion, testing, pre-
commissioning, start up, commissioning, performance, replacement and/or rectification of
any work(s)/services and/or in the maintenance or inspection of the work(s) and any and all
temporary works required for or incidental to any work/service.

Page 159 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 10 of 134

1.2.47 “Security Deposit (SD) / Composite Performance Bank Guarantee (CPBG)” shall mean
duly executed, irrevocable, and unconditional on demand Bank Guarantee(s) that is to
be procured and maintained by the contractor in accordance with clause no. 4.0 hereof and
associated Clauses thereunder to secure the due and faithful performance of the contract.
1.2.48 “Specification(s)” shall mean various Specifications as mentioned against SL. No. 2.14 of
General Terms & Conditions of Works Contract ( GTC) stands modified to the following
extent:
Specification(s shall mean the various specification as set out in the specifications and other
documents forming part of the bid documents and as referred to and derived from the
contract and any order(s) or instruction(s) thereunder, and in the absence of any
specifications as aforesaid covering any particular work or supply or part or portion thereof
shall mean the relevant BS, AWS, API, ASTM, BIS, AWWA or NACE, ASME, HEI, IEC,
Indian Boiler Regulation (IBR), IEEE standard or code, as the case may be, approved by the
Engineer-in-Charge and in the absence of any such standard or code covering the relative
work or part or portion thereof, shall mean the relevant international standard or practice
applied as a standard Engineering practice for the work and approved in writing by the
Engineer-in-Charge with or without modification(s). All references to any code, standard,
specification or practice in the specifications shall be deemed to be a reference to the latest
edition of relative code, standard, specification or practice, as the case may be, prevailing as
on date of submission of the last price bid, notwithstanding the mention of any previous year
or date of edition relative thereto in the specifications.
1.2.49 “Start-up" shall mean all activities required to be performed after Pre-commissioning and
prior to trial operation and shall include final Pre-commissioning inspection and check out of
equipment, vessels and systems and supporting sub systems, initial operation of complete
equipment and systems within the plant to obtain necessary pre-trial operation data,
confirmation and correction of calibration, and change of safety interlock/control loop,
shutdown inspection and adjustment and other steps required to be taken prior to and to
enable commissioning/trial operation.
1.2.50 “Supply” or “Supplies” shall mean the totality of the materials by expression or
implication required to be supplied by the CONTRACTOR for permanent incorporation in
the works within the Scope of Supplies.
1.2.51 “Tools” shall mean all tools and things whatsoever to be supplied by the CONTRACTOR to
the OWNER within the scope of supply for or in relation to the operation and maintenance of
the Unit or any part, machinery or component thereof.
1.2.52 “UNIT” shall mean the totality of the Units and Facilities comprised in the Scope of Contract,
which form a distinct operating system.
1.2.53 “Unit Rate” shall mean the unit rate for the particular item of supply as specified in Bill of
Materials and for Services as specified in the Bill of Activity.
1.2.54 “Utilities” shall mean power, electricity, gas and other sources of energy, water, earth and
other things whatsoever required for or incidental to the performance of the services, not
being materials required for permanent incorporation in the works.
1.2.55 The expression “Works” means the product of materials and services.
1.2.56 Unless otherwise specifically stated, the masculine gender shall include the feminine and
neuter genders and vice-versa and the singular shall include the plural and vice-versa.
1.2.57 The definitions shall apply to all the expressions defined above when used in the contract
documents, whether expressed wholly in capitals or partly in capital or with the first letter in
capital or wholly in ordinary letters.

Page 160 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 11 of 134

1.2.58 “Confidential Information” means the Contract and everything contained therein, all
documentation, data, particulars of the Works and technical or commercial information made
by (or on behalf of) Owner/PMC or obtained directly or indirectly from Owner/PMC by the
Contractor or which is generated or obtained by the Contractor or any Subcontractor in
relation to the Works or any information or data that the Contractor receives or has access
to as a result of the Contract, other than information:

(a) which is generally available in the public domain other than by any unauthorised
actions or fault of the Contractor; or

(b) that is in the possession of the Contractor with a right to disclose.

1.2.59 “Good Industry Practice” means the exercise of that degree of skill, diligence, prudence
and foresight in compliance by the Contractor with the undertakings and obligations under
the Contract, which would be expected from a skilled and experienced professional person
engaged in works that are of the type, nature and scope similar to the Works.
1.2.60 “INR” or “Rupees” means the legal currency of the Republic of India.
1.2.61 “Authority” means the Government of India, any state government or any local authority or
any department, instrumentality or agency thereof or any corporation (to the extent acting in
a legislative, judicial or administrative capacity and not as a contracting party with Owner or
the Contractor) or commission under the direct or indirect control of such central, state or
local government or any political sub-division thereof or any court, tribunal or judicial body
within India.
1.2.62 “Contractor's Personnel” means the Contractor's Representative and all personnel whom
the Contractor utilizes on Site, who may include the staff, labour and other employees of the
Contractor and of each Subcontractor, and any other personnel assisting the Contractor in
the execution of the Works.
1.2.63 “Contractor's Representative” means the person nominated by the Contractor to act on its
behalf for the purposes of the Contract and notified as such in writing to Engineer-in-Charge
with copy to Owner.

1.2.64 “GST” shall mean Goods and Services Tax charged on the supply of material(s) and
services. The term “GST” shall be construed to include the Integrated Goods and Services
Tax (hereinafter referred to as “IGST”) or Central Goods and Services Tax (hereinafter
referred to as “CGST”) or State Goods and Services Tax (hereinafter referred to as “SGST”)
or Union Territory Goods and Services Tax (hereinafter referred to as “UTGST”) depending
upon the import / interstate or intrastate supplies, as the case may be.

1.2.65 Abbreviation
i) EPCM means Engineering Procurement Construction Management for this Project. i.e.
ENGINEERS INDIA LIMITED (EIL) having its registered office at 1, Bhikaiji Cama
Place, New Delhi – 110066 is the Project Management Consultant (PMC) for the whole
Project.
ii) ITB means Instructions to Bidder

Page 161 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 12 of 134

iii) EMD means Earnest Money Deposit.


iv) GTC means General Terms & Conditions of Works Contract as included in the bidding
document as “Annexure-7a : General Terms & Conditions of Works Contract” [Pages
245-276 of GTC]. The word GCC, if appears anywhere in the bidding document, shall
mean GTC.
v) SCC means Special Conditions of Contract.
vi) SOP/ SOR means Schedule of Prices/ Schedule of Rates
vii) BQC means Bidder Qualification Criteria.
viii) Bidder/ Tenderer means any person, company, firm or body who are issued the Bidding
Document by OWNER/ EIL for submission of bid.
ix) Bidding Document/ Tender Document means document issued to Bidder based on
which Bid is to be submitted.
x) Bid/ Offer means the documents/proposal submitted by Bidder.

2.0 INTERPRETATION OF CONTRACT DOCUMENTS AND ORDER OF PRECEDENCE


The clause no. 1.5 (titled “Interpretation of contract documents”) & 1.6 (titled “Special
conditions of contract”) of General Terms & Conditions of Works Contract stands replaced
by the following:
2.1 The several documents forming the Contract are to be read together as a whole and are to be
taken as mutually explanatory.
2.2 Notwithstanding the sub-division of the Contract into these separate documents and/or
volumes and/or heads, every part of each separate section/volume/head shall be deemed to
be supplementary of every other part and shall be read with and into the contract so far as it
may be practicable to do so.
2.3 Subject to the provisions of Clause 2.4 hereof, in case of an irreconcilable contradiction in the
commercial terms or conditions to the extent that the two provisions cannot co-exist, the
following shall prevail in order of precedence.
i. Agreement
ii. Detailed Letter of Acceptance
iii. Statement of Agreed Variations
iv. Special Conditions of Contract
v. Schedule of Prices/Price Schedule
vi. Instructions to Bidders
vii. General Terms & Conditions of Works Contract
viii. Other documents

2.4 If in respect of any commercial term or condition, if any provision in the General Terms &
Conditions of Works Contract is repugnant to or at variance with any provision(s) of the Special
Conditions of Contract and/or the Agreed Variations or if any provision of the Special Conditions
of Contract is repugnant to or at variance with any provision(s) of the Agreed Variations, and the
two cannot be reconciled or otherwise co-exist, then unless a different intention appears, the
provision(s) of the Special Conditions of Contract shall be deemed to override the
provision(s) of General Terms & Conditions of Works Contract and the provision(s) of the
Agreed Variations shall be deemed to override the provision(s) of the Special Conditions

Page 162 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 13 of 134

of Contract, but only to the extent that such repugnancies in the General Terms & Conditions of
Works Contract cannot be reconciled with the Special Conditions of Contract and/or Agreed
Variations or to the extent that such repugnancies in the Special Conditions of Contract cannot
be reconciled with the Agreed Variations, as the case may be.
2.5 Without prejudice to the provisions of the General Terms & Conditions of Works Contract,
whenever in the Bidding documents it is mentioned or stated that the CONTRACTOR shall
perform certain work or provide certain facilities, it is understood that the CONTRACTOR shall
do so at his own cost and the Lumpsum Price shall be deemed to have included the cost of such
performance and/or provision, as the case may be.
2.6 The materials, design and workmanship shall satisfy the applicable relevant Indian Standards,
the job specifications contained herein and in any other codes referred to by expression or
implication. Where the job specifications stipulate requirements in addition to those contained in
the standard codes and specifications, these additional requirements shall also be satisfied. In
the absence of any standard/specification/code of practice for detailed specifications covering
any part of the work covered in this tender, the instructions/directions of the Engineer-in-Charge
shall be binding on the CONTRACTOR.
2.7 In case of an irreconcilable contradiction in the technical requirements or technical
specifications between Indian standards/Applicable Codes & Standards, General Terms &
Conditions of Works Contract , Special Conditions of Contract, Specifications, Drawings,
Schedule of Lumpsum Price and or Agreed Variations to the extent that the two provisions cannot
co-exist or be read together to satisfy both or all, the following order of precedence shall prevail:
I. Agreement
II. Detailed Letter of Acceptance
III. Statement of Agreed Variations
IV. Job specifications/ Scope of Work
V. Drawings
VI. Technical/Material Specifications
VII. Quality Assurance Procedures
VIII. Applicable Codes & Standards
IX. Special Conditions of Contract
X. General Terms & Conditions of Works Contract
XI. Schedule of Prices/ Price Schedule
XII. Instructions to Bidders
XIII. Other documents
2.8 Should there be any doubt or ambiguity in the interpretation of the Contract documents or
contradiction therein or should there be any discernable error or omission in any Contract
document, the CONTRACTOR shall, prior to commencing the relative work or supply, as the case
may be, apply in writing to the Engineer-in-Charge for his decision for resolution of the doubt,
ambiguity or contradiction or correction of the error or making good the omission, as the case
may be. Should the CONTRACTOR fail to apply to the Engineer-in-Charge for his decision as
aforesaid prior to commencing the relative work or supply, the CONTRACTOR shall perform the
said work or make the said supply, as the case may be, at his own risk, and the provisions of
Clause 2.11 hereof shall apply to any such work performed or supply made by the
CONTRACTOR.

Page 163 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 14 of 134

2.9 Notwithstanding anything provided in Clause 2.8 hereof above, either the CONTRACTOR or any
representative of the OWNER or CONSULTANT may, at any time prior to or during the execution
of the work or supply of any material or any part thereof (if the CONTRACTOR has failed to make
an application as provided for in Clause 2.8), apply to the Engineer-in-Charge in writing for his
decision in resolution of any doubt, ambiguity or contradiction or for the correction of any error or
for making good the omission as the case may be.
2.10 The decision of the Engineer-in-Charge on any application under Clause 2.8 or Clause 2.9
hereof shall be in writing and shall be final and binding upon the CONTRACTOR and shall form
part of the Contract documents, with the intent that the Contract documents shall be read as
though the said decision is and was at all times incorporated therein.
2.11 In the event of the CONTRACTOR performing or executing any work or making any supply at
variance with the decision of the Engineer-in-Charge as aforesaid, then such work shall, if the
Engineer-in-Charge so consider necessary, be deemed to be a defective work/ supply and the
provision of Clause 30.5 hereof and associated clauses thereunder shall apply thereto.
2.12 Any work or supply shown, indicated or included in any description of the work, plans, drawings,
Specifications and/or Price Schedule or other Contract or Bid documents shall be deemed to form
part of the work and/or supply contracted for, as the case may be, notwithstanding failure to show,
indicate or include such work or supply in any other or others among the documents aforesaid
with the intent that the indication or inclusion of the work or supply within any one of the said
documents shall be deemed to be a sufficient indication or inclusion of the work or supply, as the
case may be, within the work and supply covered by the Contract.
2.13 No verbal agreement, assurance, representation or understanding given by any employee or
officer of the OWNER or so understood by the CONTRACTOR, whether given or understood
before or after the execution of the contract, shall any-wise bind the OWNER or alter the Contract
documents unless specifically given in writing and signed by the OWNER or by the Engineer-in-
Charge on behalf of the OWNER and CONTRACTOR’S authorised representative as an Agreed
Variation and amendment of the relative term(s) in the contract documents.
2.14 Clause headings given in this or any other contract documents are intended only as a general
guide for convenience in reading and segregating the general subject of the various Clauses, but
do not form part of the contract documents, with the intent that the Clause headings shall not
govern the meaning or import of the Clauses thereunder appearing or confine or otherwise affect
the interpretation thereof.

3.0 TIME SCHEDULE


3.1 The Work shall be executed strictly as per time schedule given in Annexure- I.

4.0 COMPOSITE PERFORMANCE BANK GUARANTEE (CPBG)

In partial modification to Clause 4(b) and 7.c. of the General Terms and Conditions of
Works Contract, following provisions are as follows:
4.1 The CONTRACTOR shall within 30 (Thirty ) days from the date of issue of the Acceptance
of Bid furnish a CPBG in an amount equivalent to 10% (ten percent) of the Lumpsum Price
in the manner specified hereof.

4.1.1 The CPBG so submitted by the CONTRACTOR shall be a composite Bank Guarantee,
in a form as included in the bidding document and acceptable to the Owner, valid up to

Page 164 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 15 of 134

the completion of the Contract including the Defects Liability Period plus 3 months
beyond the expiry of defect liability period.

4.2 The successful bidder shall furnish a Composite Performance Bank Guarantee, as stated in
clause 4.2 and its sub-clauses, in the form of Demand Draft / Bank Guarantee(s) issued by
a Bank in India acceptable to the OWNER recognised as Scheduled Bank (other than
cooperative banks) by the Reserve Bank of India. A Bank Guarantee from any Foreign
Bank will be acceptable only if the same is issued by its Indian Branch which is a Scheduled
Bank. The Bank Guarantee shall be as per the prescribed format enclosed in the bidding
document. Each page of the Bank Guarantee must be stamped & signed by the
authorized signatory(ies) of the Bank. Corrections, if any, must also be initialled by the
authorized signatory(ies) of the Bank. The Bank is required to send a copy of the Bank
Guarantee(s) in confirmation directly to Hindustan Petroleum Corporation Ltd. -
Mumbai at the address given in the Instructions to Bidders.

4.2.1 The Bank Guarantee(s) shall be extended by such further period(s) as the OWNER
may require until performance of all the Contractor’s obligations under the Contract.

4.2.2 Without prejudice to any other right or remedy available to the OWNER, the OWNER shall
be entitled to encash the Bank Guarantee(s) or any of them which are not renewed atleast
14(Fourteen) days prior to the date of expiry thereof.

4.2.3 The Bank Guarantee shall be held by the OWNER as security for the due performance of
the CONTRACTOR’S obligations under the contract, PROVIDED that nothing herein stated
shall make it incumbent upon the OWNER to utilise the Bank Guarantee in preference to
any other remedy which the OWNER may have, nor shall be construed as anywise
confining the claims of the OWNER against the CONTRACTOR to the quantum of the Bank
Guarantee
4.2.4 The bank guarantee shall be in favour of “Hindustan Petroleum Corporation Limited”
from any Scheduled bank(s) (other than co-operative banks). All bank guarantees
must be unconditional and should be encashable on presentation to the issuing
bank.” Issuance of Bank Guarantee shall be confirmed by the Bank directly to the
Owner preferably through Structured Financial Messaging System (SFMS), as it
provides an RBI supported Integrated Platform for Bank Guarantee Verification
4.2.5 Upon determination of the contract prior to completion of the work(s) for any cause,
the OWNER shall insofar as the Bank Guarantee/Security Deposit constitutes cash refund,
and insofar as Bank Guarantee/Security Deposit is in any other form, release/ discharge/
return, as the case may be, to the CONTRACTOR the unutilized balance of the Bank
Guarantee, if any, for the time being remaining in the hands of the OWNER, after
settlement of accounts and discharge of all amounts due from the CONTRACTOR to the
OWNER and fulfilment of all obligations of the CONTRACTOR.

4.2.6 The provision of Security Deposit @ 1% of Contract Vale and retention Money as per
GTC provision shall not be applicable. The Contractor has to mandatorily submit
CPBG in the manner as prescribed above.

Page 165 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 16 of 134

4.2.7 It is noted that in case of set off of the CPBG against any claim of the Owner for payment
of a sum of money arising out of this contract or under any other contract made by the
Contractor with the Owner contracting through the HPCL, the GST on such set off will be
borne by the Contractor.

5.0 PLANS, DRAWINGS AND APPROVALS FURNISHED BY OWNER

5.1 All Plans and Drawings and other information forming part of the bid documents have been
provided by the OWNER in good faith with a view to assist the CONTRACTOR, and shall
constitute only a general guidance to enable the CONTRACTOR to visualise the work
and/or supplies contemplated under the contract. The OWNER assumes no responsibility
as to the correctness thereof, and the CONTRACTOR is expected prior to bidding, to have
undertaken a complete and independent survey and to have made its own study of all
factors relevant to the performance of the work or making the supplies. The CONTRACTOR
shall exercise its knowledge and competence in scrutinising and evaluating such
information and shall proceed with use of such information only after satisfying itself of its
sufficiency and correctness for use.

5.2 It shall be the exclusive responsibility of the CONTRACTOR to call upon the Engineer-
in- Charge (in respect of approvals to be furnished by the OWNER) for and to pursue and
obtain from the Engineer-in-Charge any approvals required to be furnished to the
CONTRACTOR under the contract for the proper execution of the work or any particular
item or job therein or making of any front or supply, as the case may be, as and when
required, sufficiently in advance of the stage of delivery of the materials or of the
progress of the work for continuance of which the same shall be required. Any failure
by the CONTRACTOR to do so shall be entirely at the risks and the costs of the
CONTRACTOR and shall not constitute a ground for any extension of time. If the
Engineer-in-Charge shall fail to provide the CONTRACTOR requisite approval(s) or
disapproval(s) as the case may be, the CONTRACTOR shall give written notice to the
Engineer-in-Charge stating specifically the approval(s) which is/are pending, the period
for which it/they are pending, the reason(s) for which they are pending and that the notice
is being given pursuant to the provisions of this Clause 5.2 above. If thereafter, the
said notice, notwithstanding the approval or the disapproval, as the case may be, is
not granted within 10 (ten) working days, the drawings or documents or other proposal(s)
put up for approval, will be deemed to have been approved.

5.3 The CONTRACTOR shall submit to OWNER/ Engineer-in-Charge, within the periods
specified by OWNER/ Engineer-in-Charge, such documents, write-ups, designs, samples,
patterns, models, data and other information as may be required in order to enable
OWNER/ Engineer-in-Charge to furnish the requisite approval(s). The
CONTRACTOR shall be responsible for any discrepancy, error, or omission in any
drawings or other matters or things or documents and other particulars supplied by it
whether or not such drawings, documents and particulars or other matters and/or things
have been approved by the OWNER/ Engineer in-Charge.

5.4 Where the CONTRACTOR claims such deemed approval, pursuant to Clause 5.2,
the CONTRACTOR shall submit to the General Manager – Projects, Mumbai Refinery,
the supporting documents and notice(s) in support of the claim of deemed approval

Page 166 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 17 of 134

and the General Manager – Projects, Mumbai Refinery, shall, if satisfied of the existence
of such deemed approval, certify the approval on the drawing/document and upon such
certification the drawing/document shall be deemed to have been approved in Code-
I. The CONTRACTOR shall not be entitled to claim any extension of time on this account.

5.5 The CONTRACTOR shall not depart from the approved documents, drawings,
samples, patterns, models or manuals except as directed in writing by OWNER/ Engineer-
in-Charge.
a) With a view to expediting OWNER’s approvals of critical drawings, the
CONTRACTOR shall furnish to the Engineer-in-Charge, in writing as precisely as
possible, a list of critical drawings (hereinafter referred to “critical drawings”) within 25
(twenty five) working days of the Letter of Acceptance or at the commencement of
the kick-off meeting, whichever is earlier.

b) At the initiative of the CONTRACTOR, the Engineer-in-Charge and the


CONTRACTOR shall discuss as soon as possible and finalise the schedule for the
presentation for approval of the critical drawings so as to enable appropriate
persons to be assigned for approval of the drawings.

c) The critical drawings requiring the OWNER’s approval shall be transmitted to the
office of the OWNER’s CONSULTANT electronically for which the CONTRACTOR
shall establish an electronic system compatible with that of the OWNER’s
CONSULTANT for document / data transfer. The details of the system available with
the OWNER’s CONSULTANT are provided in the Bidding Documents. Failure by the
CONTRACTOR to install such compatible electronic transfer system shall constitute
a breach of the CONTRACTOR’s obligations to which the provisions of Clause 40.1
of these shall be applicable, without prejudice to any right of action available to the
OWNER’s in this behalf. Until the CONTRACTOR provides such system, the
CONTRACTOR shall solely assume all risks and delay, and shall personally
deliver to OWNER’s CONSULTANT’s office all drawings and documents
requiring approval and to depute to the OWNER’s CONSULTANT’s designated
office, its design engineer for across the table discussions with reference to the
drawings/documents and to personally pick up from the designated offices of the
OWNER’s CONSULTANT the reviewed/commented upon drawings/documents.

d) It is anticipated that the non-critical drawings will be submitted periodically in


accordance with a schedule to be established by the CONTRACTOR in
consultation with the Engineer-in- Charge within 8(eight) weeks of the notification of
award in conjunction with the Progress Schedule.

e) Bottlenecks in critical and non-critical drawings shall be removed by discussion


across the table between the OWNER / Owner’s CONSULTANT with the
CONTRACTOR and the CONTRACTOR’s consultants and/or sub-vendors
concerned. These meetings shall be held at the designated offices of OWNER or
the OWNER’s CONSULTANT once in a week or otherwise as required

Page 167 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 18 of 134

f) The CONTRACTOR shall as soon as possible, after issue of Letter of Acceptance


establish in consultation with the OWNER/CONSULTANT, the schedule for and
modalities of Licensor’s review of CONTRACTOR’s drawings, so far as required.

5.6 The CONTRACTOR shall carefully study the plans/drawings and other Contract
documents and shall bring to the notice of the Engineer-in-Charge for
clarification/correction, any ambiguity, error, discrepancy, contradiction or omission
therein prior to the execution of related work(s) or undertaking the related supply(ies)
as the case may be, under the provisions of Clause 2.8 hereof.

5.7 Notwithstanding anything to the contrary in the contract documents expressed or implied,
and notwithstanding the absence of any ambiguity, error, discrepancy, contradiction or
omission in the plans/drawings as aforesaid, the Engineer-in-Charge shall be entitled
at any time before or during the making of the related supplies or execution of the related
works to amend/modify or alter any plan(s) or drawing(s) furnished to the
CONTRACTOR by the OWNER and the CONTRACTOR shall, subject to the
provisions of Clause 7.4 hereof, thereafter perform and/or continue to perform the
related work(s) or supply(ies) as the case may be, according to the
amended/modified/altered plans/drawings without entitlement to any extra remuneration.
Should the CONTRACTOR thereafter execute any relative work(s) or make any supply at
variance there with, the provisions of Clause 30.5 hereof and associated clauses
thereunder relating to defective work and supply shall apply thereto, provided that if any
such amendment / modification/ alteration shall, in the opinion of the CONTRACTOR,
necessitate an extension of time, the provisions of Clause 23.6.6 hereof and Clauses
related thereto shall apply.

5.8 Copies of all approved plans and designs relating to the work(s) and supplies shall be kept
and maintained at the CONTRACTOR’S office at the site and shall be made available to
the Engineer-in-Charge for inspection or reference at any time during the execution of
work.
All plans and drawings furnished by the OWNER to the CONTRACTOR shall be and
remain the property of the OWNER and shall be returned by the CONTRACTOR to the
OWNER on completion of the work(s) or prior to determination of the contract.

6.0 PLANS, DESIGNS, DRAWINGS AND SPECIFICATIONS TO BE FURNISHED BY


CONTRACTOR

6.1 The CONTRACTOR shall within scope of his work prepare detailed working and other
plans, drawings and designs required for or in connection with the performance of
the work or selection, procurement or making any supply, and these plans/ drawings
shall be got approved from the OWNER before the CONTRACTOR commences the
performance of the relative work or making the relative supply.

6.2 The CONTRACTOR shall within the scope of his work also carry out investigative and
design studies and prepare detailed design for the various materials and works
covered in the contract documents. Such detailed designs along with referred codes,
standards and practices, back-up calculations, computer runs and other details on

Page 168 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 19 of 134

basis of which the designs have been prepared shall be subject to the OWNER’S
approval. Detailed working drawings and material specifications shall be prepared and
established on the basis of the approved design(s) and shall also be subject to the
OWNER’S approval.

6.3 Where the CONTRACTOR shall be required under the contract to prepare or furnish
any plan(s) or specification(s) or other items or things in respect of the work or any
particular work and/or supplies or any particular supply, the CONTRACTOR shall within
30(thirty) days (or such other period as the Engineer-in-Charge may prescribe in this
behalf) of receipt of Letter of Acceptance or not less than 90(ninety) days before the
proposed date of commencement of the relative work or supply, which ever shall be
earlier, submit to the Engineer-in-Charge or other authorities specified by the OWNER
in this behalf for approval the relative plan(s)/drawing(s)/ design(s) / specification(s)/
item(s)/ thing(s) concerned. The Engineer-in-Charge/ specified authority shall be
entitled at any time to suggest any amendment(s) or modification(s) in the plans/
drawings and/or specifications and the CONTRACTOR shall thereupon either convince
the Engineer-in-Charge/specified authority of the unnecessity in whole or part of such
amendment or modifications or shall implement the same and shall cause the
plan(s)/drawing(s)/ design(s)/ specification(s)or item(s) or thing(s) concerned to be
accordingly amended, provided that no such approval of or amendments/ modifications in
the plans/drawings/designs/specifications by or suggested by the Engineer-in-
Charge/specified authority shall anywise absolve the CONTRACTOR of any of his
obligations, responsibilities or liabilities under the contract, inclusive of and relative to the
utility and suitability of the CONTRACTOR’s plans/drawings/designs/specifications or
items or things concerned in or for the relative works or supplies and fulfilment of all
specifications and performance and other guarantees of the consequent
works/supplies, any such approval or suggestion by the Engineer-in-Charge/ authority
as aforesaid being intended only by way of assistance to the CONTRACTOR and prima
facie satisfaction of the OWNER without any attendant liability upon the Engineer-in-
Charge/ specified authority in this behalf and without any estopped against the
OWNER from asserting that notwithstanding such approval, the plan, drawing, design,
specification or other item or thing approved and any resultant work or supply were faulty
and/or not in accordance with the contractual requirements .

6.4 The CONTRACTOR shall furnish six prints each of the drawings for approval of the
Engineer- in-Charge.

6.5 The CONTRACTOR shall not permit any work to be done or any material to be supplied
or fabricated or manufactured at variance with drawings/ designs/ specifications
approved by the Engineer-in-Charge or other specified authority. The approved drawings
may be released to the CONTRACTOR for fabrication/ installation progressively.

6.6 Unless otherwise required at least 3(three) sets of direct reading reproducibles, no lower
in quality than auto positive of extra thin paper able to produce clean legible prints
(the reproducibles to be submitted in roll forms) and 3 (three) sets of prints of all approved
plans/drawings/ designs/ specifications prepared by the CONTRACTOR, together with
similar sets of reproducibles and prints of all revisions/amendments/ modifications
therein shall be lodged with the Engineer-in-Charge/ specified authority for the record of

Page 169 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 20 of 134

the OWNER, such sets of plans/ drawings/designs/ specifications shall be signed by the
CONTRACTOR and shall indicate thereon the number and date of each revision/
amendment and of the communication of the Engineer-in-Charge or any other agency
appointed by the OWNER for the approval thereof, by which the approval was given.
6.7 All the Final drawings shall bear the certification stamp as indicated below, duly signed by
both, the CONTRACTOR and the approving authority specified/ Engineer-in-Charge:

Certified true for Solar Photovoltaic


Plant Package No.
Contract No.
Signed (CONTRACTOR):
Signed (on behalf of HPCL)

6.8 The drawings and documents to be submitted by the CONTRACTOR to OWNER / EILafter
award of the work as per the requirements enlisted in the bidding document elsewhere
shall be for OWNER / EIL’s review, information and record. The CONTRACTOR shall
ensure that drawings and documents submitted to OWNER / EILare accompanied by
relevant calculations, data as required and essential for review of the document / drawings
by OWNER / EIL.

6.9 All documents and drawings including those of CONTRACTORs sub-vendor’s


manufacturer’s etc. shall be submitted to OWNER / EIL after having been fully vetted in
detail, approved and corrected by the CONTRACTOR & shall bear CONTRACTORs seal
/ certifications to this effect. All documents / drawings & submissions made to OWNER /
EIL without compliance to this requirement will not be acceptable and the delay & liability
owing to this shall be to the CONTRACTOR’s account.
6.10 The review of documents and drawings by OWNER / EIL shall not be construed by
CONTRACTOR as limiting any of his responsibility to meet the requirements of specifications,
drawings etc. and liabilities for mistakes and deviations. Upon receiving the comments on the
drawing / documents reviewed by OWNER / EIL, CONTRACTOR shall incorporate the
comments as required and ensure their compliance. The subsequent submission by the
CONTRACTOR of the updated drawings / documents shall be accompanied by a compliance
report etc. The submissions calling for repeated reviews by the OWNER / EILshall be avoided
by the CONTRACTOR.
6.11 Any inaccuracies, errors and non-compliance to contractual requirements will be rectified
by the CONTRACTOR. Delay occurring on this shall be to the account of the
CONTRACTOR.
6.12 The Works shall be free of all Defects in materials and workmanship and shall be adequate,
stable, safe and strictly compliant with the instructions of Engineer-in-Charge, the Drawings
and Designs, the Specifications and Good Industry Practice, such that the Facility when
complete shall be capable of meeting the Guaranteed Performance Levels.

7.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS, ORDERS AND


INSTRUCTIONS

Page 170 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 21 of 134

In partial modification to clause no. 5.j. of the General Terms and Conditions of Contract,
the following provisions shall apply as far as any financial implications are involved in the
event the OWNER/Engineer in Charge require the CONTRACTOR to make any alteration
/ addition/ deletions in the scope of work / supplier covered under this Contract.

7.1 In addition and without prejudice to the provisions of Clause 5.0 and 6.0 and associated
clauses thereunder, if the Engineer-in-Charge is of opinion that any plan, drawings,
design or specification or order or instruction relative thereto within the CONTRACTOR’S
scope of work or supply is anywise erroneous or is otherwise required to be modified,
altered, amended or improved to conform to the Contract requirements, whether or not
the same has or have been priorly approved by or on behalf of the OWNER, the
Engineer-in-Charge may by written notice to the CONTRACTOR at any time prior to or
in the course of the execution of the works or any part thereof modify or amend the
relevant plan, drawing, design, specification, order and/or any instruction or any of them
by addition, omission, substitution or otherwise whatsoever, and the CONTRACTOR shall
thereupon either convince the Engineer-in-Charge of the unnecessity in the whole or
part of the amendment(s) or modification(s) or shall implement the same and shall
cause the plan, drawing, design, specification, order or instruction as the case may
be to be accordingly amended and the CONTRACTOR shall thereafter carry out the work
or supply or the related work or supply, as the case may be, in accordance with such
altered specification, order, instruction, plan, drawing and/or design, as the case may be,
on the same terms and conditions in all respects without entitlement to any additional
remuneration or price

7.2 In addition to and without prejudice to Clause 7.1 hereof, the Engineer-in-Charge shall
have the power by written notice to the CONTRACTOR at any time prior to the or in the
course of the execution of the relative works or supply or any other part thereof, to alter or
amend or modify any other requirement. If and so far as the alteration, amendment and/or
modification requires any consequential amendment in any plan(s), drawing(s), design(s)
or specification(s) within the CONTRACTOR’S scope of work and/or supply, the
CONTRACTOR shall make such alternations, amendment(s) or modification(s) as the
case may be.

7.3 If such alteration, amendment, modification or improvement under Clause 7.1 or 7.2 shall,
in the opinion of the CONTRACTOR, necessitate an extension in the time for completion,
the provisions of Clause 23.6.6 hereof and related clauses with regard to the extension of
time shall apply.

7.4 If any alteration, amendment or modification under Clauses 7.2 shall result in a reduction
or increase or change in the work or supply covered by the Lumpsum Price so as to render
unreasonable the Lumpsum Price, the OWNER and the CONTRACTOR shall negotiate
a suitable increase or reduction, as the case may be, in the Lumpsum Price and
failing agreement on a negotiated appropriate reduction or increase as the case
may be, the Engineer-in-Charge shall, as an interim measure, fix a reduction or increase
as he considers reasonable in the circumstances with relative portion of the
Lumpsum Price and the Lumpsum Price shall be deemed to be accordingly amended
to the extent applicable to the work or supply covered by the alteration, amendment or
modification.

Page 171 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 22 of 134

7.4.1 Pending finalisation in respects of the revision pursuant to the provisions of Clause
7.4 hereof, the CONTRACTOR shall continue and be bound to continue and perform the
works and/or make the supply to completion in all respects according to the contract
(unless the contract or works be determined by the OWNER) and the CONTRACTOR
shall be liable and bound in all respects under the Contract.

7.4.2 The CONTRACTOR shall not be entitled to any compensation in addition to the payment
for the works actually performed by the CONTRACTOR and/or supplies actually made by
the CONTRACTOR calculated on the basis of the Lumpsum Price except as provided in
Clause 7.4 hereof where applicable as a result of any alternation, amendment,
modification or improvement in the specifications, plans, designs or drawings as
aforesaid, in which event the payment shall be calculated for the affected work or supply
on the basis of the Lumpsum Price as reduced or increased as the case may be under
Clause 7.4.

8.0 ALTERATION IN THE SCOPE OF WORK OR SUPPLY

8.1 The OWNER may at any time(s), before or after the commencement of the work or supply,
by notice in writing issued to the CONTRACTOR, alter the scope of work or supply,
by increasing or reducing the quantities relative to any job(s) or supply(ies) or by increasing
or reducing the job(s) required to be done or supplied with respect thereto or by
omitting therefrom any specific job(s) or portion(s) or by substituting any existing jobs or
operations with other jobs and/or operations, or by requiring the CONTRACTOR to perform
any extra works and upon receipt of such notice the CONTRACTOR shall execute the
job(s) and/or make supplies as required within the altered scope of work and/or supply.

8.2 If any alteration in the scope of work and/or supply shall in the opinion of the
CONTRACTOR, necessitate any extension in time for completion, the provisions of Clause
23.6.6 hereof and related Clauses with regard to the extension of time shall apply.

8.3 If such alteration shall, in the opinion of the Engineer-in-Charge, result in a reduction or
increase or change in the work or supply covered by the Lumpsum Price so as to render
unreasonable the Lumpsum Price, the provision of Clauses 7.4 and 7.4.1 shall apply.

8.4 The CONTRACTOR shall not be entitled to any compensation in addition to the payment
for the work actually performed and supply actually made by the CONTRACTOR
calculated on the basis of the Lumpsum Price except as provided in Clause 8.3 hereof
where applicable as a result of any alteration in the scope of work, in which event the
payment shall be calculated for the affected work or supply on the basis of the Lumpsum
Price as reduced or increased, as the case may be, under Clause 8.3.

9.0 CHANGE ORDERS

9.1 The provisions of Clauses 7.3, 7.4 and/or 8.3 hereof and of associated provisions shall
apply only upon the issue of a Change Order as herein specified.

Page 172 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 23 of 134

9.2 A Change Order may be initiated in case (i) of a change by the OWNER in exercise of its
powers under Clause 7.0 and/or 8.0 and associated Clauses thereunder, or (ii) if the
CONTRACTOR requests and the OWNER agrees to delete any part of the Scope of Work
which will not adversely affect the operational capabilities of the project/ UNIT and for which
cost and time benefits shall be passed on to the OWNER.

9.3 Any claim for or initiation of a Change order as given above, may be sent by the
CONTRACTOR to Engineer-in-Charge and the OWNER in writing, specifying the variation
(if any) in the Contract Price and in the Progress Schedule. The Claim for a Change Order
must be submitted by CONTRACTOR to the Engineer-in-Charge within 14 (Fourteen) days
of the issue of the order or instruction on which the CONTRACTOR bases such claim.
Provided always that the provisions with respect to a Change Order shall not be applicable
if:

a. the change of supply and/or scope of service is required by the OWNER / Engineer-
in- Charge before approval of detailed design or engineering to meet the
requirements of the Contract.

b. the change of supply or services or work is necessary at any time in order for the
CONTRACTOR to comply with its responsibilities under the Contract,

c. the additional supply or services or works are required because of any delay
or deficiency attributable to the CONTRACTOR,

d. the additional Work/ services and/or materials are required to make good
the CONTRACTOR’s Warranties and/or Guarantees as set forth in the Contract.

e. the change relates to the repair, rectification or re-performance of any of the


defective Work or materials within the CONTRACTOR’s scope

9.4 If the OWNER/ Engineer-in-Charge and the CONTRACTOR are unable to agree on
the CONTRACTOR’s entitlement to a Change Order, the CONTRACTOR’s request for a
Change Order shall be deemed to be a claim to which the provisions of Clause 36.1
hereof and associated provisions with regard to the CONTRACTOR’s claims shall
mutatis mutandis apply.

9.5 Any Change Order as above comprising an alteration which involves a material change in
the cost of the relative works or supplies, as the case may be, shall be the subject
of an amendment to the contract under Clause 7.4 and/or Clause 8.3 hereof, as the case
may be, by way of an increase or decrease in the relative price of supply and/or services,
as the case may be, in the Lumpsum Price. The Change Order shall also specify the heads
relevant to the change(s) for making on account payments.

9.6 If the OWNER and the CONTRACTOR are unable to agree on the increase or reduction in
the Lumpsum Price as a result of a Change Order, a statement of time worked by all labour
employed and showing the description and quality of all materials and equipment utilised
for the work to which the Change Order relates shall be submitted by the CONTRACTOR

Page 173 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 24 of 134

on a daily basis to the OWNER after obtaining the comments (if any) and signature
of the Engineer-in-Charge thereon. At the end of each month the CONTRACTOR shall
deliver to the OWNER, for approval a price statement of the cost of labour, materials and
equipment used in this behalf. The cost of mechanical equipment shall be worked out on a
capital amortisation of 2000 (two thousand) working days. Notwithstanding any dispute as
to the cost allocation, the Statement shall be signed by the OWNER with a Note of dissent
as a record for time worked and materials and equipment used and the OWNER’s
views thereon.
10.0 CANCELLATION OF CONTRACT

10.1 The OWNER shall be entitled at any time at its discretion to cancel the Contract, if
in the opinion of the OWNER the cessation of the work becomes necessary owing to
any cause whatsoever other than the default of the CONTRACTOR, and a notice in
writing from the OWNER to the CONTRACTOR of such cancellation and the reason(s)
therefor shall be conclusive proof of such cancellation and of the reason(s) thereof.
Upon cancellation of the Contract the Engineer-in-Charge may require the
CONTRACTOR

I. To perform, to complete or to any other intermediary stage of completion to


the satisfaction of the Engineer-in-Charge, any work(s) already commenced
by the CONTRACTOR; and

II. To take steps as are considered necessary by the Engineer-in-Charge for


properly protecting and securing the works performed by the CONTRACTOR, to the
satisfaction of the Engineer-in-Charge.

And the CONTRACTOR shall act accordingly and the same shall be deemed
to be included within the CONTRACTOR’s scope of work.

10.2 Upon receipt of a notice as specified in Clause 10.1 hereof the CONTRACTOR shall,
unless the notice otherwise requires:

I. Immediately discontinue work and/or supply from the date and to the
extent specified in the notice.

II. Not place any further orders or sub-Contracts for materials, services or
facilities other than as may be necessary or required for completing or
performing such portion of the work(s) or supplies which the CONTRACTOR
is required to complete or perform

III. Promptly make every reasonable effort to obtain cancellation or fulfilment, as


the case may be at the option of the Engineer-in-Charge/OWNER of all
orders and sub-contracts to the extent they relate to the performance of the
work(s) or supplies cancelled.

Page 174 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 25 of 134

IV. Assist the Engineer-in-Charge/OWNER, as specifically requested in


writing by the Engineer-in-Charge/OWNER, in the maintenance,
protection and disposition of property/works acquired by the OWNER
pursuant to the Contract

10.3 Upon Cancellation of the Contract, the OWNER shall take over from the CONTRACTOR,
the approved surplus materials supplied by the CONTRACTOR for permanent
incorporation in the work and lying at the job site on the date of receipt of notice of
cancellation by the CONTRACTOR, and the decision of the Engineer-in-Charge as to
the approved materials lying at the site on the date of cancellation and the quantities
thereof shall be final and binding upon the CONTRACTOR

10.4 Upon cancellation of the Contract, the CONTRACTOR agrees to waive any claim
for damages, including loss of anticipated profits on account thereof, and as the sole right
and remedy of the CONTRACTOR against the OWNER resultant upon such cancellation,
the CONTRACTOR agrees to accept from the OWNER the following, namely :

i. The cost of settling and paying claims for cancellation or completion of


pending orders and/or sub contracts as provided for in sub-clause (III) of
clause 10.2 hereof.

ii. The cost of protecting, securing and/or maintaining the works pursuant
to the provisions of sub-clause (ii) of Clause 10.1 hereof and/or sub clause
(IV) of Clause 10.2 hereof.

iii. Payment for the supplies actually made on the basis of the Bill of Materials.

iv. Payment for the work actually performed by the CONTRACTOR,


calculated on the basis of the relative milestone achieved as derived from
the Payment Schedule specified in the Special conditions of Contract.

v. The cost of materials taken over by the OWNER pursuant to the provisions
of Clause10.3 hereof.

vi. An allowance, if any due, as determined by the Engineer-in-Charge


(whose decision shall be final) to cover the cost of CONTRACTOR’s
actual mobilisation and de-mobilisation at job site for the work to the extent
uncovered by payments under items (i) to (iv) above. AND THE
CONTRACTOR shall not be entitled to any compensation in addition
to the payments specifically provided for above, and the CONTRACTOR
hereby specifically waives any and all contrary rights and claims whatsoever.

11.0 SUSPENSION OF WORK AND SUPPLIES

Page 175 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 26 of 134

11.1 The Engineer-in-Charge or the OWNER may at any time(s), at his discretion
should he consider that the circumstances so warrant (the decision of the Engineer-
in-Charge as to the existence of circumstances warranting such suspension shall be
final and binding upon the CONTRACTOR), by notice in writing to the CONTRACTOR,
temporarily suspend the work or supply or any part thereof for such period(s) as the
Engineer-in-Charge/ OWNER shall deem necessary and the CONTRACTOR shall,
upon receipt of the order of suspension, forthwith suspend the work(s) or supply(ies) or
such part thereof as shall have been suspended until he has received a written order
from the Engineer-in-Charge/ OWNER to proceed with the work suspended or any
part thereof.

11.2 During the period of any suspension under Clause 11.1, the CONTRACTOR shall at
his own cost within the scope of the relative work, properly protect and secure the work
and materials so far as is necessary in the opinion of the Engineer-in-Charge

11.3 If the suspension under Clause 11.1 is for reasons of force majeure as defined in
Clause23.6.9 or by reason(s) of the default or failure on the part of the CONTRACTOR
or is for the purpose of ensuring safety of the work(s) or any part thereof or is
necessary for the proper execution of the work(s) or is for reason(s) of weather
affecting the safety or quality of the work(s) or materials (the reasons for the
suspension stated by the Engineer-in-Charge/ OWNER in any notice of suspension
as aforesaid, inclusive as to existence or default or failure on the part of the
CONTRACTOR, if so stated in the notice, shall be final and binding upon the
CONTRACTOR), the CONTRACTOR shall not be entitled to claim compensation for
any loss or damage sustained by the CONTRACTOR by virtue of any suspension
as aforesaid, notwithstanding that consequent upon such suspension, the machinery,
equipment and/or labour of the CONTRACTOR or any part thereof shall be or become
or be rendered idle and notwithstanding that the CONTRACTOR shall be liable to pay
salary, wages or hire charges and expenses thereof or therefore.

11.4
a) If a suspension under Clause 11.1 affecting the work(s) occurs for any reason(s) other
than specified in Clause 11.3, the CONTRACTOR may at any time after
the commencement of the suspension, give written notice to the Engineer-in-Charge
(with a copy to the OWNER), of his intention to claim “Standby Allowance” for the
continuance of the suspension thereafter, and shall upon communication of such notice
cause to be jointly prepared with the Engineer-in-Charge a list of all CONTRACTOR’s
equipment and personnel and permanent Labour on Contractor’s payroll rendered idle
directly by such suspension, and shall thereafter so long as the order of suspension
remains in force, once in every 24 (Twenty four) hours, cause a like statement to be
jointly compiled with the Engineer-in-Charge.

b) In this event, effective 10 days after communication of the said notice by the
CONTRACTOR upto communication of an order of the Engineer-in-Charge or OWNER
removing the relative suspension, the CONTRACTOR shall be entitled to a “Standby
Allowance” as hereunder provided for the CONTRACTOR’s equipment, personnel and
labour, actually and directly rendered idle by the suspension:

Page 176 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 27 of 134

I. Standby Allowance for equipment actually and directly rendered idle by the
suspension shall be calculated for each day of consequent idleness in accordance
with the provisions of Sub-Clause (c) hereof below.

II. Standby allowance for personnel and labour actually and directly rendered idle by the
suspension shall be calculated for each day of consequent idleness in accordance with
the provisions of Sub-Clause (d) hereof below.

III. “Day” shall mean each 24 (twenty-four) hours’ period commencing from midnight and
terminating at midnight.

IV. Standby Allowance shall be subject to the ceiling of Standby Allowance for each day
calculated in accordance with the following formula :

Per day Ceiling = 15 % of (LP ÷ N), Where LP = Lumpsum P rice


N = Number of days from the date of Letter of Acceptance upto the date of
Mechanical Completion of the Unit/ Works indicated in the Time Schedule.

c) For calculating Standby allowance for equipment actually and directly rendered idle
by the suspension, the list of the equipment referred to in Clause 11.4(a) shall be
submitted by the CONTRACTOR on a day-to-day basis to the OWNER after
obtaining the comments (if any) and signature of the Engineer-in-Charge thereon. Per
day stand-by allowance for such equipment shall be calculated on the basis of the per
day idle cost of each equipment rendered idle worked out on an amortization of the cost
of the equipment over 5000 (Five thousand) idle days. The cost of equipment shall be
determined on the basis of the actual cost of the purchase, for which the CONTRACTOR
shall furnish the OWNER satisfactory proof of the cost of purchase, failing which
the cost shall be determined on the basis of the manufacturer’s price list of the
equipment (if this be not available, then of like equipment) prevailing at the time of
purchase as established by the CONTRACTOR to the satisfaction of the Engineer-in-
Charge. If any equipment is more than 5000 (Five thousand) days old, the cost of
equipment shall be deemed to be nil and no stand-by allowance shall be applicable
with respect thereto.
d) For calculating the stand-by allowance for personnel and labour actually and
directly rendered idle by the suspension, the list of personnel and labour referred to in
Clause11.4(a) shall be submitted by the CONTRACTOR to the OWNER on daily basis
after obtaining the comments (if any) and signature of the Engineer-in-Charge thereon.
For determining the stand-by allowance, the CONTRACTOR shall furnish to the
OWNER such proof as may be reasonably required for determining the salary / wages
payable to such personnel and/or labour subject to ceiling of rates issued by regional
labour authority . If the emoluments payable are on monthly basis, the daily rate shall
be worked out by amortizing the monthly emoluments over 30 (Thirty) idle days.

e) If any dispute arises as to whether any particular equipment/personal/labour was or was


not actually and directly rendered idle by virtue of the suspension, or personnel/labour
concerned was or was not on the permanent pay roll of the CONTRACTOR or
is employed in a claimed capacity or not, the decision of the Engineer-in-Charge shall
be final and binding upon the CONTRACTOR

Page 177 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 28 of 134

f) Standby Allowance provided above shall be the sole right and remedy of
the CONTRACTOR for any suspension and the CONTRACTOR shall not be entitled to
any compensation for loss or damage sustained by the CONTRACTOR by virtue
of suspension as aforesaid or for any additional costs, charges or expenses incurred
or liable to be incurred by the CONTRACTOR resultant thereupon.

11.5 Unless the suspension is by reason of default or failure on the part of the
CONTRACTOR (and the reasons for the suspension stated by the Engineer–in-Charge
in any notice of suspension as aforesaid inclusive as to the existence of default or
failure on the part of the CONTRACTOR if so stated in the notice, shall be final
and binding upon the CONTRACTOR), if in the opinion of the CONTRACTOR such
suspension shall necessitate any extension in the time of completion, the provisions of
Clause 23.6.6 hereof and related Clauses in respect of extension of time shall apply.

11.6 In the event that the suspension continues for a period of 12 weeks or more, the
OWNER and the CONTRACTOR shall forthwith review the situation with a view to
take suitable remedies, including termination of contract. If the parties are unable to agree
upon a suitable remedy, either party may terminate the Contract by giving the other
party written notice of such termination, provided that any notice of termination by the
CONTRACTOR shall be operative only if the Engineer-in-Charge/ OWNER does not lift
the suspension within 4 (Four) weeks of receipt of the CONTRACTOR’s notice
in this behalf, and the CONTRACTOR’s notice shall so specify.

11.7 In the event of such termination being upon a suspension consequent to a default or failure
by the CONTRACTOR, the CONTRACTOR shall not be entitled to any
damage, compensation, loss of profit or other compensation whatsoever in addition to
payment for the completed supplies made and completed works done in accordance with
the terms of the Contract in accordance with the provisions of sub-Clauses (iii) and (iv) of
Clause 10.4 hereof

11.8 Except for a suspension by written order of the Engineer-in-Charge under Clause
11.1 hereof, the CONTRACTOR shall not suspend the work for any cause and
any such suspension, if occur shall be likely to be attended by consequences under
Clause 40.1.1 (g) hereof.

11.9 Notwithstanding anything provided in Clause 10.0 and/or Clause 11.0 and related Clauses
thereunder, upon a cancellation of the Contract under the provisions of Clause 10.1 hereof
or termination of the Contract under provisions of Clause 11.6. hereof, the provisions of
Clauses 40.3 to 40.7 hereof consequent upon termination of Contract shall apply.
Should the termination be one to which the provisions of Clause 11.7. hereof apply, then
the provision of Clauses 40.2, 40.8, 40.9, 40.10, 40.11 and 40.12 consequent upon
termination of Contract shall also mutatis mutandis apply.

12.0 WORK FRONT

12.1 The work front/ job site/ Free Issue Material (if applicable) required by the
CONTRACTOR for the performance of the works shall be handed over by the OWNER
to the CONTRACTOR sequentially in the stages meeting the CONTRACTOR’s

Page 178 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 29 of 134

requirements for the works with a view that the CONTRACTOR shall so plan his works
as to perform and achieve completion in a sequential manner without starting all the works
at the same time.

12.2 To this end, within 4 (Four weeks) of the Letter of Acceptance, the CONTRACTOR
shall finalise in consultation with the Engineer-in-Charge, sequential requirements of
the work front/ job site/ Free Issue Material taking into account other works
concurrently being undertaken by the OWNER at and about the same job site and/or on
the performance or completion of which the CONTRACTOR’s performance depends (the
“Front Release Programme”)

12.3 In the event that the OWNER is, for any reason(s) not attributable to the CONTRACTOR,
unable to hand-over to the CONTRACTOR, the relative work front/ job site on the planned
date of release thereof as specified in the Front Release Programme, as a result of
which the CONTRACTOR is prevented from continuing with the work, the
CONTRACTOR shall give written notice thereof to the Engineer-in-Charge and the
OWNER, specifying the particular work front/ job site with reference to which the
default has occurred and specifying that notice is being given under this Clause 12.3,
and if the work front/ job site is not thereafter sufficiently made available to the
CONTRACTOR within 10 (ten) days from the receipt of such notice and the
CONTRACTOR cannot commence or progress with the work, the provisions of Clause
23.6.6 hereof shall mutatis mutandis apply.

13.0 MATERIALS, LABOUR, EQUIPMENT AND FACILITIES

Clause No. 7. e. of GTC stands modified to the following extent:

13.1 CONTRACTOR’S RESPONSIBILITY

13.1.1 Notwithstanding anything to the contrary in the Contract Documents expressed or


implied, the CONTRACTOR shall be and remain at all times exclusively responsible to
supply all material and provide all labour, equipment, machinery and facilities and
utilities and other items and things whatsoever required for or in connection with the
work, including but not limited to those indicated by expression or implication in the job
description, Schedule of Prices, the specifications, plans, drawings and/or other
Contract documents or howsoever otherwise as shall or may from time to time and
at any time be necessary for or in connection with the work, either for incorporation
in or within the permanent works or relative to the execution and the performance of the
work.

13.2 MATERIALS

13.2.1 These General Terms & Conditions of Contract with the Special Conditions of Contract
shall, on issue of the Letter of Acceptance to the CONTRACTOR, constitute a firm
indivisible contract for the sale and supply, to the OWNER, of all materials required for
incorporation in the permanent works as determined by the CONTRACTOR, within the
scope of work, to be necessary to establish, commission and operate (so far as concerns

Page 179 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 30 of 134

mandatory spares) the Plant/ Unit delivered at site for imported materials as well as
indigenous materials at the price specified in the Price Schedule. It is hereby clarified that
the said contract shall include a contract for the sale and supply within the price of
materials (and any recoveries in respect thereof under any policy of insurance) of all
materials required for the replacement of any defective materials and any materials lost,
damaged or destroyed during transit, storage, fabrication, erection or otherwise prior to
the issue of the Completion Certificate.

13.2.2 a) The contract and invoices of bidder should indicate the GST Registration number of
bidder as well as the GST Registration Number of Owner in the state ( of India) where
the works are to be executed. Invoice should contain all particulars as per invoice
Rules and should include the GST registration number (GSTIN) , HSN code
(Harmonised System Nomenclature) or Accounting Code of services apart from all
other details mentioned in GST Act .

b) The Supplier’s invoices to Contractor for imported materials shall include the cost of
all pre-delivery tests and third party inspections charges. However the subsequent
contractor’s invoice shall include the CONTRACTOR’s procurement charges.

c) The Supplier’s invoices to Contractor invoices for indigenously supplied materials shall
include all pre-delivery tests and third part inspection, However the subsequent
contractor’s invoice shall include the CONTRACTOR’s procurement charges.

d) In case of any advance given to the contractor as per contract , GST is liable to
be paid on such an advance payment and at the time of receiving advance,
contractor shall issue Receipt Voucher containing the particulars as per rules of
GST ACT and all tax liability shall be to Contractor’s account. Further, Contractor
would be required to issue refund voucher as prescribed under GST Act in case
no supply is made and no invoice is raised.
13.2.3 The CONTRACTOR shall be responsible at his own cost and initiative within the scope
of services, to take delivery of the materials from the port of delivery in India in respect
of imported materials and from the factory or ware-house or other place(s) of delivery in
respect of indigenous materials and to transport these to the CONTRACTOR’s stockpiles,
godowns or other places of storage arranged by him for this purpose, and to transport the
same from said godowns or place(s) of storage to the work site for incorporation in the
permanent works.

13.2.4 The work of delivery and transportation of materials shall include (but not be limited to)
the following:

I. Payment of custom duty, Education cess (‘EC’), Secondary & Higher


Education cess (‘SHEC’), IGST and GST compensation cess, if applicable,
Clearance of the goods through custom and port clearance including filling
and/or filing of all custom manifests, bills of entry, and custom declarations
and other documents as may be required for the clearance of the goods

Page 180 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 31 of 134

from customs or port authorities, including making necessary payment of


Customs Duties, EC, SHEC IGST and GST compensation cess.

II. Stevedoring, clearing, forwarding and handling services as required


for clearing, forwarding and handling imported and indigenous materials and
consignments including payment at CONTRACTOR’s cost of any
demurrage, wharfage, port charges, siding charges, retention charges,
detention charges or other charges whatsoever and howsoever
designated or levied by any railway, air-port, ship and/or other authorities
for or in connection with the loading, unloading or detention of any
materials or vessels or other means of transport beyond the free period or
unloading, clearance, retention or detention or loading, as the case may
be, provided by the relevant authority(ies) or carrier(s) in this behalf.

III. All works and operations necessary to lift and to remove the material
from port, ware- house, railway or other siding, factory or other places of
delivery, loading, handling, transporting and unloading and safely stacking,
placing or storing the same at godowns, yards or other place(s) of storage
including lashing or other-wise securing or protecting the same in transit
and during and in storage.

IV. Supply, procurement, mobilisation, and deployment of all labour thereof,


equipment & machinery n e c e s s a r y f o r lifting, loading, handling,
removing, transporting, unloading, stacking or securing the materials.

V. All acts, deeds, matters or things required to fulfil all local, municipal and
other statutory authorities with respect to the transportation of any materials
through or into any State, municipal, local or other barriers or limits or for
the import of the materials or any of them within the limits of such barrier,
including payment of local toll (if applicable), terminal and/or other taxes
payable on the passage or entry of the materials through or within any
local limits, for which purpose the OWNER shall give the
CONTRACTOR and/or CONTRACTOR’s designate(s) any and all
authority(ies) as may be reasonably required in this behalf. There will be no
materials under the scope of Contract which will be directly consigned to
Owner, unless otherwise specifically mentioned elsewhere in the tender. The
OWNER will not issue/provide Road Permits/e-Way bill / Entry Permits/
Transit Permits to the CONTRCTOR except in respect of material directly
purchased by the OWNER.E-way bills, if applicable, from the designated date
shall be required to be filed on the Common Portal by the CONTRACTOR
and / or CONTRACTOR’s designate(s). Contractor and / or CONTRACTOR’s
designate(s) to ensure the validity of the e-way bill during the transit of the
goods. Acceptance of E-way bill by OWNER shall be on OWNER’s Account.

Page 181 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 32 of 134

VI. All other acts, deeds, matters and things whatsoever ancillary, auxiliary or
incidental to the above including but not limited to the grading of the site
and/or creation of temporary approaches and ramps etc. as may be required.

VII. Anti-dumping Duty and Safeguard Duty as applicable on imported material


shall be in the Contractor’s scope. The OWNER will not bear any liability
towards payment of Safeguard Duty, Anti-Dumping Duty, Protective Duty and
applicable IGST on same Or Countervailing Duty on subsidized articles or
any other such duties of Customs imposed by the Government under
Customs Tariff Act, 1975 applicable on import of any materials to India for
the subject work.

Page 182 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 33 of 134

14.0 GENERAL PROVISION WITH REGARD TO MATERIALS

14.1 The CONTRACTOR shall, within the scope of work, undertake the following
activities and responsibilities with respect to and in addition and without prejudice
to the activities and responsibilities under Clause 13.2 and associated clauses
thereunder in respect of materials

I. The CONTRACTOR shall in taking delivery, ensure compliance of any condition


for delivery applicable to deliveries from the concerned authority or carrier, and shall
be exclusively responsible to pay and bear any detention, demurrage or penalty
or other charges payable by virtue of any delay or failure by the CONTRACTOR
in lifting the materials or in observing any of the conditions aforesaid, and shall keep
the OWNER/Consultant indemnified from and against all consequences thereof.

II. The CONTRACTOR shall maintain a day-to-day account of all materials indicating
the daily receipt(s), consumption(s) and balance of each material and category
thereof. Such account shall be in the format, if any, prescribed by the Engineer-in-
Charge and shall be supported by all documents necessary to verify the
correctness of the entries in the account. Such account shall be maintained at
the CONTRACTOR’s relative officer(s) and site(s) and shall be open for inspection
and verification (by verification of documents in support of the entry as also by
feasible verification of the stock) at all times by the Engineer-in-Charge and
his representative(s) with authority at all times without obstruction to enter
into or upon any godown or other place(s) or premise(s) where the materials or any
part of them are lying or stored and to inspect the same himself and or through his
representative(s).

III. All materials shall be taken delivery of, held, stored and utilised by the
CONTRACTOR on behalf of the OWNER, and delivery of the material to the
CONTRACTOR shall constitute an entrustment thereof to the CONTRACTOR, with
the intent that any utilisation, application or disposal thereof by the CONTRACTOR
otherwise than for permanent incorporation in the contractual works in terms of the
contract shall constitute a breach of trust by the CONTRACTOR.

IV. All materials, including materials in respect of which licences/release


orders/permits/authorisation have been accorded in the name of the OWNER
shall, without prejudice to the responsibility/liability of the CONTRACTOR in respect
thereof, vest in the OWNER at the time when it/they would have ordinarily vested in
the OWNER on a direct delivery to the OWNER, and the CONTRACTOR shall be
deemed to be acting on behalf of the OWNER and as an agent of the OWNER in
respect of deliveries taken by the CONTRACTOR

V. The Engineer-in-Charge may at his discretion require that all premises in which
any materials are stored, shall be double Locked if so desired, as an additional

Page 183 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 34 of 134

precaution. This shall not anywise absolve the CONTRACTOR of his full liabilities or
responsibilities in respect of such material.

VI. The CONTRACTOR shall at all times be exclusively responsible for any and all losses,
damages, deterioration, misuse, wastage, theft, or other application or misapplication
or disposal of the materials or any of them hereof and shall keep the
OWNER/Consultant indemnified from and against the same and shall forthwith at its
own cost and expenses replace any such material, lost, damaged, deteriorated,
misused, wasted, stolen, applied, mis-applied and/or disposed as aforesaid with
other material of equivalent quality and quantity delivered at the CONTRACTOR’s
risks and costs in all respects.

VII. HPCL will take MCE policy and the bidder is free to take additional coverage depending
on their risk appetite. For the Material in Contractors possession and in his
Warehouse/ Fabrication Yard (taken on lease / hired by contractor in his name),
the CONTRACTOR shall take out, at his own cost, Insurance policy(ies) for the full
replacement value of such materials and keep in force at all times during transit,
handling, storage and upto such time as the Owner’s MCE Policy takes over the
insurance. Such policies shall be in the joint names of the
OWNER and the CONTRACTOR, with exclusive right in the OWNER to receiv
e all monies due in respect of such policy(ies) and with right in
the OWNER (but without obligation to do so) to take out and pay the premia for any
such policy(ies) and deduct the premia and any other costs and expense in this behalf
from the monies for the time being due or in future becoming due to the
CONTRACTOR.

a) Notwithstanding anything herein provided, the CONTRACTOR shall be and


remain solely and exclusively liable to repair, restore or replace, as the case may be,
the materials damaged or destroyed as a result of any act or omission,
notwithstanding the existence or otherwise of any policy(ies) of insurance
aforesaid, with the intent that any policy(ies) of insurance aforesaid taken out by
the CONTRACTOR or by the OWNER, on default by the CONTRACTOR, shall
not anywise absolve the CONTRACTOR from his full liability under Clause 32.4
hereof or otherwise with respect to the materials, but shall constitute merely an
additional security and not a substitution of liability.

b) It shall be the exclusive responsibility of the CONTRACTOR to lodge and pursue


any or all claims in respect of the insurance aforesaid.

c) The CONTRACTOR shall, as a condition to the certification of any Running Account


Bill, satisfy the OWNER/ Engineer-in-Charge of the existence of one or more
policy(ies) of insurance, covering the materials as specified herein. The policy(ies) of
insurance aforesaid shall cover all insurable risks, including but not limited to, any

Page 184 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 35 of 134

loss or damage commencing from the supplier’s ware house in handling, transit,
storage and during erection, theft, pilferage, riot, civil commotion, force majeure
(including earth quake, flood, storm, cyclone, tidal wave, lightening and other adverse
weather conditions), accidents of kinds, fire, war risks and explosion.
VIII. Notwithstanding anything herein provided and notwithstanding the transference of
all risks in respect of the materials to the CONTRACTOR, the Ownership in respect
of the material shall at all times be and remain in the OWNER.

IX. An inventory shall be made by the CONTRACTOR of all surplus construction


materials and empties including but not limited to scrap, wastages and
unserviceable material supplied and/or remaining in the hands of the
CONTRACTOR upon completion of the contract for whatsoever reason, and
the CONTRACTOR shall forthwith, upon being required to do so, place the
OWNER in undisputed possession of and transport the said material to the
OWNER’s stores or otherwise as reasonably directed by the Engineer-in-Charge.

However, surplus civil construction materials comprising sand, bricks, stones and
aggregate etc and the product of dismantling temporary works erected by
the contractor shall vest in and belong to the contractor upon completion of the
works and/or on earlier termination of the contract for any cause, with right in the
contractor, subject to the other terms and conditions of the contract, to remove the
same from the job site subject to satisfactory proof of supply. No other surplus
material will be allowed to be taken out and deemed to be the property of the
OWNER and the same shall be transported properly to the OWNER’s store or as
directed by OWNER. Accordingly, the quoted prices shall be deemed to be inclusive
of the same.

X. If the CONTRACTOR shall default in replacing at the job site, free of any cost
to the OWNER, any material lost, damaged, deteriorated, misused, wasted,
short, stolen, misapplied or disposed of within the provisions hereof above, or shall
fail to return to the OWNER any surplus material or empties within the provision
hereof above, the CONTRACTOR shall be liable to pay to the OWNER the
cost of such materials or empties delivered at OWNER’s stockpile/godown plus
departmental charges calculated at 15% (Fifteen percent) of the said costs
determined by the Engineer-in-Charge, and the decision of the Engineer-in-Charge
as to such cost shall be final and binding upon theCONTRACTOR.
XI. To enable HPCL to avail Input Tax Credit (ITC), the contractor/supplier shall
furnish/submit any and all certificates, documents and declarations as are required by
HPCL to avail of the ITC with respect to GST reimbursed by HPCL on materials sold
to HPCL.

14.2 Bills of Materials

Page 185 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 36 of 134

14.2.1 The CONTRACTOR shall within (7) seven weeks from the date of acceptance of
bid, furnish to the OWNER a detailed Bill of Materials specifying the materials, which
on preliminary determination made by the CONTRACTOR, will be required to
be incorporated in the permanent works in order to establish the Works/ Unit and
to operate the Plant/Unit (to the extent of the mandatory spares), including
construction materials.

14.2.2 Each item entered in the Bill of Materials shall be priced, so far as possible, in
conformity with the details given in this behalf in the priced bid. The Bill of Materials
and said price break–up therein and in the price bid are intended only to form a
basis for the purpose of calculating on account payments and for calculating
payments due to the CONTRACTOR under Clause10.4 hereof upon cancellation
of contract, and for no other purpose.

14.2.3 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the materials listed in the Bill of Materials
for the works for which they are intended, and of the prices indicated in the Bill of
Materials in respect thereof. Such review shall be performed in conjunction with the
design, engineering, specification and other technical reviews to be done by the
OWNER and all provisions applicable thereto with reference to critical drawings
shall be applicable to the review of the Bill of Materials.

14.2.3.1 The priced Bill of Materials as approved by the OWNER shall constitute the Bill of
Materials envisaged i n the contract document s. However, no such approval
shall, in any manner, absolve the CONTRACTOR of his full responsibility under
the contract to sell and supply to the OWNER at and within the price of materials
quoted in the Price Schedule, all materials required for the permanent incorporation
in the works and which are required to establish, commission and operate (to the
extent of mandatory spares) the Plant/ Unit in accordance with the contract and
the specifications, complete in all respects including spares, tools, tackles and
testing equipment, so far as included within the scope of supply, whether or not
any particular material is actually included within or omitted in the Bill of
Materials and whether or not the price thereof is included in the price indicated in
the Bill of Materials and whether or not the price thereof is in conformity with the
price thereof indicated in the Bill of Materials. The review and approval of the Bill of
Materials and the prices therein are intended only for the satisfaction of the OWNER
that the priced Bill of Materials, prima-facie covers the materials required to be
supplied by the CONTRACTOR within the scope of supply.
14.2.3.2 The Bill of Materials shall be subject to amendment in both items and prices in
so far as necessary consequent upon any amendment in any relevant related
technical particulars, and upon any amendment, the amended Bill of Materials
as approved by the OWNER, shall thereafter constitute the Bill of Materials as
envisaged in the contract documents, provided that unless the amendment results
from a Change Order and/or Agreed Variation, no such amendment shall anywise
impose any liability on the OWNER to pay customs and other import duties in
excess of the customs and other import duties. The Contractor shall be liable to
pay Custom Duty and other import duties to Concerned authority.

Page 186 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 37 of 134

15.0 SUPPLY OF MATERIALS

15.1 The CONTRACTOR shall supply the materials required to be supplied within the
Contractor’s scope of supply for incorporation in the permanent works in accordance with
and to meet the requirements in quality, quantity and other particulars of the
descriptions, specifications, plans, drawings, designs and other documents applicable
thereto, and the CONTRACTOR shall be deemed to have undertaken that all materials
selected, procured and supplied by the CONTRACTOR within the scope of supply shall
be of the best quality and workmanship and shall be capable of producing the designed
and desired results and to perform the designed and desired functions to meet the
contractual requirements in all respects for the project.

15.2 The CONTRACTOR shall undertake and complete the supply of materials within the scope
of supply to meet the scheduled progress and requirements of the work within the scope of
work, and on no account later than the delivery dates in this behalf specified in the Delivery
Schedule.

15.3 Within 6 (Six) weeks from the date of issue of the Letter of Acceptance, the
CONTRACTOR shall submit to the OWNER for approval in respect of each work or groups
of work, a detailed Delivery Schedule in Graphical or other suitable form giving dates of
starting and finishing the various supplies relative to the work, providing sufficient margin
to cover for contingencies. The Engineer-in-Charge and the CONTRACTOR shall
thereafter, within 2 (Two) weeks settle the Delivery Schedule which shall form part of
the contract with attendant obligations upon the CONTRACTOR to make the various
deliveries/supplies involved on or before the date(s) mentioned in respect thereof in the
Delivery Schedule and default by the CONTRACTOR to make within the prescribed
date(s) any supply shall be deemed to be a breach by the CONTRACTOR to which
the provisions of clause 40.1 hereof relating to termination of contract shall be
applicable, but without prejudice to any other right or remedy that OWNER may have on
this behalf.

15.4 All materials shall be deemed to have been accepted only when the material is received
at the project site and accepted by the Engineer-in-Charge. Such acceptance shall
however, be subject to the terms and conditions hereof, including the right of rejection
and/or replacement as elsewhere herein specified.

15.5 If the CONTRACTOR fails to submit to the OWNER a Delivery Schedule as envisaged
above or if the Engineer-in-Charge and the CONTRACTOR shall fail to agree upon the
Delivery Schedule as envisaged above, then the Engineer-in-Charge shall in consultation
with the CONTRACTOR so far as reasonably feasible, prepare the Delivery Schedule
as best as he can and the dates of delivery as fixed by the Engineer-in-Charge shall be
final and binding upon the CONTRACTOR except as herein otherwise expressly provided.
The Engineer-in- Charge shall issue the Delivery Schedule so prepared to the
CONTRACTOR, and the provisions of Clause 15.3 hereof shall apply thereto as though
it was an approved Delivery Schedule.

Page 187 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 38 of 134

15.6 Any reference in the contract documents to the “approved Delivery Schedule”
or to the “Delivery Schedule” shall mean the approved Delivery Schedule specified
in Clause 15.3 above or the Delivery Schedule prepared and issued by the Engineer-
in-Charge as specified in Clause 15.5 above, whichever shall be in existence.

15.7 Within 1 (one) Week of the occurrence of any act, event or omission which, in the
opinion of the CONTRACTOR, is likely to lead to delay in the commencement or
completion of delivery of any particular material or of all material and is such as would
entitle the CONTRACTOR for an extension of the time specified in this behalf
in the Delivery Schedule(s), the CONTRACTOR shall inform the Engineer-in-
Charge in writing of the occurrence of the act, event or omission and date of
commencement of such occurrence. Thereafter, if even upon the cessation of such
act or event or the fulfillment of the omission, the CONTRACTOR is of opinion that
an extension of time specified in the Delivery Schedule relative to particular material(s)
or in relation to all materials is necessary, the CONTRACTOR shall within 1 (one)
Week after the cessation or fulfillment as aforesaid make a written request to the
Engineer-in- Charge for extension of the relative time specified in the Delivery
Schedule and the Engineer- in-Charge may at any time, prior to completion of
the work, extend the relative time of completion in the Delivery Schedule for such
period(s) as he considers necessary, if he is of the opinion that such
act/event/omission constitutes a ground for extension of time in terms of the contract
and that such act/event/omission has infact resulted in insurmountable delay to the
CONTRACTOR. The opinion/decision of the Engineer-in-Charge in this behalf and
as to the extension necessary shall, subject to the provisions of Clause 15.8 hereof,
be final and binding upon the CONTRACTOR.

15.8 Notwithstanding the provisions of Clause 15.7 hereof, the OWNER may at any time
after the completion of the work in all respects at the request of the CONTRACTOR
made by way of appeal either against a decision of the Engineer-in-Charge taken
under Clause 15.7 or against the Engineer-in-Charge’s refusal to take a decision
under the said clause, if satisfied of the existence of any ground(s) justifying the
delay/omission, extend the date of delivery of any materials for such period(s) as the
OWNER may consider necessary, and the decision of the OWNER as to the existence
or otherwise of any grounds justifying the extension and as to the periods of
extension, if any necessary, shall be final and binding upon the
CONTRACTOR.

15.9 Subject as elsewhere herein or in the contract documents, otherwise expressly provided,
only the existence of force majeure circumstances as defined in Clause 15.10 hereof,
shall afford the CONTRACTOR a ground for extension of time for delivery of materials,
and specifically without prejudice to the generality of the foregoing :

I. Inclement or unforeseen weather, strike or lock-out, shutdown, third party


breach, delay in payment or commercial hardship shutdown or idleness or
other impediment in progress or completion of the supply or work due to any
reason whatsoever shall not afford the CONTRACTOR a ground for extension
of time or relieve the CONTRACTOR of his/its full obligations under the contract.

Page 188 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 39 of 134

II. No delay whatsoever in the supply of any material by the CONTRACTOR or any
of the CONTRACTOR’s vendors, suppliers or sub-contractors shall anywise
entitle the CONTRACTOR to any extension of time for completion or to any
claim for additional costs, remuneration or damages or compensation
notwithstanding that an increase in the time of performance of the contract is
involved by virtue of the delay or failure and notwithstanding that any labour,
machinery or equipment brought to or upon the job site by the CONTRACTOR
or any sub-contractor is rendered idle by such delay.
15.10 Clause No. 13 of GTC stands modified to the following extent:
“Force Majeure” shall mean an event beyond the control of the CONTRACTOR
and not involving the CONTRACTOR’s fault or negligence and not foreseeable,
such as, but not restricted to wars (declared or undeclared), revolutions, civil wars,
tidal waves, fires, major floods, earthquakes, epidemics, quarantine restrictions and
freight embargoes.

15.11 No assurance, representation, promise or other statement by any personnel, Engineer


or representative of the OWNER regarding the extension of time for the supply by the
CONTRACTOR of any material within the CONTRACTOR’s scope of supply shall be
binding upon the OWNER or shall constitute an extension of time for the supply of any
material(s) within the provision of Clause 15.7 or Clause 15.8 hereof, unless the same
has been communicated by the Engineer-in-Charge to the CONTRACTOR in writing
under Clause 15.7 or by the Executive Director under Clause 15.8 and the writing
specifically states that it constitutes an extension of time within the provisions of Clause
15.7 or 15.8, as the case may be. Without prejudice to the foregoing, it is clarified that
the mere agreement, acceptance or prescription of a Delivery or other Schedule
containing an extended time of commencement or completion in respect of the entire
delivery(ies) or any of them shall not anywise constitute an extension of time in terms of
the contract so as to bind the OWNER or relieve the CONTRACTOR of all or any of his
liabilities under contract, nor shall constitute a promise on behalf of the OWNER or a
waiver by the OWNER of any of its rights in terms of the contract relative to the
performance of the contract within the time specified or otherwise, but shall be deemed
only (at the most) to be a guidance to the CONTRACTOR for better organising his work
on a recognition that the CONTRACTOR has failed to organise his supplies and/or
make the same within the time specified in the Delivery Schedule.

15.12 If the CONTRACTOR fails to supply the materials in accordance with the dates in this
behalf specified in the Delivery Schedule, the CONTRACTOR shall be deemed in breach
of contract and the provisions of Clause 40.0 and associated Clauses thereunder with
regard to the termination of the contract shall apply, but without prejudice to any other
rights, discount or remedy available to the OWNER in respect of such delay or failure.

15.13 All materials brought to Site shall be OWNER’s Property. Only construction machinery,
tools/ tackles brought to Site by the CONTRACTOR and properly recorded with OWNER
shall be allowed to be taken out of Refinery Premises.

16.0 MAKE OF MATERIALS

Page 189 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 40 of 134

16.1 All equipment and materials to be supplied under this Contract shall be from
approved vendors as indicated in the Bidding Document or as otherwise approved
by the Engineer-in-Charge/ OWNER.

16.2 Wherever any item is specified by a brand name, manufacturer or vendor, the
make mentioned shall be for establishing type, function and quality desired. Other makes
will be considered, provided sufficient information is furnished to the OWNER/ Engineer-
in-Charge, to assess the makes proposed by the CONTRACTOR as equivalent and
acceptable.

16.3 Where the makes of materials are not indicated in the Bidding document, the
CONTRACTOR shall furnish details of proposed makes and supplies and supply the
same after obtaining the OWNER’s/Engineer-in-Charge’s approval.

17.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION

17.1 The CONTRACTOR shall, before supply of material covered within the scope of supply,
at his own risks, costs and initiative, undertake or cause to be undertaken all tests,
analysis and inspections as shall be required to be undertaken with regard to the
materials under the specifications and any codes, practices, orders and instructions with
respect thereto and shall cause the results thereof to be recorded, reported or certified,
as the case may be, and shall not offer for delivery or deliver any material(s) which
has/have not passed such tests/analysis or inspection and which are not accompanied
by the tests results, reports and/or certificates in this behalf provided in the applicable
specifications, code(s) and/or practices.
17.2 On arrival of the material at site, the CONTRACTOR shall give written notice thereof
to the Engineer-in-Charge and Inspection Agency notified by the OWNER in this
behalf, to inspect the materials, and shall keep in readiness for inspection, the
materials and the relevant tests results, reports and certificates hereto.

17.3 Notwithstanding any other provisions in the contract documents for analysis or
tests of materials and in addition thereto, the CONTRACTOR shall, if so required by
the Engineer-in- Charge or Inspection Agency in writing at his own risks and costs,
analyse, test, prove and weigh all materials (including materials incorporated in the
works) required to be analysed, tested, proved and/or weighed by the Engineer-in-
Charge or Inspection Agency in this behalf and shall have such analysis or tests
conducted by the agency(ies), or authority(ies) if any specified by the Engineer-in-
Charge or Inspection Agency. The CONTRACTOR shall provide all equipment,
labour, materials and other things whatsoever required for testing, preparation of the
samples, measurement of work and/or proof of weighment of the materials as directed
by the Engineer-in-Charge or Inspection Agency.

17.4 If on Inspection or proof, analysis or tests as aforesaid the Engineer-in-Charge or


Inspection Agency nominated by the OWNER in this behalf is prima facie satisfied
that the material received is in conformity with the material requirements of the Bill of
Materials and description given in the shipping documents and in the Contractor’s

Page 190 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 41 of 134

invoices in this behalf and that the test reports/results/certificates given in respect
thereof are prima facie in conformity with the relevant result/reports/certificates
required in respect thereof in terms of the specifications and/or relevant codes and
practices, and that the material appears to be prima facie in good order and condition,
the Engineer-in-Charge shall issue to CONTRACTOR, a Certificate of Verification and
Good Condition in respect of such material, and this shall constitute the Certificate of
Verification and Good Condition elsewhere envisaged in the contract
documents.

17.5 Such certificate is only intended to satisfy the OWNER that prima facie the material
supplied by the CONTRACTOR is in order and shall not anywise absolve the
CONTRACTOR of his/its full responsibility under the contract in relation thereto,
including in relation to specification fulfillment and/or performance or other
guarantees.

17.6 Notwithstanding that any area(s) or source(s) has/have been suggested by the
OWNER to the CONTRACTOR from which any material for incorporation in the
works can be obtained, the CONTRACTOR shall independently satisfy himself of the
suitability, accessibility and sufficiency of the source(s) of supply suggested by the
OWNER and suitability of the material available from such source(s) with the intent
that any suggestion as aforesaid shall not anywise relieve the CONTRACTOR of
his full liability in respect of the suitability and quality of the material(s) obtained from
said source(s) and the Contractor shall obtain material(s) therefrom and
incorporate the same within the permanent works entirely at his own risks and costs
in all respects, with the intent that any such suggestion by the Owner shall only be
by way of assistance to the Contractor and shall not entail any legal responsibility
or liability upon the OWNER.

18.0 MATERIALS WITHIN THE CONTRACTOR’S SCOPE OF SUPPLY


Clause No. 7. f. of GTC stands modified to following extent

18.1 The OWNER does not warrant or undertake the provision of any materials
and the CONTRACTOR shall not imply, by conduct, expression or assurance or by
any other means, any promise or obligation on the part of the OWNER in this respect
understood by the CONTRACTOR.

19.0 LAND, POWER, WATER AND OTHER FACILITIES

General Conditions of Contract is modified to the following extent:


19.1 CONSTRUCTION WATER
The Contractor shall make his own arrangements of construction as well as drinking water
& testing water at his own cost. Water used for the construction/ testing activities shall
meet the necessary requirements as laid down in specifications. Required mandatory tests
shall be carried out as per specifications.
19.2 CONSTRUCTION POWER

Page 191 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 42 of 134

HPCL shall provide 3 phase 415 V power at single point in MR-II plot for carrying
construction activities inside the calico plot. The contactor shall arrange necessary
electrical infrastructure such as cable, distribution board, electrical safety
instruments/features etc. and carryout temporary distribution to the site of work from the
point of supply from HPCL.
19.3 OTHER UTILITIES
OWNER shall provide space for Contractor field office, fabrication yard and storage yard
etc. only at site as per availability of land. No land shall be provided for accommodation
purposes to the Contractor.
The CONTRACTOR shall remove all temporary buildings/ facilities etc. immediately after
completion of works in all respect.
19.4 LAND FOR CONTRACTOR’S FIELD, GODOWN AND WORKSHOP
The Owner shall provide the Contractor only porta cabin space within project premises,
free of any liability to pay license fee to establish a temporary site office. Additional land,
if any, shall be arranged by the Contractor on his own outside the project premises within
the quoted prices. The Owner shall not permit any land at site to be used for residential
purposes nor shall otherwise provide or arrange any land for temporary accommodation
of the Contractor’s personnel or labour. The contractor shall at its own cost and initiative
arrange land for residential accommodation for its staff and workers and the price of
services shall be deemed to include the same.
Please note that the CONTRACTOR shall only use porta cabins for offices.

19.5 LAND FOR FABRICATION YARD & WAREHOUSE FOR MATERIALS

19.5.1 No Land shall be provided by Owner for Contractor’s Field office, fabrication yard and
storage yard etc. at site. The Contractor shall at his own cost and initiative arrange land
and the cost of same shall be deemed to be inclusive in the total LUMPSUM Price.

19.6 ACCESS TO SITE

19.6.1 The CONTRACTOR shall at his own cost and initiative arrange for and provide any
access to the work area and stringing or other yards for labour, equipment and
material as may be necessary for any cause in addition to the ingress and
egress available through public highways. Any arrangements in respect
thereof as may be entered into by the CONTRACTOR with any person
interested in the land through which access is sought, shall be in writing and a copy
of the writing (certified by or on behalf of the CONTRACTOR to be true copy
thereof) shall forthwith be lodged with the OWNER. Such a writing shall specifically
stipulate that the OWNER shall not be responsible for any claims under the
Contract or for any damage, loss or injury to the land or any material, item or thing
thereon or in, and the CONTRACTOR shall keep the OWNER/Consultant indemnified
from and against any claim, action or proceedings in respect thereof.

19.6.2 The CONTRACTOR shall at his own cost and initiative arrange for and obtain all
necessary permissions, permits, E-way bills, if applicable, consents, and licenses as
may be necessary to transport the materials, tools, equipment, machinery and labour

Page 192 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 43 of 134

along or across any highway, roadway, or other way, or railway, tramway, bridge, dyke,
dam or embankment, or lake, pond, canal, river, state terminal, or other line, border
or barrier.
20.0 SHIPPING AND OTHER DOCUMENTS

20.1 Without prejudice to any other obligations of the CONTRACTOR under the
Contract, and in addition to any other documents required to be furnished by the
CONTRACTOR under the Contract, the CONTRACTOR shall, in respect of all items
and materials imported into India, after making necessary payments to Customs
and clearing the consignments, obtain and furnish to the OWNER, along with his
monthly invoices, the following documents (hereinafter for the sake of brevity
collectively referred to as the “the said documents”) according to the provisions of
the following clauses, namely :

I. Invoice and any other document as required under Applicable Laws


(including but not limited to GST Laws)
II. Clean Bill of Lading/Air way bill ;
III. Packing lists/Mill Tally Sheets;
IV. Certificate of origin;( If applicable) and other relevant documents relating to the
identification of the materials
V. Consular’s Invoice, if necessary ;
VI. Export License/documents, if applicable; and
VII. Phytosanitary Certificate (in original ) for packing material as per International
norms
VIII. Third party inspection release note
IX. Any other document(s) or literature submitted by him during Custom
clearance;

20.2 The Bill of Lading shall be drawn to show the Bill to and Ship to Contractor.
Supplier’s invoice should indicate the material is intended for HPCL-MR II
Project. The bill of lading shall clearly indicate the description of the items/materials
giving the dimensions, quantities, weights, and all other details required for Customs
clearance of the consignment, and/or as may be specified by the OWNER from time
to time in this behalf
20.3 The Bill of Lading shall show the gross freight amount, and shall either
indicate or be accompanied by the carrier’s statement of charges and shall
carry all other particulars necessary to bind the carrier.

20.4 The CONTRACTOR shall not less than 7(seven) clear days before the contemplated
date of shipment, inform the Engineer-in-Charge of the contemplated date of relative
shipment of the item(s) or material(s) and of the contemplated date of arrival thereof
in India. On the order of placement of imported materials, the Contractor shall
provide the copy of such purchase order to Owner through email immediately and
hard copy shall be couriered within 7 Days of placement of order for establishing
linkage for HPCL’s MCE insurance coverage.

Page 193 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 44 of 134

20.5 In addition, within 7 (Seven) working days of the date of shipment, the
CONTRACTOR shall dispatch, by Air Courier, according to the instructions of the
Engineer-in-Charge in this behalf 10 (Ten) sets/copies of the said documents.

20.6 The CONTRACTOR shall also, within 48 (Forty-Eight) hours of shipment, send
intimation of shipment by fax or scanned copy by email to the addresses of the
OWNER and/or Engineer- in-Charge specified in this behalf.
20.7 Tax invoice/debit Note/revised tax invoice shall contain all such particulars as
prescribed in GST law and shall state the quantity and detailed description of each
item supplied reflecting the value of each item/material etc.

20.8 The description of each item/material indicated in the Invoice and the Bill of Lading
shall conform to the description of the item/material as given in the relative Import
License(s)/Permit(s) issued to the OWNER in this behalf.

20.9 The Invoice and Bill of Lading shall also indicate on the face of it, the Number, date
and validity of the Import License (if the Import License has been revalidated, Number
and date of re-validation) against which the Import is being made.

21.0 PACKING AND FORWARDING

21.1 IMPORTED SUPPLIES

DELETED

21.2 INDIGENOUS SUPPLIES

21.2.1 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, during storage at CONTRACTOR’S OWN
WAREHOUSE and at the site, as the case may be till the time of erection.
Without prejudice to any other liabilities or obligations of the CONTRACTOR,
the CONTRACTOR shall be responsible for all damage(s) due to improper packing.

21.2.2 The CONTRACTOR shall notify OWNER/ Engineer-in-Charge of the date of each
shipment from the works and expected date of arrival at the site for the
information of OWNER/ Engineer-in-Charge.

21.2.3 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/ Engineer-in-Charge may require.

21.2.4 The following documents shall be sent to the OWNER/ Engineer-in-Charge within
3 (three) days from the date of shipment :

Page 194 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 45 of 134


Tax invoice (2 copies)
• Packing List (2 copies)
• Test Certificate (4 copies)
• Railway Receipt/Lorry Receipt (2 copies)
• Insurance Certificate (2 copies) or copy of CONTRACTOR’S Policy
• Third Party Inspection Release Note or Inspection Certificate as per QAP
approved by OWNER/ Engineer-in-Charge or waiver certificate issued by
OWNER/ Engineer-in- Charge

21.3 EQUIPMENT

21.3.1 The CONTRACTOR shall be exclusively responsible to arrange for importation into
India in its own name on drawback or re-export or other basis all equipment, if any,
required to be imported into India for the purposes of the work and to pay and bear
the customs, import and other duties and levies (if any) payable thereon or in respect
thereof, and will be solely responsible for the timely and proper compliance of all
applicable terms and conditions and formalities relative thereto.

21.3.2 The CONTRACTOR shall within 4 (Four) Weeks from the date of receipt of
Acceptance of Bid, furnish to the Engineer-in-Charge a list of the said equipment
which he proposes to import into India on a draw-back/reexport basis for the
purposes of the work, together with complete details thereof. The OWNER may
without obligation or responsibility render such assistance as may be reasonably
required by the CONTRACTOR from the OWNER to enable the CONTRACTOR
to obtain the relative Import License(s)/Permit(s) for the importation of the
said equipment on a draw-back/re-export basis.

21.4 MISCELLANEOUS IMPORTS

21.4.1 The CONTRACTOR shall be exclusively responsible at his own costs and initiative
to arrange for importation into India, to import into India, to pay Custom duties,
EC, SHEC. GST compensation cess ( If applicable ) and IGST and Port and other
charges and levies, to clear from Customs and to transport to job site all
consumables, spares for the CONTRACTOR’s equipment and other materials and
things provided that the OWNER may, without obligation or responsibility,
render the CONTRACTOR such assistance by way of recommendation to the
Import Control authorities in India or otherwise as may be reasonably required by
the CONTRACTOR from the OWNER to enable the CONTRACTOR to obtain Import
License(s)/Permit(s) for importation of such consumables, spares, material and other
items as the OWNER considers necessary for importation by the CONTRACTOR
for the purpose of the Contract, taking into account local availability.

21.4.2 Any obligation undertaken or recommendation, facility or assistance provided by the


OWNER to the CONTRACTOR for or in relation to the importation of any equipment
or material whatsoever into India by or on behalf of the CONTRACTOR pursuant to
the provisions hereof or otherwise shall be without any responsibility or liability

Page 195 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 46 of 134

whatsoever upon the OWNER and without right in the CONTRACTOR to raise any
claim or demand or to seek extension of time on account of any delay or failure on
the part of the OWNER or any delay or failure by the CONTRACTOR in obtaining
Import License(s) and/or permits for importation thereof into India.

21.4.3 All materials and equipment Imported into India by or on behalf of the CONTRACTOR
for and in connection with the work and any obligation undertaken or
recommendation, facility or assistance provided by the OWNER relative thereto
shall be on the clear understanding that the materials and equipment shall be
utilised only for and relative to the performance of the work covered by the Contract.
21.4.4 All the equipment and temporary works and materials when brought to or erected
on the job site, shall be exclusively intended for execution of works and the
CONTRACTOR shall not remove the same or any part thereof, except for the
purpose of moving it from one part of the job site to another, without the prior consent
in writing of the Engineer-in-Charge.
21.4.5 Upon completion of the works, the CONTRACTOR shall within the scope of work
remove from the job site all the equipment and temporary works remaining thereon.

21.4.6 All equipment, materials and temporary works shall at all times be and remain at
the risks of the CONTRACTOR in all respects. The OWNER shall not, at any time,
be liable for the loss or destruction of or damage to any equipment, temporary
works or materials for any reason whatsoever.

22.0 TAXES, DUTIES AND OTHER LEVIES


Clause No. 7. d.2. of GTC and 15.6 of GTC stands modified to the following extent:

22.1 The quoted price shall be deemed to be inclusive of all taxes and duties, municipal
taxes, statutory levies, royalty, Custom duty and Custom Related duties, GST
Compensation cess ( if applicable) irrespective of whether the same is categorically
specified or not but exclusive of “Goods and Services Tax” (hereinafter called GST)
(i.e. IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra
state supply respectively and GST compensation Cess if applicable). The GST as
legally leviable & payable by the Contractor under the provisions of applicable law(s)
(/act(s) shall be reimbursed by HPCL as per Contractor’s GST invoice to HPCL.
Prices, taxes, duties including GST on any transaction between Contractor and their
sub-supplier/sub-contractor shall be included in the Total Lumpsum price quoted by
the Contractor

22.2 Except as specifically provided to the contrary in the Special Conditions of Contract:

I. The CONTRACTOR shall within the price of materials and scope of supply be
liable to pay and bear any and all duties, taxes, levies and cesses lawfully payable
on any goods, equipment or materials imported into India or within any local limits
for permanent incorporation in the work(s), and on materials sold and supplied to
the OWNER pursuant to the Contract.

Page 196 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 47 of 134

II. The CONTRACTOR shall within the price of services and scope of services be
liable to pay and bear any and all duties, taxes, levies and cesses lawfully payable
on any goods or equipment imported into India or within any local limits for use
in the performance of the work(s), and on services performed pursuant to the
contract.

Any errors of interpretation of applicability of taxes/ duties by the CONTRACTOR shall


be to CONTRACTOR’s account.

22.3 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES

22.3.1 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 the CONTRACTOR, his agents, Sub-contractors and
Suppliers and its/their respective employees for or in relation to the performance
of this Contract. The CONTRACTOR shall be deemed to have been fully informed
with respect to all such liabilities and shall further be deemed to have considered
and included the same in his bid and the Lumpsum Price shall not be varied in
any way on this account.
22.4 TAX INDEMNITY

22.4.1 It shall be the duty of the CONTRACTOR to duly observe and perform all
laws, rules, regulations, orders and formalities applicable to GST (IGST / CGST
/ SGST / UTGST) and Customs Duty on the supply including import of any
material to OWNER and/or on the services performed by the CONTRACTOR
pursuant hereto. The CONTRACTOR shall keep the OWNER and their Consultant
( PMC) indemnified for and against any and all claims, demands, prosecutions,
penalties, damages, demurrages and/or other levies whatsoever made or levied
by the Court or Customs Authorities with respect to any alleged breach,
evasion or infraction of such duties, taxes, charges or levies or any breach or
infraction of such laws, rules, regulations, orders or formalities concerning the
same and from the consequence thereof

22.4.2 The award of work under the entire contract shall be on ‘Work Contract Service’
basis. The contractor shall be responsible for payment of any tax levied on the
transfer of property and goods involved in the ‘Works contract Service’ in accordance
with relevant GST act and rules made thereunder including amendments, if any. The
contractor shall be liable to ensure to have registered with the respective tax
authorities and to submit self-attested copy of such registration certificate(s) and any
taxes/ duties/ levies being charged by the Contractor would be claimed by issuing
proper tax invoice/challan indicating details/ elements of all taxes charged and
necessary requirements as prescribed under the respective tax laws and also to
mention correct and valid registration number(s) on all tax invoices raised to HPCL

Page 197 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 48 of 134

22.4.3 It shall be mandatory for the Contractor to get Goods and Service Tax
Registration Number (GSTIN) within 2 Months from the award of Order or prior
to release of any payment including advance, whichever is earlier. No payment
shall be released till such time Contractor obtains the GST Number and submits the
same to Owner and in addition, the Contractor shall not be considered for future
tenders. CPBG deposited by the Contractor may also be forfeited.
22.4.4 The Bidders who are already registered with GST authorities in Maharashtra shall
submit copy of their registration certificate along with their unpriced Bids . in case
registration certificate is not available at the time of submission of offer, an
undertaking should be furnished by the bidder for submission of registration
certificate in line with clause No. 22.4.3
22.4.5 It shall be the responsibility of the CONTRACTOR to submit to the concerned Indian
authorities, the returns and all other concerned documents required for this purpose
and to comply in all respects with the requirements of the laws in this regard, in time.
Mismatch in return of Owner due to any reason attributable to Contactor , the same
shall be recovered from Contactor ’s bills.
22.4.6 The Contractor would be liable to reimburse or make it good of any loss/ claim by
Owner towards tax credit rejected/ disallowed by any of the tax authorities due to
non-deposit or delayed deposit of taxes or non-compliance or delayed compliance of
tax laws by the Contractor. The Contractor shall be liable to reimburse HPCL, for all
such losses and other consequences related to GST including, but not limited to the
tax loss, interest and penalty
22.4.7 The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further, the Contractor shall avail and
pass on benefits of all exemptions/concessions/benefits/waiver or any other benefits
of similar nature or kind available under the Tax Laws. In no case, differential Tax
Claims due to wrong classification of goods and/or services or understanding
of law or rules or regulations or any other reasons of similar nature shall be
entertained by HPCL.
22.4.8 The Contractor has to get registered as per tax law of the State where the work is to
be executed and the Contractor will be responsible for procurement of material in its
own registration (GSTIN) and also to issue its own Road Permit, E-way Bill, if
applicable etc. E-way bills / Transit passes / Road Permits, if required for materials
etc., bought into the project site is to be arranged by the Contractor only. Delays on
account of arranging road-permits/e-way bills shall not make Contractors s’ eligible
for waiver of late delivering penalties in terms of Contract. Hence to avoid the delays,
they are suggested to initiate the process of obtaining the Rood-permits/ E-way bills
well before the actual delivery of items. The Contractor will be under obligation for
proper utilization for the specific supply and in case of seizure of goods/ vehicle, the
Contractor will be wholly responsible and indemnify HPCL against any litigation cost
.
22.4.9 It is responsibility of Contactor that Consignment is to be reached in Maharashtra with
the validity period of E-way bills If for any reason, the consignment could not enter
into the state of Maharashtra within validity of online Way Bill, then the request for
either cancellation/extension of validity to be made immediately with the reason for
such cancellation/extension. Only after getting the valid online Way Bill, Consignment
should approach the check post authority for entering into the state of Maharashtra.

Page 198 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 49 of 134

It shall be the responsibility of Contractor to obtain e-way bill in case of movement of


goods exceeding limit as prescribed under the GST Act. Contractor would indemnify
Owner in case of any non-compliance or default or due to lack of diligence on the part
of the Contractor to comply with the eway bill requirement
At present E- way bills rules are not finalized. If the same is effective in future at any
point of time during the execution of the Contract, the CONTRACTOR shall be
exclusively responsible to comply the same
22.4.10 Except as herein elsewhere expressly otherwise provided, the
CONTRACTOR shall be liable for and shall pay any and all Indian fees, cesses, taxes,
duties and levies assessable against CONTRACTOR in respect of or pursuance to the
Contract.

22.4.11 In addition, the CONTRACTOR shall be responsible for payment of all Indian duties,
levies, and taxes assessable against the CONTRACTOR or CONTRACTOR’s
employees or Sub-contractor’s whether corporate or personal or applicable in respect
of property.

22.4.12 The Contractor shall issue proper tax invoice, as stipulated under the customs, GST
and other Applicable Laws, and other necessary documents as may be relevant from
time to time to enable Owner to avail the credit of such Taxes, wherever applicable,
paid by the Contractor within the time period specified under the applicable legislation
in this regard.

If Owner is not able to avail the credit (as indicated in the Price Schedule, unless
otherwise mentioned in this Contract), partially or entirely because the Contractor
issued a defective tax invoice or failed to produce the requisite documents, then the
Contractor shall immediately indemnify Owner for such loss of input tax credit including
interest and penalty imposed, if any, which would be otherwise available to Owner.
Owner, in such case, may, in its sole discretion, decide to recover such loss by
way of deduction from payment due to the Contractor or invoking the Composite
Performance Bank Guarantee or any other measure available with the Owner. In
addition to the amount of GST, Owner shall also be entitled to recover interest at the
rate prescribed under GST Act and penalty, in case any penalty is imposed by the tax
authorities on Owner .

22.4.13 Any changes in statutory rules and regulations under GST regime shall be followed by
Contractor.

22.4.14 The payment towards all Indian Taxes and duties (CGST/SGST) will be made by
OWNER in Indian
rupees at actual limited to the amount indicated in their bid except for statutory variation
which shall be governed by SCC clause no. 22.15 below

Page 199 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 50 of 134

22.4.15 The benefit of any Tax exemption, concessions, rebate or any other incentives
available when the Contractor or its Subcontractors/ vendor are performing their
obligations under the Contract, shall be passed on to the Owner.
22.4.16 In case of Price Adjustment for delay in Completion applicable as per Annexure- XIX
of SCC, Contractor shall issue a Credit Note for the Price Reduction amount containing
all the details stated in GST act.
22.4.17 Tax element on any Debit Note / Supplementary invoice, raised by the CONTRACTOR
will be reimbursed by HPCL as long as the same is within the permissible time limit
as per the respective taxation laws and also permissible under the Contract terms and
conditions. Contractors to ensure that such debit Notes are uploaded while filing the
Statutory returns as may be prescribed from time to time.
22.4.18 Contractor to share the monthly information with Owner which would be uploaded by
the CONTRACTOR in its GSTR -1 along with the information of input tax credit to be
claimed by Owner in such month.
22.4.19 CONTRACTOR shall be liable to comply with all the compliances as may be the rating
prescribed to ensure that compliance rating is not reduced below the prescribed limit
as laid down under GST Act and GST regulations. Contractor shall be required to
submit a self-declaration from time to time that they are not black-listed on the GST
portal. Notwithstanding anything contained in agreement, in the event of black listing
of Contractor i.e. compliance rating reduced below the prescribed limit, the amount
related to tax shall be paid to CONTRACTOR only on receipt of input tax credit to
Owner

22.5 INTEGRATED GOODS AND SERVICES TAX ( IF APPLICABLE ) FOR SUPPLIES


( GOODS/SERVICES ):

NOT APPLICABLE

22.6 INTRASTATE SALES (CENTRAL GOODS AND SERVICES TAX (CGST) PLUS
STATE GOODS AND SERVICES TAX (SGST) / UNION TERRITORY GOODS AND
SERVICES TAX (UTGST)) FOR SUPPLIES ( GOODS/SERVICES )

22.6.1 The OWNER shall reimburse CGST plus SGST levied on and paid by the
CONTRACTOR on such indigenous supplies of goods/services by the
CONTRACTOR to the OWNER under the Contract. CONTRACTOR shall be
obligated to issue a valid tax invoice complying with GST Invoice Rules for the supply
made by him. If any error/discrepancies found in the invoice issued by contractor ,
it shall not be accepted by OWNER as a valid invoice and OWNER shall have the full
power to send back such tax invoice for rectification to the CONTRACTOR (since
contractor is contractually bound to obtain registration in the state of Maharashtra).
The CONTRACTOR shall be under an obligation for the rectification of such a tax
invoice
22.6.2 To enable the OWNER to avail of such creditable benefits, the CONTRACTOR shall
furnish to the OWNER a valid tax invoice to avail of the creditable benefits with
respect to GST reimbursed by the OWNER on supplies to the OWNER. GST will be
reimbursed on submission of valid tax invoice by the CONTRACTOR.

Page 200 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 51 of 134

22.6.3 The classification of goods/services as per GST Tariff should be correctly done by
the CONTRACTOR to ensure that input tax benefit is not lost to the OWNER on
account of any error on the part of the CONTRACTOR.
22.6.4 The OWNER shall not reimburse GST taxes, if the requirements as specified above
are not fulfilled by the CONTRACTOR.
22.6.5 Subject to the provision of clause no. 22.15 of Special Conditions of Contract, any
statutory increase in the amount of GST specified in FORM SP-8A on supplies
resulting from an increase in the rate of GST payable against certain supplies made
to the OWNER shall be reimbursed by the OWNER at actuals. Similarly, any
reduction in the amount of GST specified in FORM SP-8A on supplies resulting from
a reduction in the rate of GST or remission or exemption from GST with respect to
supplies made to the OWNER shall be refundable to the OWNER at actuals. For
determining such actuals, the lumpsum of GST amount specified in FORM SP-8A
shall, while drawing up the Bill of Materials, be split up in the priced Bill of Materials
wherever applicable. Such actuals for the purposes of the adjustment aforesaid shall
be determined with regard to the unexecuted supplies of specified in the Bill of
Materials with reference to the amount of GST indicated in the Bill of Materials for
such materials.
22.6.6 CGST plus SGST/UTGST excluded by Bidder in Lumpsum price and up to the limit
specified in FORM SP-8A shall be paid against the CONTRACTOR’s certified
invoices for the amounts indicated in the Bill of Materials (subject to variations as
elsewhere indicated and provisions of clause no. 22.15 of Special Conditions of
Contract).
22.6.7 In case HPCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax, the
CONTRACTOR is liable to make good the loss suffered by HPCL by issuance of
suitable credit note to HPCL. In case, contractor does not issue credit note to HPCL,
HPCL would be constrained to recover the amount including interest payable along
with Statutory levy, if any, payable on such recovery

22.7 ENTRY TAX (OCTROI)


DELETED

22.8 INPUT TAX CREDIT AND INVOICES

22.8.1 Tax Invoice to be submitted by the bidder in compliance with the prevailing tax laws
at the time of execution/delivery. No other invoice will be accepted as Owner intends
to avail Input Tax Credit.
22.8.2 Contactor (whether a single Bidder or an unincorporated consortium/ joint venture)
is requested to acquaint themselves about GST Law and other tax provisions
/legislations before bidding. Contractor are advised to quote the rate considering
"input tax credit" available to them under GST.
22.8.3 The credit of GST will be factored for Bid evaluation purposes by the Owner, to the
extent the Owner may be eligible .Contractor shall be required to issue tax invoice
/debit note/ Credit invoice in accordance with GST Rules so that input credit can be
availed by Owner . In the event that the Contractor fails to provide the invoice in the
form and manner prescribed under the GST Act read with GST Invoicing Rules

Page 201 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 52 of 134

thereunder, Owner shall not be liable to make any payment on account of GST
against such invoice.
22.8.4 All reimbursable taxes and duties forming part of the Bid Price (and specifically listed
in the price schedule and applicable on the transaction directly between the
Contractor and the Owner), would be paid by the Owner on submission of
documentary proof of payment of such taxes to Government and CONTRACTOR
files the outward supply details in GSTR-1 on GSTN portal and input tax credit of
such invoice is matched with corresponding details of outward supply of the
contractor and has paid the GST at the time of filing the monthly return. In case of
non-receipt of tax invoice or non-payment of GST and non-compliance by the
Contractor as mentioned above, Owner shall withhold the payment of GST.

22.8.5 The Contractor shall comply with all the provisions of the GST Act / Rules /
requirements like providing of tax invoices, payment of taxes to the authorities within
the due dates, filing of returns within the due dates etc. to enable Owner to take
Input Tax Credit. The Contractor shall always comply with the requirements of
applicable laws and provide necessary documents as prescribed under the Rules &
Regulations, as applicable from time to time. In particular, if any tax credit, refund or
other benefit is denied or delayed to Owner due to any non-compliance / delayed
compliance by the Contractor under the Goods & Service Tax Act (such as failure to
upload the details of the sale on the GSTN portal, failure to pay GST to the
Government) or due to non-furnishing or furnishing of incorrect or incomplete
documents by the Contractor, the Contractor shall be liable to reimburse Owner for
all such losses and other consequences including, but not limited to the tax loss,
interest and penalty.
22.8.6 Notwithstanding anything contained anywhere in the Agreement, in the event that the
input tax credit of the GST charged by the Contractor is denied by the tax authorities
to Owner for reasons attributable to Contractor, Owner shall be entitled to recover
such amount from the Contractor by way of adjustment from the next invoice (or from
any other Securities like Bank Guarantees available to Owner ). In addition to the
amount of GST, Owner shall also be entitled to recover interest at the rate prescribed
under GST Act and penalty, in case any penalty is imposed by the tax authorities on
Owner
22.8.7 It would be the responsibility of the Contractor to declare correct information on
invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case,
the eligibility of input tax credit is questioned or denied to Owner on account of default
by the Contractor , the same would be recovered by Owner from the Contractor ;
22.8.8 E-way bill number should be mentioned on the invoices

22.9 Imports (CUSTOMS DUTY, EC, SHEC and IGST)

22.9.1 HPCL is eligible to avail concessional Customs Duty @ 5% under CTH 98.01 read
with S.No 510 of Notification 12/2012 –Customs dated 17TH March 2012. The Project
rate import duty benefit will be utilised for imported finished Goods/ Materials
.Bidders are required to furnish the details like Description, Customs Tariff Code
(HSN code), value, qty., country of origin, currency, port of discharge etc.”

Page 202 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 53 of 134

22.9.2 Contractor shall be responsible for payment of custom duty, EC, SHEC and IGST for
imports for the purpose of permanent incorporation in the works, in line with
concessional Customs Duty rate Scheme or any other applicable Scheme in force for
the project.

22.9.3 In case of withdrawal of / modification in scheme, on a date after Price bid submission
date, if Custom duty become payable more than the Project Import Duty @5%
under CTH 98.01 the same shall be reimbursed by Owner at applicable rates as
notified under the scheme provided that the goods have been procured within time
allowed as per clause 22.15 of the SCC.

22.9.4 The Contractor shall pay the Customs Duties on the assessable value of
materials envisaged to be imported for the purpose of permanent incorporation in the
Works. The IGST shall be paid on the CIF value along with the Customs Duties and
EC and SHEC taken together. The CONTRACTOR shall be fully responsible for
Port and Customs clearance including stevedoring, handling, unloading, loading
and storage and for satisfying all Port and Customs formalities for the clearance of
the goods, including preparation of the Bill(s) of Entry and other documents
required for import and/or clearance of the goods. The CONTRACTOR shall also be
fully responsible for any delays, penalties, demurrages, shortages and other charges
and losses, if any, in this regard. The customs duty, EC, SHEC and other import
duties payable on the CIF value of materials imported and IGST payable calculated
on the CIF value and Customs Duties, EC, SHEC taken together for the purpose of
permanent incorporation in the work shall be paid directly by the CONTRACTOR
and are included in price of supplies. However, for arriving at CIF value for the
payment of Customs Duty, insurance charges each shall be considered @ 0.15%
of CFR value quoted by the Bidder. Any variation in Custom Duty owing to change
in CIF value due to change in Insurance with respect to “+/- of 0.15%” shall be
reimbursed by HPCL or passed to HPCL as the case may be. Necessary document
including Essentiality Certificate and Insurance Premium receipt (Xerox) shall be
provided by Owner for clearing consignment under Project import Duty.

22.9.5 The CONTRACTOR shall provide the OWNER with all necessary documents like Bill
of lading, Bill of Entry, Invoices etc. These documents should have reference that “the
material imported is intended for use of HPCL-MREP Project’. These documents are
only for Insurance Purpose and shall not be linked with any milestone payment. .

22.9.6 The CONTRACTOR shall appoint a Customs House Clearing Agent of good standing
and ensure speedy customs clearance.
22.9.7 The CONTRACTOR shall be responsible to register the Import License 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).
22.9.8 The port of destination for all imports (i.e., finished goods ordered by
Contractor on Overseas Suppliers) shall be as follow :

(i) Airport: MUMBAI

Page 203 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 54 of 134

(ii) Sea Port: MUMBAI

22.9.9 If Contractor is importing material/equipment under Project Import duty, in such case
on the completion of the Works/Unit, the CONTRACTOR shall undertake a
reconciliation of the materials imported for permanent incorporation in the
production of such a Reconciliation Statement shall be a pre-condition to the
release of any payment against the Final Bill and/or release of any bank guarantee
furnished by way of security deposit to the OWNER.
22.9.10 Contractor’s Lumpsum prices shall be inclusive of Custom and Custom related duties
including Basic Custom Duty, EC, SEHC, IGST, GST Copmensation Cess etc..
Details of Built-in CIF Import content (Imported in the name of Contractor) shall be
submitted in the Form SP-9. All imported materials shall be ‘billed to and
shipped to’ in the name of Contractor.

22.9.11 MREP project is eligible for concessional rate of Basic Customs duty considering
Project Import Rate i.e. 5% under CTH 98.01 & Project Import Regulations, 1986.
In order to issue Essentiality Certificate by OWNER to CONTRACTOR, the
CONTRACTOR shall furnish in advance all necessary information/documentation
required for issuance of Essentiality Certificate.
Owner will be providing Essentiality Certificate from Sponsoring Authority to the
Contractor for registering the contracts with Customs authorities under Project Import
Regulations. The Owner responsibility shall be limited to providing Essentiality
certificate from Sponsoring Ministry only. All other procedures/formalities shall
done by Contractor on their Own.
The Contractor shall be responsible for, and shall exercise due diligence in properly
classifying the Goods & Material, undertaking the payment of customs duties, IGST
and/or otherwise complying with all Applicable Laws with respect to any import of the
Goods & Materials. In case Owner / EIL is exposed to any penal action (interest and/
or penalties) by the customs Authorities for incorrect declaration and/ or valuation of
the Goods or Materials by the Contractor, or otherwise on account of any breach of
Applicable Laws in the course of the import of the Goods and Materials by Contractor,
the Contractor shall indemnify and hold harmless, HPCL/EIL for any and all costs,
expenses or losses suffered or incurred by HPCL/EIL in this regard.
Based on the Essentiality Certificate provided by OWNER, Contractor shall be solely
and exclusively liable and responsible to assess on their own whether they can avail
benefit of Project Rate of Import on materials/equipment(s) consigned to
Contractor/their Sub-contractor, otherwise Bidder can consider Merit Rate of Custom
Duty on Imported materials Equipment(s).
In case of wrong assessment of Custom Duty by Bidder, any additional liability
towards taxes and duties shall be to Contractor’s account.
OWNER assumes no liability towards applicability of Project Rate of Import Duty on
materials/equipment(s) consigned to Contractor/Sub-Contractor.
Any variation including statutory variation shall not be payable on custom and Custom
Related duties for the imported material/equipment(s) for which Import has been
carried out on Merit rate of Custom Duty. In case Bidder is availing Project Rate of
Import Duty, then Statutory Variation in Basic Custom Duty, EC and SEHC shall be
payable as per clause no. 22.15 .

Page 204 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 55 of 134

22.9.12 As the above statutory provisions are frequently reviewed by Government of India
(GOI), the CONTRACTOR is advised to check the latest position in their own interest
and HPCL will not bear any responsibilities for any incorrect assessment of statutory
levies by the CONTRACTOR
22.9.13 If for any reason, other than a Change Order, the total CIF Price of imported materials
mentioned in FORM SP-9 of the Price Schedule are exceeded or any penalty or other
charges or higher rate of duty than applicable to relative imports is levied on the
Contractor with respect thereto, the Customs Duty/penalties and other charges or
levies, if any, to the extent of the excess levied, shall be to the CONTRACTOR’s
account and shall be borne and paid wholly by the CONTRACTOR..
22.9.14 High Sea Sales shall not be applicable for this contract/ Work

22.10 INCOME TAX

22.10.1 The CONTRACTOR shall be exclusively responsible and liable to pay all income taxes
on any payments arising out of the Contract, whether payable in India or in any other
jurisdiction.
22.10.2 The CONTRACTOR shall also be responsible for ensuring compliance with all
provisions of the direct tax laws of India including, but not limited to, the filing of
appropriate Returns and shall promptly provide all information required by the OWNER
for discharging any of its responsibilities under such laws in relation to or arising out of
the CONTRACT. For the lapses, if any, on the part of the CONTRACTOR and
consequential penal action taken by the Income Tax department, the OWNER shall
not take any responsibility whether financial or otherwise.
22.10.3 The employees of such foreign companies/concerns/Joint Ventures, their SUB-
CONTRACTOR and assignees are also required to comply with various Direct tax laws
of India, as applicable.
22.10.4 Withholding tax/tax deductible at source is applicable to all payments to be made to
the CONTRACTOR. Withholding/deduction is required to be made at the rates
specified in the Indian Income Tax Act. However, in case of non-resident contractors,
lower of the rate of withholding tax as available in the relevant Double Taxation
Avoidance Convention or Agreements (DTAA) as notified or amended from time
to time as compared to the rate applicable as per relevant Finance Act will be
applicable subject to certain specified documentary compliances. Therefore, it is
incumbent upon the Contractor to decide and declare whether it intends to take
benefits of lower rate of Withholding Tax and commit to provide necessary documents.
As per extant provisions of Income Tax Act and Rules made there under following
documents are mandatory for this purpose (a)Tax Residency Certificate (TRC)
issued by the competent authority of the country of residence of the Contractor
(b) Form 10F as described in Income Tax Rules, 1962 and (c) A declaration in
specified format in lieu of Permanent Account Number (PAN).

22.10.5 The Indian Income Tax Act and rules made there under contains provisions permitting
deduction of tax at a lesser rate if the CONTRACTOR is able to justify to the Income
Tax Authorities such lesser rate of deduction. However, a deduction once made has
to be deposited by the OWNER with the Income Tax Authorities in India and will not

Page 205 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 56 of 134

be adjustable by the OWNER. It is therefore in the interest of the CONTRACTOR that


prior to release of any payment due to the CONTRACTOR under the Contract that the
CONTRACTOR obtains, from the relevant Income Tax Authorities in India, a certificate
specifying the rate of deduction/withholding of Income tax at source, failing which,
payment to the CONTRACTOR shall be made by the OWNER after
Withholding/deduction at the highest rate as may be applicable to the non-resident
contractors as per Provisions of Income Tax Act, 1961.

22.11 TAX DEDUCTION AT SOURCE (TDS), IF APPLICABLE


22.11.1 At present no GST-TDS is applicable. If the same is applicable in future, the
CONTRACTOR shall be exclusively responsible and liable to deduct TDS, if
applicable, from the sub-contractors / sub-vendors and remit the same to the Govt.
within the due date, as per GST legislation(s).
22.11.2 Deduction towards Tax on works contract according to provisions of GST Laws shall
be made from Contractor’s bill at rate(s) notified from time to time. A certificate for
tax deducted at source by OWNER shall be provided to Contractor in accordance with
applicable GST laws.

22.12 PERSONNEL TAXES:-


The CONTRACTOR shall bear all personnel taxes levied or imposed on its personnel,
SUB-CONTRACTOR‟s personnel, vendors, consultants etc. on account of payment
received under this CONTRACT. Contactor shall also bear, within the quoted rates,
the Corporate Tax, as applicable, on the income arising out of this contract.

22.13 BUILDING AND CONSTRUCTION WORKERS WELFARE CESS


22.13.1 In order to govern welfare and working conditions of labourers engaged in construction
activities, the Building and other Construction Workers’ (Regulation of Employment and
Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS Act’1996 is
applicable in respect of building and other construction work. The CONTRACTOR shall
strictly comply with the following provisions pertaining to RE &CS Act’1996.

22.13.2 The contractor must be registered with the concerned authorities under the Building and
other Construction Workers’ (RE&CS) Act, 1996 or in case of non-registration; the
contractor should obtain registration within one month of the award of contract.

22.13.3 The 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.

22.13.4 Cess, as per the prevailing rate, shall be deducted at source from bills of the contactors
by the Engineer-in-Charge and remitted to the “Secretary, Building and other Construction
Workers Welfare Board” of the concerned State. The contactor shall be responsible to
submit final assessment return of the Cess amount to the assessing officer after adjusting
the Cess deducted at source.

Page 206 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 57 of 134

22.13.5 Notwithstanding the foregoing, Owner shall not bear any liability in respect of:
a) Personal taxes on the personnel deployed by the Contractors, his sub-contractors
and Agents, etc.
b) The Corporate Taxes in respect of Contractor and his Sub-contractors and other
Agents, Indian or foreign based.

22.14 STATUTORY VARIATION IN TAXES AND DUTIES


Clause No. 7.d.1. of GTC stands modified to the following extent:
22.14.1 In case of increase in rate of Basic Custom Duty, EC, SEHC (only If import by
Contractor is under Project Rate of Custom Duty) and GST (applicable on the ceiling
amount as mentioned in FORM SP-8A) after the l a s t date of submission of
bids and within the date of Mechanical Completion of the Work as set out in the Time
Schedule or any extension thereof under Clause 23.6.6 or Clause 23.6.7 of the SCC
on any payments due to the CONTRACTOR under the contract other than tax
on income, wealth or profits of the CONTRACTOR, the OWNER shall reimburse the
CONTRACTOR the amount of such taxes or duties lawfully paid and borne by the
CONTRACTOR against proof of payment.
22.14.2 The increase in existing taxes and duties rate i.e. Basic Custom Duty, EC, SEHC (only
If import by Contractor is under Project Rate of Custom Duty) and GST (applicable on
the ceiling amount as mentioned in FORM SP-8A) and shall be payable up to the
contractual Mechanical Completion. However, this GST variation shall be payable
beyond Mechanical Completion and up to Completion of all jobs against Contractor’s
certified final Bill provided that there should not be any delay on account of Contactor
in meeting the contractual Mechanical Completion Schedule. In case Contactor fails
to meet the contractual Mechanical Completion Schedule all extra costs on account of
changes of statutory regulations/ acts, or increase in price on any other account
including price variation clause, if any, shall not apply to the Contract price and shall
be borne by the CONTRACTOR. However, any decrease in taxes and duties during
the delayed period shall be passed on to the OWNER
22.14.3 In case Government imposes any new levy / tax after award of the work during the
tenure of the contract i.e. before the contractual date of Mechanical Completion of
work (including extended contractual mechanical completion period for the reasons
attributable to OWNER, OWNER shall reimburse the same at actual on submission
of documentary proof of payment subject to the satisfaction of Owner that such new
levy/tax is applicable to this contract However, in case of delay attributable to
CONTRACTOR, any new or additional taxes and duties imposed after Time for
Completion, as above, shall be to Contractor’s account.
22.14.4 Statutory variation shall not be payable on account of custom and Custom related
duties including EC, SHC, IGST, GST Compensation Cess of material/equipment(s)
imported by the CONTRACTOR “Under Merit Rate of Custom Duty”.

22.14.5 If any existing taxes or duties are withdrawn or the rate is decreased after the date of
submission of the bids/ revised bids (whichever is later) on any payments due to the
CONTRACTOR under the Contract other than tax on income, wealth or profits of the
CONTRACTOR, the OWNER shall be entitled to discount in the amount payable to the
CONTRACTOR of amount equivalent to the amount of such taxes or duties withdrawn

Page 207 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 58 of 134

or decreased. The bidder shall give the benefit of downward revision in favour of
Owner

23.0 PERFORMANCE OF WORKS

Notwithstanding anything to the contrary stated in the relevant provisions in the


General Terms & Conditions of Works Contract, under clause 5 and its sub-clauses
thereunder, the following additional clauses shall be applicable

23.1 GENERAL

23.1.1 All works shall be performed and executed by the CONTRACTOR in strict
conformity with the job description(s), Specification(s), Plan(s), drawing(s), design(s)
and other contract documents applicable to the specific work(s) and any relative
instructions as may be issued to the CONTRACTOR by the Engineer-in-Charge from
time to time.

23.1.2 The Engineer-in-Charge shall be entitled from time to time or at any time, at his
discretion, to issue written orders or instructions to the CONTRACTOR relative to
the performance and/or execution of work(s) by the CONTRACTOR or otherwise,
relative to any matter touching or affecting the Contract or arising therefrom and to
revise or revoke any orders or instructions previously issued, and the
CONTRACTOR shall, subject to the provisions of the following clause, obey and/or
abide thereby.

23.1.3 Should the CONTRACTOR require any clarification in respect of any orders or
instructions issued by the Engineer-in-Charge, or should there appear to the
CONTRACTOR to be any contradiction between any orders or instructions issued by
the Engineer-in-Charge and the Contract documents or any of them, the
CONTRACTOR shall refer the matter immediately in writing to the Engineer-in-
Charge for his decision before proceeding further with the work and the decision of
the Engineer-in-Charge on any such matters shall be final and binding upon the
CONTRACTOR, who shall perform the work accordingly, without entitlement to any
claim against or compensation from the OWNER resultant upon such order,
instruction or decision.

23.1.4 The CONTRACTOR shall, within 4 (Four) weeks of receipt of notification of


acceptance of bid, name Engineer(s) responsible for the work at the job
site on behalf of the CONTRACTOR. The said Engineer(s) of CONTRACTOR
shall be the representative(s) of the CONTRACTOR at the job site for and relative
to all actions and transactions and dealings on behalf of the CONTRACTOR and
to whom all plans, designs, drawings, orders and instructions or other
documents or communications for or relative to the job site may be given, with
the intent that all transactions and dealings had with the said Engineer(s) shall be
deemed to have been had with the CONTRACTOR, and any and all plans, drawings,
orders, instructions, documents or communications delivered to said Engineer(s)
shall be deemed to have been delivered to the CONTRACTOR. The CONTRACTOR

Page 208 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 59 of 134

shall also independently or from amongst the said Engineer(s) designate one person
to be the CONTRACTOR’s Project Manager with whom the OWNER may also deal
with as the CONTRACTOR’s representative in the manner specified above, and who
is authorized to take decisions on behalf of the CONTRACTOR and to co-ordinate
amongst the aforesaid Engineer(s) of the CONTRACTOR.

23.1.5 The CONTRACTOR shall also nominate, at the job site, a Deputy Site
Representative (which nomination shall also be subject to the approval of the
Engineer-in-Charge) to deputize for the CONTRACTOR’s Representative(s) during
periods of unavoidable absence.
23.1.6 The CONTRACTOR shall also provide and maintain, at or about the job site, an
office for the working accommodation of the CONTRACTOR’s engineer and staff.
Such office shall remain open and attended at all hours during which work is being
performed at the job site, for the receipt of instructions, notices, and other
communications.
23.1.7
23.1.8 The CONTRACTOR shall co-operate with and afford the OWNER and other
contractors engaged at site, access to the work and shall supply at cost as
determined by the Engineer- in-Charge (whose decision will be final), power and
water for the performance of the work entrusted to them and/or for the carriage and
storage of materials by them and whenever any work by the CONTRACTOR is
being done in association, collaboration or in proximity with any other contractors,
the CONTRACTOR shall co-operate with the OWNER or other contractor(s)/
agency(ies) involved in such work and shall ensure the harmonious working between
the CONTRACTOR and the OWNER/contractor(s)/agency(ies) involved, and shall
comply with any instructions issued by the Engineer-in-Charge for the purpose.
23.1.9 The OWNER shall be entitled, at its discretion, to appoint one or more engineers
and/or other personnel at or about its job site on behalf of the OWNER to do such
acts, deeds, matters and things as may be necessary to safeguard the OWNER’S
interests including (but not limited to), at the discretion of the OWNER,
supervision and testing of the works being conducted by the CONTRACTOR at
the job site and/or for rendering such assistance to the CONTRACTOR relative
thereto as the OWNER or such Engineer(s) or personnel shall or may deem fit,
it being understood, however, that the presence of any engineers or personnel of
the OWNERS at or about the job site for any supervision, inspection or test
performed or conducted by any such engineer(s) or any personnel of the OWNER
in respect of any work(s) or any other assistance rendered by such engineer(s)
and/or personnel to the CONTRACTOR relative thereto, shall be without any
attendant obligation or liability of the OWNER vis-à-vis the CONTRACTOR, nor shall
relieve the CONTRACTOR of his/its full responsibility in respect of the work(s) under
the contract or bind the OWNER to accept as satisfactory or complete and/or in
accordance with the contract, any work(s) performed by the CONTRACTOR which
has/ have been supervised, inspected, tested or assisted by the said engineer(s)
and/or personnel of the OWNER.

23.1.10 If the CONTRACTOR’s work or any part thereof shall be consequent or resultant
upon any works performed by any other person or shall be in continuance thereof
or otherwise based or founded or dependant thereon, the CONTRACTOR shall

Page 209 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 60 of 134

before commencing with his/its work, bring to the notice of the Engineer-in-Charge,
in writing, any defects existing in said prior works.

23.1.11 It is an express condition of this Contract that the CONTRACTOR shall not
engage the services of the other contractors and/or their employees/workers
presently working in the Refinery, without prior written permission of the Owner.

23.2 THE JOB SITES

23.2.1 The CONTRACTOR shall provide, fix and be responsible for the maintenance of
all stakes, templates, level marks, profiles and the like and shall take all
precautions necessary to prevent their removal or disturbance and for their efficient
and timely reinstatement. The CONTRACTOR shall also be responsible for the
maintenance of all survey marks, boundary marks, distance marks, whether existing
or supplied/fixed by the CONTRACTOR.

23.2.2 Before commencing the work, the CONTRACTOR shall at his/its own cost and
initiative provide all necessary reference and level posts, pegs, bamboos, flags,
ranging rods, strings and other materials for proper layout of the work in
accordance with the scheme for bench marks acceptable to the Engineer-in-
Charge. The centre, longitudinal or face line and cross line shall be marked by
means of small masonry pillars. Each pillar shall have a distinct mark at the centre
to enable a theodolite to be set over it. No work shall be started until all these
points are approved by the Engineer-in-Charge in writing, but such approval shall
not relieve the CONTRACTOR of any of his responsibilities in respect of the
adequacy or accuracy thereof. The CONTRACTOR shall also provide all labour,
material, tools and other facilities necessary for the proper checking of layout and
inspection of the points during construction.

23.2.3 The CONTRACTOR shall be exclusively responsible for the provision and
maintenance of horizontal and vertical alignments and levels and for the correctness
of every part of the work in accordance therewith and shall, at his own cost, rectify
any error or imperfections therein.

23.3 SITE CLEARANCE, FILLING AND LEVELLING

23.3.1 The CONTRACTOR shall clear the job site of all unwanted trees, bushes,
undergrowth and overground and underground structures, pipes and
installations, and shall re-route, if necessary, any private utilities located on or
within the job sites and shall take care to keep the job site clean at all times for
easy access to the job site and also from the safety point of view to the satisfaction
of the Engineer-in-Charge.

23.3.2 The CONTRACTOR shall clean and keep clean the work site from time to time to the
satisfaction of the Engineer- in-Charge for easy access to work site and to ensure safe
passage, movement and working. All dismantled material shall be shifted /removed
by CONTRACTOR at his own cost to designated place. The Contractor shall clear

Page 210 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 61 of 134

away and remove from the Site any wreckage, rubbish and Temporary Works which
are no longer required in accordance with Good Industry Practice, Applicable Laws
and instructions of the Engineer-in-Charge, unless required to be maintained at the
Site as per the express instructions of Engineer-in-Charge
23.3.3 If the work involves dismantling of any existing structure in whole or part , any RCC
foundation, paved area care shall be taken to limit the dismantling up to the exact
point and/ or lines as directed by the Engineer-in-Charge and any damage caused
to the existing structure beyond the said line or point shall be repaired and restored
to the original condition at the cost and risk of CONTRACTOR to the satisfaction of
the Engineer-in-Charge, whose decision shall be final and binding upon the
CONTRACTOR.
23.3.4 The CONTRACTOR shall dispose off the unserviceable materials, debris etc. within
the Refinery complex and into the designated area as directed by Engineer-in-
Charge. The Lumpsum Prices shall be inclusive of the above activities also. The
CONTRACTOR shall sort out, clear and stack the serviceable materials obtained
from the dismantling/ renewal at places as directed by the Engineer-in-charge.

23.3.5 No extra payment-shall be paid on this account. The Prices quoted in SOR are
deemed to be inclusive of all the costs towards all the above activities as well.
23.3.6 The CONTRACTOR shall be the custodian of the dismantled materials till the
Engineer-in-Charge takes charge thereof.

23.4 COMPLIANCE WITH CODES AND STANDARDS

a) The Work and all systems, components and parts of the Works shall comply
with :

(i) Those design criteria, codes and standards which are specified in this
Contract, Scope of Contract and as agreed between CONTRACTOR and
OWNER, and
(ii) The requirements of all relevant Indian authorities, including without
limitation:
(a) Factories Act;
(b) Indian Petroleum Rules;
(c) Tariff Advisory Committee Guidelines;
(d) Liquid effluent discharge, as per Minimal National Standards
for liquid effluents and air emissions conforming to Pollution
Control Board Standards;
(e) Civil Aviation Rules;
(f) Indian Boiler Regulations;
(g) Indian Electricity Rules;
(h) Requirement of Chief Controller of Explosives;
(i) Requirement of Town & Country Planning Department;

Page 211 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 62 of 134

(j) Requirements of other authorities concerned with the Project or


with any licence, permission, sanction, approval or no objection
relative thereto, and the terms thereof.

b) Any modification to the agreed design criteria will be subject to the


CONTRACTOR providing detailed justification and OWNER’s/ Engineer-
in-Charge’s approval of the same.

23.5 CONDITIONS OF WORK

23.5.1 If necessary, the CONTRACTOR shall work overtime or in two or more shifts in a
day. The CONTRACTOR shall not be entitled to any extra compensation or
remuneration for overtime or double or triple shift working.

23.5.2 The CONTRACTOR will be expected to work on Sundays and holidays, if necessary,
without extra compensation. Contractor shall plan and take prior approval from the
Owner/ Engineer-in-charge to this effect.

23.5.3 The CONTRACTOR shall plan and organise all operations taking into
account all suspensions or shut downs necessitated by weather conditions and the
severity of weather conditions (foreseen or unforeseen) shall on no account
constitute a ground for extension of time for completion nor shall entitle the
CONTRACTOR to claim any idle charges or additional compensation howsoever
designated.

23.5.4 Notwithstanding the shut down or suspension of any operations necessitated


by weather conditions, the CONTRACTOR shall, without entitlement to any additional
compensation or remuneration, at his own cost and initiative take all steps
necessary to protect the job site and works, materials, equipment and machinery
at site during adverse weather conditions and the effects thereof and shall, at
his own cost and initiative, do and perform, to the satisfaction of the Engineer-
in-Charge, all such consequential rectification, repairs and/or reworking as shall be
necessary.

23.5.5 The CONTRACTOR shall plan, well in advance for the collection of materials and
equipment and the erection of such tarpaulins, sheds, wind breakers and/or other
protection as shall or may be necessary for work during adverse weather conditions

23.5.6 The CONTRACTOR shall also arrange and bring to job site and install such
pumps and special equipment and machinery as may be necessary to enable work
during the monsoon or adverse weather conditions and shall, at his own cost and
initiative, arrange for dewatering the job sites so as to keep the construction site and
areas to be worked upon free of water.

23.5.7 The CONTRACTOR shall not be entitled to any extra compensation or


remuneration for or relative to any work during the monsoon or adverse weather
conditions or for or relative to any special arrangements to be made and/or

Page 212 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 63 of 134

equipment or machinery to be brought to the job sites and/or operated to enable


such workings.

23.6 TIME FOR COMPLETION

23.6.1 The CONTRACTOR shall complete in all respects in accordance with the Contract,
the entire work within the time specified in this behalf in the Time Schedule
included in the bid documents.

23.6.2 Within 4 (Four) weeks from the date of receipt of notification of acceptance
of Bid the CONTRACTOR shall submit to the OWNER for approval a detailed
Progress Schedule in graphical or other suitable form, giving dates of starting and
finishing of various operations and works within the scope of work, providing
sufficient margin to cover for contingencies and for final testing and commissioning
and consequential repairs, replacement and/or supply. The Engineer-in-Charge
and the CONTRACTOR shall thereafter within another 14 (Fourteen) days settle
the Progress Schedule and the Progress Schedule so settled shall be the
approved Progress Schedule and shall form part of the contract with attendant
obligations upon the CONTRACTOR to commence the various works/operations
involved on or before date(s) mentioned in this behalf in the approved Progress
Schedule and to conclude the said works/operations on or before date mentioned
in this behalf in the approved Progress Schedule and default by CONTRACTOR
to commence or complete within prescribed date(s) any work or operation shall be
deemed to be a breach by the CONTRACTOR to which the provisions of clause
40.1 hereof relating to termination of contract shall apply, but without prejudice to any
other rights or remedies which the OWNER may have in this behalf.

23.6.3 The said Progress Schedule(s) to be submitted to the Engineer-in-Charge for


approval shall be accompanied as part thereof by a document which will list, relative
to each operation, the labour, machinery and equipment to be employed by the
CONTRACTOR to achieve the desired rate of progress, it being understood,
however, that the quantity and types therein indicated shall merely constitute an
indication of minimums, and shall not anywise absolve the CONTRACTOR from
his/its obligations to complete the work in all respects within the time for completion
specified in this behalf elsewhere in the bid documents and/or to employ additional
labour, machinery and equipment necessary to achieve the desired rates of
progress and/or to complete the work within the specified time.

23.6.4 If the CONTRACTOR shall fail to submit to the OWNER a Progress Schedule as
envisaged above or if the Engineer-in-Charge and CONTRACTOR shall fail to agree
upon the Progress Schedule as envisaged above, then the Engineer-in-Charge shall
in consultation with the CONTRACTOR prepare the Progress Schedule (the
dates of progress as fixed by the Engineer-in-Charge being final and binding
upon the CONTRACTOR except as herein otherwise expressly provided), and
shall issue the Progress Schedule so prepared to the CONTRACTOR, and the
provisions of clause 23.6.2 shall apply relative thereto as though it was as approved
Progress Schedule

Page 213 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 64 of 134

23.6.5 Any reference in the contract documents to the “approved Progress Schedule”
or to the “Progress Schedule” shall mean the “approved Progress Schedule”
specified in clause 23.6.2 above or the “Progress Schedule” prepared and
issued by the Engineer-in-Charge as specified in clause 23.6.4 above, whichever
shall be in existence.

23.6.6 Within 7 (Seven) days of the occurrence of any act, event of omission which, in the
opinion of the CONTRACTOR, is likely to lead to delay in the commencement or
completion of any particular work(s) or operation(s) or the entire work at any job
site(s) and is such as would entitle the CONTRACTOR to an extension of time
specified in this behalf in the Progress Schedule(s), the CONTRACTOR shall inform
the OWNER and the Engineer-in-Charge, in writing, of the occurrence of the act,
event or omission and the date of commencement of such occurrence. Thereafter,
if even upon the cessation of such act or event or the fulfillment of the omission, the
CONTRACTOR is of the opinion that an extension of the time specified in the
Progress Schedule relative to particular operation(s) or item(s) or works or the entire
work at the job site(s) is necessary, the CONTRACTOR shall, within 7 (Seven)
days after the cessation or fulfillment as aforesaid, make a request to the Engineer-
in-Charge for extension of the relative time specified in the Progress Schedule. The
Engineer-in-Charge may on such request at any time prior to completion of the
works extend the relative time of completion in the Progress Schedule for such
period(s) as he considers necessary, if he is of opinion that such act, event, or
omission constitutes a ground for extension of time in terms of the Contract
and that such act, event, or omission has in fact resulted in insurmountable delay
to the CONTRACTOR. The opinion/decision of the Engineer-in-Charge in this behalf
and as to the extension necessary shall subject to the provisions of clause 23.6.7
hereof, be final and binding upon the CONTRACTOR.

23.6.7 Notwithstanding the provisions of clause 23.6.6 hereof, the OWNER may at any
time after final completion of the Unit or works in all respects of its own initiative
consider a request for extension of time made by the CONTRACTOR to the
Engineer-in-Charge under Clause
23.6.6 or at the request of the CONTRACTOR made by way of appeal either
against the decision of the Engineer-in-Charge taken under clause 23.6.6 or against
the Engineer-in- Charge’s failure to take a decision under the said clause, if
satisfied of the existence of any ground(s) justifying the delay, extend the date
for completion of the work or any item or operation thereof for such period(s)
as the OWNER may consider necessary, and the decision of OWNER as to
the existence or otherwise of any grounds justifying the extension and as to the
period(s) of extension necessary shall be final and binding upon the
CONTRACTOR.

23.6.8 Subject as elsewhere herein or in the Contract documents expressly provided,


only the existence of force majeure circumstances as defined in clause 23.6.9
hereof shall afford the CONTRACTOR a ground for extension of time for completion
of the work or any part of the work or any operation(s) involved therein, and
specifically without prejudice to the generality of the foregoing, inclement or

Page 214 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 65 of 134

unforeseen weather, strike, lockouts, third party breach, delay in supply of


materials(s) or commercial hardship shall not afford the CONTRACTOR a ground
for extension of time or relieve the CONTRACTOR of his/its full obligations
under the Contract, nor will any forced shutdown or idleness or other
impediment in progress or
completion of the work due to any reason whatsoever afford the CONTRACTOR a
ground for extension of time or relieve the CONTRACTOR of his/its full obligation
under the Contract except and to the extent otherwise elsewhere herein specifically
provided.

23.6.9 “Force Majeure” shall mean an event beyond the control of the CONTRACTOR
and not involving the CONTRACTOR’s fault or negligence and not foreseeable,
such as, but not restricted to, wars (declared or undeclared) or revolutions, civil
wars, tidal waves, fires, major floods, earthquakes, epidemics, quarantine restrictions
and freight embargoes.

23.6.10 Upon an extension of the time for completion of the work or any part of the work
or any operation(s) involved therein, the extended date of completion shall be
deemed to be the relative date of completion in the Progress Schedule.

23.6.11 The extension of time shall be the sole remedy of the CONTRACTOR for any cause
or event of delay and the CONTRACTOR shall not be entitled in addition to
or in lieu of such extension, to claim any damages or compensation for extended
stay or otherwise whether under the law governing contracts or quasi-contracts or
any other relationship, and the CONTRACTOR hereby waives and disclaims any and
all contrary rights.

23.6.12 No assurance, representation, promise or other statement by any personnel, Engineer


or representative of the OWNER in relation to extension of time for
commencement or completion of any work(s) or operation thereof or of the entire
works under the Contract shall be binding upon the OWNER or shall constitute an
extension of time for commencement or 23.6.6 or Clause 23.6.7 hereof, unless the
same is communicated to the CONTRACTOR by the Engineer-in-Charge under
Clause 23.6.6 or by the General Manager - Projects, Mumbai Refinery under
Clause 23.6.7 and the writing specifically states to embody an extension of time
within the provisions of Clause 23.6.6 or 23.6.7 as the case may be, and
without prejudice to the foregoing, the mere agreement or prescription of a Progress
Schedule by the Engineer-in-Charge or any representative of the OWNER at
variance with the Progress Schedule, or approved Progress Schedule, as the case
may be, referred to in Clause 23.6.2,23.6.3 and/or 23.6.4 or containing an
extended time of commencement or completion in respect of the entire work(s)
or any part or operation thereof shall not anywise constitute an extension of time in
terms of the contract so as to bind the OWNER or to relieve the CONTRACTOR of
all or any of his/its liabilities under the Contract, nor shall constitute a promise
on behalf of the OWNER or a waiver by the OWNER of any of its rights in terms
of the Contract relative to the performance of the contract within the time specified
or otherwise, but shall be deemed only (at the most) as a guidance to the
CONTRACTOR for better organising his work on a recognition that the

Page 215 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 66 of 134

CONTRACTOR has failed to organise his work and/or to perform the same within
the time specified in the Progress Schedule established within the provisions of
clause 23.6.2, 23.6.3 or 23.6. hereof as the case may be.

23.7 PRICE ADJUSTMENTS

23.7.1 FOR SLIPPAGES IN COMPLETION

23.7.1.1 The provisions under Clause No. 10 –‘Liquidated Damages’ in the General Terms &
Conditions of Works Contract shall stand replaced with Price adjustment for slippages
in Completion as detailed in Annexure XIX of SCC

23.7.1.2 Application of price adjustment under clause 23.7.1.1 above shall be without
prejudice to any other right of the OWNER, including the right of termination
under Clause 40.1 and associated clauses thereunder

23.7.1.3 Nothing in Clause 23.7.1.2 above shall prevent the OWNER from exercising
its right of termination of Contract under Clause 40.1 hereof and associated clauses
thereunder, and the OWNER shall be entitled, in the event of exercising its said
right of termination after the last date for Mechanical Completion of the Unit(s)
and/or for final completion of the works as the case may be, as specified in the
Progress Schedule or any extension thereof, without prejudice to any other right
or remedy available to the OWNER, to discount as aforesaid in the contractual
price of services in addition to any amount as may be due consequent to a termination
under Clause 40.1 hereof and associated clauses thereunder

23.7.1.4 It is specifically acknowledged that the provisions of this Clause 23.7 and associated
Clauses thereunder constitute purely a provision for price adjustment and/or fixation
and are not to be understood or construed as a provision for liquidated damages or
penalty under Clause 74 of the Indian Contract Act or otherwise, and that the OWNER
shall be entitled to damages or compensation, as the case may be, for breach or delay,
independently of these provisions for price adjustment.
23.7.1.5 GST (if applicable) on account of Price adjustment for slippages in Completion as
detailed in Annexure XIX of SCC would be borne by Contractor

23.7.2 DELETED

23.8 SCHEDULE OF ACTIVITIES

23.8.1 The CONTRACTOR shall within 4 (Four) weeks from the date of issue of the
Letter of Acceptance, furnish to the OWNER a detailed Schedule of Activities
specifying in detail the various activities which the CONTRACTOR would be required
to perform and the milestones with respect to each which the CONTRACTOR would
have to achieve in order to set-up, complete, establish and successfully commission
the UNIT/ works in accordance with the Contract.

Page 216 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 67 of 134

23.8.2 Each activity entered in the Schedule of Activities and each milestone therein shall be
priced so as to break-up so far as possible, the Lumpsum Price of services into various
priced milestones of achievements and priced activities required to achieve those
milestones. The Schedule of Activities and the said priced break-up of activities therein
are intended only to provide a basis for the purpose of calculating on account payments
for services and for calculating payments due to the CONTRACTOR under clause 10.4
hereof upon cancellation of Contract, and for no other purpose.

23.8.3 The prices in Schedule of Activities shall be in conformity with the price(s) quoted by the
CONTRACTOR for the various activities and the Contractual provisions for on
account payments.

23.8.4 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the activities listed in the Schedule of Activities
for the works for which they are intended, and of the prices indicated in the Schedule
of Activities in respect thereof. Such review shall be performed in conjunction
with the design, engineering, specification and other technical reviews to be done
by the OWNER and all provisions applicable thereto shall be applicable to the review
of the Schedule of Activities.

23.8.5 The priced Schedule of Activities as approved by the OWNER shall constitute the
Schedule of Activities envisaged in the contract documents. However, no such approval
shall in any manner absolve the CONTRACTOR of his full responsibility under the
contract to perform within the lump-sum price of services specified in the Price-Schedule,
all services and to perform and undertake the work(s) required to set up, establish and
commission the Unit in accordance with the Contract and the specification, complete in
all respects, whether or not any particular work or activity required is included within
the Schedule of Activities and whether or not the price thereof is included in the price
indicated in the Schedule of Activities and whether or not the price thereof is in
conformity with the price thereof indicated in the Schedule of Activities.

23.8.6 The Schedule of Activities shall be subject to amendment in both items and prices in so
far as necessary consequent upon any amendment in any relevant related technical
particulars or consequent upon a Change Order, and upon any amendment, the
amended Schedule of Activities as approved by the OWNER shall thereafter constitute
the Schedule of Activities as envisaged in the Contract Documents, provided that no
such amendment shall by itself anywise oblige the OWNER to pay any amount in addition
to the Lumpsum Price of services as specified in the Price Schedule or oblige the
OWNER to pay or bear any tax or duty which it would not have had to pay or bear but
for such amendment.

23.9 REPORT AND RECORDS

23.9.1 The CONTRACTOR shall from time to time maintain at each job site (in addition to any
records or registers required to be maintained by the CONTRACTOR under any law,
rule or regulation having the force of law), such records and registers with respect to

Page 217 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 68 of 134

the materials and/or works as the Engineer-in-Charge or the OWNER shall require
the CONTRACTOR to keep and/or maintain from time to time.

23.9.2 In addition to any other records or registers to be maintained by the CONTRACTOR


from time to time and/or reports required to be furnished by the CONTRACTOR, the
CONTRACTOR shall submit to the Engineer-in-Charge and to the OWNER a Daily
Progress Report of all work done and/or progress achieved by the CONTRACTOR at
each job site within the preceding day.

23.9.2.1 The said daily Progress Report shall also contain category-wise the labour and
equipment deployed in the various activities during the previous day.

23.9.2.2 The CONTRACTOR shall also submit to the Engineer-in-Charge and to the OWNER at
the end of each week (terminating on Sunday), a Progress Report of all work done
and/or progress achieved by the CONTRACTOR at each job site within the preceding
week. The Report shall also indicate the targets and the slippage (if any) in the
achievement of targets, and the cause(s) for such slippage.

23.9.2.3 The CONTRACTOR shall also at the end of each English Calendar month submit
to the Engineer-in-Charge and to the OWNER, a Progress Report of all work done
and/or progress achieved by the CONTRACTOR at each job site within preceding
month. Such Report shall also indicate the slippages of any achievement in the targets
upto the previous month and the steps being taken and to be taken to catch up and
the catch up plan of the CONTRACTOR relative thereto. The said Report shall also
indicate in a separate statement, the equipment(s) received at the job site during the
previous month, the date of receipt of each equipment at site and whether the
equipments have been erected or deployed or not.

23.9.3 The failure by the CONTRACTOR to submit the reports as specified in Clause 23.9.2,
23.9.2.1,23.9.2.2 and/or 23.9.2.3 shall:

i. disentitle the CONTRACTOR from submitting any Running Account Bill or


other Bill or Invoice for material or equipment or for work done until the
CONTRACTOR shall have duly made up any shortfall in the compliance(s).

ii. constitute a breach of contract under Clause 40.1.1 (e) of the SCC

23.9.4 The receipt and/or acceptance of any such report by the Engineer-in-Charge
and/or the OWNER shall be without prejudice to the full rights and remedies of OWNER
and obligations/liabilities of CONTRACTOR under the Contract, and shall not anywise
operate as an estopped against OWNER by reason only of the fact that no notice or
objection was taken of any information contained in any such report; nor shall any
statement in any such report be deemed to be correct merely by virtue of the existence
of such statement, and it being uncontroverted by the OWNER or the Engineer-in-
Charge.

23.10 QUALITY ASSURANCE/QUALITY CONTROL PROGRAMME

Page 218 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 69 of 134

23.10.1 The CONTRACTOR s h a l l establish, document and maintain an effective Quality


Assurance Programme conforming to ISO 9001. Within 4 (Four) weeks of the issue of the
Letter o f acceptance, a detailed Quality Assurance Programme conforming to the
said specifications to be followed for the execution of the contract shall be submitted
by the CONTRACTOR to the Engineer-in-Charge for approval.

23.10.2 The Quality Assurance Programme, plans and procedures shall be furnished in the form
of a QA manual. This document should cover details of the personnel responsible for the
quality assurance plan or procedures to be followed for quality control in respect
of design, engineering, procurement, supply, work(s), fabrication, installation, testing and
commissioning. The quality assurance system should indicate organisational approach for
Quality Control and quality assurance of the construction activities, at all stages of work at
site as well as at manufacturer’s works and despatch of materials.

23.10.3 The Engineer-in-Charge shall review the Quality Assurance Programme within 3 (three)
weeks of receipt.
23.10.4 The CONTRACTOR shall within the Scope of Supply, arrange for and carry out
inspection activities in respect of imported equipment/ materials through an approved
Third Party Inspection Agency. Third party inspection shall be carried out by TPI office of
the country (ies) from where materials are being procured/ sourced. The Third Party shall
within its scope of work, examine the existence, correctness and completeness of all test
and other certificates and Reports required to be furnished under the approved Quality
Assurance Procedure (QAP), the applicable codes and specifications and the contract
documents.

23.10.5 Payments to be made to the Third Party Inspection Agency shall be the responsibility of the
CONTRACTOR. The responsibility for ensuring inspection/ testing as per
specifications, approved documents and agreed QAP and plans shall be that of the
CONTRACTOR. Inspection activities of the Third Party Inspection Agency shall be
coordinated by the Inspection Coordinator of the CONTRACTOR.

23.10.6 The CONTRACTOR shall ensure the following to maintain utmost quality in supply
of equipment/ materials :

a) No supply will be accepted unless drawings (wherever required) are approved under
Code-1.

b) The Inspection Agency shall carry out inspection based on Code-1 approved drawings and
approved QAP.

c) The Inspection Release Note issued by the Inspection Agency shall clearly stipulate that
materials/ equipment(s) has/have been inspected as per Code-1 approved drawings and
approved QAP, and that the Certificate and Reports referred to in Clause 23.10.4 which
have been examined by the Inspection Agency are correct and complete and have been
signed by the Inspection Agency in token thereof. Payment shall be released only after
receipt of the said Release Note from the Inspection Agency.

Page 219 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 70 of 134

d) No clearance shall be given to the CONTRACTOR for erection works or for installation of
the equipment without receipt of the Inspection Release Note as indicated in para © above
e) Pre-commissioning and commissioning of the plant and equipment and of the UNIT shall be
undertaken only after complete satisfaction/ verification of supplies as per final approved
drawings (Code-1) and QAP (Code-1).

23.10.7 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
the Engineer-in-charge feels that QA/QC Engineer(s) of the CONTRACTOR or any of them
are incompetent or that the designated Engineer(s) are insufficient, the CONTRACTOR
shall deploy other experienced Engineer(s) to the satisfaction of Engineer-In-Charge.

23.10.8 If the CONTRACTOR fails to comply with the requirements of the QAP and the above
provisions or to follow the instructions of Engineer-in-charge under Clause 23.10.7, the next
payment due to him shall not be certified, or if already certified, shall not be released unless
the CONTRACTOR complies therewith to the satisfaction of Engineer-in-charge.

23.10.9 If Third Party Inspection is specifically excluded from the CONTRACTOR’s responsibility
under the Contract, the inspection shall be carried out by the Eng ineer -I n- charge ( EIC)
or by any other Inspection Agency nominated by the OWNER, and Cl. 23.10.4, 23.10.5,
23.10.7 and 23.10.8 shall stand accordingly modified.

24.0 EXECUTION OF THE WORK

24.1 The CONTRACTOR shall provide sufficient labour, staff (qualified and unqualified),
machinery, tools and equipment, S o f t w a r e , material and things whatsoever necessary
for the proper performance of the work and to ensure the rate of progress as envisaged in
the Progress Schedule.

24.2 If in the opinion of the Engineer-in-Charge (whose opinion in this behalf shall be final), the
work(s)/operation(s) at any job site or as a whole is/are not meeting the progress necessary
to achieve the relative date of completion in the Progress Schedule, the Engineer-in-Charge
may instruct the CONTRACTOR to employ/provide additional labour, staff, machinery,
tools, equipment or material necessary to achieve the required progress and the
CONTRACTOR shall forthwith comply with such instruction(s) without any extra time for
completion .

24.3 Should the CONTRACTOR fail to comply with such instruction(s) or fail to comply therewith
to the satisfaction of the Engineer-in-Charge (whose opinion in this behalf shall be
final and binding upon the CONTRACTOR), the Engineer-in-Charge may, at his discretion,
at the risk and cost of CONTRACTOR, appoint, procure or provide the material(s)
and/or the additional labour/personnel and or equipment as the Engineer-in-Charge
(whose decision in this behalf shall be final and binding upon the CONTRACTOR) considers
necessary to achieve the necessary progress in relation to any particular work/operation
or the work as a whole, or may appoint subcontractor(s) for the performance of any particular

Page 220 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 71 of 134

work or operation and/or for the supply of any requisite material. In so doing, the Engineer-
in-Charge shall be deemed to be acting for and on behalf of and as agent of the
CONTRACTOR and any such appointment(s), procurement or provision shall be deemed
to have been made by the CONTRACTOR and shall be paid for by the
CONTRACTOR and/or out of any amounts payable to the CONTRACTOR. The OWNER
shall also be entitled in this event to 15% (Fifteen Percent) as supervision charges on the
total cost of such appointment(s), procurement(s) and/or provision(s), and the OWNER
shall be entitled (without prejudice to any other mode of recovery) to deduct the
same from the running account/final bills of the CONTRACTOR or any amount howsoever
becoming payable to the CONTRACTOR from time to time and the decision of the
Engineer-in-Charge as to the cost incurred in this behalf shall be final and binding upon the
CONTRACTOR.

24.4 Should the Engineer-in-Charge at any stage (notwithstanding that the time for completion of
the relative work or item of work as specified in the Progress Schedule has not expired)
be of the opinion (the opinion of the Engineer-in-Charge in this behalf being final) that the
performance of any work or item of work by the CONTRACTOR is unsatisfactory
(whether in the rate of progress, the manner, quality or workmanship of the performance
or in the adherence to specifications, or in the omission, neglect or failure to do, perform,
complete or finish any works or item, or for any other cause whatsoever), the Engineer-in-
Charge shall be entitled (without prejudice to any other rights of the OWNER and/or
obligations of the CONTRACTOR under the Contract) at his discretion and after consulting
the CONTRACTOR at the risk and cost of the CONTRACTOR either to appoint, procure
and/or provide such labour, staff, machinery, tools, materials etc. as the Engineer-in-
Charge (whose decision shall be final and binding upon the CONTRACTOR) considers
necessary to achieve satisfaction in relation to the particular work, operation or item or
work, or the work as a whole, as the case may be, or to appoint one or more
subcontractors for the satisfactory performance thereof or any part thereof, or to
undertake the performance thereof or any part thereof departmentally, and the provisions
of clause 24.3 hereof shall mutatis mutandis apply to any action taken by the Engineer-in-
Charge pursuant to this clause in the same manner as applicable to an action taken under
the said clause.

24.5 After and so far as the performance of any work or supply of any materials under Clause
24.3 or under Clause 24.4 shall involve payment of any advance(s) or down payment(s)
or any other payment in advance of the payments for relative works or supplies to the
CONTRACTOR, such payment(s) shall be funded out of the amounts payable or
becoming payable on the Running Account Bills or other Bills of the CONTRACTOR
and/or out of any Bank Guarantees to secure advance(s) or otherwise held by the OWNER
pursuant to this contract.

24.6 Any action, taken by the Engineer–in-Charge under clause 24.3 and/or 24.4 shall be
without prejudice to the full liability of the CONTRACTOR under the Contract including but
not limited to the OWNER’S full rights under clauses 23.7 and associated clauses
thereunder, and under clauses 40.7 and 40.8 hereof.

Page 221 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 72 of 134

24.7 During the progress of the works, the CONTRACTOR shall keep the site reasonably free
from all unnecessary obstruction and shall store or dispose of any constructional plant
and surplus materials and clear away and remove from the site, any wreckage, rubbish or
temporary works no longer required.

25.0 SUB-CONTRACTS

25.1 The CONTRACTOR shall not assign, sub-contract or subject the whole or any part of the
work in any manner to any third party lien, right or interest, provided that the
CONTRACTOR may, with the prior written approval of Engineer-in-Charge and subject
to the other provisions in this behalf, sub contract any particular work or part of the work
to a subcontractor approved by the Engineer-in-Charge.

25.2 Each Sub-Contractor shall be covered by the contract on the same basis
as the CONTRACTOR, provided, however, that notwithstanding approval of the
Sub-Contract as aforesaid and notwithstanding that the OWNER/Engineer-in-Charge
shall have received a copy of the Contract between CONTRACTOR and Sub-Contractor,
the CONTRACTOR shall be and shall remain exclusively responsible to the OWNER,
for which purposes the Sub-Contractor shall, visa-vis the OWNER, be deemed to be the
servant/agent of CONTRACTOR employed for the performance of the particular work with
full responsibility on CONTRACTOR for all acts, omissions and defaults of the Sub-
Contractor.

25.3 Subject as herein above in this behalf specifically permitted and provided, the
CONTRACTOR shall not sub-contract or assign any work under the Contract, and any
sub-contract in breach hereof shall be deemed to be an assignment of the Contract or part
or portion thereof sub- contracted, as the case may be.

25.4 If any sub-contractor engaged upon the work at the site executes any work which in the
opinion of the Engineer-in-Charge is not of the requisite standard (the opinion of the
Engineer-in-Charge being final in this behalf), the Engineer-in-Charge may after
consulting the CONTRACTOR, by written notice to the CONTRACTOR require the
CONTRACTOR to terminate such sub-contract, and the CONTRACTOR shall upon the
receipt of such notice, terminate such sub-contract at the risks and cost of the
CONTRACTOR, and shall keep OWNER indemnified against the consequences

25.5 Notwithstanding such sub-contract being approved by Engineer-in Charge as herein


envisaged, the CONTRACTOR shall, at the commencement of every month, furnish
the Engineer-in- Charge with a list of all sub-contractors engaged and working at the site
during the previous month, with particulars of the general nature of the works performed
by them.

26.0 SUB-CONTRACTOR FOR CONSTRUCTION WORKS

Page 222 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 73 of 134

26.1 Following the issue of the Letter of Acceptance, the CONTRACTOR will submit to the
OWNER and Engineer-in-Charge for approval the details of sub-Contractors for
construction in the Format prescribed by the OWNER for the purpose. The
CONTRACTOR shall ensure that only competent and resourceful agencies with proven
track record and performance should be proposed for the work to be sub-contracted.

26.2 The list of construction sub-contractors proposed by the Bidders in the Bid shall be
considered as indicative only.

26.3 A minimum of the following construction activities shall be performed by the


CONTRACTOR directly and shall not be sub-contracted:

i. Total Project Management


ii. Planning, Scheduling, Monitoring
iii. Procurement: (except for procurement of Cement, Steel and aggregate)
iv. Quality Assurance including HSE
v. Construction Management
vi. Mechanical Completion, Pre-commissioning, Start up and Commissioning

26.4 Additionally, the CONTRACTOR must deploy its own manpower for planning, supervision
and quality of works at site including Project Manager(s), Quality Control Engineer(s) for
various disciplines, Planning Engineer(s) and front line supervisors for Civil, Electrical,
Mechanical, Piping and Instrumentation jobs. Sub-contracting of these activities shall
not be permitted under any circumstances.

27.0 DELETED

28.0 MISCONDUCT
28.1 If and whenever any of the CONTRACTOR’s or Sub-contractor’s agents, sub-
agents, assigns, consultants or employees shall in the opinion of the Engineer-in-
Charge (whose opinion in this behalf shall be final), be guilty of misconduct or be
incompetent or indifferently qualified or negligent in the performance of his/their
duties, or if in the opinion of the Engineer-in-Charge (which shall be final), it is
undesirable for any reason (which need not be disclosed to the CONTRACTOR) for
such person(s) to be employed in the works, the CONTRACTOR, if so directed by
the Engineer-in-Charge, shall forthwith remove or cause to be removed such
person(s) from employment thereon, and any person(s) so removed shall not be re-
employed in the works except with the prior permission in writing of the Engineer-in-
Charge. Should the CONTRACTOR be requested to repatriate any person removed
from the works, the CONTRACTOR shall do so forthwith at his own cost. Any
person(s) so removed from the works shall be immediately replaced at the expense
of CONTRACTOR by a qualified and competent substitute.

28.2 The CONTRACTOR shall keep the OWNER/Consultant indemnified from and
against all personal and third party claims whatsoever (inclusive of all costs

Page 223 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 74 of 134

incurred between attorney and client) arising out of any act or omission on part the
of any sub-contractor or agent, sub-agent, consultant or employee of the
CONTRACTOR or any Sub-contractor, whether committed, omitted or arising
within or without the scope of the contract, sub-contract, agency or employment,
as the case may be.

29.0 INSPECTION AND TESTING OF MATERIALS

29.1 All materials to be supplied by the CONTRACTOR within the scope of supply shall
each be individually inspected, tested and analysed in terms of the specifications,
applicable codes and the relevant practices specified therein or elsewhere in
the contract document by expression or implication.

29.2 Inspection, tests and analysis shall be carried out in so far as possible, at the
place of manufacture, production or fabrication of the materials, at the cost of the
CONTRACTOR / manufacturer.

29.3 In each and every instance, the CONTRACTOR shall give the OWNER and its specified
representatives, adequate advance (minimum 15 days) notification of the schedule
of inspection or test so that the OWNER/its representative may witness the same. The
CONTRACTOR shall afford the OWNER/its authorised representatives, access to any
and all parts of manufacturer’s facilities or other places where manufacture, production
or fabrication is being done, of any material intended for supply within the scope of
supply.

29.4 The OWNER shall be entitled at all times whether prior to despatch of stores, by itself
and/or through inspectors appointed by the OWNER to inspect, test and/or analyse
and/or to direct the manufacturers to inspect, test and/or analyse, any materials used
or proposed to be used in the manufacture, production or fabrication of any
material to be supplied by the CONTRACTOR within the scope of supply. The
said inspection, test and analysis as far as required, shall be conducted in the
presence of the inspector. The manufacturer shall ensure that the inspecting
personnel referred to above are given free access to all the required places and
information connected with their work, besides working facilities to carry out their
functions. The said inspection, test and analysis shall be so conducted as not to
interfere with the manufacturer’s normal production.

29.5 The OWNER shall be entitled at any time at the risk of the CONTRACTOR to inspect
and/or test by itself or through any independent person(s) or agency(ies) appointed
by the OWNER any materials, items and components whatsoever supplied or
proposed to be supplied for incorporation in the works

29.6 Further, the OWNER may, if he so considers necessary for reasons to be recorded
in writing, direct the CONTRACTOR to conduct such inspection or tests in addition
to the inspection/ tests specified in the Contract or the applicable codes, standards
and/or practices. The inspection and/or tests, if conducted by the CONTRACTOR,

Page 224 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 75 of 134

shall be conducted at the expense of CONTRACTOR and may be directed by


the OWNER to be conducted by agency(ies) nominated by the OWNER. Such
tests may include destructive and/or non- destructive tests by ultrasonic,
electromagnetic, radiological, visual and other means.

29.7 Where the manufacture or fabrication of any materials intended for incorporation in
the works is being done by any person(s) other than the CONTRACTOR, and/or
in the premises/workshop of any person other than the CONTRACTOR, the
CONTRACTOR shall procure and arrange for the inspection or testing and/or
analysis thereof by such other person(s) and shall provide the OWNER and/or its
authorised representative(s) every facility and assistance necessary for the inspection
and/or testing thereof.

29.8 The CONTRACTOR shall also, on receipt of intimation or any communication


of any inspection or tests by the OWNER or any agencies nominated by the OWNER
in this behalf,present himself or his authorised representative(s) at the place of
inspection and/or testing to receive any orders or instructions consequent thereto, as
shall be necessary.

29.9 The CONTRACTOR shall furnish to the OWNER and/or agency specified by the
OWNER for the purpose of inspection or approval when requested, or as required
by the inspection or other contract documents, adequate samples of all materials and
finishes intended for incorporation in the works. Such samples shall be submitted
before the work is commenced, permitting sufficient time for tests/examination(s)
thereof by the OWNER. All materials furnished and finishes incorporated in the
work shall conform to the approved sample(s) in all respects

29.10 The CONTRACTOR/manufacturers including their authorised Subcontractors/


Suppliers shall make available to the OWNER and any other individual/agency
authorised by the OWNER, for the purpose of inspection, all its records and results
in respect of inspection, test and analysis conducted by it as part of their
manufacturing and testing operations under the applicable codes and practices

29.11 Should the manufacturers fail to comply with any of the provisions aforesaid
relating to inspection, testing and/or analysis, the OWNER shall be entitled by
itself and/or through inspector to conduct the inspection, test and/or analysis at the
risk and expense of the manufacturer/CONTRACTOR in all respects.

29.11.1 No rejected material, component or sub-assembly shall be used or reused for


manufacture, production or fabrication of any material(s) intended for permanent
incorporation in the works

29.12 Unless otherwise specifically authorised by the OWNER in writing, the supplier shall
not ship or dispatch for shipment, within the scope of supply, any store(s) which have
not been priorly inspected, tested and/or analysed as herein contemplated and
in respect of which a certificate of quality has not been issued or signed by the
inspectors.

Page 225 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 76 of 134

29.13 If the rejection rates at the OWNER’S inspection for defects exceeds 5% (Five percent),
the OWNER shall be entitled to halt production until the cause thereof is rectified,
without any liability to the OWNER and without in any manner relieving the
CONTRACTOR of its full liabilities under the Contract.

29.14 The Engineer-in-Charge shall be entitled for reasons to be recorded in writing to reject
at any time even after delivery to the job site any defective materials
(including specially manufactured or fabricated items and components) supplied by
the CONTRACTOR for incorporation in the works, notwithstanding previous inspection
and/or testing thereof by or on behalf of the OWNER without rejection or previous
approval thereof by or on behalf of the OWNER and upon such rejection the
CONTRACTOR shall either perform such work or improvement thereon or in respect
thereof as shall be necessary to bring the material, item or component to the requisite
standard, or shall if so required by the Engineer-in-Charge (whose decision in this
behalf shall be final), remove the rejected material/item/component from the job site
within the time specified by the Engineer–in-Charge and replace it at his own cost and
expense (without additional remuneration or compensation in respect thereof) with
material (s)/item(s)/component(s) approved by the Engineer-in-Charge.

29.15 Should the CONTRACTOR commit a breach of its obligations under Clauses
29.11.1 or Clause 29.12 or Clause 29.14 hereof, the CONTRACTOR shall be deemed
to be in breach of contract within the provisions of Clause 40.1 hereof with regard
to termination of Contract, and the provisions of the said Clause and associated
provisions thereunder shall apply to such breach.

29.16 Notwithstanding anything provided in the foregoing clauses hereof and notwithstanding
that the OWNER and/or its representative or any agency appointed by the
OWNER has inspected, tested and/or approved any raw material intended to be
incorporated in any material(s) to be supplied pursuant to the Scope of Supply
and/or has inspected, tested and/or approved any such material(s), the
CONTRACTOR shall be and remain fully responsible under the Contract for and in
relation to specification fulfillments and performance guarantees. The said inspection,
tests and related procedures are intended only for the OWNER’S satisfaction that prima
facie the raw material and/or material(s), as the case may be, intended for incorporation
and/or supply under the Contract, are in order.

30.0 INSPECTION AND TESTING OF WORKS

Notwithstanding anything to the contrary stated in the relevant provisions in the


General Terms & Conditions of Works Contract, under clause 5.g.,5.h.,5.i., the
following additional clauses shall be applicable

30.1 The CONTRACTOR shall at all times ensure highest standards of workmanship
relative to the work to the satisfaction of the Engineer-in-Charge. The Engineer-in-
Charge shall have the power to inspect or cause to be inspected the works in all
respects at any and all times up to completion of the works, as also, to test or to

Page 226 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 77 of 134

instruct the CONTRACTOR to test the works or any structure, material or component
thereof at the risk and cost of the CONTRACTOR, either by the CONTRACTOR
or by any agency(ies) nominated by the Engineer-in-Charge in this behalf.

30.1.1 The CONTRACTOR shall provide all facilities, instruments, material, labour and
equipment required for testing the work (including checking the setting out of the
works) and shall afford the Engineer-in-Charge all assistance necessary to conduct
or have conducted the inspection and tests.

30.1.2 The CONTRACTOR shall also provide and keep at all times during the progress of
the work and maintenance period, proper means of access to the works and every
part thereof by means of ladders, gangways etc. and the necessary attendants to
move and set up the same as directed by the Engineer-in-Charge for inspection or
measurement of the works.

30.2 On no account shall the CONTRACTOR proceed with cover up or otherwise place
beyond reach of inspection, test or measurement any work before necessary
inspection entries are filled in the Site Inspection Register by the Engineer-
in-Charge or his authorised representative. Should the CONTRACTOR do so, the
same shall be uncovered at CONTRACTOR’S risk and expense for carrying
out of the inspection, test and/or measurement.

30.3 Should the CONTRACTOR fail to comply with any provisions foregoing relative to
inspection and/or testing of the works, the Engineer-in-Charge shall in his absolute
discretion be entitled to remove, dismantle and/or uncover, as the case may be, at the
risk and cost of the CONTRACTOR, such cover-up thereof installed, erected or put
up by the CONTRACTOR and to conduct or have conducted the test(s) and/or
examination at the risk and cost of the CONTRACTOR. In such event the
CONTRACTOR shall also bear the risk and cost of the replacement, reinstallation or
re-erection of the concerned work(s) or part thereof, as case may be.

30.4 Notwithstanding anything provided in the foregoing clauses hereof, the


CONTRACTOR shall be and remain liable at his own cost and initiative to conduct
all tests at all relevant times during performance, erection and installation of any
work(s), as shall be required in terms of the contract documents or the codes,
standards or practices referred to therein, or as reasonably required by the
Engineer–in-Charge, such tests to be conducted through agency(ies) or
Laboratory(ies) specified or approved by the Engineerin-Charge in this behalf

30.5 Should the Engineer-in-Charge on inspection or test be not satisfied with the
quality or workmanship of any work(s), or any part thereof (the decision of the
Engineer-in-Charge being final in this behalf), the CONTRACTOR shall reperform,
replace, re-install and/or re- erect, as the case may be, such work(s) or part as the
case may be and no such rejected work(s) or part shall be used or reused with
reference to the works except with the prior permission of the Engineer-in-Charge and
the provisions of Clause 30.7 hereof shall apply to default by the CONTRACTOR of
the provisions of this clause.

Page 227 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 78 of 134

30.6 Notwithstanding anything provided on foregoing clauses hereof and notwithstanding


that the Engineer-in-Charge and/or his representative has inspected, tested and/or
approved any particular work(s) or structure or part thereof, such inspection, test
or approval shall not absolve CONTRACTOR of his full responsibility under the
contract inclusive of and relative to specification fulfillments and performance
guarantees. The said inspection and test procedure is intended basically to
satisfy the OWNER that prima facie the work(s) done and/or structure or system
installed is/are in order.

30.7 Should the CONTRACTOR fail to re-perform, replace, reinstall and/or re-erect, as
the case may be, any work(s) or structure, or part thereof rejected or found defective
in terms of clause 30.5 hereof within such period as the OWNER or Engineer-in-
Charge may specify by written notice to the CONTRACTOR in this behalf, without
prejudice to the rights of the Engineer in- Charge under Clause 24.3 and Clause 24.4
thereof, the CONTRACTOR shall be deemed to be in breach of contract within the
provisions of clause 40.1 hereof with regard to termination of Contract and the
provision of the said clause and associated provisions thereunder shall apply to
such breach, and the OWNER shall be entitled (without prejudice to any other right
or remedy available to the OWNER) upon expiry of the period specified in said
notice, to demolish and/or remove the rejected/defective work(s) and/or structure, or
part thereof and to re-perform, replace, re-install and/or re-erect, as the case may
be, the same by itself or through other agency or CONTRACTOR at the risks and
cost of the CONTRACTOR in all respects, and to recover the costs incurred by the
OWNER in this behalf together with a supervision charge of 15% (Fifteen percent)
thereon admissible to the OWNER, and the OWNER shall be entitled (without
prejudice to any other mode of recovery) to deduct the same from the Running
Account/ Final Bill(s) of the CONTRACTOR or any monies becoming due to the
CONTRACTOR from time to time and the decision of the Engineer-in-charge as to
the cost incurred by the OWNER as aforesaid shall be final and binding
upon the CONTRACTOR.

31.0 DELETED

32.0 COMPLETION CERTIFICATE

32.1 After the final tests have been successfully completed in respect of all the works
envisaged in the contract, or after the UNIT has been Mechanically completed, as the
case may be, the CONTRACTOR shall clear the job site of all scaffolding, wiring, pipes,
surplus materials, CONTRACTOR’s labour, equipment and machinery and shall
demolish, dismantle and remove all CONTRACTOR’s site offices and quarters and
other temporary works, structure and constructions and other items and things
whatsoever brought upon or erected at the job site or on any land allotted to the
CONTRACTOR by the OWNER and not incorporated in the permanent works and
shall remove all rubbish from the job site and the land allotted to the CONTRACTOR
and shall clear, level and dress the job site and said land to the satisfaction of the
Engineer-in-Charge and shall put the OWNER in undisputed custody and possession
of the job site and all land allotted by the OWNER to the CONTRACTOR and unless

Page 228 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 79 of 134

the CONTRACTOR shall have fulfilled the provisions of the clause, the works
shall not be deemed to have been completed.

32.2 Upon the satisfactory fulfillment by the CONTRACTOR of the provisions of


Clause 32.1 hereof, the CONTRACTOR shall be entitled to apply to the
Engineer-in-Charge, for a Completion Certificate in respect of the entire work or
work at any job site, as the case may be, upon submission of the following documents:

I. The Technical Documents according to which the work was carried out.

II. Complete set of working drawings showing therein corrections and


modifications (if any)made during the course of execution of the works, signed
by the Engineer-in-Charge.
III. Statement of final levels as set for various works, signed by the Engineer-in-
Charge.
IV. Final Test Certificate issued by the Engineer-in-Charge (if commissioning
is not within the CONTRACTOR’s scope of the work with respect to which
the Final Test Certificate has been issued) and Commissioning Certificate (if
Performance Tests are not within the CONTRACTOR’s scope of work) and
Commissioning and Performance Test Certificate (if Performance Tests are
within the CONTRACTOR’s scope of work) issued by the Engineer-in-Charge.
V. Confirmation of Engineer-in-Charge of satisfactory fulfillment of the
provisions of the
Clause 32.1 hereof.

VI. Item-wise list of surplus materials including the quantity & estimated
value of each surplus item (out of the materials issued by the OWNER or
brought at site by the CONTRACTOR) returned to the OWNER’s Store or
otherwise disposed of, duly signed by the Engineer-in-Charge.
VII. Materials-at-site accounting for OWNER-supplied materials, signed by the
Engineer-in- Charge.
VIII. Discharge in respect of OWNER-supplied equipment and machinery,
signed by the Engineer-in-Charge, and

IX. Declaration by the CONTRACTOR that he has duly cleared any and all of the
dues payable by him to his Labour/Piece rate workers (PRWs), Sub-Contractors,
Suppliers, Vendors, Income Tax, GST and Customs, Provident fund, ESI and
royalties, if any , as applicable to the Scope of Work under the Contract.”

32.3 If the Engineer-in-Charge is satisfied of the completeness in all respects of all


documents specified in Clause 32.2 and of proper reconciliation and accounting
of all materials the Engineer-in-Charge shall, within 1 (One) month of receipt
of the application for the Completion Certificate, issue a Completion Certificate in
respect of the works for which the Completion Certificate has been applied. If the
CONTRACTOR cannot produce to the satisfaction of the Engineer-in-Charge, the
statement of reconciliation or other explanation of issues, utilisation and balance of
materials, the Engineer-in-Charge shall (after taking into account irrecoverable

Page 229 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 80 of 134

losses, if any, determined to be reasonable by Engineer-in-Charge) debit the


CONTRACTOR the reasonable cost of such material plus 15% (Fifteen percent)
thereof under the provision of item (x) of clause 14.1 hereof and issue the
Completion Certificate subject thereto. The decision of the Engineer-in-Charge as
to the acceptability of the material reconciliation furnished by the CONTRACTOR
and as to the irrecoverable losses, if any, permissible shall be final and binding
upon the CONTRACTOR.

32.3.1 The issue of a Completion Certificate shall be without prejudice to the OWNER’s rights
and CONTRACTOR’s liabilities under the Contract, including the CONTRACTOR’s
liability for the defect liability period under clause 33.1 hereof nor shall the issue of a
Completion Certificate in respect of the works be construed as a waiver of any right or
claim of the OWNER against the CONTRACTOR in respect of works or any of them.

32.4 Up to and until issue of the Completion Certificate as provided for herein above in
respect of the works, the work(s) and all materials incorporated therein shall be and
remain at the risks of the CONTRACTOR in all respects, including (but not limited to)
accident, lightning, earth- quake, fire, storm, flood, tempest, riot, civil commotion
and/or war.

32.5 Without limiting his obligations and liabilities under Clause 32.4 hereof, the
CONTRACTOR shall takeout erection insurance and/or other suitable insurance
and at all times from the commencement of the work keep insured for full value
the works in progress and completed works in the joint names of the OWNER and
the CONTRACTOR against loss or damage from whatsoever causes arising,
including the risks specified below, in a manner that the OWNER and the
CONTRACTOR are covered during the period of construction of the works and
are also covered during the defect Liability Period for loss or damage arising from
any cause occurring prior to the commencement of the Defect Liability Period and
for any loss or damage occasioned by the CONTRACTOR in the course of any
operation carried out by it for the purposes of complying with its obligation under
clause 33.1 hereof. Such insurance(s) shall be effected with an insurer(s) and in
terms approved by the OWNER (which approval shall not be unreasonably
withheld) and the CONTRACTOR shall whenever required produce to the
Engineer-in-Charge or his representative, the policy or policies of insurance and
the receipt for payment of the current premium(s) PROVIDED THAT the OWNER
shall, at the CONTRACTOR’s cost, insure under the Emergency Risk Insurance
Law as applicable in India from time to time, the OWNER’s works covered under
this contract as insurable under the said law.
The policy(ies) of insurance aforesaid shall stipulate exclusive rights in the OWNER to
receive all monies due in respect of such policy(ies), and the OWNER shall exclusively
be entitled to receive all monies payable under said policy (ies). In default by the
contractor to effect or maintain insurance as aforesaid, the Owner shall be entitled (but
without obligation to do so) to take out/or pay the premium for any such policy (ies)
and deduct the premium(s) and other costs and expenses incurred in this behalf by
the Owner from the monies for the time due or payable or becoming due or payable to
the Contractor.
PROVIDED ALWAYS THAT:

Page 230 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 81 of 134

(i) Notwithstanding anything herein provided, the CONTRACTOR shall be and


remain solely and exclusively liable to repair, restore or replace, as the case may
be, works (including the materials therein incorporated) damaged or destroyed
as a result of any force majeure or other act or omission, notwithstanding the
existence or otherwise of any policy(ies) of insurance aforesaid, with the intent
that any policy(ies) of insurance aforesaid taken out by the CONTRACTOR or
by the OWNER on default by the CONTRACTOR, shall not anywise absolve the
CONTRACTOR from his full liability under Clause 32.4 hereof or otherwise but
shall constitute merely an additional security and not a substitution of liability.
(ii) It shall be the exclusive responsibility of the CONTRACTOR to lodge and pursue
any or all claims in respect of the insurance aforesaid.
(iii) The CONTRACTOR shall, as a condition to the certification of any Running
Account Bill, satisfy the OWNER/ Engineer-in-Charge of the existence of one or
more policy(ies) of insurance covering the materials as specified herein. The
policy(ies) of insurance aforesaid shall cover all insurable risks including but not
limited to any loss or damage in handling at storage point, transit from storage
point, storage at job site and during erection and upto issue of Completion
Certificate against theft, pilferage, riot, civil commotion, force majeure (including
earth quake, flood, storm, cyclone, tidal wave, lightening and other adverse
weather conditions), accidents of kinds, fire, war risks and explosion.
Notwithstanding anything herein provided the Provisions of clause No. 65.0 shall
also be applicable.

32.6 APPLICATION OF PROCEEDS OF INSURANCE


(a) Proceeds of any policy(ies) of insurance received by the OWNER pursuant to Clause
14.1(vii) or Clause 32.5 hereof shall be utilized at the sole discretion of the OWNER
either for payment to the CONTRACTOR for repair, restoration or replacement, as the
case may be, of the relative materials or works, or to meet the costs of repair,
restoration or replacement in the event of the CONTRACTOR refusing or failing or
neglecting to undertake such repair, restoration and/or replacement, as the case may
be, without prejudice to any other right or remedy available to the OWNER in respect
of such default, failure or neglect.
(b) If the CONTRACTOR repairs, restores or replaces, as the case may be, the lost,
damaged or destroyed materials or works affected to the satisfaction of the OWNER,
the CONTRACTOR shall be entitled to the disbursement by the OWNER of the full
monies received by the OWNER under the relative policy(ies) of insurance with respect
to such materials or works repaired, restored or replaced, as the case may be, by the
CONTRACTOR.

33.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS

The Provisions under Clause 5.n of General Terms and Conditions of Contract–
Defects Liability stand revised as follows

Page 231 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 82 of 134

33.1 The primary Defect Liability Period for the complete works/Unit(s) shall be 12 (twelve)
months from the date of the issue of the Commissioning Certificate or 8000 hours of run,
whichever shall be earlier, provided that if the Unit(s) cannot be commissioned for a
cause solely attributable to the OWNER within 12 (twelve) months from the Mechanical
Completion, the primary Defect Liability Period shall be 18 (Eighteen) months from the
date of Mechanical Completion.
Notwithstanding the expiry of the primary Defect Liability Period aforesaid, the
CONTRACTOR shall be and remain liable:
(i) To correct and/or rectify or replace, as the case may be, the defective works or
materials with respect to which a greater defect liability period than as stated
above has been specified in any of the Contract Documents, for the entirety of
the period so specified; and
(ii) To pass on to the OWNER the benefit(s) of any or all warranties or guarantees
which may be available to the CONTRACTOR from its vendors in respect of
materials or parts or components thereof which enure(s) for a period in excess
of the primary Defect Liability Period specified above.
33.2 The CONTRACTOR shall at its own cost and initiative, within the scope of work, correct,
repair and/or rectify to the satisfaction of the OWNER/Engineer-in-Charge any and all
defects and/or imperfections in the design of the work and/or in the works performed
and/or systems, materials (including plant, equipment and machinery) incorporated
therein as shall be discovered during the said defect liability period and if it be not
possible to correct, repair and/or rectify any defective works and/or system(s),
incorporated therein, the CONTRACTOR shall at his own cost and initiative replace
and/or re-install the defective works, system(s) and/or materials and shall, insofar as
necessary for the purpose, at his own cost and initiative re-perform in whole or in part
the relative and/or any associated works to the satisfaction of the OWNER/Engineer-in-
Charge, and shall within the scope of supply, supply any and all materials required to
correct, repair and/or rectify the defect and/or imperfections and/or to replace or re-install
the defective works.

33.2.1 The responsibility under Clause 33.1 (i) hereof shall, without prejudice to the
foregoing, include the responsibility on the part of the CONTRACTOR at his own cost
and initiative (and without cost to the OWNER), to provide and furnish, within the scope
of work, all labour, equipment, crafts and inputs, whatsoever required in and relative to
the correction, repair, rectification, replacement, installation and/or re-performance of
the relative work(s) and/or system(s), and to supply within the scope of supply, all
materials and other items to be incorporated therein including, without prejudice to the
generality of the foregoing, the supply by the CONTRACTOR of all materials.

33.3 The defect liability period for any works re-performed and/or systems, materials,
components or other items supplied and incorporated therein pursuant to the
obligations of the CONTRACTOR under Clause 33.1 shall be 12 (Twelve) months
from the date of correction, repair, rectification, replacement and/or re-installation
thereof, as the case may be, with the intent that the provisions of Clause 33.2 hereof

Page 232 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 83 of 134

and associated provisions thereunder shall apply thereto in respect of all defects
discovered during a period of 12 (Twelve) months from the date of completion of the
relative correction, repair, rectification, replacement and/or re- installation, as the case
may be, in the same manner and to the same extent as applicable in respect of the
original works. For the purpose of clarification, it is stated that such extended defect
liability period shall be applicable only to the particular work, system, material,
component or other item corrected, repaired rectified, replaced, re-performed or re-
installed, as the case may be (example: if the bearings of an equipment are replaced,
the extended defect liability shall be applicable only with respect to the bearings, while
the basic defect liability period shall be applicable to the relative equipment).

33.4 Should the CONTRACTOR fail to fulfill his obligations under Clause 33.1, 33.2 and / or
33.3 and associated clauses thereunder, the provisions of Clause 30.7 hereof
shall mutatis mutandis apply.

33.5 In fulfillment of the CONTRACTOR’s obligations relative to defects, the CONTRACTOR


shall so arrange the working as to cause the least inconvenience to the OWNER in
operating the UNIT and/or avoid shut-downs thereof except during the periods of
planned shut-down or idleness in the course of normal operation of the system (s).

34.0 CONTRACTOR’S GUARANTEES

34.1 WORKMANSHIP GUARANTEE

34.1.1 Workmanship for manufacture and construction shall be carried out in accordance with
the requirements of the Contract and the codes and standards and practices therein
specified. Any defective material supplied or defective works done, shall be made good
and shall, if so required by the OWNER or the Engineer-in-Charge, be replaced by new
materials within the relative scope of Work and/or supply without any additional cost to
Owner .

34.1.2 The CONTRACTOR accepts full responsibility for the quality and correctness of all
materials (including plant and equipments and all components/parts) and Works within
the CONTRACTOR’s scope of supply and/or scope of work including but not limited to :

a. Selection of materials;
b. Material specifications and metallurgy;
c. Work specifications;
d. Fabrication/manufacturing workmanship
e. Engagement of experienced, reliable and qualified suppliers, engineers and/or
sub- Contractors.

34.2 SPARE PARTS

34.2.1 COMMISSIONING SPARES

Page 233 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 84 of 134

The CONTRACTOR shall procure and supply all spare parts required during
commissioning of the UNIT and various systems. The price of supply shall be deemed
to be inclusive of the provi sion of all such commissioning spares required till
successful commissioning of the UNIT. The CONTRACTOR should make available
all the commissioning spares required at site at least 4 (four) weeks prior to
commissioning
34.2.2 MANDATORY SPARES

The CONTRACTOR shall within the Lumpsum Price supply all the mandatory spares
as specified elsewhere in Bidding Document required for the UNIT. The handing over
of the spares will be followed through ERP/ Computerised system and the templates
against individual category of items shall be duly filled in by the CONTRACTOR
including price for each item before handing over the mandatory spares to OWNER.
Methodology/Modalities to be followed for handing over of spares as per ERP/
Computerised system shall be provided by OWNER during Kick of Meeting.
34.2.3 OPERATION AND MAINTENANCE (O&M) SPARES
The lump-sum price quoted shall not include cost of O & M Spares required during the Defect Liability
Period.
a) The CONTRACTOR shall, within 3 (three) months of finalisation of all the
suppliers by the CONTRACTOR, furnish to the OWNER the current price list
for O&M spares for 2 (two) years operation beyond the Defect Liability Period
as recommended by manufacturers of various equipment (other than
commissioning, mandatory and O&M spares required during the defect liability
period). Price lists of these spares are intended for information purpose only
shall not be included in quoted Lumpsum Price.

35.0 MEASUREMENTS, CERTIFYING INSPECTIONS AND PAYMENTS

35.1 CERTIFYING INSPECTIONS

All provisions hereinafter referred to in Clauses 35.2 in respect of measurement


shall mutatis mutandis apply to all inspections required to be made in order to
qualify the CONTRACTOR for any payment(s) under the Contract and any
reference in the said clauses to measurements shall, for the purpose of this
clause, be deemed to be a reference to certifying inspections and any reference
therein to the measurement book shall, for the purpose of this clause, be deemed
to be a reference to the certifying inspection book.

35.2 MEASUREMENT

Clause 7.a. of GTC stands replaced with following:

Page 234 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 85 of 134

35.2.1 All measurements shall be in the metric system, and except where expressly indicated to
the contrary in the Contract, all measurements shall be taken in accordance with the
procedure set forth in the Contract documents notwithstanding any provision(s) in the
relative standard method of measurement or any other general or local custom to the
contrary.
35.2.2 All measurements shall be taken jointly by the Engineer-in-Charge or his representative
on the one hand and the CONTRACTOR or his representative on the other hand, and the
CONTRACTOR shall be bound to present himself or his authorised representative for
measurement(s) whenever so required by the Engineer-in-Charge or his designated
representative, and shall remain present throughout the time required for joint
measurements.
35.2.3 If the CONTRACTOR absents himself for any reason whatsoever on any date appointed
for joint measurements, the joint measurements shall be taken by the Engineer-in-Charge
or his representative in the absence of the CONTRACTOR and such measurements
signed by the Engineer-in-Charge or his representative shall be final and binding upon
the CONTRACTOR.
35.2.4 Measurements shall be signed and dated on each page by the
CONTRACTOR/CONTRACTOR’s representative and Engineer-in-Charge or his
representative. If the CONTRACTOR objects to any of the measurements recorded,
including the mode of measurement, such objection shall be noted in the Measurement
Book/Sheet against the item objected to and such note shall be signed by the
CONTRACTOR/CONTRACTOR’s representative and Engineer-in-Charge or his
representative. In the absence of any noted objections as aforesaid, the CONTRACTOR
shall be deemed to have accepted the relative measurements as entered in the
Measurement Book/ Sheets and shall be barred from making or recording any objection
in respect of the measurements recorded in the Measurement Book/Sheets.
35.2.5 All measurement(s) relative to which any objection have been noted in the Measurement
Book/Sheet shall be submitted to the Engineer-in-Charge for his decision, and the
decision of the Engineer-in-Charge relative thereto (whether on the correct measurement
to be adopted or on the mode of measurement to be adopted) shall be final and binding
upon the CONTRACTOR.

35.3 FINAL BILL


35.3.1 On the basis of the Lumpsum Price provided in the Contract, the CONTRACTOR
shall prepare a Final Bill in the prescribed form with reference to the total supplies
covered by the scope of supplies and shall prepare a separate Final Bill with reference
to the total services covered by the scope of services. Such Bill shall be prepared
by applying the price of materials specified in FORM SP-2 of the Price Schedule in
respect of supplies broken up with respect to the indigenous materials and with respect
to imported materials (including plant, parts and components) in accordance with
the break-up of the Price of Materials given in FORM SP-2 of the Price Schedule
and the various formats thereunder, and by applying the price of services specified in
FORM SP-1, SP-3 of the Price Schedule in respect of works/services broken up with
respect to the various heads of services/works in accordance with the break- up of
the Price of services given in FORM SP-1, SP-3 of the Price Schedule and the
various formats thereunder. Additions claimed to the Lumpsum Price or

Page 235 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 86 of 134

reductions therefrom resultant upon any Change Order(s) shall be separately


indicated in the Final Bill with reference to the relative Change Orders(s).

35.3.2 The Final Bill shall, in addition to the payment entitlements arrived at according
to the provisions of Clause 35.3.1 hereof separately state and include therein all
claims of the CONTRACTOR as provided for in Clause 36.3 hereof.

35.3.3 The Final Bill drawn in accordance with Clause 35.3.1 shall be submitted together with
the Completion Certificate to the Engineer-in-Charge for certification, who shall certify
the Final Bill, if drawn in accordance with Clause 35.3.1. After certification of the
Engineer-in-Charge, the Final Bill shall be submitted in quadruplicate (or in such other
number of copies as the OWNER may prescribe) accompanied by the Completion
Certificate to the OWNER for payment.
35.3.4 All monies payable under the Contract for works to be performed and materials to be
supplied up to and including successful completion and final tests and commissioning
of the system and performance tests shall become due and payable to the
CONTRACTOR only after submission to the OWNER of the Final Bill prepared in
accordance with the provisions of Clause 35.3.1 hereof and associated provisions
thereunder accompanied by the Completion Certificate in respect of the works.

35.3.5 Payments of the amount(s) due on the Final Bill to the extent certified by the
Engineer-in- Charge, shall be made within 12 (Twelve) weeks from the due date as
specified in Clause 35.3.4 hereof, subject to the deductions provided in Clause
35.3.5.1.

35.3.5.1 All payments due to the CONTRACTOR on the Final Bill shall be subject to
deduction of “on- account” payments and other amounts due from
CONTRACTOR to the OWNER, tax deductions as provided for in Clause 35.6.2
and associated clauses thereunder, and any other deduction provided for herein
or agreed to between the parties or required to be made under any law, rule or
regulation having the force of law for the time being applicable, or elsewhere provided
for in the Contract documents

35.4 PRICE SCHEDULE/SCHEDULE OF PRICES

35.4.1 The remuneration determined due to the CONTRACTOR as provided for in Clause
35.3.1 hereof shall constitute the entirety of the remuneration and entitlement of the
CONTRACTOR in respect of the work under the Contract, and no further or other
payment whatsoever shall be or become due or payable to the CONTRACTOR under
the Contract.

35.4.2 Without prejudice to the generality of the provisions of Clause 35.4.1 hereof, the
Price Schedule and Lumpsum Price shall be deemed to include and cover (unless
otherwise expressly specified to the contrary in any contract document(s)) :

Page 236 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 87 of 134

35.4.2.1 All costs, expenses, outgoings and liabilities of every nature and description
whatsoever and all risks whatsoever (foreseen or unforeseen, including force majeure)
to be taken or which may occur in or relative to execution, completion, testing,
commissioning and/or handing over the works to the OWNER and/or in or
relative to acquisition, loading, unloading, transportation, storing, working upon,
using, converting fabricating, or erecting any item, equipment, system, material or
component in or relative to the works, and the CONTRACTOR shall be
deemed to have known the nature, scope, magnitude and the extent of the works and
items, materials, equipment, and components required for the proper and complete
execution of the works though the Contract documents may not fully and precisely set
out, describe or specify them, and the generality hereof shall not be deemed to
be anywise limited, restricted or abridged because in certain cases the Contract
documents or any of them shall or may and/or in other cases they shall or may not
expressly state that the CONTRACTOR shall do or perform any particular labour or
service or because in certain cases the Contract documents state that a particular
work, operation, supply, labour or service shall be performed/made by the
CONTRACTOR at his own cost or without additional payment, compensation or
charge or without entitlement of claim against the OWNER or words to similar effect,
and in other cases they do not, or because in certain cases it is stated that the same
are included in or covered by the Price Schedule and in other cases it is not so stated.

35.4.2.2 The cost of all construction and related vessels, craft, vehicles, movements,
plant, equipment, supply of water and power, construction of temporary roads
and access, temporary works, pumps, wiring, pipes, scaffolding, piling, shuttering and
other materials, supervision, labour, insurance, fuel, stores, spares, supplies,
appliances and materials, items, articles and things whatsoever (foreseen of
unforeseen) by expression or implication to be supplied, provided or arranged in or
relative to or in connection with the performance and/or execution of the works and/or
related or incidental thereto, complete in every respect in accordance with the Contract
document, and the plans, drawing, designs, orders and/or instructions;

35.4.2.3 The cost of mobilisation including but not limited to mobilisation of vehicles,
movements, machinery, equipment, gear, tools, tackle, consumables and other items
and goods and personnel necessary for or to perform the works contemplated
under the Contract, preparation and erection of work yards and other work places
and facilities necessary for or to perform the works contemplated under the Contract
and/or to supply the material included within the scope of supplies including all work,
labour, inputs, goods, equipment, and other items and things whatsoever necessary
for the performance of the works, dismantling and/or removal of the same and
restoration of the site, lifting the materials and transporting them to CONTRACTOR’s
stock piles/work yard, job sites and loading, stacking and/or storing the same.

35.4.2.4 The costs and risks of all rents, royalties, licenses, permits, permission and other fees,
duties, penalties, levies, and damages whatsoever payable for or in respect of any
protected or patented goods, materials, equipment or processes employed in or
relative to the works and of all rents, royalties, licenses, permits, permissions and
any other fee, duty, penalty, levy, loss or damages payable on the excavation, removal
or transportation of any material or acquisition or use of any right of way or other right,

Page 237 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 88 of 134

licenses, permit, privilege, permission or uses required for or relative to the performance
of the work.

35.4.2.5 The cost of all sales taxes and/or octroi or terminal taxes payable in India with
regard to materials supplied by the CONTRACTOR within the scope of supplies,
all customs and import duties, excise duties, Indian Income Tax, Sales Tax and other
direct and indirect taxes and duties, quay, wharfage, demurrage, detention and landing
charges and all other duties, taxes, fees, charges, levies, and/or cesses whatsoever
imposed or to be imposed by the Central Government or State Government or
Municipal or Local Bodies or other Authorities whatsoever and payable on any materials
supplied and/or on works performed without any entitlement to the CONTRACTOR for
any exemption, remission, refund or reduction thereof.

35.4.2.6 The cost of all indemnities under the Contract, and insurance premia on insurance
required in terms of the Contract documents or otherwise under any law, rule or
regulation, and the cost of all risks whatsoever (foreseen and unforeseen) including
but not limited to risks of delay or extension of time or reduction or increase in the work
or scope of work and/or cancellation of Contract, and/or accident, strike, civil
commotion, war, strike, labour trouble, third party breach, fire, lighting, inclement
weather, storm, tempest, flood, earthquake and other acts of God, Government
regulation or imposition or restriction, dislocation of road, rail, sea, air and other
transport, access or facility, flooding of site and/or access roads and approaches
thereto, suspension of work, sabotage and other cause whatsoever.

35.4.2.7 The cost of all inspections, tests and certificates relative thereto including third party
tests and/or inspections where necessary, and of items, instruments, plant and/or
tools and appliances required to conduct such inspection and tests.

35.4.2.8 The cost of all materials supplied and/or intended for incorporation in the works
supplied within the scope of work, delivery thereof to the job site, loading, transportation
and unloading thereof, waste on materials, and return of empties and surpluses.
35.4.2.9 The cost of all escalations (foreseen and unforeseen) including but not limited to
increase in Government taxes and duties, labour costs and material costs and other
inputs whatsoever, unless specific provision is not there in contract.

35.4.2.10 All supervision charges, establishment’s overheads, finance charges and other
costs and expenses and charges to the CONTRACTOR, and the CONTRACTOR’s
profit of and relative to the work and/or supply.

35.4.2.11 The cost of all deductions, reductions, discounts, adjustments and withholdings
whatsoever under or in connection with the Contract.

35.4.3 The rates stated in the Price Schedule and the lump sum price(s) shall not be subject
to escalation or increase for any reason whatsoever.

Page 238 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 89 of 134

35.4.4 Notwithstanding any provision to the contrary in these conditions, the Engineer-in-
Charge may at his absolute discretion agree to accept as complete any incomplete
works or items of work performed or supply made by the CONTRACTOR at variance
with the specifications, subject and upon the terms and conditions of this clause. Upon
such acceptance in writing by the Engineer-in-Charge, such works/materials shall be
deemed to have been accepted as complete (but without prejudice to any right(s) of the
OWNER or obligation(s) of the CONTRACTOR relative thereto under the Contract)
subject to the terms and conditions of this clause. The conditions of such acceptance
shall be that the CONTRACTOR shall be entitled to reduced remuneration therefor
only as determined by the Engineer-in-Charge in accordance with the provisions of
Clauses 7.4 hereof, and the provisions of the said clause shall in all respects mutatis
mutandis apply to such work and/or supply, as the case may be, and for the
determination of the reduced remuneration to the CONTRACTOR in respect
thereof, provided always that the remuneration therefor shall on no account
exceed the Lumpsum price or remuneration therefor payable under the Price Schedule
in respect of the relative completed works or supply.

35.5 ADVANCE AND ON ACCOUNT PAYMENT

35.5.1 Without prejudice to the provisions of Clause 35.3.4 hereof, the OWNER shall by
way of assistance to the CONTRACTOR, make “advance” or “on-account” payments
to the CONTRACTOR during the progress of the work and/or supply on the basis
of Running Account Bills or otherwise as elsewhere more specially provided
for in the Contract documents.

35.5.2 The following provisions shall apply with respect to “advance” payments
to the CONTRACTOR:
35.5.2.1 Advance(s) paid to the CONTRACTOR shall carry interest at the rates specified
in the Special Conditions of Contract, and shall be adjustable (without prejudice
to the any other mode of recovery) from the Running Account Bills of the
CONTRACTOR as provided in the Special Conditions of Contract.

35.5.2.2 The advances paid to the CONTRACTOR shall be used for execution of this
contract only and the CONTRACTOR shall satisfy the OWNER in this regard
whenever required. If it is found that an advance has been utilised by the
CONTRACTOR in whole or part for any other purpose, the OWNER may at its
discretion forthwith recall the entire advance and, without prejudice to any other
right or remedy available to the OWNER, recover the same by recourse to
any Bank Guarantee(s).

35.5.3 The approved Bill of Materials shall form the basis for the calculation of “on-
account” payments with respect to supplies of materials. It is understood, however,
that the Bill of Materials or approval thereof by the OWNER shall not in any way
relieve the CONTRACTOR of its full responsibility to supply to the OWNER within
the scope of supply, any and all materials whatsoever required for the performance
of the work within the scope of work, or otherwise howsoever confine the responsibility

Page 239 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 90 of 134

of the CONTRACTOR within the scope of supply to the supply of materials indicated
in the Bill of Materials, nor shall it otherwise be assumed or be deemed or construed
as an acceptance by the OWNER of the adequacy or sufficiency of the materials
listed in the Bill of Materials to meet the quantitative and/or qualitative requirements
of the materials required to be supplied by the CONTRACTOR under the scope of
supply or otherwise in any manner operate to bind the OWNER or to limit the liability
of the CONTRACTOR, such Bill(s) of Materials being designed only to provide a basis
for making “on account” payments to the CONTRACTOR for materials supplied, with
a view that the OWNER shall make “on account” payments to the CONTRACTOR for
the various materials supplied on the basis thereof in the manner and at the time in
this behalf provided for in the contract.

35.5.4 The approved Schedule of Activities shall form the basis for the calculation of on
account payments with respect to services/works performed by the CONTRACTOR. It
is however understood that the Schedule of Activities or approval thereof by the
OWNER shall not in any way relieve the CONTRACTOR of his full responsibility to
perform within the scope of services/works whatsoever is required for the performance
of the work covered by the scope of work or otherwise however confine the
responsibility of the CONTRACTOR to the performance of the services indicated in
the Schedule of Activities, nor shall otherwise be assumed or be deemed or construed
as an acceptance by the OWNER of the adequacy or sufficiency of the work/activities
listed in the Schedule of Activities to meet the quantitative and/or qualitative
requirements of services required to be performed or work required to be done by
the CONTRACTOR under the scope of services or otherwise in any manner operate
to bind the OWNER or to limit the liability of the CONTRACTOR, such Schedule of
Activities being designed primarily to provide a basis for making On Account payments
to the CONTRACTOR for works/services performed, with a view that the OWNER
shall make “On Account” payments to the CONTRACTOR for the work/services
performed on basis thereof in the manner and at the time in this behalf provided for in
this Contract.

35.5.5 For the purposes of making “on account” payments for the work performed,
monthly or otherwise as the Engineer-in-Charge may specify in this behalf, the
CONTRACTOR shall make a quantitative assessment of the work performed by the
CONTRACTOR as listed in the Schedule of Activities during the preceding month or
other specified period and shall submit a Running Account Bill (in the form prescribed
by the OWNER) in quadruplicate to the Engineer-in-Charge for the works performed
during the said month/period with detailed measurement thereof, the said Running
Account Bill(s) to be drawn by applying the rates applicable under the Schedule of
Activities to the applicable items, which shall be subject to certification by the
Engineer-in-Charge specified for the purpose. The Engineer-in-Charge shall
thereafter have a summary verification undertaken of the work and quantities entered
in the Running Account Bills and shall certify the Running Account Bills for payments
on basis of such verification.

35.5.5.1 For the purpose of making “On Account” payment for materials supplied within the
scope of supply other than payments made in advance monthly or otherwise as
the Engineer-in- Charge may specify in this behalf, the CONTRACTOR shall

Page 240 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 91 of 134

make a quantitative list of material supplied by the CONTRACTOR within the scope
of supplies at the job site and of the “On Account” payment made in respect thereof
prior thereto, and of the “On Account” payment(s) becoming due in respect thereof
during the preceding month or other specified period as the case may be supported by
the Certificate of Verification and Good Condition given by the Engineer-in-Charge
in order to qualify for the relative on account payment claimed as due. The
CONTRACTOR shall submit such assessment in the form of a Running Account Bill
prepared in the format prescribed or approved by the OWNER in this behalf in
quadruplicate to the Engineer-in-Charge. The Running Account Bill(s) shall be
drawn by applying applicable parts of the price(s) for relative materials as indicated
in the Bill(s) of materials for the applicable item(s) and shall be subject to certification
by the Engineer-in- Charge. The Engineer-in-Charge shall thereafter have a summary
verification undertaken of the materials and quantities entered in the Running Account
Bill(s) and of the amount claimed and shall certify the Running Account Bill(s) for
payment on the basis of such verification.

35.5.6 The amount certified for payment by the Engineer-in-Charge on any Running
Account Bill within the provisions for “on account” payments in the Contract
documents shall be conclusive for the determination of any “on account”
payments and no claim shall be entertained by the OWNER contrary thereto or in
contradiction thereof.

35.5.6.1 In any certificate for on account payment, the Engineer-in-Charge shall be


authorised to adjust in whole or part, any previous amount certified by error.

35.5.7 All “on account” payments shall be subject to deduction of previous payments on
account and of all claims of the OWNER, adjustments and/or deductions provided for
in the Contract or agreed to between the parties, tax deductions and any other
deductions required to be made under any law, rule or regulation for the time being in
force.

35.5.7.1 All “advance” and “on account” payments shall be regarded merely as advance payments
against the amounts due to the CONTRACTOR in terms of the Contract, and any such
payments shall be without prejudice to the full rights of the OWNER under the contract and the
liabilities of the CONTRACTOR thereunder, and specially shall not be regarded as an
acceptance or completion of any works or the acceptance of any materials paid for in terms of
any Running Account Bill or otherwise, notwithstanding any verification or certification by the
Engineer-in-Charge or otherwise in respect thereof.

35.5.7.2 Except as elsewhere herein to the contrary provided, the Schedule of Activities or Bill
of Materials or other criterion applied by the CONTRACTOR in respect of any work or supply
in his Running Accounts Bill(s) or acceptance thereof by the Engineer-in-Charge in verifying
the bill in respect of such work or supply or criterion applied shall not be deemed to be binding
upon the OWNER as determining the completeness, acceptance or price payable for relative
work or supply.

Page 241 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 92 of 134

35.6 MODE OF PAYMENT AND TAX DEDUCTIONS


35.6.1 All payments made under or in terms of the Contract, payable in Indian currency,
shall be made thru online e – mode. Contractor shall submit Bank mandate as per
HPCL format duly attested by their Banker.

35.6.1.1 On written request from the CONTRACTOR, the payments by the OWNER
to the CONTRACTOR may be made by wire transfer to an account or accounts to be
designated by the CONTRACTOR and maintained by the CONTRACTOR with a bank
or banks in India in respect of Rupee payments and to a bank or banks in the country
in which CONTRACTOR’s relevant bank account is located in respect of the
Dollar/Home Currency payments, and shall be deemed to have been fully discharged
when deposited in Dollars/Home Currency or Rupees as the case may be, in the
account or accounts designated by CONTRACTOR as aforesaid, provided that, once
all acts necessary to initiate the relevant wire transfer have been completed within
the time specified for such payment, any delays within the international or
domestic banking system in the transfer of such payments to CONTRACTOR’s
account or accounts shall not give rise to a claim that OWNER has breached
its payment obligations hereunder. If funds are not received in the account or
accounts designated by CONTRACTOR, OWNER will furnish upon CONTRACTOR’s
written request, documentary substantiation that all steps necessary to initiate the
transfer of such funds have been taken by OWNER’s bank or banks. All costs
associated with such wire transfer and incurred in India shall be for OWNER’s
account, and all other costs shall be borne by the CONTRACTOR

35.6.2 The CONTRACTOR shall be primarily responsible for the payment of all Indian
Income tax.

35.6.2.1 It is to understand that in terms of the Indian Law, the OWNER is responsible also
to deduct at source Indian Income Tax at prescribed rates on any money paid
or payable by the OWNER to a non-resident CONTRACTOR. With this in view,
the following stipulations shall apply with respect to payments to nonresident
CONTRACTOR.

(i) The CONTRACTOR shall promptly apply for instructions from Income Tax
Authorities in India of the rate at which deductions of tax at source shall be
made by the OWNER on payments to the CONTRACTOR. Any information
required by the Owner or Income Tax Authorities for such instructions shall
promptly be furnished by the CONTRACTOR, in the form (if any) required.
Pending such instructions, the OWNER shall not release any payment to a
non-resident CONTRACTOR.

(ii) The amount(s) deductible at source by way of Indian Income Tax in


accordance with the instructions of the Indian Authorities or otherwise as
aforesaid shall be deducted from all amounts payable by the OWNER to the
CONTRACTOR.

Page 242 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 93 of 134

TDS certificates for the tax deducted by the Owner from payments will be
provided to the contractor on quarterly basis.

(iii) The amounts deducted shall be paid by the OWNER directly to the
Income Tax Authorities on behalf of the CONTRACTOR.

(iv) In the event of the amounts deducted being found ultimately to be in


excess of the Indian Income Tax assessed, the CONTRACTOR shall be
exclusively responsible to apply for and collect the refund thereof from the
Income Tax authorities concerned in this behalf.

(v) In the event of the amount deducted being found to be less than the Indian
Income Tax payable on assessment or otherwise, the CONTRACTOR shall
forthwith pay the short- fall to the concerned Indian Income Tax Authorities,
and shall indemnify and keep indemnified the OWNER/Consultant from and
against all claims and recoveries against the OWNER/Consultant relative
thereto.

35.6.2.2 The CONTRACTOR shall be exclusively liable to pay directly to the concerned
Income Tax Authorities in India and to bear all Indian Taxes payable relative to
employment of any personnel by the CONTRACTOR.

36.0 CLAIMS BY THE CONTRACTOR

36.1 Should the CONTRACTOR consider that he is entitled to any extra payment or
compensation in respect of the works or supplies over and above the amounts due in
terms of the Contract as specified in Clause 35.4.1 hereof, the CONTRACTOR shall
give notice in writing of its claim in this behalf to the Engineer-in-Charge and the
OWNER within 14 (Fourteen) days from the date of the issue of orders or instructions
relative to any work(s) for which the CONTRACTOR claims such additional payment or
compensation, or from the date of the happening of any other event upon which the
CONTRACTOR bases such claim, as the case may be. Such notice shall give full
particulars of the nature of such claim, grounds on which it is based, and the amount
claimed. The OWNER shall not anywise be liable in respect of any claim by the
CONTRACTOR unless notice of such claim shall have been given by the CONTRACTOR
to the Engineer-in-Charge and the OWNER in the manner and within the time aforesaid,
and the CONTRACTOR hereby waives and relinquishes any and all claims and all his
rights in respect of any claim which is not notified by the CONTRACTOR to the Engineer-
in-Charge and the OWNER in writing in the manner and within the time aforesaid.

36.2 The Engineer-in-Charge and/or the OWNER shall be under no obligation to reply to
any notice of claim given or claim made by the CONTRACTOR within the provisions
aforesaid or otherwise, or to otherwise reject the same, and no omission or failure on
the part of the Engineer-in-Charge or the OWNER to reject any claim made
or notified by the CONTRACTOR nor any consideration thereof or dealing therewith

Page 243 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 94 of 134

shall be deemed to be an admission by the OWNER of the validity of such claim or


waiver by the OWNER of the provisions of Clause 6.6.1.0 hereof

36.3 Any or all claims of the CONTRACTOR notified in accordance with the provision of
Clause36.1 hereof as shall remain/ persist at the time of preparation of the Final Bill by the
CONTRACTOR shall be separately included in the Final Bill prepared by the
CONTRACTOR in the form of a Statement of Claims attached thereto, giving particulars
of the nature of such claim, grounds on which it is based, and the amount claimed,
and shall be supported by copy(ies) of the notice(s) sent in respect thereof to the
Engineer-in-Charge and the OWNER under Clause 36.1 hereof. In so far as such
claim shall in any material particular be at variance with the claim notified by the
CONTRACTOR within the provisions of Clause 6.6.1.0 hereof, it shall be deemed to be
a claim different from the notified claim with consequence in respect thereof indicated
in Clause 36.1 hereof, and with consequence in respect of the notified claim as
indicated in Clause 36.3.1 hereof.

36.3.1 Any and all notified claims not specially reflected and included in the Final Bill in
accordance with the provisions of Clause 36.3 hereof shall be deemed to have
been waived and relinquished by the CONTRACTOR, and the CONTRACTOR hereby
waives and relinquishes all rights to raise or include in the Final Bill any claim(s) other
than a notified claim conforming in all respects to and in accordance with the provisions
of Clause 36.3 hereof.

36.4 No claim(s) shall on any account be made by the CONTRACTOR after the Final Bill, with
the intent that the Final Bill prepared by the CONTRACTOR shall reflect any and all claims
whatsoever of the CONTRACTOR against the OWNER arising out of or in connection
with the Contract or any supply made or work performed by the CONTRACTOR
thereunder or in relation thereto, and notwithstanding any enabling provision in any law or
Contract and notwithstanding any claim in quantum meruit that the CONTRACTOR could
have with respect thereto, the CONTRACTOR hereby waives and relinquishes any
and all such claims not included in the Final Bill and absolves and discharges the
OWNER from and against the same, even if in not including the same as aforesaid,
the CONTRACTOR shall have acted under a mistake of law or of fact, or shall claim to
have acted under economic compulsion or necessity.

36.5 Notwithstanding the existence of any claim by the CONTRACTOR in terms hereof
or otherwise, the CONTRACTOR shall continue and be bound to continue and
perform the works and supplies to completion in all respects according to the
Contract (unless the contract be priorly determined by the OWNER).

36.6 The payment of any sum on account to the CONTRACTOR during the performance of
any work or the making of any supply in respect of which a claim has been notified by the
CONTRACTOR in terms of Clause 36.1 hereof or the making or negotiation of any interim
arrangement(s) by the OWNER in respect of the performance of such work or item of
work or the making of any supply or item of supply by the CONTRACTOR shall not be
deemed to be an acceptance of the related claim by the OWNER, or any part or portion
thereof unless specifically signed by the authorised representative of the OWNER and
the CONTRACTOR as an Amendment to Contract, or as an Agreed Variation, with

Page 244 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 95 of 134

the intent that any such payment or arrangement shall (unless signed as an
amendment or variation aforesaid) constitute merely a facility or assistance to the
CONTRACTOR, and not an obligation upon the OWNER.

36.7 If required by the OWNER, the Engineer-in-Charge shall be authorised to require


the CONTRACTOR to furnish, and the CONTRACTOR shall, upon the request of the
Engineer- in-Charge/OWNER, furnish all invoices, vouchers and accounting records as
may be deemed necessary by the Engineer-in-Charge/OWNER for the purpose of
verifying any CONTRACTOR’s claim.

37.0 DISCHARGE OF OWNER’S LIABILITY

37.1 The acceptance by the CONTRACTOR of any amount paid by the OWNER
to CONTRACTOR in respect of the Final Bill of the CONTRACTOR in settlement of
all said dues to the CONTRACTOR under the Final Bill shall, without prejudice to the
claims of the CONTRACTOR included in the Final Bill in accordance with the provisions
of clause 36.3 hereof, be deemed to be in full and final satisfaction of all such
dues to the CONTRACTOR notwithstanding any qualifying remarks, protest or condition
imposed or purported to be imposed by the CONTRACTOR relative to the acceptance
of such payment, with the intent that upon acceptance by the CONTRACTOR of
any payment made as aforesaid, the contract (including the arbitration clause)
shall stand discharged and extinguished insofar as relates to and/or concerns the
entitlements of the CONTRACTOR under the Contract except for the CONTRACTOR’s
right, if any, to receive payment in respect of his notified claims included in his Final
Bill and the right to receive payment of the unadjusted balance of the Composite
Performance Bank Guarantee in accordance with the provisions of Clause 38.3 hereof
on successful completion of the defect liability period. But nothing herein stated shall
affect the CONTRACTOR’s undischarged liabilities and obligations under the Contract.

37.2 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
the CONTRACTOR in respect of the notified claims of the CONTRACTOR included in
the Final Bill, in settlement of the claims of the CONTRACTOR, shall be deemed to be
in full and final settlement of all claims of the CONTRACTOR notwithstanding any
qualifying remarks, protest or condition imposed or purported to be imposed by the
CONTRACTOR relative to the acceptance of such payment made as aforesaid with the
intent that upon acceptance by the CONTRACTOR of any payment made as aforesaid,
the Contract shall stand discharged and extinguished insofar as relates to and/or
concerns the claims of the CONTRACTOR except for the CONTRACTOR’s rights to
receive payments of the unadjusted balance, if any, of the Composite Performance Bank
Guarantee in accordance with clause 38.3 hereof on successful completion of the defect
liability. But nothing herein stated shall affect the CONTRACTOR’s undischarged
liabilities and obligations under the Contract

37.3 Notwithstanding anything provided in Clause 37.1 and/or Clause 37.2 hereof, the
CONTRACTOR shall be and remain liable for defects in terms of Clause 33.0 and
associated clause thereunder and for any indemnity to the OWNER in terms of Clause 38.2
and shall be and remain entitled to receive the unadjusted balance of the Composite

Page 245 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 96 of 134

Performance Bank Guarantee remaining in the hands of the OWNER in terms of Clause
38.3 hereof and associated clauses thereunder.

38.0 FINAL CERTIFICATE AND RELEASES OF SECURITY

38.1 Forthwith on the CONTRACTOR’s application made after the expiry of the period of defect
liability provided for in Clause 33.0 hereof and associated clauses thereunder and
satisfaction of all liabilities of the CONTRACTOR in respect thereof, the Engineer-in-Charge
shall issue a Final Certificate to the CONTRACTOR Certifying that the CONTRACTOR has
performed his obligations in respect of the defect liability period in terms of Clause
33.0 hereof and associated clauses thereunder, and until issue of such Final Certificate,
the CONTRACTOR shall be deemed not to have performed such liabilities
notwithstanding issue of the Completion Certificate or payment of the Final Bill by the
OWNER.

38.2 Upon application for the Final Certificate, the CONTRACTOR shall :

(i) Be deemed to have warranted that it had been fully paid and satisfied all claims
for or arising out of the work, labour, materials, supplies and equipment used in
or connected with the Contract and all other liabilities whatsoever touching or
affecting the Contract, or its performance, including in relation to sub-contractors
and suppliers, and

(ii) To have undertaken to indemnify and keep indemnified the OWNER/Consultant


f r o m and against all claims, demands, debts, liens, obligations and liabilities
whatsoever arising therefrom or relating thereto.

38.2.1 Upon issue of the Final Certificate, the CONTRACTOR shall be deemed to have
released, acquitted and discharged the OWNER from and against all claims (known
or unknown), liens, demands or causes of action of any kind whatsoever arising out
of or relating to the Contract or otherwise howsoever touching or affecting the same.

38.3 Forthwith on application made by the CONTRACTOR in this behalf accompanied by the
Final Certificate, or within 12 (Twelve) Weeks of the OWNER passing the
CONTRACTOR’s Final Bill, whichever shall be later, the OWNER shall cancel and return
to the CONTRACTOR all previous Bank Guarantees remaining unutilised in the hands
of the OWNER, and upon such cancellation and return, the OWNER shall stand
discharged of all obligations/ liabilities under the Contract provided that the cancellation
and return of any Bank Guarantee(s) furnished by the CONTRACTOR as and by way of
CPBG shall be subject to the CONTRACTOR replacing such Bank Guarantee(s) with a
Bank Guarantee from any Bank in India (including the Indian Branch of foreign Bank) in
a format acceptable to the OWNER covering 10% (ten percent) of the value (as
determined by the OWNER) of equipments/works replaced or repaired during the
Defect Liability Period for the unexpired term of defect liability in respect thereof plus a
3 (three) months claim period.

39.0 CLAIMS OF OWNER

Page 246 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 97 of 134

39.1 No release/payment of any unadjusted balance of the CPBG (furnished in the form of a
Bank Guarantee or otherwise) by the OWNER to the CONTRACTOR as aforesaid or
otherwise shall be deemed or treated as a waiver of any right(s) or claim(s) of the OWNER
or shall stop or prevent the OWNER from thereafter making or enforcing any claim or any
rights against the CONTRACTOR with the intent that the claims of the OWNER, against
the CONTRACTOR shall continue to survive and shall not get extinguished
notwithstanding the issue of Final Certificate and/or the release of CPBG to the
CONTRACTOR.

40.0 TERMINATION

40.1 Notwithstanding anything elsewhere herein provided and in addition to any other right
or remedy of the OWNER under the CONTRACT or otherwise (including the right
of the OWNER to discount by way of price adjustment under the provisions of Clause
23.7 hereof and associated Clauses thereunder), the OWNER shall be entitled
to terminate the CONTRACT by written notice at any time during its currency on or
after occurrence of any one of the following events/contingencies, namely :
40.1.1 Breach or failure by the CONTRACTOR of any of the obligations of the
CONTRACTOR under the Contract, including :

a) Failure to start the work within 12 (Twelve) weeks of the date of issue of the
Acceptance of Bid by the OWNER, notwithstanding the OWNER having made available
to the CONTRACTOR the work front necessary for the commencement of work.
b) Failure to commence work at site within 3 (Three) Weeks of the time prescribed in
this behalf in the Progress Schedule or to commence supply of any material within
3(Three) Weeks of the time prescribed in this behalf in the Delivery Schedule

c) Failure to carry out or carry on the works or any of them to meet the Progress
Schedule resulting in a delay of 4 (Four) Weeks or more in the actual performance
of the work, or failure to complete any supplies to meet the Delivery Schedule
resulting in a delay of 4 (Four) Weeks or more in the scheduled deliveries of materials.

d) Failure to provide at the job site, within 3 (Three) Weeks of being required to do so
by the Engineer-in-Charge, sufficient labour, material, equipment, machinery,
temporary works and/or facilities required for the proper and/or due execution of the
work or any part thereof.

e) Failure to execute the works or any of them in accordance with the Contract
or disobedience of any order or instruction of the Engineer-in-Charge or negligence
or lack of expertise in the performance of the work, or failure to supply materials
of quality conforming to the requirements of the contract.

f) Abandonment of the works or any part thereof.

Page 247 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 98 of 134

g) Substantial suspension of the works or any part thereof for a period of 2 (Two)
Weeks or more without the authority of the Engineer-in-Charge

h) Failure to execute the Contract in terms of the Form of Contract forming part of the
Bid Documents within 30 (thirty) days of the date of issue of the Letter of Acceptance
by the OWNER or within such extended period as may be permitted by the
OWNER in this behalf ;

i) Failure to furnish the Bank Guarantee (s) required to be furnished by the


CONTRACTOR under Clause 4.1 and related provisions hereof within 4 (Four) Weeks
of the date of issue of Letter of Acceptance by the OWNER.

j) Any other event which is an event of termination under the Contract or which in
the opinion of the OWNER, reasonably impinges on the CONTRACTOR’s capability
to fulfil its contractual commitments.

k) Dissolution of the CONTRACTOR (if a firm), or commencement of liquidation or


winding up (whether voluntary or compulsory) of the CONTRACTOR (if a company)
or of any member (if the CONTRACTOR is a consortium), or insolvency of the
CONTRACTOR or of any partner (if a firm), or appointment of a receiver or manager
of the CONTRACTOR’s assets or of any partner/member of the CONTRACTOR (if
a firm or consortium) by a court;

l) Distress, execution, or other legal process being levied on or upon any of the
CONTRACTOR’s goods and/or assets involved in or relative to the performance of
the work or supply;

m) Death of a CONTRACTOR (if an individual);

n) If upon any voluntary change in the partnership/constitution of CONTRACTOR’s


organisation (if a partnership or Company) the OWNER refuses in its sole discretion to
Continue the Contract with the re-constituted firm or Company;

o) If the CONTRACTOR or any person employed by him shall make or offer for any
purpose connected with the contract, any gift, gratuity, royalty, commission, gratification
or other inducement (whether money or in any other form) to any employee
or agent or CONSULTANT of OWNER;

p) If the CONTRACTOR shall assign or attempt to assign his interest or any part thereof in
or under the Contract.

q) If contractor does not start to remedy the breach within 7 days from receipt
of Owner’s notice.

Page 248 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 99 of 134

40.1.2 The decision of the General Manager – Projects, Mumbai Refinery, as to whether
any of the events or Contingencies mentioned in Clause 40.1 hereof entitling the
OWNER to terminate the Contract has occurred or not shall be final and binding upon
the CONTRACTOR.

40.2 The notice of termination shall set forth, in addition to statement of the reason or reasons
for terminating the Contract, the time(s) and place(s) for conducting a survey and
inspection/measurement of the work performed and materials supplied under the
Contract upto the date of termination for the purpose of determining the final amount(s)
due to the CONTRACTOR therefor. The reasons for the termination stated in the notice
of termination shall be final and binding upon the CONTRACTOR.

40.2.1 Forthwith upon receipt of notice of termination, the CONTRACTOR shall at his own
risks and costs within the scope of relative work, do and perform to the satisfaction of
the Engineer-in- Charge all and whatsoever is necessary, in the opinion of the
Engineer-in-Charge (which shall be final and binding upon the CONTRACTOR) to
secure and protect all complete and incomplete works performed by the CONTRACTOR
upto termination, and should it fail to do so, the OWNER shall be entitled by itself or
through an independent Contractor(s) or partly by itself and partly through an
independent Contractor(s), to do and perform at the risks and costs of the
CONTRACTOR all such work(s) not done by the CONTRACTOR, and the
provisions of Clause 40.9 therefore shall mutatis-mutandis apply thereto.

40.3 For the purpose of measurements, the provisions of Clause 35.2.1 hereof shall apply.
The decision of the Engineer-in-Charge as to whether or not any works have or supply
has been completed for the purpose of measurement shall be final and binding
upon the CONTRACTOR. Incomplete items or works shall be measured and paid for
only on the basis of materials (if any) supplied by the CONTRACTOR, and the decision
of the Engineer-in- Charge as to the quantity of material involved in or relative to any
incomplete works shall be final and binding upon the CONTRACTOR.

40.4 Work done and/or supplies made by the CONTRACTOR qualifying for payment under
Clause40.3 hereof shall be paid for in respect of work done on the basis of on account
payment due thereon based on Schedule of Activities, and for materials supplied on
the basis of on account payment due thereon on the basis of Bill of Materials and the
provisions of Clause 35.5.6, 35.5.6.1 and 35.5.7 hereof shall mutatis mutandis apply and
accounting done and bill prepared by the CONTRACTOR on the basis thereof shall be the
Final Bill and no other amount(s) shall be due to the CONTRACTOR in respect thereof,
subject to the provisions of 36.0 and associated clauses thereunder with regard to
the notified claim(s) of the CONTRACTOR included in the Final Bill in accordance
with the provisions of Clause 36.3.

40.5 Within 4 (Four) Weeks of completion of the inspection/measurements, the


CONTRACTOR shall clear the job site(s) made available by the OWNER to the
CONTRACTOR of all surplus materials, CONTRACTOR’s labour, equipment and
machinery and shall demolish, dismantle and remove such temporary works, structure
and construction and other items and things brought upon or erected at the job site(s)
and not incorporated in the permanent works and shall remove all rubbish from the job

Page 249 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 100 of 134

site(s) and shall clear, dress and restore the job site(s) to the satisfaction of the Engineer-
in-Charge and shall put the OWNER in undisputed custody and possession thereof and
the entire works.

40.6 Should a CONTRACTOR fail to comply with the provisions of Clause 40.5 hereof in
the manner and within the time specified therein, the OWNER shall have the right at the
risk and costs of the CONTRACTOR in all respects to clear the job site(s) of all surplus
materials, CONTRACTOR’s labour, equipment and machinery and other materials and
things and/or demolish/dismantle and remove any temporary works, structures and/or
construction and other items and things brought upon or erected at the job site(s) and
to remove all rubbishfrom the job site(s) and the land allotted to the CONTRACTOR and
clear, dress and restore the said land to the satisfaction of the Engineer-in-Charge and
take undisputed possession and custody thereof and of the works and CONTRACTOR’s
stores thereon and dispose of and/or otherwise deal with any and all equipment and
machinery etc., stores and other items and things aforesaid and recoveries of any
demolition/dismantling as the OWNER shall in its absolute discretion deem fit, and the
CONTRACTOR shall forthwith on demand pay the OWNER the entire costs/expenses
of the OWNER relative to the above together with 15% (Fifteen percent) thereof to cover
the OWNER’s supervision, with right in the OWNER (without prejudice to any other
mode or recovery) to recover the same from the proceeds of any sale or disposal as
aforesaid or from any monies whatsoever of the CONTRACTOR held by the OWNER or
dues of the CONTRACTOR and the CONTRACTOR hereby irrevocably nominates,
constitutes and appoints the OWNER (with right to the OWNER to delegate any and all
of its rights in terms hereof to such of its officer(s) and/or other person(s) as it shall
deem fit) for and on behalf of and as attorney of the CONTRACTOR to do, commit
and/or sign all acts, deeds, matters and things as shall or may be necessary to be done,
committed and/or signed by the CONTRACTOR to put into effect the provisions of this
clause with full right to enter into arrangements with third parties for or relative to the
storage, sale and/or other disposal of any goods, equipment and machinery and other
items and things and to enter into or upon any of the CONTRACTOR’s premises and to
break open if necessary any locks, bolts, fasteners, bonds or other devices restricting
entry thereto and to do all other acts, deeds, matters and things as shall or may be
necessary to give full effect to the provision of this Clause.

PROVIDED ALWAYS THAT:

I. The OWNER shall be entitled, without prejudice to the foregoing and in addition
thereto, upon the CONTRACTOR failing to comply with the provisions of Clause
40.5 hereof after removing/demolishing/ dismantling from the job site any of the
CONTRACTOR’s goods, temporary works and other items and things, by written
notice to the CONTRACTOR, to require the CONTRACTOR to take delivery of,
lift and/or clear the same within 7 (seven) days (or such other period as may be
specified in said notice) of date of said notice failing which the OWNER shall
abandon the same at the risks and costs of the CONTRACTOR, and should the
CONTRACTOR fail to take delivery of, lift and/or clear the same within the period
in this behalf specified in the said notice, the OWNER shall be entitled at any
time thereafter to abandon the same at the risks and costs of the CONTRACTOR,

Page 250 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 101 of 134

whereupon (without prejudice to any other rights of the OWNER) the OWNER
shall stand absolutely discharged and absolved in respect of all and any
material, equipment, machinery and other item and things whatsoever
abandoned as aforesaid.

II. Notwithstanding anything to the contrary herein provided, nothing herein


stated shall constitute the OWNER as a trustee or bailee of any of the
CONTRACTOR’s material, equipment, machinery or other items or things
removed, cleared, demolished, dismantled or abandoned as aforesaid, nor shall
the OWNER be bound in law or fact by any duty of care in respect thereof, with
the intent that all actions, dealings and disposals within the provisions of this
clause shall be exclusively at the risk and liability of the CONTRACTOR
(including relative to any loss or damage) and the OWNER shall not be howsoever
responsible, accountable or liable in respect thereof..

40.7 If for any cause (including but not limited to resistance put up by the CONTRACTOR and/or
his servants or agents or any court order consequent upon a suit or proceedings filed by
the CONTRACTOR), the OWNER is unable to fully take over possession of the entire
works within 7 (Seven) days from the date of completion of the measurements as
contemplated above, the OWNER shall, in addition to all discounts, compensations and/or
damages recoverable from the CONTRACTOR in terms hereof (including but not limited to
OWNER’s entitlements under Clause 23.7 and Clause 40.9 hereof) or otherwise, be entitled
to discount from the CONTRACTOR a Price adjustment in the amount equivalent to 1%
(one percent) of the Lumpsum Price for each week or part thereof that the said taking over
possession of any works is delayed beyond the period of 7 (seven) days specified above,
subject to a maximum of 5% (five percent) of the Lumpsum Price.

40.8 Notwithstanding anything provided in Clause 40.5 hereof, the OWNER shall have the
right at any time prior to the removal of the same from the job site, to take possession of
such of the CONTRACTOR’s goods or equipment at any and all jobs sites as the OWNER
shall deem fit, and the CONTRACTOR shall be entitled to compensation for any such
goods or equipment taken over at cost thereof to the CONTRACTOR or depreciated
value thereof in the case of equipment, whichever shall be less, such cost or value not to
include the cost of transport, carriage or handling or storage, but to include the cost of
freight to India on imported goods. The cost of goods and/or depreciated value of
equipment taken over as determined by the Engineer-in-Charge shall be final and binding
upon the CONTRACTOR.

40.9 Upon termination of the Contract, the OWNER shall be entitled at the risk and expenses
of the CONTRACTOR in all respects to either engage one or more contractors to
complete the work and/or supplies and/or to redesign, reperform and/or redo and/or to
alter, modify and/or replace the materials supplied by the CONTRACTOR and/or
supply other materials or substitutes to the extent necessary to set up, install, erect,
establish and operate the Unit and tools and spares in accordance with the Contract and/or
to complete the works in accordance with the Contract, notwithstanding that the
contractor(s) so engaged shall adopt design and/or processes or methods or materials

Page 251 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 102 of 134

different from those proposed or projected and/or adopted by the CONTRACTOR for any
purpose.

40.10 In addition to rights under clauses 40.8 and 40.9, the OWNER shall, upon termination of
the contract have an option to take over from the CONTRACTOR, in whole or
part, any subsisting order or sub-contract entered into by the CONTRACTOR in
or relative to performance of the CONTRACTOR’s obligations under the contract, for
which purpose the provisions hereof shall operate as an assignment by the
CONTRACTOR to OWNER of the orders and sub-contract opted to be taken over by
the OWNER, with right in the OWNER as attorney for and on behalf of and in the name
of the CONTRACTOR to sign, execute and/or deliver any document, notice or other
communication as may be required under the law applicable to the relative contract or
order to complete the assignment thereof in favour of the OWNER, and the provisions
hereof shall constitute appropriate appointment by the CONTRACTOR in favour of the
OWNER in this behalf, with right in the OWNER to act in this behalf through any of its
directors or officers.

40.11 No amount shall be due and payable to the CONTRACTOR upon or in the
event of termination of the Contract unless and until the entirety of the works as
contemplated in the scope of services and the entirety of the supplies as contemplated
in the scope of supplies shall have been completed in all respects and all payments
finally due on any account to the OWNER and/or other contractor(s) in respect of the
balance works and supplies have been finally settled and the OWNER has been
discharged from all liabilities in respect thereof.

40.12 If upon the satisfaction of the clause 40.9 and 40.11 hereof there shall remain in the hands
of the OWNER any excess/balance after all accounting and adjustment of all dues from the
CONTRACTOR to the OWNER, the OWNER shall forthwith pay over the excess/balance
to the CONTRACTOR and in the event of the security deposit and other dues of
the CONTRACTOR in the hands of the OWNER being insufficient to meet the dues
of the OWNER as aforesaid, the CONTRACTOR shall forthwith on demand by the OWNER
pay the OWNER the shortfall. For calculating the excess/balance aforesaid in the
hands of the OWNER any price discount or adjustment due to the OWNER from any
other contractor under the provisions of Clause 23.6.7 hereof or any equivalent or similar
provisions in the Contract in this behalf between the OWNER and the other
CONTRACTOR shall not be reckoned.

Without prejudice the provisions of Clause 40.0 above, the provisions as mentioned in
clause No. 12 of General terms & conditions of works contract ( GTC) shall also mutatis
mutandis apply

41.0 PERSONAL ACTS AND LIABILITIES

41.1 No director, officer or other employee of the OWNER shall anywise be personally bound or
liable to the CONTRACTOR for the acts, commissions or obligations of the OWNER under
the contract or otherwise or be personally answerable to the CONTRACTOR for on in respect

Page 252 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 103 of 134

of any default or omission in the performance of any act(s), deed(s), or things to be observed
and/or performed by the OWNER under the contract.

41.2 The CONTRACTOR shall not be entitled to any increase in the rate(s) mentioned in the
Price Schedule or in any of them or to any other payment, right, benefit or claim whatsoever
by reason of any representation, explanation, statement, assurance or understanding given
or alleged to have been given to him by the Engineer-in-Charge, PMC or any other agent or
consultant of the OWNER, nor shall any director, officer or other employees or the Engineer-
in-Charge, PMC or agent or consultant of the OWNER be personally liable for or in respect
of any representation, explanation, statement or assurance or understanding given or
alleged to have been given by him to the CONTRACTOR or any other person relative to the
contract, nor shall the OWNER be responsible in respect thereof unless the same has
been jointly signed by the CONTRACTOR and the OWNER as an agreed variation or
amendment to Contract.

42.0 LABOUR LAWS AND REGULATIONS

42.1 The CONTRACTOR shall be responsible for strict compliance of and shall ensure strict
compliance by its sub-contractors, servants and agents of all laws, rules or regulations
having the force of law affecting the relationship of employer and employee between the
CONTRACTOR/sub-contractors and their respective employees and/ or otherwise
concerning labour, social welfare and provident fund, pension, bonus, gratuity and other
benefits to employees. Without prejudice to the generality of this provision, the
CONTRACTOR shall comply with and ensure that his subcontractors and other agencies
employed by him comply with the provisions of the Payment of Wages Act 1936, Minimum
Wages Act 1948, Employers Liability Act1938, Workmen's Compensation Act 1923,
Industrial Disputes Act 1947, Maternity Benefit Act 1961, Mines Act 1952, The Child Labour
(Prohibition & Regulation) Act 1986, Contract Labour (Abolition & Regulation) Act 1970,
Payment of Bonus Act, Gratuity Act, Factories Act and the Employees Provident Fund and
Miscellaneous Provisions Act 1952 as amended from time to time and all rules, regulations
and schemes framed thereunder from time to time.

42.2 The contractor and sub-contractor(s) of the CONTRACTOR shall obtain from the
authority(ies) designated in this behalf under any applicable law, rule or regulation (including
but not limited to) the Factories Act and Labour (Abolition and Regulation) Act, 1970 (in so
far as applicable) any and all such Iicence(s), consent(s), registration(s) and/ or other
authorisation(s) as shall from time to time be or become necessary for or relative to the
execution of the work or any part or portion thereof or the storage or supply of any material(s)
or otherwise in connection with the performance' of the Contract and shall at all times observe
and ensure due observance by the sub-contractors, servants and agents of all terms and
conditions of the said Iicence(s), consent(s), regulation(s) and other authorisation(s) and
laws, rules and regulations applicable thereto Without prejudice to the generality of this
provision, the CONTRACTOR shall obtain and ensure that his sub-contractors and other
agencies employed by him on the Work, obtain a valid Licence under the Contract Labour
(Regulation & Abolition) Act, 1970 and shall duly and faithfully observe and comply with the
provisions of the The Child Labour (Prohibition & Regulation) Act 1986, Contract Labour
(Regulation & Abolition) Central Rules 1971 and other Central and State Rules as amended
from time to time and applicable to the work, and shall duly, promptly and faithfully maintain

Page 253 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 104 of 134

and/ or cause to be maintained all records and facilities required to be maintained and or
provided in terms thereof or any licence granted thereunder

42.3 The OWNER shall be entitled at all times to carry out any check(s) or inspection(s) of the
CONTRACTOR’s facilities, records and accounts to ensure that the provisions aforesaid are
being observed by the CONTRACTOR and the sub-contractors and that the workmen are
not denied the rights and benefits to which they are entitled under such provisions. Any
violation shall, without prejudice to any other rights or remedies available to the OWNER,
constitute a ground for termination of the Contract as though specifically set forth under
Clause 40.1 thereof.

42.4 Nothing in the Contract Documents stated shall anywise constitute any workman/employee
of the CONTRACTOR or any sub-contractor as or to be a workman/employee of the
OWNER, or place obligation or liability in respect of any such workman/employee upon the
OWNER.

42.5 The CONTRACTOR shall not employ in connection with the work, any person below the
prohibited age of employment.

42.6 The establishment of the CONTRACTOR and its sub-contractors shall be duly registered
under the Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and the
Employees’ State Insurance Act, 1948 and the CONTRACTOR shall duly and timely pay and
ensure payment by its subcontractors of contributions and its/their employees to the
Authorities prescribed under the said Acts and any schemes framed thereunder in respect
of all labour employed by it/them for the execution of the contract. Copies of challans/receipt
of such payments alongwith the list showing persons employed together with emoluments
paid for the purpose of P.F. deductions shall be submitted to the OWNER before the end of
every calendar months. In case the Provident Fund Authority’s receipted challan referred to
above are not furnished, the OWNER shall deduct 5% (five percent) of the payable amount
from the CONTRACTOR’s running bill for services and retain the same as a security for the
payment of the Provident Fund. Such retained amounts shall be released to the
CONTRACTOR only on production of challan/receipts of the Provident Fund Authority for
the period covered by the related deduction.

42.7 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and against all
actions, claims, demands and liabilities whatsoever under and in respect of the breach of
any of the provisions hereof and/ or against any claim, action or demand by any workman/
employee of the CONTRACTOR or any subcontractor and/or from any liability anywise to
any subcontractor under any law, rules or regulation having the force of law including (but
not limited to) claims against the OWNER under the Workmen's Compensation Act 1923,
the Employees Provident Funds and Miscellaneous Provisions Act 1952, the Employee's
State Insurance Act 1948, the Contract Labour (Abolition & Regulation) Act 1970 and/ or The
Child Labour (Prohibition & Regulation) Act 1986.

42.8 The CONTRACTOR and his sub-contractors and agents employed by him for and/or in the
performance of the Works shall strictly abide by and observe the provision of the
"Contractors' Labour Regulations" and the "Model Rules for Labour Welfare" as set out in

Page 254 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 105 of 134

Annexure- XV and Annexure-VI to these Special Condition of contract , which shall be


binding on the CONTRACTOR, his sub-contractors and agents.
42.9 In the event of an irreconcilable conflict between the provisions herein and the provisions
contained in the "Contractors' Labour Regulations" and/or the "Model Rules of Labour
Welfare" (as set out in Annexure- XV and Annexure-VI hereto), the "Contractors' Labour
Regulations" and "Model Rules for Labour Welfare" shall prevail to the extent of the
irreconcilable conflict.
42.10 In the event of irreconcilable conflict between the "Contractors' Labour Regulations" and/or
the "Model Rules for Labour Welfare" (set out in Annexure- XV and Annexure-XVI hereto)
and any applicable law, rule or regulation, the law, rule or regulation shall prevail over the
"Contractors' Labour Regulation" and/or the "Model Rules for Labour Welfare", as the case
may be, and shall be complied with.
43.0 RISK, ACCIDENT AND DAMAGE

43.1 The CONTRACTOR shall take due precaution to avoid damages to any pipelines, Railway
lines, roads, canals, cables, culverts, bridges, drains, sewer, telegraph and telephone lines,
water mains, dykes, poles, pillars, fences, wires, supports and embankments and other
under ground or over ground works, structural or constructions whatsoever and shall at his
own cost and initiative forthwith restore and repair any damage thereto to the satisfaction of
OWNER and/or the person or authority concerned relative to the line, pipe or other works,
construction of installation as the case may be.

43.2 The CONTRACTOR shall be responsible at his own cost in and relative to performance of
the work(s) and contract to observe and to ensure observance by his sub-contractor’s
agents and servants, of the provisions of the safety code as hereinafter appearing and all
fire, safety and security instructions and regulations as may be prescribed by the OWNER,
the Central Government or any State Government, any Marine or Port Authority or any other
body or authority legally authorised to issue such instructions or regulations, from time to
time and such other precautions and measures as shall be necessary, and shall
employ/deploy all equipment necessary to protect all works, materials, properties, structures,
equipment, installations, communications and facilities whatsoever from damage, loss or
other hazard whatsoever (including but not limited to fire, collision or explosion) and
shall during construction and other operations, minimise the disturbance and
inconvenience to the OWNER, shipping, transportation, the public and the adjoining
land and property of the OWNER and occupiers, and crops, trees and vegetation

43.3 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and against all
losses and damages (including relative to any gas, crude oil, refined products and other
commodities lost) and costs, charges and expenses and penalties, actions, claims, demands
and proceedings whatsoever suffered or incurred by or against the OWNER, as the case
may be, by virtue of any loss, alteration, displacement, disturbance or destruction or
accident to any vessel, works, material, property, structure, equipment, installation,
communication and facility and land and property of the OWNER and occupiers and crops,
trees and vegetation as aforesaid, with the intent that the CONTRACTOR shall be
exclusively responsible for any accident, loss, damage, alteration, displacement,
disturbance or destruction as aforesaid directly or indirectly from any breach by the
CONTRACTOR of his obligations aforesaid or upon any operation, act or omission of the
CONTRACTOR, his Sub-contractor(s) or his or their agent(s) or servant(s).

Page 255 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 106 of 134

44.0 INDEMNITY

44.1 The CONTRACTOR shall at all times indemnify and keep indemnified the OWNER and
its officers, servants, agents from and against all third party claims whatsoever (including
but not limited to property loss and damage, personal accident, injury or death of/or to
property or person of any Subcontractor and/or the servants/agents of the CONTRACTOR
or any Subcontractor(s) and/or the OWNER) arising out of any act or omission
of the CONTRACTOR and the CONTRACTOR shall at his own cost and initiative at all
times upto the successful conclusion of the defect liability period specified in Clause 33.1
hereof take out and maintain all insurable liabilities under this Clause, including but not
limited to third party insurance and liabilities under the Motor Vehicles Act, Worker’s
Compensation Act, Fatal Accidents Act, Personal Injuries Insurance Act and/or other
Industrial Legislation from time to time in force in India with Insurance Company(ies)
approved by the OWNER, and such policy(ies) shall be of not lesser limit then the limits
hereunder specified with reference to the matters hereunder specified, namely.

a) Workmen’s Compensation Insurance to the limit to which compensation may be


payable under the laws of the Republic of India.
b) Third party liability Insurance including body injury/death and property damage shall be
unlimited for all accidents at all job sites and fabrication yards.
c) Insurance for the Owner’s Property shall be limited to 10% of the Contract value/ PO
value or this work.

44.2 Should the CONTRACTOR fail to take out and/or keep afoot insurance as provided for in
the foregoing clause the OWNER shall be entitled (but without obligation to do so) to take
out and/or keep afoot such insurance at the cost and expense of the CONTRACTOR, and
without prejudice to any other rights or remedies of the OWNER in this behalf, to deduct the
sum(s) incurred therefore from any amounts howsoever becoming payable to the
CONTRACTOR.

44.3 In addition, the CONTRACTOR shall protect, defend, indemnify and hold the OWNER
harmless from and against:

a) any and all losses arising directly or indirectly from or incurred by reason of the acts
or omissions of the CONTRACTOR, its Affiliates, Subcontractors or Suppliers or
any of their respective officers, directors, employees, servants or agents in the
performance of CONTRACTOR’s obligations under this Contract, whether or not
resulting from any defect in or condition of the premises on which the Works are or
are to be performed, or any equipment thereon or any materials furnished by OWNER,
including any losses arising from or in respect of or in consequence of any
illness, accident or injury to any employees, directors, servants or agents of the
CONTRACTOR, its affiliates, subcontractors or suppliers.

Page 256 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 107 of 134

b) any and all losses, arising directly or indirectly from or incurred by reason of claims
or sanctions or penalties imposed by any Governmental Authorities or others for
any actual or asserted failure by the CONTRACTOR or its affiliates, sub-
contractors or suppliers or any of their respective officers, directors, employees,
servants or agents to comply with any applicable law or applicable consent(s),
sanction(s) and/or authorization(s) or with any rules or regulations applicable to it
or them or to obtain or maintain any such consent, sanction or authorization.

c) any and all losses, arising directly or indirectly from or incurred by reason of any failure
of CONTRACTOR or any sub-contractor or supplier (i) to pay any taxes relating to
income or any other taxes required to be paid by such person (ii) to pay any amounts in
respect of taxes which are to be paid by such person in connection with the
performance of its obligations relating to this Contract or (iii) to file tax returns as
required by applicable laws or comply with reporting or filing requirements under
applicable law relating to taxes or (iv) arising directly or indirectly from or incurred by
reason of any misrepresentation by or on behalf of such person to any competent
authority in respect of taxes (nothing in this clause shall restrict any person’s right to
bonafide contest the amount of any tax or other liability owed to a competent authority
provided such contest is bonafide and made in good faith); and

d) any and all losses arising directly or indirectly from or incurred by reason of hazardous
materials introduced to the job site or works or any other location by the
CONTRACTOR, its affiliates, sub-contractors or suppliers or its or their agents in or in
connection with the performance of the Contract

45.0 EFFECTS OF INSURANCE

45.1 The obligations of CONTRACTOR to indemnify and hold harmless the OWNER under
the Contract shall not be limited or reduced to any insurance provided pursuant to the
Contract or otherwise, provided always that the proceeds of any such insurance shall in the
first instance be applied to meet the obligations of the CONTRACTOR under the relative
indemnity(ies).

46.0 CONTRACTOR’S LIABILITY

46.1 The aggregate liability of the CONTRACTOR to the OWNER (whether based on contract
or tort, including negligence and strict or absolute liability) arising out of or under this
Contract shall not exceed Hundred percent (100%) of the Lumpsum Price provided
that no such limit shall apply in respect of:

i. any liability pursuant to CONTRACTOR’s indemnity obligations under the


Contract; or

Page 257 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 108 of 134

ii. any loss resulting from fraud, intentional or willful misconduct or illegal or
unlawful acts or omissions of CONTRACTOR, its affiliates or any sub-
contractor or any supplier or any of its or their respective officers, directors,
employees, servants or agents; or

iii. any liability to rectify, repair, restore or replace any materials and/or
works or deficiencies therein in terms of the Contract;

iv. any liability under clause 40.7. or Clause 40.9 of SCC;

v. In the event of any claim or loss or damage arising out of infringement of


Intellectual Property;
vi. 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.

AND provided always that such limitation shall exclude any amounts recovered
under any policy(ies) of insurance taken out and/or maintained by the
CONTRACTOR pursuant to the provisions of the Contract.

47.0 TRAINING OF APPRENTICES

47.1 The CONTRACTOR shall if so required by law, himself engage and/or procure
engagement by his subcontractor(s) of such number of apprentices and for such
period as may be required in this behalf in accordance with the provisions of the
Apprentices Act, 1961 and any other act, rule and/or regulation having the force of law,
regulating upon the employment of apprentices, and the CONTRACTOR shall be
responsible at his own cost and initiative and without entitlement to any extra
compensation or remuneration from the OWNER in this behalf, to fulfill all
obligations of the employer under the said Act, including liability for payment to
apprentices as required thereunder.

48.0 RECORDS AND INSPECTION

48.1 The CONTRACTOR shall if and when required by the Engineer-in-Charge relative
to the execution of the Contract produce or cause to be produced before the Engineer-
in-Charge or any other person designated by the Engineer-in-Charge in this behalf, for
examination, any records and documents in the possession of the CONTRACTOR or
any subcontractor or subsidiary or associated firm or company or the CONTRACTOR
or any sub-CONTRACTOR, and/or copies or extracts thereof and/or other information
or returns relative thereto. Such returns shall be verified in the manner prescribed by
the Engineer-in-Charge or other officer aforesaid designated in this behalf. The
CONTRACTOR shall in addition produce and/or caused to be produced before the
Engineer-in-Charge or any other person designated by the Engineer-in-Charge in this
behalf, for examination any vouchers, bills and orders etc. required for verifying or
ascertaining the cost of any material, labour, service or item or thing, to calculate
any monies payable under the Contract for which item rates are not mutually

Page 258 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 109 of 134

agreed. The decision of the Engineer-in-Charge as to whether any book, record,


document, information or return is relevant for any of the purpose aforesaid, shall be
final and conclusive

49.0 PATENTS AND ROYALTIES

49.1 The CONTRACTOR undertakes that all equipment, machinery, instruments and
materials used or supplied by the CONTRACTOR or methods or processes practiced
or employed by the CONTRACTOR in the works shall not be covered by any third
party patent, design or other rights, with the intent that the OWNER shall be entitled to
the unfettered use of and right to the same and any subsequent works in which the
same are incorporated without any third party right, claim or entitlement.

49.2 If any equipment, machinery, instruments and/or materials, used or supplied


by the CONTRACTOR, or methods or processes practiced or employed by the
CONTRACTOR in the performance of this contract or resultant works, is/are covered
by a patent, design or other rights under which the CONTRACTOR, is not licensed,
the CONTRACTOR shall before supplying or installing or using or employing or
practicing the same obtain such license(s) and pay such royalty(ies) and license
fees as may be necessary in connection with the performance of this contract. In
the event that the CONTRACTOR fails to pay such royalty or obtain such license, the
CONTRACTOR shall defend at its own expense, any suit for infringement of
patent, design or other right which is brought against the CONTRACTOR and/or
the OWNER as a result of the failure, and shall pay any damages and costs awarded
in such suit and shall keep the OWNER indemnified from and against all other
consequences thereof, including (but not limited to) the costs incurred by the OWNER
relative to such proceedings and in obtaining legal advice or opinion(s) relative to such
proceedings, and shall perform all remedial and consequent works as shall be
necessary, and the provision of Clause 49.3 shall mutatis mutandis apply.

49.3 Forthwith upon the CONTRACTOR acquiring any knowledge or information of any
patent, design or information or other right in respect of which a claim for infringement
of patent, design or other right could be brought involving any equipment, machinery,
instrument or materials used or supplied by the CONTRACTOR or methods or
processes practiced or employed by the CONTRACTOR in the performance of the
contractual works, the CONTRACTOR shall notify the OWNER in respect thereof
and shall, at its own cost and initiative take such steps as shall be necessary to procure
the relative rights or licenses, or compound the relative claims, and/or shall at his
own cost and initiative re-design, re- fabricate, re-supply, re-place and/or install,
as the case may by alternative systems and works necessary to avoid such
patent, design or other rights within the CONTRACTOR’s scope of work and within
the time for completion in this behalf prescribed in the contract documents, without
entitlement to any additional remuneration in respect thereof, and the CONTRACTOR
shall, meanwhile, keep the OWNER indemnified from and against all consequences
and liabilities and losses, claims and damages whatsoever. Excluded from the scope
of this indemnity is any patent, design information or other right arising out of work
done or performed or materials supplied strictly in accordance with the process

Page 259 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 110 of 134

design provided by the Process Licensor within the exclusive scope of the Process
Licensor.

50.0 ARTICLES OF VALUE FOUND

50.1 All gold, silver and other metals and minerals or ore of any kind or description
and all precious and semi-precious stones and bearing earth, rock or shale,
coins, treasures, treasure trove, bullion, antiques and other items and things
whatsoever which may be found under or upon the job site shall, between the
CONTRACTOR and the OWNER, be the exclusive property of the OWNER and
the CONTRACTOR shall, forthwith upon discovery thereof, notify the OWNER of
such discovery with the details of the item(s) or things discovered and pending
directions by the OWNER for disposal thereof shall hold and preserve the same
as trustee of the OWNER to the satisfaction of the Engineer-in-Charge.

51.0 MATERIALS OBTAINED FROM DISMANTLING

51.1 Any materials obtained by the CONTRACTOR consequent upon dismantling –


mantling of any building, structure or construction upon the job site (not being a
temporary building, structure or construction erected by the CONTRACTOR for the
performance of the works by him ) shall be the exclusive property of the OWNER.
Dismantled material to properly stored or transported to designated location as per the
instructions of PMC/Owner.

52.0 LIENS AND LIABILITIES

52.1 If, at any time there is evidence of any item or claim for which the OWNER
might be or become liable and which in terms of the Contract or otherwise is
chargeable to or the liability of the CONTRACTOR, the OWNER shall have the
right to retain, out of any payment then due or thereafter becoming due to the
CONTRACTOR, an amount sufficient to completely indemnify the OWNER against
such lien or claim, and should the CONTRACTOR not dispute such lien or claim
and/or if such lien or claim be found to be valid, the OWNER may pay and discharge
the same and deduct the amount so paid together with any legal and other costs,
charges and expenses incurred by the OWNER in defending any action and/or in
obtaining legal advice or opinion relative to the lien, claim or action, from any
monies retained as aforesaid and any monies then due or thereafter becoming due
to the CONTRACTOR, and if no monies have been retained and/or if the same be
insufficient to satisfy the payment(s) aforesaid, the CONTRACTOR shall on demand
pay to the OWNER the same, and failing such payment within 10 (ten ) days or
demand by the OWNER in this behalf, shall be liable to pay interest on the amount
due from the date of demand up to and until the date of payment in full at the State
Bank of India lending rate applicable to the OWNER plus 1% (one percent) per
annum and the provisions hereof (insofar as such notice shall be deemed
to be necessary in addition to the contractual provisions herein) shall be deemed
to constitute a notice for the payment of interest under the provisions of the Indian
Interest Act, 1978.

Page 260 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 111 of 134

53.0 COLLECTION OF INDEBTEDNESS

53.1 Without prejudice to any other rights or remedies of the OWNER and in addition to any
other provisions thereof, the OWNER shall be entitled to deduct out of the CPBG or
the proceeds of any Bank Guarantee or any monies for the time being of the
CONTRACTOR in its hands and any payment then due or becoming due to the
CONTRACTOR on any account, any and all amounts claimed by the OWNER from the
CONTRACTOR arising out of or in connection with the Contract.

53.2 Where the OWNER makes any deduction pursuant to the provisions of Clause 53.1
hereof, the OWNER shall furnish to the CONTRACTOR all details of the deduction(s)
with copies of the documents, if any, in support of the deduction(s).

54.0 LIABILITIES OF SUB – CONTRACTOR (S)

54.1 Without prejudice to any other liabilities or obligations of the CONTRACTOR relative
to Sub- contractor(s) in terms hereof or otherwise, the CONTRACTOR shall
require every Sub- contractor to whom any portion of the work to be performed under
the contract has been sub- contracted, to comply with the provisions of the Contract
insofar as applicable to each Sub- contractor, and the CONTRACTOR shall hold the
OWNER harmless and indemnified, from and against any and all penalties, actions,
claims and demands and costs, charges and expenses whatsoever arising out of
or occasioned by failure of the CONTRACTOR or any Sub-contractor(s) to fully and
properly comply with any of the terms and conditions of Contract.

55.0 CONFIDENTIAL HANDLING OF INFORMATION

55.1 The CONTRACTOR and his employees, agents and Sub-contractors and
employees and agents of the Sub-contractors shall treat as strictly confidential
and shall take all steps necessary to ensure confidential handling of all maps, plans,
charts, designs, drawings, photographs, data, reports, tests, specifications, methods
and other information developed or acquired by the CONTRACTOR from or by means
of the tender documents or any facility extended to the CONTRACTOR pursuant
thereto or the award or performance of the contract or any of them or otherwise
disclosed or made available to the CONTRACTOR or any aforesaid persons and
without prejudice to the generality of the foregoing, the CONTRACTOR, its
subcontractor( s) and their respective employees and agents shall not report,
disclose or reproduce the same in any book, article, speech or other publications,
provided always that, the OWNER may, upon application by the CONTRACTOR
to the OWNER in this behalf, permit report, disclosure or reproduction of the same
in any book, article, speech or the publications if it is satisfied that this would not involve
the disclosure of any classified or other proprietary information which would not be in
the interest of public or security to disclose and/or which should not be in breach of any
obligation of confidentiality.

Page 261 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 112 of 134

55.2 Application for such consent shall be submitted to the OWNER in writing
outlining the intended use of the relative material and shall be submitted to the
OWNER at least one month prior to the expected use accompanied by the text of the
relative publication in which it is sought to be used. Photographs should be
accompanied by their caption. An application shall not be understood to have been
permitted unless expressly permitted in writing by the OWNER.

56.0 WAIVER

56.1 It shall always be open to the OWNER, by written communication to the


CONTRACTOR, to waive in whole or part any right or the enforcement of any right
or remedy which the OWNER may have against the CONTRACTOR or of any
obligations which the CONTRACTOR may have hereunder, provided always that :

56.1.1 No waiver shall be presumed or inferred unless made in a written communication


addressed by the OWNER to the CONTRACTOR and specifically communicated as a
Waiver;

56.1.2 No waiver of any right or part of any right on one occasion shall be deemed to be a
waiver or abandonment of that right for all occasions with the intent that a waiver
once given shall be limited to the specific waiver and shall be without prejudice to
the right of the OWNER to insist upon the strict adherence of the attendant obligations
of the CONTRACTOR and/or the future enforcement of the right by the OWNER in
respect of the same and/or any other dependent obligation.

57.0 CONTRACTOR’S ESTABLISHMENT

57.1 It is understood that the establishment of the CONTRACTOR (and any


Subcontractor engaged by the CONTRACTOR) constitutes an independent
establishment involved inter alia in undertaking works and/or services for others of
the nature and kind forming the subject matter of the Contract. It is consequently
understood that all the employees of the CONTRACTOR (and any Sub-
contractor engaged by the CONTRACTOR) are the employees of the independent
establishment of the CONTRACTOR or Sub-contractor (as the case may be) who
have been and will be appointed solely for and/or with reference to the work of that
establishment, and have not been and will not be appointed specifically or otherwise
for the sole purpose of the work covered by the present Contract. To this end, each
CONTRACTOR (and Subcontractor engaged by the CONTRACTOR) shall issue
to each of its employees deputed to the job-site to perform any work in relation to
the Contract, a regular letter of appointment for employment in the CONTRACTOR’s/
Sub-contractor’s independent establishment, with authority in the CONTRACTOR/
Sub-contractor to employ or depute him for or in relation to any work or engagement
assumed by the CONTRACTOR/Subcontractor from time to time in the course of
its business and the production of a certified copy of each letter of appointment duly
acknowledged by the concerned employee shall be a pre-condition for the issue of
a Gate Pass to any employee of the CONTRACTOR/Sub-contractor into any area,
the entry to which is restricted by the OWNER.

Page 262 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 113 of 134

58.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND ENVIRONMENTAL


PROTECTION.

58.1 The CONTRACTOR shall ensure that its servants and agents and subcontractors
and their servants and agents shall duly comply with all environmental laws, rules
and regulations and the conditions of any permit, permission, consent and/or no-
objection granted in this behalf by any authority with respect to or concerning the
work, and shall independently so organise and conduct its operations and cause
its sub-contractors to so organise and conduct their operations as not to cause
any hazard or pollution to health, life, property or environment including (but not
limited to) discharge of any noxious substance or effluent into the atmosphere
or into the earth or into any drain, canal, stream, river, pond, lake or other water
body.

58.2 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and
against the breach, non-observance, infraction or dereliction of any of the
provisions of Clause 55.1 hereof, and against any and all claims, actions or
proceedings, prosecutions and liabilities, and losses and damages, and costs
(including legal costs), charges and expenses whatsoever suffered or incurred
or instituted against the OWNER as the case may be.

59.0 REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES

59.1 Within 30 days of execution of the Contract Agreement, the CONTRACTOR shall,
insofar as necessary, register itself and the Contract at its own cost with the
Reserve Bank of India, Income Tax, Sales Tax, Excise and other statutory authorities
as required under the rules and regulations governing in India. A copy of all
documents related to all such registrations shall be submitted to the OWNER for
record.

59.2 Immediately after notification of the Letter of Acceptance, the CONTRACTOR shall,
in so far as necessary obtain permission for opening of office(s) in India from the
Reserve Bank of India.

60.0 STATUTORY APPROVALS

60.1 Unless otherwise specified, it shall be the CONTRACTOR’s sole responsibility to


obtain all approvals from any authority (except for environment clearance) required
under any statute, rule or regulation of the Central or State Government concerned
with the performance of the Contract and/or the contractual Work. The
application on behalf of the OWNER for submission to relevant authorities
alongwith copies of required certificates complete in all respects shall be prepared
and submitted by the CONTRACTOR well ahead of time so that the actual
construction/commissioning of the works is not delayed for want of the
approval/inspection by the concerned authorities. The CONTRACTOR shall arrange
for the inspection of the works by the authorities and will undertake necessary
coordination and liaison required and shall not be entitled to any extension of time
for any delay in obtaining such approvals.

Page 263 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 114 of 134

60.2 Any deficiency(ies) as pointed out by any such authority shall be rectified
by the CONTRACTOR within the scope of relative supply and/or Work at no
extra cost to the OWNER. The inspection and acceptance of the Works by such
authorities shall, however, not absolve the CONTRACTOR from any of its
responsibilities under this Contract.

60.3 Statutory Approval of Oil Industry Safety Director (OISD) is also required to be
taken by the CONTRACTOR and any deficiency(ies) as pointed out by Internal,
Third party and OISD audit team shall be rectified by the CONTRACTOR within the
scope of relative supply and/or Work at no extra cost to the OWNER.

60.4 No extension of time shall be granted for meeting the requirement and/or obtaining
approval of statutory authorities.

61.0 RENTS & ROYALTIES

61.1 Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other
royalties, rents and other payments or compensation (if any) for getting stone, sand,
gravel, clay, bricks or other materials required for the works or any temporary works
and the price quoted shall be deemed to be inclusive of such payment

61.2 The Contract Price shall include the royalty on different applicable items as per the
prevailing State Government rates. In case OWNER is able to obtain the exemption
of royalty from the State Government, the CONTRACTOR shall pass on the same to
the OWNER for all the items involving royalty. Any increase in prevailing rates of
royalty shall be borne by the CONTRACTOR at no extra cost to the OWNER.

62.0 UTLISATION OF LOCAL RESOURCES


62.1 The CONTRACTOR shall ascertain the availability of local sub-Contractor’s and
skilled/unskilled manpower and engage them to the extent possible for performance of
the works.

62.2 The CONTRACTOR shall not recruit personnel of any category from among those
who are already employed by the other agencies working at the site, but shall make
maximum use of local labour available.

63.0 GOVERNMENT REGULATIONS


63.1 The CONTRACTOR shall comply with and ensure strict compliance by his/its
subcontractors, servants and agents of all applicable Central, State, municipal and
local laws and regulations of any Central, state or local bodies and authorities and
undertakes to indemnify the OWNER from and against all levies, damages, penalties
and payments whatsoever as may be imposed by reason of any breach or violation by
the contractor or its sub contractors or agents or by the respective personnel of any
law, rule or regulation whatsoever and from and against all actions, claims and
demands arising therefrom and/or relative thereto

Page 264 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 115 of 134

64.0 TERMS OF PAYMENT

64.1 For Payment terms refer Annexure-X of this Special Conditions of Contract.

65.0 INSURANCE

The Provisions of the GTC ( Clause No . 6.e) with respect to Insurance of materials
for permanent incorporation and services stand modified to the following extent

65.1 HPCL shall arrange Insurance for the materials and services for permanent
incorporation covered under this Tender. HPCL will share risks covered under
HPCL’s MCE insurance policy with bidder and the bidder is free to take additional
coverage depending on their risk appetite. However HPCL should be co-insurer for all
additional policy that Contractor take.

65.2 Any loss or damage to the materials or any of them during ocean transportation,
port/custom clearance, during inland and port handling, Inland transportation, storage,
erection, final test and commissioning, shall be to the account of CONTRACTOR and,
the CONTRACTOR shall be exclusively responsible within the scope of supplies in
respect of materials and within the scope of services in respect of works to make good
any damage or loss to the materials and works by way of repairs and/or replacement,
as the case may be pending insurance claim and no delay shall be made by the
CONTRACTOR in repair/ replacement pending such claim. OWNER shall raise the
insurance claim in case of damage to the materials and/ or works and all supporting
documents for such claims shall be handed over by the CONTRACTOR to the OWNER
immediately. CONTRACTOR shall provide all assistance for such a claim.
a) The contractor shall bear the entire cost of arranging all documents/ information,
facilitating inspection/ discussions by the officials/ surveyors deputed by the Insurer.
The contractor shall make all efforts to get settlement of claim at the earliest and no
time extension for completion of work will be given for delay on this account.

65.3 Deleted
65.4 CONTRACTOR shall be liable solely to adhere to the requirements of the insurer for
settlement of claims without prejudice to the rights of OWNER/ Insurer. During claim,
following steps, which are not exhaustive, are required to be taken by CONTRACTOR:

a) Timely information of occurrence of risk event i.e. within 24 hours, for


conducting survey.

b) Protecting the rights of insurer while issuing acknowledgements.

c) Lodging of monetary claims in time and furnishing of requisite documents


to surveyors/ Insurer.
d) Taking necessary precautions so that the loss/ damage is not
aggravated further.

Page 265 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 116 of 134

e) Fully protecting the Damaged goods.

65.5 Any money received by the OWNER under t h e insurance policy willl be held by
the OWNER for proportionate payment to the CONTRACTOR in respect of any
appropriate repairs undertaken and/ or replacement(s) made by the CONTRACTOR.
Should the CONTRACTOR fail to undertake in whole or part such repairs and/or
replacement(s) and other works necessary consequent upon the occurrence of any
contingency covered by such insurance, OWNER shall be entitled to get the work
done in whole or parts for such repair/ replacement through any other agency(ies),
without prejudice to any other rights or remedies available to the OWNER, at the sole
risk & cost of the CONTRACTOR. All cost towards carrying out survey at different
points of transit of goods for the purpose of maintaining the best possible cover under
the policy shall be borne by the CONTRACTOR.

65.6 Subject to clause 65.5 above, if the insurance claim amount as settled by
insurance company is in foreign currency for the Marine Cover and Erection All Risk
Cover Insurance the same shall be paid by OWNER to the CONTRACTOR in foreign
currency.

65.7 CONTRACTOR shall at his own cost and expense cover all insurance required under
the prevailing statutes for his personnel and his sub-contractors. This shall include but
not be limited to individual personal accident insurance / coverage under Workmen
Compensation Act etc.

65.8 CONTRACTOR shall at his own cost and expense also obtain suitable insurance
policies to cover all third party liabilities, Workmen Comensation for all his employees/
Subcontractors, vehicles, and all his tools, tackles, construction equipment etc.

65.9 The insured amount under the Erection All Risk Cover Insurance shall be for full
replacement value The above cover shall be subject to deductibles on account of
excess, which shall be borne by the CONTRACTOR and are as follows:

i) Marine Cover Insurance:

1 Normal Period/ Policy 5% of claim amount subject to minimum R.5,00,000


excess
2 Fire/ Explosion excess 20% of claim amount subject to minimum Rs.75,00,000
3 Theft & Burglary excess 25% of claim amount subject to minimum Rs.2,25,000
4 Testing period excess 5% of claim amount subject to minimum Rs.75,00,000

Page 266 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 117 of 134

5 AOG Claims 10% of claim amount subject to minimum Rs.75,00,000


– max. Rs.5,00,00,000
6 Third Party Liability Nil
7 Marine Claims 0.5% of consignment amount subject to a minimum of
Rs.5,00,000
8 Catalyst 5% of claim amount minimum Rs.2,50,000/-, over and
above policy excess

The Excess shall be applicable per event per insured.

65.10 CONTRACTOR shall also obtain all insurance as stipulated in the General terms &
Conditions of Works Contract (GTC) including Clause no 44.0 (Indemnity and
Insurance) of the SCC.

65.11 Although the insurance is taken by the Owner as mentioned in the bidding document,
any theft/loss/ damage of Owner consigned materials/ equipment (issued as free issue
basis) while in custody of the Contractor during the execution of the contract, the
contractor shall be responsible for the watch and ward and safety and security of
Material. Storage and safe custody of all materials shall be the sole responsibility of
the contractor. Contractor shall not be entitled to for any extension in time. The
contractor shall be solely responsible for the consequences such as delay in project
schedule and implication of any penalty thereof. In such eventuality, the contractor
shall promptly take all necessary corrective action at his own cost to arrest the delay
in Project Schedule. As such, the contractor for its own interest shall keep and maintain
all security measures as deemed necessary at all times and the quoted price shall
include such provisions.

65.12 HPCL will take MCE Policy covering Marine and Erection ALL Risk (EAR) Cover. The
policy covers Marine open cargo covering Transit Risk/ Sea/ Air/ Road. The EAR policy
covers activities carried out at the site (i.e. Refinery)/ Warehouse and fabrication yard
in the name of HPCL.

The contractor has to take:


I. CPM Policy (Contractor’s Plant and Machinery)
II. MCE cover (For the Contract value/ PO value)
III. Insurance for the Owner’s Property shall be limited to 10% of the Contract value/
PO value or this work.
IV. Third Party Liability Policy
V. Workmen Compensation Policy
VI. The insurance policies covered under 6.e of GTC other than HPCL’s MCE Policy

Page 267 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 118 of 134

66.0 ENDORSEMENT OF FEED


66.1 Refer Annexure- XI to this Special Conditions of Contract

67.0 SUB-CONTRACTING

67.1 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 approvals by OWNER after award of Work.

67.2 Following the notification of acceptance of Bid the CONTRACTOR will submit to the
OWNER for approval, the details of Sub-Contractors as per Annexure-III to these
Special Conditions of Contract. CONTRACTOR shall ensure that every competent
and resourceful agencies with proven track record and performance should be
proposed for the work to be sub-contracted.

67.3 Any bidder who had submitted the bid for this tender and does not get the contract
because of his being not the lowest will be prohibited from working as sub-contractor
for execution of this contract.

68.0 QUALIFICATION AND EXPERIENCE OF THE SUPERVISORY PERSONNEL

68.1 Qualification and experience of key supervisory construction personnel to be deployed


for this works shall be as per Annexure-IV to these Special Conditions of Contract.
CONTRACTOR shall submit bio data of key supervisory personnel meeting the
requirement of this Annexure after award, which will be reviewed and approved by
Engineer-in-charge.
68.2 All key staff employed at the site by the CONTRACTOR shall be considered essential to
the performance of the work, and all key staff shall be subjected to approval of OWNER/
Engineer-in-Charge. However such approval shall not relieve the CONTRACTOR of any
of his contractual obligations. No staff including Resident Engineer and other technical
supervisory staff shall be removed or transferred from the work with the prior written
permission of the OWNER/ Engineer-in-Charge. The OWNER / Engineer-in-Charge shall
however have the authority to order the removal of staff from site of any undesirable
personnel, the replacement of such personnel shall be carried out by the CONTRACTOR
within 15 (fifteen) days from the notification from OWNER/ Engineer-in-Charge. If key staff
becomes unavailable for assignment to the work for reasons beyond the CONTRACTOR’s
control, the CONTRACTOR shall immediately notify the OWNER/ Engineer-in-Charge to
evaluate the impact on the project. Prior to substitution or addition of any key staff, the
CONTRACTOR shall obtain OWNER’s / Engineer-in-Charge’s written consent as to the
acceptability of replacements or additions to such personnel. The CONTRACTOR shall at
all times be fully responsible for the acts, omissions, defaults and neglect of all his
representatives, agents, servants, workmen and suppliers and this of his Sub-Contractors.

69.0 CRITICAL EQUIPMENTS

Page 268 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 119 of 134

69.1 Deleted.

70.0 MAJOR TAGGED EQUIPMENTS

Refer Annexure- VI to this Special Conditions of Contract.

71.0 FREE ISSUE MATERIAL

71.1 The value of Free issue material is NIL.

72.0 REQUIREMENT OF DOCUMENTATION

72.1 The CONTRACTOR shall adhere to the requirements for Documentation as per EIL
Specification no. 6-78-002 attached as Annexure-VIII.

73.0 UNDERGROUND OBSTRUCTIONS:

73.1 In the event the Contractor, during execution of the Work, encounters any unforeseen
underground Cables, Pipes etc. in the ISBL area, which shall be required to be
rerouted or re-laid, as the case may be, as per the instructions of the Engineer-in-
Charge, the Contractor shall carry out such work as instructed.

74.0 CONSEQUENTIAL LOSSES:

74.1 The Contractor shall not be liable for loss or use of any part (or full) of the works or for
loss of production, loss of profit or other indirect or consequential loss or any like
damage which may be suffered by the Owner in connection with the Contract.

75.0 RELATIONSHIP WITH CONSORTIA

75.1 DELETED

76.0 ERRANT BIDDER


76.1 In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job
for any mistake committed by him in bidding or withdrawal of bid or varying any term
in regard thereof leading to re-tendering, OWNER shall forfeit Earnest Money paid by
the bidder and such bidders shall be debarred from participation in re-tendering of the
same job(s)/ item(s).
77.0 CORRUPT AND FRAUDULENT PRACTICES

Page 269 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 120 of 134

77.1 The Contractor during the bidding stage are required to furnish the complete and
correct information/ documents required for evaluation of their bids. If the information/
documents forming basis of evaluation is found to be false/ fake/ forged, the same shall
be considered adequate ground for rejection of the bids and forfeiture of earnest money
deposit.
77.2 OWNER requires that the CONTRACTOR observes the highest standard of ethics
during the execution of Contract. In pursuance of this policy, OWNER defines, for the
purposes of this provision, the terms set forth below as follows:
a) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of public official in contract execution;
b) “Fraudulent Practice” means a misrepresentation of facts in order to influence the
execution of a Contract to the detriment of OWNER, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive OWNER of the benefits of free and
open competition.
c) “False/Fake” means to make or construct falsely. “Faked alibi” is a made,
manufactured, or false alibi. Something that is not what is purports to be; counterfeit,
an imposter.
d) “Forgery” means the false making or the material altering of a document with the
intent to defraud. A signature of a person that is made without the person’s consent
and without the person otherwise authorizing it. A person is guilty of forgery if, with
the purpose to defraud or injure anyone or with knowledge that he is facilitating a
fraud or injury to be perpetrated by anyone, the actor (i) alters any writing of another
without his authority (ii) makes, completes, authenticates, executes, issues or
transfers any writing, so that it purports to be the act of another who did not authorize
that act or to have been executed at a time or place or in a numbered sequence other
than was in fact the case, or to, be a copy of an original when no such original exists.
Utters any writing which he knows to be false in a manner specified in d (i) & (ii)
above.
77.3 OWNER may terminate the Contract if it discovers subsequently that the
CONTRACTOR had engaged in Corrupt Practices or Fraudulent Practices in
competing for the Contract.

78.0 SITE ORGANISATION


78.1 The CONTRACTOR shall without prejudice to his overall responsibilities and liabilities
to provide adequate qualified and skilled personnel on the work. and augment the
same as decided by the Engineer-in-Charge from time to time depending on the
exigencies of work. In addition to this CONTRACTOR shall deploy qualified and
experience Safety Supervisors to ensure safer working conditions at site. In case
where the works are Sub-Contracted by the main CONTRACTORs, Safety Supervisors
are to be provided by the main CONTRACTOR.
79.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION:

Page 270 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 121 of 134

79.1 The CONTRACTOR shall be responsible for organizing the lifting of the
equipment in the proper sequence for orderly progress of the work and to ensure that
access routes for erecting the other equipments are kept open.
79.2 Orientation of all foundations, elevations, lengths and disposition of anchor bolts and
diameter of holes in the supports and saddles shall be checked by the CONTRACTOR
well in advance of the installation. Rectifications, including chipping of foundations,
shall be carried out where necessary in consultation with the Engineer-in-Charge. If a
structural member needs to be dismantled to facilitate the equipment erection, this shall
be done by the CONTRACTOR after ensuring proper stability of the main structure in
consultation with the Engineer-in-Charge. All such dismantled members shall be put
back in position to the satisfaction of Engineer-in-Charge after the completion of the
equipment erection after ensuring proper stability of the main structure, based on
design calculations, safe workloads etc with the approval of Engineer-In-charge.
79.3 During the performance of the work the CONTRACTOR shall at his own cost keep
structures, materials and equipment adequately braced by guys, struts or other
approved means which shall be supplied and installed by the CONTRACTOR as
required till the installation work is satisfactorily completed. Such guys, shoring,
bracing, strutting, planking supports etc. shall not interfere with the work of other
agencies and shall not damage or cause distortion to other works executed by the
CONTRACTOR or other agencies.
79.4 The CONTRACTOR shall duly comply with manufacturer(s) recommendations and
detailed specifications for the installation of the various equipment and machines.
79.5 Various tolerances required as marked on the drawings and/or in accordance with the
specifications and/or instructions of the Engineer-in-charge shall be maintained.
Verticality shall be verified with the Theodolite and shall be maintained.
79.6 CONTRACTOR shall comply to OWNER’s work permit system before any erection
activities.

80.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION


OFCONSTRUCTION EQUIPMENT
80.1 Mechanisation of Construction Activities
80.1.1 The CONTRACTOR shall mechanise the construction activities to the maximum extent
by deploying all necessary construction equipment/machinery in adequate numbers and
capacities.
80.1.2 The responsibilities of CONTRACTOR shall include establishing and maintaining of a
proper fabrication workshop with transportation facilities to site to carryout fabrication of
steel structures, piping specials etc., preparing approaches working areas for the
movement/operation of cranes and levelling the areas for assembly / erection to ensure
effective mechanisation on the works. It shall be the responsibility of the CONTRACTOR
to carry out leveling / dressing / grading with a proper approach for the movement of
equipment and machinery, at his own cost. No extra payment shall be made by the
OWNER for leveling / dressing / grading. The CONTRACTOR shall acquaint himself with
availability of access, facilities such as railway siding, local labour etc. and the
CONTRACTOR may have to build temporary access roads to aid his work and the
Lumpsum contract Prices shall be deemed to include the same.
80.1.3 For speedy execution of work, CONTRACTOR shall also ensure use of latest computer
software for at least the following:

Page 271 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 122 of 134

a) Billing
b) Planning & Scheduling
c) Progress Reporting
d) Material Control & Warehousing
e) Safety Records
f) Resource Deployment
g) Communication
80.1.4 CONTRACTOR further agrees that Contract price is inclusive of all the associated costs,
which he may incurred for actual mobilization, demobilization required in respect of use
of mechanized construction techniques and that the OWNER/ EIL in this regard shall
entertain no claim whatsoever.
80.2 Mobilisation of Construction Equipments
80.2.1 The CONTRACTOR shall without prejudice to his responsibilities to execute and
complete the work as per the specifications and time schedule, progressively deploy
minimum construction equipment, tools and tackles and further augment the same
depending on the exigencies of work and as decided by the Engineer-in-Charge so as to
suit the construction schedule within scheduled completion date without any additional
cost to OWNER. The bidder shall submit a list of construction equipments he proposes to
deploy for the subject work along with deployment schedule. No construction equipment
shall be supplied by the OWNER, unless specified by owner specifically in the bidding
document.
80.3 Calibration Requirements of Monitoring and Measuring devices at Construction
Site
80.3.1 Calibration Requirements of Monitoring and Measuring Devices at Construction Site shall
be as per document no. 7-82-0002 (enclosed herewith as Annexure-XII)

80.4 Work in Monsoon Season


80.4.1 In addition to the clause No. 23.5 of SCC, CONTRACTOR shall submit within 15 days of
award of work, to the Engineer-in Charge / OWNER, his contingency plan for work during
monsoon clearly stating their methodology/ strategy to progress uninterruptedly during
monsoon mentioning the deployment of resources viz, numbers, capacity, category of
equipment and manpower on a weekly basis for approval. During monsoon and other
periods, it shall be the responsibility of the CONTRATOR to keep the construction work
site free from water at his own cost by deploying suitable dewatering pumps .The
CONTRACTOR shall adhere to the Special Conditions specified in Annexure-IX . The
detailed procedure / precautions to be followed during Monsoon season is explained in
Annexure-IX
81.0 DISTINCTION BETWEEN SUB-STRUCTURE AND SUPERSTRUCTURE
81.1 To distinguish between work in sub-structure and superstructures, the following criteria shall
apply:

Page 272 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 123 of 134

81.1.1 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 sub-structure and work
above this level will be treated as work in superstructures.
81.1.2 Irrespective of what has been stated above, all pavements, RCC retaining wall, all pipe
sleepers and any similar item would be taken as work done in sub-structure irrespective of
locations nomenclature, and levels given anywhere. Where not specifically pointed out all
works in sumps, drains manholes, tank pads, cable trenches or such similar items would be
taken as work in sub-structure.
82.0 COMPLETION DOCUMENTS
82.1 The CONTRACTOR shall carryout various tests as called for in bidding document either on
field or at outside approved laboratories at his own cost. All test results and related
documents shall be submitted in 2 (Two) hard copies plus 4 (Four) soft copies as part of
completion documentsfor the work.
82.2 The following documents in-addition to documents specified in GTC shall be submitted in
hard binder by the CONTRACTOR as a part of completion documents:
a) Test Certificate from manufacturers for all supply material.
b) Welding Procedure Qualification Report and Welder Qualification Report if
applicable.
c) Execution drawing with all corrections / alterations duly marked and carried out
during the execution of the work and in as built condition.
d) Field Test report for all Civil, Structural and Electrical, instrumentation system.
e) Material Inspection / Test report for supply of all material.
f) Original “No Demand Certificate” from the Administration & Personnel Department
regarding vacation of Land, housing accommodation if any, recovery of rents, hire
charges, return of surplus material, reconciliation statement for all the material
issued etc.
g) Original “No Demand Certificate” regarding surrendering of Gate Passes etc.
h) All other requirements as specified in the respective specifications.
i) Any other drawing/ document/ report specified elsewhere in the Bidding Document
Note: CONTRACTOR shall be eligible to apply for issue of completion certificate only after
submission of completion documents as mentioned above.

83.0 COORDINATION WITH OTHER AGENCIES


83.1 Work shall be carried out in such a manner that the work of other agencies operating at the
site is not hampered due to any action of the CONTRACTOR. Proper coordination with other
agencies will be responsibility of the CONTRACTOR. In case of any dispute, the decision of
Engineer-in-Charge shall be final and binding on the CONTRACTOR.

84.0 SETTING OUT OF WORK

Page 273 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 124 of 134

84.1 OWNER/ CONSULTANT shall furnish the relevant existing grid point with Bench Mark, on the
land. It shall be CONTRACTOR’S responsibility to set out the necessary control points in and
to set out the alignment of the various works. The CONTRACTOR shall employ an efficient
survey team for this purpose and the accuracy of such setting out works shall be the
CONTRACTOR’S responsibility.
84.2 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (Twenty four) hours
advance notice in writing of his intention to set out or give levels for any part of the work so that
arrangements may be made for checking the same.
84.3 Work shall be scheduled so as to enable checking lines and levels on any part of the work.
84.4 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.

85.0 COORDINATION WITH CONSULTANT


85.1 CONTRACTOR shall coordinate with CONSULTANT for his day-to-day activities and provide
free access and assistance during the inspections and other activities to be carried out by PMC.
CONTRACTOR shall comply to the requirements of CONSULTANT and obtain all the
clearances from CONSULTANT for his work.

86.0 ELECTRICAL CONTRACTOR’S LICENCE


86.1 The CONTRACTOR or its nominated Sub-CONTRACTOR (s), as the case may be, shall have
a valid electrical CONTRACTOR’s license for working in the State in which the job site is
located. The CONTRACTOR shall furnish a copy of the same to Engineer-in-charge before
commencement of any electrical work or work pertaining to Electrical System.
86.2 No Electrical work or work pertaining to electrical system (s) shall be permitted to be executed
without a valid Electrical CONTRACTORs License being produced by the CONTRACTOR or
Sub-CONTRACTOR, as the case may be, intending to execute the work.
87.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL.
87.1 Acceptance of Structural Steel & TMT Bars shall be subject to compliance of following.
87.1.1 Steel manufactures having valid BIS certificate and listed in the BIS website as on date
of procurement of steel shall be allowed for supply of steel (Structural steel and TMT bars)
and contractor shall procure from them with prior intimation to Engineer-in-charge.
87.1.2 Tests after receipt of structural steel at site:
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.
87.1.3 Tests after receipt of TMT bars at site:
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 10 mm bars one sample for each 25 MT (or part thereof) for consignment below
100 MT and one sample each 40 MT (or part thereof) for consignment above 100 MT shall
be tested.

Page 274 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 125 of 134

 For 10 mm to 16 mm bars, one sample for each 35 mm MT (or part thereof) for
consignment below 100 MT and one sample each 45 MT (or part thereof) for consignment
above 100MT shall be tested.
 Over 16 mm bars one sample for each 45 MT (or part thereof) for consignment below 100
MT and one sample each 50 MT (or part thereof) for consignment above 100 MT shall be
tested.
87.2 Acceptance of Cement manufacturer shall be subject to compliance of following
87.2.1 Cement manufacturers having valid BIS certificate and listed in the BIS website as on the
date of procurement of cement shall be allowed for supply of cement and contractor shall
procure cement from them with prior intimation to Engineer-in-charge.
87.2.2 Tests after receipt of cement at site: Each batch of cement (week wise as mentioned on
cement bags) supplied by the contractor after delivery at site shall be subject to the tests
and analysis required by the relevant Indian Standard codes. The contractor shall carry
out and bear the cost of all tests and analysis to ensure quality of cement before using in
actual works.

88.0 CONSTRUCTION
88.1 The CONTRACTOR shall within the scope of work observe in addition to specifications, all
national and local laws, ordinances, rules and regulation and requirements pertaining to the
work.
88.2 Various procedures and methods to be adopted by CONTRACTOR during the construction as
required in the respective specifications shall be submitted to OWNER/ CONSULTANT in due
time and well in advance of the specific work for approval.
88.3 The CONTRACTOR shall carry out required supervision as per Quality Assurance Plan and
furnish all assistance required by OWNER/ CONSULTANT in carrying out inspection work.
OWNER/ CONSULTANT will have authorized representatives present who shall have free
access to the work at all times. If an OWNER/ CONSULTANT representative notifies the
CONTRACTOR’S representative of any deficiency in any work or in the supervision
thereof, the CONTRACTOR shall make every effort to carry out such instructions consistent
with best industry practice.
89.0 ERECTION OF EQUIPMENT / BARRICADING
89.1 NOT APPLICABLE
90.0 SPECIAL REQUIREMENT
a. ERECTION and Barricading Works shall be carried out as per Drawings and
Technical Specifications attached with the Tender Document and as per
instructions of Engineer-in charge (EIC).
b. Job shall be carried out on round the clock 24 x7 basis with intermittent break
as per agreement with EIC.
c. All materials, equipment, D.P. Test Kits, Equipment for Ultrasonic Testing (if
applicable), etc. to carry out Radiography and other NDT .Radiography, if carried
out by Gamma Ray (using IRIDIUM 192 Source) shall meet BARC's regulations
including storage and operating personnel. Radiography by X-ray, within quoted
Prices, will be insisted upon if Radiographs by Gamma Ray does not meet required

Page 275 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 126 of 134

quality standards. Contractor to use “SAFERAD” machine for radiography to


reduce radiography time .
d. Air Conditioned Dark Room with facilities like running water and those required for
developing and viewing radiographs.
e. CONTRACTOR should ensure testing of Construction materials at local approved
OWNER’s authorized approved testing laboratory prior to starting of the job and get
approval of CONSULTANT.
f. Maintenance personnel with all tools & tackles and spares should be available on
round the clock basis for attending the breakdown of equipments , machinary,
pump etc immediately after breakdown.
g. Contractor shall use wire rope of reputed make only along with valid Test Certificate
to avoid accidents. Spare wire rope shall be kept readily available to avoid
downtime.
h. Winch & Fly wheel to be provided with Safety Guard without which the rig shall not
be allowed to be operated.
i. 100% PPE to be used by all workmen and personnel engaged for the job, otherwise
penalty shall be imposed as per SCC.
j. The CONTRACTOR shall deploy and ensure availability of qualified supervisor
including safety supervisor having full knowledge of jobs and safety on round the
clock basis.
k. In case of non availability of Water by OWNER, the CONTRACTOR shall arrange
for boring for water within OWNER’s premises as per approval of OWNER or
arrange water without any extra cost to OWNER.
l. Dress code: All the CONTRACTOR’s workers and officers should use uniform
during working hrs at site and reflecting jackets in night working hours .
m. OWNER/ CONSULTANT reserves the right to physically check/verify the Ownership
/availability of the equipments at any stage prior to award of work. Bidder shall
organize and coordinate the inspection process. OWNER/CONSULTANT’s option
shall be final and binding in this regard
n. Contractor to confirm that these equipments are available for deployment in this
project site and shall be timely mobilized in good working condition to maintain work
progress. Contractor has option to propose equipments OWNED or HIRED sources
against this category.
o. Contractor to deploy well qualified ASNT Level III interpretor and Level II Personnel
for scanning and reporting for NDT .
91.0 LIABILITY OF GOVERNMENT OF INDIA

Page 276 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 127 of 134

91.1 It is expressly understood and agreed by and between the Contractor and the
Employer/Consultant that the Employer/Consultant is entering into this agreement
solely on its own behalf and not on behalf of any other person or entity. In
particular, it is expressly understood and agreed that the Government of India is
not a party to this agreement and has no liabilities, obligations or rights there
under. It is expressly understood and agreed that the Employer/Consultant is an
independent legal entity with power and authority to enter into contract, solely in
its own behalf under the applicable laws of India and general principal of Contract
Law. The Contractor expressly agrees, acknowledges and understands that the
Employer/Consultant is not an agent, representative or delegate of Govt. of India.
It is further understood and agreed that the Govt. of India is not and shall not be
liable for any acts, omissions, commissions, breaches or other wrongs arising out
of the contract. Accordingly, contractor hereby expressly waives, releases and
foregoes any and all actions or claims, including cross claims, impleader claims or
counter claims against the Govt. of India arising out of this contract and covenants
not to sue to Govt. of India as to any manner, claim, cause of action or thing
whatsoever arising of or under this agreement..

92.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT


92.1 CONTRACTOR shall appoint radiography/ NDT agency (ies) only after acceptance of such
agency(ies) by OWNER/EIL. However, acceptance of radiography/ NDT agency by
OWNER/EIL shall not absolve the CONTRACTOR of his responsibility to execute radiography
work as per requirements of the Contract.
92.2 CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate number
of radiography resources/ NDT equipments & appliances, commensurate with the welding
activity and quantum of Radiography/ NDT work load to avoid delays in Radiography/ NDT and
consequent generation of back log. In the event of generation of back log leading to Delay/ Hold
up of subsequent, activities OWNER/EIL has right to engage additional agency for carrying out
the radiography at the risk and cost of CONTRACTOR including 100% overhead charge.
92.3 Radiography Check Shots
a) To verify that radiographs are being taken on the prescribed / selected welds / spots only,
5% of already radiographed spots shall be selected by the Engineer-in-Charge or his
designated person for check shots. The check shots shall be taken up before any further
radiography work.
b) Radiography of all check shots shall be taken by Contractor at no extra cost to
EIL/OWNER. If mismatch / variation is found in any of the check shot as per para 92.3 a),
CONTRACTOR shall have to take re-radiography of the entire lot represented by
mismatched check shot (a days production or more as decided by Engineer In-Charge) at
his own cost
c) In the event of any non-matching / variation is observed in re-radiography of the entire lot
as per para 92.3 b) above with reference to the earlier radiographs taken, the radiography
agency shall be forthright debarred from site. CONTRACTOR shall then carryout re-
radiography up to maximum of 100% of all the prescribed / selected welds/ spots
radiographed by the debarred radiography agency (as per direction of the Engineer In-
Charge) at his own cost by engaging a separate Radiography agency acceptable to
OWNER/EIL. The process for verification of radiographs through check hots shall be
continued as per clause 92.3 a) above from the lots selected by the Engineer In- Charge

Page 277 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 128 of 134

till 2 (two) consecutive lots are found with matching check shot radiographs to the
satisfaction of EIL/ OWNER.
92.4 Digital recorded close proximity/PAUT/TOFD only allowed inside the refinery /unit premises
except in fabrication yards
93.0 REQUIREMENTS FOR DOCUMENTATION
93.1 The CONTRACTOR shall adhere to the requirements for Documentation as per EIL
Specification no. 6-78-002 attached as Annexure-VIII

94.0 THIRD PARTY INSPECTION AGENCIES

94.1 Pursuant to clause no 23.10.4 of SCC the CONTRACTOR shall carry out the various tests as
enumerated in the bidding document and as per direction of Engineer-in-charge either on field
or outside laboratories concerning the execution of work and supply of the material by
CONTRACTOR. All the expenses shall be borne by the CONTRACTOR and shall be
considered as included in the quoted Lumpsum price. The inspection shall be done by following:
a) Any third Party Inspection (TPI) agency for all supply items among:

i. Lloyds Register of Industrial Services (LRIS)


ii. Bureau Veritas (BV)
iii. Det Norske Veritas (DNV)
iv. Certification Engineers International Ltd. (CEIL)
v. TUV

b) Representative deputed by Engineer-in-charge.


c) Representative deputed by Statutory Authority.
CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-charge and
also to the authorities / TPI to conduct inspection/ to witness such tests.
94.2 All the tests either on the field or at outside laboratory or at any other place, concerning the
execution of the work and supply of materials by the CONTRACTOR shall be carried out by the
CONTRACTOR at his own cost.
94.3 The work is subject to inspection at all times by the Engineer-in-charge. The CONTRACTOR
shall carry out all instructions given during inspection and shall ensure that the work is being
carried out according to the technical specifications of this bidding document, the technical
documents that will be furnished to him during performance of work and the relevant codes of
practice furnished to him during the performance of the work.
94.4 The CONTRACTOR shall provide, for purposes of inspection, access ladders, lighting and
necessary instruments at his own cost including Low Voltage (24V) lighting equipment for
inspection of work. Compressed air for carrying out works shall be arranged by the
CONTRACTOR at his own cost.
94.5 Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the CONTRACTOR shall carry out the rectifications at his own cost.

Page 278 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 129 of 134

94.6 All results of inspection and test will be recorded in the inspection reports, proforma of which
will be approved by the Engineer-in-charge. These reports shall form part of the Completion
Documents.
94.7 For materials supplied by OWNER (if any), CONTRACTOR shall carryout the tests, if required
by the Engineer-in-charge, and the cost of such tests shall be reimbursed by the OWNER at
actual to the CONTRACTOR on production of documentary evidence.
94.8 Inspection and acceptance of the work shall not relieve the CONTRACTOR from any of his
responsibilities under this contract.
94.9 Cost towards repeat tests and inspection due to failures, repairs etc. for reasons attributable to
the CONTRACTOR shall be borne by the CONTRACTOR.
94.10 Various tests as specified in specifications shall be carried out to the entire satisfaction of
OWNER/ EIL.
94.11 Contractor Lumpsum prices shall be deemed to be inclusive of TPI charges.

95.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM


Without prejudice to stipulation in General terms and Conditions of works Contract,
CONTRACTOR should follow the following billing system:
95.1 The bills will be prepared by the CONTRACTOR on their PCs as per the standard
formats and codification scheme proposed by OWNER/ CONSULTANT. The CONTRACTOR
will arrange for necessary software (Consultant / Owner may indicate any specific software) for
data entry to capture the relevant billing data for subsequent processing.
95.2 The CONTRACTOR will submit these data to OWNER/CONSULTANT in an electronic media
along with the signed 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.
95.3 OWNER/CONSULTANT will utilise these data for processing and verification of bill of the
CONTRACTOR

96.0 QUALITY ASSURANCE SYSTEM

96.1 The CONTRACTOR shall adhere to the quality assurance system specified in Annexure-XIII.
After the award of the contract, detailed quality assurance programme to be followed for the
execution of contract shall be submitted by CONTRACTOR.
96.2 The CONTRACTOR shall establish, document and maintain an effective quality assurance
system as outlined in recognised codes.
96.3 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 in respect of
Procurement, Supply, Installation, Testing and Commissioning. The quality assurance system
should indicate organizational approach for quality control and quality assurance of the
construction activities, at all stages of work at site as well as at manufacturer's works and
despatch of materials.
96.4 The Quality Assurance plan for various equipments and materials, construction procedure etc.
shall be furnished to the EIL/ OWNER prior to commencement of site work /manufacturing
/erection. EIL/ OWNER shall review the same within 3 (three) weeks of its submission.

Page 279 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)
Rev 01 Page 130 of 134

96.5 The OWNER / EIL or their representative reserve the right to inspect / witness, review any or
all stages of work at shop/site as deemed necessary for quality assurance.
96.6 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.
96.7 In case the CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect to
the above clauses, next payment due to him shall not be released unless and until
CONTRACTOR complies with the instructions to, the full satisfaction of Engineer-in-charge.
96.8 Contractor to deploy skilled ASNT Level III personnel for interpretation and ASNT Level II skilled
personnel for scanning and reporting.

Page 280 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 131 of 134

97.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR


UNDERTAKINGS
97.1 Refer Sl No. 99.0 Below.
98.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT / SAFETY
NORMS
98.1 In addition to the, OISD Guidelines-192, OISD Guideline-207 including
Health, Safety & Environment (Essential Requirement) of HPCL
(enclosed as Annexure-XIV), EIL specifications on Health, Safety and
Environment (HSE) Management included in Technical specification and
OWNER prescribed work permit system and job safety analysis
procedure shall be followed before under taking any work inside OWNER’s
premises.
98.2 Considering the above, the CONTRACTOR shall establish, document and
maintain an effective Health, Safety and Environment (HSE) management
system.
98.3 The Engineer-in Charge is responsible for ensuring that CONTRACTOR
conforms to the safety requirements as set forth in the Contract documents
at all times. In the event of CONTRACTOR violations of the safety
requirements, and violations that result in physical injury or fatality, OWNER
has the right to deduct from any payment due to CONTRACTOR
98.4 In the event of violation by the CONTRACTOR of any stipulation mentioned
in the above documents or violation of any statutory provisions related to
HSE, EIL shall impose immediate stoppage of work without any time or cost
implication to the OWNER, till the contractor takes remedial action to the
satisfaction of up to Engineer in charge.. The decision for stoppage of work
shall be final and binding on the CONTRACTOR.
98.5 The CONTRACTOR may take suitable Insurance Policy with a view to
cover themselves against the above penalties and submit a copy of the said
policy to the Engineer-in-charge.
98.6 In case of conflict between the requirements of the various specifications
and/or the requirements specified in the bidding document including
penalties, the more stringent requirement shall be followed.

99.0 ARBITRATION
99.1 The Clause No. 14 of General Terms & Conditions of Works Contract stands
modified to the following extent.
99.1.1 Clause No. 14.2 of GTC stands partially modified to the following extent:
“The sole arbitrator shall be independent person having no relationship
with either party in line with the Arbitration and Conciliation Amendment
Act 2015. However, the appointing authority shall remain Director –

Page 281 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 132 of 134

Refineries, HPCL. The Contactor/ Vendor shall not be entitled to raise any
objection on appointment of such sole arbitrator.”

99.2 If the CONTRACTOR is a PSU or Public Sector Enterprise or is a Govt.


Deptt, any disputes or differences between the CONTRACTOR and the
OWNER hereto arising out of any notified claim of the CONTRACTOR in
terms hereof and/or arising out of any amount claimed by the OWNER
(whether or not the amount claimed by the OWNER or any part thereof shall
have been deducted from the final bill of the CONTRACTOR or any amount
paid by the OWNER to the CONTRACTOR in respect of the work), then in
suppression of the provisions of Section 9 of the General Conditions of
Contract, the following provisions shall apply, namely; such disputes of
differences shall be resolved amicably by mutual consultation or through the
good offices or empowered agencies of the Government. If such resolution is
not possible, then the unresolved disputes or differences shall be referred by
either party for Arbitration to the sole Arbitrator in the Department of
Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises in line with
applicable DPE guidelines for settlement of commercial disputes
between CPSEs or between CPSEs & Government Departments issued
by Department of Public Enterprises and as modified from time to time.
99.3 The Arbitration and Conciliation Act, 1996 shall not be applicable to the
arbitrator under this clause. The award of the arbitrator shall be binding upon
parties to the dispute, provided, however any party aggrieved by such award
may make a further reference for setting aside or revision of the award to Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Government of India. Upon such reference the dispute shall be decided by
the Law Secretary or the Special Secretary/Additional Secretary whose
decision shall bind the parties finally and conclusively. The parties to the
dispute will share equally the cost of Arbitration as intimated by the Arbitrator.
99.4 Notwithstanding the existence of any dispute or arbitration in terms hereof or
otherwise, the CONTRACTOR shall continue and be bound to continue and
perform the works to completion in all respects according to the Contract
(unless the Contract or Works be determined by the OWNER) and the
CONTRACTOR shall remain liable and bound in all respects under the
Contract”.
100.0 POLICY FOR PROVIDING PREFERENCE TO INDIAN
MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP)
”Ministry of steel, Govt of India ,vide their notification The gazette of India,
extraordinary part II no.357 dated 09.05.2017”,notified the policy for providing

Page 282 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 133 of 134

preference to domestically manufactured iron & steel products in government


procurement”:
100.1 Under the policy, purchase of the iron & steel products covered under
column “a” of Annexure- XXI TO SCC (Enclosed) of the policy, shall be
subject to minimum value addition as stipulated in the Appendix. Value
addition shall be determined by formula specified in clause 7.2 of the
policy.
100.2 The bidder shall be the manufacturer of offered product except if the
specific enquiry permits sole selling/authorized distributors/authorized
dealers/authorized supply houses etc. Of the domestic manufacturers.
100.3 In case of detection of mis-declaration by the bidder of the prescribed
domestic value addition, in the tender document, at any stage before or
after award, the following actions shall be taken by the procuring
company:
A. Forfeiture of CPBG depending upon the stage of detection.
B. Banning of business dealings in line with the policy.
100.4 In case of any complaint or doubt regarding the domestic value addition
furnished by a bidder in his bid, EIL shall reserve the right to verify the
domestic value addition. The bidder shall provide unhindered access to
his relevant records in this regard, to the authorized representatives of
EIL. In case of such verification, if the bidders claim is found to be
incorrect, in addition to the actions stipulated in 1.3 above, the bidder
shall pay Rs. 10 Lakh to EIL as the lump sum cost of verification.
100.5 Bidder shall furnish self-certification as per format enclosed FORM-1
(Enclosed as Annexure – XXII with SCC) with the policy else bid of such
bidder shall be rejected.
The same is enclosed here with for bidder compliance.
Clause 7.2 of the policy:
In case the iron & steel products are made-
a) Using domestic input steel (semi-finished/finished steel), invoices of
purchases from the actual domestic producers along with quantities
purchased and other related documents must be furnished to procuring
government agency.

b) Using a mix of imported and domestic input steel, the invoices of purchase
from the actual producers along with quantities purchased and other related
documents must be furnished separately.to derive the extent of domestic
value addition, the weighted average of both (imported & domestic) input
steel shall be considered to ensure that the minimum stipulated domestic
value addition requirement of the policy is complied with.

c) Using only imported input steel, the following formula shall apply to calculate

Page 283 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 134 of 134

the percentage of domestic value-addition.

Domestic value addition(%)= (net selling price-landed cost of imported steel


at the plant)*100/(landed cost of imported input steel at the plant)

Bidder to comply with the above requirement of the Gazette.

101.0 KEY CONSTRUCTION EQUIPMENT AND KEY MANPOWER DEPLOYMENT BY


THE CONTRACTOR:
101.1 In addition to the provisions of relevant clause of General Conditions of Contract
(GCC) and associated provisions thereof, the Contractor shall without prejudice to
his overall responsibility to execute and complete the work as per specifications
and time schedule, progressively deploy construction equipment’s and
Manpower deployment shall be as specified in Annexure-XXIII & XXIV to this
SCC and as and when required augment the same as decided by the Engineer-in-
Charge depending on the exigencies of the work so as to complete all works within
the contracted time schedule and without any additional cost to Owner. No
construction equipment & manpower shall be supplied by the Owner.

Page 284 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 2

TIME FOR COMPLETION


[ANNEXURE –I TO SPECIAL CONDITIONS OF CONTRACT]

Page 285 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 2

TIME FOR COMPLETION

NAME OF WORK TIME OF COMPLETION


SOLAR PHOTOVOLTAIC POWER PLANT ON
ROOF TOP OF NON PLANT BUILDING FOR MR
II PROJECT AT HPCL MUMBAI REFINERY,
MAHARASHTRA, INDIA
(BIDDING DOCUMENT NO.: CK/A857-161-EJ-
TN-0012/1011) The Time Schedule for the subject work shall
be 05 (Five) Months to be reckoned from the
date of issue of Letter of Acceptance (LOA).

Note:
1. The Time completion shall be reckoned from the date of notification of award i.e. date of issue
of Letter of Acceptance.
2. The time indicated is for completing all the works in all respects as per scope of work,
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 Contract
Document, 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.

Page 286 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

[ANNEXURE –II TO SPECIAL CONDITIONS OF CONTRACT]

DELETED

Page 287 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 3

FORMAT FOR

CONSTRUCTION SUB-CONTRACTOR’S APPROVAL


[ANNEXURE –III TO SPECIAL CONDITIONS OF CONTRACT]

Page 288 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 3

(APPROVAL OF CONSTRUCTION SUB-CONTRACTOR)

Description Contractor response


SL.No.
1. NAME OF MAIN CONTRACTOR
2. NAME OF WORK, LOCATION
3. NAME OF PROPOSED SUB-CONTRACTOR
4. SCOPE OF WORK PROPOSED TO BE SUB- CONTRACTED
(BRIEF)
5. ESTIMATED VALUE OF THE PROPOSED WORK TO BE SUB-
CONTRACTED (INR)
6. QUALIFYING CRITERIA FOR SUB-CONTRACTOR
:

i. Similar Work experience in Hydrocarbon


Industry
a) One Contract, each of 80% of estimated value of proposed
work to be sub-contracted (or)

b) Two Contracts, each of 50% of estimated value of proposed


work to be sub-contracted (or)

c) Three Contracts, each of 40% of estimated value of


proposed work to be sub-contracted (or)

ii. Annual Turnover

a) The average annual financial turnover during the last 3 years,


ending 31st March /31st December of the previous financial
year, should be at least 30% of estimated cost.

7. EXPERIENCE AND FINANCIAL DETALS OF PROPOSED SUB-


CONTRACTOR
I. Contract value of similar work executed (as : evidenced by
work Order & Completion Certificate) during the last 7 years.

II. The average annual financial turnover during the last 3 years (as
evidenced by Balance Sheets)

III. Concurrent Commitments (including the works proposed to be sub-


contracted)

Page 289 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 3 of 3

8. CRITERIA FOR QUALIFICATION OF SUB-CONTRACTOR

i) Sl.no.7(i) ≥ 6(i) YES / NO


ii) Sl.no.7(ii) ≥ 6 (ii) YES / NO
iii) Sl.no.7(iii) ≥ 2 x Sl.No.7(ii) YES / NO

9. Based on above information, we M/s.


(Name of Main Contractor) propose M/s.
(Name of Sub-Contractor) as our sub-contractor for the above mentioned works. We
understand that notwithstanding above approval, we shall remain fully responsible for the
performance of the said sub-contractor and any failure of the sub-contractor shall not
absolve/relieve us of our responsibility to complete the works as per the terms of
conditions of the Contract.
NOTE: Bidders to fill all the details in the above proforma. Further Bidder shall also fill-
in the details at Sl.no.5 above based on the estimated value of the proposed work to be
subcontracted.

(SIGNATURE AND SEAL OF CONTRACTOR)

QUALIFICATION STATUS (TO BE STAMPED BY OWNER)

Page 290 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY


CONSTRUCTION PERSONNEL
[ANNEXURE –IV TO SPECIAL CONDITIONS OF CONTRACT]

Page 291 of 694


QUALIFICATION & EXPERIENCE STANDARD No.
fry NGINEERS REQUIREMENT OF KEY CONSTRUCTION 7-82-0003 Rev. 0
INDIAA LIMITED PERSONNEL AND PENALTY FOR THEIR
(A Govt of India Undertaking)

NON-MOBILIZATION Page 1 of 5

Infer Wgrur chliA4 31-4Wa


d vi 3Tra 311-{ amit-n rr-{

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR NON-
MOBILIZATION

0 12.06.2015 Issued as Standard RK MD SC


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 292 of 694


QUALIFICATION & EXPERIENCE STANDARD No.
k31 '=1 ENGINEERS
Og aiElf5reg INDIA LIMITED
REQUIREMENT OF KEY CONSTRUCTION
7-82-0003 Rev. 0
(viwn rirave maJoura) (A Govt. India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 2 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

Construction Standards Committee

Convenor: Sh. M Deshpande, ED (Construction)

Members: Sh. S N Bhatnagar, GM (Construction)


Sh. Rakesh Nanda, GM (Piping)
Sh. Rajeev Jain, DGM, (C&P)
Sh. Janak Kishore , DGM (Projects)
Sh. Ravindra Kumar, AGM (Construction)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 293 of 694


QUALIFICATION & EXPERIENCE STANDARD No.
t31
9-ae..1e-IMENGINEERS REQUIREMENT OF KEY CONSTRUCTION
III ttileg 4110"; INDIA LIMITED 7-82-0003 Rev. 0
GON of Intim undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 3 of 5

CONTENTS

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION) 4

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL 5

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 294 of 694


QUALIFICATION & EXPERIENCE STANDARD No.
0-11aeleiffAH ENGINEERS
-
REQUIREMENT OF KEY CONSTRUCTION
Et5leg 1410 INDIA LIMITED 7-82-0003 Rev. 0
(A Govt of India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 4 of 5

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION)

CATEGORY QUALIFICATION & EXPERIENCE (POST QUALIFICATION) REQUIRED


Degree or Diploma in Engineering with minimum following relevant experience in
construction:
Resident Construction
Manager/ Resident Contract value (Rs) --• < 5 Cr. works 5-20 Cr. works > 20 Cr. works
Engineer/Site-In-Charge
Degree holders 5 yrs 10 yrs 15 yrs
Diploma holders 8 yrs 13 yrs 20 yrs
Degree or Diploma in relevant Engineering discipline with following minimum experience in
Construction:
Lead Discipline Engineer
(Mechanical, Civil, Electrical, Contract value (Rs) • < 20 Cr. works > 20 Cr. works
Instrumentation) Degree holders 5 yrs 10 yrs

Diploma holders 8 yrs 13 yrs


Degree or Diploma in Mechanical Engineering/ Metallurgy with the following experience in
Welding & NDT (Non Destructive Testing) and possessing valid Level-II certificate in the
relevant NDT methodology (RT/UT)
Lead Welding/
Contract value (Rs) • < 20 Cr. Works > 20 Cr. Works
NDT Engineer
Degree holders 5 yrs 10 yrs
Diploma holders 8 yrs 13 yrs
Degree in Engineering with following experience (refer Note also):
Contract value (Rs) lo < 20 Cr. Works > 20 Cr. Works
Lead QA/QC Engineer
5 yrs of construction 10 yrs of construction
Experience experience of which 2 years in experience of which 3 years
QA/QC in QA/QC.
Degree in Engineering with following experience in Planning & Scheduling:

Lead Planning Engineer Contract value (Rs) < 20 Cr. works


_ > 20 Cr. works

Experience 5 yrs. 8 yrs.

Safety Officer/ Supervisor As per specification for HSE Management at construction sites enclosed elsewhere in the bid.

Diploma in Engineering or Diploma in Materials Management or Graduate in any stream with


min. following experience in Warehousing/ Stores Management:
Warehouse- In- Charge/
Materials Manager Contract value (Rs) < 20 Cr. works
_ > 20 Cr. works

Experience 5 yrs. 10 yrs.


Degree or Diploma in Engineering with minimum following experience in quantity
estimation, field measuremen , rate analysis, bill preparation etc. in Construction field:

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)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 295 of 694


QUALIFICATION & EXPERIENCE STANDARD No.
1f kit ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
Sift!' kiltift INDIA LIMITED 7-82-0003 Rev. 0
1.1P,1 eircnie ANOITA) (A Govt of lode Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 5 of 5

Notes: (for Table on previous page)

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.

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

Penalty for non-mobilization per day per person after the contractual mobilisation period /
mobilisation schedule agreed during Kick off Meeting / jointly agreed between contractor
and PMC / owner based on front availability etc.

- Rs. 5000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge;

- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge Lead
Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity Surveyor

- Safety Officer (As per HSE Specification)

Notes: (for Penalty clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty
b) Mobilised personnel shall not be demobilised till contractual completion or based on consent
of Engineer-in-Charge else penalties as above shall be applied.
c) Total of above penalties shall not exceed 3% of the contract value.
d) The above penalties are over & above all other contractual provisions with respect to
penalties.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 296 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

[ANNEXURE –V TO SPECIAL CONDITIONS OF CONTRACT]

DELETED

Page 297 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

[ANNEXURE –VI TO SPECIAL CONDITIONS OF CONTRACT]

AS PER TECHNICAL PART OF BIDDING DOCUMENT

6 ANNEXURE-VI - MAJOR TAGGED EQUIPMENTS

Page 298 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 2

[ANNEXURE –VII TO SPECIAL CONDITIONS OF CONTRACT]

FREE ISSUE MATERIAL DETAILS

Page 299 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 2

NIL

Page 300 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

DOCUMENTATION REQUIREMENT
[ANNEXURE –VIII TO SPECIAL CONDITIONS OF CONTRACT]

Page 301 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

101 ENGINEERS DOCUMENTATION
g
** el!2RAfi'aA
IAIRON
g
Meavow INDIA LIMITED
IA GoN. Of India Undeftakingi
REQUIREMENTS FROM
6-78-0002 Rev. 1
CONTRACTORS Page 1 of 8

-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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 302 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
k311 ei ENGINEERS DOCUMENTATION No.
51g-a 015teg INDIA LIMITED 6-78-0002 Rev. 1
1.1FA 2IETIN

IA Govt of India undertaking) REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
HOD - Head of Division / Department
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MOU - Memorandum of Understanding
QMS - Quality Management System
URL - Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 303 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


adaelei m,4 ENGINEERS DOCUMENTATION No.
$1fgar 051ft INDIA UMITED
Merl evensmaR3sTWIl (A Govt of India UndertakIng) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 304 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
k391-4elei TEED ENGINERS DOCUMENTATION No.
INDIA EL IMITED 6-78-0002 Rev. 1
lit15reg, IA Govt al India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

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.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be submitted by the Contractor

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.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1week
Drawing/Document Control Index - 2weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in Tender/Contract are minimum requirements. Contractor


shall submit any other document/data required for completion of the job as per
EIL/Owner instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 305 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS No.
acs INDIA LIMITED
IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 5 of 8

4.2 Style and Formatting

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

4.3 Review and Approval of Documents by Contractor

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by contractor before submission. Revision number shall be changed
during submission of the revised contractor documents and all revisions shall be
highlighted by clouds. Whenever the contractor require any sub- contractor drawings
to be reviewed by EIL, the same shall be submitted by the contractor after duly
reviewed, approved and stamped by the contractor. Direct submission of sub-
contractor's drawings without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of contractor Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication/ Construction as per the document.
Review Code 2 Proceed with manufacture/ fabrication/
Construction as per commented document.
Revised document required
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed with
manufacture/ fabrication
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 306 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


ENGINEERS DOCUMENTATION No.
INDIA LIMITED 6-78-0002 Rev. 1
tra /A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal. The detail
guidelines for uploading documents on EIL eDMS Portal are available on following
URL
http://edocx.ei Lco. i n/vporta I

4.5.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the
Contractor shall submit copy of approval by the authority to EIL.
4.5.4 Details of Contact Persons of Contractor
After placement of order contractor shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.
4.5.5 Schedule and Progress Reporting
Contractor shall submit monthly progress report and updated procurement,
engineering and manufacturing status (schedule vs. actual) every month. First report
shall be submitted within 2 weeks from FOA/LOA. In case of exigencies, EIL/Owner
can ask for report submission as required on weekly/fortnightly/adhoc basis depending
upon supply status and contractor shall furnish such reports promptly without any price
implication. Format for progress report shall be submitted by the contractor during
kick off meeting or within one week of receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of
receiving FOA/LOA, job specific ITPs based on the indicative ITPs. Further, contractor
shall also submit Quality Assurance Plan for project activities in the scope of contract,
starting from manufacturing to handing over/ commissioning, these plans shall
cover/identify the activities, relevant procedure, if any, code of conformance,
resources for performance and checking/monitoring, approval requirements and
authority, records to be generated and audit scope by EIL/Owner.
For EPCC/LSTK/Package contracts, the contractor shall prepare a list of items/
equipments and their inspection categorization plans for all items included in the scope
of supply immediately after receipt of order and obtain approval for the same from EIL.
The items shall be categorized into different categories depending upon their criticality
for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture's
test certificate etc., mentioned in Inspection Release Note(IRN), issued by EIL/third
party against the materials supplied by contractor., are sent to EIL along with the IRN.
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency only after all
the drawings/documents as per DCI are submitted and are accepted under review
code-1 & code R. Material/Equipments dispatch from contractor's/sub vender's works
shall not commence till above condition is met.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 307 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogof IOM 0,1.I
INDIA LIMITED
(A Govt W Indio Undertalung) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of Tender/Contract.

4.6 Final Documentation


4.6.1 As built Drawings
Shop/Site changes made by contractor after approval of drawings under 'Code 1' by
EIL and deviations granted through online system , if any, shall be marked in hard
copies of drawings which shall then be stamped 'As-built' by the contractor. These
'As-built' drawings shall be reviewed and stamped by EIL Inspector/Site
engineer/TPIA also. Format for completeness of final documents (Format No. 3-78-
0004) is attached with this specification. Contractor shall prepare scanned images
files of all marked — up 'As — built' drawings. Simultaneously contractor shall
incorporate the shop/site changes in the native soft files of the drawings also.
4.6.2 As built Final Documents
As built final documents shall be submitted as listed in Tender/Contract.
4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x
315 mm (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.

4.6.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.
In addition to hard copies, contractor shall submit electronic file (CD-ROM) covering
soft copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 308 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
laraeles ENGINEERS DOCUMENTATION No.
Ogell 22-eg W INDIA LIMITED 6-78-0002 Rev. 1
(A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

4.6.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL/TPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 309 of 694



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

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

Page 310 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 311 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 312 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem)

(A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS


Clause Title Page
No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 313 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" 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 bidder, contractor 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.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR 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 supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 314 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 315 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 316 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /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 number 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 clip. 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 supplier. 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 package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
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.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved

Page 317 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 318 of 694



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

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

Page 319 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 3

WORK DURING MONSOON


[ANNEXURE –IX TO SPECIAL CONDITIONS OF CONTRACT]

Page 320 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 3

WORK DURING MONSOON.


1. Contractor must take due cognizance of the presence of rainy season / days in his
scheduled completion period and accordingly, shall take all necessary actions to protect,
reorganize and progress the work , uninterruptedly during the monsoon period .

2. Contractor to collect all meteorological data from the local authority and collect necessary
information about the intensity, frequency and period of rainy season.

3. No extension of time due to interruption /suspension of work , water logging , reduced


/slowing down of progress , non-availability of manpower etc. , whatsoever may be the
reason, shall be tenable on account of monsoon and further no claim for stand-by of
manpower and equipment, other resources etc shall be paid for.

4. The successful bidder shall be required to submit within 15 days of Letter of Acceptance of
offer / award of work, to the Engineer-in-Charge / HPCL his contingency plan for work
during monsoon clearly stating their methodology / strategy to progress uninterruptedly
during monsoon mentioning the deployment of resources viz, numbers, capacity, category
of equipment and manpower on a weekly basis for approval. The contingency plan shall
include all provisions for constructing and maintaining temporary infrastructure like
approach road ,temporary drains in and around work area , dewatering whether natural
or forced to keep the work area free from water logging so as to maintain the same
always in a state worthy of vehicular, human and equipment movement. The work area
shall be so isolated as to restrict run-of from the adjacent areas in the work area / site.

5. Contractor shall put up temporary sheds for fabrication of formwork and reinforcement. For
fabrication of steelwork / piping proper rainproof shed with concretized floor of adequate
area shall be made.

6. Additionally, localized (structure wise) monsoon protection shall be provided in order to


facilitate work.

7. The contractor must indicate the structures / areas that he would like to progress (as per
the project schedule and priority) particularly during the monsoon clearly indicating the
sub-phases of construction like foundation / sub structure, superstructure etc.

8. Contractor shall procure and stock sufficient quantities of materials (if required, out side
the plant premises, the land for which is to be arranged by the contractor at his cost and
expenses) viz. coarse and fine aggregates, bricks etc. adequate for the planned volume of
the work during the monsoon, well in advance of the onset of same so that progress of
work is not affected on this account. The Engineer-in-charge shall be free to inspect such
storing arrangement (particularly at places outside of the pant areas), at any appropriate
time as deemed fit by him.

9. All electrical installations, equipment shall be placed on plinths above ground under proper
rain shed to avoid any inundation, short circuit and hazards of electrocution.

10. Contractor shall organize his work particularly for the underground activities in foundation,
excavation in a way that instead of opening up fronts everywhere and in scattered
locations (provided there is no priority concern) only those many structures and /or areas

Page 321 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 3 of 3

should be worked where concerted and continuous effort and resources could be engaged
to bring the work up to the desired level expeditiously to minimize any rework resulting
from water accumulation / rain.

11. To maintain the standard welding quality and progress, localized welding booth in
sufficient numbers as per instruction of Engineer- in charge shall be installed for protection
against wind and rain.

12. Contractors item rates shall be include all costs and expenses including supply of
materials required for monsoon protection like tarpaulins, shed, structural, GI sheet etc. for
the above provisions and no separate payment shall be made on this account.

Page 322 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 1 of 8

TERMS OF PAYMENT
[ANNEXURE –X TO SPECIAL CONDITIONS OF CONTRACT]

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 323 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 2 of 8

1.0 TERMS OF PAYMENT


1.1 The billing of the entire price of materials and price of services shall be done from and to a
single point only.
2.0 MOBILISATION ADVANCE
If requested, the Contractor shall be paid recoverable interest bearing Mobilisation Advance
equivalent to 10% (Ten percent) of the Lumpsum Contract Price divided into two parts,
namely 10% (Ten percent) of the Foreign Currency portion comprised in the Lumpsum price
and 10% (Ten percent) of the Indian Rupees comprised in the Lumpsum price. Mobilization
Advance shall be paid to the Contractor in two equal installments after signing the contract
agreement in the following manner:
2.1 FIRST INSTALLMENT
5% (Five percent) of awarded Contract value shall be payable as the first installment of
mobilization advance after fulfilling the following formalities by the Contractor:
a) Signing of the formal Contract between the OWNER and the CONTRACTOR and
completion of kick off meeting.
b) Submission of Bank Guarantee(s) equivalent to 110% of advance i.e. 11% of
Lumpsum Contract Price covering the Foreign Currency portion and the Rupee
portion of the said advance(s), valid for 3 months beyond scheduled date of
commissioning of the UNIT(s), from a Scheduled Bank( other than co-operative
banks ) in India recognised by RBI (including the Indian Branch of a Foreign Bank
which is recognised as a Scheduled Bank( other than co-operative banks) by the
Reserve Bank of India) and in a format acceptable to the OWNER. The
CONTRACTOR shall at the request of the OWNER suitably extend the validity of the
Bank Guarantee (s) for such period or periods as may be required failing which,
without prejudice to any other right or remedy available to the OWNER, the OWNER
shall be entitled to encash the Bank Guarantee (s). However, Contractor may submit
Bank Guarantee of 11% as above in two stages of 5.5% each for availing advance
against sub-clause 2.2 below.
c) Submission of Bank Guarantee(s) by way of Security Deposit/CPBG as stipulated in
Clause 4.0 of the SCC. The CONTRACTOR shall at the request of the OWNER
extend the validity of the Bank Guarantee(s), where it is necessary to do so for the
interest of the Project, for such further period or periods as may be required failing
which, without prejudice to any other right or remedy available to the OWNER, the
OWNER shall be entitled to encash the Bank Guarantee(s).
2.2 SECOND INSTALLMENT
Balance 5% Mobilisation Advance shall be payable to the Contractor after Contractor has
constructed site Office, storage shed, fabrication yard etc. and has physically mobilized
equipments and is ready to start the work to the entire satisfaction of Engineer -in-Charge
and commencement of work at site and on submission of Bank Guarantees equivalent to
110% of advance i.e. 5.5% of the Lumpsum Contract price”.
2.3 The advance paid to the CONTRACTOR shall be used only for execution of this Contract
and the CONTRACTOR shall satisfy the OWNER/Engineer-in-Charge in this regard
whenever required. If it is found that the said advance has been utilised by the
CONTRACTOR in whole or part for any other purpose, the OWNER may at its discretion
forthwith recall the entire advance and without prejudice to any other right or remedy
available to the OWNER, recover the same by recourse to any Bank Guarantee(s).

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 324 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 3 of 8

2.4 The Indian Rupee advance(s) shall carry simple interest @SBI PLR + 1% per annum (as on
the date of payment of mobilisation advance) calculated on the reducing unadjusted
balance(s) of the Indian Rupee advance(s) and the advance(s) shall, without prejudice to
any other mode of recovery available to the OWNER, be recovered from the Running
Account Bills and Final Bill of the CONTRACTOR @ 10% (Ten percent) of the Certified Bill
amount. The interest accrued thereon shall be additionally deducted from the amount
payable.
2.5 Foreign Currency Advance(s) shall carry interest @SBI PLR + 1% per annum (as on the
date of payment of mobilisation advance) on the reducing unadjusted balance(s) for relative
foreign currency. The advance (s) shall, without prejudice to any other mode of recovery as
may be available to the OWNER, be recovered from the Running Account bills and other
bills of the Contractor made out in the relative foreign currency @ 10% (ten percent) of the
amount payable against the bill. The interest accrued thereon shall be additionally deducted
from the amount payable.
2.6 All recoveries against advances shall first be apportioned to interest and then to principal. At
the request of the CONTRACTOR, the Engineer-in-Charge shall certify the mobilization
advance repaid and the Bank Guarantee, issued on behalf of the CONTARCTOR to secure
the mobilization advance, shall be allowed to be reduced by the amount and the currency of
the repayment certified. Such reduction shall be allowed not more than 06 (six) occasions
during the currency of Bank Guarantee
3.0 ON ACCOUNT PAYMENTS
The CONTRACTOR, if so required, shall submit further breakup for various activities through
a billing schedule for Design and Engineering, Procurement and Supplies and Construction
which will be reviewed and approved by Engineer-In –Charge within 30 days of submission
of complete document in this regard by CONTRACTOR. For the purpose of billing for each
discipline under Construction, further break up such as Civil and Structural, Mechanical,
Piping, Electrical, Instrumentation, Insulation, Painting, etc. shall be made which will be
reviewed and approved by Engineer-in-charge. The CONTRACTOR shall be paid monthly
running account bills at stages of completion of individual item/work, based on the value
assessment by Engineer-in-charge in the following manner after deductions of necessary
dues payable by CONTRACTOR to the OWNER in accordance with various provisions
made elsewhere in this document.
At any given point of time, the cumulative percent payment made shall not exceed the
cumulative percent of actual physical progress of the PLANT.
Subject to the other provisions of the Contract documents, on account payments shall be
made as follows:

Sr Category of Payment Terms


No. Work
1 Design & - 60% on submission of drawings and P&IDs (as applicable) and their
Engineering. approval under Code 2.

- 25% submission of AFC drawings under Code 1.

- 10% on submission of As-built drawings, Operating & Instruction manual


(as applicable).

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 325 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 4 of 8

Sr Category of Payment Terms


No. Work
- 05% on completion of all works in all respects and issuance of completion
certificate.

2 Procurement & - 10% on issuance of sub-order and submission of equivalent bank


Supply guarantee valid till completion period plus three months claim period.
However, the bank guarantee shall be released after receipt and
acceptance material at site.

- 75% on receipt of materials at Site / fabrication yard within Project


premises.

- 10% on fabrication and erection/installation, alignment and grouting as


required including testing where involved and required.

- 05% on completion of all works in all respects and issuance of completion


certificate.

3 CIVIL, STRUCTURALAND ARCHITECTURAL WORKS

A Structural steel I. In case of Contractor supplied material.


works
a. FABRICATION AT SITE

- 05% on finalization of quantities, plan and submission of approved


fabrication drawings.

- 05% on issuance of sub-order and submission of equivalent bank


guarantee valid till receipt and acceptance of material at site plus 03
Months claim period

- 50% on receipt and acceptance of material at site.

- 20% on fabrication, surface preparation and application of primer coat.

- 15% on erection, alignment, welding, grouting etc.

- 05% on completion of all works in all respects and issuance of


completion certificate.

b. FABRICATION AT YARD OUTSIDE PROJECT PREMISES


- 05% on finalization of quantities, plan and submission of approved
fabrication drawings.
- 05% on issuance of sub-order and submission of equivalent rolling bank
guarantee valid till receipt and acceptance of material at site plus 03 Months
10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 326 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 5 of 8

Sr Category of Payment Terms


No. Work
claim period.
- 50% on receipt and acceptance of material at contractor fabrication yard
outside the Project premises against Rolling Bank Guarantee for an equivalent
amount of materials at contractor’s shop with a validity till receipt of
materials at Project premises plus 03 Months claim period.
- 20% on fabrication, surface preparation and application of primer and receipt
of fabricated structures at site.
- 15% on erection, alignment, welding etc.

- 05% on completion of all works in all respects and issuance of


completion certificate.

II. At issue rates (Chargeable basis)

- 05% on finalization of quantity, plan and submission of fabrication


drawings.

- 75% on transportation of material from storage yard / stores points to


fabrication yard and fabrication surface preparation and application of
primer coat.

- 15% on erection, alignment, welding/grouting etc.

- 05% on completion of all works in all respects and issuance of


completion certificate.

III. Free Issue

- 05% on finalization of quantity, plan and submission of fabrication


drawings.

- 50% on transportation from storage yard / stores points to fabrication


yard, fabrication, surface preparation and application of primer coat.

- 40% on erection, alignment, welding/grouting etc.

05% on completion of all works in all respects and issuance of


completion certificate.

B Reinforcement - 05% on issuance of sub-order and submission of equivalent bank


steel guarantee valid till receipt and acceptance of material at site plus 03
Months claim period

- 65% on receipt and acceptance of material at site.

- 25% on cutting, laying and acceptance thereof.

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 327 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 6 of 8

Sr Category of Payment Terms


No. Work
- 05% on completion of all works in all respects and issuance of
completion certificate.

C Precast concrete - 60% on completion of casting work duly certified by Engineer-in-


Item/ Block charge.

(Contractor - 35% on completion of erection, alignment, leveling etc.


supplied
material) - 05% on completion of all works in all respects and issuance of
completion certificate.

D Precast concrete - 50% on completion of casting work duly certified by Engineer-in-


Item/ Block charge.

(Cement Free - 45% on completion of erection, alignment, leveling etc.


issue material)
- 05% on completion of all works in all respects and issuance of
completion certificate.

E Structural Steel - 95% (##) after completion of touch up/repair of primer and
Painting Works intermediate coat/coats and final coat.

- 05% on completion of all works in all respects and issuance of


completion certificate.

(##) Further break up of payment schedule, if necessary, shall be


recommended / approved by Engineer-in-charge depending on number of
intermediate coats.

4 ELECTRICAL WORK

A) For Supply Items - 10% on issuance of sub-order and submission of equivalent bank
guarantee valid till receipt and acceptance of material at site plus 03
Months claim period

- 85% on receipt and acceptance of material at site.

- 05% on completion of all works in all respects and issuance of


completion certificate.

B) For Erection - 80% on completion of erection / installation.


Items
- 15% on testing and acceptance.

- 05% on completion of all works in all respects and issuance of


completion certificate.

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 328 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 7 of 8

Sr Category of Payment Terms


No. Work
C) For Items - 05% on issuance of sub-order and submission of equivalent bank
involving both guarantee valid till receipt and acceptance of material at site plus 03
Supply & Months claim period
Erection
- 60% on receipt and acceptance of material at site.

- 20% after erection /installation.

- 10% after testing and acceptance.

- 05% on completion of all works in all respects and issuance of


completion certificate.

10 Ducts, Trays and - 10% on issuance of sub-order and submission of equivalent bank
Other Fabricated guarantee valid till receipt and acceptance of material at site plus 03
Materials Months claim period
(Supply in - 55% after receipt and acceptance of Ducts/Trays/fabricated materials
Contractor’s at site.
scope)
- 25% after erection.

- 03% after welding and final painting, if any.

- 02% after mechanical completion.

- 05% on completion of all works in all respects and issuance of


completion certificate.

05 Calibrations - 80% after calibration.


Main 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.

06 Other Civil, - 95% on completion of work as certified in progress bill.


Structural &
Architectural - 05% on completion of all works in all respects and issuance of
works completion certificate.

07 Painting Works - 30% on surface preparation and primer application.

- 65% (##) on final painting.

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 329 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 01 Page 8 of 8

Sr Category of Payment Terms


No. Work
- 05% on completion of all works in all respects and issuance of completion
certificate.

(##) Further break up of payment schedule, if necessary, shall be


recommended / approved by Engineer-in-charge depending on number of
intermediate coats.

08 Miscellaneous - 95% on completion of work on pro-rata basis as certified in progress


Works bill.

- 05% on completion of all works in all respects and issuance of


completion certificate.

09 Performance - 95% on commissioning & acceptance of plant/unit and submission of


Guarantee Test all documents.
Run/Trial Run &
Commissioning - 05% on completion of all works in all respects and issuance of
completion certificate.

I. The unadjusted balance of the Mobilisation Advance, if any, shall be adjusted in full against
Note: payments due on Mechanical Completion of entire work under this contract.
II. All payments other than the Mobilization Advance shall be released only after finalization of
the planning and monitoring documents and Progress Schedule.

III. Payment of GST :

The Contractor shall always comply with the requirements of applicable laws and
provide necessary documents as prescribed under the Rules & Regulations, as
applicable from time to time. In particular, if any tax credit, refund or other benefit is
denied or delayed to Owner due to any non-compliance / delayed compliance by the
Supplier under the Goods & Service Tax Act (such as failure to upload the details of the
sale on the GST portal, failure to pay GST to the Government) or due to non-furnishing
or furnishing of incorrect or incomplete documents by the Contractor, the Contractor
shall be liable to reimburse Owner for all such losses and other consequences
including, but not limited to the tax loss, interest and penalty.

10. ANNEXURE-X - PAYMENT TERMS-14032017N2MREP

Page 330 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

DELETED
[ANNEXURE – XI TO SPECIAL CONDITIONS OF CONTRACT]

Page 331 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

CALIBRATION REQUIREMENTS OF MONITORING AND


MEASURING DEVICES

[ANNEXURE – XII TO SPECIAL CONDITIONS OF CONTRACT]

Page 332 of 694


CALIBRATION REQUIREMENTS OF STANDARD No.
151MTRY ENGINEERS MONITORING AND MESURING DEVICES AT
INDIA LIMITED 7-82-0002 Rev. 0
*igiriaRteg, (A Govt of India Undertaking) CONSTRUCTION SITES Page 1 of 5

1-3=fro-r r4-4- urT PdRicril


1 cHILIA
armeicbdi

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

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 333 of 694


lafaZIE'T CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
5.ge1105ieg INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
141R7f ERP12 051.740,71)
(AGO
of
In AT CONSTRUCTION SITES
Undertaking)
Page 2 of 5

Abbreviations:

ABS ABS Consultancy


BIS Bureau of Indian Standards
BV Bureau Veritas
CELL Certification Engineers International Ltd.
DNV Det Norske Veritas
IRS Indian Registrar for Shipping
LRS Llyod's Register Group Limited
NABL National Accreditation Board for Testing and Calibration Laboratories
PMI Positive Material Identification

Construction Standards Committee

Convenor: Sh. M Deshpande, ED (Construction)

Members: Sh. S N Bhatnagar, GM (Construction)


Sh. Rakesh Nanda, GM (Piping)
Sh. Rajeev Jain, DGM, (C&P)
Sh. Janak Kishore , DGM (Projects)
Sh. Ravindra Kumar , AGM (Construction)
Sh. D Jana, AGM (Construction)


Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — An rights reserved

Page 334 of 694


ENGINEERS CALIBRATION REQUIREMENTS OF STANDARD No.
e.if fetiaieU INDIA UMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
Iffllerr eleasteaxamni) Inda
ovt of
IAG AT CONSTRUCTION SITES
Undertalong)
Page 3 of 5

Requirement for control of monitoring and measuring devices.

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

A.4. Cross staff --- --- Same as 3b&3c


above
Distomat Actual Physical Before using Records to be
Verification at Site first time at site maintained
Total Station 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,etc.
B. Civil Laboratory
All balances- Check for zero error Whenever used ---
Mechanical
Weigh Calibration of scales Once in three Records to be
Batcher/Batching Months maintained
Plant
Cube testing Calibration certificate from As per Records to be
machine manufacturers or from manufacturer maintained
reputed calibrating agency. specification or
once a year
whichever is earlier
Moisture Meter Calibration of scales 6 months Records to be
maintained

Note: If Error is found, it has to be sent to manufacturers or their authorized agents for
rectification and certification. Reputed calibrating agency shall be NABL
accredited for relevant testing.


Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 335 of 694


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
1.27.1eResrv mows° (A Govt. of India Undertaking)
AT CONSTRUCTION SITES Page 4 of 5

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.

C.6 Elcometer Check with standard test Before use Records to


films supplied by the be maintained
manufactures
C.7 Universal Testing Calibration Certificate As per Records to
Machine from any reputed third party manufacturer's be maintained
inspection agency. viz, recommendation or
CEIL, LRS, BV, ABS, DNV once a year
or IRS. whichever is earlier
C.8 Charpy V-notch Calibration Certificate As per Records to be
Impact testing from any reputed third party manufacturer's maintained
machine inspection agency. viz, recommendation or
CEIL, LRS, BV, ABS, DNV once in a year
or IRS. whichever is earlier
C.9 Hardness Testing Check with the standard test Before use Records to be
Machine block supplied with the maintained
machine as per
manufacturer's
Recommendation
C.10 Chemical Analysis Check with the Before use Records to be
,ex :PMI etc. standard samples maintained
C.11 Various Digital Calibration Certificate from Once in Six Records to be
and Analog reputed laboratories or the Months or as per maintained
meters manufacturer manufacturer's
recommendation
whichever is
earlier.

Note: If Error is found, it has to be sent to manufacturers or their authorized agents for
rectification and certification. Reputed calibrating agency shall be NABL
accredited for relevant testing.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 336 of 694


CALIBRATION REQUIREMENTS OF STANDARD No.
lalfteq ENGINEERS
eig em Eitateg INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
1.41V, eleCAU mom) (A Govt of India Undertaking)
AT CONSTRUCTION SITES Page 5 of 5

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

Page 337 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

QUALITY ASSURANCE SYSTEM

[ANNEXURE – XIII TO SPECIAL CONDITIONS OF CONTRACT]

Page 338 of 694


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

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

Page 339 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

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

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 340 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 341 of 694


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

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.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS



6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

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.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 342 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

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.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

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

Page 343 of 694


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

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

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

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.

5.18 BIDDER shall have documented procedure for control of documents.

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 344 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

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.

7.0 DOCUMENTATION REQUIREMENTS

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

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

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

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 345 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

OISD GUIDELINES-192, OISD GUIDELINE-207

[ANNEXURE – XIV TO SPECIAL CONDITIONS OF CONTRACT]

Page 346 of 694


SAFETY PRACTICES DURING CONSTRUCTION

OISD-GDN-192

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum and Natural Gas

OISD-192

Page 347 of 694


CONTENTS

SECTION Page No.

1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33

OISD-192

Page 348 of 694


SAFETY PRACTICES DURING CONSTRUCTION

replace or supersede the prevailing statutory


1.0 INTRODUCTION requirements, which shall also be followed
as applicable. For Personal Protective
Safety in Construction Management Equipment, OISD-STD-155 (Part I&II) shall
deserves utmost attention especially in the be referred to. The scope of this document
hydrocarbon industry, such as Exploration, does not include the design aspects and
Refineries, Pipelines and Marketing quality checks during construction.
installations, Gas Processing units etc.
Construction is widely recognised as one of 3.0 DEFINITIONS
the accident prone activities. Most of the
accidents are caused by inadequate Definitions of various terminology are given
planning, failure during the construction below:
process and/or because of design
deficiencies. Besides property loss, • Adequate, appropriate or suitable are
accidents also result in injuries and fatalities used to describe qualitatively or
to the personnel; same needs to be quantitatively the means or method
prevented. used to protect the worker.
The reasons for accidents during • Brace: A structural member that holds
construction activities are related to unique one point in a fixed position with respect
nature of the industry, human behaviour, to another point; bracing is a system of
difficult work-site conditions, extended odd structural members designed to prevent
duty hours, lack of training & awareness and distortion of a structure.
inadequate safety management. Unsafe
working methods, equipment failure and • By hand: The work is done without the
improper housekeeping also tend to help of a mechanised tool.
increase the accident rate in construction.
Ensuring good quality of materials, • Competent Authority: A stautory agency
equipment and competent supervision along having the power to issue regulations,
with compliance of standard engineering orders or other instructions having the
practices shall go a long way to in built force of law.
safety into the system.
• Competent person: A person
The objective of this standard is to provide possessing adequate qualifications,
practical guidance on technical and educa- such as suitable training and sufficient
tional framework for safety and health in knowledge, experience and skill for the
construction with a view to: safe performance of the specific work.
(a) prevent accidents and harmful The competent authorities may define
appropriate criteria for the designation
effects on the health of workers
of such persons and may determine the
arising from employment in
construction; duties to be assigned to them.
(b) ensure appropriate safety during
implementation of construction;
• Execution agency:
(c) provide safety practice guidelines Any physical or legal person, having
for appropriate measures of contractual obligation with the owner,
planning, control and enforcement. and who employs one or more workers
on a construction site
2.0 SCOPE
• Owner:
This document specifies broad guidelines on
safe practices to be adhered to during Any physical or legal person for whom
construction activities in oil industry. construction job is carried out.
However, before commencing any job, It shall also include owner's designated
specific hazards and its effects should be representative/consultant/nominee/agent
assessed and necessary , authorised from time to time to act for
corrective/preventive actions should be and on its behalf, for supervising/
taken by all concerned. The document is
intended only to supplement and not to

OISD-192

Page 349 of 694


coordinating the activities of the construction work so that, there is
execution agency. no risk of accident or injury to health
of workers. In particular,
• Hazard: Danger or potential danger. construction work should be
planned, prepared and undertaken
• Guard-rail: An adequately secured rail so that:
erected along an exposed edge to
prevent persons from falling. (a) dangers, liable to arise at the
workplace, are prevented;
• Hoist: A machine, which lifts materials (b) excessively or unnecessarily
or persons by means of a platform, strenuous work positions and
which runs on guides. movements are avoided;
(c) organisation of work takes into
• Lifting gear: Any gear or tackle by account the safety and health of
means of which a load can be attached workers;
to a lifting appliance but which does not (d) materials and products used are
form an integral part of the appliance or suitable from a safety and health
load. point of view;
(e) working methods are adopted to
• Lifting appliance: Any stationary or safeguard workers against the
mobile appliance used for raising or harmful effects of chemical,
lowering persons or loads. physical and biological agents.

• Means of access or egress:


iii) establish committees with repre-
sentatives of workers and
Passageways, corridors, stairs, plat-
management or make other
forms, ladders and any other means for
arrangement for the participation of
entering or leaving the workplace or for
workers in ensuring safe working
escaping in case of danger.
conditions.
• Scaffold: Any fixed, suspended or iv) arrange for periodic safety inspec-
mobile temporary structure supporting tions by competent persons of all
workers and material or to gain access buildings, plant, equipment, tools,
to any such structure and which is not a machinery, workplaces and review
lifting appliance as defined above. of systems of work, regulations,
standards or codes of practice. The
• Toe-board: A barrier placed along the competent person should examine
edge of a scaffold platform, runway, and ascertain the safety of
etc., and secured there to guard against construction machinery and
the slipping of persons or the falling of equipment.
material.
v) provide such supervision to ensure
• Worker: Any person engaged in that workers perform their work with
construction activity. due regard to safety and health of
theirs as well as that of others.
• Workplace: All places where workers vi) Employ only those workers who are
need to be or to go by reason of their qualified, trained and suited by their
work. age, physique, state of health and
4.0 GENERAL DUTIES skill.

4.1 GENERAL DUTIES OF vii) satisfy themselves that all workers


EXECUTION AGENCIES are informed and instructed in the
hazards connected with their work
4.1.1 Execution agency should: and environment and trained in the
precautions necessary to avoid
i) provide means and organisation to accidents and injury to health.
comply with the safety and health viii) Ensure that buildings, plant,
measures required at the workplace. equipment, tools, machinery or
ii) provide and maintain workplaces, workplaces in which a dangerous
plant, equipment, tools and defect has been found should not be
machinery and organise used until the defect has been
rectified.

OISD-192

Page 350 of 694


ix) Organise for and remain always substances, running machines or
prepared to take immediate steps to vehicles and heavy equipment etc.
stop the operation and evacuate
xvii) Obtain the necessary
workers as appropriate, where there
clearance/permits as required and
is an imminent danger to the safety
specified by owner
of workers.
x) establish a checking system by xviii) As per the Govt. circular as
which it can be ascertained that all amended from time to time all
the members of a shift, including contractors who employ more than
operators of mobile equipment, have 50 workers or where the contract
returned to the camp or base at the value exceeds Rs. 50 crores, the
close of work on dispersed sites and following facilities are to be provided
where small groups of workers by contractor at site :
operate in isolation. • Arrangement for drinking water
xi) provide appropriate first aid, training • Toilet facilities
and welfare facilities to workers as
per various statutes like the • A creche where 10 or more women
Factories Act, 1948 etc. and, workers are having children below
whenever collective measures are the age of 6 years
not feasible or are insufficient, • Transport arrangement for attending
provide and maintain personal to emergencies
protective equipment and clothing in
line with the requirement as per xix) should deploy a safety officer at site
OISD-STD-155 (Vol. I& II) on 4.2 GENERAL DUTIES OF OWNERS
Personnel Protective Equipment.
They should also provide access to 4.2.1 Owners should:
workers to occupational health
services. i) co-ordinate or nominate a
competent person to co-ordinate all
xii) Educate workers about their right activities relating to safety and
and the duty at any workplace to health on their construction projects;
participate in ensuring safe working ii) inform all contractors on the project
conditions to the extent of their of special risks to health and safety;
control over the equipment and iii) Ensure that executing agency is
methods of work and to express aware of the owner's requirements
views on working procedures and the executing agency's
adopted as may affect safety and responsibilities with respect to
health. safetry practices before starting the
xiii) Ensure that except in an job.
emergency, workers, unless duly 5.0 SAFETY PRACTICES AT
authorised, should not interfere with, WORK PLACES
remove, alter or displace any safety
device or other appliance furnished 5.1. GENERAL PROVISIONS
for their protection or the protection
5.1.1 All openings and other areas likely to
of others, or interfere with any
pose danger to workers should be
method or process adopted with a clearly indicated.
view to avoiding accidents and injury
to health. 5.1.2 Workers & Supervisors should use
the safety helmet and other requisite
xiv) Ensure that workers do not operate Personal Protective Equipment
or interfere with plant and equipment
according to job & site requirement.
that they have not been duly
They should be trained to use
authorised to operate, maintain or personal protective equipment.
use.
5.1.3 Never use solvents, alkalis and
xv) Ensure that workers do not sleep,
other oils to clean the skin.
rest or cook etc in dangerous places
such as scaffolds, railway tracks, 5.1.4 Lift the load with back straight and
garages, confined spaces or in the knees bent as far as possible. Seek
vicinity of fires, dangerous or toxic the help in case of heavy load.

OISD-192

Page 351 of 694


5.1.5 Ensure the usage of correct and effectively covered or fenced and
tested tools and tackles. Don't allow displayed prominently.
the make shift tools and tackles.
5.4.4 As far as practicable, guardrails and
5.1.6 No loose clothing should be allowed toe-boards should be provided to
while working near rotating protect workers from falling from
equipment or working at heights. elevated workplaces.
5.2 MEANS OF ACCESS AND 5.5 PREVENTION OF
EGRESS UNAUTHORISED ENTRY

Adequate and safe means of access 5.5.1 Construction sites located in built-up
(atleast two, differently located) to areas and alongside vehicular and
and egress from all workplaces pedestrian traffic routes should be
should be provided. Same should be fenced to prevent the entry of
displayed and maintained. unauthorised persons.
5.3 HOUSEKEEPING 5.5.2 Visitors should not be allowed
access to construction sites unless
5.3.1 Ensure: accompanied by or authorised by a
competent person and provided with
i) proper storage of materials and
the appropriate protective
equipment;
equipment.
ii) removal of scrap, inflammable
material, waste and debris at 5.6 FIRE PREVENTION AND FIRE
appropriate intervals. FIGHTING
5.3.2 Removal of loose materials, which
5.6.1 All necessary measures should be
are not required for use, to be
taken by the executing agency and
ensured. Accumulation of these at
owner to:
the site can obstruct means of
access to and egress from i) avoid the risk of fire;
workplaces and passageways. ii) control quickly and efficiently
any outbreak of fire;
5.3.3 Workplaces and passageways, that
iii) bring out a quick and safe
are slippery owing to oil, grease or
evacuation of persons.
other causes, should be cleaned up
iv) Inform unit/fire station control
or strewn with sand, sawdust, ash
room, where construction work
etc.
is carried out within existing
5.4 PRECAUTIONS AGAINST THE operating area.
FALL OF MATERIALS &
5.6.2 Combustible materials such us
PERSONS AND COLLAPSE OF
packing materials, sawdust,
STRUCTURES
greasy/oily waste and scrap wood or
plastics should not be allowed to
5.4.1 Precautions should be taken such as accumulate in workplaces but
the provision of fencing, look-out
should be kept in closed metal
men or barriers to protect any
containers in a safe place.
person against injury by the fall of
materials, or tools or equipment 5.6.3 Places where workers are employed
being raised or lowered. should, if necessary to prevent the
danger of fire, be provided with:
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be i) suitable and sufficient fire-
used or other effective precautions extinguishing equipment, which
should be taken to prevent the should be easily visible and
collapse of structures or parts of accessible;
structures that are being erected, ii) an adequate water supply at
maintained, repaired, dismantled or sufficient pressure meeting the
demolished. requirements of various OISD
standards.
5.4.3 All openings through which workers
are liable to fall should be kept 5.6.4 To guard against danger at places
having combustible material,

OISD-192

Page 352 of 694


workers should be trained in the d) be operated only by workers who
action to be taken in the event of have been authorised and given
fire, including the use of means of appropriate training.
escape. e) be provided with protective
guards, shields or other devices
5.6.5 At sites having combustible
as required.
material, suitable visual signs
should be provided to indicate ii) Adequate instructions for safe use
clearly the direction of escape in should be provided.
case of fire.
iii) Safe operating procedures should
5.6.6 Means of escape should be kept be established and used for all
clear at all times. Escape routes plant, machinery and equipment.
should be frequently inspected
iv) Operators of plant, machinery and
particularly in high structures and
equipment should not be distracted
where access is restricted.
while work is in progress.
5.7 LIGHTING
v) Plant, machinery and equipment
should be switched off when not in
5.7.1 Where natural lighting is not
use and isolated before any
adequate, working light fittings or
adjustment, clearing or maintenance
portable hand-lamps should be
is done.
provided at workplace on the
construction site where a worker will vi) Where trailing cables or hose pipes
do a job. are used they should be kept as
short as practicable and not allowed
5.7.2 Emergency lighting should be to create a hazard.
provided for personnel safety during
vii) All moving parts of machinery and
night time to facilitate standby
equipment should be enclosed or
lighting source, if normal system
adequately guarded.
fails.
viii) Every power-driven machine and
5.7.2 Artificial lighting should not produce
equipment should be provided with
glare or disturbing shadows.
adequate means, immediately
5.7.3 Lamps should be protected by accessible and readily identifiable to
guards against accidental breakage. the operator, of stopping it quickly
and preventing it from being started
5.7.4 The cables of portable electrical
again inadvertently.
lighting equipment should be of
adequate size & characteristics for ix) Operators of plant, machinery,
the power requirements and of equipment and tools should be
adequate mechanical strength to provided with PPEs, including where
withstand severe conditions in necessary, suitable ear protection.
construction operations.
5.8.2 Hand tools
5.8 PLANT, MACHINERY,
i) Hand tools should be repaired by
EQUIPMENT AND HAND TOOLS
competent persons.
5.8.1 General Provisions ii) Heads of hammers and other shock
tools should be dressed or ground to
i) Plant, machinery and equipment a suitable radius on the edge as
including hand tools, both manual soon as they begin to mushroom or
and power driven, should: crack.
a) be of proper design and iii) When not in use and while being
construction, taking into account carried or transported sharp tools
health, Safety and ergonomic should be kept in sheaths, shields,
principles. chests or other suitable containers.
b) be maintained in good working
order; iv) Only insulated or nonconducting
c) be used only for work for which they tools should be used on or near live
have been designed. electrical installations.

OISD-192

Page 353 of 694


v) Only non-sparking tools should be c) have devices to stop them from a
used near or in the presence of safe place in an emergency.
flammable or explosive dusts or
vapours. ii) IC engines should not be run in
confined spaces unless adequate
5.8.3 Pneumatic Tools exhaust ventilation is provided.

i) Operating triggers on portable iii) When IC engines are being fuelled:


pneumatic tools should be:
a) so placed as to minimise the risk of a) the engine should be shut off.
accidental starting of the machine. b) care should be taken to avoid
b) so arranged as to close the air inlet spilling fuel;
valve automatically when the c) no person should smoke or have an
pressure of the operator's hand is naked light in the vicinity.
removed. d) a fire extinguisher should be kept
readily available.
ii) Hose and hose connections for
iv) Secondary fuel reservoir should be
compressed air supply to portable
pneumatic tools should be: placed outside the engine room.

a) designed and tested for the


pressure and service for which they 6.0 CONSTRUCTION ACTIVITIES
are intended;
b) fastened securely on the pipe outlet The various common activities in
and equipped with the safety chain, construction are as under:
as appropriate.
• Excavation
iii) Pneumatic shock tools should be
equipped with safety clips or
• Scaffolding, Platforms & Ladders
retainers to prevent dies and tools • Structural Work, Laying of
from being accidentally expelled Reinforcement & Concreting
from the barrel. • Road Work (Laying of roads)
iv) Pneumatic tools should be • Cutting /Welding
disconnected from power and the
pressure in hose lines released • Working in Confined Space
before any adjustment or repair is • Proof/Pressure Testing
made.
• Working at Heights
5.8.4 Electrical Tools • Handling & Lifting Equipments

i) Low voltage portable electrical tools • Vehicle Movement


should generally be used. • Electrical
ii) All electrical tools should be
earthed, unless they are "all
• Offshore
insulated" or "double insulated" tools • Demolition
which do not require earthing. • Radiography
iii) All electrical tools should get • Sand/shot blasting/ spray
inspected and maintained on a painting
regular basis by a competent
electrician and complete records
• Work above water
kept. The safe practices to be followed
during the implementation of above
5.8.5 Engines
construction activities are given
i) Engines should: below:
a) be installed so that they can be 6.1 EXCAVATION
started safely and the maximum
safe speed cannot be exceeded. 6.1.1 All excavation work should be
b) have controls for limiting speed. planned and the method of
excavation and the type of support

OISD-192

Page 354 of 694


work required should be decided its collapse and thereby endanger
considering the following: any person unless precautions such
as the provision of shoring or piling
i) the stability of the ground;
are taken to prevent the sides from
ii) the excavation will not affect
collapsing.
adjoining buildings, structures or
roadways; 6.1.8 Adequately anchored stop blocks
iii) to prevent hazard, the gas, water, and barriers should be provided to
electrical and other public utilities prevent vehicles being driven into
should be shut off or the excavation. Heavy vehicles
disconnected, if necessary; should not be allowed near the
iv) presence of underground pipes, excavation unless the support work
cable conductors, etc., has been specially designed to
v) the position of culvert/bridges, permit it.
temporary roads and spoil heaps
6.1.9 If an excavation is likely to affect the
should be determined;
security of a structure on which
6.1.2 Before digging begins on site, all persons are working, precautions
excavation work should be planned should be taken to protect the
and the method of excavation and structure from collapse.
the type of support work required
6.1.10 Barricade at 1m height (with red &
decided.
white band/self glowing caution
6.1.3 All excavation work should be board) should be provided for
supervised. excavations beyond 1.5m depth.
Provide two entries/exits for such
6.1.4 Sites of excavations should be
excavation.
thoroughly inspected:
6.1.11 Necessary precautions should be
i) daily, prior to each shift and after
taken for underground utility lines
interruption in work of more than
like cables, sewers etc. and
one day;
necessary approvals/clearances
ii) after every blasting operation;
from the concerned authorities shall
iii) after an unexpected fall of
be obtained before commencement
ground;
of the excavation job.
iv) after substantial damage to
supports; 6.1.12 Water shall be pumped/bailed out, if
v) after a heavy rain, frost or snow; any accumulates in the trench.
vi) when boulder formations are Necessary precautions should be
encountered. taken to prevent entry of surface
water in trenches.
6.1.5 Safe angle of repose while
excavating trenches exceeding 6.1.13 During rains, the soil becomes
1.5m depth upto 3.0m should be loose. Take additional precaution
maintained. Based on site against collapse of side wall.
conditions, provide proper slope,
0 6.1.14 In hazardous areas, air should be
usually 45 ,and suitable bench of
tested to ascertain its quality. No
0.5m width at every 1.5m depth of
one should be allowed entry till it is
excavation in all soils except hard
suitable for breathing.
rock or provide proper shoring and
strutting to prevent cave-in or slides. 6.1.15 In case of mechanised excavation,
precaution shall be taken to not to
6.1.6 As far as possible, excavated earth
allow anybody to come within one
should not be placed within one
meter of extreme reach of the
meter of the edge of the trench or
mechanical shovel. The mechanised
depth of trench whichever is greater.
excavator shall be operated by a
6.1.7 Don't allow vehicles to operate too well-trained experienced operator.
close to excavated area. Maintain When not in operation, the machine
atleast 2m distance from edge of shall be kept on firm leveled ground
excavation. No load, plant or with mechanical shovel resting on
equipment should be placed or ground. Wheel or belt shall be
moved near the edge of any suitably jammed to prevent any
excavation where it is likely to cause accidental movement of the

OISD-192

Page 355 of 694


machine. Suitable precautions as viii) Tubes should be free from cracks,
per manufacturer guidelines should splits and excessive corrosion and
be taken for dozers, graders and be straight to the eye, and tube ends
other heavy machines. cut cleanly square with the tube
axis.
6.1.16 In case of blasting, follow strictly
IS:4081-1986 & Indian Explosive ix) Scaffolds should be designed for
Act and rules for storage, handling their maximum load as per relevant
and carrying of explosive materials code.
and execution of blasting operation.
x) Scaffolds should be adequately
6.2 SCAFFOLDING, PLATFORMS & braced.
LADDERS
xi) Scaffolds which are not designed to
6.2.1 Metal as material of construction be independent should be rigidly
connected to the building at
i) A scaffold should be provided and designated vertical and horizontal
maintained or other equally safe and places.
suitable provision should be made
xii) A scaffold should never extend
where work cannot safely be done
above the highest anchorage to an
on or from the ground or from part of
extent which might endanger its
a building or other permanent
stability and strength.
structure.
xiii) Loose bricks, drainpipes, chimney-
ii) Scaffolds should be provided with
pots or other unsuitable material
safe means of access, such as
should not be used for the
stairs, ladders or ramps. Ladders
construction or support of any part
should be secured against
of a scaffold.
inadvertent movement.
xiv) Scaffolds should be inspected and
iii) Every scaffold should be
certified:
constructed, erected and maintained
so as to prevent collapse or (a) before being taken into use;
accidental displacement when in (b) at periodic intervals thereafter as
use. prescribed for different types of
scaffolds;
iv) Every scaffold and part thereof
(c) after any alteration, interruption in
should be constructed :
use, exposure to weather or
(a) in such a way so as not to cause seismic conditions or any other
hazards for workers during erec- occurrence likely to have affected
tion and dismantling; their strength or stability.
(b) in such a way so as guard rails
xv) Inspection should more particularly
and other protective devices,
ascertain that:
platforms, ladders, stairs or
ramps can be easily put together; (a) the scaffold is of suitable type
(c) with sound material and of and adequate for the job;
requisite size and strength for the (b) materials used in its construction
purpose for which it is to be used are sound and of sufficient
and maintained in a proper strength;
condition. (c) it is of sound construction and
stable;
v) Boards and planks used for scaf-
(d) that the required safeguards are
folds should be protected against
in position.
splitting.
xvi) A scaffold should not be erected,
vi) Materials used in the construction of
substantially altered or dismantled
scaffolds should be stored under
except by or under the supervision.
good conditions and apart from any
material unsuitable for scaffolds. xvii) Every scaffold should be maintained
in good and proper condition, and
vii) Couplers should not cause
every part should be kept fixed or
deformation in tubes. Couplers
secured so that no part can be
should be made of drop forged steel
or equivalent material.

OISD-192

Page 356 of 694


displaced in consequence of normal more than 100mm apart, to give
use. support to each plank.
xviii) If out-rigger scaffolding is to be x) Platform plank shall not project
used, it should be specifically beyond its end support to a distance
designed and inspected before exceeding 4 times the thickness of
putting in use. plank, unless it is effectively secured
to prevent tipping. Cantilever planks
6.2.2 Lifting appliances on scaffolds
should be avoided.
i) When a lifting appliance is to be xi) The platform edges shall be
used on a scaffold: provided with 150mm high toe board
to eliminate hazards of tools or other
(a) the parts of the scaffold should
objects falling from platform.
be carefully inspected to
determine the additional xii) Erect ladders in the “four up-one out
strengthening and other safety position”
measures required;
xiii) Lash ladder securely with the
(b) any movement of the scaffold
structure.
members should be prevented;
(c) if practicable, the uprights should xiv) Using non-slip devices, such as,
be rigidly connected to a solid rubber shoes or pointed steel ferules
part of the building at the place at the ladder foot, rubber wheels at
where the lifting appliance is ladder top, fixing wooden battens,
erected. cleats etc.
6.2.3 Prefabricated scaffolds xv) When ladder is used for climbing
over a platform, the ladder must be
i) In the case of prefabricated scaffold of sufficient length, to extend at least
systems, the instructions provided one meter above the platform, when
by the manufacturers or suppliers erected against the platform in “four
should be strictly adhered to. up-one out position.”
Prefabricated scaffolds should have
xvi) Portable ladders shall be used for
adequate arrangements for fixing
heights not more than 4mt. Above
bracing.
4mt flights, fixed ladders shall be
ii) Frames of different types should not provided with at least 600 mm
be intermingled in a single scaffold. landings at every 6mt or less.
iii) Scaffolding shall be erected on firm xvii) The width of ladder shall not be less
and level ground. than 300mm and rungs shall be
spaced not more than 300mm.
iv) All members of metal scaffolding
shall be checked periodically to xviii) Every platform and means of access
screen out defective / rusted shall be kept free from obstruction.
members. All joints should be
xix) If grease, mud, gravel, mortar etc.,
properly lubricated for easy
fall on platform or scaffolds, these
tightening.
shall be removed immediately to
v) Entry to scaffolding should be avoid slippage.
restricted.
xx) Workers shall not be allowed to
vi) Erection, alteration and removal work on scaffolds during storms or
shall be done under supervision of high wind. After heavy rain or
experienced personnel. storms, scaffolds shall be inspected
before reuse.
vii) Use of barrels, boxes, loose bricks
etc., for supporting platform shall not xxi) Don't overload the scaffolding.
be permitted. Remove excess material and scrap
immediately.
viii) Each supporting member of platform
shall be securely fastened and xxii) Dismantling of scaffolds shall be
braced done in a pre-planned sequential
manner.
ix) Where planks are butt-joined, two
parallel putlogs shall be used, not

OISD-192

Page 357 of 694


6.2.4 Suspended scaffolds/boatwain's engineering works, formwork,
chair falsework and shoring should be
carried out by trained workers only
i) In addition to the requirements for under the supervision of a
scaffolds in general as regards competent person.
soundness, stability and protection
ii) Precautions should be taken to
against the risk of falls, suspended
guard against danger to workers
scaffolds should meet the following
arising from any temporary state of
specific requirements.
weakness or instability of a
(a) platforms should be designed structure.
and built with dimensions that are
iii) Formwork, falsework and shoring
compatible with the stability of
should be so designed, constructed
the structure as a whole,
and maintained that it will safely
especially the length;
support all loads that may be
(b) the number or anchorage should
imposed on it.
be compatible with the
dimensions of the platform; iv) Formwork should be so designed
(c) the safety of workers should be and erected that working platforms,
safeguarded by an extra rope means of access, bracing and
having a point of attachment means of handling and stabilising
independent of the anchorage are easily fixed to the formwork
arrangements of the scaffold; structure.
(d) the anchorage and other
6.3.2. Erection and dismantling of steel
elements of support of the
and prefabricated structures
scaffold should be designed and
built in such a way as to ensure
sufficient strength; i) The safety of workers employed on
the erection and dismantling of steel
(e) the ropes, winches, pulleys or
and prefabricated structures should
pulley blocks should be
designed, assembled, used and be ensured by appropriate means,
such as provision and use of:
maintained according to the
requirements established for (a) ladders, gangways or fixed
lifting gear adapted to the lifting platforms;
of persons according to national (b) platforms, buckets, boatswain's
laws and regulations; chairs or other appropriate
(f) Before use, the whole structure means suspended from lifting
should be checked by a appliances;
competent person. (c) safety harnesses and lifelines,
6.2.5 Bamboo Scaffolding catch nets or catch platforms;
(d) Power-operated mobile working
platforms.
i) In general, it should be avoided as
far as possible. It should not be ii) Steel and prefabricated structures
used in the unit/off-site areas and should be so designed and made
where hot work is to be done. that they can be safely transported
and erected.
ii) For construction and maintenance of
residential and office buildings, iii) In addition to the need for the
situated outside explosive licensed stability of the part when erected,
area, bamboo scaffold, if used, the design should explicitly take
should conform to provisions given following into account:
in lS-3696 (Part 1)-1987.
(a) the conditions and methods of
6.3 STRUCTURAL WORK, LAYING attachment in the operations of
OF REINFORCEMENT & transport, storing and temporary
CONCRETING support during erection or
dismantling as applicable;
6.3.1 General provisions
(b) Methods for the provision of
safeguards such as railings and
i) The erection or dismantling of
working platforms, and, when
buildings, structures, civil
necessary, for mounting them

OISD-192

Page 358 of 694


easily on the structural steel or (a) be of such shape and dimensions
prefabricated parts. as to ensure a secure grip
without damaging the part;
iv) The hooks and other devices built in
(b) be marked with the maximum
or provided on the structural steel or
permissible load in the most
prefabricated parts that are required
unfavourable lifting conditions.
for lifting and transporting them
should be so shaped, dimensioned x) Structural steel or prefabricated
and positioned as: parts should be lifted by methods or
appliances that prevent them from
(a) to withstand with a sufficient
spinning accidentally.
margin the stresses to which they
are subjected; xi) When necessary to prevent danger,
(b) Not to set up stresses in the part before they are raised from the
that could cause failures, or ground, structural steel or
stresses in the structure itself not prefabricated parts should be
provided for in the plans, and be provided with safety devices such as
designed to permit easy release railings and working platforms to
from the lifting appliance. Lifting prevent falls of persons.
points for floor and staircase
xii) While structural steel or
units should be located (recessed
prefabricated parts are being
if necessary) so that they do not
erected, the workers should be
protrude above the surface;
provided with appliances for guiding
(c) To avoid imbalance or distortion
them as they are being lifted and set
of the lifted load.
down, so as to avoid crushing of
v) Storeplaces should be so hands and to facilitate the
constructed that: operations. Use of such appliances
should be ensured.
(a) there is no risk of structural steel
or prefabricated parts falling or xiii) A raised structural steel or
overturning; prefabricated part should be so
(b) storage conditions generally secured and wall units so propped
ensure stability and avoid that their stability cannot be
damage having regard to the imperiled, even by external agencies
method of storage and atmo- such as wind and passing loads
spheric conditions; before its release from the lifting
(c) racks are set on firm ground and appliance.
designed so that units cannot
xiv) At work places, instruction should be
move accidentally.
given to the workers on the
vi) While they are being stored, methods, arrangements and means
transported, raised or set down, required for the storage, transport,
structural steel or prefabricated lifting and erection of structural steel
parts should not be subjected to or prefabricated parts, and, before
stresses prejudicial to their stability. erection starts, a meeting of all
those responsible should be held to
vii) Every lifting appliance should:
discuss and confirm the
(a) be suitable for the operations and requirements for safe erection.
not be capable of accidental
xv) During transportation within the
disconnection;
construction area, attachments such
(b) be approved or tested as per
as slings and stirrups mounted on
statutory requirement.
structural steel or prefabricated
viii) Lifting hooks should be of the self- parts should be securely fastened to
closing type or of a safety type and the parts.
should have the maximum
xvi) Structural steel or prefabricated
permissible load marked on them.
parts should be so transported that
ix) Tongs, clamps and other appliances the conditions do not affect the
for lifting structural steel and stability of the parts or the means of
prefabricated parts should: transport result in jolting, vibration or
stresses due to blows, or loads of
material or persons.

OISD-192

Page 359 of 694


xvii) When the method of erection does placed in position and secured
not permit the provision of other against dislodgment.
means of protection against fall of
6.3.3 Reinforcement
persons, the workplaces should be
protected by guardrails, and if
i) Ensure that workers use Personnel
appropriate by toe-boards.
Protective equipment like safety
xviii) When adverse weather conditions helmet, safety shoes, gloves etc.
such as snow, ice and wind or
ii) Don't place the hand below the rods
reduced visibility entail risks of
for checking clear distance. Use
accidents, the work should be
carried on with particular care, or, if measuring devices.
necessary, interrupted. iii) Don't wear loose clothes while
checking the rods.
xix) Structures should not be worked on
during violent storms or high winds, iv) Don't stand unnecessarily on
or when they are covered with ice or cantilever rods.
snow, or are slippery from other
causes. v) To carry out welding/cutting of rods,
safety procedures/precautions as
xx) If necessary, to prevent danger, mentioned in Item No. 6.5 to be
structural steel parts should be followed.
equipped with attachments for
suspended scaffolds, lifelines or vi) For supplying of rods at heights,
safety harnesses and other means proper staging and/or bundling to be
of protection. provided.

xxi) The risks of falling, to which workers vii) Ensure barricading and staging for
moving on high or sloping girders supplying and fixing of rods at
are exposed, should be limited by all height.
means of adequate collective viii) For short distance carrying of
protection or, where this is imposs- materials on shoulders, suitable
ible, by the use of a safety harness pads to be provided.
that is well secured to a strong
support. ix) While transporting material by
trucks/trailers, the rods shall not
xxii) Structural steel parts that are to be protrude in front of or by the sides of
erected at a great height should as driver's cabin. In case such
far as practicable be assembled on protrusion cannot be avoided behind
the ground. the deck, then it should not extend
rd
xxiii) When structural steel or 1/3 of deck length or 1.5M which
prefabricated parts are being ever is less and tied with red
erected, a sufficiently extended area flags/lights.
underneath the workplace should be 6.3.4 Concreting
barricaded or guarded
xxiv) Steel trusses that are being erected i) Ensure stability of shuttering work
should be adequately shored, before allowing concreting.
braced or guyed until they are ii) Barricade the concreting area while
permanently secured in position. pouring at height/depths.
xxv) Load-bearing structural member iii) Keep vibrator hoses, pumping
should not be dangerously concrete accessories in healthy
weakened by cutting, holing or other conditions and mechanically locked.
means.
iv) Pipelines in concrete pumping
xxvi) Structural members should not be system shall not be attached to
forced into place by the hoisting temporary structures such as
machine while any worker is in such scaffolds and formwork support as
a position that he could be injured the forces and movements may
by the operation. effect their integrity.
xxvii) Open-web steel joists that are
hoisted singly should be directly

OISD-192

Page 360 of 694


v) Check safety cages & guards with aggregate, shall be provided
around moving motors/parts etc. with PVC hand gloves and rubber
provided in concreting mixers. shoes with legging up to knee joints.
vi) Use Personal Protective Equipment 6.4.6 At the end of day's work, surplus hot
like gloves, safety shoes etc. while bitumen in tar boiler shall be
dealing with concrete and wear properly covered by a metal sheet,
respirators for dealing with cement. to prevent anything falling in it,
vii) Earthing of electrical mixers, 6.4.7 If bitumen accidentally falls on
vibrators, etc. should be done and ground, it shall be immediately
verified. covered by sprinkling sand, to
prevent anybody stepping on it.
viii) Cleaning of rotating drums of
Then it shall be removed with the
concrete mixers shall be done from
help of spade.
outside. Lockout devices shall be
provided where workers need to 6.4.8 For cement concrete roads, besides
enter. site barricading and installation of
warning signs for traffic diversion,
ix) Where concrete mixers are driven
safe practices mentioned in the
by internal combustion engine,
chapter on "Concreting", shall also
exhaust points shall be located
be applicable.
away from the worker's workstation
so as to eliminate their exposure to 6.5 CUTTING/WELDING
obnoxious fumes.
6.5.1 Common hazards involved in
x) Don't allow unauthorised person to
welding/cutting are sparks, molten
stand under the concreting area.
metal, flying particles, harmful light
xi) Ensure adequate lighting rays, electric shocks etc. Following
arrangements for carrying out precautions should be taken: -
concrete work during night.
i) A dry chemical type fire extinguisher
xii) Don't allow the same workers to shall be made available in the work
pour concrete round the clock. Insist area.
on shift pattern.
ii) Adequate ventilation shall be
xiii) During pouring, shuttering and its ensured by opening manholes and
supports should be continuously fixing a shield or forced circulation of
watched for defects. air etc, while doing a job in confined
space.
6.4 ROAD WORK
iii) Ensure that only approved and well-
6.4.1 Site shall be barricaded and maintained apparatus, such as
provided with warning signs, torches, manifolds, regulators or
including night warning lamps at pressure reducing valves, and
appropriate locations for traffic acetylene generators, be used.
diversion.
iv) All covers and panels shall be kept
6.4.2 Filled and empty bitumen drums in place, when operating an electric
shall be stacked separately at Arc welding machine.
designated places.
v) The work piece should be
6.4.3 Mixing aggregate with bitumen shall connected directly to Power supply,
preferably be done with the help of and not indirectly through
bitumen batch mixing plant, unless pipelines/structures/equipments etc.
operationally non-feasible.
vi) The welding receptacles shall be
6.4.4 Road rollers, Bitumen sprayers, rated for 63 A suitable for 415V, 3-
Pavement finishers shall be driven Phase system with a scraping earth.
by experienced drivers with valid Receptacles shall have necessary
driving license. mechanical interlocks and earthing
facilities.
6.4.5 Workers handling hot bitumen
sprayers or spreading bitumen vii) All cables, including welding and
aggregate mix or mixing bitumen ground cables, shall be checked for

OISD-192

Page 361 of 694


any worn out or cracked insulation xxiv) Do not use matches to light torches,
before starting the job. Ground cable use a friction lighter.
should be separate without any
xxv) Move out any leaking cylinder
loose joints.
immediately.
viii) Cable coiling shall be maintained at
xxvi) Use trolleys for oxygen & acetylene
minimum level, if not avoidable.
cylinder and chain them.
ix) An energised electrode shall not be
xxvii) Always use Red hose for acetylene
left unattended.
and other fuel gases and Black for
x) The power source shall be turned off oxygen, and ensure that both are in
at the end of job. equal length.
xi) All gas cylinders shall be properly xxviii) Ensure that hoses are free from
secured in upright position. burns, cuts and cracks and properly
clamped.
xii) Acetylene cylinder shall be turned
and kept in such a way that the xxix) Avoid dragging hoses over sharp
valve outlet points away from edges and objects
oxygen cylinder.
xxx) Do not wrap hoses around cylinders
xiii) Acetylene cylinder key for opening when in use or stored.
valve shall be kept on valve stem,
xxxi) Protect hoses from flying sparks, hot
while cylinder is in use, so that the
slag, and other hot objects.
acetylene cylinder could be quickly
turned off in case of emergency. xxxii) Lubricants shall not be used on Ox-
Use flash back arrestors to prevent fuel gas equipment.
back-fire in acetylene/oxygen
xxxiii) During cutting/welding, use proper
cylinder.
type goggles/face shields.
xiv) When not in use, valves of all
cylinders shall be kept closed. 6.6 WORKING IN CONFINED SPACES

xv) All types of cylinders, whether full or 6.6.1 Following safety practices for
empty, shall be stored at cool, dry working in confined space like
place under shed. towers, columns, tanks and other
vessels should be followed in
xvi) Forced opening of any cylinder
addition to the safety guidelines for
valve should not be attempted.
specific jobs like scaffolding,
xvii) Lighted gas torch shall never be left cutting/welding etc.
unattended.
i) Shut down, isolate, depressurise
xviii) Store acetylene and oxygen
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
ii) Entry inside the vessel and to carry
separately.
out any job should be done after
xx) Avoid cylinders coming into contact issuance of valid permit only in line
with heat. with the requirement of OISD-STD-
105.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on iii) Ensure proper and accessible
their bottom edge but never means of exit before entry inside a
dragged. confined space.
xxii) If cylinders have to be moved, be iv) The number of persons allowed
sure that the cylinder valves are inside the vessel should be limited
shut off. to avoid overcrowding.
xxiii) Before changing torches, shut off v) When the work is going on in the
the gas at the pressure reducing confined space, there should always
regulators and not by crimping the be one man standby at the nearby
hose. manway.

OISD-192

Page 362 of 694


vi) Before entering inside the vessels xix) The gas cylinders used for
underground or located at lower cutting/welding shall be kept
elevation, probability of dense outside.
vapours accumulating nearby
xx) All cables, hoses, welding
should also be considered in
equipment etc., shall be removed
addition to inside the vessel.
from confined space at end of each
vii) Ensure requisite O2 level before work day, even if the work is to be
entry in the confined space and resumed in the same space the next
monitor level periodically or other day.
wise use respiratory devices.
xxi) To the extent possible sludge shall
viii) Check for no Hydrocarbon or toxic be cleared and removed from
substances before entry and monitor outside before entering.
level periodically or use requisite
xxii) No naked light or flame or hot work
Personal Protective Equipment.
such as welding, cutting and
ix) Ensure adequate ventilation or use soldering should be permitted inside
respiratory devices. a confined space or area unless it
has been made completely free of
x) Depending upon need, necessary
the flammable atmosphere, tested
respirator system, gas masks and
and found safe by a competent
suit shall be worn by everyone
person. Only non-sparking tools and
entering confined space. In case of
flameproof hand lamps protected
sewer, OWS or in the confined area
with guard and safety torches
where there is a possibility of toxic
should be used inside such confined
or inert gas, gas masks shall be
space or area for initial inspection,
used by everyone while entering.
cleaning or other work required to
xi) Barricade the confined spaces be done for making the area safe.
during hoisting, radiography,
xxiii) Communication should be always
blasting, pressure testing etc.
maintained between the worker and
xii) Use 24V flameproof lamp fittings the attendant.
only for illumination.
6.7 PROOF/PRESSURE TESTING
xiii) Use tools with air motors or electric
tools with maximum voltage of 24V. 6.7.1 Review test procedure before
allowing testing with water or air or
xiv) House keeping shall be well
any other fluid.
maintained.
6.7.2 Provide relief valves of adequate
xv) Safety helmet, safety shoes and
size while testing with air or other
safety belt shall be worn by
gases.
everyone entering the confined
space. 6.7.3 Ensure compliance of necessary
precautions, step wise loading,
xvi) Don't wear loose clothing while
tightening of fasteners, grouting etc.
working in a confined space.
before and during testing.
xvii) In case of the vessels which are
6.7.4 Inform all concerned in advance of
likely to contain pyropheric
the testing.
substances (like Iron Sulphide),
special care need to be taken before 6.7.5 Keep the vents open before opening
opening the vessel. Attempt should any valve for filling/draining of liquid
be made to remove the pyropheric used for hydrotesting. The
substances. Otherwise, these filling/draining should not exceed the
should be always kept wet by designed rate for pressure testing.
suitable means.
6.7.6 Provide separate gauges of suitable
xviii) The cutting torches should also be range for pressurising pump and the
kept outside the vessel immediately equipment to be tested.
after the cutting.
6.7.7 Provide gauges at designated
locations for monitoring of
pressures.

OISD-192

Page 363 of 694


6.7.8 Check the calibration of all ii) Roof work should only be
pressurising equipment and undertaken by workers who are
accessories and maintain records. physically and psychologically fit
and have the necessary knowledge
6.7.9 Take readings at pre-defined
and experience for such work.
intervals.
iii) Work on roofs shouldn't be carried
6.8 WORKING AT HEIGHTS
on in weather conditions that
6.8.1 General Provision threaten the safety of workers.
iv) Crawling boards, walkways and roof
i) While working at a height of more
ladders should be securely fastened
than 3 meters, ISI approved safety to a firm structure.
belt shall be used.
v) Roofing brackets should fit the slope
ii) While working at a height of more
of the roof and be securely
than 3 meters, permit should be supported.
issued by competent person before
commencement of the job. vi) Where it is necessary for a person
to kneel or crouch near the edge of
iii) Worker should be well trained on the roof, necessary precautions
usage of safety belt including its
should be taken.
proper usage at the time of
ascending/descending. vii) On a large roof where work have to
be carried out at or near the edge, a
iv) All tools should be carried in tool kits
simple barrier consisting of crossed
to avoid their falling.
scaffold tubes supporting a tubing
v) If the job is on fragile/sloping roof, guardrail may be provided.
roof walk ladders shall be used.
viii) All covers for openings in roofs
vi) Provide lifeline wherever required. should be of substantial construction
and be secured in position.
vii) Additional safety measures like
providing Fall Arrestor type Safety ix) Roofs with a pitch of more than 10
belt, safety net should be provided should be treated as sloping.
depending upon site conditions, job x) When work is being carried out on
requirements.
sloping roofs, sufficient and suitable
viii) Keep working area neat and clean. crawling boards or roof ladders
Remove scrap material immediately. should be provided and firmly
secured in position.
ix) Don't throw or drop
material/equipment from height. xi) During extensive work on the roof,
strong barriers or guardrails and toe-
x) Avoid jumping from one member to boards should be provided to stop a
another. Use proper passageway. person from falling off the roof.
xi) Keep both hands free while xii) Where workers are required to work
climbing. Don't try to bypass the on or near roofs or other places
steps of the ladder. covered with fragile material,
xii) Try to maintain calm at height. Avoid through which they are liable to fall,
over exertion. they should be provided with
suitable roof ladders or crawling
xiii) Avoid movements on beam. boards strong enough and when
xiv) Elevated workplaces including roofs spanning across the supports for the
should be provided with safe means roof covering to support those
of access and egress such as stairs, workers.
ramps or ladders. xiii) A minimum of two boards should be
6.8.2 Roof Work provided so that it is not necessary
for a person to stand on a fragile
i) All roof-work operations should be roof to move a board or a ladder, or
pre-planned and properly for any other reason.
supervised.

OISD-192

Page 364 of 694


6.8.3 Work on tall chimneys c) haul heavy materials or
equipment up and down by hand
i) For the erection and repair of tall to or from the workplace on the
chimneys, scaffolding should be chimney;
provided. A safety net should be d) fasten pulleys or scaffolding to
maintained at a suitable distance reinforcing rings without first
below the scaffold. verifying their stability;
e) work alone;
ii) The scaffold floor should always be
f) climb a chimney that is not
at least 65 cm below the top of the
provided with securely anchored
chimney. ladders or rungs;
iii) Under the working floor of the g) Work on chimneys in use unless
scaffolding the next lower floor the necessary precautions to
should be left in position as a catch avoid danger from smoke and
platform. gases have been taken.
iv) The distance between the inside x) Work on independent chimneys
edge of the scaffold and the wall of should not be carried on in high
the chimney should not exceed 20 winds, icy conditions, fog or during
cm at any point. electrical storms.
v) Catch platforms should be erected 6.9 HANDLING AND LIFTING
over: EQUIPMENT:
(a) the entrance to the chimney; 6.9.1 General Provisions
(b) Passageways and working
places where workers could be Following are the general guidelines
endangered by falling objects. to be followed with regard to all
types of handling and lifting
vi) For climbing tall chimneys, access equipment in addition to the
should be provided by:
guidelines for specific type of
(a) stairs or ladders; equipments dealt later on.
(b) a column of iron rungs securely
embedded in the chimney wall; i) There should be a well-planned
(c) Other appropriate means. safety programme to ensure that all
the lifting appliances and lifting gear
vii) When workers use the outside rungs are selected, installed, examined,
to climb the chimney, a securely
tested, maintained, operated and
fastened steel core rope looped at
dismantled with a view to preventing
the free end and hanging down at the occurrence of any accident;
least 3 m should be provided at the
top to help the workers to climb on
ii) All lifting appliances shall be
to the chimney.
examined by competent persons at
viii) While work is being done on frequencies as specified in "The
independent chimneys the area Factories act".
surrounding the chimney should be
iii) Check thoroughly quality, size and
enclosed by fencing at a safe
condition of all lifting tools like chain
distance.
pulley blocks, slings, U-clamps, D-
ix) Workers employed on the shackles etc. before putting them in
construction, alteration, use.
maintenance or repair of tall
iv) Safe lifting capacity of all lifting &
chimneys should not:
handling equipment, tools and
a) work on the outside without a shackles should be got verified and
safety harness attached by a certificates obtained from competent
lifeline to a rung, ring or other authorities before its use. The safe
secure anchorage; working load shall be marked on
b) put tools between the safety them.
harness and the body or in
v) Check periodically the oil, brakes,
pockets not intended for the
gears, horns and tyre pressure of all
purpose;
moving equipments like cranes,

OISD-192

Page 365 of 694


forklifts, trailers etc as per i) Hoist shafts should be enclosed with
manufacturer's recommendations. rigid panels or other adequate
fencing at:
vi) Check the weights to be lifted and
accordingly decide about the crane (a) ground level on all sides;
capacity, boom length and angle of (b) all other levels at all points at
erection. which access is provided;
(c) all points at which persons are
vii) Allow lifting slings as short as
liable to be struck by any moving
possible and check packing at the
part.
friction points.
ii) The enclosure of hoist shafts,
viii) While lifting/placing of the load, no
except at approaches should extend
unauthorised person shall remain
where practicable at least 2mt
within the radius of the boom and
above the floor, platform or other
underneath the load.
place to which access is provided
ix) While loading, unloading and except where a lesser height is
stacking of pipes, proper wedges sufficient to prevent any person
shall be placed to prevent rolling falling down the hoistway and there
down of the pipes. is no risk of any person coming into
contact with any moving part of the
x) Control longer jobs being lifted up hoist, but in no case should the
from both ends.
enclosure be less than 1mt in
xi) Only trained operators and riggers height.
should carry out the job. While the iii) The guides of hoist platforms should
crane is moving or lifting the load,
offer sufficient resistance to bending
the trained rigger should be there for
and, in the case of jamming by a
keeping a vigil against hitting any safety catch, to buckling.
other object.
iv) Where necessary to prevent danger,
xii) During high wind conditions and
adequate covering should be
nights, lifting of heavy equipments provided above the top of hoist
should be avoided. If unavoidable to
shafts to prevent material falling
do erection in night, operator and
down them.
rigger should be fully trained for
night signaling. Also proper v) Outdoor hoist towers should be
illumination should be there. erected on firm foundations, and
securely braced, guyed and
xiii) Allow crane to move on hard, firm anchored.
and leveled ground.
vi) A ladderway should extend from the
xiv) When crane is in idle condition for
bottom to the top of outdoor hoist
long periods or unattended, crane towers, if no other ladderway exists
boom should either be lowered or
within easy reach.
locked as per manufacturer's
guidelines. vii) Hoisting engines should be of ample
capacity to control the heaviest load
xv) Hook and load being lifted shall
that they will have to move.
remain in full visibility of crane
operators, while lifting, to the extent viii) Hoists should be provided with
possible. devices that stop the hoisting engine
as soon as the platform reaches its
xvi) Don't allow booms or other parts of
highest stopping place.
crane to come within 3 meters reach
of overhead electrical cables. ix) Winches should be so constructed
that the brake is applied when the
xvii) No structural alterations or repairs
control handle is not held in the
should be made to any part of a operating position.
lifting appliance, which may affect
the safety of the appliance without x) It should not be possible to set in
the permission and supervision of motion from the platform a hoist,
the competent person. which is not designed for the
conveyance of persons.
6.9.2 Hoists

OISD-192

Page 366 of 694


xi) Winches should not be fitted with
pawl and ratchet gears on which the
• on the platform or cage: the
maximum number of persons
pawl must be disengaged before the to be carried at one time;
platform is lowered.
(c) on hoists for goods only:
xii) Hoist platforms should be capable of
supporting the maximum load that • on every approach to the hoist
they will have to carry with a safety and on the platform: prohi-
factor. bition of use by persons.
xiii) Hoist platforms should be equipped xxi) Hoists intended for the carriage of
with safety gear that will hold the persons should be provided with a
platform with the maximum load if cage so constructed as to prevent
the hoisting rope breaks. any person from falling out or being
xiv) If workers have to enter the cage or trapped between the cage and any
go on the platform at landings there fixed part of the structure when the
should be a locking arrangement cage gate is shut, or from being
preventing the cage or platform from struck by the counterbalance weight
moving while any worker is in or on or by articles or materials tailing
it. down the hoistway.

xv) On sides not used for loading and xxii) On each side in which access is
unloading, hoist platforms should be provided, the cage should have a
provided with toe-boards and gate fitted with devices which
enclosures of wire mesh or other ensure that the gate cannot be
suitable material to prevent the fall opened except when the cage is at
of parts of loads. a landing and that the gate must be
closed before the cage can move
xvi) Where necessary to prevent danger away from the landing.
from falling objects, hoist platforms
should be provided with adequate xxiii) Every gate in the enclosure of the
covering. hoist shaft which gives access from
a landing place to the cage should
xvii) Counterweights consisting of an be fitted with devices to ensure that
assemblage of several parts should the gate cannot be opened except
be made of specially constructed when the cage is at that landing
parts rigidly connected together. place, and that the cage cannot be
xviii) Counterweights should run in moved away from that landing place
guides. until the gate is closed.

xix) Platforms should be provided at all 6.9.3 Derricks


landings used by workers. Stiff-leg derricks
xx) Following notices should be posted
up conspicuously and in very legible i) Derricks should be erected on a firm
characters: base capable of taking the
combined weight of the crane
(a) on all hoists: structure and maximum rated load.
• on the platform: the carrying ii) Devices should be used to prevent
capacity in kilograms or other masts from lifting out of their
appropriate standard unit of seating.
weight; iii) Electrically operated derricks should
• on the hoisting engine: the
be effectively earthed from the sole
plate or framework.
lifting capacity in kilograms or
other appropriate standard iv) Counterweights should be so
unit of weight; arranged that they do not subject
the backstays, sleepers or pivots to
(b) on hoists authorised or certified for
excessive strain.
the conveyance of persons:
v) When derricks are mounted on
wheels:

OISD-192

Page 367 of 694


a) a rigid member should be used to iii) Gin poles should be fastened at
maintain the correct distance their feet to prevent displacement in
between the wheels; operation.
b) they should be equipped with
iv) Gin poles, which are moved from
struts to prevent them from
place to place and re-erected,
dropping if a wheel breaks or the
should not be taken into use again
derrick is derailed.
before the pole, lifting ropes, guys,
vi) The length of a derrick jib should not blocks and other parts have been
be altered without consulting the inspected, and the whole appliance
manufacturer. has been tested under load.
vii) The jib of a scotch derrick crane v) When platforms or skips are hoisted
should not be erected within the by gin poles, precautions should be
backstays of the crane. taken to prevent them from spinning
and to provide for proper landing.
Guy derricks
6.9.5 Tower cranes
i) The restraint of the guy ropes
should be ensured by fitting stirrups i) Where tower cranes have cabs at
or anchor plates in concrete high level, persons, capable and
foundations. trained to work at heights, should
only be employed as crane
ii) The mast of guy derricks should be
operators.
supported by six top guys spaced
approximately equally. ii) The characteristics of the various
machines available should be
iii) The spread of the guys of a guy
considered against the operating
derrick crane from the mast should
0 requirements and the surroundings
not be more than 45 from the
in which the crane will operate
horizontal.
before a particular type of crane is
iv) Guy ropes of derricks should be selected.
equipped with a stretching screw or
iii) Care should be taken in the
turnbuckle or other device to
assessment of wind loads both
regulate the tension.
during operations and out of service.
v) Gudgeon pins, sheave pins and fool Account should also be taken of the
bearings should be lubricated effects of high structures on wind
frequently. forces in the vicinity of the crane.
vi) When a derrick is not in use, the iv) The ground on which the tower
boom should be anchored to crane stands should have the
prevent it from swinging. requisite bearing capacity. Account
should be taken of seasonal
6.9.4 Gin poles variations in ground conditions.
i) Gin poles should: v) Bases for tower cranes and tracks
for rail-mounted tower cranes should
(a) be straight; be firm and level. Tower cranes
(b) consist of steel or other suitable should only operate on gradients
metal; within limits specified by the
(c) be adequately guyed and manufacturer. Tower cranes should
anchored; only be erected at a safe distance
(d) be vertical or raked slightly from excavations and ditches.
towards the load;
(e) be of adequate strength for the vi) Tower cranes should be sited where
loads that they will be required to there is clear space available for
lift/move. erection, operation and dismantling.
As far as possible, cranes should be
ii) Gin poles should not be spliced and sited so that loads do not have to be
if a gin pole is composed of different handled over occupied premises,
elements, they should be assembled over public thoroughfares, other
in conformity with their intrinsic construction works and railways or
material strength. near power cables.

OISD-192

Page 368 of 694


vii) Where two or more tower cranes are i) Only ropes with a known safe
sited in positions where their jibs working capacity should be used as
could touch any part of the other lifting ropes.
crane, there should be direct means
ii) Lifting ropes should be installed,
of communication between them
maintained and inspected in
and a distinct warning system
accordance with manufacturers'
operated from the cab so that one
instructions.
driver may alert the other of
impending danger. iii) Repaired steel ropes should not be
used on hoists.
viii) The manufacturers' instructions on
the methods and sequence of iv) Where multiple independent ropes
erection and dismantling should be are used, for the purpose of stability,
followed. The crane should be to lift a work platform, each rope
tested before being taken into use. should be capable of carrying the
load independently.
ix) The climbing operation of climbing
tower cranes should be carried out 6.10 VEHICLE MOVEMENT
in accordance with manufacturers'
6.10.1 Park vehicles only at designated
instructions. The free-standing
places. Don't block roads to create
height of the tower crane should not
extend beyond what is safe and hindrance for other vehicles.
permissible in the manufacturers' 6.10.2 Don't overload the vehicle.
instructions.
6.10.3 Obey speed limits and traffic rules.
x) When the tower crane is left
unattended, loads should be 6.10.4 Always expect the unexpected and
removed from the hook, the hook be a defensive driver.
raised, the power switched off and 6.10.5 Drive carefully during adverse
the boom brought to the horizontal. weather and road conditions.
For longer periods or at times when
adverse weather conditions are 6.10.6 Read the road ahead and ride to the
expected, out of service procedures left.
should be followed. The main jib 6.10.7 Be extra cautious at nights. Keep
should be slewed to the side of the wind screens clean and lights in
tower away from the wind, put into working condition.
free slew and the crane immobilised.
6.10.8 All vehicles used for carrying
xi) A windspeed measuring device workers and construction materials
should be provided at an elevated must undergo predictive/preventive
position on the tower crane with the maintenance and daily checks
indicator fitted in the drivers' cab.
6.10.9 Driver with proper valid driving
xii) Devices should be provided to license shall only be allowed to drive
prevent loads being moved to a the vehicle
point where the corresponding safe
working load of the crane would be 6.10.10 Routes shall be leveled, marked and
exceeded. Name boards or other planned in such a way so as to
items liable to catch the wind should avoid potential hazards such as
not be mounted on a tower crane overhead power lines and sloping
other than in accordance with the ground etc.
manufacturers' instructions. 6.10.11 While reversing the vehicles, help of
xiii) Tower cranes should not be used for another worker should be ensured
magnet, or demolition ball service, at all times
piling operations or other duties, 6.10.12 An unattended vehicle should have
which could impose excessive the engine switched off
loading on the crane structure.
6.10.13 Wherever possible one-way system
6.9.6 Lifting ropes shall be followed
6.10.14 Barriers/fixed stops should be
provided for excavation/openings to
prevent fall of vehicle

OISD-192

Page 369 of 694


6.10.15 Load should be properly secured xiv) ELCB for all temporary connections
must be provided. Use insulated 3-
6.10.16 The body of the tipper lorry should
pin plug tops.
always be lowered before driving
the vehicle off. xv) All power supply cables should be
laid properly and neatly so that they
6.10.17 Signs/signals/caution boards etc.
don't cause hindrance to persons
should be provided on routes .
working and no physical damage
6.11 ELECTRICAL also takes place to the cables during
various construction activities.
6.11.1 General Provisions
xvi) All Power cables to be properly
i) Only persons having valid licenses terminated using glands and lugs of
should be allowed to work on proper size and adequately crimped.
electrical facilities.
xvii) Use spark-proof/flame proof type
ii) No person should be allowed to electrical fittings in Fire Hazard
work on live circuit. The same, if zones as per area classification
unavoidable, special care and under OISD-STD-113.
authorisation need to be taken. xviii) Check installations of steel
iii) Treat all circuits as "LIVE" unless plates/pipes to protect underground
ensured otherwise. cables at crossings.
iv) Electrical "Tag Out" procedure xix) Don't lay unarmored cable directly
"MUST" be followed for carrying out on ground, wall, roof or trees. All
maintenance jobs. temporary cables should be laid at
least 750 mm below ground and
v) Display voltage ratings prominently cable markers should be provided.
with "Danger" signs. Proper sleeves should be provided
vi) Put caution/notice signs before at road crossings. In case temporary
starting the repair works. cables are to be laid on wooden
poles/steel poles, the minimum
vii) All electrical equipment operating cable heights should be 4.5 M.
above 250V shall have separate and
distinct connections to earth grid. xx) Maintain safe overhead distance of
HT cables as per Indian Electricity
viii) Proper grounding to be ensured for Rules and relevant acts.
all switch boards and equipment
including Portable ones prior to xxi) Don't connect any earthing wire to
taking into service. the pipelines/structures.
ix) Make sure that electrical switch xxii) Don't make any unsafe temporary
boards, portable tools, equipments connections, naked joints/wiring etc.
(like grinding machine etc.) don't get xxiii) Ensure that temporary cables are
wet during their usage. If it happens, free from cuts, damaged insulation,
stop the main supply, make the tools kinks or improper insulated joints.
dry and then only use them. Check
proper earthing. xxiv) Check at periodic intervals that pins
of sockets and joints are not loose.
All temporary switch boards/
KIOSKS put up at work site should xxv) Protect electrical wires/equipments
be suitably protected from rain and from water and naked flames.
the level of same should be high xxvi) Illuminate suitably all the work
enough to avoid contact with water
areas.
due to water logging.
xxvii) All switchboards should be of MS
x) Don't work wet on electrical system. structure only and incoming source
xi) Don't overload the electrical system. should be marked.
xii) Use only proper rated HRC fuses. xxviii) Hand lamps should not be of more
than 24V rating.
xiii) Industrial type extension boards and
Plug sockets are only to be used. xxix) Fire extinguishers (DCP/CO2/Sand
buckets) should be kept near

OISD-192

Page 370 of 694


temporary switch boards being used ensure suitability for its proposed
for construction purposes. Don't use use.
water for fighting electrical fires.
ii) At the beginning of every shift, the
xxx) Insulating mats shall be provided in person using the electrical
the front and back end of switch equipment should make a careful
boards. external examination of the
equipment and conductors,
xxxi) All parts of electrical installations
especially the flexible cables.
should be so constructed, installed
and maintained as to prevent iii) Apart from some exceptional cases,
danger of electric shock, fire and work on or near live parts of
external explosion. electrical equipment should be
forbidden.
Periodic checking/certification of
electrical safety appliances such as iv) Before any work is begun on
gloves, insulating mats, hoods etc. conductors or equipment that do not
to be done/witnessed along with have to remain live:
maintaining a register at site signed
a) the current should be switched
by competent authority.
off by a responsible authorised
xxxii) A notice displaying following, should person;
be kept exhibited at suitable places: b) precautions should be taken to
prevent the current from being
a) prohibiting unauthorised persons
switched on again;
from entering electrical
c) the conductors or the equipment
equipment rooms or from
should be tested to ascertain that
handling or interfering with elec-
they are dead;
trical apparatus;
d) the conductors and equipment
b) containing directions as to
should be earthed and short-
procedures in case of fire, rescue
circuited;
of persons in contact with live
e) neighbouring live parts should be
conductors and the restoration of
adequately protected against
persons suffering from electric
accidental contact.
shock;
c) specifying the person to be v) After work has been done on
notified in case of electrical conductors and equipment, the
accident or dangerous current should only be switched on
occurrence, and indicating how to again on the orders of a competent
communicate with him. person after the earthing and short-
circuiting have been removed and
xxxiii) No other cables/pipes to be laid n i
the workplace reported safe.
trench used for electrical cables.
xxxiv) Utmost care should be taken while vi) Electricians should be provided with
excavating Earth from cable trench approved and tested tools, and
to avoid damage or any accident. personal protective equipment such
xxxv) Sub-station floor cut-outs meant for as rubber gloves, mats etc.
switch board installations to be
vii) All conductors and equipment
covered wherever installation is
should be considered to be live
incomplete.
unless there is a proof of the
NOTE: A Residual Current Operated Circuit contrary.
Breaker (RCCB) or Earth Leakage
viii) When work has to be done in
Circuit Breaker (ELCB), when
dangerous proximity to live parts the
installed, protects a human being to
current should be cut off. If for
the widest extent. RCCB or ELCB
operational reasons this is not
should be provided as per Indian
possible, the live parts should be
Electricity Rules.
fenced off or enclosed by qualified
6.11.2 Inspection and maintenance staff from the sub-station concerned.

i) All electrical equipment should be


inspected before taking into use to

OISD-192

Page 371 of 694


6.11.3. Testing 6.12.2 Drilling Rigs

i) Electrical installations should be i) Location of jack up rigs should not


inspected and tested and the results be less than 5 Kms from shipping
recorded. route. Orientation of the rig, wind
direction etc are required for safe
ii) Periodic testing of the efficiency of
landing of helicopter. Information
the earth leakage protective devices
w.r.t. sea currents, wind speed, Hi-
should be carried out.
lo tide etc are required for mooring
iii) Particular attention should be paid to of supply vessels.
the earthing of apparatus, the
ii) Sea bed condition at every location
continuity of protective conductors,
should be ensured for safety of rig.
polarity and insulation resistance,
protection against mechanical iii) Radio and other communication
damage and condition of facilities should be such to maintain
connections at points of entry. contact with base all times.
6.12 OFFSHORE iv) During toeing of rig, the rig deck
should be clear of load, toeing lines
6.12.1 General
should be in good condition and
tensions in various toeing lines
The isolated nature of offshore installations
should be constantly monitored.
are hazardous. They call for greater need for
safety and survival at offshore. Safety at v) Few steps during toeing are:
offshore is safety of installations and safety
a) crane booms should be
of personnel. Safety problems and accidents
secured to their vesta,
at offshore have high risks due to limited
b) all hatches and water tight
space, helicopter operation, sea transport
doors should be closed,
etc. Following are the general safety
c) number of personnel on board
guidelines to be followed in addition to the
should be restricted,
safety guidelines stipulated for specific jobs
d) evacuate in case of emergency
dealt later on:
and operation should be
i) Workers should be well trained to completed preferably in day
do their job independently with high light.
degree of self-control and self-
6.12.3 Drilling
discipline.
ii) On arrival at offshore, everyone i) In view of CO2 and H2S gas cut from
should be briefed about the safety well, effective ventilation should be
rules to be followed at offshore, provided where drilling is in
evacuation system etc. All progress.
personnel should wear overall
ii) Safety alarm shall be checked in
(dangri), helmet and shoes for
advance in view of failure of
personnel protection.
ventilation system.
iii) In case of emergency, workers
iii) Suitable sensors for H2S and
should follow instruction of Field
Methane should be function tested
Production Superintendent (F.P.S.)
time to time and suitable colour
In certain cases instructions may be
code should be given.
given to abandon the offshore
installation and evacuate the iv) Working areas of the crane should
persons to safe location. be illuminated during night to avoid
accident.
iv) To overcome above problems,
offshore personnel must receive v) Clear space should be available for
training for using life saving despatch and receipt of load and, in
appliances and other personal particular, basket transfer of
survival techniques. passengers. Persons engaged in
loading/unloading of materials
v) Any person working at offshore
should be protected from falling into
should have one person as standby
the sea.
for any eventuality.

OISD-192

Page 372 of 694


vi) Signal light should be fitted at the iii) Surface safety valve or SDV should
top of the jib. be checked for no gas leakage from
vii) Crane hook should be fitted with bleed port / flange etc., in the well
safety latches. head area. It should not be in
"mechanical override" or bypassed
viii) Experienced person should be from panel.
engaged in operation of specific
equipment like winches, cranes etc. iv) High pressure gas lift lines -
blowdown system should be O.K.
ix) At least three cable turns shall
always be there on the winch drum. v) Auto actuation of SDVs in the inlet
of pressure vessels should be O.K.
x) Adequate communication like walkie
talkie, round robin phone should be and in "normal position" from
available between the crane shutdown panels. A record of status
operator, supervisor and helper. of switches normal/bypassed in
auto-con* panels (PSH, PSL, LSL,
xi) Crane operation should be
ILSL) should be maintained.
completely stopped during
helicopter landing/taking off.
∗ Shut Down Panels
xii) Except for helicopter landing deck,
vi) Welders rectifier set and electrical
all decks, platforms, bridges,
connections to it should be checked
ladders should have rigid and fixed
guard rails atleast one meter high and approved by electrical-in-
and should have one intermediate charge for proper electrical safely.
rail midway between the handrail vii) “SCADA" telementry system if
and 100 mm toe board. available should be operational for
xiii) Wooden ladders shall not be used remote opening and closing of wells
at offshore. at unmanned platforms (through
RPMC).
xiv) Flow sensor in the flow line should
be ensured for safe working and to viii) Local ESD/FSD (near the work site)
avoid blow out. should be provided for jobs of very
critical nature, so that the persons
xv) Hydrogen sulphuide gas In offshore
working can access it immediately in
is of great risk and at 10 ppm
(0.001%) concentration in air, a emergency for safety. Safety officer
person should not be exposed for should judge the requirement &
more than 8 hours, If concentration inform FPS for the same.
is more, then breathing apparatus ix) Railings and Gratings etc. in and
should be used. Corrosion of around work area should be O.K.
equipment is also caused by H2S. and inspected to avoid slippage of
xvi) Portable H2S gas detector should man into sea.
be continously used. x) Emergency shut down (ESD)
6.12.4 Production Platforms system is initiated when an
abnormal condition is detected.
i) In case hydrocarbon Is released due ESD should be checked once in six
to overpressure, leak, overflow, gas months.
blow etc., shut down process to stop xi) Platform should be manned round
flow of hydrocarbon. Prevent ignition the clock.
of released hydrocarbon and in case
of fire shut in the process complex xii) Welding and cutting work should be
and follow emergency contigency regulated by hot work permit.
plan. xiii) All detectors should be calibrated as
ii) Sub surface safetv valve (SSSV)) per recommendation of the
below the well head should be manufacturer.
actuated during uncontrolled well - xiv) No system should be by-passed
flow and they should be regularly which affects the system of platform.
checked.

OISD-192

Page 373 of 694


xv) In H2S field platforms, due care shall accommodate twice the number of
be taken as per recommendations. persons onboard installation.
xvi) Follow the instructions of F.P.S. iii) Launching appliances and life boat
during stay at platform equipment should be checked every
week.
6.12.5 Fire Prevention And Control
iv) Boat landing areas should be
i) Provision be made for safe handling adequately illuminated.
and storage of dirty rags, trash, and
v) Life raft has no power and they rely
waste oil. Flammable liquids and
on drift.
chemicals applied on platform
should be immediately cleaned. vi) Life jacket lifts the wearer after
entering water.
ii) Paint containers and hydrocarbon
samples, gas cylinders for welding vii) Life buoys are used to rescue
and cutting should be stored persons if any person accidentally
properly. Cylinders should be falls in the sea.
transported in hand-cart.
viii) All life saving appliances should be
iii) Smoking should be restricted and inspected by the MMD surveyor /sr.
no smoking area should be officials once a year.
identified.
ix) Every life boat shall be inspected
iv) Special attention should be given to once a week.
crude oil pump seals, diesel and
x) Every life boat and life raft should
gas engines which are potential
be serviced once a year by a
source of ignition in the event of
competent authority,
failure.
6.12.7 Safety Precautions during
v) Fire and smoke detectors i.e.
Helicopter Transportation
ultraviolet heat, thermal and smoke
detector should be function tested
i) Passenger briefing regarding safety
once in three months.
rules while travelling in helicopter
vi) Fire is controlled in offshore by should be carried out before
water spraying, Halon, CO2 boarding the helicopter.
flooding, DCP and sprinkler system.
ii) Emergency procedure should be
vii) Foaming agent is applied for briefed to all the passenger In case
controlling fire in liquid hydrocarbon. helicopter is to ditch into the sea.
The system is not effective in gas
iii) Heli-pad should have a non-skid
fire.
surface. Nylon rope net should be
viii) Light weight breathing system stretched on the deck.
should be used.
iv) Proper drainage should be available
ix) The fire control plan at offshore on helideck.
should reveal control station, fire
v) There should be no obstruction on
alarms and fire detectors, deluge
the helideck itself and within 3
valves and sprinkler, fire
extinguishing appliances, fireman meters of its parameter. Closest
super structure above the helideck
outfit and ventilation system.
should have red obstruction light.
x) Fire fighting equipment should be
maintained in ready to use vi) While landing fire crew of two
persons should be standby adjacent
condition.
to helideck.
6.12.6 Life Saving Appliances
vii) Heli-deck should be properly
illuminated for night landing.
i) Life boats with a speed of 6 knots
and carrying capacity upto 50 viii) During switching off helicopter,
persons are used in offshore. persons should not be allowed to go
out/ towards helicopter
ii) No. of life boats on one installation
should have a capacity to

OISD-192

Page 374 of 694


6.13 DEMOLITION posted. To protect the public a fence
2m high should be erected
6.13.1. General provisions
enclosing the demolition operations
and the access gates should be
i) When the demolition of any building secured outside working hours.
or structure might present danger to
workers or to the public: vi) The fabric of buildings contaminated
with substances hazardous to health
(a) necessary precautions, methods should be decontaminated.
and procedures should be
Protective clothing and respiratory
adopted, including those for the
devices should be provided and
disposal of waste or residues; worn.
(b) the work should be planned and
undertaken only under the vii) Where plant has contained
supervision of a competent flammable materials, special
person. precautions should be taken to
avoid fire and explosion.
ii) Before demolition operations begin:
viii) The plant to be demolished should
(a) structural details and builders' be isolated from all other plant that
drawings should be obtained
may contain flammable materials.
wherever possible;
Any residual flammable material in
(b) details of the previous use should the plant should be rendered safe by
be obtained to identify any
cleaning, purging or the application
possible contamination and
of an inert atmosphere as
hazards from chemicals, appropriate.
flammables, etc.;
(c) an initial survey should be carried ix) Care should be taken not to
out to identify any structural demolish any parts, which would
problems and risks associated destroy the stability of other parts.
with flammable substances and
x) Demolition activities should not be
substances hazardous to health.
continued under adverse climatic
The survey should note the type
conditions such as high winds,
of ground on which the structure
which could cause the collapse of
is erected, the condition of the
already weakened structures.
roof trusses, the type of framing
used in framed structures and the xi) To prevent hazards parts of struc-
load-bearing walls; tures should be adequately shored,
(d) a method of demolition should be braced or otherwise supported.
formulated after the survey and
xii) Structures should not be left in a
recorded in a method statement
condition in which they could be
having taken all the various
brought down by wind pressure or
considerations into account and
vibration.
identifying the problems and their
solutions; xiii) Where a deliberate controlled
collapse technique is to be used,
iii) All electric, gas, water and steam
expert engineering advice should be
service lines should be shut off and,
obtained, and:
as necessary, capped or otherwise
controlled at or outside the (a) it should only be used where the
construction site before work whole structure is to come down
commences. because it relies on the removal
of key structural members to
iv) If it is necessary to maintain any
effect a total collapse;
electric power, water or other
(b) it should only be used on sites
services during demolition
that are fairly level and where
operations, they should be
there is enough surrounding
adequately protected against
space for all operatives and
damage.
equipment to be withdrawn to a
v) As far as practicable, the danger safe distance.
zone round the building should be
xiv) When equipment such as power
adequately fenced off and sign
shovels and bulldozers are used for

OISD-192

Page 375 of 694


demolition, due consideration should 6.14.9 All personnel working with
be given to the nature of the building radiography sources should wear
or structure, its dimensions, as well appropriate protective equipment
as to the power of the equipment and film badges issued by BARC.
being used.
6.14.10 Protection facilities such as
xv) If a swinging weight is used for manipulator rod, remote handling
demolition, a safety zone having a tongs, lead pots, radiation hazard
width of at least one-and-a-half placards and means of cordon off
times the height of the building or shall be available at each site.
structure should be maintained
6.14.11 The radiography source shall never
around the points of impact.
be touched or handled directly with
6.13.2. Demolition of structural steelwork hands.
6.14.12 The package containing radiography
i) All precautions should be taken to
cameras and sources should never
prevent danger from any sudden
be carried by public transport like
twist, spring or collapse of
bus, train etc.
steelwork, ironwork or reinforced
concrete when it is cut or released. 6.14.13 Radiography sources and cameras,
when not in use, should be stored
ii) Steel construction should be
inside a source pit with lock and key
demolished tier by tier.
arrangement as approved by BARC.
iii) Structural steel parts should be The storage room should preferably
lowered and not dropped from a be located in an isolated area of
height. minimum occupancy and radiation
level outside the storage room
6.14 RADIOGRAPHY
should not exceed 0.25 mR/hr as
per BARC Regulations.
6.14.1 All radiography jobs shall be carried
out as per BARC Safety Regulations 6.14.14 In case of an accident (due to loss
or of damage to radiography
6.14.2 During field radiography, nearby source), action should be taken in
area around the radiation source line with BARC Safety
should be cordoned off. Rules/Guidelines.
6.14.3 If the field radiography is to be done
at the same location repeatedly, it is 6.15 SAND/SHOT BLASTING/ SPRAY
advisable to provide either a wire PAINTING
fencing around or a temporary brick
enclosure. 6.15.1 Sand blasting should be used only
6.14.4 Special permission/permit should be after approval from competent
taken for radiography from area-in- person.
charge. 6.15.2 Air Compressor used for sand/shot
6.14.5 As far as possible, field radiography blasting/painting should have guard
should be done only during night and positioned away from the work
time when there is little or no place.
occupancy there. 6.15.3 Exhaust of the prime mover, if IC
6.14.6 Radiation warning signals should be engine is used, should be directed
pasted all along the cordoned off away from the work place.
area. 6.15.4 In case of motor driven compressor,
6.14.7 Entry into the restricted area by the body of the motor as well as the
unauthorised persons should be compressor to be properly earthed.
strictly prohibited during exposure. 6.15.5 The hoses used for compressed air
6.14.8 The radiation level alongwith the should be of proper quality, and
cordon should be monitored by a health of the same to be ensured
suitable and well-calibrated radiation through regular check/ test.
survey meter.

OISD-192

Page 376 of 694


6.15.6 The operator of sand/shot iv) All deck openings including those for
blasting/painting should wear buckets should be fenced.
suitable PPE's including mask.
6.16.2 Rescue & Emergency procedures
6.15.7 Adequate measures to be taken to
suppress dust/spray particle.
i) Persons who work over water
6.15.8 Sand used for sand blasting should should be provided with some form
be suitably covered & protected of buoyancy aid. Life jackets should
from to rain/moisture. provided sufficient freedom of
movement, have sufficient buoyancy
6.15.9 When these activities are done in
to bring persons to the surface and
confined places, adequate measure
keep them afloat face upwards, be
to be taken for proper ventilation.
easily secured to the body, be
6.16 WORK ABOVE WATER readily visible by way of self
luminous paint/strip.
6.16.1 General Provisions ii) Nobody should work alone on or
i) Where work is done over or in close above water.
proximity to water & where iii) Each worker should be trained in the
possibility of drowning exists, procedure to be followed in the
provision should be made for: event of an emergency.
a) Preventing workers from falling into
7.0 ADDITIONAL SAFETY
water;
b) The rescue of workers in danger PRECAUTION FOR UNITS
of drowning; WITH HYDROCARBONS
c) Safe and sufficient transport. In addition to general safety
precautions as outlined above for
ii) Provisions for the safe performance the activities in Clause 6.0, following
of work over or in close proximity to additional safety precautions need
water should include, where to be taken for the sites within the
appropriate, the provision and use of operating area or nearby, where
suitable and adequate: presence of Hydrocarbons cannot
be ruled out.
a) fencing, safety nets and safety
i) No job shall be carried out without a
harnesses;
valid permit. Permit should be in
b) lifebuoys, life jackets and manned
line with OISD-STD-105 "Work
boats;
Permit System".
c) protection against such hazards
as reptiles and other animals. ii) Smoking should be prohibited in all
iii) Gangways, pontoons, bridges, places containing readily
footbridges and other walkways or combustible or flammable materials
work places over water should: and "No Smoking" notices be
a) possess adequate strength and prominently displayed.
stability;
iii) In confined spaces and other places
b) be sufficiently wide to allow safe
where flammable gases, vapours or
movement of workers;
dusts can cause danger, following
c) have level surfaces free from
measures should be taken:
tripping hazards;
d) be adequately lit when natural (a) only approved type electrical
light is insufficient; installations and equipment,
e) where practicable and necessary, to including portable lamps, should
prevent danger, be provided with be used;
toe-boards, guard rails, hand ropes (b) there should be no naked
etc. flames or source of ignition;
f) be secured to prevent (c) oily rags, waste and clothes or
dislodgment by rising water or high other substances liable to
winds; spontaneous ignition should be
g) if necessary, be equipped with removed without delay to a safe
ladders which should be sound, of place;
sufficient strength and length and be (d) ventilation should be provided.
securely lashed to prevent slipping.

OISD-192

Page 377 of 694


iv) Regular inspections should be made xi) A dry chemical type fire extinguisher
of places where there are fire risks. shall be made available in the work
These include the vicinity of heating area. Also fire protection facilities
appliances, electrical installations like running hoses etc. as per permit
and conductors, stores of flammable should be complied with.
and combustible materials, welding
xii) Wherever required, welding screens
and cutting operations.
shall be put up to protect other
v) Welding, flame cutting and other hot equipment in adjoining areas
work should only be done after against flying sparks. Material used
issuance of work permit in line with should be metal/asbestos/water
the requirement of OISD-STD-105 curtain.
after appropriate precautions, as
xiii) Welding or cutting of vessels/
required, are taken to reduce the
equipments used in Hydrocarbon/
risk of fire. For carrying out other
hazardous chemicals shall be done
jobs also, OISD-STD-105 should be
after proper gas freeing and
followed strictly.
verifying the same with the
vi) Fire-extinguishing equipment should explosive-meter.
be well maintained and inspected at
xiv) The confined space/equipment shall
suitable intervals by a competent
be gas freed and cleaned.
person. Access to fire-extinguishing
equipment such as hydrants, xv) Absence of any toxic gas and any
portable extinguishers and flammable gas above explosion limit
connections for hoses should be shall be ensured with the help of
kept clear at all times. gas detection instrument and
explosive meter respectively.
vii) All supervisors and a sufficient
number of workers should be trained xvi) Used and hot electrode stubs shall
in the use of fire-extinguishing be discarded in a metal bucket.
equipment, so that adequate trained
personnel are readily available xvii) Use approved and certified flame
arrestors for vehicles.
during all working periods.
xviii) Work permit to be obtained, if
viii) Audio means to give warning in
case of fire should be provided construction work is carried out
within existing operating area.
where this is necessary to prevent
danger. Such warning should be 8.0 FIRST AID
clearly audible in all parts of the site
where persons are liable to work. First aid facilities should be provided
There should be an effective in line with various statutory
evacuation plan so that all persons regulations like factory act etc.
are evacuated speedily without However following care should be
panic and accounted for and all taken:
plant and processes shut down.
ix) Notices should be posted at i) First aid, including the provision of
conspicuous places indicating: trained personnel should be ensured
at work sites. Arrangement should
(a) the nearest fire alarm; be made for ensuring the medical
(b) the telephone number and attention of the injured workers. First
address of the nearest aid box should be as per the Factory
emergency services. rules.
x) The work site shall be cleared of all ii) Suitable rescue equipment, like
combustible materials, as Sparks stretchers should be kept readily
and molten metal coming from the available at the construction site.
welding job can easily ignite
combustible materials near or below iii) First-aid kits or boxes, as
the welding site. If the combustible appropriate and as per statutory
materials cannot be removed from requirements, should be provided at
the area, the same shall be properly workplaces and be protected
shielded. against contamination by dust,
moisture etc.

OISD-192

Page 378 of 694


iv) First-aid kit or boxes should not i) Poster: Posters with safety slogan
keep anything besides material for in humorous, gruesome
first aid in emergencies. demonstrating manner may be used
to discourage bad habits attributable
v) First-aid kits and boxes should
to accidents by appealing to the
contain simple and clear instructions
workers' pride, self-love, affection
to be followed, be kept under the
curiosity or human aspects. These
charge of a responsible person
should be displayed in prominent
qualified to render the first aid and
location(s).
be regularly inspected and stocked.
ii) Safety Sign Boards: Different type
vi) Where the work involves risk of
of message of cautioning, attention,
drowning, asphyxiation or electric
notice etc. should be displayed at
shock, first-aid personnel should be
the appropriate places for learning/
proficient in the use of resuscitation
awareness of the workmen while
and other life saving techniques and
working at site.
in rescue procedures.
iii) Films & Slides: Film(s) narrating
vii) Emergency telephone numbers of
the accident including the causes
nearby Hospitals, Police, Fire
and possible remedial ways of
Station and Administration should
preventing the recurrence of a
be prominently displayed.
similar accident should be displayed
9.0 DOCUMENTATION at regular intervals. Slides consisting
main points of the film show may
The intention of keeping also be shown to workers.
documentation of all types of iv) Talks, lectures & conferences:
accident(s) is to prevent recurrence The success of these events would
of similar accident(s). All accidents depend much on audience’s
should be reported as per OISD understandings of the speaker (s).
Guidelines (OISD-GDN-107) and The speakers are to be
Factories act, 1948. knowledgeable and good presenter.
All accidents (major, minor or near Speakers should know to hold the
miss) should be investigated, attention and to influence the
analysed and recommendations audiences.
should be documented along with v) Competitions: Organise
implementation status. competition(s) between the different
All related data should be well- deptts/categories of workers. The
documented and further analysis sense of reward/recognition also will
highlighting the major cause(s) of improve safety awareness and
accidents be done. This will help in result in enhancing safety levels.
identifying thrust areas and training vi) Exhibitions: Exhibitions also make
needs for prevention of accidents. the workers acquainted with hazards
and means of preventive measures.

10.0 SAFETY AWARENESS & vii) Safety Publication: Safety


TRAINING publications including pocket books
dealing with ways of investigation
and prevention in the field of safety
Safety awareness to all section of
and so on, may be distributed to
personnel ranging from site-in-
workers to promote the safety
charge to workmen helps not only
awareness.
preventing the risk but also build up
the confidence. Time and viii) Safety Drives: From time to time,
expenditures also get saved as a an intensive safety drive by
result. organising a safety day or a safety
week etc. should be launched.
Safety awareness basically seeks to
persuade/inform people on safety ix) Training: Training for covering the
besides supplementing skill also. hazards for different trade should be
Awareness programme may include imparted. Training should also
followings: include the specific hazards related

OISD-192

Page 379 of 694


to a job in addition to the general iii) Safety & Health in Construction by
safety training as has been dealt in ILO
various chapters and should include
iv) The Building & Other Construction
all workers. Reference may be
Workers (Regulation, Employment
drawn from OISD-STD-154.
and Conditions of Service) Act 1996
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules

OISD-192

Page 380 of 694


ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.no Code No. Title

01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.

OISD-192

Page 381 of 694


Sr.no Code No. Title

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-192

Page 382 of 694


OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002

CONTRACTOR SAFETY

OISD – GUIDELINES – 207

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas

Page 383 of 694


CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 DEFINITIONS

4.0 DUTIES / RESPONSIBILITIES

4.1 Owner

4.2 Contractor

4.3 Consultant

4.5 Designer

5.0 SAFETY MANAGEMENT

5.1 Job Safety Analysis (JSA)

5.2 Criteria of a Selection of a Contractor

5.3 Site Planning and Layout

5.4 Gate Entry Procedure

5.5 Training

5.6 Inspection / Audit

5.7 Penalties for non-compliance

5.8 Incident Reporting and Investigation System

5.9 Safety Committee Meetings

5.10 Safety Equipment / Personnel Protective Equipment

6.0 REFERENCES

ANNEXURE I List of BIS codes / Statutory Regulations

ANNEXURE II Checklist for Safety Inspection / Audit

Page 384 of 694


CONTRACTOR SAFETY

1.0 INTRODUCTION on its behalf, for supervising / co-ordinating


the activities of the contractor/execution
Oil and Gas operations like Drilling, agency.
Production, Refining, Transportation and
Distribution are inherently hazardous. A Contractor / Executing Agency
large number of contractor workforce is
deployed to carry out construction, A physical or legal person/entity having
maintenance and other jobs. The analysis of contractual obligation with the owner, and
the incidents in the Petroleum Sector who deploys one or more worker on the site.
indicates that a large number of incidents
involved contractor workforce and have Contractor Worker
resulted in either casualty or injury besides
leading to property damage and operational It covers all workmen who are either self-
interruptions and environmental degradation. employed or employed through contractor,
the casual workers and includes contractor’s
In order to improve the safety levels of oil supervisor, working at a location / site
installations, the contractor safety is of employed directly by Owner or through their
utmost importance and there is a need to contractor.
institute a good contractor safety system.
Incident
2.0 SCOPE
An incident is an unplanned, uncontrolled,
This standard covers broadly the guidelines unintended or unforeseen event, caused by
on the management system for enhancing unsafe acts and / or unsafe conditions,
the safety levels of the contractor workforce resulting in or having the potential to result in
deployed in construction, maintenance and personal injury and/or property damage.
operation activities in the hydrocarbon
industry. Consultant

The safety precautions to be taken while Consultant is a physical or legal


carrying out different activities during person/entity engaged by owner to provide
construction / maintenance have separately the consultancy services to owner for
been covered in OISD-GDN-192 on "Safety management of the contract on their behalf
Practices during Construction". or as specified.

3.0 DEFINITIONS Designer

Work station/Work site Designer is a physical or legal person / entity


engaged by owner to provide design
A place/unit where the job is carried out by services of a work site.
contractor/executing agency in specified
manner with safety, during construction Owner's Representative / Engineer In
phase or in operation phase. Charge

Owner The Owner’s representative/Engineer-in-


charge is the one, who has been designated
Any physical or legal person/entity for whom
by the owner to manage the contract.
prescribed job is carried out.
Owner's Safety Officer
It shall also include owner's designated
representative / consultant /nominee / agent,
A properly trained person designated by
authorised from time to time to act for and
owner who ensures safety at work site.

Page 385 of 694


viii) To specify the requirements of
Health, Safety and Environment (HSE)
4.0 DUTIES/ RESPONSIBILITIES (commensurate with the nature of job)
in Pre- Qualification criteria.
4.1 OWNER
ix) To designate Engineer-in-charge
4.1.1 Owner’s Management and safety officer.

The commitment to safety has to be x) To arrange for a multi-


emphasised by the owner by practice by its disciplinary safety audit team to
own management and employees at all conduct surprise / regular safety
levels. The duties and responsibilities of audits and monitor the implementation
owner should include: of the recommendations.

i) To institute a mechanism for xi) To introduce suitable schemes


identification and compliance of all for motivation of the contractor worker
applicable statutory rules & to adhere to safety guidelines.
regulations (Refer Annexure I for a list
of few important Bureau of Indian xii) To review safety practices & their
Standards & statutory regulations). implementation through periodic
surprise visit of the work sites and
ii) To provide specific information to monthly review meeting.
contractors and make workers aware
on the hazards associated with job xiii) To develop the HSE plans and
assigned. incorporate the same in the tender
document.
iii) To provide information about
Risk Mitigation measures available at xiv) To liaise with external agencies
the place of work. like press, public etc and with law
enforcement, regulatory, statutory
iv) To provide the contractor with agencies etc.
information on Owners Safety Plan &
Regulations, Emergency Management xv) To report to statutory agencies
Plan, lockout/ tag out procedure, on safety compliance and accidents, if
confined space entry, work permit any.
system, excavation/trench permit
system etc. 4.1.2 Owner's Representative/Engineer-
in-charge
v) To specify rules (e.g. for security
including access arrangements) and The duties & responsibilities of engineer-in-
safety rules such as fire protection, charge should include:
first aid arrangements, Work Permit
systems etc. i) To ensure that all Contract
requirements including Health, Safety,
vi) To provide comprehensive list of Environment & Security are complied
statutory regulations / standards and with.
specification, to be complied with
during execution of contract, in the ii) To ensure that contractor workforce
tender document itself. deployed is adequately qualified,
trained and in state of health to
vii) To ensure training of the commensurate with the requirements
contractor workforce, medical of the job.
examination, and proper usage of
safety equipment. iii) To ensure that the Tools / Tackles and
Machinery being used are properly

Page 386 of 694


tested and are in sound working contracts), which is to be considered
conditions and necessary resources in future when selecting contractors.
proposed for providing safe place of
work and necessary PPE are being xii) To ensure that the Consultant,
used. contractor and sub-contractor employ
/ designate qualified & trained Safety
iv) To take the required necessary Engineer / Officer commensurate with
corrective action immediately upon requirement of the job.
noticing or receipt of a report on
noncompliance or any such condition 4.1.3 Owner's Safety Officer
which poses a threat to health, safety The duties & responsibilities of the Owner's
or environment. If during the course of Safety Officer should include:
execution of the contract, any
situation of non-compliance with the i) To assess the hazards associated
contractor's safety and health plan are with jobs in consultation with all
noticed / reported, the same will be concerned and establish safe working
taken up with the contractor for procedure including identification of
correction. In the event of repeated the escape routes.
non compliance, suitable action to be ii) To establish a written record of factors
initiated as per the contract. which can cause injuries and
illnesses.
v) To ensure that the incidents are
reported to all concerned within iii) To undertake routine/surprise
stipulated timeframe. inspections of all work sites and
identify unsafe conditions & practices,
vi) To ensure submission of a plan for if any. Check for compliance of the
safe working (Method Statement) safety practices being followed with
from contractor and approval of the approved HSE Plan.
same by competent person / iv) To investigate promptly the incidents
department. (including near-miss) in order to
advise corrective and/or preventive
vii) To ensure that Work Permit action.
System in line with OISD-STD-105 is
adhered to. v) To maintain statistical information for
use in analyzing all phases of
viii) To ensure availability of all the incidents and events involving
documentation needed for the contract personnel.
execution of contract. vi) To provide the means for complying
with the reporting requirements for
ix) To ensure that the quality controls occupational injuries and illnesses.
have been maintained during
vii) To check whether the proposed
fabrication/erection and all jobs
working arrangements are safe and
required for safe commissioning have
satisfactory, particularly at the
been carried out.
interface between the contractor's
planned work and owner’s existing
x) To ensure safe dismantling of all
facilities.
temporary facilities/connections put
up by the contractor, after completion
viii) To communicate to the
of work.
Contractor the imposed restrictions
which may affect the work/personnel
xi) To compile a report on the safety
such as the temporary closure of a
performance (at the conclusion of
corridor or electrical isolation of
each contract or periodically such as
equipment.
annually for renewable and long-term

Page 387 of 694


ix) To review and monitor the contractor's iii) To nominate qualified & trained Safety
adherence to approved HSE plan and Engineers / Officers reporting to the
all applicable environmental, health, Site in charge, for supervision, co-
and safety requirements. ordination and, liaison for the
implementation of the safety plan.
x) To ensure that Consultant,
Contractor’s Managers, Supervisors Similar HSE Plan should be
and workmen at all levels (who will implemented at the sub- contractor’s
plan, monitor, oversee and carry out or supplier’s site /office. However the
the work) undergo Health, Safety and compliance with the HSE Plan is to be
Environmental training in their the sole responsibility of the
respective responsibilities with Contractor.
respect to conducting work safely and
with due regard for the protection of iv) To arrange suitable facilities in liaison
the environment. with the owner for drinking water,
toilets, lighting, canteen, crèche etc as
xi) To identify areas of operations where applicable as per Laws/ Legislation at
specialized training is required to deal site and also arrange for workmen
with potential dangers. compensation insurance, third party
liability insurance, registration under
xii) To document and to bring to the ESI / PF act etc as applicable.
attention of the Owner's Supervisor
and Contractor any non- v) To arrange for fire protection
compliance/violation of the safety equipment as per the advice of owner.
norms against approved safety and
health plan or safety and health vi) To ensure that its employees have
requirements and also raise these completed appropriate health and
issues in the Safety Committee safety training as required by the
Meetings. statute / regulation and also as per
requirements of the Owner /
xiii) To take part in Tool Box Consultant. The documentation of
Meetings at random and to ensure such training imparted to all its
maintenance of records. employees should be maintained and
produced for verification as required.
4.2 CONTRACTOR
vii) To comply with all the security
4.2.1 Contractor's Management arrangements of owner.

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

Page 388 of 694


the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.

4.2.2 Contractor’s Supervisor / Safety x) To ensure that workers have proper


Officer training for their job assignments,
including use of appropriate PPE and
Duties & responsibilities of the Contractor’s first aid fire fighting equipment.
supervisor/Safety Officer should include the
following: xi) To comply with all applicable safety
and health standards, rules,
i) To ensure strict compliance with work regulations and orders issued by
permit system by carrying out work competent authority pertaining to the
only with appropriate work permits assigned activities.
and after ensuring that all safety
precautions / conditions in the permit xii) To ensure that sick and/or
are complied with and closing the injured workers receive appropriate
same after job completion. first aid and/or medical attention.

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.

v) To ensure that the workers xv) To conduct daily inspections to


understand the work to be done, the ensure compliance with safety
hazards that may be encountered, standards, codes, regulations, rules
and the proper precautions/procedure and orders applicable to the work
for carrying out the work safely. concerned.

Page 389 of 694


xvi) To ensure that workers under iii) To wear PPE as stipulated and
their supervision are aware of their necessary for the job.
responsibilities.
iv) To inform promptly to their supervisor
xvii) To arrange daily tool box regarding all work related incidents
meeting and regular site safety resulting in personal injury, illness
meetings and maintain records in the and/or property damage.
required formats. (Refer Clause 5.9.1)
v) To take all necessary and appropriate
xviii) To arrange stand-by supervisor/ safety precautions to protect
worker where situations so demand. themselves, other personnel and the
environment.
xix) To develop methods and display
banners/posters to inculcate safety 4.3 CONSULTANT
consciousness.
The activities and responsibilities covered
xx) To attend training and ensure under the scope of the Owner may be
participation of his workers for training delegated to the consultant in those cases
as per schedule arranged by the as applicable, based on the respective
Owner / Consultant and keeps himself contract conditions. The primary
updated. responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
xxi) To keep records of number of contract by the Contractor. However those
persons working at the site. responsibilities conferred on Owner as
Principal employer cannot be delegated to
xxii) To keep a constant liaison with consultant.
Engg-in-charge / owners’
representative on safety issues. Where the consultant‘s scope involves
Engineering and Design, those factors under
xxiii) To maintain accident & nearmiss Designer should also be applicable.
record in a register.
In all cases, the Consultant's scope should
xxiv) To ensure that only PPE of the include submission of latest HSE plans for
approved type by owner is used at work under his and Contractor's purview and
site. implementing the same till job completion. It
should conform to owner's overall HSE plan.
A separate Safety Officer should be This should include Guidelines and
assigned, where more than 100 workers are Implementation and Reporting Methodology
employed at site. For smaller jobs, the to be followed with required report formats.
supervisor should assume the role of the
safety officer also. Adequate number of Safety Officers shall be
provided by the Consultant with necessary
4.2.3 Contract workers skills required for the work to be performed.

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

Page 390 of 694


dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.

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

Page 391 of 694


5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:

iii) The sequence or order in which work A. Issuance of Pass


to be done and any hazardous
operations or processes should be i) The passes are to be issued after the
identified. owner’s representative/engineer-in-
charge forwards the application of the
iv) Free access to site shall be provided contractor providing complete details
with clear roads, passage, gangways, of the workers being engaged. The
staircases etc. Access to construction contractor may be asked to submit
site should be leveled, open and free Character & Antecedents (C&A)
from any obstructions like verification of individual worker from
construction material or scrap/waste, concerned authorities.
exposure to hazards such as falling
materials, material handling ii) With regard to issuance of passes for
equipment and vehicles. Any pit or all vehicles including material
ditch shall be covered or barricaded. handling equipment, owner’s
representative / engineer-in-charge
v) Arrangements should be made to should forward the application only
maintain good housekeeping at site. after ensuring that all documents
Scrap and debris generated out of pertaining to the fitness of the
construction work should be vehicle/equipment and valid driving
removed/disposed off at a regular license of the driver etc. are available.
interval as directed. Emergency exit
should be provided in case of iii) The passes should be serially
blockade of primary exit. numbered with address, contractor
name, identification mark, signature of
vi) Suitable warning notices and also the the worker etc.
routes to and from welfare facilities
should be displayed prominently. iv) Special colour code for passes should
be used for persons entering different

Page 392 of 694


areas like Administrative Block, Unit taken with two copies (one for
area, Project Area (wherever preparing the pass and other for
applicable). attachment with gate register).
Specific advice and recommendation
v) Contractor workers engaged on of User Department may be given due
routine basis for long periods should cognizance. Relevant details are to
be provided with monthly photo pass. be written. The pass should be
collected back at the gate after day’s
vi) Special permit is required separately work.
for working beyond normal working
hours and holidays. 5.4.2 Tank Truck Loading (TTL)
Operation :
B. Gate Entry
At the loading / unloading location, a large
i) Entry of the contractor’s employees no. of Tank Trucks of petroleum products
should be permitted with valid gate enter the installation. Crew members are
passes only. generally not regular entrants. The
procedure should be as follows:
ii) Entry of contractor’s workers should
be allowed in presence of authorized i) The gate pass should be issued to the
representative of contractor. individual crew members on written
request of the transporter
iii) Records of persons at the time of mentioning TT registration nos.,
entry/exit should be maintained. License and certificate of training as
per MV rule 9.
iv) At the entry gate of the location, a
physical checking for non-carrying of ii) Character & Antecedent (C & A)
lighter, matchboxes, explosives etc. verification of the TTL crew through
should be carried out. local police is to be done preferably
and record maintained.
v) Gate passes/Identity Cards should be
displayed on persons at all the times. iii) For loading/unloading purpose,
register entry at security gate is
vi) For Mega-projects at existing / made before allowing entry into the
operating installations, it is preferable premises with recording of names of
to have a separate gate for entry of crew members, time of entry, pass
contractor workers and also the Sr. No., TT no. etc.
project areas should be segregated
fencing from operational area by iv) For loading/unloading, crew is allowed
fencing / other physical means. entry alongwith TT only, after
checking of TT from
vii) No vehicle should be allowed to explosive/security point of view.
enter in an operational area without
proper flame arrestor. v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
viii) Awareness on Safety through security gate.
training / posters etc. highlighting Do's
and Don'ts should be spread within 5.5 TRAINING
entire contractor workforce.
Video/Audio tapes on Safety Topics Training is to educate contractor workforce
should be played preferably. on various hazards associated with the
job/workplace and on the respective
ix) For occasionally engaged labourers preventive / mitigation measures to avoid
such as for material handling etc., untoward incidents.
spot photograph may be preferably

Page 393 of 694


i) Workers should be adequately and equipment and protective
suitably: clothing provided to the worker;

(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.

(c) measures for good d) Demonstration at site


housekeeping;
Right way to do a job should invariably be
(d) location and proper use of demonstrated to workers at the site itself.
welfare amenities and first aid The right way is also a safe way. Hazards
facilities provided; due to wrong procedures, short cuts and
their adverse effects etc. should also be
(e) proper use and care of the items highlighted.
of personnel protective

Page 394 of 694


5.5.2 Training/Awareness Module and
Frequency iii) Importance of First Aid fire
fighting equipment, their use &
A. General Safety Training to all operations
categories of contractor employees
should be imparted before induction iv) Communication system at the
and annually thereafter. No person installation
should be allowed to enter the
installation without undergoing this v) Fire / Accident Reporting
training. This training program may procedure
cover:
vi) General Safety rules
i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety vii) Safety Measures during
Belts etc. execution of job such as:

ii) Probable Hazards - Welding / Cutting / Grinding


- Working at height
iii) Important Telephone No / Escape - Confined space entry
route - X ray / radiation
- Erection / Dismantling of
iv) First Aid scaffolding
- Tank construction and repairs
v) Use of Fire extinguisher - Handling of chemicals etc.

The contractor workers, if engaged in viii) Importance & use of PPE


operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD- ix) Emergency Routes
GDN-206 on “Safety Management System”.
For other categories of contractor workers, x) Assembly Points
training modules for different category
employees are as follows: xi) Job Specific Training

B. Contractor Supervisor D. Consultant / Contractor

Contractor Supervisor should be trained in Awareness program should be carried out


accordance with the provision of clause no. for Consultant / Contractor at the time of
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of induction. This program should cover at
OISD-STD-154 on 'Safety Aspects in least the following:
Functional Training'
i) Responsibility of contractor for safety
C. Contractor Worker of their personnel and work area

Yearly training programme should be carried ii) Hazardous property of Petroleum


out for contractor worker and the records products and chemical used
should be maintained. The training
programme should cover at least the iii) Communication system
following:
iv) Fire / Accident Reporting procedure
i) Worker responsibility for safety
of himself and work area. v) Medical facility available

ii) Associated hazards with the job vi) Statutory requirements


and job area including
electrical shock hazards.

Page 395 of 694


vii) Importance of First Aid equipment and through site inspection using ready-made
required at the site check lists to ensure that contractors /
agencies abide by the safety rules and
viii) Work Permit system norms while working at operating /
construction sites.
ix) Direct/ Indirect losses due to accident
A checklist, while carrying out different type
x) Safety Measures while executing the of jobs, should be developed based on
jobs such as: hazards associated with the job being
performed and requirements as per OISD-
- Welding / Cutting / Grinding GDN-192 on "Safety Practices during
- Working at height Construction". Typical format is enclosed at
- Confined space entry Annexure II, which should be modified to suit
- X ray / radiation the requirement of the site / job to be done.
- Erection / Dismantling of
scaffolding Before starting the work and at regular
- Tank construction and repairs intervals thereafter, Contractor’s
- Handling of chemicals etc. Supervisor/safety Officer and Owner's
- electrical jobs representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
xi) Safety training needs of their prepared to ensure that contractor has
supervisors and workers prepared to start the work with all safety
precaution required for safe execution of job.
xii) Importance & Use of PPE at the site
5.7 PENALTIES FOR NON-
xiii) General Safety rules at the installation COMPLIANCE

Financial or other type of penalties like


seizure of gate passes, stoppage of work for
E Security Personnel a limited period etc. may be levied on the
contractors or their workers for non-
Training program should be carried out for compliance of safety rules. A provision of
Security personnel at the time of induction suitable accident severity based penalty
and annually thereafter and the records clause for contractor may be incorporated to
should be maintained. The training program ensure adherence of systems and
should cover at least the following: procedures. A few of the usual non-
compliance are as follows:
i) Layout of Plant and Facilities
ii) Vulnerable locations -- Non-usage of PPEs like Safety helmet /
iii) Safety regulations (Statutory and in Safety shoes / Safety goggles /
company) Respiratory protection etc. by the
iv) Fire Protection Facilities and contractor personnel
Locations
v) Role in case of Fire / Disaster -- Non-usage of the safety belt and life line
vi) Emergency Procedure and Drills by the workers while working at height
vii) Industrial First Aid
viii) Use of Personnel Protective -- Non-provision of basic safety
Equipment requirement such as 24 V lamp for
ix) Disaster Management Plan working in confined space, uncertified /
non standard lifting tools, earth leakage
5.6 INSPECTION / AUDIT protection & earthing connections for
electrical appliances as per Indian
Inspection / Audit is a tool to evaluate Electricity Rules, emergency isolation
compliance of all safety requirements. Most switches etc.
of the information could be gathered

Page 396 of 694


-- Violation of Safety Permit conditions like attend these meetings on random basis.
Fire fighting equipment Tool box meeting should be conducted more
frequently depending upon circumstances.
-- Non-barricading of area while rigging, Record of the same can be maintained in
digging etc. the following typical format.

-- Working without valid work permit TOOLBOX MEETING FORM

-- Unauthorised road closure/blockage SUBJECT :


PRESENTER :
5.8 INCIDENT REPORTING AND DATE :
INVESTIGATION SYSTEM TIME : From….. To…..
CONTENT IN BRIEF :
All the incidents including near-miss should
be reported immediately by contractor’s Participant’s Name Signature
Supervisor to Contractor and owner’s
Supervisor/Engineer-in-charge, who should -------------------- ---------------------
inform to Owner’s Safety Officer and owner’s -------------------- ---------------------
Management. Owner’s Safety Department -------------------- ---------------------
will be required for onward reporting as per
OISD, Statutory requirements. 5.9.2 Site Safety Committee Meeting

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:

5.9.1 Toolbox meeting i) Review compliance of pending items


of last Safety meetings.
To maintain awareness, update training and
convey important safety and health ii) Consideration of the reports of safety
information, contractor supervisors should personnel.
conduct tool box meetings at least weekly
and also prior to start of any work. All the iii) Discussion of accident/near-miss and
contractor workers should attend this illness reports in order to make
meeting. The owner’s supervisor/Engineer- appropriate recommendation for
in-charge and safety officers should also prevention.

Page 397 of 694


iv) Examination/evaluation of suggestions 2) OISD-GDN-192 on “Safety During
made by workers. Construction”

v) Dissemination of acquired knowledge 3) OISD-STD-155 Part(I&II) on


through training programs and “Personnel Protective Equipment”
information sharing sessions.
4) Building & Other Construction
vi) Discussion & review of Fire Prevention workers (Regulation of Employment
& Disaster Management Plan. & Condition of Service) Act 1996

vii) To send recommendation to


Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by


Location Head

This meeting should be headed by the


Location head and attended by Owner’s
Supervisor/Engineer-in-charge, owner’s
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /


PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is


decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE


should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on “Safety
Management System”

Page 398 of 694


ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title


1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry


walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam


Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow


foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry


walls

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

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets – First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

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

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction


materials at site

20 IS: 4130 Safety Code for Demolition of Buildings – First Revision

21 IS: 4138 Safety Code for working in compressed air – First Revision

Page 399 of 694


22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision

24 IS: 5216 – Part I & II Recommendations on safety procedures and practices in


electrical work

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

28 IS: 5983 Specification for Eye Protectors – First Revision

29 IS: 6922 Criteria for safety and design of structures subject to


underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for


transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and


manmade fibre rope slings

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

Page 400 of 694


River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at


working places

Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.

Page 401 of 694


ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT

Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________

Sl.no. ITEM YES NO NA REMARKS /


ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets

1.2 Safety Shoes

1.3 Gum Boots

1.4 Safety Belts with life line

1.5 Gloves

1.6 Ear Plug

1.7 Goggles

1.8 Shield Glass

1.9 Face Protection

1.10 Breathing Apparatus

1.11 Canister Mask

1.12 Hand wash / Eye wash/ Respirating filter /


cloth

1.13 Boiler Suit

1.14 Others

2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used

2.2 Are Passageways / Walkways clear?

2.3 Is General neatness O.K.?

2.4 Is the Ground free from oil, grease etc.


and is not found to be slippery?

2.5 Others

Page 402 of 694


3.0 EXCAVATION

3.1 Whether soil stability is checked?

3.2 Whether proper shoring for the excavation


is provided to prevent cave-in for side of
slope >45 Degree?

3.3 Whether proper precautions have been


taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

3.4 While excavating whether proper slope


usually 450 & suitable benches of 0.5 m
width at each 1.5 m depth are provided?

3.5 Whether barricading of 1m height with


glowing caution board is provided for
excavation beyond 1.5m depth?

3.6 Whether excavating earth is placed


beyond 1m of the edge of the trench?

3.7 Whether heavy vehicle movement is


restricted to come too close to the
excavating area?

3.8 Whether necessary precaution is taken


for underground pipes, sewers, cables by
contractors?

3.9 Whether excavation hot work permit is


taken?

3.10 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.11 During rains whether the excavation is


done with extra precaution to prevent
caving in?

3.12 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.13 Whether one person is available at all the


time to communicate any hazards noticed
with workers working in deep trenches or
excavation?

3.14 Whether necessary precautions like

Page 403 of 694


regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian


Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?

3.16 Whether in case of mechanised


excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
within one meter of the extreme reach?

3.17 Whether the following are inspected


during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.

3.18 Others

4.0 PERMITS

4.1 Whether valid work permit is issued to


start any work?

4.2 Whether all conditions of the permit are


fulfilled before starting the job?

4.3 As noted in the permit, whether


compliance of all the recommendations
are ensured?

4.4 Whether permits are available at work site


all the times?

4.5 Whether hot work permit registered in fire


station?

4.6 Whether permits are being closed after


the completion of job?

4.7 Others

5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas

Page 404 of 694


cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in


upright position and secured at
designated places under shed – wet
gunny bags wrapped around it if the same
is under sun at designated place?

5.3 Check cylinder and cylinder valves for any


kind of damage?

5.4 Whether protective valves are kept on


cylinder while not in use?

5.5 Whether proper means and method for


transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?

5.6 Whether gas cylinders, regulators are


kept away/free from oil and grease?

5.7 Whether all hoses were found to be free


of any damage or crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately?

5.9 Whether color coding is being used for


easy identification of different type of
cylinders and hoses?

5.10 Whether cylinder keys are available near


the cylinder?

5.11 Whether gas torches with NRV with flash


back arrestor of approved make are only
being used?

5.12 Whether pressure gauges are in working


condition and checked from time to time?

5.13 Whether welding shields are used while


welding?

5.14 Whether proper earthing for welding


machines are provided?

5.15 Whether power is taken from approved


sources (welding receptacles)?

5.16 Whether welding receptacles are properly


grounded?

Page 405 of 694


5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?

5.18 Whether to avoid short circuit, welding


machines are protected against rain?

5.19 Whether earth connectors are securely


connected to the job and not to the
adjoining pipeline or structure?

5.20 Whether flame arrestor of DG set is of


approved make and quality?

5.21 Others

6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after


getting approval from competent
authority?

6.2 Whether air compressor used for sand /


shot blasting are positioned away from
work place?

6.3 Whether exhaust of the prime mover is


directed away from the work place?

6.4 Whether in case of motor driven


compressor, the body of the motor as well
as the compressor is properly earthed?

6.5 Whether line operator of sand/shot


blasting wear suitable PPEs including
mask?

6.6 Whether adequate measures are adopted


to confine dust/spray particles?

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?

6.8 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 3 mts?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?

Page 406 of 694


7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?

7.4 Whether the area below working at height


is cordoned?

7.5 Whether suitable platform is provided?

7.6 Whether ISI approved quality and good


condition safety belts are used while
working at heights?

7.7 Whether life line of safety belt is


Anchored to an independent secured
support capable of withstanding load of a
falling person?

7.8 Whether the area around the scaffold is


cordoned off to prohibit the entry of
unauthorized person?

7.9 Whether ropes used are of good condition


and adequate strength free of defects?

7.10 Whether ladder is placed at secured and


leveled surface?

7.11 Whether it is extended 1.5 Mts. Above the


landing point?

7.12 Whether ladder used are of adequate


length and tying short ladder is avoided?

7.13 Whether metallic ladders are placed away


from electrical system?

7.14 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.15 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.16 Whether sufficient precaution is taken


while working on fragile roof?

7.17 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.18 Whether scaffolding has been erected on


rigid / firm / levelled surfaces only?

Page 407 of 694


7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?

7.20 Whether the scaffolding has been


designed for the load to be borne?

7.21 Whether the erection and dismantling of


the scaffolding is being done only by
trained persons and under supervision?

7.22 Whether safety net with proper working


arrangement and life line has been
provided?

7.23 Others

8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a


confined space?

8.2 Whether gas test for hydrocarbon, toxic


gas, oxygen level is obtained before
entering any confined space?

8.3 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.4 Whether, in case of chance of ingress of


hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?

8.5 Whether only in presence of a supervisor,


worker enters in confined space?

8.6 Whether provision of sufficient means of


entry and exit is available?

8.7 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

8.8 Whether provision of 24V (Hand lamps


with cage as per OISD-STD-155) light for
working inside space is made?

Page 408 of 694


8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?

8.10 Whether life belt with one end under


control of stand-by person outside is kept
while working in confined space?

8.11 Whether Personnel protective Equipment


are in good condition as specified in the
permit?

8.12 Whether absence of Hydrogen Sulfide,


CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.

8.13 Whether boxing up is being done only as


per the approved procedures and by
competent persons?

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
8.15 Whether proper house keeping is being
maintained inside the confined space?

8.16 Whether training has been provided to


workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?

8.17 Others

9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,


machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?

9.2 Whether safe working load, date of testing


visibly marked/painted on the equipment?

9.3 Whether lifting tools, tackles are of


adequate strength for the load to be
handled?

9.4 Whether all parts including the working


gears fixed or movable of every lifting
machine, chain, rope, tackles specify the

Page 409 of 694


following condition:

a) Thoroughly examined by competent


person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are


maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are


inspected before each use to assure their
sound condition?

9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.

9.7 Whether area below the movement of


boom of crane is cleared to avoid injury
from falling objects?

9.8 Whether it is ensured that crew of truck


leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?

9.9 Whether transporting material from one


place to another is done by suitable
means?

9.10 Whether carrier with sufficient capacity


without projecting parts is used for
transporting materials?

9.11 Whether riggers engaged are well trained


and conversant with signaling procedures
including night signalling if required?

9.12 Whether permission of authorized person


is obtained before working on or near an
overhead crane?

9.13 Whether trained riggers are available all


the time along with crane?

Page 410 of 694


9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?

9.15 Whether lifting plan has been prepared


and approved before start of the work?

9.16 Whether route of crane movement has


been planned before the crane moves out
of the garage?

9.17 Whether it has been ensured that no


electrical cable come within 3 metres or
safe distance from the boom of the
crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?

9.19 Whether material is being stacked /


destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance


procedure been followed involving
electrical and other concerned Dept. and
filling of formats?

10.2 Have Danger Signs with Voltage rating/


Men at work signboards been displayed
at both Sub Station as well as the work
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?

10.4 Whether contractor has engaged


electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?

Page 411 of 694


10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
line/ apparatus?

10.7 Have PPE as prescribed under Indian


Electricity Rules been in place, kept
healthy and used?

10.8 Are earthing and bonding arrangement of


non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
– 1956 amended time to time as IS:
3043?

10.9 Have electrical part of OISD-GDN-192


and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through
PVC conduits?

10.11 Whether portable hand lamps with a


voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?

10.12 Have the Switches, MCBs, fuses etc.


been inspected for proper ratings?

10.13 Has Earth Leakage Circuit Breaker (


ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?

10.14 Whether all portable appliances are


provided with insulated Three pin Plugs
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?

10.16 Has the electrical equipment brought to


site by contractor been inspected by
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of

Page 412 of 694


Insulation Resistance, wherever required ,
being kept?

10.17 Have standard practices for termination of


conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?

10.19 Are the wires/ cables identifiable along


their route towards the load by using
colour coding and/or markers?

10.20 Others

11.0 ROAD WORK

11.1 Whether site is barricaded and provided


with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?

11.2 Whether mixing aggregates with bitumen


is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?

11.3 Whether road rollers, bitumen sprayers,


pavement finishers are driven by
experienced drivers with valid driving
licenses?

11.4 Whether the worker handling hot bitumen


sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?

11.5 Others

12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring


etc. are adequately designed and
provided to erect the structure and to
support the expected load?

Page 413 of 694


12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?

12.3 Whether workers use PPEs at work site?

12.4 Whether all safety procedures are


adopted while cutting rod?

12.5 Whether proper staging and bundling is


provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works at
vulnerable points?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

13.2 Whether vibrator hoses, pumping


concrete accessories are in healthy
condition and mechanically strong?

13.3 Whether it is ensured that no pipe line in


concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?

13.4 Whether it is checked that safety guards


around moving parts are provided in
concrete mixer/ machines?

13.5 Whether earthing of electrical mixers,


vibrator etc. are checked?

13.6 Whether entry of unauthorised person in


the concreting area is restricted?

13.7 Whether adequate lighting arrangement is


made in the concreting area if working
during night?

13.8 Whether PPEs like gum boots, gloves and


dust masks etc. are being used?

13.9 For overhead or underground work,


whether form work and shuttering have
been checked so that the same do not
collapse during concreting?

Page 414 of 694


13.10 Others

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been


examined by competent person and found
OK?

14.2 Are non-sparking tools being used, if


required?

14.3 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.4 Whether effective barricading has been


provided?

14.5 Whether Electrical and other facilities like


water, oil, gas pipelines have been
isolated/protected?

14.6 Whether the plan of demolition (including


sequence of activities) has been prepared
and approved prior to start of the work?

14.7 Others

15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
followed?

15.2 Is the potency of the source being used


within acceptable limits as per the BARC
regulations?

15.3 Is the area being cordoned with proper


signs during radiography?

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?

15.5 Does the radiographer has valid


certificate of radiography from competent
authority (BARC)?

15.6 Is radiographer using Exposure Meter /


Dosi Meter?

15.7 Whether minimum occupancy of the

Page 415 of 694


premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?

15.9 Others

16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid


work permit only as per OISD-STD-105
"Work Permit System".

16.2 Is smoking prohibited in all places


containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.

16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

16.4 Are oily rags, waste, wooden materials


and clothes or other substances liable to
spontaneous ignition being removed?

16.5 Are the combustible materials properly


shielded in case same cannot be
removed from the area?

16.6 Has welding screens (like metal/asbestos/


water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?
16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?

16.9 Are fire-extinguishing equipment being


placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.

16.10 Are access to fire-extinguishing


equipment such as hydrants, portable

Page 416 of 694


extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient


number of workers trained in the use of
fire-extinguishing equipment?

16.12 Are audio means, to give warning in case


of fire provided, audible in all parts of the
site where persons are liable to work?

16.13 Is there an effective evacuation plan in


place so that all persons are evacuated
speedily without panic?

16.14 Others

17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?

17.2 Is arrangement for rescuing affected


person adequate?

17.3 Are signs showing emergency exit route


installed?

17.4 Is emergency exit route clear of


obstacles?

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
emergency situation?

17.7 Does any tie-up with hospitals or local


doctors exist?

17.8 Has the assembly point for workers in


case of emergency been identified and
earmarked?

17.9 Has training been provided to a few


workers for First Aid?

17.10 Others

18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour


camps?

18.2 Are First Aid facilities available?

Page 417 of 694


18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical


facilities like tie ups with nearby hospital
exist?

18.5 Is proper drinking water facility available


for workmen & staff?

18.6 Are crèches provided for children (if


applicable)?

18.7 Is any proper place/canteen/restroom


provided for eating food and taking rest?

18.8 Is any place earmarked for storing /


keeping clothing?

18.9 Is Adequate washing facility available?

18.10 Does proper ventilation at working place


exist?

18.11 Others

19.0 GENERAL

19.1 Are illumination levels at workplace and


passages adequate?

19.2 Is communication system adequate?

19.3 Are display and caution boards provided


at strategic locations?

19.4 Are road barriers being used for blocking


any roads/passage?

19.5 Has the structure been adequately


secured against storm/high winds during
construction/ erection?

19.6 Are the equipment properly earthed?

19.7 Are vehicles being checked like brakes,


oil, lights etc. on regular basis?

19.8 Is compressed air being used only for its


intended purpose and not for any other
purpose?

19.9 Are only proper clothes and not loose


clothes being used while working around

Page 418 of 694


machinery?

19.10 Are nails or other sharp objects being


removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
etc. installed?

19.12 Whether after maintenance of machinery


the guards are securely fitted before
putting into operation?

19.13 Are working platforms / gangways


provided with hand rails & toe guards?

19.14 Are swing platforms provided with chains


& secured adequately when not in use?

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?

19.16 Whether engines of equipment entering


into the operating area have exhaust and
muffler system with approved spark
arrestor?

19.17 Whether vehicles/engine driven


equipment, electrical equipment and tools
used are certified?

19.18 Whether contractors inform his workers


about hazards and safe procedures?

19.19 Whether sufficient care is taken so that


spark do not go outside working
enclosure & falls below?

19.20 Whether contractor’s qualified / trained


supervisor is present?

19.21 Whether all exhausts of engines are


provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?

19.22 Others

Signature of the Auditor

Page 419 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

Contents
1. General .............................................................................................................................. 1

2. Compliance of Statutory Requirement ............................................................................ 1

3. Qualification and Experience of Manpower to be Deployed .......................................... 2

4. Health Assurance/Age ...................................................................................................... 2

5. Normal Timings for Work ................................................................................................. 2

6. Training ............................................................................................................................. 2

7. Compliance to Work Permit System ................................................................................ 3

8. Requirement of Supervision ............................................................................................ 3

9. Requirement of Safety Personnel and Records .............................................................. 3

10. Clothing of contractor employees: .............................................................................. 5

11. Use of Personal Protective Equipment (PPE).............................................................. 5

12. Communication ............................................................................................................. 7

13. Barricading .................................................................................................................... 7

14. Scaffolding: ................................................................................................................... 7

15. Specific job requirements ............................................................................................. 9

16. Electrical Safety Requirements: ..................................................................................10

17. Fire Extinguisher & Fire Hose .....................................................................................14

18. Traffic safety: ................................................................................................................15

19. Smoking Regulation .....................................................................................................16

20. Working with Electrical Equipment: ............................................................................16

21. Welding and Gas cutting: ............................................................................................16

22. Hazard & Incident Communication .............................................................................17

23. Injury Notification & Investigation...............................................................................17

24. Requirement of Housekeeping ....................................................................................18

25. Display Boards at Site..................................................................................................18

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page I

Page 420 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

26. Participation in Safety Activities .................................................................................18

27. Police Verification ........................................................................................................18

28. Guidelines for Determining Medical Fitness for Contractor Employees ..................18

29. Safety Regulation for the Contractor’s Manual of Mumbai Refinery. .......................20

30. Contractor Job Equipment Safety Assurance (Safe Work Practices-SWP-06) ........20

31. Penalty system for safety violations and incidents: ..................................................20

32. Maintenance of Safety Devices ...................................................................................24

33. Display of Safety Instructions .....................................................................................25

Appendices to Special Conditions of Contract

Appendix I :- Safety Practices During Construction : OISD-STD-192

Appendix II :- Contractor Safety : OISD-STD-207

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page II

Page 421 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

Special Conditions of Contract


HSE requirements

Special Terms & Conditions Pertaining to Health, Safety & Environment applicable
to all works carried in the Refinery by Consultants, Contractors or other Third
Parties.

(ESSENTIAL REQUIREMENTS)

1. General

1.1. The contractor shall adhere to safe construction practices and guard against
hazardous and unsafe working conditions and shall comply with the HPCL’s Safety
Regulations of the Refinery and safety rules as set forth herein.
1.2. In addition, the contractor shall adhere to and be bound by the “Safety Practices
during Construction” (OISD-GDN-192) formulated by the Oil Industry Safety
Directorate from time to time. A copy of the existing “Safety Practices during
Construction” as presently formulated by the Oil Industry Safety Directorate is
annexed hereto as Appendix I. and copy of OISD-STD-207 : Contractor safety as
Appendix II.
1.3. In the event of any irreconcilable conflict between the “Safety Practices during
Construction” prescribed by the Oil Industry Safety Directorate and the Safety
provisions set out herein, the “stringent of the two shall prevail to the extent of the
irreconcilable conflict.
1.4. In this Section any reference to the Refinery shall wherever applicable include any
existing Plant, Unit or Installation (other than a Refinery) in or adjacent to which the
job site or any part thereof is located.

2. Compliance of Statutory Requirement

2.1. The Contractor shall abide by all requirements under the Factories Act 1948 and the
rules framed there under in the Maharashtra Factory Rules 1963, including all
amendments thereto, BOCW act and rules, MSIHC rules, gas cylinder rules, Motor
Vehicle Rules, and other Central/State Government rules pertaining to contractors
work in a continuous process industry.
2.2. All requirements of Employee Compensation Act & ESIS Act, including all
amendments thereto.
2.3. Applicable Environment regulation in force and also the Systems and Procedures in
the Refinery related to Environment.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 1 of 25

Page 422 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

3. Qualification and Experience of Manpower to be Deployed

3.1. Contractor shall be responsible for all employees working for him and should explain
to them the Safety Regulations and other relevant HPCL procedures.
3.2. Contractor shall deploy only qualified, skilled and experienced Supervisors and
Workman.
3.3. Contractor’s Skilled Workmen like Riggers, Scaffolds, Welders, Fitters, Crane
Operators, their specialized Equipment Operators like Welding machine, Power
Generators, etc. must have sufficient past experience and skill on the relevant jobs.
The Electricians to be deployed must have valid Wireman License.
3.4. All workmen must be capable of following instructions and training.

4. Health Assurance/Age

4.1. Contractors to ensure that all their Workmen are medically fit for the job they are
deployed, including the Workmen who are deployed in high risk jobs like working in
confined space, working at Height, working under Water, etc.
4.2. Age: No one below 18 Years or more than 60 Years will be employed in the Refinery.

5. Normal Timings for Work

5.1. Duty timings for the Contractor Employees inside the Refinery shall be in Shifts of 8
Hours on all Working Days. Contractor shall not engage any worker for more than 16
hours of continuous duty on a single day.
5.2. Any other Shift Timing shall as per prior advice of the concerned Supervisor in-
Charge/Area Manager of HPCL.

6. Training

6.1. Participation in HSE training is mandatory for all Contractors’ Supervisors & workers.
6.2. The contractor must arrange to provide, through competent personnel, safety
induction training prior to deploying them on the work. This training should be as per
OISD-GDN-154.
6.3. Training of Contractors’ Supervisor :
6.3.1. Supervisor in-Charge of the Contractor who has ultimate responsibility for their work
in the Refinery must undergo a One Day comprehensive Safety Familiarization
Program.
6.3.2. This Program to be conducted in consultation with HPCL Fire & Safety Department.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 2 of 25

Page 423 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

6.3.3. On completion of the Program, a certificate of training to be issued to successful


Participant, which will be required for supervision of the Hot Work. Passing Certificate
issued to the Supervisor will remain valid for a Period of One Year.
6.4. Workers' Training:
6.5. All workers will undergo safety induction training either by contractor or at Fire training
hall which is conducted every Tuesday& Friday or as decided by F&S from time to
time. It is obligatory that Contractors’ Supervisor who is trained by Safety Department
conduct spot training for his Workers.
6.6. Additionally, Contract Workmen will have to undergo trade specific safety training as
well as on the spot safety training/briefing.

7. Compliance to Work Permit System

7.1. Do not carry out any work without valid Work Permit issued by the authorized person
in the Refinery as per Work Permit System.
7.2. Comply with all the Fire/Safety/Excavation/Radiography Permit conditions specified
in the Permit and clearances given from time to time.
7.3. Display Permit at Worksite for random checking by the Refinery Officials.

8. Requirement of Supervision

8.1. Contractor will not carry out any work without having Supervisor at site. If it is required
to work simultaneously in more than one location under the same Contract, one
Supervisor must be deployed at each of the locations. If a Supervisor has to leave his
Site for any reason, he must stop the Site activities for that Period of Time.
8.2. For Hot Work Permit, the Supervisor must have a valid Safety Training Certificate
authorized by Safety Department.

9. Requirement of Safety Personnel and Records

9.1. Contractor must provide at least one full-time Safety Supervisor when the Contractor
has engaged manpower in excess of 50 in Contract activities in the Refinery. And
should deploy one Safety Steward for every 50 workers employed as given below.
9.2. Contractor must specify in writing the names of such persons to the HPCL.
9.3. Qualification of Safety Personnel: The Safety Steward shall possess HSC certificate
with training in Fire Fighting as well as safety/occupational health related subjects
having minimum two years practical experience in construction work environment.
Safety Supervisors deployed shall possess Degree in science or Diploma having
passed at least one year diploma/certificate course in Fire & Safety. He should have

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 3 of 25

Page 424 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

minimum 2 year experience in Refinery /Oil & Gas /Petrochemical /Chemical Industry.
Safety officer/engineer shall have required qualifications as per Factories/BOCW act.

Requirement of Safety Personnel for every Shift


No of workers
Deployed Safety Officer /
Safety Steward Safety Supervisor
Engineer
1 ~ 50 One
51~100 Two One
101 ~ 250 Three
250 ~ 350 Four One
351 ~ 450 Five Two
451 ~ 550 Six
Up to 1000 Ten Four
Up to 2000 Twenty Eight

9.4. Contractor to maintain safety register and records for tool box meeting etc. Contractor
to carry out weekly safety site inspection /audits, monthly safety meetings and
maintain records. Contractor to submit monthly safety report by the 5th of the next
month to the Engineer-in-Charge and F&S Dept.
9.5. Contractors whose Safety Records are not satisfactory will be viewed seriously and
necessary action (viz. cancellation of Registration/Contracts) shall be taken against
him.
9.6. Contractor should engage a qualified person as supervisor to supervise all
Mechanical erection and fabrication works.
9.7. Contractor shall provide third party test certificate for worthiness of DG sets, welding
set, Grinding machines, Compressors and for all lifting tools and tackle.
9.8. Contractor shall earmark one assembly point at each site for workers to assemble in
case of fire siren.
9.9. Evacuation drill shall be tried out periodically at each site in the presence of Refinery
Safety personnel.
9.10. Contractor shall display Safety slogans, posters at the site in local languages
Marathi/Hindi/English.
9.11. Contractor shall provide adequate drinking water facilities, toilet and change room for
the workers at the site.
9.12. At company approved location prepare a temporary toilet facility.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 4 of 25

Page 425 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

9.13. Contractor shall provide First aid kit at each site


9.14. Contractor shall display a board indicating number of sub-contractors, workers at
each shift.
9.15. Contractor shall earmark the area for scrap at site and scrap to be removed from work
site on daily basis. Good housekeeping to be maintained at work spot.
9.16. Nominated responsible person for each site with communication facilities (Radio
trucking, public address system, Flame proof Telephone) for proper coordination with
the company supervisor and others.
9.17. Contractors working for shutdown jobs will ensure good housekeeping & will keep
manpower for this job. Housekeeping shall be done on daily basis.
9.18. A vehicle to attend emergency shall be kept standby at the site.

10. Clothing of contractor employees:

10.1. The contractor employees and supervisors shall wear cotton overalls (cotton boiler
suit) while inside the plant and operating areas including offsite area.
10.2. The Boiler suits shall bear contracting company name on both front and back of the
suit. The Vendor shall inform and take prior approval of HPCL for the colour of the
boiler suit.
10.3. The Vendor shall arrange for enough boiler suits for each person such that the
personnel are able to wear clean boiler suits every day. Any Vendor personnel found
in any other clothing other than boiler suit inside refinery premises shall be sent
outside of refinery premises.
10.4. Boiler suits specification is as follows. Vendor to note that the specified color boiler
suits to be worn by those personnel only. No other person should use these specific
color suits.
Description Boiler Suit Specification
All employees of Vendor Boiler suit colour approved by HPCL
Safety Engineers & Supervisors Boiler suit (as above) with Green jacket
Electrical Supervisor/Electricians Boiler suit (as above) with Red/Orange jacket
Supervisors. Boiler suit (as above) with Blue jacket
Housekeeping Supervisor Boiler suit (as above) with Gray jacket

10.5. The contractor employees shall not wear overalls soaked with oil or chemicals.

11. Use of Personal Protective Equipment (PPE)

11.1. The PPEs shall be of Standard quality and BIS approved. For such PPEs where BIS
is not available, the PPEs shall be any international standard like CE/EN/FM marked.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 5 of 25

Page 426 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

11.2. All Supervisors and Workmen of the Contractor shall enter Refinery premises wearing
safety shoes & Helmet. Failing which entry will be denied. The Contractor should
provide basic PPEs to all Supervisors and Workmen.
11.3. Basic requirements for all jobs are -
11.3.1. Cotton boiler suit
11.3.2. Hard Hat (Safety Helmet) with BIS 2925 marked or EN/CE marked
11.3.3. Safety Shoes as per BIS 15298 or CE or EN marked/ Gum Boots (for Civil work)
conforming to BIS 15298.
11.3.4. Hand Gloves with BIS 1994 or EN/CE marked having minimum Abrasion resistance
4, cut resistance 1, tear resistance 3 and puncture resistance 2.
11.4. Specific requirements as per Job or activity or trade
11.4.1. The workers engaged in working at height more than 2 meter, scaffolding work, or
while ascending/descending must wear personal fall arrest system which consists of
anchorage, connector and full body harness with double life line having BIS 3521 or
EN or CE marked.
11.4.2. Eye Protection:
11.4.2.1. General purpose Dust proof Safety Goggles for normal jobs as per BIS:
5983/EN166/ANSI Z 87.1
11.4.2.2. Cover all goggles (zero powered safety goggles) as per BIS:
5983/EN166/ANSI Z 87.1
11.4.2.3. Chemical goggles (panoramic view goggles) as per BIS:5983/EN166/ANSI
Z 87.1
11.4.2.4. Eye cup goggles for gas cutting job as per BIS: 5983/EN166/ANSI Z 87.1
11.4.2.5. Welding goggles (Electric arc welding goggles) as per
BIS:5983/EN166/ANSI Z 87.1
11.4.3. Welders Helmet for welder
11.4.4. Face shield as per BIS 8521
11.4.5. Ear muffs/plugs as per BIS 9167.
11.4.6. Shot Blaster’s hood (3M or equivalent) for abrasive blasting
11.4.7. Finger saver tool while slogging and hammering of bolts etc
11.4.8. Breathing air set and other equipment required for inert atmosphere jobs to be brought
by contractor.
11.4.9. Other respiratory equipment like ‘Breathing Apparatus Set’ will be issued by HPCL.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 6 of 25

Page 427 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

11.5. Whenever the job is carried out in workshop contractor shall provide the Bump/hard
caps to workers and ensure compliance of use of bump caps.
11.6. Vendor shall provide Personal and multi Gas detectors as required by job need
advised by Fire & Safety Department.
11.7. Job or activity or trade wise PPEs as appropriate and relevant SWP of HPCL are to
be worn by contractor employees while doing jobs in refinery. Contractor shall follow
the SWP-01: The Safety Work Procedure for requirement of PPE as per the activity;

12. Communication

12.1. Vendor shall have sufficient number of intrinsically safe & Normal trunk radio sets for
internal communications with HPCL personnel. One Intrinsically safe (flameproof)
mobile set shall be available with Resident Engineer/Project Manager for 24X7 co-
ordination with HPCL on round the clock basis.

13. Barricading

13.1. The contractor shall erect and maintain barricades required in connection with his
operation to guard or protect :
(i) Excavation

(ii) Hoisting areas

(iii) Areas adjudged hazardous by the contractor’s or the HPCL inspectors.

(iv) HPCL existing property liable to damage by contractor’s operations, in the


opinion of Engineer-in-Charge.

13.2. Barricading shall be of rigid type with reflective tape and Hazard Symbols like Danger-
DO NOT ENTER if the hazard exists for more than 8 hours.
13.3. Barricades and hazardous areas adjacent to but not located in normal routes of travel
shall be marked by red flasher lanterns at nights.

14. Scaffolding:

14.1. Suitable scaffolding shall be provided for workmen for all works that cannot safely be
done from the ground or from solid construction.
14.2. Scaffolding shall be System Scaffold with rosett gravity lock type joints. Single Pole
scaffolds are not allowed. The scaffolding shall have fully decked platform, hand rails,
guard rails, toe boards and stair towers.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 7 of 25

Page 428 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

14.3. The workers engaged in scaffolding work, working at height or while


ascending/descending must wear personal fall arrest system and double lifeline full
body safety harness. Safety nets must be deployed at 3 meter elevation & subsequent
net after every 6 meter.
14.4. It shall be ensured that only trained & experienced workers are engaged in scaffolding
work. All scaffolding shall have separate landing platform at every 4.5 meter.
14.5. All scaffolding above 4.5 mtr height must be provided access with stair tower and
access by ladder will be prohibited.
14.6. All Scaffolding shall be erected and certified as per Mumbai Refinery Scaffolding
Guidelines. Contractor shall put RED TAG (DO NOT USE TAG) on under construction
& non certified scaffoldings and GREEN TAG (USE TAG) on certified scaffoldings.
Contractor shall ensure that his works do not work on non-certified scaffoldings. For
displaying tag contractor shall use tag holder having preprinted DO NOT use tag.
14.7. Scaffolding or staging more than 12’ above the ground floor, swung or suspended
from an overhead support or erected with stationary support shall have a guard rail
properly attached, bolted, and braced. Such scaffolding or staging shall be so
fastened as to prevent it from swaying from the building or structure.
14.8. Working platforms, gangways and stairways should be so constructed that they
should not sag unduly or unequally and if the height of the platform or the gangway
or the stairway is more than 12’ above ground level or floor level, they should be
closely boarded, should have adequate width and should be suitably fastened as
described in Clause 5.2 above.
14.9. Every opening in the floor of a building or in a working platform shall be provided with
suitable fencing or railing whose minimum height shall be 3 feet to prevent the fall of
persons or materials by providing.
14.10. Safe means of access by stair tower shall be provided to all working platforms and
other working places. In exceptional cases, every ladder shall be securely fixed. No
portable single ladder shall be over 30’ in length while the width between the side rails
in rung ladder shall in no case be less than 11.5” for ladder up to and including 10’ in
length. For longer ladders this width would be increased by at least ¼” for each
additional foot of length. Uniform step spacing shall not exceed 12”. Adequate
precautions shall be taken to prevent danger from electrical equipment. No materials
on any site of work shall be so stacked or placed as to cause danger or inconvenience
to any person or public. The CONTRACTOR shall also provide all necessary fencing
and lights to protect the workers and staff from accidents, and shall be bound to bear
the expenses of defence of every suit, action or other proceedings, that may be
brought by any person for injury sustained owing to neglect of the above precautions
and to pay damages and costs which may be awarded in any such suit or action or
proceedings to such person, or which may with the consent of the CONTRACTOR be
paid to compromise any claim by any person.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 8 of 25

Page 429 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

15. Specific job requirements

15.1. Welding machine shall be of healthy condition & a separate wire shall be provided for
return current.
15.2. All equipment’s, Tools & Tackles used shall be of appropriate type & size & approved
by the competent authority for its safe working limit.
15.3. Use of Hydra is prohibited inside the Refinery Premises.
15.4. Carrying of suspended load with crane from one place to another is prohibited.
15.5. All portable electrical hand tools shall be provided with 30 mA rating ELCB. The ELCB
shall be tested every day before use and the record of same shall be maintained.
15.6. All gas cylinders to be stored in trolley with chain arrangement. All gas cylinders shall
be capped and meet colour coding requirement. viii. Local barricading is must for all
hot works. The barricading clothe used for spot barricading around hot work shall
have following specifications;
15.6.1. Fire & Welding Blanket shall be manufactured from closely woven non asbestos
inorganic fiber cloth thoroughly treated with special chemical compound to make the
blanket Fire retardant and resistance to welding, spark having four sides stitched with
fiber glass tape having brass eyelets at 1 Mtr. distance to withstand temp. 1600°C
and to resist Cutting Spatter, Gas cutting, Fire Ball and Molten Metal.
15.6.2. Blanket shall be made of Non- Asbestos cloth having temperature resistance up to
1600 deg C.
15.6.3. Blanket shall be tested as per IS 11871, group A & B and passed the test. The
certificate for the same shall be produced.
15.6.4. The Blanket must resist Cutting Spatter, Gas cutting, Molten Metal etc.
15.6.5. The thickness of the blanket shall be minimum 3 mm.

15.7. For erecting shed in Refinery needs written permission from HPCL is required as per
SWP-03.
15.8. For keeping any loose material at road side needs written permission from HPCL is
required as per SWP-02.
15.9. All excavated pit & trenches shall be barricaded with rigid pipelines. Pipeline used for
barrication shall be painted in red & white colour.
15.10. Hand tools being used for excavation shall be with insulated handles. Shoring strong
enough to prevent slide of excavated sides, to be provided for excavations below
1.5 meters from grade level.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 9 of 25

Page 430 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

15.10.1. Confined space working: When working in confined space following additional
precaution to be taken
 Valid confined space entry permit is must.
 24 V Electrical hand lamps with cage shall be used. Electric cable use shall be
armored one.
 Adequate numbers of blowers, educators etc shall be used
 Two people shall always remain standby at the entrance of manhole.
 Communication facility for the person working inside and standby person shall
be provided.
 Personal gas detectors as advised by HPCl shall be used.
 Contractor shall bring the rescue tripod with retractable fall arrester for jobs which
include vertical entry/exit inside the confined space. Also ensure the availability
of manpower for rescue purpose.
 Entry/exit register of personnel working in confined space shall be maintained in
HPCL format.
15.10.2. Contractor shall not bring more than one vehicle in Refinery premises. Vehicle shall
be parked in Parking lot. Carrying passengers outside cabin is not allowed
15.10.3. Tool Box meeting : Prior to starting any job, supervisor should carry out tool box
meeting with all workers involved, nature of job, hazards associated and precautions
to be taken shall be told to workmen and recorded on TBM attendance sheet.
15.10.4. Use of 2 wheel flatbed trolley is prohibited in Refinery. Only 4 wheel flatbed trolley
with anchoring provision is permitted.
15.10.5. Requirement for lifting tools and tackles:
 Proper & valid load Test certificates available from authorised representative of
chief inspector of factories.
 Maximum safe working load displayed on equipment in Kg.
 All guards such as guard over gears, rotating shaft etc. are in place.
 Wire rope without kinks/ loose or broken strands/excessive wear.
 Chain/ hook without physical damage.
 Date of last Load Test done
 Next testing due on
 Certification of healthiness shall be on equipment.

16. Electrical Safety Requirements:

16.1. Requirement For Temporary Power Supply:


 Panel Condition (Physical Checkup) :Check if panel body is rusted, structure is
OK, all components are firmly connected to the body, etc.
 Components used are acceptable make: General make of the components to be
in line with acceptable vendors (GEC, ALSTOM, L&T, DATAR, SIEMENS)

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 10 of 25

Page 431 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

 Proper fuses are used as per rating of feeder (Wire fuses shall not be used.
Fuse rating should match with the power requested under Sl. No.4.0 of Part-1
and should be able to take care of any downstream overload/fault.)
 Proper earthing is provided for the temporary panel. (Two distinct earthing to be
provided for the panel, which should be connected to the earthing grid from the
power source. The earth conductor size should be at-least half the size of the
main power cable.)
 Shed is provided over the temporary power panel to prevent rain water directly
falling on panel. (All outdoor panels are to be provided with shed.)
 All the opening in the panel are plugged/sealed.
 Danger board is provided on the panel. (Standard DANGER sign with the symbol
of skull and bones and the voltage rating (415V) to be provided. The word
DANGER should be in English, Hindi and Marathi.)
 Sand bucket & fire extinguisher is provided. (Not required in fabrication yard,
where the same is available in the Contractor’s shed.)
 Rubber mats are provided in front of the panel of safely standing on them for
operating the switches.
 Contractor has provided Electrician with valid wire man license, for monitoring
the temporary panel. (Copy of the wire-man license should be attached to this
format.)
 30mA leakage rating ELCBs are provided in the outgoing feeders. (if outgoing
feeders are not having ELCBs, the incomer should be an RCBO/RCCB of
adequate load rating and 30mA leakage rating.)
 Lamp is provided for indication and illumination in the temporary panel shed.
 No other material is stored in the shed.
 The temporary panel & the shed will be jointly certified by Contractor, HPCL Job
Engineer and Electrical maintenance department & tagged.
16.2. Requirement for Energisation of Temporary Power Supply:
 Power source details shall be pasted on the temporary panel for isolation.
 Temporary panel details are to be pasted on the feeder.
 The incoming cable should be meggared and shall be OK.
 The temporary panel incomer (switch fuse unit / RCBO/RCCB) shall be
meggared and OK.
 The incomer cable shall be properly terminated in the temporary panel.
 Substation side modifications, if required shall be completed and clearance
obtained from the substation-in-charge.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 11 of 25

Page 432 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

 The PCC/MCC incomer relay earth-fault setting should be provided to prevent


tripping of the bus-section, in case of single-phase load. (If any relay settings are
changed, mention here.)
 It will be jointly certified by Contractor, HPCL Job Engineer and Electrical
maintenance department & tagged.
16.3. Requirement for 24V Transformer with Hand lamp
 Hand lamp should have wire guard and glass.
 Supply cable shall be 3C shielded cable with no joints.
 Supply of transformer should be through ELCB board of rating 30ma
 All hand lamps should be with metal clad top.
 Supply cable third core should be grounded at both ends.
 Transformer IR value should be more than 0.5 M Ohms
 Transformer should always be located at safe place water/oil not falling on it.
 It will be jointly certified by Contractor, HPCL Job Engineer and HPCL Electrical
maintenance department & tagged.
 In case conventional 24V hand lamp illumination (using 230V/24V transformer
and incandescent light fitting with glass cover and safety guard) is insufficient for
carrying out the jobs comfortably, Contractor may alternatively use 12V DC LED
focus lights of high luminosity. In this case, the Driver of the LED light fitting must
be kept outside the confined space.
16.4. Requirement for Portable Single Phase (230V) Supply Distribution Boards
 Switchboard shall have metal enclosure
 Incoming supply cable shall be armored cable with no temporary joints and
connected to switchboard through metallic cable gland.
 Input should be through ELCB of rating 30ma
 Distribution shall be through metal clad sockets
 Sockets shall have inbuilt caps
 Sockets shall have individual MCB isolations.
 Supply cable one core should be grounded at both ends.
 Cables of connected loads from the sockets shall have at least braided mesh
protection below outer sheath
 No cut-out on switchboard shall be shall be left open.
 Switchboard should always be located at safe place water/oil not falling on it.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 12 of 25

Page 433 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

 It will be jointly certified by Contractor, HPCL Job Engineer and HPCL Electrical
maintenance department & tagged.
16.5. Requirement for Use of 230 V supply in confined space
 Switchboard must have 30mA ELCB in each circuit and its healthiness to be
ensured prior to usage.
 From PDB, a separate armored cable to be used up to switchboard
 Metal glands to be used for termination
 Cable from switchboard to equipment should be minimum three core braided
wire mesh cable.
 Earthing return path to be confirmed
 Length of flexible cable which is used for supply at confined space should be
restricted to 10 mtrs as far as possible.
 Contractor to ensure availability of Electrician with license at work site
 PPE used by working personnel must be dry and free from wetness.
 It will certified by HPCL electrical department & tagged.
16.6. Requirement for Use of Portable Grinding Machine/Tool
 Proper Wheel Guard Provided
 All body covers/electrical insulation in sound condition
 Three core shielded electrical cable provided.
 Electrical Plug top provided.
 Provision of earthing
 Cable without joints & in sound condition.
 Wheel RPM matches with machine RPM.
 Availability of Face shield & gloves for grinder.
 It will be certified by Contractor & HPCL Electrical department. It should be
tagged or sticker shall be put.
16.7. Requirement for use of Welding Generator
 All safety guards on moving parts are in place.
 All cables are provided as per load requirement.
 Condition of tyres.
 Wiring with proper clamps & without joints.
 Provision for earthing proper with clamps etc.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 13 of 25

Page 434 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

 Condition of engine
 Engine Exhaust without leak & damage.
 No leakage of engine oil or fuel
 Availability of Fire Extinguisher nearby.
 It will be certified T tagged by contractor & HPCL Job executing department &
Electrical maintenance department.
16.8. Welding Machine/DG Set
 All body covers/electrical insulation in sound condition
 Electrical Cable without joints.
 Cables including welding & ground cables without worn out or cracked insulation.
 Condition of welding holder & its insulation.
 Condition of Electrical switches.
 Earthing arrangement proper.
 Availability of proper Face shield & leather hand gloves for welder.
 It will be certified T tagged by contractor & HPCL Job executing department &
electrical maintenance department

17. Fire Extinguisher & Fire Hose

17.1. Contractor shall provide Fire Hoses with Nozzle & Fire Extinguishers of his own at
work site, allotted fabrication yard and his office in refinery. If he is executing jobs in
the Refinery, following Specifications should be adhered to:
17.2. Fire Hose: Fire Hose should be of 63mm/38mm diameter and minimum 15 Meter
long, seamless synthetic hose bearing IS: 636:1988 mark, Type-B. The Fire Hose
should have Gun Metal instantaneous type 2½" Male & 2½" Female Couplings
bearing IS: 903 marks. The Couplings should be riveted & doubly wounded with
heavy-duty Copper Wire to the Hose at both ends.
17.3. Nozzle: The Nozzle to be used with Fire Hose should be of ‘Branch Pipe, Universal’
type as per IS: 2871-1983. It should be provided with 2½" Female Instantaneous
Couplings, as per IS: 903 (as nozzle with Male Coupling will necessitate use of double
Female Coupling).
17.4. Fire Extinguisher: The Fire Extinguisher should be of 9/10 Kg. capacity DCP
Extinguisher’ bearing BIS 15683 mark. It should be upright operated and Cartridge
type.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 14 of 25

Page 435 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

18. Traffic safety:

18.1. Contractor drivers must get themselves familiarized with Refinery roads and traffic
regulations on certain roads.
18.2. Only diesel engines drive vehicles are allowed to enter the plant area.
18.3. All vehicles entering or leaving the Refinery must come to a complete halt at the
security gates, for checking by the security Office.
18.4. The maximum speed limit for motor vehicles with in the company premises is 20
KMPH. Drive cautiously and keep to the left.
18.5. Anyone driving a motor vehicle on company property must be in possession of a valid
driving license.
18.6. Only transport vehicles are permitted inside the Refinery premises and these shall
have proper PESO approved spark arrestor and shall be parked in the designated
parking area only.
18.7. Contractor’s employees will use designated refinery entrance and will proceed directly
to the contractor’s job site by way of Refinery roads. They must not cut through
Refinery operating units.
18.8. Contractor’s employees are not to wander from their job site, nor loiter around refinery
operating units, control houses, wash room etc.
18.9. Vehicles or other mobile equipment shall not be parked, in any manner that will block
fire hydrant, fire equipment, building exits and walkways etc
18.10. It shall be the responsibility of the contractor to ensure that materials are properly
stacked in the transport vehicles to avoid items dropping from the vehicles while in
transit. If material does fall from the contractor equipment, the contractor shall remove
material from the street. xi. Material overhanging the ends or sides of vehicles shall
be marked with a red flag.
18.11. No refueling of vehicle or diesel driven equipment with the engine operating. When
refueling is to be done inside the unit during the turnaround, a special permission shall
be obtained from the unit Manager.
18.12. Bicycle to ply inside the refinery strictly on need basis. Double riding on bicycle is not
permitted. Taking bicycle in plant area is not allowed.
18.13. Crane Operator should not allow anybody to sit on vehicle body. xv. Transportation
of contract personnel not permitted by goods carrier like Tractor Trolley, forklift,
Dumper etc.
18.14. Contractor driver is not permitted to work more than 12 hours in a day in Mumbai
Refinery.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 15 of 25

Page 436 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

19. Smoking Regulation

19.1. Smoking is not permitted inside Refinery. Safety match box and cigarette lighters are
not permitted inside Refinery.

20. Working with Electrical Equipment:

20.1. All electrical connections used by contractor shall be certified by HPCL electrical
maintenance department.
20.2. 30 mA Earth Leakage Circuit Breaker (ELCB) shall be provided at each hand
operated electrical equipment being operated for the job.
20.3. The contractor has to engage a qualified electrician for carrying out the electrical job.
He has to maintain the record of Testing ELCB and earthing on daily basis.
20.4. Motors, Gearing, Transmission, Electrical wiring and other dangerous parts of
hoisting appliances shall be provided with efficient safe guards.
20.5. When workers are employed on electrical installations which are already energized,
insulating mats, suitable PPE such as gloves and boots shall be provided.
20.6. The workers shall not wear any rings, watches or other materials which are good
conductors of electricity.
20.7. Three pin plugs shall be used instead of loose wires.
20.8. Minimum two earthing to be provided to all electrical equipment including portable
generators.
20.9. Only weather proof non flammable type switch boards shall be used.
20.10. Contractor shall not take any connection from HPCL electrical source without the
clearance & written permission from HPCL.

21. Welding and Gas cutting:

21.1. Ensure that welding machine is of good quality and a separate wire is provided for
return current.
21.2. Welding return current shall be grounded closer to work location.
21.3. Welder helmet, Safety Shoes is minimum required personal Safety equipment to be
provided for welders and gas cutters.
21.4. A cage with fire retardant material cloth as specified by F&S Dept shall be used while
doing welding, cutting jobs.
21.5. All gas cylinder to be stored in trolley with chain arrangement. Key required for
operating valve shall be always available with cylinder

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 16 of 25

Page 437 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

21.6. NRV and Flash back arrestor shall be provided with gas cutting equipment.
21.7. The gas cutting set shall be tested with soap solution before use every shift and
written record of same shall be maintained. Leaky set shall not be used.
21.8. Acetylene cylinder valve shall not be opened more than ½ turn. It shall always remain
in vertical position while using. ix. All gas cutting sets shall be checked for any leak
with soap solution before use and the record of same shall be maintained.

22. Hazard & Incident Communication

22.1. In the event of any Contractor Employee spot a Fire or any serious hazard in the
Refinery premises, he shall dial Telephone Extension 6666/ 6606, identify himself and
report location of the Fire when Fire Station Operator is on line. He shall wait until the
Fire Operator repeats the Fire message and location is confirmed.
22.2. Pill Box communication can also be used by the Contractor Workmen.
22.3. The Contractor must ensure that each one of his Employees clearly understand this
Fire Communication requirement, i.e. in case of Fire Siren is sounded they should
assemble at assembly points.
22.4. Following are the locations of assembly points in Refinery;
 East of FR DCS control room,
 FR Admin building parking lot,
 LR Contractor shed,
 LR admin building area,
 Mayur Garden area,
 South of Captive Power Plant area, s
 South of Fire Station near MSS-V,
 Laboratory area.
22.5. The Contractor while providing on-the-job training may ensure this.

23. Injury Notification & Investigation

23.1. Report to HPCL Supervisor on the job, any injury sustained by any of Employees or
any near miss or hazardous/dangerous incident at the Worksite within the Refinery
premises. Hiding any accident or near miss would be viewed as serious misconduct.
23.2. Arrange to provide First Aid immediately to injured Employee.
23.3. Keep and maintain proper records of all such incidents in respect of his
personnel/Worksite.
23.4. Submit to Engineer-in-charge a First Information Report within 4 Hours of the incident.
Arrange to immediately investigate the incident and furnish within 24 Hours a written
Investigation Report to HPCL Refinery Safety Department.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 17 of 25

Page 438 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

23.5. Disposition/Status of the injured person and his follow-up treatment details shall be
informed to engineer in-charge and F&S dept within 48 Hrs.

24. Requirement of Housekeeping

24.1. a. Contractor must ensure the highest standard of housekeeping in his areas of work
on a daily basis. All unsatisfactory housekeeping will earn negative rating, which will
attract penal action like cancellation of Registration/Contract.

25. Display Boards at Site

25.1. Contractor must provide and maintain at his Worksite an appropriate Display Board,
displaying information as per HPCL "Work Site Display Board" specification.

26. Participation in Safety Activities

26.1. Contractor must attend all scheduled Safety Meetings as would be intimated to him
by HPCL Engineer in-Charge. Contractor also must ensure that all his Employees
participate in Safety promotional activities organized by the Refinery.

27. Police Verification

27.1. Contractor who engages Labourer for his jobs in the Refinery must submit Police
Verification of Antecedents of Laborers engaged by him.
Note:
 Every Person other than HPCL Employee or a Casual Visitor entering the
Refinery would be governed by the above conditions.
 The term ‘Supervisor’ would mean any Person who oversees the works of a
group of Workmen. All other Persons will be considered as ‘Workmen’.
 HPCL Fire & Safety Department Personnel will also check adherence to terms
of contract. Violation of any of the above conditions of Safety would attract
penal actions including termination of the Contract/Registration.
 Meticulous adherence to these requirements would be checked by HPCL
Engineer in-Charge during & on conclusion of the work and in a Dossier of the
Contractor, this performance would be given adequate weight age at the time
of renewal of Registration.

28. Guidelines for Determining Medical Fitness for Contractor Employees

28.1. Medical Examination shall be conducted by the Certifying surgeon having


qualifications included in the Schedule to Indian Medical Degree Act of 1916 or in the

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 18 of 25

Page 439 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

Schedules to the Indian Medical Council Act 1956 and registered with the
Maharashtra Medical Council.
NORMS AND STANDARDS FOR MEDICAL FITNESS
28.2. Good Mental and bodily health and a fit constitution. Free from Physical defect or
abnormality, congenital, or acquired, likely to interfere with the efficient performance
of duties.
 No evidence of mal-development; Physical or Mental.
 Joints and Locomotor functions are within the normal limits.
 Height and Weight: Standard Height and Weight, so long as relaxation does not
impede performance of the job.
 Chest: Acceptable chest measurement at full expiration will be 79cm, (relaxable by 5
cm) and minimum expansion of 4cm. This is not applicable to Female Candidates.
 The Candidates’ Eyes will be tested and the result of the Tests recorded. The
Candidates' Eyes will be subject to a general examination directed to detect any
disease or abnormality. The Candidate will be rejected if he/she suffers from morbid
condition of Eyes, Eyelids of contiguous structures of such a nature as would render
him/her unfit for service at the time of appointment or at a future Date.
 Colour blindness, not permissible: Colour blindness is a disqualification for the
following jobs like employment in manufacturing, Maintenance, Technical services,
Chemist, Draughtsman, Crane Operator, Drivers of all category, Nurse, Nursing
Assistants, Fireman, Security, Doctor, Materials Management, etc. and the jobs
where perception of Colour is considered essential.
 Ear/Nose/Throat: The Candidate should be free from signs or symptoms of
Ear/Nose/Throat Diseases.
 Blood pressure (BP): Normal limits of Blood Pressure will be assessed as
Normotension < 140 SBP and < 90 DBP. Candidate diagnosed, as a case of
Hypertension, will be declared unfit.
 Skin Disease: Candidate suffering from Leprosy or chronic Inveterate Skin conditions
will be declared unfit. Vitiligo cases are acceptable.
 Venereal Diseases: Candidates who have suffered or are suffering from Venereal
Diseases will not be declared fit unless detailed Examination of Urethral smear and
Serological Test proves negative.
 Fits: Candidate suffering from Epilepsy (Seizure disorder) will be declared unfit.
 Pregnancy: if at the time of Medical Examination a Candidate is found pregnant, she
will be declared temporarily unfit until she has completed Six Weeks after
confinement/miscarriage and the Candidate will be required to undergo Medical
Examination of fitness thereafter.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 19 of 25

Page 440 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

 Signs of mental retardation will render a Candidate unfit for employment.


 Defects: Congenital or acquired defects, if any/noticed, will be recorded on the
Medical Examination Forms, with a clear opinion as to whether it is likely to interfere
with the effacement performance of the duties for which the Candidate is under
consideration for employment.
28.3. The fitness evaluation criteria / guidelines mentioned in this text are general
guidelines and should not be construed as the exhaustive description of the process
/ technicalities of medical fitness evaluation. The scope of clinical evaluation and
relevant medical investigations will be at the discretion of the Certifying Surgeon
evaluating medical fitness of the candidate.

29. Safety Regulation for the Contractor’s Manual of Mumbai Refinery.

29.1. All provision of the Refinery safety manuals as amended from time to time are to be
followed while working in the Refinery.

30. Contractor Job Equipment Safety Assurance (Safe Work Practices-


SWP-06)

30.1. Every equipment before it is deployed and put to use at work site shall have been
certified by competent person fit for use and free from defects likely to cause injury.
30.2. The equipment used by contractor for doing the jobs inside refinery will be
checked at refinery gate and only good equipment will be allowed entry into refinery
as per Safe Work Practices SWP-06 of Mumbai refinery. This document can be
obtained from Fire & Safety Dept of Mumbai refinery.

31. Penalty system for safety violations and incidents:

31.1. The penalties will be applicable for all the contract jobs carried out for HPCL-MR and
covered by HPCL-MR Safety Regulation for Contractors / work permit system.
31.2. Engineer-in-charge, Fire & Safety Officers and Officers from the Operating
Departments will report such violations through their Department Head to the
respective contracting department (Maint/Projects/Tech) for necessary action.
Reporting Authority has been indicated against each violation.
31.3. On advice from the Reporting Authority, the respecting contracting department
(Maint/Projects/Tech-CES) shall make the deductions from the next payment due to
the contractor.
31.4. The above penalties shall be doubled in case of violations more than 3 times during
the contract period for a particular contract. For annual and other rate contracts,
Purchase Orders awarded as part of the rate contract shall be considered for this.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 20 of 25

Page 441 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

31.5. In case of frequent penalties for a particular contractor, necessary action such as
holiday listing / delisting will be taken. Whenever specified in the contract, contractors
are required to adhere to the additional safety requirements. Penalties are applicable
as above for violation of these conditions:
31.6. All contractors shall themselves arrange weekly safety site inspection / audit and
monthly safety meetings and records should be maintained.
31.7. All contractors shall submit monthly HSE report to respective Engineers-in-Charge by
the 5th of the next month. Report should carry details of precautions against accident
and injury to any of the workers or to any person or persons or of weekly safety site
inspection / audit, monthly safety meeting, details about records maintained by Safety
Supervisor and any other information felt necessary by the Engineer-in-Charge for
the safe execution of the job.
31.8. Implementation of the above financial penalties for violation of safety norms does not
absolve the contractors from their responsibilities to take, at all times, due and proper
precautions, to avoid injuries and accidents.
31.9. Contractors shall own full responsibility for any accident and injury to any of the
workers or to any person or persons or property arising due to violation of safety
norms by contractors even though financial penalty is not applied for such violation.
Imposition of these financial penalties does not absolve contractors from any of the
responsibilities as per the General Conditions of Contract, Special Conditions of
Contract and Special Safety Conditions.
31.10. All such financial penalties imposed on contractors shall be displayed / publicized
appropriately by the Contracting Department.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 21 of 25

Page 442 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

SAFETY VIOLATION TYPE PENALTY


1 For not using Personal Protective Equipment (Helmet, Rs. 250/- per day /
shoes, goggle, gloves, Boiler suit, etc.) item / person
2 Working without Permit / Clearance (Cold Work) Rs. 5,000/-per
occasion
3 Hot work without proper Permit / Clearance Rs. 10,000/-per
occasion and
delisting /holiday
listing for 3 years
4 Non-use of safe electricity at work site Rs. 3,000/-per item
(non installation of ELCB, using poor joints of cables, per day
using naked wire without top plug into socket, laying
wire / cables on the roads, electrical jobs by
incompetent person)
5 Working at heights without safety belt, using non- Rs. 1,000/-per case
standard scaffolding and not arranging fall protection per day
arrangement as required
6 Unsafe handling of compressed gas Rs. 100/- per item
cylinders (No trolley, jubilee clips, double gauge per day
regulator, Improper storage / handling
7 Non fencing / barricading of excavated areas Rs. 1,000/-per
occasion
8 Use of domestic LPG for cutting purpose Rs. 1,000/-per
occasion
9 Non-display of name board, permit, etc. at site Rs. 500/- per
occasion
10 Not providing shoring / strutting / proper slope and not Rs. 5,000/- per
keeping the excavated earth at least 1.5m away from occasion
the excavated area

11 Wrong parking of vehicles or parking the vehicles at Rs. 1,000/-per


non designated places inside refinery. occasion
12 Absence of contractor representative in refinery Rs. 1,000/-per
safety meetings whenever called meeting
13 Non-deployment of safety supervisor / Rs. 7,500/-per
supervisor/responsible for safety at work site required week
as per Special Safety Conditions
14 Failure to maintain safety register and records by Rs. 1,000/-per
Contract Safety Supervisor or the month
Supervisor/responsible for Safety
15 Failure to have weekly safety site inspection /audits, Rs. 1,000/-per
monthly safety meetings and maintain records (by week or month
contractors themselves)

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 22 of 25

Page 443 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

16 Failure to submit monthly safety report by the 5th of Rs. 1,000/-per


the next month to the Engineerin-Charge month and Rs.
100/- per day for
further delay
17 Poor Housekeeping Rs. 1,000/- per site
/ per day

18 Failure to follow injury reporting system Rs. 10,000/- per


occasion
19 Violation of any other safety condition as per Job Rs. 1,000/-per
Safety Analysis (JSA), work permit and safety occasion
conditions of contract such as using crowbar on cable
trenches improper welding booth, not keeping fire
hose, extinguisher ready at hot work site, unsafe
rigging etc
31.11. The safety deviations/violations as per safety manual and work permit system
procedure can be highlighted by refinery employees and reported to F&S Dept in the
Form: SWP-F-5.1.
31.12. The penalties for safety deviations/violations as mentioned below to be charged
through concerned dept. F&S Dept to communicate to concerned dept about the
penalty using Form : SWP-F-5.2

Traffic Related
20 Over-speeding of vehicle 1. The driver will be removed and gate pass will
ie Speed>20 KMPH while be withdrawn.
driving inside refinery. 2. Contract will be cancelled upon repeated
three violations.
21 Overtaking of vehicles 1. The driver will be removed and gate pass will
while driving inside be withdrawn.
refinery. 2. Contract will be cancelled upon repeated
three violations.
22 Driving of vehicle without 1. The driver will be removed and gate pass will
valid license be withdrawn.
2. Contract will be cancelled upon repeated
three violations.
23 Driving vehicle without 1. The driver will be removed and gate pass will
PESO approved or PESO be withdrawn.
approved but damaged 2. Contract will be cancelled upon repeated
spark arrester. three violations.
24 Driving vehicle on “NO 1. The driver will be removed and gate pass will
ENTRY ROADS” be withdrawn.
2. Contract will be cancelled upon repeated
three violations.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 23 of 25

Page 444 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

31.13. Penalty System on Contractors for Incidents/Accidents:


S.No Description Penalty Amount in Rs
1 First Aid Injury- 10,000 extendable to 25,000/-
Reporting back to duty after
first aid at OHSC

2 No Lost Time Accident 25,000 extendable to 50,000/-


(NLTA)- Reporting
back to duty within 48 hrs in addition to other expenses born by
contractor
3 Lost Time Accident (LTA)- 50,000 extendable to 100,000/-
Not reporting to duty within in addition to other expenses born by
48 hrs contractor
4 Fatal 10,00,000/- or as decided by management
in addition to compensation born by
contractor
5 Hi- PO Near Miss 25000 extendable to 100000/-
6 Vehicle Accident 25000 extendable to 50000/- and
Vehicle damaging HPCL Repairs damage/restoration
Property or Vehicle to
Vehicle Accident.

7. Minor Fire 10000 extendable to 25000/-

8 Major Fire Cost of firefighting operations or as


decided by management

32. Maintenance of Safety Devices

32.1. All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in safe conditions and no scaffold, ladder or equipment shall be altered or
removed while it is in use. Adequate washing facilities should be provided at or near
the place of work.

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 24 of 25

Page 445 of 694


Special Conditions of Contract
Health, Safety & Environment (ESSENTIAL REQUIREMENTS)

33. Display of Safety Instructions

33.1. These safety provisions should be brought to the notice of all concerned by display
on a notice board at a prominent place at the job site. The person responsible for
compliance of the safety code shall be named therein by the CONTRACTOR

Appendices to Special Conditions of Contract

Appendix I :- Safety Practices During Construction : OISD-STD-192

Appendix II :- Contractor Safety : OISD-STD-207

Hindustan Petroleum Corporation Limited : Mumbai Refinery : MREP Page 25 of 25

Page 446 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 21

CONTRACTOR’s LABOUR REGULATIONS

[ANNEXURE – XV TO SPECIAL CONDITIONS OF


CONTRACT]

Page 1 of 192

Page 447 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 21

CONTRACTORS' LABOUR REGULATIONS

1. These regulations may be called Model Contractors Labour Regulations.


2. Definition : In these regulations, unless otherwise expressed or indicated, the
following words and expressions shall have the meaning hereby assigned to them :
(a) "Labour" means workers employed by a contractor, directly or indirectly
through a sub-contractor, or by an agent on his behalf to do any skilled,
semi-skilled or unskilled manual, supervisory, technical or clerical work.
(b) "Fair Wage" means wages, which shall include wages for weekly day of rest
and other allowances, whether for time or piece work, after taking into
consideration prevailing market rates for similar employments in the
neighbourhood but shall not be less than the minimum rates of wages fixed
under the payment of Minimum Wages Act.
(c) "Wages" shall have the same meaning as defined in the Payment of Wages
Act.
(d) "Contractor" for the purpose of these regulations shall include an agent or
subcontractor employing labour on the work taken on the contract.
(e) "Inspecting Officer" means any Labour Enforcement Officer or Assistant
Labour Commissioner of the Chief Labour Commissioner's Organisation.
(f) "Prescribed" means prescribed under the Contract Labour (Regulation and
Abolition) Act, 1970 and Rules framed thereunder.
3. Notice of commencement : The Contractor, shall within SEVEN days of
commencement of the work, furnish in writing, to Inspecting Officer of the area
concerned the following information:
(a) Name and Situation of the work.
(b) Contractor's name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Name and address of sub-contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.
(g) "Fair wages" for different categories of workers.
(i) Number of hours of work to constitute a normal working day : The
number of hours which shall constitute a normal working day for an
adult shall be NINE hours. The working day of an adult worker shall
be so arranged that it is inclusive of intervals, if any, for rest, it shall not
spread over more than twelve hours on any day. When a worker is
made to work for more than NINE hours on any day or for more than
FORTY EIGHT hours in a week, he shall, in respect of overtime work,
be paid wages at double the ordinary rate of wages.
(ii) Weekly day of rest : Every worker shall be given a weekly day of rest
which shall normally be a Sunday unless otherwise fixed and notified
at least TEN days in advance. A worker shall not be required or
allowed to work on the weekly rest day unless he has or will have a
substituted rest day, on one of the five days immediately before or
after the rest day, provided that no substitution shall be made which

Page 448 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 3 of 21

will result in the worker working for more than ten days consecutively
without a rest day for a whole day.
4. Where, in accordance with the foregoing provisions, a worker works on the rest day
and has been given a substituted rest day, he shall be paid wages for the work done
on the weekly rest day at the overtime rate of wages.
(NOTE : The expression "ordinary rate of wages" means the fair wage the worker is entitled
to.)
5. Display of notice regarding Wages, Weekly Day of Rest etc. : The contractor
shall, before the commencement of his work on the Contract, display and correctly
maintain and continue to display and correctly maintain in a clean and legible
condition in conspicuous places on the works, notice in English and in the local
Indian language, spoken by majority of workers, giving the rate of fair wages, the
hours of work for which such wages are payable, the weekly rest days workers are
entitled to and name and address of the Inspecting Officer. The Contractor shall
send a copy each of such notices to the Inspecting Officers.
6.1 Fixation of Wage Periods : The Contractor shall fix wage periods in respect of which
wages shall be payable. No wage period shall normally exceed one month.
6.2 Payment of wages :
(i) Wages due to every worker shall be paid to him direct. All wages shall be paid in
current coins or currency or in both. The wages shall be paid without deductions of any
kind except those specified by Central Government by General Order or Special Order
in this behalf or permissible under the Payment of Wages Act.
(ii) Wages of every worker employed as contract labour in an establishment or by
Contractor are less than one thousand, such workers shall be paid within SEVEN days
from the end of the Wage period; and before the expiry of the 10th day from the end of
the wage period accordingly as the number of workers exceed 1,000.
(iii) When employment of any worker is terminated by or on behalf of the Contractor, the
wages earned by him shall be paid before expiry of the second working day from the
date on which his employment is terminated.
(iv) All payment of wages shall be made at the work site on a working day except when the
work is completed before expiry of the wage period, in which case final payment shall
be made at the work site within 48 hours of the last working day and during normal
time.
(NOTE : The term "working day" means a day on which labour is employed, and the work is
in progress)
7. Register for Workmen : A register of workmen shall be maintained in the prescribed
form and kept at the work site or as near to it as possible, and the relevant particulars
of every workmen shall be entered therein within THREE days of his employment.
8. Employment Card : The Contractor shall issue an employment card in the Form
appended to these regulations to each worker on the day of work or entry into his
employment. If a worker already has any such card with him issued by the previous
employer, the Contractor shall merely endorse that Employment Card with relevant
entries. The Contractor may, alternatively, issue an attendance-cum-wage slip to
each worker in the form appended. This card shall be valid for a wage period. The
Contractor shall mark attendance on the cards twice each day and again after the
rest interval, before he actually starts the work. On termination of employment, the

Page 449 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 4 of 21

Employment Card shall again be endorsed by the Contractor, service certificate


issued and returned to the Worker.
9. Register of Wages etc.:
(i) A register of Wages-cum-Muster Roll in the prescribed Form shall be maintained and
kept at the work site or as near to it as possible.
(ii) A wage slip in the prescribed Form shall be issued to every worker employed by the
Contractor at least a day prior to disbursement of wages.
10. Fines and deductions which may be made from Wages :
(i) Wages of a worker shall be paid to him without any deduction of any kind except the
following:
(a) Fines ;
(b) Deduction for absence from duty, i.e. from the place of his employment he
is required to work. The amount of deductions shall be in proportion to
the period for which he was absent ;
(c) Deduction for damage to or loss of goods expressly entrusted to the employed person
for custody, or for loss of money which he is required to account for, where such
damage or loss is directly attributable to his neglect or default ;
(d) Deductions for recovery of advances or for adjustment of overpayment of wages.
Advance granted shall be entered in a register ; and
(e) Any other deduction which the Corporation may from time to time allow.
(ii) No fines shall be imposed on any worker say in respect of such acts and
omissions on his part as have been approved by the Chief Labour
Commissioner or Competent Authority.
(iii) No fine shall be imposed on a worker and no deductions for damage or loss shall be
made from his wages until the worker has been given an opportunity of showing cause
against such fines or deductions.
(iv) The total amount of fines which may be imposed in any one wage period on a worker
shall not exceed an amount equal to three paise in a rupee of the wages payable to
him in respect of that wage period.
(v) No fine imposed on a worker shall be recovered from him in installments, or after
expiry of sixty days from the date on which it was imposed. Every fine shall be deemed
to have been imposed on the day of the act or commission in respect of which it was
imposed.
(vi) The Contractor shall maintain both in English and the local Indian language, a list
approved by the Chief Labour Commissioner or Competent Authority clearly stating the
acts and commissions for which penalty or fine may be imposed on a workman and
display it in good condition in a conspicuous place on the work site.
(vii) The Contractor shall maintain a register of fines and the register of deductions for
damage or loss in the prescribed Forms which should be kept at the place of work.
(viii) The Contractor shall display in a conspicuous place of work the list of acts and
omissions for which the fines can be imposed. They are as under :
1. Willful insubordination or disobedience, whether alone or in combination with other.
2. Theft, fraud or dishonest in connection with the Contractors beside a business or
property of Corporation.

Page 450 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 5 of 21

3. Taking or giving bribes or any illegal gratification.


4. Habitual late attendance.
5. Drunkenness, fighting, riotous or disorderly or indifferent behaviour.
6. Habitual negligence.
7. Smoking near or around the area where combustible or other materials
are locked.
8. Habitual indiscipline
9. Causing damage to work in the progress or to property of the Corporation or of the
Contractor.
10. Sleeping on duty.
11. Malingering or slowing down work.
12. Giving of false information regarding name, age, father's name etc.
13. Habitual loss of wage cards supplied by the employers.
14. Unauthorised use of employer's property of manufacture or making of unauthorised
articles at the work place.
15. Bad workmanship in construction and maintenance by skilled workers which is not
approved by the Corporation and for which the Contractor is compelled to undertake
rectification.
16. Making false complaints and/or misleading statements.
17. Engaging trade within the premises of the establishments.
18. Any unauthorised divulgence of business affairs of the employers.
19. Collection or canvassing for the collection of money within the premises of an
establishment unless authorised by the employer.
20. Holding meeting inside the premises without previous sanction of the employers.
21. Threatening or intimidating any workmen or employer during the working hours within
the premises.
22. Non-observance of Safety norms/practices applicable to the Worksite.
11. Register of Accidents : The Contractor shall maintain a register of accidents in
such form as may be convenient at the work place but the same shall include the
following particulars :
(a) Full particulars of the labourers who met with accident.
(b) Rate of wages.
(c) Sex
(d) Age
(e) Nature of accident and cause of accidet
(f) Time and date of accident
(g) Date and time when admitted in hospital
(h) Date of discharge from the hospital
(i) Period of treatment and result of treatment
(j) Percentage of loss of earning capacity and disability as assessed by Medical
Officer.
(k) Claim required to be paid under Workmen's Compensation Act.

Page 451 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 6 of 21

(l) Date of payment of compensation


(m) Amount paid with details of the person to whom the same was paid.
(n) Authority by whom the compensation was assessed
(o) Remarks
12. Preservation of Registers : The Register of Workmen and the Register of Wages
cum-Muster Roll required to be maintained under these Regulation shall be
preserved for 3 years after the date on which the last entry is made therein.
13. Enforcement : The Inspecting Officer shall either, on his own motion or on a
complaint received by him, carry out investigations and send a report to the
Engineer-in-charge specifying the amounts representing Workers' dues and amount
of penalty to be imposed on the Contractor for breach of these Regulations, that
have to be recovered from the Contractor, indicating full details of the recoveries
proposed and the reasons therefor. It shall be obligatory on the part of the
Engineerin-charge on receipt of such a report to deduct such amounts from
payments due to the Contractor.
14. Disposal of amounts recovered from the Contractor : The Engineer-in-charge
shall arrange payment to workers concerned within FORTY FIVE days from receipt
of a report from the Inspecting Officer. In cases where there is an appeal, payment
of workers dues would be arranged by the Engineer-in-charge wherever such
payments arise, within THIRTY days from the date of receipt of the decision of the
Regional Labour Commissioner (RLC).
15. Appeal against decision of Inspecting Officer : Any person aggrieved by a
decision of the Inspecting Officer may appeal against such decision to the RLC
concerned within THIRTY days from the date of decision, forwarding simultaneously
a copy of his appeal to the Engineer-in-charge. The decision of the RLC shall be final
and binding upon the Contractor and the workmen.
16. Representation of parties :
(i) A workman shall be entitled to be represented in any investigation or enquiry under
these Regulations by an officer of a registered trade union of which he is a member or
by an officer of a Federation of Trade Unions to which the said trade union is affiliated
or where the workman is not a member of any registered trade union, by an officer of a
registered trade union, connected with, or by any other workman employed in the
industry in which the worker is employed.
(ii) A contractor shall be entitled to be represented in any investigation of enquiry under
these Regulations by an officer of an Association of Contractors of which he is a
member or by an officer of a Federation of Association of Contractors to which the said
association is affiliated or where the Contractor is not a member of any Association of
Contractors, by an officer of association of employers, connected with, or by any other
employer engaged in the industry in which the Contractor is engaged.
(iii) No party shall be entitled to be represented by a legal practitioner in any investigation
or enquiry under these Regulations.
17. Maternity benefits for female employees : The Contractor shall extend the leave,
pay and other benefits as admissible to the female employees. No maternity benefits
shall be admissible to a female worker unless she has been employed for a total
period of not less than 6 months immediately proceeding the date on which she

Page 452 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 7 of 21

proceeds on leave. The Contractor shall maintain a register of maternity benefits in


prescribed form, and shall be kept in all places of work.
18. Inspection of Books and other documents : The Contractor shall allow inspection
of the Registers and other documents prescribed under these Regulations by
Inspecting Officers and the Engineer-in-Charge or his authorised representative at
any time and by the worker or his agent on receipt of due notice at the convenient
time.
19. Submission of Returns : The Contractor shall submit periodical returns as may be
specified from time to time.
20. Amendments : The Corporation may, from time to time, add to or amend these
Regulations, and issue such directions as it may consider necessary for the proper
implementation of these Regulations or for the purpose of removing any difficulty
which may arise in the administration thereof.

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

Page 453 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 8 of 21

MODEL RULES FOR LABOUR WELFARE

[ANNEXURE – XVI TO SPECIAL CONDITIONS OF


CONTRACT]

Page 454 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 9 of 21

MODEL RULES FOR LABOUR WELFARE

1. Definitions
(a) "Workplace" means a place at which, on an average, twenty or more workers are
employed on any day during which the Contract work is in progress.
(b) "Large Workplace" means a place at which, on an average 500 or more workers are
employed.
2. First Aid
i) At every workplace, there shall be provided and maintained in a readily accessible place
First Aid appliances including an adequate supply of sterilized dressings and sterilized
cotton wool as prescribed in the Factory Rules of the State in which the work is carried
on. The appliances shall be kept in good order and in large work places, they shall be
placed under the charge of a responsible person who shall be trained in First Aid
treatment and who shall also be readily available during working hours. The First Aid
boxes at the rate of not less than one box for 150 contract labour or part thereof shall be
ordinarily employed. Adequate arrangement shall be made for immediate recoupment of
items/equipment when necessary.
ii) At large work places, where hospital facilities are not available within easy distance of the
Works, First Aid posts shall be established and be run by a trained compounder.
Where large work places are remotely situated far away from regular hospitals, an
indoor ward shall be provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no
beds are considered necessary owing to proximity of city or town hospitals,
suitable transport shall be provided to facilitate removal of urgent cases to these
hospitals. At other workplaces, some conveyance shall be kept readily available
to take injured person or persons suddenly taken seriously ill to the nearest
hospital.
At large work places, there shall be provided and maintained an ambulance room
of the prescribed sizes, containing the prescribed equipment and in the charge of
such medical and nursing staff as may be prescribed. For this purpose, the
relevant provisions of the Factory Rules of the State Government area where the
work is carried on may be taken as the prescribed standard.
3. Accommodation for labour : The Contractor shall during the progress of the Works,
provide, erect and maintain necessary temporary living accommodation and ancillary
facilities for labour at his own expense and to standard and scales as approved by the
Engineer-in-charge. However, following specifications shall be followed :
(a) (i) The minimum height of each hut at the eaves level shall be 2.10m (7ft) and the floor
area to be provided will be at the rate of 2.7 sq.m (30sq.ft.) for each member of the
worker's family staying with the labourer.
(ii) The Contractor shall in addition construct suitable cooking places having a minimum
area of 1.80mX 1.50m (6' x 5') adjacent to the hut for each family.
(iii) The Contractor shall also construct temporary latrines and urinals for the use of the
labourers, each on the scale of not less than four per each one hundred of the total
strength. Separate latrines and urinals shall be provided for women.

Page 455 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 10 of 21

(iv) The Contractor shall construct sufficient number of bathing and washing places, one
unit for every 25 persons residing in the camp. These washing and bathing places
shall be suitably screened.
(b) (i) All the huts shall have walls of sun-dried or burnt-bricks laid in mud mortar or other
suitable local material as may be approved by the Engineer-in-Charge. In case of sun-
dried bricks, the walls should be plastered with mud gobri on both sides. The floor may
be katcha, but plastered with mud gobri and shall be at least 15cm. (6") above the
surrounding ground. The roofs shall be laid with thatch or any other materials as may
be approved by the Engineer-in-Charge and the Contractor shall ensure that
throughout the period of their occupation, the roofs remain water-tight.
(ii) The Contractor shall provide each hut with proper ventilation.
(iii) All doors, windows and ventilators shall be provided with suitable leaves for security
purposes.
(iv) There shall be kept an open space at least 7.2m (8 yards) between the rows of huts
which may be reduced to 6m (20ft) according to the availability of site with the approval
of the Engineer-in-charge. Back to back construction will be allowed.
4. Drinking Water : In every workplace, there shall be provided and maintained at
suitable places, easily accessible to labour, a sufficient supply of cold water fit for
drinking.
Where drinking water is obtained from an intermittent public water supply, each
workplace shall be provided with storage where drinking water should be stored.
Every water supply storage shall be at a distance of not less than 15 meters from any
latrine, drain or other source of pollution. Where water has to be drawn from an
existing well, which is within such proximity of latrine, drain or any other source of
pollution, the well shall be properly chlorinated before water is drawn for drinking. All
such wells shall be entirely closed in and be provided with a trap door which shall be
dust and water proof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and
opened only for cleaning or inspection which shall be done at least once a month.
5. Washing and Bathing Places : Adequate washing and bathing places shall be
provided separately for men and women. Such places shall be kept in clean and
drained conditions.
6. Scale of accommodation in latrines and urinals : There shall be provided within
the precincts of every workplace, latrines and urinals in an accessible place and the
accommodation separately for each of these, shall not be less than at the following
scales :
No. of seats
(a) Where number of persons does not exceed 50 - 2
(b) Where number of persons exceeds 50 but does not exceed 100 - 3
(c) For additional persons (per 100 or part thereof) - 3 In
particular cases, the Engineer-in-Charge shall have the power to increase the
requirement, where necessary.
7. Latrines and Urinals : Except in workplaces provided with water-flushed latrines
connected with a water-borne sewage systems, all latrines shall be provided with
receptacies on dry earth system which shall be cleaned at least four times daily and

Page 456 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 11 of 21

at least twice during working hours and kept in strictly sanitary condition. Receptacies
shall be tarred inside and outside at least once a year.
If women are employed, separate latrine and urinals screened from those for men
and marked in the vernacular in conspicuous letters "For Women Only" shall be
provided on the scale laid down in Rule 6. Those for men shall be similarly marked
"For Men Only". A poster showing the figure of a man and a woman shall also be
exhibited at the entrance to latrines for each sex. There shall be adequate supply of
water close to latrines and urinals.
8. Construction of latrines : Inside walls shall be constructed of masonry or other non-
absorbent materials and shall be cement-washed inside and outside at least once a
year. The dates of cement washing shall be noted in a register maintained for the
purpose and kept available for inspection. Latrines shall have at least thatched roof.
9. Disposal of excreta : Unless otherwise arranged for by the local municipal authority,
arrangement for proper disposal of excreta by incineration at the workplace shall be
made by means of a suitable incinerator approved by the local medical, health and
medical or cantonment authorities. Alternatively, excreta may be disposed off by
putting a layer of night soils at the bottom of pucca tank prepared for the purpose and
covering it with a 15 c.m. Layer of waste or refuse and then covering it with a layer of
earth for a fortnight (when it will turn into manure).
The Contractor shall, at his own expense, carry out all instructions issued to him by
the Engineer-in-charge to effect proper disposal of soil and other conservancy work in
respect of Contractor's work people or employees at the site. The Contractor shall be
responsible for payment of any charges which may be levied by municipal or
cantonment authority for execution of such work on his behalf.
10. Provision of shelters during rest : At every workplace shall be provided, free of
cost, four suitable sheds, two for meals and two others for rest, separately for use of
men and women labour. Height of each shelter shall not be less than 3 meters from
the floor level to lowest part of roof. Sheds shall be kept clean and the space provided
shall be on the basis of at least 0.5 sq.m per head.
11. Creches : At a place at which 20 or more women workers are ordinarily employed,
there shall be provided at least one hut for use of children under the age of 6 years
belonging to such women. Huts shall not be constructed to a standard lower than
that of thatched roof, mud floor and wall with wooden planks spread over mud floor
and covered with matting.
Huts shall be provided with suitable and sufficient openings for light and ventilation.
There shall be adequate provision of sweepers to keep the places clean. There shall
be two dais in attendance. Sanitary utensils shall be provided to the satisfaction of
local medical, health and municipal or cantonment authorities. Use of huts shall be
restricted to children, their attendants and mothers of children.
Where the number of women workers is more than 25 but less than 50, the
Contractor shall provide at least one hut and one Dai to look after the children of
women workers.
Size of creche(s) shall vary according to the number of women workers employed.
Creche(s) shall be properly maintained and necessary equipment like toys etc.
provided.

Page 457 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 12 of 21

12. Canteen : A cooked food canteen on a moderate scale shall be provided for the
benefit of workers wherever it is considered necessary.
13. Planning, setting and erection of the above mentioned structures shall be approved
by the Engineer-in-charge and the whole of such temporary accommodation shall at
all times during the progress of the works be kept tidy and in a clean and sanitary
condition as per requirements of the local bodies and to the satisfaction of the
Engineer-in-charge and at the Contractor's expense. The Contractor shall conform
generally to sanitary requirements of local medical, health and municipal or
cantonment authorities and at all time adopt such precautions as may be necessary
to prevent soil pollution of the site.
On completion of the Work, the whole of such temporary structures shall be cleared
away, all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of site left clean and tidy to the entire satisfaction
of the Engineer-in-Charge and at the Contractor's expense.
14. Anti-malarial precautions : The Contractor shall, at his own expense, conform to all
anti-malarial instructions given to him by the Engineer-in-Charge, including filling up
any burrow pits which may have been dug by him.
15. Enforcement : The Inspecting Officer mentioned in the Contractors' Labour
Regulations or any other officer nominated in his behalf by the Engineer-in-charge
shall report to the Engineer-in-charge all cases of failure on the part of the Contractor
and or his sub-contractors to comply with the provisions of these Rules either wholly
or in part and the Engineer-in-charge shall impose such fines and other penalties as
are prescribed in the conditions.
16. Interpretations etc : On any question as to the application, interpretation of effect of
these Rules, the decision of the Chief Labour Commissioner or Deputy Chief Labour
Commissioner (Central) shall be final and binding.
17. Amendments : Government/Corporation may, from time to time, add to or amend
these rules and issue such directions as it may consider necessary for the proper
implementation of these Rules or for the purpose of removing any difficulty which may
arise in the administration thereof.

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

Page 458 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 13 of 21

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY


BUREAU OF INDIAN STANDARDS

[ANNEXURE – XVII TO SPECIAL CONDITIONS OF


CONTRACT]

Page 459 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 14 of 21

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF INDIAN


STANDARDS

Sr. No Code No. Title


01. IS : 818 Code of Practice for Safety and Health
Requirements in Electric and Gas Welding and Cutting
Operations - First Revision.
02. IS : 875 Code of practice for Structural safety of buildings:
Masonry walls
03. IS : 933 Specification for Portable Chemical Fire
Extinguisher, Foam Type - Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face
Protection during Welding - First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings:
Shallow foundations
06. IS : 1905 Code of practice for Structural safety of buildings:
Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry
Powder Type -Second Revision.
08. IS : 2361 Specification for Building Grips - First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets - First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting Operations
- First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 - Part I Safety Code for Scaffolds and Ladders : Part I - Scaffolds.
14. IS : 3696 - Part II Safety Code for Scaffolds and Ladders : Part II - Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings - First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and toe
Boards -First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous Materials.

Page 460 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 15 of 21

25. IS : 5983 Specification for Eye Protectors - First Revision.


26. IS : 6922 Structures subject to underground blasts, criteria for safety and design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in construction of
Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for transportation of
material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and manmade 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

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

Page 461 of 694


FORM OF CONTRACT

[ANNEXURE – XVIII TO SPECIAL CONDITIONS OF


CONTRACT]

Page 462 of 694


FORM OF CONTRACT

CONTRACT NO.:

THIS CONTRACT made at New Delhi this ………….. day of 200__ BETWEEN
HINDUSTAN PETROLEUM CORPORATION LIMITED ., a Government of Indian
Undertaking registered in India under the Indian Companies Act-1956, having its registered
Office at 17, Jamshedji tata road , Mumbai -20 (hereinafter referred to as the “OWNER”
which expression shall include its successors and assigns) of the One Part;
AND
____________________, a Company registered in India under the Indian Companies Act
1913/1956 having its registered office at ___________________ (hereinafter referred to as
the “CONTRACTOR”) of the other part :
WHEREAS
WHEREAS the OWNER issued Tender No.__________ for Residual Process Design,
Detailed Engineering, Procurement, Supply, Transportation, Storage, Fabrication,
Construction, Installation, Testing, Pre-commissioning, Commissioning, Performance,
Guarantee Test Run and handing over of Unit for the __________________________ of
Hindustan Petroleum Corporation Ltd. at ________________.
AND WHEREAS the Contract with respect to the said Tender has been awarded to the
CONTRACTOR, pursuant whereto, the CONTRACTOR has to make supplies of materials
and to execute works and to undertake services with the use of the said material as more
specifically mentioned and described in the Contract Documents as hereinafter defined.
AND WHEREAS it is desirable to have a formal Document setting out the documents which
comprise the Contract and determining certain other aspects as hereinafter appearing.

NOW, THEREFORE, THIS CONTRACT WITNESSETH as follows:

ARTICLE 1 CONTRACT
DOCUMENTS
1.1 The Contract Document shall comprise the following:
(i) Letter Inviting Bid/Invitation to Bidder
(ii) Instructions to Bidder
(iii) General Conditions of Contract
(iv) Special Conditions of Contract (including the Scope of Work and Time
Schedule)
(v) Specifications
(vi) Plans Exhibits _______ to _______
(vii) Drawings Exhibits _______to ________
(viii) Form of Contract

Page 463 of 694


(ix) Form of Bid, including formats attached to the Form of Bid as embodied in the
CONTRACTOR’s final bid.
(x) Form of Schedule of Payment as embodied in the CONTRACTOR’s final bid.
(xi) Addendum/Addenda to the Bid Documents
(xii) Notification of Acceptance of Bid
(xiii) Detailed Letter of Acceptance (including Statement of Agreed Variations and
other enclosures/annexures to the Detailed Letter of Acceptance).

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
been collectively marked Annexure ‘A’ while a copy of the Detailed Letter of
Acceptance of Tender alongwith Annexures thereto and a copy of Notification of
Acceptance of Bid dated……………….are annexed hereto & said copies have been
collectively marked as Annexure-‘B’.

1.3 Where the CONTRACTOR is a Consortium of one or more entities or persons, all
members of the Consortium shall be jointly and severally liable for the performance of
the Contract and of all obligations of the CONTRACTOR arising under the Contract
and for the discharge of all the CONTRACTOR’s liabilities to the OWNER under or in
respect of the Contract and any claim of the OWNER without any limitation of liability
as between the OWNER and the members aforesaid, notwithstanding the existence
of any agreement between the said members inter se limiting the liability of any
member for or in the performance of any duties or obligations under the Contract.

ARTICLE 2
SERVICES, SUPPLIES AND WORK
2.1 The CONTRACTOR shall make the Supplies specified in the Contract Documents upon
the terms and conditions and within the time specified in the Contract Documents.
2.2 The CONTRACTOR shall undertake the works and perform the services specified in the
Contract Documents upon the terms and conditions and within the time specified in
the Contract documents.

ARTICLE 3
PRICE AND COMPENSATION
3.1 Subject to and upon the terms and conditions contained in the Contract Documents, the
OWNER shall pay CONTRACTOR the price for the said supplies and
Compensation for the said works and services as specified in respect to each in the
Contract Documents upon the satisfactory completion of the said supplies and
satisfactory performance of the services and/or otherwise as may be specified in this
behalf in the Contract Documents.
ARTICLE 4
JURISDICTION & GOVERNING LAW
4.1 Notwithstanding any other Court or Courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of

Page 464 of 694


a suit, any and all actions and proceeding arising out of or relative to the contract or
any award arising therefrom, shall lie only in the Court of competent civil jurisdiction in
this behalf at Mumbai (Maharashtra) (where this Contract has been signed on behalf
of OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any
such action(s) and/or proceeding(s) to the exclusion of all other Courts.

4.2 The Contract shall be governed in all aspects by the law of the Republic of India,
without application of the doctrine of Renvoi.

ARTICLE 5
ENTIRE CONTRACT
5.1 The Contract Documents mentioned in Article-1 hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering this Contract they
do not rely upon any previous representation, whether express or implied and
whether written or oral, or any inducement, understanding or agreements of any kind
not included within the Contract Documents and all prior negotiations,
representations, contracts and/or agreements and understandings are hereby
cancelled.

ARTICLE 6
NOTICES
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with
reference to the CONTRACT shall be deemed to have been sufficiently served upon
the OWNER notwithstanding any enabling provisions under any law to the contrary,
only if delivered by hand or by Courier to the Engineer-in-Charge as defined in the
General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract Documents or
otherwise available to the OWNER, any notice, order or other communication sought
to be served by the OWNER on the CONTRACTOR with reference to the
CONTRACT, shall be deemed to have been sufficiently served if delivered by hand or
through Courier to the principal office of the CONTRACTOR at
______________________ or other address for service subsequently notified by
CONTRACTOR to the OWNER in this behalf in writing.

ARTICLE 7
WAIVER
7.0 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the CONTRACT or any obligation or liability of the CONTRACTOR in terms
thereof, shall be deemed to be a waiver of such right, remedy, obligation or liability,
as the case may be, by the OWNER and notwithstanding such failure or delay, the
OWNER shall be entitled at any time to enforce such right, remedy, obligation or
liability, as the case may be.

Page 465 of 694


ARTICLE 8
NON-ASSIGNABILITY
8.0 The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.

ARTICLE 9
LANGUAGE OF CONTRACT AND COMMUNICATION
9.0 The language of the Contract shall be English and all communications, drawings, design,
data, information, codes specifications and other document whatsoever supporting
the bid or otherwise exchanged under the Contract shall be in English. In the event
that any technical documentation is in any language other than English, the document
should be translated and presented to the OWNER/Engineer-in-Charge in English
and English document/translated document shall be regarded as the only authentic
document.

ARTICLE 10
GOVERNMENT OF INDIA NOT LIABLE
10.0 It is expressly understood and agreed by and between the CONTRACTOR and the
OWNER that the OWNER is entering into this agreement solely on its own behalf and
not on behalf of any other person or entity. In particular, it is expressly understood
and agreed that the Government of India is not a party to this agreement and has no
liabilities, obligations or rights thereunder. It is expressly understood and agreed that
the OWNER is an independent legal entity with power and authority to enter into
contracts, solely in its behalf under the applicable laws of India and general principles
of Contract Law. The CONTRACTOR expressly agrees, acknowledges and
understands that the OWNER is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of
India is not and shall not be liable for any acts, omissions, commissions, breaches or
other wrongs arising out of the Contract. Accordingly, CONTRACTOR hereby
expressly waives, releases and foregoes any and all actions or claims, including
cross claims, impleader claims or counter claims against the Government of India
arising out of this Contract and covenants not to sue the Government of India on any
matter, claim, cause of action or thing whatsoever arising out of or under this
Contract.

ARTICLE 11
NO LIABILITY ON DIRECTOR AND EMPLOYEE
11.0 No Director, employee, consultant or agent of the OWNER or other person representing
the OWNER or acting on behalf of the OWNER in or pursuant to the Contract or in
the discharge of any obligation to the OWNER under the Contract or otherwise in
relation to the Contract shall have any personal liability to the CONTRACTOR or any
Sub-Contractor, agent, representative, director or employee of the CONTRACTOR or
to any other person acting for or on behalf of the CONTRACTOR and the
CONTRACTOR on its own behalf and on behalf of its Sub- Contractors, directors,

Page 466 of 694


employees, agents and representatives hereby waives and disclaims any and all
right of action which it or they may have whether under tort or Contract or otherwise
against the OWNER or any director, employee, agent, consultant or representative of
the OWNER for act of omission or commission done or omitted to be done.

IN WITNESS WHEREOF THE PARTIES hereto have executed this Contract in


duplicate at the place, day and year first above written.

SIGNED & DELIVERED SIGNED & DELIVERED


FOR & ON BEHALF OF FOR AND ON BEHALF OF
HINDUSTAN PETROLEUM ___________________
CORPORATION LTD
(CONTRACTOR)

BY________________________ BY_______________

(THIS DAY OF _______ 20___)

IN THE PRESENCE OF: IN THE PRESENCE OF :


1. 1.

2. 2.

Page 467 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 2

PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION

[ANNEXURE – XIX TO SPECIAL CONDITIONS OF CONTRACT]

Page 468 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 2 of 2

1. PRICE ADJUSTMENT FOR SLIPPAGE IN COMPLETION


The Clause No. 10. of GTC ( General terms and condition of Work Contract) stand partially
modified to following extent

a. Time is the essence of the Contract. The Parties agree and acknowledge that it is of
paramount importance that the Works are executed strictly in accordance with the Works
Completion Schedule as mentioned in Annexure-I to SCC.The Lumpsum Price shall be
subject to adjustment by way of discount as hereinafter specified, if the Unit(s) is/are not
mechanically completed by the CONTRACTOR or if the Unit(s) is/are mechanically
completed subsequent to the date of Mechanical Completion specified in the Time
Schedule.

b. In case of any delay in mechanical completion ( for the reasons not attributable to the
Owner ) of work beyond the Time schedule as mentioned in Annexure-I of SCC, the
Owner shall be entitled to a discount in the total Lump sum price ( Form SP-0). The
discount shall be applicable at the rate of 0.5% (half percent) of the total lump sum price (
Form SP-0) for every week of the delay or part thereof subject to a maximum of 5% of the
total lump sum price ( Form SP-0) .The above discount shall be recovered by the Owner
out of the amounts payable to the Contractor or from any Bank Guarantees or Deposits
furnished by the Contractor or the Retention Money retained from the Bills of the
Contractor, either under this contract or any other contract

c. 10 iii) & 10 iv) of GTC stands deleted

Page 469 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

[ANNEXURE –XX TO SPECIAL CONDITIONS OF CONTRACT]

Page 470 of 694


Page 471 of 694
Page 472 of 694
Page 473 of 694
Page 474 of 694
Page 475 of 694
Page 476 of 694
Page 477 of 694
Page 478 of 694
Page 479 of 694
SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

LIST OF IRON & STEEL PRODUCTS - PREFERENCE TO


DOMESTICALLY MANUFACTURED IRON & STEEL
PRODUCTS IN GOVERNMENT PROCUREMENT

[ANNEXURE - XXI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited

Page 480 of 694


List of Iron & Steel Products
(Refer Clause 7.2)

S.no Iron & steel products Inputs ( imported or Minimum value addition
domestic)
1. Ductile Iron Pipe Pig Iron/Liquid Iron 15%

2. Wire Rod &TMT Bar Billet 15%

3. Structural/Sections Bloom 15%

4. HR Coils, Strips, Sheets & Plates Slab 15%

5. HR Universal/Quarto Plates Slab 15%

6. CR Coils/Strips HR Coils 15%

7. Coated Flat Steel Products/ Slab/HR Coil/Cold 15%


GP/GC Sheets/Al-Zn Coated Rolled Coils/Strips
8. Color Coated, Painted Sheets Slab/HR Coil/Cold 15%
Rolled Coils/Strips
9. All Kinds Of Steel Pipes & Tubes Slabs/Plates/HR Coils 15%

10 Seamless Tubes & Pipes Bloom 15%

11. Rails Bloom 15%

Page 481 of 694


SPECIAL CONDITIONS OF CONTRACT
(SCC)

Rev 00 Page 1 of 1

FORMAT FOR AFFIDAVIT OF SELF-


CERTIFICATION REGARDING DOMESTIC VALUE
ADDITION IN IRON & STEEL PRODUCTS

[ANNEXURE - XXII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited

Page 482 of 694


Format for Affidavit of Self-Certification Regarding Domestic Value Addition in Iron & Steel
Products to Be Provided On Rs.100/- Stamp Paper for Indian Bidders and as per country rule for
Foreign Bidders

I __________________S/o / D/o / w/o ______________________ Resident of _________________

Hereby solemnly affirm and declare as under: That I will agree to abide by the terms and conditions
of policy of government of India issued vide notification no: ________________________________

That the information furnished hereinafter is correct to the best of my knowledge and belief and I
undertake to produce relevant records before the procuring agency (i.e. S) for the purpose of
assessing the domestic value addition.

That the domestic value addition for all inputs which constitute the said iron & steel products has
been verified by me and I am responsible for the correctness of the claims made therein.

That in the event of domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value-addition criteria, based on the assessment of
procuring agency (i.e. S) for the purpose of assessing the domestic value-addition, I will be
disqualified from any government tender for a period of 36 months. In addition, I will bear all costs
of such an assessment.

That I have complied with all conditions referred in the notification no.________________________

Wherein preference to domestically manufactured iron & steel products in government


procurement is provided and that the procuring agency (i.e. S) is hereby authorized to forfeit and my
EMD. I also undertake to pay the assessment cost and pay the penalties as specified in the tender
document.

I agree to maintain the following information in the company’s record for a period of 8 years and
shall make this available for verification to any statutory authority

I. Name and details of the bidder(registered office, manufacturing unit location, nature of legal
entity)
II. Date on which this certificate is issued
III. Iron & steel products for which the certificate is produced
IV. Procuring agency to whom the certificate is furnished
V. Percentage of domestic value addition claimed and whether it meets the threshold value of
domestic value addition prescribed
VI. Name and details of the unit of the manufacturer
VII. Net selling price of iron & steel products
VIII. Freight, insurance and handling till plant
IX. List and total cost value of input steel(imported) used to manufacture the iron & steel products
X. List and total cost of the input steel which are domestically sourced
XI. Please attach value addition certificates from suppliers, if the input is not in-house
XII. For imported input steel, landed cost at Indian port with break-up of CIF value, duties & taxes,
port handling charges and inland freight cost.

For and on behalf of_________________________________ (name of firm/entity)

Authorized signatory (to be duly authorized by the board of directors)

<Insert name, designation and contact no.>

Page 483 of 694


HPCL, Mumbai Annexure-XXIII to SCC
MR-II Project Job Number : A857
---------------------------------------------------------------------------------------------------------------------

KEY CONSTRUCTION EQUIPMENT


[ANNEXURE - XXIII TO SPECIAL CONDITIONS OF CONTRACT]

Page 484 of 694


KEY CONSTRUCTION EQUIPMENTS TO BE MOBILIZED BY THE CONTRACTOR FOR SOLAR
PHOTOVOLTAIC POWER PLANT SYSTEM OF MR-II PROJECT, M/s HPCL, MUMBAI

(BIDDING DOC. NO. CK/A857-161-EJ-TN-0012/1011)

SR. REQUIREMENT DURING


EQUIPMENT DESCRIPTION CAPACITY
NO. CONSTN

1. TRACTOR WITH TRAILER AS REQUIRED


2. NEEDLE VIBRATORS AS REQUIRED
3. DG SET 25-65 KVA AS REQUIRED
4. INSULATION RESISTANCE MEGGER AS REQUIRED
5. 3 TERMINAL EARTH TESTER AS REQUIRED
6. DIGITAL MULTIMETER AS REQUIRED
7. TONG TESTER AS REQUIRED
8. LUX METER 1
9. MANUAL CRIMPING TOOL 1 SET
10. TORQUE WRENCH All size AS REQUIRED
11. RESISTOR BANK FOR CHECKING CAPACITY OF BATTERY BANK AS REQUIRED
12. LEAKAGE CURRENT DETECTOR 1
13. POWER SOURCE 24V 1
14. CURRENT SOURCE 4-20 m A 1
15. LAPTOP FOR RELAY CONFIGURATION AS REQUIRED
16. WELDING M/C 1
17. GRINDING M/C 1
18. GAS CUTTING SET 1
19. BLAST CLEANING EQPT. / SUPPLIER AS REQUIRED
20. SPRAY PAINTING M/C (AIR LESS)} AS REQUIRED
21. ELCO METER 1
22. BENCH VICE 1
23. PORTABLE DRILLING M/C AND HOLE CUTTER 1 SET
24. TOOLS AND TACKLES FOR FIXING ANCHOR FASTNER AS REQUIRED
25. TOOLS AND TACKLES FOR CALIBRATION AS PER SOQ AS REQUIRED
26. ELECTRICIAN TOOL BOX AS REQUIRED
27. LABORATORY EQPTS AS REQUIRED

NOTES:

1. The details 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 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. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are
required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.

6. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited
laboratory.

7. Continuous rigger availability during marching of Hydra crane/ lifting of loads at site shall be ensured by
Contractor. Hydra shall not be used for the purpose of transportation.

(STAMP & SIGNATURE OF BIDDER)


Page 485 of 694
HPCL, Mumbai Annexure-XXIV to SCC
MR-II Project Job Number : A857
----------------------------------------------------------------------------------------------------------------------

KEY CONSTRUCTION MANPOWER


[ANNEXURE - XXIV TO SPECIAL CONDITIONS OF CONTRACT]

Page 486 of 694


KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY THE
CONTRACTOR FOR SOLAR PHOTOVOLTAIC POWER PLANT SYSTEM OF
MR-II PROJECT, M/s HPCL, MUMBAI

(BIDDING DOC. NO. CK/A857-161-EJ-TN-0012/1011)

S. DESCRIPTION NOS.
NO.
1. RCM/ SITE-IN-CHARGE/ RESIDENT ENGINEER 1
2. LEAD DISCIPLINE ENGINEER
- ELECTRICAL 1
3. LEAD QA/QC ENGINEER 1
-
4. PLANNING ENGINEER 1
5. SAFETY OFFICER& OTHER SAFETY PERSONNEL AS PER HSE STANDARD
SPECIFICATION (6-82-0001)
6. W/H IN-CHARGE/ MATERIALS MANAGER 1
7. QUANTITY SURVEYOR 1
8. DISCIPLINE ENGINEERS + SUPERVISORS
- CIVIL & STRUCTURAL 1
- ELECTRICAL 2
- -LICENCED ELECTRICIAN
1

NOTES

1) Above key construction manpower is required to be deployed 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.
3) CVs of key persons 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.

(STAMP & SIGNATURE OF BIDDER)

Page 487 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

SCHEDULE OF PRICES
(SOP)

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 1 of 31

Page 488 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

INDEX TO SCHEDULE OF PRICES

Sr. No. Description Form No.


1 PREAMBLE 8 Sheets
1. TOTAL LUMPSUM PRICE SP-0
1.1 Break up of TOTAL LUMPSUM PRICE of SP-0
A. Schedule of Price for Design and Detailed Engineering. SP-1

B. Schedule of Price for Supply Portion. SP-2

C. Schedule of Price for Construction / Installation Portion SP-3


1.3 Further Breakup of Prices of SP-1, SP-2 and SP-3

A. Breakup Price for Design and Detailed Engineering SP-4

B. Breakup of price for Supply Portion. SP-5

C. Breakup of price for Construction / Installation Portion SP-6


2 2 Year O & M spares SP-7
3. Details Of Goods And Service Tax (GST) Considering Contract as SP-8A
Works Contract Service

5. Details of Custom Duty& Custom related duties SP-9


6. Guaranteed values SP-10( N/A)
7. PWCAMC SP-11 (i)~(iv)
8. Unit Rate for addition and deletion SP-12

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 2 of 31

Page 489 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

PREAMBLE TO SCHEDULE OF PRICES

NAME OF WORK: SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF


NON PLANT BUILDING AT CALICO FOR MR II PROJECT OF
HPCL MUMBAI

1. Bidder’s quoted prices shall be strictly as per various FORMS included under
Schedule of Prices. Bidder shall quote LUMPSUM PRICE for entire scope of
work as per provisions of the Bidding Document in FORM SP-0. This LUMPSUM
PRICE may also be referred to as Total Lumpsum Price or Contract Price.
Bidder shall also quote break up of LUMPSUM PRICE separately for Design and
Detailed Engineering (FORM SP-1), Supply (FORM SP-2) and
Construction/Installation (FORM SP-3). Bidder shall furnish further break up of
lumpsum prices as per Form SP-4, SP-5 and SP-6.

These Breakup of Prices (i.e. FORM SP-1, SP-2, SP-3 and further break-up
in Forms SP-4, SP-5 and SP-6) are only meant for the purpose of Milestone
Payment and finalization of Billing Break-up during the execution of the
Contract.

2. Bidder to note that breakup of lump sum price is for reference only and total price
payable under the Contract shall be restricted to the LSTK Price / Contract Price
indicated in Schedule of Price FORM SP-0. The Price evaluation shall be
based on the LSTK Price quoted in Form SP-0 only.

The above Total Lumpsum Price (Form SP-0) shall be considering entire
Contract as “Works Contract Service”.

3. The quoted price shall be deemed to be inclusive of all taxes and duties,
municipal taxes, statutory levies, royalty, Custom duty and Custom Related
duties, GST Compensation cess ( if applicable), IGST on built-in import content (if
applicable) irrespective of whether the same is categorically specified or not
but exclusive of “CGST and SGST”. The CGST and SGST as legally leviable &
payable by the Contractor under the provisions of applicable law(s) /act(s) shall
be payable by HPCL as per Contractor’s GST invoice to HPCL. Prices, taxes,
duties including GST on any transaction between Contractor and their sub-
supplier/sub-contractor shall be included in the Total Lumsum price quoted by the
Contractor.

4. The price quoted shall be lumpsum price for the entire scope of work, whether
specifically mentioned or not, to be executed on Lumpsum turnkey (LSTK) basis.
Unless the basic parameter changes or additional/ extra requirements (scope of
work and/or supply and/or services) are made, total payments to be made to the
Contractor shall be limited to lumpsum price indicated/finally accepted as
lumpsum contract price, irrespective of the progressive payments made during
execution based on the split up of price or any variation in the scope of work
which are otherwise required to complete the entire work on LSTK basis.

5. Obligation of the Contractor is not limited to the quantities that the Contractor

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 3 of 31

Page 490 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

may either indicate in the Breakup of Lumpsum Prices along with his bid or in
further detailed breakup of lumpsum prices furnished after award of Work.
Contractor shall carry out entire scope of work/supplies/Services as detailed in
various sections/volumes of the Bidding Document within the quoted Lumpsum
Price.

6. Lumpsum price shall be deemed to be inclusive of the cost of any other


supplies/work(s)/Services not specifically mentioned in the Bidding
Document but are essentially required for the efficient, trouble free
operation of the complete package, irrespective of whether the above
unspecified supplies/work(s)/services are specifically mentioned in the
bidder’s bid or not.

7. Bidder to note that breakup of lumpsum price is for interim payment purposes
only and total price payable under the Contract shall be restricted to the
Lumpsum Price/Contract Price mentioned in FORM SP-0.

8. The Price for Design and Detailed Engineering Component quoted in FORM SP-
1 shall not exceed 5% (five percent) of the Total Lumpsum Price of FORM SP-0.

9. The Total Price of Design and Detailed Engineering Component quoted in FORM
SP-1 and Supply component of FORM SP-2 shall not exceed 70% (Seventy) of
the Total Lumpsum Price of FORM SP-0.

10. In case the prices are beyond the limits mentioned under Sl. Nos. 8, 9 above,
then such additional amount shall be raised by Contractor in the final bill and
shall be paid to the Contractor in the final bill/invoice only.

11. The Bidder shall carefully examine the various clauses of Bidding document
inclusive of Scope of Enquiry, General Terms and Conditions for Works Contract,
Special Conditions of Contract, and Tender Specifications, Technical and
Commercial Amendment( if any) etc. The bidder shall include in his rates any
sum he may consider necessary to cover the fulfilment of the various clauses
contained therein. The items of work described and the LSTK (lump-sum turnkey)
price stated in the Schedule of Price shall be inclusive of everything necessary to
complete the said items of work within the contemplation of the Contract.

12. General directions and descriptions of work and materials given in the
specifications are not necessarily repeated in the Schedule of Price.

13. Spares for start-up/commissioning and mandatory spares and any other
Tools and Tackles as required are in CONTRACTOR's scope and are
deemed to be included in their above quoted Total Lumpsum Price, irrespective
of whether such spares/items are categorically mentioned or not in the bidder’s
bid. No claim on this issue shall be entertained at a later date after award of
work and at any stage during the faithful execution of the contract.

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 4 of 31

Page 491 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

14. In case of any contradiction between Lumpsum price mentioned in FORM SP-0
and subsequent Break-up of price mentioned in SP-1, SP-2, SP-3, SP-4, SP-5,
SP-6, the Prices indicated in FORM SP-0 shall be final & binding and shall be
considered as “Total Lumpsum Price” for complete Scope of Work and break-
up of Prices shall be reworked to match with Prices as per Form SP-0.

15. In case of contradiction between Break up of Prices as per Form SP-1, SP-2
and SP-3 and further Breakup of prices as per Form SP-4, SP-5 and SP-6,
following order of precedence shall apply :

(i) SP-1, SP-2, SP-3.


(ii) SP-4, SP-5, SP-6.

16. Following Forms of Schedule of Price are also enclosed.


i) Form SP-7, indicating Recommended spares for 2 years Operation and
Maintenance (O&M spares). Prices as per Form SP-7 shall be submitted
within 03 Months of award of work as per provision of SCC clause
34.2.3.a).

ii) FORM SP-8A, indicating the details of Goods and Service Tax (GST)
excluded from total Lumpsum Price quoted under Form SP-0 as specified in
SCC/ITB.

iii) FORM SP-9 indicating details of Custom and Custom related duties for the
Built-in import content directly imported by the Contractor in his name.

iv) Form SP-10.-Not Applicable

v) Form SP-11 PWCAMC CHARGES for, as per FORM SP-11 i) ~ iv)


(recommended Items to be listed by Contractor).

vi) Form SP-12 UNIT RATES FOR ADDITION/DELETION AS PER CLAUSE-2.6


IN TECHNICAL PART OF SCOPE OF WORK ENCLOSED WITH TENDER
DOCUMENT.

17. INR = Indian Rupees


18. Currency of Bid.

Currency of Bid shall be in Indian Rupees (INR) in accordance with the provision
of clause No. 12.0 of Instructions to Bidder (ITB).

19. It shall be the sole responsibility of the CONTRACTOR to duly observe


and faithfully perform and fulfill all obligations of all laws, rules,
regulations, orders and formalities during the entire period/currency of
the Contract, applicable to Goods and Service Tax (GST), Customs Duty, etc.
on the import, manufacture, sale and/or supply of any material(s)/equipment to
the OWNER and faithful performance of the works contract service under the

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 5 of 31

Page 492 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

Contract. The CONTRACTOR shall keep the OWNER and its Project
Management Consultant (PMC) indemnified from and against any and all
claims, demands, prosecutions, actions, proceedings, penalties, damages,
demurrages and/or other levies whatsoever made or levied by any Court,
Tribunal or the Customs or other Authorities with respect to any alleged breach,
evasion or infraction of such duties, taxes, charges or levies or any breach or
infraction of any applicable laws, rules, regulations, orders or formalities
concerning the same and from the consequence thereof.

20. The Price of Works Contract Service shall be deemed to cover various factors
including but not limited to cost of materials/equipment/Services, overheads,
bidding cost, financing costs, profits, mobilization & demobilization cost etc., as
applicable. Unless the scope expressly excludes certain provisions from
the CONTRACTOR’s scope in the Bidding document/Contract, no
additional payment on any such head expressly not mentioned herein in
the bidding document/contract shall be entertained on a later date.

21. Bidder shall submit their Priced Bid duly filled in with prices, stamped &
signed by Bidder on each page and scanned & uploaded in the respective
“PRICE BID” folders only on the e-Procurement Portal as mentioned in the
ITB/IFB in the following manner:

(i) Total Lumpsum Prices as per FORM SP-0


(ii) Breakup of Prices as per Form SP-1,SP-2 &SP-3 and further Break-Up of
Prices as per Form SP-4,SP-5 & SP-6.
(iii) Break-up of Goods and Service Tax (GST) in of FORM SP-8A and Details
of Custom Duty as per FORM SP-9.
(iv) Duly filled in Guaranteed Values in FORM SP-10.
(v) Duly filled in PWCAMC Charges in FORM SP-11.

22. Quoted Lump sum price shall be exclusive of Comprehensive Insurance


(Marine cum transit cum storage and erection) till handing over of the
package, as per provision of the Bidding Document. However, the
insurances to be taken by the Contractor as per provision of the bidding
document shall be included in the lumpsum quoted price.

BREAK-UP OF PRICES AS PER FORM SP-1, SP-2, SP-3 AND FURTHER


BREAK-UP AS PER FORM SP-4, SP-5 and SP-6

23. BREAK-UP OF DESIGN AND DETAILED ENGINEERING PRICE (SP-1) shall


include, Design and Detailed engineering and Training, as per requirement of
Technical Part of the Bidding Document for complete work in accordance
with the various provisions of the Bidding Document.

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 6 of 31

Page 493 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

24. BREAK-UP OF SUPPLY PRICE (SP-2) shall include Sale and Supply of all
Materials (except CIVIL AND STRUCTURAL MATERIALS AND OTHER
MATERIALS FOR CONSTRUCTION AS SPECIFIED IN FORM SP-3) required for
incorporation in the permanent Works as determined by Bidder, within the scope of
work, to be necessary to establish, commission and operate the Plant/Unit,
delivered in respect of imported materials/equipment and delivered for Indigenous
materials/equipment, at the price of materials/equipment, as specified in the
Schedule of Prices. SUPPLY PRICE shall include price of all Materials/equipment
required for completion of the Works in all respects and also shall include all
associated activities. The guidelines for covering the materials/equipment and
associated activities under Supply Price is specified herein below:
a. SUPPLY PRICE (SP-2) shall include supply and transportation up to Project
Site/fabrication yard/installation site of all materials as mentioned under SP-2,
and SP-5.
b. SUPPLY PRICE (SP-2) shall include supply of any other Materials, not
mentioned under SP-2 and SP- 5, but required as per provisions of the
Bidding or Contract Documents, and as per the guidelines mentioned under
this clause 24.0
c. SUPPLY PRICE (SP-2) shall include the price of mandatory spare parts but
exclude the price of 2 years recommended spare parts.
d. SUPPLY PRICE (SP-2) shall include the price of spare parts for pre-
commissioning; commissioning and the price for such spares shall be
included in the individual equipment.
e. SUPPLY PRICE (SP-2) shall include price for special tools and tackles, if
any.
f. SUPPLY PRICE (SP-2) shall include prices for Built-In Import content billed
to and shipped to in the name of Contractor.
g. SUPPLY PRICE (SP-2) shall include the cost of all inspections including
Third Party Inspection.
h. SUPPLY PRICE (SP-2) shall also include any incidental or auxiliary supplies
which are not specified in the Bidding Document specifically but which are
required for completion of Works in all respects which could be reasonably
implied from the contents of the Bidding Document.
i. SUPPLY PRICE (SP-2) Price shall include all materials which are in the form
of finished goods. Construction materials such as civil, structural shall not be
included under SP-2 and shall be included under the Price of Construction.
25. BREAK-UP OF CONSTRUCTION PRICE (SP-3)
a. SP-3 Price shall include supply of all construction materials as required for
completion of the Work in all respects. Construction Materials, in general,
shall include cement, iron, reinforcement bar, sand, aggregates, stones,
bricks, earth and clay and other finishing materials whatsoever, barricading
materials of all kinds and welding and other electrodes, lead and other alloys
and compounds and consumables whatsoever involved for and / or

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 7 of 31

Page 494 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

incorporated in the permanent Works.


b. SP- 3 Price shall include prices of all type of construction services required
for completing the Works in all respects including construction, testing, pre-
commissioning, commissioning and handing over to Owner. This shall include
all type of Services required for completing the works in all respects as per
the scope of work specified in the Bidding Document. The major services are
specified here below, without being limited to :
c. SP-3 Price shall include - Supply, procurement, mobilization and deployment
of all labour, construction plant/equipment/machinery necessary for lifting,
loading, handling, removing, transporting, unloading or securing the
materials.
d. SP-3 Price shall include - The cost of mobilization including but not limited to
mobilization of vehicles, movements, machinery, equipment, gear, tools,
tackles, and other items and goods and personnel necessary for or to perform
the works contemplated under the Contract.
e. SP-3 Price shall include - The cost of all construction plants and equipment,
vehicles, movements, supply of water and power, construction of temporary
roads and access, temporary works, pumps, wiring, pipes, scaffolding, piling,
shuttering and other materials, supervision, labour, fuel, stores, geo
technical investigation
f. SP-3 Price shall include - All supervision charges, establishment charges,
overheads, contingencies, site organization, charges etc.
g. SP-3 Price shall include - The cost of all indemnities under the Contract, and
insurance premium for the “Insurance” not covered under Owner’s Insurance
policy but are required as per provisions of the Bidding Document.
h. SP-3 Price shall include - The cost of all rents, royalties, licenses, permits,
permission and any other fee, duty, penalty, levy payable on the excavation,
removal of transportation of any material or acquisition or use of any right of
way or other right, licenses, permit, privilege, permission or uses required for
the performance of work. This provision shall apply for the construction
materials.
i. SP-3 Price shall include - Assembly of sub-assemblies, installation,
alignment, welding, and completion up to Erection Completion and of all the
disciplines – civil and structural etc. as required according to the
specifications and drawings.
j. SP-3 Price shall include - Testing, Hydraulic testing/pneumatic testing at Site.
k. SP-3 Price shall include - Pre-commissioning of the Complete Unit
l. SP-3 Price shall include - Commissioning of the Complete Unit
m. SP-3 Price shall include - Performance Guarantee runs of the plant
n. SP-3 Price shall include - The incidental cost rising out of Punch list/ check
list issued by commissioning team of owner or operation group of owner
during pre-commissioning / commissioning for smooth and trouble free

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 8 of 31

Page 495 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI,
MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

operation of the system/ units.


o. SP-3 shall include the cost of transportation from the factory or ware house or
other places of delivery in respect of materials and to transport these to the
Contractor’s stockpiles, godowns or other places of storage approved by the
Owner, and to transport the same from said godowns or places of storage to
the work site (including for SP-2 Material) for incorporation in the permanent
work.
p. SP-3 shall also include any incidental or auxiliary works which are not
specified above or in the specifications or in the Conditions of Contract or in
the Bidding Document specifically but which are required for completion of
Works in all respects and which could be reasonably inferred from the
contents of the Contract Document.
26. The Prices for Post Warranty Comprehensive Annual Maintenance Contract
(PWCAMC) quoted in FORM SP-11 shall not be included in the total
Lumpsum Price.
27. The prices for PWCAMC shall remain valid upto the defect liability period. In
case of award, the price for PWCAMC shall remain FIRM till the completion of
scope of PWCAMC.
28. The Prices for PWCAMC shall be considered for evaluation. OWNER
reserves the right to place the order for PWCAMC before completion of defect
liability period.
29. Prices for Comprehensive Annual Maintenance Contract (PWCAMC) for a
period of five (5) years, as mentioned above, are to be quoted by the bidder
in Form SP-11. While the quotation by the bidder for Annual Maintenance
charges as specified above for the period of 5 (five) years is mandatory and
shall be considered in the evaluation of the bid. The OWNER will place
separate Purchase Order for PWCAMC on the CONTRACTOR and this price
shall not be included in the Lumpsum price.
30. The Prices for unit rate quoted in FORM SP-12 shall not be included in the
total Lumpsum Price.
31. The prices quoted in per-deim rate ( in form SP-12 ) shall be utilized for any
addition/deletion purpose .

32. The unpriced commercial bid shall contain the unpriced copy price bid
with “QUOTED” in Price Bid. Also, the unpriced copy must indicate the
GST percentage (%) along with correct SAC codes in Form-SP8A of this
Schedule of Prices (SOP). Bidder to ensure, filling correct applicable SAC
codes as the quoted Price shall be FIRM and binding for capping of
payment. In case of any ambiguity indicated in SAC code, then Owner
reserves the right to evaluate the offers with applicable taxes under the
relevant SAC code of particular services. In case of wrong assessment by
the bidder, the implications shall be dealt with as per provisions of SCC.

SOP-Solar panel
STAMP & SIGNATURE OF BIDDER
Page 9 of 31

Page 496 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM-SP-0
TOTAL LUMPSUM PRICE

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II
PROJECT OF HPCL MUMBAI

PRICES
DESCRIPTION UNIT
IN
S.
INDIAN RUPEES (INR)
No.

IN FIGS. IN WORDS

1 SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP:


Package Scope includes Design, detail engineering,
manufacture, procurement of material and bought out
components, statutory approval, assembly at shop, inspection,
testing at manufacturer's works, including supply of all
materials/equipment and tools & tackles, packing, delivery,
transportation to site, fabrication, construction, installation,
testing, commissioning, performance guarantee test run of Solar
Photo Voltaic system comprising of Solar PV modules, mounting
structures, JBs, Power conditioning unit (PCU) including civil &
structural works on lump sum turnkey (LSTK) basis as per
detailed scope of supply & works mentioned in the tender
document.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 10 of 31

Page 497 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

1a Lump Sum Prices for Design & Detail Engineering as per FORM L.S.
SP-1
1b Lump Sum Prices for Supply as per FORM SP-2 L.S.

1c Lump Sum Prices for Construction/Installation as per FORM SP- L.S.


3
Total Lumpsum Price (1a+1b+1c) [SP-0] L.S.

Notes:

1. In case of any discrepancy between Prices quoted “In Fig.” and “In Words”, the Prices quoted “In Words” shall be considered for evaluation
and award.

2. The Total lumpsum price shall be exclusive of GST for this Works Contract Service but inclusive of basic Custom Duty, Education Cess,
Secondary and Higher Education Cess, GST Compensation cess and all other taxes/duties, if any. Antidumping Duty and Safeguard Duty,
as applicable, shall be included in the Total Lumpsum Price. The GST as legally leviable & payable by the Contractor under the provisions
of applicable law(s) / act(s) shall be reimbursed by HPCL as per Contractor’s GST invoice to HPCL. Prices, taxes, duties including GST on
any transaction between Contractor and their sub-supplier/sub-contractor shall be included in the Total Lumpsum Price quoted by the
Contractor

3. This Total Lumpsum Price is inclusive of Pre-commissioning/Commissioning Spares, Mandatory Spares, Special Tools and Tackles.
However, the Total Lumpsum Price shall be exclusive of recommended spares for 2 Years Operation and Maintenance (O&M) required
beyond the Defect Liability Period.

4. Break up of TOTAL LUMPSUM PRICE is required to be submitted in FORM SP -1, SP-2, SP-3, SP-4, SP-5 and SP-6 which shall be used for
milestones payment purpose only. Further Break-up of these forms as required shall be submitted and got approved from Engineer-in-
charge/Owner in the billing schedule after award of Contract.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 11 of 31

Page 498 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-1

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II PROJECT
OF HPCL MUMBAI

BREAK UP OF LUMPSUM PRICE

Schedule of Lump-sum Price for Design and Detailed Engineering

PRICES IN INDIAN RUPEES (INR)


S. No. DESCRIPTION UNIT
IN FIGS.
IN WORDS
SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP: Complete
1.A Basic, Detailed Engineering including preparation of Datasheets, L.S.
specifications for procurement, GADs & Layouts, engineering &
fabrication drawings / schemes, review / approval of drawings &
documents from OWNER/EIL, supply of documents / manuals at all
stages as per Bidding Document requirements

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 12 of 31

Page 499 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-2

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II PROJECT
OF HPCL MUMBAI

BREAK UP OF LUMPSUM PRICE

Schedule of Lump-sum Price for Supply

PRICES IN INDIAN RUPEES (INR)


S. No. DESCRIPTION UNIT IN FIGS. IN WORDS
Procurement of raw material, sub-ordered equipment and bought outs,
1.B. shop fabrication/assembly, inspection, testing, of all items / LS
Equipment’s / Components / Materials / bought outs, supply and
transportation to site including supply of all spares (mandatory spares,
commissioning spares), , as required, special tools and tackles required
for work as per Bidding Document requirements for SOLAR
PHOTOVOLTAIC POWER PLANT ON ROOF TOP

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 13 of 31

Page 500 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-3

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II PROJECT
OF HPCL MUMBAI

BREAK UP OF TOTAL LUMPSUM PRICE

Schedule of Lump-sum Price for Construction/Installation

PRICES IN INDIAN RUPEES (INR)


S.
DESCRIPTION UNIT
No.
IN FIGS. IN WORDS
Construction / installation, Hook up, pre-commissioning, commissioning etc
1.C. and completion of work in all respects for SOLAR PHOTOVOLTAIC POWER LS
PLANT ON ROOF TOP:
Receipt, storage, conservation, preservation, transportation of materials from
store to worksite & from worksite to store, local handling of materials and
consumables at site required for the work, fabrication, construction, assembly,
erection at site, civil, structural, architectural, mechanical, electrical and
instrumentation works within battery limit, painting etc, providing all temporary
works, structures and equipment for completion, obtaining statutory
approvals, final hook-up with Owner facilities, pre-commissioning,
commissioning, performance testing, guarantee runs, completing all the work
in all respects to make system smooth operable and handing over as per
Bidding Document requirements. On-site training to Owner’s personnel for
operation & maintenance including the supply of all training materials.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 14 of 31

Page 501 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-4
FURTHER BREAK-UP OF PRICE FOR DESIGN & DETAILED ENGINEERING:

PRICES IN INDIAN RUPEES (INR)


S. No. DESCRIPTION OF ACTIVITY/ EQUIPMENT/MATERIAL UNIT IN FIGS. IN WORDS
Basic Engineering, Detailed Engineering, preparation of
Datasheets, specifications for procurement, GADs &
Layouts, engineering & fabrication drawings / schemes, ,
review / approval of drawings & documents from
1.A.
OWNER/EIL, supply of documents / manuals, at all stages
as per Bidding Document requirements, and final
documentation.

a. Detailed Engineering L.S.


b. Final documentation L.S
TOTAL OF ABOVE ( a+b)
L.S.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 15 of 31

Page 502 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-5

FURTHER BREAK-UP OF PRICE FOR SUPPLIES PORTION

PRICES IN INDIAN RUPEES (INR)


S. NO. DESCRIPTION OF ACTIVITY/EQUIPMENT/MATERIAL UNIT IN FIGS. IN WORDS
Procurement of raw material, sub-ordered equipment and bought
1. B. outs, shop fabrication/assembly, inspection, testing, of all items /
Equipment’s / Components / Materials / bought outs, supply and
transportation to site including supply of all spares (mandatory
spares, commissioning spares), consumables, , special tools and
tackles required for work as per Bidding Document requirements
for SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP:
i) Solar PV modules with JBs including module mounting frames & L.S.
structures of required height, array foundation and modules inter
connection.
ii) Array Junction boxes, Main Junction boxes and Fuse boxes / L.S.
circuit breakers.
iii) Power Conditioning Units (PCU) / Inverter system. L.S.
iv) 3-phase, 415 V AC power evacuation system consisting of MV L.S.
isolator panel for interconnection with Owner’s 415V switchboard.
v) Pyranometers, thermometers (RTD type), anemometers and L.S.
Transducers etc. with required cable
vi) Canopies complete with fixing arrangement and hardware for all L.S.
outdoor equipment.
vii) 1.1 kV grade, copper/aluminum conductor, XLPE insulated, PVC L.S.
inner sheath, steel wire/ strip armoured, PVC outer sheathed FRLS
type power cable with cable glands, cable lugs, etc.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 16 of 31

Page 503 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

PRICES IN INDIAN RUPEES (INR)


S. NO. DESCRIPTION OF ACTIVITY/EQUIPMENT/MATERIAL UNIT IN FIGS. IN WORDS
viii) 1.1 kV grade multi-strand copper conductor, twisted pair, individual L.S.
pair shielded, XLPE insulated, PVC inner sheathed, wire/ strip
armoured, overall shielded, PVC outer sheath FRLS type control
cables with cable glands, cable lugs, etc.

ix) Data communication cables. L.S.


x) Complete earthing including materials for earthing such as GI earth L.S.
electrodes in test pit (at grade level), GI earthing strip, earth plates
and earthing conductors of various sizes, connectors etc for the
earthing of various electrical equipment.
xi) Cabling system for the entire Solar Plant including cable trenches, L.S.
cable racks, GI cable trays, FRP cable trays, conduits, clamps,
pipe sleeves etc., as required including cabling accessories, cable
ties, identification tags, G.I. saddles, etc.
xii) Lightning protection of the PV modules complete with lightning L.S.
rods, lightning conductor, GI earth electrodes in test pit etc.
xiii) Safety equipment including insulated mats of required voltage L.S.
grade in front & rear of the switchboards/panels as applicable,
Allen Keys, portable battery & mains operated MV meggar, digital
hand held multi-meter, digital clamp meter with reading locking
arrangement, tong tester, Complete tool kit for the Electrician
comprising of screw drivers, testers, pliers, spanners, cable cutter /
stripper, adhesive tapes etc.
xiv) Mandatory spares as per mandatory spare list L.S.
xv) Commissioning spares L.S.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 17 of 31

Page 504 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

PRICES IN INDIAN RUPEES (INR)


S. NO. DESCRIPTION OF ACTIVITY/EQUIPMENT/MATERIAL UNIT IN FIGS. IN WORDS
xvi) Special tools and tackles for erection and start-up of equipment L.S.
and for operation and maintenance
xvii) Any other equipment/ packages not enlisted here but are L.S.
appearing in process package.
xviii) Transportation of all items to project site L.S.
TOTAL OF ABOVE L.S.

NOTES:
(i) The minor materials for Mechanical Equipment, Electrical, Instrumentation which are required in connection with site installation activities are
included under construction –Form SP-6 in relevant items.
(ii) Prices are inclusive of Third Party Inspection (TPI) charges and Ocean Freight charges and Air freight charges ( If any).

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 18 of 31

Page 505 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-6
FURTHER BREAKUP OF PRICE FOR CONSTRUCTION / INSTALLATION PORTION

PRICES IN INDIAN RUPEES (INR)


S. DESCRIPTION OF ACTIVITY UNIT
NO. IN FIGS. IN WORDS
1.C. Construction / installation, Hook up & tie-in, pre-commissioning,
commissioning etc and completion of work in all respects for
SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP:
Receipt, storage, conservation, preservation, transportation of
materials from store to worksite & from worksite to store, local
handling of materials and consumables at site required for the
work, fabrication, construction, assembly, erection at site, civil,
structural, architectural, mechanical, electrical works within
battery limit, painting etc, providing all temporary works,
structures and equipment for completion, obtaining statutory
approvals, final hook-up with Owner facilities, pre-commissioning,
commissioning, performance testing, guarantee runs, completing
all the work in all respects to make system smooth operable and
handing over as per Bidding Document requirements. On-site
training to Owner’s personnel for operation & maintenance
including the supply of all training materials.
i) Civil & Structural Works inclusive of supply materials L.S.
ii) Mechanical Works for all equipment inclusive of supply of L.S.
Associated Materials
iii) Electrical Works inclusive of Supply of Associated material. L.S.
iv) Painting inclusive of Supply of Materials L.S.
v) Testing & Commissioning (Including Pre-Commissioning) L.S.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 19 of 31

Page 506 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

PRICES IN INDIAN RUPEES (INR)


S. DESCRIPTION OF ACTIVITY UNIT
NO. IN FIGS. IN WORDS
vi) PGTR L.S.
vii) Transportation in India ( Including inland) to site of supply material L.S.
covered under SP-3
Viii) Any Other Item not mentioned Above But required for completion L.S.
of Work(Bidder to List)
xi) On-site training to Owner’s personnel for operation & LS
maintenance including the supply of all training materials (LS)
TOTAL of ABOVE L.S.

NOTES:
1. The breakup of prices given above are exclusive of supply of materials covered in SP-5 but are inclusive of materials for Civil, Structural,
General Civil, Architectural, Painting, etc.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 20 of 31

Page 507 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-7

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II PROJECT
OF HPCL MUMBAI

PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE

RATE
DESCRIPTION OF RECOMMENDED AMOUNT
SL. NO. UNIT QTY. CURRENCY
SPARES IN FIGURES IN WORDS
(INR)

1. 2. 3. 4. 5A. 5B. 5C. 6.


No.
1
2 No.
3 No.
4 No.
5 No.
NOTE:
1. Prices as per Form SP-7 shall be submitted within 3 months of award of work as per provisions of SCC Cl. No. 34.8.3 a ).
2. These two years Operation and Maintenance (O&M) spares shall not be considered for evaluation.
3. Prices of two years Operation and Maintenance (O&M) spares shall be kept valid for a period of 12 Months after Contractual Commissioning
Owner reserves the right to place the Order for such O & M Spares.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 21 of 31

Page 508 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-8A

DETAILS OF GOODS AND SERVICE TAX (GST) CONSIDERING CONTRACT AS WORKS CONTRACT SERVICE

Amount in INR
Celling Amount on Non-creditable SAC CODE AS
Percentage (%) Creditable GST
which GST is Amount of GST GST excluded PER GST ACT
SL. Rate of GST excluded from the
DESCRIPTION applicable (IN INR) from the Quoted
NO. applicable quoted Price
(IN INR) Price
(D) (E=C-D) (F)
(A) (B) (C) = (A) X (B)
1 Total Lumpsum
CGST and SGST 18%
Price as Quoted (i.e. CGST 9%
in Form SP-0 plus SGST 9%)

Notes:

1. 69.38 % of GST on Works Contract Services indicated against Column No. D of FORM SP-8A shall be considered for loading.

2. 100 % of GST on Works Contract Services indicated against Column No. E of FORM SP-8A shall be considered for loading

3. The GST shall be payable to the Contractor only upon submission of GST invoice in accordance with GST Act, subject to the ceiling
mentioned in FORM- 8A.

4. The statutory variations in GST and Basic Custom Duty shall be adjusted as per Clause No. 22.0 of SCC of the bidding document

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 22 of 31

Page 509 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

DETAILS OF CUSTOM DUTY AND CUSTOM RELATED DUTIES


FORM-SP-9

Description IGST GST


Other Compensation Custom Tariff
Custom Cess, if Considered
Related applicable (Bidder to
Basic Custom duties (included in indicate)
CIF VALUE Duty on included in Lump sum Price)
INCLUDED IN Import Lumpsum
TOTAL included in Price
LUMPSUM the Lumpsum (Other than
PRICE Price IGST)
Amount Amount Amount Amount Amount
IN INR IN INR IN INR IN INR IN INR
1 2 3 4 5 6 7

FOR BUILT IN IMPORT CONTENT


INCLUDED IN SP-0 Price

NOTES:
1. Under the column (2) CIF values of imports shall be indicated. The CIF value indicated in Column 2 shall be based on CFR value plus
marine insurance.
2. The Customs Duty and other custom related duties as indicated above shall be included in the quoted price
3. CIF value in column no. 2 is cost including marine freight and is included in the price quoted for Supply in Form SP-2.
4. In Column no. 5 of the above SP Form, Bidder to indicate Total IGST Amount (Creditable/Non-Creditable to Contractor) on Built-in Import
Content. The Lumsum price quoted shall be inclusive of the impact if any, towards the credit/non-credit applicable to the bidder for the IGST
on built-in import content. No IGST and/ or any variation thereof on such built-in import content shall be separately payable by the Owner.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 23 of 31

Page 510 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

FORM SP-10

GUARANTEED VALUES

S.No DESCRIPTION GAURANTEED POWER output (in KWh/Year)

1. Power Output in SOLAR PHOTOVOLTAIC POWER PLANT ON Not applicable


ROOF TOP

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 24 of 31

Page 511 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

TERMS & CONDITIONS FOR POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (PWCAMC)

1. Bidder to quote the Price for Comprehensive Annual Maintenance Contract for the items as per scope defined in the tender documents for a
period of 5(five) Years. Bidder to give year wise Break-Up in the SP-11 Formats
2. The PWCAMC quoted in price schedule format shall be inclusive of all the charges for transportation, lodging, boarding, all insurances
including third party insurance, all taxes & duties but excluding GST which shall be payable extra at actual on submission of Invoices as per
the GST rules. Owner will not have any liability, whatsoever, over and above the quoted prices.
3. The payment terms for the PWCAMC shall be on quarterly basis after completion of the each quarter against submission of Bills duly
certified by Owner.
4. The order for PWCAMC shall be placed before the expiry of contractual defect liability period. The period of PWCAMC services will remain
firm & fixed for the complete execution of PWCAMC contract. In case, there is any delay in start of PWCAMC from the date of Expiry of
Warranty Period, the charges shall be paid on pro-rata basis for the actual duration of execution of PWCAMC.
5. Within 2 weeks of placement of Order for PWCAMC, Contractor shall submit the CPBG for an amount of 5% of the maximum annual
PWCAMC amount amongst the year wise 5 years’ PWCAMC amount, which shall be valid for the entire PWCAMC period Plus 3 Month
Claim Period.
6. Periodic and Preventive Maintenance: Contractor/Supplier shall depute their engineers to installation site as & when required for regular
check-ups as Part of Periodic maintenance. Contractor/Supplier shall also depute their Service engineers periodically for preventive
maintenance, Major repairs/ Replacement and reporting. Price shall also include such regular as well as Emergency Visits, as required.
7. Scope of PWCAMC shall be as per the scope defined in the Tender document. The quoted lump sum rate shall include providing all
manpower, machineries and materials required to carry out the work as per scope of work of PWCAMC defined in the bidding/contract
document.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 25 of 31

Page 512 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

PRICES FOR ANNUAL MAINTENANCE CONTRACT SERVICES


FORM SP-11 (i)

FORM SP-11 (ii)

PRICES FOR ANNUAL MAINTENANCE CONTRACT SERVICES FOR ROOF TOP SOLAR PHOTOVOLTAIC PLANT

S.No. DESCRIPTION PRICES IN INDIAN RUPEES (INR)


IN FIGS. IN WORDS
1. Post Warranty Annual Maintenance Contract for 5 years
duration as per clause-2.8 of Scope of work enlosed with
tender document. comprising of deployment of minimum
one Supervisor including supply of spare parts and
deployment of extra personnel required for repair or
replacement of the above systems for the following
periods:
2. a) First year after expiry of defect liability
3. b) Second year after expiry of defect liability
4. c) Third year after expiry of defect liability
5. d) Fourth year after expiry of defect liability
6. e) Fifth year after expiry of defect liability
7. TOTAL PRICES (a + b + c + d + e)

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 26 of 31

Page 513 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

Form SP-12

NAME OF WORK : SOLAR PHOTOVOLTAIC POWER PLANT ON ROOF TOP OF NON PLANT BUILDING AT CALICO FOR MR II PROJECT
OF HPCL MUMBAI
HINDUSTAN PETROLEUM CORPORATION LIMITED AT HPCL MUMBAI REFINERY, MAHARASHTRA, INDIA

Sl. No. Description Quantity Unit Rate (in INR)

UNIT RATES FOR ADDITION/DELETION AS PER CLAUSE-2.6 IN TECHNICAL PART OF SCOPE OF WORK
ENCLOSED WITH TENDER DOCUMENT.

1 Cost of Solar system per m2 1 Unit

2 Solar PV module ( > 300 Wp) 1 Unit

IP65 Solar PV array junction box of each rating complete with 2-


3 1 Unit
pole connectors, diode with heat sink, fuses, cable glands, etc.

4 10 kW PCU / Inverter for solar system 1 Unit


5 20 kW PCU / Inverter for solar system 1 Unit
6 25 kW PCU / Inverter for solar system 1 Unit
7 30 kW PCU / Inverter for solar system 1 Unit
8 40 kW PCU / Inverter for solar system 1 Unit

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 27 of 31

Page 514 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

9 50 kW PCU / Inverter for solar system 1 Unit


10 75 kW PCU / Inverter for solar system 1 Unit
11 100 kW PCU / Inverter for solar system 1 Unit
12 125 kW PCU / Inverter for solar system 1 Unit
13 Control junction boxes of each type 1 Unit
14 Lightning arrester 1 Unit
15 Earthing kit assembly 1 Unit
16 Diode with heat sink (of each rating) 1 Unit
17 2-pole connectors (of each rating) 1 Unit
18 Power cable of each size 1 Unit
19 Control cable of each size 1 Unit
20 16A MCCB 1 Unit
21 25A MCCB 1 Unit
22 32A MCCB 1 Unit
23 63A MCCB 1 Unit
24 125A MCCB 1 Unit
25 160A MCCB 1 Unit

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 28 of 31

Page 515 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

26 250A MCCB 1 Unit


27 400A MCCB 1 Unit
28 32A TPN Heavy duty switch 1 Unit
29 63A TPN Heavy duty switch 1 Unit
30 125A TPN Heavy duty switch 1 Unit
31 160A TPN Heavy duty switch 1 Unit
32 250A TPN Heavy duty switch 1 Unit
33 400A TPN Heavy duty switch 1 Unit
34 16A HRC Fuse 1 Unit
35 32A HRC Fuse 1 Unit
36 63A HRC Fuse 1 Unit
37 125A HRC Fuse 1 Unit
38 160A HRC Fuse 1 Unit
39 250A HRC Fuse 1 Unit
40 400A HRC Fuse 1 Unit
41 10A DP MCB 1 Unit
42 16A DP MCB 1 Unit

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 29 of 31

Page 516 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

43 25A DP MCB 1 Unit


44 32A DP MCB 1 Unit
45 63A DP MCB 1 Unit
46 10A DP switch 1 Unit
47 16A DP switch 1 Unit
48 32A DP switch 1 Unit
49 63A DP switch 1 Unit
50 15/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
51 30/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
52 60/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
53 100/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
54 150/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
55 200/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
56 300/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
57 400/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
58 Analog Ammeter with ASS 1 Unit
59 Analog Voltmeter with VSS 1 Unit

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 30 of 31

Page 517 of 694


PACKAGE: ROOF TOP SOLAR PHOTOVOLTAIC PLANT
PROJECT: MR-II Tankage Project
JOB No. A857
HINDUSTAN PETROLEUM CORPORATION LIMITED, MUMBAI, MAHARASHTRA, INDIA
BIDDING DOCUMENT NO.: CK/A857-161-EJ-TN-0012/1011

60 Digital Multifunction Meter 1 Unit


61 kWH Meter (Digital type) 1 Unit
62 Hour Run meter 1 Unit
63 Frequency meter 1 Unit
64 Local / Remote Selector Switch 1 Unit
65 Cluster Type LED Indicating Lamps 1 Unit
66 Push button 1 Unit
67 Power Contactor of each rating 1 Unit
Control contactors / Aux. contactors / Aux. Relays with 2 NO + 2
68 1 Unit
NC Potential free contacts

69 Foundation for solar PV system 1 Unit


70 Any other items (as per bidder's recommendation) 1 Unit

NOTE: Bidder to Refer tender for detailed description of the items against the corresponding Item. Sl. Nos. and submit
their prices accordingly.

SOP-Solar panel STAMP & SIGNATURE OF BIDDER


Page 31 of 31

Page 518 of 694


MASTER INDEX (TECHNICAL) Document No.
FOR A857-161-16-50-LL-0012
ROOF TOP SOLAR PV PLANT TENDER Rev. A
MR-II PROJECT Page 1 of 4

MASTER INDEX (TECHNICAL)


FOR
ROOF TOP SOLAR PHOTOVOLTAIC PLANT
TENDER

(TENDER NO. A857-161-16-50-EJ-0012)

PROJECT : MR-II PROJECT, MUMBAI

OWNER : M/s HPCL, MUMBAI

PMC : M/s ENGINEERS INDIA LTD.

JOB NO. : A857

A 29.12.2017 ISSUED WITH TENDER PS/RS VK PG


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 519 of 694


MASTER INDEX (TECHNICAL) Document No.
FOR A857-161-16-50-LL-0012
ROOF TOP SOLAR PV PLANT TENDER Rev. A
MR-II PROJECT Page 2 of 4

LIST OF CONTENTS

S. Rev.
DESCRIPTION Document No.
No. No.
SECTION-A: SCOPE OF WORK AND SUPPLY
A.
(DISCIPLINE WISE)
A.1 ELECTRICAL
Scope of Work (Electrical) for Roof Top Solar
1. A857-161-16-50-SOW-0012 A
Photovoltaic Plant

SECTION-B: JOB SPECIFICATIONS


B.
(DISCIPLINE WISE)
B.1 ELECTRICAL
Electrical Job Specification for Roof Top Solar
1. A857-161-16-50-SP-0013 A
Photovoltaic Plant

SECTION-C: INSPECTION & TEST PLAN


C.
(DISCIPLINE WISE)
C.1 ELECTRICAL
Inspection test plan for MV and HV cables and
1. 6-81-1051 3
accessories
Inspection test plan for communication and fire
2. 6-81-1052 3
alarm cables

SECTION-D: EIL STANDARDS


D.
(DISCIPLINE WISE)
D.1 ELECTRICAL
1. Typical earth electrode for earthing system 7-51-0101 4
2. Typical earth electrode in test pit 7-51-0102 5
3. Typical earth plate fixing details 7-51-0103 5
4. Marking of trenches for electric cables 7-51-0301 4
5. Typical section of cable trench in unpaved areas 7-51-0302 4
Installation details for conduit or cable support
6. 7-51-0305 4
on wall/ slab/ beam
Safety measures for electrical installations
7. 7-51-0332 2
during constructions
Details of hot dip Galvanized ladder type cable
8. 7-51-0333 2
trays
Typ. installation details of electrical panels on
9. 7-51-0336 2
cable trench
10. Equipment earthing schedule 7-51-0116 7
11. Section of RCC cable trench 7-51-0303 5

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 520 of 694


MASTER INDEX (TECHNICAL) Document No.
FOR A857-161-16-50-LL-0012
ROOF TOP SOLAR PV PLANT TENDER Rev. A
MR-II PROJECT Page 3 of 4

S. Rev.
DESCRIPTION Document No.
No. No.
Installation details for conduit or cable support
12. 7-51-0305 4
on wall / slab / beam
Typ. installation details of electrical panels on
13. 7-51-0335 3
false flooring

SECTION-E: EIL SPECIFICATIONS


E.
(DISCIPLINE WISE)
E.1 ELECTRICAL
Specification for medium and high voltage
1. 6-51-0051 8
cables & accessories
Specification for communication and fire alarm
2. 6-51-0052 6
cables
3. Specification for electrical equipment Installation 6-51-0081 4
4. Specification for cable installation 6-51-0082 4
5. Specification for earthing installation 6-51-0084 4
Specification for field inspection, testing and
6. 6-51-0087 3
commissioning of electrical installation

SECTION-F : DRAWINGS
F.
(DISCIPLINE WISE)
F.1 ELECTRICAL
1. Substation - Ground and first floor plan A857-161-81-41-02030 2
2. Substation - Terrace plan A857-161-81-41-02031 1
3. Substation - Sections A857-161-81-41-02032 1
4. Control Room - Ground floor plan A857-161-81-41-12004 1
5. Control Room - Terrace plan A857-161-81-41-12005 1
6. Control Room - Elevations and sections A857-161-81-41-12007 1
7. Administration Building - Ground floor plan A857-161-81-41-12011 1
8. Administration Building - Terrace plan A857-161-81-41-12014 0
9. Administration Building- Sections A857-161-81-41-12015 1
10. Administration Building- Sections A857-161-81-41-12018 1

G. SECTION-G : DATA SHEETS


G.1 DATA SHEETS- ( ELECTRICAL)
1. Data sheet for Solar PV Module A857-161-16-50-DS-0611 A
2. Data sheet for Power Conditioning Unit A857-161-16-50-DS-0612 A

H. SECTION-H : MISCELLANEOUS

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 521 of 694


MASTER INDEX (TECHNICAL) Document No.
FOR A857-161-16-50-LL-0012
ROOF TOP SOLAR PV PLANT TENDER Rev. A
MR-II PROJECT Page 4 of 4

S. Rev.
DESCRIPTION Document No.
No. No.
H.1 ELECTRICAL
Vendor List For Electrical Equipments &
1. A857-161-16-50-OD-0012 A
Components
Technical Check List
2. A857-161-16-50-CL-0012 A
(information required with bid)
Specification for quality management
3. 6-78-0001 1
requirements from Bidders
Specification for documentation requirements
4. 6-78-0002 1
from Contractors
Specification for documentation requirements
5. 6-78-0003 1
from Suppliers

I. SECTION-I : VENDOR DATA REQUIREMENTS


Vendor Data Requirements (Electrical) for Roof
1. A857-161-16-50-VDR-0012 A
Top Solar PV tender

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 522 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 1 of 14

ELECTRICAL SCOPE OF WORK


FOR
ROOF TOP SOLAR PHOTOVOLTAIC PLANT
(TENDER NO. A857-161-16-50-EJ-T-0012)

PROJECT : MR-II PROJECT, MUMBAI

OWNER : M/s HPCL MUMBAI

CONSULTANT : M/s ENGINEERS INDIA LTD.

JOB NO. : A857

A 29.12.2017 ISSUED FOR TENDER PS/RS VK PG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 523 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 2 of 14

TABLE OF CONTENTS

S. NO. DESCRIPTION

1.0 GENERAL

2.0 SCOPE OF WORK

2.1 WORKS INCLUDED

2.2 DESIGN AND DETAIL ENGINEERING

2.3 SUPPLY, INSTALLATION, TESTING & COMMISSIOING

2.4 MISCELLENEOUS SCOPE

2.5 TWO YEARS OPERATION & MAINTENANCE SPARES

2.6 UNIT RATE FOR ADDITION/DELETION

2.7 STATUTORY APPROVAL

2.8 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

3.0 CO-ORDINATION WITH OTHER CONTRACTORS/ AGENCIES

4.0 WORKS EXCLUDED

5.0 FREE ISSUED EQUIPMENT/ITEMS

6.0 LIST OF ATTACHMENTS

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 524 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 3 of 14

1.0 GENERAL

Hindustan Petroleum Corporation Limited intends to implement a Project (namely MR-II


project) in order decongest the existing Mumbai Refinery by shifting Product Tanks to
the adjacent HPCL’s Calico Plot. The proposed MR-II Project shall be executed in
HPCL’s Calico Plot and is to be integrated with the existing Refinery system. The MR-II
(Calico plot) project will comprise of various non plant buildings (such as Substation,
Control room, Administration building, Fire water pump house, Fire station, Entry gate
house building, etc.), pump houses etc. PV based roof top solar plants are envisaged to
be installed on roof tops of Sub-Station Building, Control Room and Administration
Building and to feed the generated solar power to the electrical system of the complex.

The PV based solar plant is planned to be engineered, supplied, erected, commissioned


& handed over through EPC mode on lump sum turnkey (LSTK) basis. The intent of this
document is to define complete electrical scope of work for design, engineering,
procurement, supply, fabrication, construction, inspection, testing, precommissioning,
commissioning, performance guarantee test run, handing over of Solar PV Plant at
HPCL, Mumbai.

The Solar PV Plant shall be designed to produce 415V, 3-phase AC power of 305 kWp
(minimum) for feeding into the Owner’s 415V electrical system.

Solar Array, Junction boxes, metrological instruments, power conditioning units, etc.
shall be located on the building roof top. Main distribution board of solar system shall be
located in air-conditioned room at ground floor (control room and administration building)
/ first floor (at substation).

Contractor scope includes hook up of solar power up to Owner’s 415 V MV switchboard


located in air-conditioned room at ground floor (control room and administration building)
/ first floor (at substation) including supply, laying and termination of incoming power &
control cabling from PCU/ metering panel to Owner’s MV switchboard.

2.0 SCOPE OF WORK

The scope of work under this tender covers basic design and engineering, system
design, detailed engineering, preparation of drawings and documents as specified,
sizing, selection, procurement, transportation to site, supply of all materials/ equipment,
all tools and tackles, installation, testing, commissioning, performance guarantee test
run, handing over of all electrical works complete in all respects as per data sheets,
specifications, standards etc., specified in the tender.

Works as listed below, but not limited to it, are included in the scope of this tender. It
shall be on the basis of single point Contractor’s responsibility, completely covering all
the equipment defined in this document and required for completion of the system for
the PV solar plant.

2.1 General

Contractor scope of services shall include but not limited to the following and perform
the work on EPC LSTK basis:

2.1.1 Bidder/Contractor shall visit site to ascertain the complete scope of work and to collect
data regarding existing power supply arrangement, location, space availability for
locating PV modules, shadow from existing structures, PCU, etc. Bidder/Contractor shall
confirm suitability and availability of requisite space on building roof top for offered PV

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 525 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 4 of 14

modules. All equipment & material required for complete SPV plant and interconnection
with existing power supply system is in Contractor’s scope.

2.1.2 System basic & detailed engineering, design Criteria document, system sizing
calculations, single line diagrams, layout drawings etc.

2.1.3 Engineering for procurement including preparation of enquiry specifications, bid


evaluation, preparation of purchase specifications, expediting and approval of vendor
drawings.

2.1.4 Detail engineering comprising of plant foundation, structures, civil and mechanical
structures etc., electrical layouts.

2.1.5 Preparation of Documentation and obtaining Owner reviews for the same.

2.1.6 Overall Project Management and progress reporting to Owner.

2.1.7 Procurement of raw material and bought out equipment & components.

2.1.8 Inspection of the raw material and finished products stage wise.

2.1.9 Manufacture, fabrication and assembly at site.

2.1.10 Coordination and statutory approval from government / non government bodies / nodal
agencies. The Statutory approvals which are to be taken by the Owner shall be in the
scope of the Contractor. Owner shall only give the covering letter and statutory fees to
the Contractor and Contractor shall obtain the approval on behalf of the Owner.

2.1.11 Obtaining clearances and interaction with MNRE, Mumbai EB, other nodal agencies etc.
and other Contractors working at site.

2.1.12 Dispatch and transportation of equipment, consumables, construction aids and other
materials to site.

2.1.13 Establishment of site office.

2.1.14 Storage, transportation, unloading, security and handling of equipment at site.

2.1.15 Erection and installation of the complete Solar PV Plant.

2.1.16 Engineering for interfacing of all the inputs and outputs.

2.1.17 Mechanical completion.

2.1.18 Pre-commissioning activities and rectification.

2.1.19 Commissioning and reliability run.

2.1.20 Performance testing.

2.1.21 Handing over the plant to the Owner.

2.1.22 Training of the Owner’s Engineering and Operating Personnel.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 526 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 5 of 14

2.1.23 Any specific work or supplies of equipments/items that is/are essentially required as per
good engineering practice for proper functioning and safe & sustainable operation of the
solar plant deemed to have been specified and shall be included in the scope of
Contractor. Contractor shall mention any omission/missing information in the enquiry
document while submitting their bid.

2.2 Design and detail engineering

The Contractor’s scope of work shall include the design and detail engineering activities,
including but not limited to the following:

2.2.1 Sizing calculation of various components like PV modules, JBs, Power conditioning Unit,
MV power cables etc.

2.2.2 Calculations for plant earthing and lightning protection. Carryout soil resistivity test to
ascertain the soil resistivity value for earthing system design.

2.2.3 Preparation of overall relay cum metering single line diagram of the power distribution
system.

2.2.4 Preparation of system architecture drawing for data logging and central monitoring
system.

2.2.5 Software output Report indicating the annual energy generation at site considering the
rating & quantity of PV modules provided, solar irradiance, tilt angle, system losses,
other parameters using reputed software (PV system, etc.).

2.2.6 Preparation of electrical equipment layouts.

2.2.7 Preparation of control, protection and annunciation schemes.

2.2.8 Schematic and wiring diagrams.

2.2.9 Preparation of cabling, earthing, lightning protection layout drawings including


associated documents like cable schedules etc.

2.2.10 Preparation of cable interconnection drawings.

2.2.11 Preparation of electrical equipment list.

2.2.12 Preparation of field testing and commissioning schedule and QA schedule for various
electrical equipments.

2.2.13 Preparation of factory acceptance tests and site acceptance test procedures.

2.2.14 Preparation of operation and maintenance schedules/manuals.

2.2.15 Type, routine and acceptance test certificates.

2.2.16 Vendor and sub vendor drawings.

2.2.17 Preparation of bill of materials for cabling, earthing, lightning protection system, bulk
electrical material etc.

2.2.18 Preparation of all final as built drawings

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 527 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 6 of 14

2.2.19 The Contractor while performing design and engineering activities shall adhere to
following guidelines:

a) Contractor, if not covered but required shall prepare any additional specifications
for equipment or material. Contractor shall follow current national & international
standards/specifications for the equipment that are not covered by Owner’s
specifications.

b) Contractor shall develop detailed drawings and submit for Owner’s review.

c) Contractor to note that equipment ratings and quantity, wherever specified in the
tender shall be considered as minimum rating & quantity. Contractor shall be
responsible to verify the same and provide equipment with higher rating & quantity
subject to minimum rating as per tender requirements. Compliance shall be without
any extra cost and time implications to Owner.

2.3 Supply, installation, testing and commissioning of equipment/material

Contractor shall supply, install, test and commission all equipment/material required for
SPV plant for the specified plant design life, including but not limited to the following:

2.3.1 Solar PV modules with JBs including module mounting frames & structures of required
height, array foundation and modules inter connection.

2.3.2 Array Junction boxes, Main Junction boxes and Fuse boxes / circuit breakers.

2.3.3 Power Conditioning Unit (PCU), separate metering panel (if provided), 3-phase 415 V
AC power evacuation system consisting of MV isolator panel for interconnection with
Owner’s 415V switchboard.

2.3.4 Pyranometers, thermometers (RTD type), anemometers and Transducers etc. with
required cable and valid calibration certificate for measurement of solar irradiance,
ambient temperature, surface temperature, wind speed.

2.3.5 Canopies complete with fixing arrangement and hardware for all outdoor equipment.

2.3.6 1.1 kV grade, copper/aluminum conductor, XLPE insulated, PVC inner sheath, steel
wire/ strip armoured, PVC outer sheathed FRLS type power cable with cable glands,
cable lugs etc. for interconnecting the equipment / system and interconnection with
Owner’s 415V MV switchboard.

2.3.7 1.1 kV grade multi-strand copper conductor, twisted pair, individual pair shielded, XLPE
insulated, PVC inner sheathed, wire/ strip armoured, overall shielded, PVC outer sheath
FRLS type control cables with cable glands, cable lugs etc. for interconnecting the
equipment / system and interconnection with Owner’s 415V MV switchboard.

2.3.8 Data communication cables.

2.3.9 Complete earthing including materials for earthing such as GI earth electrodes in test pit
(at grade level), GI earthing strip, earth plates and earthing conductors of various sizes,
connectors etc for the earthing of various electrical equipment.

2.3.10 Cabling system for the entire Solar Plant including cable trenches, cable racks, GI cable
trays, FRP cable trays, conduits, clamps, pipe sleeves etc., as required including cabling
accessories, cable ties, identification tags, G.I. saddles, etc. Cables shall be routed

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 528 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 7 of 14

through existing cable trays wherever available. Contractor shall visit the site to
ascertain the availability of space in existing cable trays.

2.3.11 Lightning protection of the PV modules complete with lightning rods, lightning conductor,
GI earth electrodes in test pit etc.

2.3.12 Safety equipment including insulated mats of required voltage grade in front & rear of the
switchboards/panels as applicable, Tools and tackles, Allen Keys, portable battery &
mains operated MV meggar, digital hand held multi-meter, digital clamp meter with
reading locking arrangement, tong tester, Complete tool kit for the Electrician comprising
of screw drivers, testers, pliers, spanners, cable cutter / stripper, adhesive tapes etc.

2.3.13 The civil erection work including civil foundation, structural works shall be performed with
respect to the following but not limited to –
a) Solar PV modules array, mounting frames of required height & other electrical
equipment in field.
b) Entire cable trays, racks, supports, accessories.
c) Cable trenches.
d) Slab cutting for cable entry from one floor to another floor/ roof etc.

2.3.14 Fabrication, supply, erection and painting of steel structural supports required for various
electrical equipment such as PCU, PV arrays etc.

2.3.15 Supply of recommended spares for Two years of normal operation and maintenance for
all electrical equipments and items along with unit price. Refer clause no. 2.5 below.

2.3.16 Supply of all Commissioning spares required for testing & commissioning of Solar PV
plant. Contractor shall consider the same while quoting for the applicable items.

2.3.17 Supply of Special tools and tackles for installation/testing/commissioning of Contractor’s


supplied equipment, supply of spare/ lamp, as per site requirements.

2.3.18 Bidder / Contractor shall quote unit price for purpose of addition/deletion of modules and
components at a later date/during detailed engineering. Refer clause no. 2.6 below.

2.3.19 Miscellaneous material for civil works like sand, bricks, cement, structural steel for cable
tray supports, foundation, cable trenches etc.

2.4 Miscellaneous scope

Contractor shall include but not limited to the following scope:

2.4.1 Bidder / Contractor shall submit along with the offer, the output/ report from an
established software (PV system, etc.) indicating the annual energy generation at site
considering the rating & quantity of solar modules, series parallel connections, solar
irradiance, insolation, tilt angle, system losses and other relevant details.

2.4.2 Obtaining approval from Electrical inspector for installation and energisation of complete
electrical facilities. Any modification or additional requirements suggested by Electrical
inspector shall be carried out by the Contractor at his own cost without affecting the
project time schedule and with no cost implication to Owner.

2.4.3 Obtaining any approvals & clearances, as/if required, for electrical equipment and their
installation from various nodal agencies.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 529 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 8 of 14

2.4.4 Measurement of soil resistivity (electrical) as required for earthing system design.

2.4.5 Construction power supply for the plant shall be provided by Owner to Contractor on
chargeable basis.

2.4.6 Any other electrical equipment, material and work not explicitly mentioned but,
nevertheless required to fulfill the following minimum requirements of the plant shall be
deemed to be included in the scope of the Contractor with no additional cost/ time
implication to the Owner.
 Achieving the guaranteed power/energy generation requirements for plant life
specified elsewhere.
 To ensure equipment and personnel safety.
 To suit site facilities and environmental conditions.
 To meet the requirement of statutory approving authority.

2.4.7 All the works to be performed and supplies to be affected as part of the tender shall
require specific approval/ review of Owner. Major activities requiring approval/ review
shall include but not be limited to those identified in the list of documents for Approval/
review/ records.

2.4.8 Before proceeding with procurement and/ or order placement, the Contractor shall
furnish technical data and particulars of his final selected vendor as per vendor data
form to Owner for approval. In case vendor, as proposed by Contractor, is found
unacceptable, the Contractor shall furnish technical data and particulars of other
vendors from approved list of vendors for Owner approval.

2.4.9 All drawings/ documents to be submitted for approval/ review/ records shall accompany
design calculations as per approved schedule of documentation.

2.4.10 Providing necessary help and manpower to other Contractors for interface with
equipment supplied under the scope of this tender. Exchange of information & co-
ordination at appropriate time with other Contractors working at site.

2.4.11 For the following equipment, Contractor shall ensure that testing and commissioning of
the equipment at site shall be done by the respective equipment manufacturer:
 Solar PV modules
 Power conditioning unit

However for other equipments, Contractor shall ensure services of manufacturer’s


representative as required during testing and commissioning,

2.4.12 Contractor shall furnish factory acceptance testing and site acceptance testing
procedures from manufacturers for Owner approval. Site acceptance testing shall be
included for equipments such as plant monitoring system, PCU etc. The equipment
manufacturer shall carry out these tests at site only. Site testing procedures shall be got
approved from Owner before performing these tests at Site.

2.4.13 Contractor shall prepare detailed testing, pre-commissioning and commissioning


procedures for the entire installation. These shall include Performa for defining activities
and recording of test results.

2.4.14 Combined testing for the complete system and Performance guarantee test at site.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 530 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 9 of 14

2.4.15 Supply and installation of all other accessories not specifically mentioned herein but
nevertheless necessary for completion of job.

2.5 TWO YEARS OPERATION & MAINTENANCE SPARES

2.5.1 Contractor shall provide list of spares required for Two years of normal operation and
maintenance for all electrical equipment in their scope of supply, as applicable, along
with unit prices, but not limited to the following:
a) Power contactors (each type & rating) – if applicable
b) Contact sets for power contactors (each type & rating) – if applicable
c) Control contactors/Auxiliary contactor/Control relays (each type & rating)
– if applicable
d) Control circuit fuses (each type & rating) – if applicable
e) Indicating lamps (Cluster LED type) – if applicable
f) Control switches / MCB (each type & rating) – if applicable
g) MCCB (each type & rating) – if applicable
h) Any other items / components as per vendor’s recommendation

Bidder may add/ recommend additional spares (which are not covered above) and shall
list the same in its offer along with unit rates.

2.5.2 Bidder shall also quote % increase on unit rate for each recommended spare (for two
years operation and maintenance) year wise as per the following which may be required
during 5 years of AMC period.

S. No Year description Unit rate


Spares required % increase on the unit rate quoted for 2-years
1
during year-2020 O&M spares which is valid till 31/12/2019
Spares required % increase on the unit rate quoted for 2-years
2
during year-2021 O&M spares which is valid till 31/12/2019
Spares required % increase on the unit rate quoted for 2-years
3
during year-2022 O&M spares which is valid till 31/12/2019
Spares required % increase on the unit rate quoted for 2-years
4
during year-2023 O&M spares which is valid till 31/12/2019
Spares required % increase on the unit rate quoted for 2-years
5
during year-2024 O&M spares which is valid till 31/12/2019
Spares required % increase on the unit rate quoted for 2-years
6
during year-2025 O&M spares which is valid till 31/12/2019

2.6 UNIT RATE FOR ADDITION/DELETION

Bidder / Contractor shall quote unit price for purpose of addition/ deletion of modules and
components of Solar PV system at a later date/ during detailed engineering. The price
shall include all accessories, wiring, mounting, etc. as required. The modules /
components/ Items are listed at Table-1 in this document.

Bidder may additionally quote unit rates for the modules/ components/ items which are
not covered in Table-1 and shall list the same in his offer along with unit rates.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 531 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 10 of 14

2.7 STATUTORY APPROVAL


2.7.1 All rules, regulations and guidelines issued by CEA/Electrical Inspectorate from time to
time through books, gazettes and circulars shall apply. It shall be the Contractor's
responsibility to properly acquaint himself with all requirements of CEA/Electrical
Inspectorate and carry out all work and installation as per this requirement.
2.7.2 Contractor shall make an application on behalf of the Owner for submission to CEA/
Electrical Inspectorate along with copies of required certificates complete in all respects
and submit to the engineer-in-charge for onward transmission well ahead of time so that
the actual commissioning of system/ equipment is not delayed for want of inspection by
the Inspector. Contractor shall arrange the actual inspection of work by the Electrical
Inspector. Necessary coordination and liaison work in this respect shall be the
responsibility of the Contractor.
2.7.3 Statutory approvals from CEA/ Electrical Inspectorate shall be taken by Contractor. All
documents, drawings, certificates and test reports as required shall be furnished by the
Contractor as and when required and Contractor's representative shall be available up
to the end for carrying out all formalities with the statutory authorities.
2.7.4 The Inspection and acceptance of the work as above shall not absolve the Contractor
from any of his responsibilities under this contract.
2.7.5 Any other statutory approval of works required for the electrical installation is also
included in the Contractor's scope.

2.8 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR FIVE YEARS

2.8.1 ANNUAL MAINTENANCE SERVICES

2.8.1.1 Contractor shall quote for Comprehensive Annual Maintenance Service Contract
(CAMC) under which the Contractor shall maintain the Solar PV System for a period of
five years from the date of expiry of warranty for Solar PV plant.

2.8.1.2 Bidder / Contractor shall quote for Annual Maintenance Services for a period of five (5)
years for the Solar PV system with year wise cost breakup and this price validity shall be
available for the entire period of contract. During the AMC period, all recommended
practices of the OEM shall be followed.

2.8.1.3 Periodical checking (once in 15 days) of all parameters for system operation and
diagnosis, routine checking and cleaning operations, annual preventive maintenance as
required for smooth and trouble-free operation of the SPV system (which would include
all items supplied by him under this Contract) shall be carried out by the Contractor
during the service contract period. The Contractor shall attend to calls of breakdown as
and when required. However, day-to-day operation of the Plant shall be excluded from
the maintenance service contract. The contractor shall supply all consumable items like
grease, leaning material, dhoti etc. required for maintenance services.

2.8.1.4 Call back service shall be provided in case of any faults detected by Owner. The faults
shall be rectified within the reasonable time but in any case not more than 24 hours from
the time of receipt of call.

2.8.1.5 The Contractor shall ensure that the working of the system is maintained for 24x7.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 532 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 11 of 14

2.8.1.6 The Contractor shall submit annual preventive maintenance schedule along with all the
formats to be used at the time of bid submission.

2.8.1.7 To provide repairs to the system as & when required to keep the system functional at all
times.

2.8.2 MANPOWER

2.8.2.1 Contractor shall have to provide adequate qualified and experienced manpower to
provide the above services complete with all tools & tackles and testing equipments.

2.8.2.2 The Contractor shall ensure effective supervision of the personal deployed by him.

2.8.3 DOCUMENTATION

2.8.3.1 Maintaining log book of the system in consultation with EIL & recording there in the
observations, checks carried out, action taken for rectifications / repairs etc. Counter
signature of Engineer in charge / his representative shall be obtained by the Contractor
in the log book.

2.8.3.2 The contractor shall attend to all complaints from the Engineer-in-Charge and shall
maintain a record of the same in the form of complaint register and proper formats duly
approved by Engineer-in-Charge.

2.8.4 EXCLUSIONS FROM SCOPE OF AMC

Supply of spares (i.e. on-site stock) during AMC period is not included under this
contract. Ordering of spares shall be done by owner as and when required for servicing
purpose/ maintaining the on-site stock. However, if any special tools & tackles are
required, the same shall be arranged by vendor.

NOTE: “Bidder to note that while carrying out the Post Warranty Maintenance
Contract activities, Owner's (HPCL) engineers may associate with vendor’s engineers.
On-job training of these associated engineers shall be covered under this scope. All
financial aspects of the Post Warranty Maintenance Contract must be listed clearly by
the Bidder.”

3.0 CO-ORDINATION WITH OTHER CONTRACTORS/ AGENCIES

It is the responsibility of the contractor to coordinate and provide all necessary


assistance to other contractors /agencies /vendors involved/working at Substation,
Control room and administration building of MR-II/Calico plot area for proper and timely
execution of the works.

4.0 WORKS EXCLUDED

Lighting for the solar PV plant area has not been envisaged in this pacakege tender.

5.0 FREE ISSUED EQUIPMENT/ITEMS

No electrical equipment is envisaged to be free issued to the Contractor.

6.0 LIST OF ATTACHMENTS

For the list of attachments, refer Master Index attached elsewhere in the tender.

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 533 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 12 of 14

TABLE-1
(Unit Rates for addition/deletion of modules/ components/ items of Solar PV system)

S. Item Description Quantity Quoted /


No. Not Quoted
1. Cost of Solar system per m2 1 m2
2. Solar PV module ( > 300 Wp) 1 Unit
3. IP65 Solar PV array junction box of each rating complete 1 Unit
with 2-pole connectors, diode with heat sink, fuses,
cable glands, etc.
4. 10 kW PCU / Inverter for solar system 1 Unit
5. 20 kW PCU / Inverter for solar system 1 Unit
6. 25 kW PCU / Inverter for solar system 1 Unit
7. 30 kW PCU / Inverter for solar system 1 Unit
8. 40 kW PCU / Inverter for solar system 1 Unit
9. 50 kW PCU / Inverter for solar system 1 Unit
10. 75 kW PCU / Inverter for solar system 1 Unit
11. 100 kW PCU / Inverter for solar system 1 Unit
12. 125 kW PCU / Inverter for solar system 1 Unit
13. Control junction boxes of each type 1 Unit
14. Lightning arrester 1 Unit
15. Earthing kit assembly 1 Unit
16. Diode with heat sink (of each rating) 1 Unit
17. 2-pole connectors (of each rating) 1 Unit
18. Power cable of each size 1m
19. Control cable of each size 1m
20. 16A MCCB 1 Unit
21. 25A MCCB 1 Unit
22. 32A MCCB 1 Unit
23. 63A MCCB 1 Unit
24. 125A MCCB 1 Unit
25. 160A MCCB 1 Unit
26. 250A MCCB 1 Unit
27. 400A MCCB 1 Unit
28. 32A TPN Heavy duty switch 1 Unit
29. 63A TPN Heavy duty switch 1 Unit
30. 125A TPN Heavy duty switch 1 Unit
31. 160A TPN Heavy duty switch 1 Unit

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 534 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 13 of 14

S. Item Description Quantity Quoted /


No. Not Quoted
32. 250A TPN Heavy duty switch 1 Unit
33. 400A TPN Heavy duty switch 1 Unit
34. 16A HRC Fuse 1 Unit
35. 32A HRC Fuse 1 Unit
36. 63A HRC Fuse 1 Unit
37. 125A HRC Fuse 1 Unit
38. 160A HRC Fuse 1 Unit
39. 250A HRC Fuse 1 Unit
40. 400A HRC Fuse 1 Unit
41. 10A DP MCB 1 Unit
42. 16A DP MCB 1 Unit
43. 25A DP MCB 1 Unit
44. 32A DP MCB 1 Unit
45. 63A DP MCB 1 Unit
46. 10A DP switch 1 Unit
47. 16A DP switch 1 Unit
48. 32A DP switch 1 Unit
49. 63A DP switch 1 Unit
50. 15/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
51. 30/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
52. 60/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
53. 100/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
54. 150/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
55. 200/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
56. 300/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
57. 400/1A, *VA, Cl. 1.0 Current Transformer for Metering 1 Unit
58. Analog Ammeter with ASS 1 Unit
59. Analog Voltmeter with VSS 1 Unit
60. Digital Multifunction Meter 1 Unit
61. kWH Meter (Digital type) 1 Unit
62. Hour Run meter 1 Unit
63. Frequency meter 1 Unit
64. Local / Remote Selector Switch 1 Unit
65. Cluster Type LED Indicating Lamps 1 Unit

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 535 of 694


Document No.
SCOPE OF WORK (ELECTRICAL)
FOR ROOF TOP A857-161-16-50-SOW-0012
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 14 of 14

S. Item Description Quantity Quoted /


No. Not Quoted
66. Push button 1 Unit
67. Power Contactor of each rating 1 Unit
68. Control contactors / Aux. contactors / Aux. Relays with 2 1 Unit
NO + 2 NC Potential free contacts
69. Foundation for solar PV system 1 Unit

Format No. OWNER 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 536 of 694


DOCUMENT NO.
JOB SPECIFICATION (ELECTRICAL)
FOR ROOF TOP SOLAR A857-161-16-50-SP-0013
PHOTOVOLTAIC PLANT Rev. A
Page 1 of 21

JOB SPECIFICATION (ELECTRICAL)


FOR
ROOF TOP SOLAR PHOTOVOLTAIC PLANT

PROJECT : MR-II PROJECT, MUMBAI

OWNER : M/s HPCL MUMBAI

CONSULTANT : M/s ENGINEERS INDIA LTD.

JOB NO. : A857

A 29.12.2017 ISSUED WITH TENDER PS/RS VK PG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 537 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 2 of 21

TABLE OF CONTENTS

S. NO. DESCRIPTION

1.0 GENERAL

2.0 SPV PLANT CAPACITY

3.0 CODES AND STANDARDS

4.0 SITE CONDITIONS

5.0 SYSTEM PARTICULARS

6.0 POWER EVACUATION PHILOSOPHY

7.0 SCOPE OF WORK

8.0 DESIGN OF SYSTEM

9.0 EQUIPMENT SPECIFICATIONS

10.0 MAKES OF EQUIPMENTS/ COMPONENTS

11.0 INSPECTION, TESTING AND COMMISSIONING

12.0 SYSTEM TESTS AND START UP

13.0 PERFORMANCE GUARANTEE

14.0 WARRANTY

15.0 DRAWINGS AND DOCUMENTS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 538 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 3 of 21

1.0 GENERAL

1.1 Introduction

1.1.1 Hindustan Petroleum Corporation Limited intends to implement a Project (namely MR-II
project) in order decongest the existing Mumbai Refinery by shifting Product Tanks to the
adjacent HPCL’s Calico Plot. The proposed MR-II Project shall be executed in HPCL’s
Calico Plot and is to be integrated with the existing Refinery system. Solar PV Contractor
shall execute and implement the works and power distribution system at Calico Plot of
Mumbai Refinery.

1.1.2 The MR-II (Calico plot) project will comprise of various non plant buildings (such as
Substation, Control room, Administration building, Fire water pump house, Fire station,
Entry gate house building, etc.), pump houses etc. PV based roof top solar plants are
envisaged to be installed on roof tops of Sub-Station Building, Control Room and
Administration Building and feed the generated solar power to the electrical system of the
complex. The solar power shall be generated at 415V, 3 phase, 50 Hz which can support
loads at 0.8 p.f.

1.1.3 The scope of work for contractor includes design, manufacture, supply, erection; testing
and commissioning of grid connect interactive solar PV power plants without batteries on
roof tops of substation building, control room and administration building. The intent of
this document is to define complete electrical technical requirements for design,
engineering, procurement, supply, fabrication, construction, inspection, testing, pre-
commissioning, commissioning, performance guarantee test run, handing over of Solar
PV Plant at MR-II Project. Solar power unit shall be connected to the nearest 415V MV
switchboard for export of solar power. The solar power systems shall remain
synchronized with the grid supply for generation of solar power.

1.1.4 Each photovoltaic solar panel shall be divided into small sub arrays to feed into Power
Conditioning Units (PCU). The series parallel connection of sub arrays shall be done
through panel junction boxes, Array junction boxes and main junction boxes. The AC
output of the PCUs shall be collected at the MV switchboard. The detailed scheme for
power evacuation shall be worked out by the contractor.

1.1.5 PV panels shall be installed on the complete buildings terrace area which includes roof
top of substation switchgear room, control room & Administration building except for
personnel movement area and area for other facilities installed on the roof top. Minimum
1 KWp solar panels shall be located in each 12 m2 area.

1.1.6 The minimum guaranteed supply of energy from the solar power systems shall be 1400
KWh/year for 1 KWp PV panel. The contractor/manufacturer shall furnish the undertaking
for guaranteed supply of energy for the solar power systems provided by them.

1.1.7 Complete cabling including supply, laying and termination of cables, cable trays, cable
trenches, floor/ slab cutout, material, hardware etc. within SPV power plant units and from
power plant units to MV switchboards (PDB) for export of solar power is in contractor
scope.

1.1.8 This specification along with the scope of work, data sheets, standard specifications,
installation standards, drawings and documents shall form the basis for developing
detailed design and execution of electrical works and shall be read in conjunction with all
the documents / drawings attached with the tender.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 539 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 4 of 21

1.2 Bidder shall visit site to ascertain the complete scope of work and to collect data
regarding existing power supply arrangement, location, space availability for locating PV
modules, shadow from existing structures, PCU and HMI location etc. Bidder shall
confirm suitability and availability of requisite space on building roof top for offered PV
modules. All equipment & material required for complete SPV plant and interconnection
with existing power supply system is in Contractor’s scope.

1.3 It shall be Contractor’s responsibility to visit site and acquaint themselves with the existing
situations at Site and consider all such aspects for making the quotation. Upon receipt of
quotation, it shall be deemed that Contractor has taken all aspects related to Site
conditions into consideration in their offer.

2.0 SPV PLANT CAPACITY

The Photo Voltaic Plant shall be designed to produce minimum AC power to be fed into
the 415V system of respective buildings as below:

2.1 Substation (MSS-12) Roof Top (90m X 18m) – 130 kWp.


This Solar plant shall feed lighting loads of Substation (MSS-12) through 415V MV
Switchboard (12-PCC-301) located in Switchgear Hall of MSS-12 substation.

2.2 Control Room Roof Top (58m X 26m) – 125 kWp.


This Solar plant shall feed lighting loads of Control Room through 415V MV
Switchboard (12-PDB-312) located in Electrical Room of Control Room

2.3 Administration Building roof top (30M x 20M) – 50 kWp.


This Solar plant shall feed lighting loads of Administration building through 415V
MV Switchboard (12-PDB-314) located in switchgear room of Administration
Building.

For minimum guaranteed annual energy generation requirement in KWH from the SPV
plant, refer elsewhere in the tender.

3.0 CODES AND STANDARDS

The work shall be performed in conformity with these specifications, standard


specifications, installation standards and Codes of Practice of national and international
standards specified or referred in the Tender.

In addition, the work shall also conform to the requirements of latest edition/ amendments
of the following:

a. Jawaharlal Nehru National Solar Mission guidelines

b. MNRE guidelines & specifications

c. The Indian Electricity Act/ CEA Guidelines and the Rules framed there under

d. The Fire Insurance Regulations

e. The regulations laid down by the Chief Electrical Inspector of the state government.

f. The regulations laid down by the Factory Inspector.

g. The regulations laid down by the Central Electricity Authority.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 540 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 5 of 21

h. Any other regulations laid down by the Central, State or Local Authorities from time to
time during the execution of this contract.

i. IEC 62446: Grid connected photovoltaic systems – Minimum requirements for system
documentation, commissioning tests and inspection.

In case of any conflict between various documents, the most stringent requirement shall
be applicable.

4.0 SITE CONDITIONS

The equipment offered and the installation shall be suitable for continuous operation
under the following site conditions:
i) Equipment design temperature : 34 °C
ii) Minimum ambient temperature : 19 °C
iii) Equipment design temperature : 40 °C
(IS-9676)
iv) Soil Resistivity : As per soil investigation report
(Min. 20 Ohm-m)
v) Maximum relative humidity : 90%
vi) Seismic zone : As per IS:1893
vii) Altitude : < 1000m above MSL
viii) Atmosphere : Dusty, Tropical and Corrosive as
found in Hydrocarbon Industry
ix) Location : Mumbai
x) Maximum wind velocity : To be collected by Contractor at site

5.0 SYSTEM PARTICULARS

The equipment and materials to be supplied by the Contractor shall be designed for the
following Grid power supply conditions:

a) Grid Supply (at point of interconnection)


i) Voltage : 415 V AC ± 10%
ii) Frequency : 50 Hz ± 3%
iii) Maximum Fault Level : 65 kA
iv) System Neutral Earthing : Solidly earthed.
v) No. of Phases : 3

b) Plant Distribution System Voltage


i) PV module voltage/ array voltage : To be decided by the Contractor
ii) Power Conditioning Unit input : To be decided by the Contractor
DC voltage
iii) Power Conditioning Unit output : 415 V/ 50Hz
AC voltage/ Frequency

6.0 POWER EVACUATION PHILOSOPHY

The main intent of grid connected PV solar plant shall be to convert solar energy and
generate electricity. The electricity generated shall be directly connected to the power
system of MR-II Project at 415V. The solar plant envisaged shall be photovoltaic based in
which arrays of photovoltaic (PV) modules shall be set up on building roof top under clear
sky, tilted towards south. The PV arrays shall convert solar energy and generate DC
electricity, which shall be collected using array junction box and main junction box and
finally fed into power conditioning unit (PCU). The PCU shall convert DC power to three

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 541 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 6 of 21

phase AC power at 415V medium voltage which shall be hooked up to 415V power
supply system of respective building being fed from refinery power distribution system/
state electricity grid.

The PV solar plant shall be hooked up with the building 415V MV switchboard located at
ground floor in control room and administration building) / first floor in substation building.
As far as possible, PCU shall be located in same room where Owner’s 415V MV
switchboard/ PDB are located.

7.0 SCOPE OF WORK

The equipment and materials for Grid Connected Solar PV Power Plants with associated
power evacuation system shall include but not be limited to the supply, erection, testing &
commissioning of following:

7.1 Solar PV modules including mounting frames, structures, array foundation and
module inter connection.

7.2 Array Junction boxes, Main Junction boxes and Fuse boxes / circuit breakers.

7.3 Power Conditioning Units (PCU), AC power evacuation panels with bus bars and
circuit breakers.

7.4 415V Associated Switchgear.

7.5 Metering and protection / Isolation systems.

7.6 MV Power and Control Cables including end terminations and other required
accessories for both AC & DC power.

7.7 Earthing system for PV Array, DC power system, AC power system equipment,
PCU etc., Lightning protection system.

7.8 Data acquisition system with remote monitoring facilities.

7.9 The civil erection work including civil foundation shall be performed with respect to
the following but not limited to:
a) Solar PV modules array, mounting frames.
b) Power & Control Cables.
c) Entire cable trays, supports, accessories.
d) Galvanized steel conduits and accessories, PVC pipes, ferrules, lugs,
glands, terminal blocks, galvanized sheet steel junction boxes, cable fixing
clamps, nuts and bolts etc. as required
e) Steel materials for field fabrication as required.

7.10 Transportation of equipments from Works to Site.

7.11 Unloading, Loading of all supplied equipments on foundations at their respective


places.

7.12 Pre-commissioning & commissioning of all supplied equipments.

7.13 Test running of Grid Connected Solar Power Plants at site.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 542 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 7 of 21

7.14 All relevant drawings, documents, data sheets, calculations, technical catalogues,
type test certificates etc.

7.15 Tools and tackles, accessories required for satisfactory and trouble free operation
and maintenance of above equipment.

7.16 Any other equipment required for safe and satisfactory operation of the system.

8.0 DESIGN OF SYSTEM

8.1 The nos. & rating of solar modules and AC output & rating of PCU shall be decided by the
Contractor considering the following:
a) Requirement of AC output on 415V at plant battery limit as per Clause no. 2 above.
b) Minimum guaranteed annual energy generation in KWH at plant battery limit (MV
switchboard) as defined elsewhere.
c) Capacity utilization factor (CUF) as defined elsewhere
d) Auxiliary power requirement if any
e) System losses.

8.2 Contractor/manufacturer shall ensure proper system designing that would include studies
on peak sunshine data, resulting in the correct sizing of equipment for the solar energy
system and get the same approved from the EIL/ Owner. It is important to form proper
design procedures and component sizing before any actual implementation. The design
procedures and component sizing shall be as per internationally acceptable standards.
The Contractor shall show detail with the help of software to show the solar light / heat
available during various parts of the day/month/year and substantiate this with the help of
data of the generation capacity of plant being proposed by them.

8.3 Contractor shall consider the effect of actual site ambient temperature, solar insolation,
mismatching amongst solar PV modules, dirt accumulation factor, power conditioning unit
efficiency, shading factor etc. while deciding peak power rating of solar PV modules
under standard test condition (STC) so as to deliver guaranteed energy output of solar
plant.

8.4 The solar PV modules shall be tilted towards south. The tilt angle shall be fixed based on
the availability of maximum annual solar insolation (kWh/m2-day) at particular tilt. Beside
fixed mount solar PV module, Contractor shall also evaluate the option for solar PV
module with single axis tracker to maximize annual solar insolation level.

8.5 Full rated PCU shall be provided i.e., overloading capacity available in the PCU shall not
be used to meet the peak rating of power evacuation from PV System. PCU rating shall
be finalized considering poorly ventilated non air conditioned room.

8.6 While ensuring full compatibility between PV array and PCU, Contractor shall consider
the following aspects:
a) The number of PV modules per string in an array shall be decided such that MPPT
DC voltage range is not violated under site condition.

b) The maximum open circuit voltage of the array shall not violate the maximum DC
voltage that the PCU can accept under minimum site temperature.

c) Contractor shall suitably decide series parallel combination of PV modules, DC


voltage for array, DC input voltage of PCU etc. Contractor shall finalize suitable
scheme for solar power evacuation ensuring grid connectivity at 415 V.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 543 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 8 of 21

d) The auto & manual synchronization facility of solar power and grid power shall be
provided at PCU only. PCU shall adjust voltage & frequency levels to suit the grid.
Synchronization at any other location in plant is not envisaged.

9.0 EQUIPMENT SPECIFICATIONS

Equipment and Material to be supplied by the Contractor shall conform to the following
detailed specifications and site & system conditions. All equipments, materials, fittings to
be supplied by the Contractor shall be brand new and of the best quality. The equipment
shall be manufactured in accordance with current Indian/ International Standards. In
absence of any specification, the material shall be approved by the EIL/ Owner or his
authorized representative. All similar materials and removable parts shall be uniform and
interchangeable with one another.

9.1. Solar PV Modules

9.1.1 Solar PV module array shall consist of high efficiency Solar Modules utilizing Crystalline
Silicon solar PV cells. Power output Guarantee offered for the SPV Module shall not be
less than 25 years. Individual Solar module rating shall not be less than 300 Wp at
standard test conditions. Preference shall be given to manufacturers offering bigger Solar
PV module (≥ 300 Wp).

9.1.2 Crystalline high power cells shall be used in the Solar Photovoltaic module. Solar module
shall be laminated using lamination technology with established polymer (EVA) and
Tedlar / Polyester laminate. The solar modules shall have suitable encapsulation and
sealing arrangements to protect the silicon cells from the environment. The arrangement
and the material of encapsulation shall be compatible with the thermal expansion
properties of the silicon cells and the module framing arrangement / material. The
encapsulation arrangement shall ensure complete moisture proofing during life of the
solar modules.

9.1.3 All materials used shall be having a proven history of reliable and stable operation in
external outdoor applications.

9.1.4 Module rating is considered under standard test conditions, however solar modules shall
be designed to operate and perform in relative humidity up to 100% with temperatures
between -10°C/ 1°C and +65°C and withstand gust as per the wind zone of the location
from back side of the panel. The Geological data of site can be referred for design to get
optimum generation.

9.1.5 Sample modules and production processes employed in the manufacture of the offered
module shall be in accordance with the requirements of IEC 61215 / IEC61730 with
appropriate certificate.

9.1.6 Protective devices against surges at the PV module shall be provided. Low voltage drop
bypass diodes shall be provided.

9.1.7 The offered crystalline Solar PV modules must be manufactured in India.

9.1.8 For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime,
they must qualify to IEC 61701/IS 61701.

9.1.9 The PV modules offered must be tested and approved by one of the IEC authorized test
centres. PV module qualification test certificate as per IEC standard, issued by ETDC,
Bangalore or Solar Energy Centre India will also be valid.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 544 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 9 of 21

9.1.10 Solar PV Module design shall conform to following requirement


a) Toughened, low iron content, impact resistant
b) High transmissivity front glass.
c) Anodized Aluminium frame.
d) Ethyl Vinyl Acetate (EVA) encapsulant.
e) Sealent around laminate.
f) Weatherproof DC rated connector and a cable coming out as a part of the module,
making connections easier and secure, not allowing for any loose connections.
g) Resistance to water, abrasion, hail impact, humidity and other environment factor
for the worst situation at site.

9.1.11 The offered PV module shall have a power warranty of 25 years with degradation of
power generated not exceeding 20% of the minimum rated power over the 25 year period
and not more than 10% after ten years period.

9.1.12 Each module shall have low iron tempered glass front for strength and superior light
transmission. It shall have back sheet for environment protection against moisture and
high voltage electrical insulation.

9.1.13 The fill factor of modules shall not be less than 0.70 (typical).

9.1.14 The rated output of any supplied module shall have tolerance of ±3%.

9.1.15 Each PV module used in any solar plant must use a RF identification tag (RFID). The
following information must be mentioned in the RFID used on each module. This can be
inside or outside the laminate, but must be able to withstand harsh environmental
conditions.
- Name of the manufacturer of PV Module
- Name of the Manufacturer of Solar cells
- Month and year of the manufacture (separately for solar cells and module)
- Country of origin (separately for solar cells and module)
- I-V curve for the module
- Peak Wattage, Im, Vm and FF for the module
- Unique Serial No. and Model No of the module
- Date and year of obtaining IEC PV module qualification certificate
- Name of the test lab issuing IEC certificate
- Other relevant information on traceability of solar cells and module as per ISO
9000

9.1.16 The peak-power point voltage and the peak-power point current of any supplied module
and/or any module string (series connected modules) shall not vary by more than 2 (two)
per cent from the respective arithmetic means for all modules and/or for all module
strings, as the case may be.

9.1.17 The module shall be provided with a junction box with either provision of external screw
terminal connection or sealed type and with arrangement for provision of by-pass diode.
The box shall have hinged, weather proof lid with captive screws and cable gland entry
points or may be of sealed type and IP-65 rated.

9.2. PV Array Configuration

The solar Array shall be configured in multiple no. of sub-arrays, providing optimum DC
power to suitable number of sub arrays. Contractor shall furnish their own design
indicating configuration of PCU and respective sub arrays.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 545 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 10 of 21

9.3. Module Mounting structure

9.3.1 The mounting structures shall be designed to sustain wind loading applicable as per the
wind zone and shall be hot dipped Galvanized sections of steel or Aluminium anodized.
The entire structure including array shall be earthed to an independent earth pit with
redundant paths. Mounting structures with fixed tilt and/or single axis rotation as required
shall be provided. The Hardware shall be made of SS304. The array structure shall be so
designed that it occupies minimum space without sacrificing the output from SPV panels
at the same time. The structure shall be designed for easy replacement of any module.
Each structure shall have a provision to adjust the angle of inclination to the horizontal as
per site conditions.

9.3.2 The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759.

9.3.3 Each Panel frame structure shall be so fabricated as to be fixed on ground (floor of roof
top). The height of the frame shall be so decided to avoid shadows from building structure
subject to minimum one meter above ground. Contractor shall visit site to ascertain the
minimum height of mounting structure required.

9.3.4 The Contractor shall specify installation details of the PV modules and the support
structures with appropriate diagrams and drawings. Such details shall include, but not
limited to, the following;
a) Determination of true south at the site;
b) Array tilt angle to the horizontal, with permitted tolerance;
c) Details with drawings for fixing the modules;
d) Details with drawings of fixing the junction/terminal boxes;
e) Interconnection details inside the junction/terminal boxes;
f) Structure installation details and drawings;
g) Electrical earthing;
h) Inter-panel/Inter-row distances with allowed tolerances; and
i) Safety precautions to be taken.
The array structure shall support SPV modules at a given orientation and absorb and
transfer the mechanical loads to the rooftop columns properly. All nuts and bolts shall be
of good quality stainless steel.

9.4. Balance of System (BoS) Items/ Components

The BoS items/ components of the SPV plant shall conform to the latest edition of IEC/
equivalent BIS standards as specified below as per MNRE guidelines:

BoS item/ component Applicable IEC/ equivalent BIS standard


Standard Description Standard Number
IEC 61683
Power Conditioning Efficiency Measurements
Units* Environmental testing IEC 60068 2 (6,21,
27, 30, 75, 78)
IEC 62093
Charge Controller/ Design Qualification Environmental
MPPT units* Testing IEC 60068 2 (6,21,
27, 30, 75, 78)
General Test & Measuring Methods IEC 60189
PVC insulated cables for working
Cables IS 694/ IS 1554
voltages up to and including 1100 V-Do,
UV resistant for outdoor installation IS/IEC 69947

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 546 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 11 of 21

BoS item/ component Applicable IEC/ equivalent BIS standard


Standard Description Standard Number
IS/IEC 60947 part
Switches/ Circuit General requirements connectors- I, II, III
breakers/ Connectors safety
EN 50521
IP 65 (for outdoor)/
Junction Boxes/ IP 21 (for indoor)
General Requirements
Enclosures
IEC 62208
PV Stand alone system design
SPV System Design IEC 62124
verification
Electrical installation of buildings
Installation Practices Requirements for SPV power supply IEC 60364-7-712
systems

* Shall additionally conform to the relevant national/ international electrical safety


standards.

9.5. Junction Box

9.5.1 The J. Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminium /cast
aluminum alloy with full dust, water & vermin proof arrangement. The terminals shall be
connected to bus-bar arrangement of proper sizes to be provided. The junction boxes
shall have suitable cable entries fitted with cable glands of appropriate sizes for both
incoming and outgoing cables. Suitable markings shall be provided on the bus-bars for
easy identification and cable ferrules shall be fitted at the cable termination points for
identification.

9.5.2 Each Array Junction Box shall have high quality suitable capacity metal oxide varistors
(MOVs) / SPDs, suitable Reverse Blocking Diodes. The Array Junction box shall also
have suitable surge protection.. The Junction Boxes shall have suitable arrangement for
the following.
 Provide arrangement for disconnection for each of the groups.
 Combine groups of modules into independent charging sub-arrays that shall be
wired into the controller.
 Provide a test point for each sub-group for quick fault location
 To provide group array isolation.
 The current carrying ratings of the junction boxes shall be suitable with adequate
safety factor to inter connect the solar PV array.

9.6. Power Conditioning Unit

9.6.1 The PCU equipment shall comply with the requirements of latest revision of applicable
IEC/ equivalent BIS standard for efficiency measurements and environmental tests as per
standard codes IEC 61683/IS 61683 and IEC 60068- 2(1,2,14,30) /Equivalent BIS Std.
The charge controller (if any) / MPPT units environmental testing should qualify IEC
60068-2(1, 2, 14, 30)/Equivalent BIS std. The junction boxes/ enclosures should be IP
65(for outdoor)/ IP 54 (indoor) and as per IEC 529 specifications.

9.6.2 Power Conditioning Unit is critical equipment in Grid connected SPV power plant. The
equipment converts DC power generated by SPV array, into 3 phase medium voltage AC
to be connected to grid. It also provides necessary protections for Grid synchronization
and Data Logging/Monitoring. The DC energy, thus produced has to be utilized to

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 547 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 12 of 21

maximum and supplied to the DC bus for inverting to AC voltage with the help of power
Conditioning Unit using its MPPT (The efficiency of MPPT shall not be less than 94% &
shall be designed to meet the solar PV Array capacity control) to extract maximum
energy from solar array and provide 415V AC, 3-phase, 50Hz power to synchronize with
power system.
a) The PCU shall have features such as, over current, short circuit, over temperature to
name a few.
b) The PCU shall be of very high quality having high efficiency (>93%) and shall be
capable of running in isolated mode.
c) The PCU shall be designed for continuous, reliable power supply as per
specifications.
d) The PCU shall have internal protection arrangement against any sustained fault.
e) The PCU shall be designed to be completely compatible with the SPV array voltage
and power system supply voltage of 415V ± 10%, 50Hz ± 3%, 3 phase, 4 wire.
f) The dimension, weight, foundation details etc. of the PCU shall be clearly indicated in
the detailed technical specification to be furnished by contractor during detail
engineering.
g) PCU shall have user friendly LCD display for programming and for viewing on line
parameters such as DC power input, DC input voltage, DC current, AC power output,
AC voltage (all the 3 phases and line) and AC current (all the 3 phases and line),
power factor, frequency etc.
h) The PCU shall have arrangement for adjusting DC input current and should trip
against sustainable fault downstream and shall not start till the fault is rectified.

The PCU shall automatically turn on and turn off successively as the available solar
irradiation varies over the day. The PCU shall have all necessary synchronization
equipment installed. The inverters shall also be configurable to operate on three, two or
one phase depending on the grid condition at any time. The voltage variation range shall
be ±10% and frequency variation range ±3%.

The 3 phase Grid connected PCU shall be sourced from internationally reputed firms,
which shall incorporate latest Technological advances to provide highly reliable and
efficient energy conversion from DC to AC. The PCU shall incorporate system design
which uses multiple power stakes which work in tandem. Specifically the PCU shall be
three phase static solid state type power conditioning unit. Both AC & DC lines shall have
suitable fuses and contactors to allow safe start up and shut down of the system. Fuses
used in the DC circuit should be DC rated. The PCU shall have provision of input &
output isolation through switches/breakers. The PCU shall be complete with all
protection, metering, alarm, annunciation, indications as required.

The typical specification of PCU is listed out below:

AC side
Nominal AC power As per Manufacturer design
Output AC voltage As per Manufacturer design
Frequency As per Manufacturer design
Total Harmonic Distortion <3%
AC over/under voltage over/under
Yes
frequency protection
Power factor (cos phi) 0.8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 548 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 13 of 21

DC side

PV power As per Manufacturer design

Maximum DC voltage As per Manufacturer design

MPPT voltage range As per Manufacturer design

Maximum DC current As per string rating

DC over voltage protection Yes

DC voltage ripple <3%

Others

Minimum Efficiency (CE) >95%

Ambient temperature range 0-45ºC

Humidity 30-95%

Quiescent power <1% of rated power

9.6.3 PCU shall have user friendly LCD display & keypad for system control, programming,
monitoring, change set points and for viewing on line parameters such as DC power
input, DC input voltage, DC current, AC power output, AC voltage (all the 3 phases and
line) and AC current (all the 3 phases and line), cumulative output energy in KWH, power
factor, frequency, PCU operating state status, various fault conditions etc.

9.6.4 PCU shall have communication facility and all the data related to metering, operating
status, faults etc. shall be hooked up to data monitoring system.

9.6.5 PCU Operational Requirement

a) The PCU shall be provided with auto wake up feature such that PCU inverter shall
be able to wake up when the available power from the PV array is more than the
total loss of the inverter system. Since available power from the PV array changes
with weather condition, the wake up algorithm shall be adaptive in nature.

b) The PCU shall be able to synchronize AC output with the grid power supply. The
PCU inverter shall close output contactor/ breaker when the synchronization
parameters (voltage difference, frequency difference and phase angle difference)
framed by IEEE 1547 are complied.

c) The power control scheme of the PCU shall follow the maximum output from the PV
array determined by the level of solar radiation on the DC side and shall employ
maximum power point tracking (MPPT) control capable of constantly obtaining the
maximum energy from the array according to the quantity of solar radiation and
temperature.

d) Modes of Operation
The PCU shall have following modes of operation:
i) Standby mode – The PCU shall operate in this mode when PV array does not
have enough power capacity to maintain PCU inverter losses or PCU has
responded to a fault condition and fault condition has been cleared. In this mode

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 549 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 14 of 21

PCU shall remain idle, disconnected from PV array as well as from grid. The
inverter shall remain in this mode until PV array voltage exceeds wake up value
and enter into system wake up test mode.

ii) Wake up test mode – After PV array voltage exceeds wake up value, the PCU
control system shall continuously monitor PV array voltage for certain duration
before making transition to power tracking mode. If the PV array voltage drops
below wake up value during test duration, PCU shall enter into standby mode.

iii) Power tracking mode – This shall be main operating mode of the PCU under
normal operating condition. In this mode maximum power point tracking
algorithm shall be functional which shall extract maximum power from PV array
under varied conditions of solar irradiance and temperature.

iv) Sleep mode – Whenever PCU output power drops below certain threshold limit,
PCU enters into sleep mode and wait for certain duration. Within this duration if
PCU output power exceeds threshold limit, PCU reenters into power tracking
mode, otherwise PCU goes into standby mode.

v) Shutdown mode – The PCU shall operate in this mode whenever fault
conditions will be responded. The PCU shall disconnect itself from PV array as
well as from grid.

9.6.6 PCU Protective functions

a) The PCU shall be provided with anti-islanding control and protection such that in
case of grid failure, PCU shall stop exporting power to the grid within 2 sec as per
IEEE 1547/UL 1741.

b) The PCU shall be able to sense the following situation and accordingly shutdown
and disconnect itself from the grid as well as from PV array:
- Complex power supply over voltage and under voltage.
- Complex power supply over frequency and under frequency AC over
current and ground fault
- Protection against islanding.
- Loss of any phase of the grid. The single phase open shall be detected on
both sides of the output transformer.
- DC bus overvoltage and under voltage
- DC over current and ground fault
- Device over temperature/ system temperature rise
- Array ground fault detection

c) The PCU shall sense reverse polarity of DC connection and warn the installer and
remain in standby mode.

d) The PCU shall be provided with surge arrester (metal oxide varister) both at AC
and DC side to protect the system from lightning/ switching surges.

e) Forced ventilation of panel, if provided, shall be supplemented by 100% redundant


fan. In normal operation, normal & redundant fans shall run together.

9.7. Power and Control Cables

Power cables and control cables shall conform to enclosed EIL specification no. 6-51-
0051 and 6-51-0052 respectively, in addition to meeting the following requirements; -

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 550 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 15 of 21

9.7.1 All power, control, signal, communication, LAN cables as required for the SPV plant shall
be provided by the Contractor. AC Power and control cables from PCU/ metering panel to
Owner’s MV switchboard for power supply hook up shall be provided by Contractor. Exact
locations of Owner’s MV switchboards have been provided elsewhere in the Tender.

9.7.2 All MV power cables shall be 1100V grade, copper/ aluminum conductor, XLPE insulated,
PVC extruded inner sheath, steel wire/ strip armoured with overall PVC sheath with FRLS
properties.

9.7.3 All control cables shall be 1100V grade, multi strand copper conductor, XLPE insulated
twisted pair, individual pair shielded, PVC inner sheathed, steel wire/ strip armoured and
overall shielded PVC outer sheathed FRLS type.

9.7.4 The voltage grade of the DC cables used shall be suitable for the solar system maximum
DC system voltage continuously. A confirmation in this regard from cable manufacturer
shall be furnished for DC cables.

9.7.5 The cables shall be flexible, excellent resistance to heat, cold, water, oil, abrasion, UV
radiation. FRLS cable shall have low smoke properties i.e. FRLS type with 60% (max.)
smoke density.

9.7.6 Cables shall conform to IEC 60227/IS 694, IEC 60502/IS1554, IS /IEC 69947 standards.

9.7.7 Sizes of cables between array interconnections, array to junction boxes, junction boxes to
Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar
system to the minimum. The cables (as per IS) should be insulated with a special grade
XLPE compound formulated for outdoor use.

9.7.8 The Cable should be so selected that it should be compatible up to the life of the solar PV
panels i.e. 25 years.

9.7.9 The size of each type of DC cable selected shall be based on minimum voltage drop
however; the maximum drop shall be limited to 1%.

9.7.10 The size of each type of AC cable selected shall be based on minimum voltage drop
however; the maximum drop shall be limited to 2 %.

9.7.11 The Oxygen content shown in Cl. No. 6.3 (b) of EIL specification 6-51-0052 Rev 6 shall
be read as 21% instead of 29%.

9.8. Plant Monitoring System

9.8.1 Data Acquisition System shall be provided for each of the solar PV plant.

9.8.2 Data Logging Provision for plant control and monitoring, time and date stamped system
data logs for analysis with the high quality, suitable PC. Metering and Instrumentation for
display of systems parameters and status indication to be provided. The data logging
shall have interface with substation data concentrator.

9.8.3 Solar Irradiance: An integrating Pyranometer / Solar cell based irradiation sensor (along
with calibration certificate) provided, with the sensor mounted in the plane of the array.
Readout integrated with data logging system.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 551 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 16 of 21

9.8.4 Temperature: Temperature probes for recording the Solar panel temperature and/or
ambient temperature to be provided complete with readouts integrated with the data
logging system.

9.8.5 The following parameters are accessible via the operating interface display in real time
separately for solar power plant:
a) AC Voltage.
b) AC Output current.
c) Output Power
d) Power factor.
e) DC Input Voltage.
f) DC Input Current.
g) Time Active.
h) Time disabled.
i) Time Idle.
j) Power produced
k) Protective function limits (Viz-AC Over voltage, AC Under voltage, Over
frequency, Under frequency ground fault, PV starting voltage, PV stopping
voltage.

9.8.6 All major parameters available on the digital bus and logging facility for energy auditing
through the internal microprocessor and read on the digital front panel at any time) and
logging facility (the current values, previous values for up to a month and the average
values) should be made available for energy auditing through the internal microprocessor
and should be read on the digital front panel.

9.8.7 PV array energy production: Digital Energy Meters to log the actual value of AC/ DC
voltage, Current & Energy generated by the PV system provided. Energy meter along
with CT/PT should be of 0.5 accuracy class.

9.8.8 DC String/Array monitoring and AC output monitoring shall be provided as part of the
inverter and/or string/array combiner box or separately.

9.8.9 String and array DC Voltage, Current and Power, Inverter AC output voltage and current
(All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and
AC energy (All 3 phases and cumulative) and frequency shall be monitored.

9.8.10 AC energy monitoring shall be in addition to the digital AC energy meter.

9.8.11 All instantaneous data shall be shown on the computer screen.

9.8.12 Ambient / Solar PV module back surface temperature shall be also monitored on
continuous basis.

9.8.13 Simultaneous monitoring of DC and AC electrical voltage, current, power, energy and
other data of the plant for correlation with solar and environment data shall be provided.

9.9. Lightning & over voltage protection

The SPV power plant shall be provided with Lightning and over voltage protection
connected to earth pits. The main aim of over voltage protection is to reduce the over
voltage to a tolerable level before it reaches the PV or other sub-system components.
The source of over voltage can be lightning or other atmospheric disturbance.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 552 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 17 of 21

The Lightning Conductors shall be made as per applicable Indian Standards in order to
protect the entire Array from Lightning stroke. Necessary concrete foundation for holding
the lightning conductor in position shall be made after giving due consideration to
maximum wind speed and maintenance requirement at site in future.

The Lightning conductor shall be earthed through flats and connected to earth pits as per
applicable Indian Standards. Each Lightning conductor shall be fitted with individual earth
pit as required.

The contractor shall ensure adequate lighting protection to provide an acceptable degree
of protection as per IS for the array. Design calculations and detailed explanations shall
be furnished during detail engineering.

9.10. Earthing System

The earthing for array and power system shall be provided as per provisions of IS.
Necessary provision shall be made for bolted isolating joints of each earthing pit for
periodic checking of earth resistance.

Each Array structure of the SPV shall be grounded properly. The array structures shall be
connected to earth pits as per IS Standards.

The earthing for the power plant equipment shall be made as per provisions of IS.

The complete earthing system shall be mechanically & electrically connected to provide
independent return to earth. All three phase equipment shall have two distinct earth
connections.

All non-current carrying metal parts shall be earthed with two separate and distinct earth
conductors to the nearest earth grid.

9.11. Cabling system

Cabling system shall conform to EIL specification no. 6-51-0082 in addition to meeting
the following requirements: -

a) Inside building area the cables shall be laid in GI cable trays. In outdoor areas, all
power and control cables shall be laid in trenches/ FRP trays.

b) GI cable trays, conduits, pipes, cable accessories, cable lugs, ferrules etc. for cable
laying shall be provided.

c) Above ground cables shall be well supported on cable trays and suitably protected
against mechanical damage.

d) Cable installations shall provide minimum cable bending radii as recommended by


cable manufacturer.

e) Signal cables e.g. communication, LAN and data highway etc. cables shall preferably
not be laid in the same trench/ tray along with electrical cables.

9.12. Energy Meter

Energy meter, with communication facility, shall be provided for measurement of solar
power generated in each building/ system. Meter shall have an accuracy of energy

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 553 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 18 of 21

measurement of at least Class 0.2 for active energy and at least Class 0.5 for reactive
energy according to IEC 60687, and shall be connected to Class 0.2 CT cores and Class
0.2 VT windings. The energy meters shall be hooked up to the plant monitoring system.

9.13. Miscellaneous

9.31.1 Solar Array, Junction boxes, metrological instruments, power conditioning units, etc. shall
be located on the building roof top. Main distribution board of solar system shall be
located in air-conditioned room at ground floor (control room and administration building)
/ first floor (at substation). The PV solar plant shall be hooked up with the Owner’s 415V
MV switchboard.

9.31.2 In case required, Owner may provide 240V AC, 1-ph UPS power supply as required for
PCU at one point at Owner’s UPS ACDB located inside UPS room of Control Room/
Administration building. Cabling from Owner’s UPS power supply point to Contractor
supplied equipments is in Contractor’s scope.

10.0 MAKES OF EQUIPMENTS / COMPONENTS

10.1 For solar power system components such as PV modules, PCU etc. contractor shall
submit past track record for the proposed vendors and obtain written approval from
Owner/EIL before placing order. For other components, refer attached Vendor List.

10.2 In case of imported equipment, the contractor shall furnish the reference list of customers
and shall ensure that type test certificates for similar type of equipment are available, this
is essential for technical acceptability. Additional makes of imported items shall be
subjected to Owner/ EIL’s approval during detailed engineering.

10.3 Vendor can offer components of makes other than specified in the vendor list enclosed
with the package during order execution. The alternate make of components will be
evaluated post order, based on the satisfactory track record and test certificates to be
furnished by the Vendor. In case the alternate makes are not found acceptable,
components shall be strictly as per vendor list enclosed with the package.

10.4 Contractor/ Vendor may procure material from any of the Owner approved vendors.
However current validity and range of approval as per EIL enlistment letter, workload,
stability and solvency need to be verified by the vendor before placement of order.

11.0 INSPECTION, TESTING & COMMISSIONING

11.1 Inspection and Testing at Manufacturers Works

11.1.1 All electrical equipment, material, cables etc included as a part of this tender shall be
thoroughly inspected and tested at the manufacturer’s works by the Contractor in
accordance with approved drawing/document by EIL/ Owner and inspection & test plans.
In case of non availability of test certificates or test certificates older than five years,
Contractor needs to carry out fresh testing of the equipment in accordance with national
and international code of practice.

11.1.2 Owner at his discretion may post quality control experts in the manufacturer’s works who
will work in conjunction with the manufacturer’s quality control personnel in witnessing
tests and control measures.

11.1.3 EIL/ Owner may witness all factory tests.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 554 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 19 of 21

11.1.4 EIL/ Owner shall have free entry and access at any time to all parts of manufacturer’s
facilities associated with manufacturing and testing of system.

11.1.5 Contractor shall invite EIL/ Owner well in advance of the date at which the system is
ready for testing.

11.1.6 Before dispatch of equipment from manufacturers work, Contractor shall prepare
inspection report for individual equipment and same shall be submitted along with test
certificates for Owners review and release note.

11.2 Quality Assurance / Quality Control (QA/QC) Programme Records

Contractor shall furnish QA/QC programs, documentation records covering all equipment
and raw materials included in the scope. All bought out (sub vendor) items shall require
prior approval of Owner. For this purpose, QA-QC plan of sub vendors shall be furnished
along with sub vendor names. For quality procedures to be followed for the contract,
refer elsewhere in the contract document.

11.3 Site Inspection, Testing and Commissioning

11.3.1 Site inspection, testing and commissioning of electrical installation shall be carried out as
per enclosed Specification no. 6-51-0087.

11.3.2 All the equipment installed by the Contractor shall be tested and commissioned.

11.3.3 Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carry out the rectification at his own cost.

11.3.4 The Contractor shall carry out all the tests as enumerated in the technical specification
and technical documents which may be furnished to him during execution of the work.

11.3.5 Before the electrical system is made live, the Contractor shall carry out suitable tests to
establish to the satisfaction of Engineer-in-Charge/Owner that the installation of
equipment, wiring and connections have been correctly done and are in good working
condition and that it will operate as intended.

11.3.6 All tests shall be conducted in the presence of Owner/Engineer-in-Charge or his


authorized representative unless he waives this requirement in writing. All testing
equipment necessary to carry out the test shall be arranged by the Contractor. The tests
shall be recorded on approved Performa and certified records of the tests shall be
submitted to Owner/Engineer-in-Charge.

11.3.7 After the completion of all tests and rectification of all defects pointed out during final
inspection, plant start-up trials would be commenced. Any defects noticed during the
start-up trial relating to the equipment supplied and work carried out by the Contractor,
will be rectified by the Contractor at his own cost.

12.0 SYSTEM TESTS AND START UP

12.1 Site Acceptance Test (SAT)

12.1.1 Contractor shall prepare SAT documentation covering power distribution system in the
plant and system functional testing and submit it in advance and as per stipulated time
schedule for Owner review and approval. Site Acceptance Test shall be done based on

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 555 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 20 of 21

the stipulation in the approved SAT document. Once the test is successfully performed,
the temporary acceptance of the system shall be given. Only then the system would be
ready for test run.

12.1.2 Contractor shall offer fully functional system for SAT when he has successfully
commissioned all equipment, carried out all pre SAT and submitted the reports.

12.2 Test Run

12.2.1 This is a test for continuous functional operation of the solar PV plant covering solar PV
array, power conditioning unit (PCU), AC switchboard for power evacuation. This test
aims at keeping the complete system in operation for a period of 1 month for all the 24
hours a day. In case of failure, the tests shall be restarted till the system operates
continuously without failure for 1 month. Owner shall have the right to reject the
complete system or part thereof in the event of the acceptance tests failing in two
attempts. The `Test Run' shall be carried out after the commissioning of complete plant.
Warranty shall start after successful completion of test run.

12.2.2 Test reports

The observations and test results obtained during the various tests shall be documented
and produced in the form of a report by Contractor.

12.2.3 Failure of equipment

The log of all failed equipment and components shall be maintained which shall give date
and time of failure, description of the failed equipment, effect of failure on the system,
cause of failure and number of hours of operation of the part before it failed. For repeated
failure of the equipment or components, the same shall be replaced by Contractor. The
entire test shall be restarted from the beginning.

13.0 PERFORMANCE GUARANTEE

The performance guarantee test and penalty clauses (if any) therein covered elsewhere
in the commercial part of tender document shall be applicable to Contractor.

14.0 WARRANTY

14.1 Duration of warranty has been stipulated elsewhere in commercial part of tender
document. Al the mechanical structures, electrical works including power conditioners/
inverters/ charge controllers/ maximum power point tracker units/ distribution boards/
digital meters/ switchgear etc. and overall workmanship of the grid connected solar photo
voltaic plant must be warranted against any manufacturing/ design/ installation defects
during the warranty period.

14.2 PV modules (all technologies) used in grid connected solar plant shall be warranted for
output peak wattage, which should not be less than 90% at the end of 10 years and 80%
at the end of 25 years.

14.3 Contractor shall be fully responsible in respect of proper design, manufacture, quality
workmanship and operation of all the equipment, accessories etc. supplied by the
Contractor for the warranty period.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 556 of 694


DOCUMENT NO.
ELECTRICAL JOB SPECIFICATION
FOR ROOF TOP A857-161-16-50-SP-0013
SOLAR PHOTOVOLTAIC PLANT Rev. A
Page 21 of 21

14.4 It shall be obligatory on the part of Contractor to modify and/or replace any
equipment/component free of cost in case any malfunction is revealed even during on
line operation after taking over within the warranty period.

14.5 Contractor shall provide total maintenance of the system during warranty period.

14.6 In order to discharge warranty responsibility, Contractor shall keep provision of a team of
service personnel at site. In case these warranty engineers are unable to rectify the
problem, additional experts as necessary shall be deputed. The team shall be required
to rectify any problem within one week.

15.0 DRAWINGS AND DOCUMENTS

15.1 The Contractor shall prepare all drawings and should submit the same for EIL/ Owner’s
review. Fabrication shall be commenced after getting approval from Owner.

15.2 After the job completion, Contractor shall prepare 'AS-BUILT' drawings; Final certified "As
Built" drawings shall be submitted by the Contractor to Owner in bound volume with one
set of reproducible original sepia plus ten sets of prints.

15.3 Contractor shall submit equipment manufacturer’s drawings for supply items for review in
five sets of prints, and the approval in writing of the Owner shall be obtained before
commencing manufacture. However, it is to be understood that the review of drawings
shall not absolve the Contractor from his basic responsibility to check total compliance to
specifications included in tender document. Final drawings in bound volumes with six
sets of prints shall be submitted by Contractor along with supply of materials at site.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 557 of 694


Datasheet No.
A857-161-16-50-DS-0611
SOLAR PV MODULE DATA SHEET
Rev.A
Page 1 of 1
PURCHASER's DATA
Project MR-II, Mumbai Location Mumbai
Client HPCL- Mumbai Unit
A. Site conditions
1 Ambient temperature, minimum: 19 °C 3 Atmospheric condition: Humid & highly corrosive
maximum: 40 °C 4 Altitude: < 1000 m

design: 34 °C 5 Location: Outdoor

2 Relative humidity: 90 % 6 Maximum wind velocity To be collected by bidder /


Contractor
B. Technical particulars
1 Rated Power Pdc at STC By manufacturer
2 No of PV cells (n) per module By manufacturer
3 PV Module type Mono/Poly crystalline/Concentrator module

PV Module tracking option (fixed mount/


4 By contractor
single axis tracker)

5 Solar module frame material Anodised Aluminium/GI


6 Junction box Weather resistant HDPE (IP65)/GI

MANUFACTURER's DATA
1 Manufacturer 19 Module efficiency %
2 Model 20 Solar module frame material
3 Material 21 Module dimensions
4 No of PV cells (n) per module Length mm
5 Rated Power Pdc at STC W Width mm
6 Power tolerance % Depth mm
7 Voltage at Max power V 22 Module weight
8 Current at rated power A 23 Application Class
9 Open circuit Voltage (Voc) V 24 PV Mod. tilt angle (fixed mount) °
10 Short circuit current (Isc) A
11 Fill factor
12 Temperature coefficient of Isc
13 Temperature coefficient of Voc
14 Temperature coefficient of power
15 Maximum system voltage V
16 Maximum system voltage V
17 Maximum series fuse rating A
18 NOCT (Air 20°C, Sun 0.8kW/m², °C

wind 1m/s)

A 29.12.2017 ISSUED WITH TENDER PS VK PG


Rev. No. Date Purpose Prepared by Checked by Approved by

Format No. 1650-687 Rev.3 Copyrights EIL - All rights reserved

Page 558 of 694


Datasheet No.
DATA SHEET
A857-161-16-50-DS-0612
FOR
Rev. A
POWER CONDITIONING UNIT
Page 1 of 1
PURCHASER'S DATA
Project MR-II Project Location Mumbai
Client HPCL-Mumbai Unit
A Site conditions
1 Minimum ambient temperature: 19 °C 4 Relative humidity: 90%
2 Maximum ambient temperature: 40 °C 5 Altitude above MSL: <1000m
Dusty, Tropical and
3 Design ambient temperature: 34 °C 6 Environment: Corrosive

B System Particulars
415V AC +10%
1 Voltage 4 System Neutral Earthing Solidly earthed
2 Frequency 50 Hz ± 3% 5 No of phases 3
3 Maximum fault level 65kA

MANUFACTURER'S DATA
1 Tag no. 8 Power Consumption
2 Make Normal operation
3 Model No. Standby operation
4 Input (DC) 9 Protection
Max PV power (Pdc max) Grid islanding Required
MPPT DC voltage range Grid overvoltage Required
Max DC voltage Grid undervoltage Required
Max DC Current Grid overfrequency Required
5 Outpur (AC) Grid underfrequency Required
Nominal AC output power AC overcurrent Required
Nominal AC current Ground fault AC/DC Required
AC output voltage DC bus overvoltage Required
AC output voltage variation DC bus undervoltage Required
Output frequency DC overcurrent Required
Frequency variation Device temp. rise Required
Voltage ripple Surge prot. AC side Required
Current harmonic distortion Surge prot. DC side Required
Power factor 10 Cable entry Top/Bottom
6 Efficiency 11 Access Front
100% load 12 Construction details
75% load Type of cooling Natural/ Forced
50% load Cooling fan redundancy Yes/No
10% load Dimensions(LxBxH)
7 Environmental limits Weight (in KG.)
Degree of protection Earth bus material and size
Ambient temperature range 13 Painting Epoxy paint,
Max. ambient temperature RAL-7032 for indoor
Relative humidity RAL-7031 for outdoor
Max. altitude
Max. noise level

A 29.12.2017 ISSUED WITH TENDER PS VK PG


Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL-1650-687H Rev.3 Copyrights EIL - All rights reserved

Page 559 of 694


VENDOR LIST FOR DOCUMENT No.
ELECTRICAL EQUIPMENTS/ A857-161-16-50-OD-0013
COMPONENTS Rev. A
SOLAR PV PLANT TENDER Page 1 of 5

VENDOR LIST
FOR
ELECRICAL EQUIPMENTS/ COMPONENTS

(ROOF TOP SOLAR PV PLANT TENDER)

PROJECT : MR-II PROJECT, MUMBAI

OWNER : M/s HPCL-MUMBAI

PMC : M/s ENGINEERS INDIA LTD.

JOB NO. : A857

A 29.12.2017 ISSUED WITH TENDER PS/RS VK PG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 560 of 694


VENDOR LIST FOR DOCUMENT No.
ELECTRICAL EQUIPMENTS/ A857-000-16-50-OD-0013
COMPONENTS Rev. A
SOLAR PV PLANT TENDER Page 2 of 5

S. NO. ITEM SUPPLIER NAME


ABB INDIA LTD.
SCHNEIDER
1 AUX RELAYS OMRAN
OEN
ALSTOM T&D INDIA LIMITED
L&T
2 CONTACTORS SCHNEIDER
SIEMENS
ALSTOM T&D INDIA LIMITED
KAYCEE INDUSTRIES
CONTROL SWITCHES / SELECTOR L&T
3
SWITCHES. SWITRON DEVISES
SIEMENS
RELIABLE ELECTRONIC COMPONENTS P LTD
ABB INDIA LTD.
HAVELLS INDIA LTD
LEGRAND INDIA PVT LTD
4 ELCB
GE INDIA INDUSTRIAL PVT LTD
SCHNEIDER
SIEMENS LTD
COOPER BUSS MAN
ABB INDIA LTD.
5 FUSES GE INDIA INDUSTRIAL PVT LTD
L&T
SIEMENS LTD
L&T
6 HEAVY DUTY SWITCHES SCHNEIDER
SIEMENS
KAPPA
AE
INSTRUMENT TRANSFORMERS CT
7 PRAGATHI ELECTRICAL PVT LTD
& PT -MV
PRECISE ELECTRICALS
SILKAANS ELECTRICAL MFG CO LTD
ABB INDIA LTD.
SIEMENS
LEGRAND INDIA PVT LTD
8 MCBS
HAVELLS INDIA LTD
SCHNEIDER
L&T
L&T

SCHNEIDER
9 MCCB
SIEMENS
ABB INDIA LTD.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 561 of 694


VENDOR LIST FOR DOCUMENT No.
ELECTRICAL EQUIPMENTS/ A857-000-16-50-OD-0013
COMPONENTS Rev. A
SOLAR PV PLANT TENDER Page 3 of 5

AUTOMATIC ELECTRIC LTD


MECO INSTRUMENTS PVT LTD
10 METERS RISHAB INSTRUMENTS PVT LTD
SCHNEIDER
NIPPAN ELECTRICAL INSTRUMENTS CO.
L&T
SIEMENS
11 PUSH BUTTONS AND INDICATIONS TECHNIC ELECTRIC PVT LTD
SCHNEIDER ELECTRICAL INDIA PVT LTD.
ESSEN DEINKI
L&T
SCHNEIDER
12 FUSE SWITCH COMBINATION
SIEMENS
ABB INDIA LTD.
SIEMENS
L&T
13 TIMERS
LEGRAND INDIA PVT LTD
SCHNEIDER ELECTRICAL INDIA PVT LTD.
ACCUSONIC CONTROLS PVT LTD
ELECTRO ALLIED PRODUCTS
DHARIA SWITCHGEAR & CONTROL.
M.K. ENGINEERS & CONTROLS PVT. LTD.
LARSEN & TOUBRO LTD-AHMEDNAGAR
SWITCH BOARDS FIXED FOR MAKTEL SYSTEMS
14
PACKAGE EQUIPMENT POPULAR SWITCHGEARS PVT LTD
NITYA ELECTRO CONTROLS
TRICOLITE ELECTRICAL INDUSTRIES PVT LTD
POSITRONICS PVT LTD
VIDHYUT CONTROL (INDIA) PVT LTD
ZENITH ENGINEERING CORP.
RAYCHEM RPG LTD
15 CABLE TERMINATION & JOINTS
3M
L&T
16 BIMETALLIC RELAYS SCHNEIDER
SIEMENS
SINTEX INDUSTRIES LTD
SUMIP COMPOSITE PVT LTD
GENERAL COMPOSITES PVT LTD
17 CABLE TRAY FRP
KEMROCK
ERCON
IDS COMPOSITES
BAJAJ
LIGHTING FIXTURES FOR NON
18 CROMPTON
HAZARDOUS
PHILIPS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 562 of 694


VENDOR LIST FOR DOCUMENT No.
ELECTRICAL EQUIPMENTS/ A857-000-16-50-OD-0013
COMPONENTS Rev. A
SOLAR PV PLANT TENDER Page 4 of 5

ABB INDIA LTD.


SIEMENS
LIGHTING AND POWER PANELS LEGRAND INDIA PVT LTD
19
SAFE AREA HAVELLS INDIA LTD
SCHNEIDER
L&T
ASSOCIATED FLEXIBLES & WIRES [P] LTD.
CORDS CABLE INDUSTRIES LTD
FINOLEX CABLES LTD.
GEMSCAB INDUSTRIES LTD
HAVELLS INDIA LTD
KEC INTERNATIONAL LTD-SILVASSA (F-R133)
MV POWER & CONTROL CABLES
KEI INDUSTRIES LIMITED
20 (MOU ITEM)-PVC/XLPE
POLYCAB WIRES PVT LTD
RAVIN CABLES LTD
SRIRAM CABLES PVT LTD
SPECIAL CABLES PVT. LTD.
TORRENT CABLES LTD
UNIVERSAL CABLES LTD
ASSOCIATED FLEXIBLES & WIRES [P] LTD.
CORDS CABLE INDUSTRIES LTD
FINOLEX CABLES LTD.
GEMSCAB INDUSTRIES LTD
HAVELLS INDIA LTD
KEC INTERNATIONAL LTD-SILVASSA (F-R133)
KEI INDUSTRIES LIMITED
POLYCAB WIRES PVT LTD
RAVIN CABLES LTD
SPECIAL CABLES PVT. LTD.
TORRENT CABLES LTD
21 CONTROL CABLES-PVC/XLPE UNIVERSAL CABLES LTD
ASSOCIATED CABLES PVT LTD
CMI LIMITED
DELTON CABLES LIMITED
ELKAY TELELINKS LTD
ICON CABLE LTD
NORTH EASTERN CABLES PVT LTD
SCOT INNOVATION WIRES & CABLES PVT LTD

SRIRAM CABLES PVT LTD

SUYOG ELECTRICALS LTD

THERMO CABLES LTD (FORM. T-150)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 563 of 694


VENDOR LIST FOR DOCUMENT No.
ELECTRICAL EQUIPMENTS/ A857-000-16-50-OD-0013
COMPONENTS Rev. A
SOLAR PV PLANT TENDER Page 5 of 5

CMI LIMITED

CONTROL, FA & COMMUNICATION CORDS CABLE INDUSTRIES LTD


22 CABLES DELTON CABLES LIMITED
ELKAY TELELINKS LTD
KEI INDUSTRIES LIMITED

NOTES:

1. Vendor may procure material from any of approved Vendors listed as above. However current
validity and range of approval as per enlistment letter, workload, stability and solvency need to be
verified by the Vendor before placement of order.
2. For components other than the above, Vendor shall submit past track record for the proposed sub-
Vendors and obtain written approval from Owner/ EIL before placing order.
3. The sub-Vendors list shall be approved by Owner/ EIL prior to placement of order by Vendor. Vendor
shall list down the proposed suppliers/ Vendors for such items and submit the same for Owner/ EIL
review/ approval along with the necessary documents/ PTR. Non- acceptance of a particular
proposed Vendor due to any reasons whatsoever shall not be a cause of schedule and cost
implication. If equipments are sourced from outside India, Vendor shall obtain prior approval for make
of equipments before placement of order.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 564 of 694


DOCUMENT NO.
TECHNICAL CHECK LIST A857-161-16-50-CL-0012
(INFORMATION REQUIRED WITH BID) Rev. A

Bidder / Contractor shall furnish the following information / data / documents along with the bid.

Sl. No. Information Required with bid Bidder’s Reply


1. Type of PV module technology offered
2. Place of manufacturing of PV modules
3. Month and year of start of manufacturing facility
4. Annual production capacity of PV modules at
manufacturing facility
5. Production details of PV modules for the last 3 years at
manufacturing facility
6. Details of present major orders of PV modules
7. Past track record of grid connected solar power system
with location, kW rating, Client and year of
commissioning
8. Performance/ user certificate from past clients along
with contact details
9. Details of solar power project wherein the offered solar
PV modules are in operation for the last one year.
10. Confirmation that offered PV modules used in solar
plant shall have warranted output wattage, which should
not be less than 90% at the end of 10 years and 80% at
the end of 25 years.
11. Confirmation that offered type of PV modules have been
tested as per relevant IEC standards and certified by
IEC authorized centre as per MNRE guidelines.
12. Certificate giving details of major materials of PV
module i.e cells, Glass, back sheet, their makes and
details.
13. Clarify whether PV modules are fixed tilt or provided
with single-axis tracking system.
14. Confirmation that offered PV modules and BoS items
conform to the relevant IEC and BIS standards as per
MNRE guidelines.
15. Rating of each module, total quantity of modules and
total KWp of the plant.
16. Minimum guaranteed contractual annual energy
generation at site in KWH separately for each year for
25 years.
17. List of electrical equipments which need replacement
within plant life of 25 years. Expected life of equipments.
18. Software output report of Annual energy yield at site
considering various parameters, PV modules, solar
irradiance, system losses, tilt angle, site location etc.
separately for each year for 25 years.

A 29.12.2017 ISSUED WITH TENDER RS VK PG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-532 Rev.1 Copyrights EIL – All rights reserved

Page 565 of 694


DOCUMENT NO.
TECHNICAL CHECK LIST A857-161-16-50-CL-0012
(INFORMATION REQUIRED WITH BID) Rev. A

A 29.12.2017 ISSUED WITH TENDER RS VK PG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-532 Rev.1 Copyrights EIL – All rights reserved

Page 566 of 694


VENDOR DATA REQUIREMENT DOCUMENT No.
(ELECTRICAL) A857-161-16-50-VR-0012
FOR Rev. A
SOLAR PV PLANT TENDER Page 1 of 3

VENDOR DATA REQUIREMENT


(ELECTRICAL)
FOR
ROOF TOP SOLAR PV PLANT TENDER

PROJECT : MR-II PROJECT, MUMBAI

OWNER : M/s HPCL-MUMBAI

PMC : M/s ENGINEERS INDIA LTD.

JOB NO. : A857

A 29.12.2017 ISSUED WITH TENDER PS VK PG

Rev. Prepared Checked


Date Purpose Approved by
No by by

Format No. 1650-EIL 1650-2006 Rev. 1 Copyright EIL – All rights reserved

Page 567 of 694


VENDOR DATA REQUIREMENT DOCUMENT No.
(ELECTRICAL) A857-161-16-50-VR-0012
FOR Rev. A
SOLAR PV PLANT TENDER Page 2 of 3

Post Order With Data


Sr. With Book
Description For For Remarks
no. Bids (Final)
Review Records
1. Schedule of vendor documents * *
2. List of deviations to specifications. *
3. Electrical design basis * *
Equipment sizing calculation (PV array, PCU, MV
4. * *
power cables, inverters etc.)
5. Plant earthing and lightning protection calculations * *
6. Overall relay cum metering single line diagram * *
7. SCADA system architecture drawing * *
8. Plant electrical equipment layout, roof plan * *
General arrangement drawings for PV modules,
9. * *
inverters, PCU, junction boxes etc.
Installation plan/ mounting details of various
10. * *
equipment/ items of Solar PV Plant
Cross sectional view of various items/ equipment of
11. * *
Solar PV plant
Name plate drawings for various items/ equipment
12. * *
of Solar PV plant
13. Interconnection/wiring diagrams, terminal details * *
14. Foundation plan / details * *
15. Control/Protection/Annunciation scheme * *
Control schematic wiring diagrams, block and logic
16. * *
diagram
17. Equipment list for solar PV Plant * *
Technical details / Data sheet for major electrical
equipment i.e. PV modules, PCU, inverter, JBs,
18. * *
SCADA based monitoring system, metrological
instruments, earthing items, Power/Control cables
19. Cable schedules * *
20. Cable layouts * *
21. Earthing & lightning protection layouts * *
Bill of material of bulk electrical items, i.e. cables,
22. * *
earthing, solar PV Plant equipment, etc.
23. Site acceptance test procedure * *
Inspection & test plan (ITP) – For review by @ Refer
24. * *
Inspection department Note-11
Software based report with annual energy
25. generation calculations at Site conditions for 25 * * *
years.
26. Purchase requisition for major electrical equipment * *
27. List of commissioning spares * * *

Format No. 1650-EIL 1650-2006 Rev.1 Copyright EIL – All rights reserved

Page 568 of 694


VENDOR DATA REQUIREMENT DOCUMENT No.
(ELECTRICAL) A857-161-16-50-VR-0012
FOR Rev. A
SOLAR PV PLANT TENDER Page 3 of 3

Post Order With Data


Sr. With Book
Description For For Remarks
no. Bids (Final)
Review Records
28. List of two years operation and maintenance spares * *
29. List of special tools and tackles * * *
30. Auxiliary power requirement data (AC & DC) *
31. Operation and maintenance manual *
32. Installation Manual * *
33. Catalogues and brochures * *
34. Type test certificates * *
35. Test records * *
36. Equipment storage procedure at site * *
Duly filled in Technical Check List as per document
37. *
no. A857-161-16-50-CL-0012

Notes:
1. (*) denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document
Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in
addition to submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer 6-78-0002: Specification for documentation requirements from Contractors

7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher
paper size shall be submitted in exceptional circumstances or as indicated in the Tender.

9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL
& the bidder / contractor / supplier during finalization of Document Control Index (DCI).

10. Bill of Material shall form part of the respective drawing.

11. '@' indicates the following:

a. Equipments whose ITP is attached with Contract -ITP for respective equipment shall be,
followed. Therefore no ITP is to be furnished for review for those equipments.

b. Equipments whose ITP is not attached with Contract-Manufacturer's ITP shall be


submitted by Packager/ Vendor/Contractor to respective Regional Procurement Office
(RPO) near to manufacturer's works for approval by ElL Inspection.

12. All technical details and documents furnished with bids shall be treated as data for
engineering. These shall however be subject to Purchasers review after order placement and
bidder shall comply to Tender requirements without any cost & time implication to EIL/ Owner.

Format No. 1650-EIL 1650-2006 Rev.1 Copyright EIL – All rights reserved

Page 569 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-02030
A857-161-81-41-02031 TERRACE PLAN & SECTIONS
2 A857-161-81-41-02032 ELEVATIONS
12000 A857-161-81-41-02033 SECTIONS
A
N 6000 6000 A857-161-81-41-02034 PROFILE OF DOORS/WINDOWS A
A857-161-81-41-02035 FALSE CEILING LAYOUT & SECTIONS

300
GUTTER GUTTER

EXPANSION JOINT WITH EXPANSION JOINT WITH NOTES :-


POLYSULPHIDE SEALANT POLYSULPHIDE SEALANT
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.

SLOPE

SLOPE
COVERED WITH PROTECTIVE COVERED WITH PROTECTIVE

6000
STEEL PLATE STEEL PLATE 2. EL100.000 INDICATES FINISHED APPROACH ROAD LEVEL
4 2 1 5 450 DIA. NEAR THE BUILDING.
EXHAUST FAN
3. UNDERDECK INSULATION SHALL BE PROVIDED UNDER THE
B
B

ROOF OF A.H.U. AND OTHER AC AREAS AT TOP FLOOR.


W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 W1 V2 4. ALL OUTSIDE SURFACES SHALL BE FINISHED WITH 18MM. THK

1800
REMOVEABLE
TOILET
FC SUNKEN SLAB
PLAIN CEMENT PLASTER ON BRICK SURFACES & 6MM THK
TYPE 1000 HIGH
S.S. RAILING LOADING/ PLAIN CEMENT PLASTER ON R.C.C. SURFACES, EXCEPT SAND
UNLOADING
D1 FACE PLASTER WHEREVER MENTIONED.
PLATFORM RS1 LOADING/ 5. ALL INTERNAL WALLS SHALL BE FINISHED WITH 12MM THK
3 HEAVY DUTY RS1 UNLOADING 3 PLAIN CEMENT PLASTER ON PERIPHERIAL WALLS &
7500

FLOORING
GL2 PLATFORM REMOVEABLE
HEAVY DUTY TYPE 1000 HIGH 12MM/15MM THK PLAIN CEMENT PLASTER ON EITHER SIDE
FLOORING S.S. RAILING

230
AL1 AL1
OF INTERNAL WALLS. 6MM THK PLAIN CEMENT PLASTER
C C
AIR LOCK LOBBY
GRANITE STONE
AL1
AL1
AIR LOCK LOBBY SHALL BE PROVIDED ON R.C.C. SURFACES.
GRANITE STONE
FLOORING FLOORING 6. REFER ELECTRICAL CABLE TRENCH LAYOUT FOR TRENCHES
UD
FC AC
SWITCHGEAR HALL FC AC
IN SWGR ROOM AND TRANSFORMERS AREA BEFORE STARTING
AL1 SWITCHGEAR HALL (FOR MARKETING DIVISION) AL1
UD
FLOORING.
(FOR REFINERY DIVISION) HEAVY DUTY FLOORING
1200

1200
STAIRCASE
GRANITE FLOORING HEAVY DUTY FLOORING AC FC
7. ALL CUTOUTS IN FLOOR, WALLS FOR CABLE ENTRIES ETC.
STAIRCASE
W-1200
T-300 AC FC UD GRANITE FLOORING TO BE KEPT AS PER REQUIREMENT OF RESPECTIVE
750 GL1 W-1200 750
FIRE
R-150 (43 EQ RISER) UD T-300
FIRE
DEPARTMENTS.
R-150 (43 EQ RISER)
HYDRANT
DN
UP
UP
HYDRANT 8. 1000 MM WIDE PLINTH PROTECTION WITH BUILDING DRAIN
7500

D
SHALL BE PROVIDED ALL AROUND THE BUILDING. D
9. ALL SUNSHADE & ROOF PROJECTIONS SHALL HAVE DRIP
MOULD GROOVES UNDERNEATH ALL ALONG THE
27000

PERIPHERIES.
10. SUITABLE SLOPE IN FLOOR SLAB FOR CABLE CELLAR SHALL
BE PROVIDED TOWARDS FLOOR TRAPS LOCATIONS AS SHOWN
AL1
IN THE DRG FOR DRAINAGE OF WATER.
AC FC
UD 11. OPENINGS IN THE AC PLANT & AHU ROOM SHALL BE AS PER
AIR LOCK LOBBY
GRANITE STONE TERRACE HVAC VENDOR REQUIREMENT.
FLOORING
DISTRIBUTION 12. ALL DOORS, GATES ETC. IN SUBSTATION SHALL BE PROVIDED
6000

E E
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh] u

AL1
WITH FACILITY OF LOCKING THE DOORS.

SLOPE 1:80
TRANSFORMER FOR
TERRACE POWER CAPACITOR POWER SD1A DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION
EMERGENCY DG SET
DISTRIBUTION DISTRIBUTION
TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER 13. SWITCHGEAR HEAVY DUTY FLOORING SHALL BE PAINTED
TRANSFORMER BELOW TRANSFORMER BELOW
m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

DN BELOW BELOW BELOW BELOW BELOW BELOW BELOW BELOW


WITH HV INSULATION TYPE PAINT AS PER CLIENT
BELOW BELOW
SLOPE 1:80

REQUIREMENT.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

A.H.U.
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

HEAVY DUTY FLOORING

2
3000

F F
3000

DRAIN
POINT
V1A V1A
AIR COOLED CONDENSING
UNITS TO BE PLACED ON
THE ROOF OF AHU ROOM
SCHEDULE OF DOORS & WINDOWS
4 2 1 5 TYPE
OPENING
SIZE
FRAME
SIZE
LINTEL
LEVEL
NOS.

G - STD. STEEL ROLLING SHUTTER, G


RS1 3000x4000 4000 02
3000 3000 3000 3000 1460 ELECTRICALLY OPERATED
3500 6000 6000 6000 6000 6000 6000 X 3000 6000 6000 5500 6000 6000 6000 6000 6000 6000 3500 D1 0900x2100 0880x2090 2100 PVC DOOR SINGLE SHUTTER 02
99500+X+X
POWDER COATED ALMN. GLAZED DOOR WITH
AL1 1000x2100 0980x2090 2100 5.5mm THK TOUGHENED GLASS, SINGLE 11
SHUTTER AS/EIL STD NO. 7-75-0014.
PRESSED STEEL DOOR WITH PRESSED STEEL
SD1 1500x2500 1480x2490 2500 FRAME, DOUBLE SHUTTER AS/EIL.STD. 02
7-75-0071

H
FIRST FLOOR PLAN SD1A 1500x2500 1480x2490 2500 SAME AS SD1 BUT AIR-TIGHT
PRESSED STEEL DOOR WITH PRESSED STEEL
01
H
SD2 1200x2100 1180x2090 2100 FRAME, SINGLE SHUTTER AS/EIL.STD. 02
2 7-75-0070
12000 SD3 1200x2100 1180x2090 2100 SAME AS SD2 BUT WITH LOUVERS AT BOTTOM. 02
6000 6000
ALMN. GLAZED WINDOW POWDER COATED
1200x1800 27
ROOF PROJECTION W1 1180x1790 2700 WITH 5.5 mm THK TOUGHENED GLASS,
300

PARTLY FIXED PARTLY OPENABLE TYPE.


COLUMN BEAM ALMN. GLAZED VENTILATOR POWDER COATED 35
AS/STR.(TYP.) V1 2500x0600 2480x 590 BOTTOM WITH 5.5 mm THK TOUGHENED GLASS,
EXPANSION JOINT WITH EXPANSION JOINT WITH PARTLY FIXED PARTLY OPENABLE TYPE.
DG SHED POLYSULPHIDE SEALANT POLYSULPHIDE SEALANT
BEAM ALMN. GLAZED VENTILATOR POWDER
COVERED WITH PROTECTIVE COVERED WITH PROTECTIVE V1A 2500x0600 2480x 590 BOTTOM COATED WITH 5.5 mm THK TOUGHENED 02
6000

I 100.300 STEEL PLATE STEEL PLATE I


F.F.L GLASS, FIX TYPE.
4 1 5 450 DIA. ALMN. GLAZED VENTILATOR POWDER COATED
EXHAUST FAN V2 1500x0600 1480x 590 2700 WITH 6.3 mm THK LAMINATED GLASS, PARTLY 02
FIXED PARTLY OPENABLE TYPE.
ALMN. GLAZED VENTILATOR POWDER COATED
V3 4200x0600 4180x 590 2500 WITH 6.3 mm THK LAMINATED GLASS, PARTLY 01
V2
V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 V1 FIXED PARTLY OPENABLE TYPE.

1800
TOILET
FC SUNKEN SLAB

LOADING/
GL1 6675x3000 6655x2980 4000 POWDER COATED ALMN. GLAZED PARTITION 01
WITH 5.5mm THK TOUGHENED GLASS.
100.00 UNLOADING
V3 D1
STEPS PLATFORM STEPS
F.R.L CABLE CELLAR LOADING/ GL2 6655x2980 4000 POWDER COATED ALMN. GLAZED PARTITION 01
J
3 W-1200
T-300 HEAVY DUTY
W-1200
T-300
3 6675x3000
WITH 5.5mm THK TOUGHENED GLASS.
J
7500

UP
FLOORING
CEMENT CONCRETE FLOORING UNLOADING UP

100.300 PLATFORM
HEAVY DUTY
1800 F.F.L FLOORING 1800

100.300 100.300
SLOPE 1:6

SLOPE 1:6
F.F.L
F.F.L
1675

1675
RAMP RAMP
UP SD1 SD1 UP
ARCHITECTURAL FINISHES SCHEDULE
SKIRTING/
ROOM FLOOR FINISH WALL FINISH CEILING FINISH
STAIRCASE WALL BASE
1200

1200
STAIRCASE GRANITE FLOORING
TRANSFORMER GRAVEL -
CEMENT PLASTER WITH OIL CEMENT PLASTER WITH OIL
GRANITE FLOORING W-1200 BOUND DISTEMPER BOUND DISTEMPER
K W-1200 T-300 K
750 R-150 (22 EQ RISER) 750 CEMENT PLASTER WITH OIL CEMENT PLASTER WITH OIL
T-300 CAPACITOR GRAVEL -
R-150 (22 EQ RISER) BOUND DISTEMPER BOUND DISTEMPER
FIRE FIRE
HYDRANT HYDRANT 2100 MM HIGH COLOURED
UP UP CHEMICAL RESISTANT CEMENT PLASTER WITH OIL
BATTERY ROOM - EPOXY PAINT ON DADO WITH
7500

EPOXY FLOORING BOUND DISTEMPER


OIL BOUND DISTEMPER ABOVE

HEAVY DUTY CEMENT PLASTER CEMENT PLASTER WITH OIL CEMENT PLASTER WITH OIL
MAINTENANCE ROOM
FLOORING SKIRTING BOUND DISTEMPER BOUND DISTEMPER

CEMENT CONCRETE CEMENT PLASTER CEMENT PLASTER WITH OIL CEMENT PLASTER WITH OIL
CABLE CELLAR
27000

FLOORING SKIRTING BOUND DISTEMPER BOUND DISTEMPER

GRANITE STONE CEMENT PLASTER WITH PLASTIC CEMENT PLASTER WITH


345 THK BRICK 345 THK BRICK STAIRCASE GRANITE FLOORING
SKIRTING EMULSION PAINT PLASTIC EMULSION PAINT
WALL (TYP) WALL (TYP)
2100 MM HIGH CERAMIC TILE
NON-SLIP CERAMIC GYPSUM BOARD PANEL
AL1 TOILET - DADO WITH PLASTIC EMULSION
TILE FLOORING FALSE CEILING
L PAINT ABOVE L
4500mm
MAINTENANCE ROOM

SD3 LOADING/ UNLOADING HEAVY DUTY CEMENT PLASTER CEMENT PLASTER WITH PLASTIC CEMENT PLASTER WITH

MAINT. ROOM
MARKETING DIVISION
HIGH WALL
CEMENT CONCRETE FLOORING

CEMENT CONCRETE
4500mm 4500mm BATTERY ROOM 4500mm 4500mm 4500mm 4500mm 4500mm 4500mm (TYP) 4500mm
PLATFORM FLOORING SKIRTING EMULSION PAINT PLASTIC EMULSION PAINT
450

V1 V1
HIGH WALL HIGH WALL REFINERY DIVISION HIGH WALL HIGH WALL HIGH WALL HIGH WALL HIGH WALL HIGH WALL HIGH WALL A.H.U.
HEAVY DUTY CEMENT PLASTER CEMENT PLASTER WITH OIL CEMENT PLASTER WITH OIL
REFINERY DIVISION

FLOORING SKIRTING BOUND DISTEMPER BOUND DISTEMPER


(TYP) (TYP) (TYP) (TYP) (TYP) (TYP) (TYP) (TYP) DISTRIBUTION (TYP)
6000

EPOXY PAINT ON FLOOR WITH


TRANSFORMER FOR

FLOORING
2100 MM HIGH EPOXY PAINT GRANITE STONE CEMENT PLASTER WITH PLASTIC CEMENT PLASTER WITH
V1

POWER CAPACITOR POWER ON DADO/WALL DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION DISTRIBUTION
EMERGENCY DG SET
DISTRIBUTION DISTRIBUTION AIR LOCK LOBBY GRANITE FLOORING
SKIRTING EMULSION PAINT PLASTIC EMULSION PAINT
TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER TRANSFORMER COMBINATION OF METAL
TRANSFORMER TRANSFORMER 100.300 100.150 100.150 100.150 100.150 100.150 100.150 100.150 100.150 100.150 SWITCHGEAR HALL
HEAVY DUTY
FLOORING
CEMENT PLASTER
SKIRTING
CEMENT PLASTER WITH PLASTIC
EMULSION PAINT
TILE & GYPSUM BOARD
SINK WITH F.F.L PANEL FALSE CEILING
100.150 100.150 100.150 DRAIN BELOW
2 NOS. 450 DIA. TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL
EXTERNAL ACRYLIC EMULSION PAINT
TOP OF GRAVEL TOP OF GRAVEL TOP OF GRAVEL EXHAUST FAN REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION MARKETING DIVISION MARKETING DIVISION GRANITE STONE CLADDING
EXTERNAL
STRUCTURAL GLAZING
ACP CLADDING
STEPS SD2
M
REFINERY DIVISION REFINERY DIVISION REFINERY DIVISION W-1200
UP
M
T-300
T-300
3000

V1 BATTERY ROOM R-150


STEP UP 160Ø RAIN WATER PIPE 2
MARKETING DIV. RAMP UP
EPOXY PAINT ON FLOOR WITH SLOPE 1:6
2100 MM HIGH EPOXY PAINT
ON DADO/WALL
SD2
T-300
3000

R-150 SINK WITH 100.300


STEP UP DRAIN BELOW F.F.L
RAMP UP 490
CHAIN LINK FENSE SLOPE 1:6 V1 V1 2 07.09.17 REVISED AS MARKED 2 ISSUED FOR CONSTRUCTION BS AM JS
SD3
1 21.03.17 REVISED AND ISSUED FOR CONSTRUCTION BS AM JS
STAIRCASE 0 14.12.16 ISSUED FOR CONSTRUCTION BS AM JS
N UP GRANITE FLOORING

N
T-300
2 NOS. 450 DIA. STEP UP R-150 W-1200 ISSUED FOR ENGINEERING
E 02.11.16 BS AM JS
EXHAUST FAN T-300
REVISED & ISSUED FOR TENDER
4 2 1 5 R-150(24 EQ
RISER)
D
C
02.09.16
22.08.16 REVISED & RE-ISSUED FOR TENDER
BS
BS
AM
AM
JS
JS
B 30.06.16 ISSUED FOR TENDER BS AM JS
3000 3000 3000 3000 1460 ISSUED FOR COMMENTS
A 17.06.16 BS AM JS
3500 6000 6000 6000 6000 6000 6000 X 3000 6000 6000 5500 6000 6000 6000 6000 6000 6000 3500
REV. DATE REVISIONS BY CHKD APPD PEM/PC
99500+X+X

O
O (A Govt. of India Undertaking)

GROUND FLOOR PLAN fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM


eqEcbZ fjQkbujh
EPCM SERVICES FOR MR II
PROJECT

P lc LVs'ku SUBSTATION

P
Hkwry ,oa izFke ry dk Iyku GROUND & FIRST FLOOR PLAN

SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.


1:125 A 8 5 7 1 6 1 8 1 4 1 0 2 0 3 0 2

Page 570 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0500 REV.2 A0-1189 x 841


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-02031
A857-161-81-41-02030 GROUND & FIRST FLOOR PLAN
A857-161-81-41-02032 ELEVATIONS
A857-161-81-41-02033 SECTIONS
A
N A857-161-81-41-02034 PROFILE OF DOORS/WINDOWS A
A857-161-81-41-02035 FALSE CEILING LAYOUT & SECTIONS

NOTES :-
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
2. FOR OTHER NOTES REFER DWG. NO. A857-161-81-41-02030.

B
B

1000 HIGH R.C.C. PARAPET WALL 1000 HIGH R.C.C. PARAPET WALL
WATER PROOFING AS/TENDER SPECS (APP). WATER PROOFING AS/TENDER SPECS (APP).
C C
R.C.C. SLAB AS/STRL. R.C.C. SLAB AS/STRL.
750 WIDE R.C.C. GUTTER 750 WIDE R.C.C. GUTTER

950

950
COPING WITH DRIP MOULD
A.H.U. FLASHING DETAIL
RIDGE PIECE

PRECOATED GALVALUME SHEET ROOFING


STEEL PORTAL (AS/STRL DRG)

D SWITCHGEAR HALL SWITCHGEAR HALL D

4500

4500
POWER TRANSFORMER

6000
DG SHED DG SHED

5000

5000
BATTERY ROOM BATTERY ROOM
REFINERY DIVISION MARKETING DIVISION CABLE CELLAR CABLE CELLAR

2550

2550
100.300 100.300 100.150 100.300 100.300
F.F.L F.R.L. TOP OF GRAVEL F.F.L F.R.L.

E E
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh] u
m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

SECTION 1-1 SECTION 2-2


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

F F

G G

EXPANSION JOINT WITH EXPANSION JOINT WITH


SHED BELOW POLYSULPHIDE SEALANT POLYSULPHIDE SEALANT
COVERED WITH PROTECTIVE COVERED WITH PROTECTIVE
160 Ø PVC RAIN 750 WIDE RAIN 1000 HIGH R.C.C.
STEEL PLATE STEEL PLATE WATER PIPE WATER GUTTER PARAPET WALL
4 2 1 5 (TYP.) (TYP)

H H
SLOPE SLOPE
1:80 1:80

3 3
7500

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80
I I

AL1 AL1
1200

1200
STAIRCASE
GRANITE FLOORING
W-1200
STAIRCASE
GRANITE FLOORING
750 T-300 750
W-1200
R-150 (43 EQ RISER)
T-300
R-150 (43 EQ RISER)
UP
DN UP
7500

J J
27000

TERRACE
SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80
K BELOW K
6000

SLOPE 1:80
TERRACE
BELOW
SLOPE 1:80

SLOPE 1:80
3000

L L
3000

4 2 1 5
M M

3500 6000
3000
6000
3000
6000 6000
3000
6000
3000 1460
6000 X 3000 6000 6000 5500 6000 6000 6000 6000 6000 6000 3500
ADVANCE COPY
99500+X+X

N TERRACE PLAN 1 21.03.17 REVISED AND ISSUED FOR CONSTRUCTION BS AM JS

N
0 19.12.16 ISSUED FOR CONSTRUCTION BS AM JS
D 02.11.16 ISSUED FOR ENGINEERING BS AM JS
C 02.09.16 REVISED & ISSUED FOR TENDER BS AM JS
B 22.08.16 REVISED & RE-ISSUED FOR TENDER BS AM JS
A 30.06.16 ISSUED FOR TENDER BS AM JS
REV. DATE REVISIONS BY CHKD APPD PEM/PC

O
O (A Govt. of India Undertaking)

fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM


eqEcbZ fjQkbujh
EPCM SERVICES FOR MR II
PROJECT

P lc LVs'ku SUBSTATION

P
Nr vk;kstuk ,oa dkV TERRACE PLAN & SECTIONS

SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.


1:125 A 8 5 7 1 6 1 8 1 4 1 0 2 0 3 1 1

Page 571 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0500 REV.2 A0-1189 x 841


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-02032
A857-161-81-41-02030 GROUND & FIRST FLOOR PLAN
A857-161-81-41-02031 TERRACE PLAN & SECTIONS
A857-161-81-41-02033 SECTIONS
A A857-161-81-41-02034 PROFILE OF DOORS/WINDOWS A
A857-161-81-41-02035 FALSE CEILING LAYOUT & SECTIONS

NOTES :-
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
2. FOR OTHER NOTES REFER DWG. NO. A857-161-81-41-02030.

B
B

C C

D D

100.00
F.R.L

E E
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh] u
m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

FRONT ELEVATION
F F

G G

H H

I 100.00 I
F.R.L

REAR ELEVATION
J J

K K

L L

M M

ADVANCE COPY

1 21.03.17 REVISED AND ISSUED FOR CONSTRUCTION BS AM JS


N

N
0 19.12.16 ISSUED FOR CONSTRUCTION BS AM JS
D 02.11.16 ISSUED FOR ENGINEERING BS AM JS
C 02.09.16 REVISED & RE-ISSUED FOR TENDER BS AM JS
B 22.08.16 REVISED & RE-ISSUED FOR TENDER BS AM JS
A 30.06.16 ISSUED FOR TENDER BS AM JS
REV. DATE REVISIONS BY CHKD APPD PEM/PC

RIGHT SIDE ELEVATION LEFT SIDE ELEVATION

O
O (A Govt. of India Undertaking)

fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM


eqEcbZ fjQkbujh
EPCM SERVICES FOR MR II
PROJECT

P lc LVs'ku SUBSTATION

P
n`'; ELEVATIONS

SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.


1:100 A 8 5 7 1 6 1 8 1 4 1 0 2 0 3 2 1

Page 572 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0500 REV.2 A0-1189 x 841


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12004
A
N

A
ARCHITECTURAL FINISHES SCHEDULE
ROOM FLOOR FINISH SKIRTING/ WALL BASE WALL FINISH CEILING FINISH
NOTES:
2100 HIGH GRANITE STONE DADO WITH CEMENT
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
ENTRANCE PASSAGE GRANITE FLOORING - METAL PANELING IN FALSE CEILING
PLASTER & PLASTIC EMULSION PAINT ABOVE 2. EL100.000 INDICATES FINISHED APPROACH ROAD LEVEL NEAR THE BUILDING.
SERVICE ENTRY PASSAGE GRANITE FLOORING - CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING 3. UNDERDECK INSULATION SHALL BE PROVIDED UNDER THE ROOF OF A.H.U. AND
ENTRANCE LOBBY VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING
OTHER AC AREAS AT TOP FLOOR.
4. ALL OUTSIDE SURFACES SHALL BE FINISHED WITH 18MM. THK PLAIN CEMENT
LOBBY VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING
PLASTER ON BRICK SURFACES & 6MM THK PLAIN CEMENT PLASTER ON R.C.C.
VIEWING GALLERY MARMOLEUM FLOORING MARMOLEUM SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING SURFACES, EXCEPT SAND FACE PLASTER WHEREVER MENTIONED.
B

B
INTERNAL CORRIDOR VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT
COMBINATION OF METAL TILE & GYPSUM 5. ALL INTERNAL WALLS SHALL BE FINISHED WITH 12MM THK PLAIN CEMENT PLASTER
BOARD PANEL FALSE CEILING ON PERIPHERIAL WALLS & 12MM/15MM THK PLAIN CEMENT PLASTER ON EITHER SIDE
COMBINATION OF METAL TILE & GYPSUM
SHIFT-IN-CHARGE ROOM VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT OF INTERNAL WALLS. 6MM THK PLAIN CEMENT PLASTER SHALL BE PROVIDED ON
BOARD PANEL FALSE CEILING
ENGINEERING ROOM MARMOLEUM FLOORING MARMOLEUM SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING R.C.C. SURFACES.

450
0
45 6. ALL CUTOUTS IN FLOOR, WALLS FOR CABLE ENTRIES ETC. TO BE KEPT AS PER

1200
CONSOLE ROOM MARMOLEUM FLOORING MARMOLEUM SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT METAL PANELING IN FALSE CEILING
REQUIREMENT OF RESPECTIVE DEPARTMENTS.
FALSE FLOORING WITH COMBINATION OF METAL TILE & GYPSUM
RACK ROOM - CEMENT PLASTER WITH PLASTIC EMULSION PAINT 7. 1000 WIDE PLINTH PROTECTION WITH BUILDING DRAIN SHALL BE PROVIDED ALL
HIGH PRESSURE LAMINATE BOARD PANEL FALSE CEILING
COMBINATION OF METAL TILE & GYPSUM AROUND THE BUILDING.
CONFERENCE ROOM VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT
BOARD PANEL FALSE CEILING
8. OPENINGS IN THE AC PLANT & AHU ROOM SHALL BE AS PER HVAC VENDOR
C

C
COMBINATION OF METAL TILE & GYPSUM
DINING ROOM VITRIFIED TILE FLOORING VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT 230 450 230
BOARD PANEL FALSE CEILING REQUIREMENT.
NON-SLIP CERAMIC TILE 2100 MM HIGH CERAMIC TILE DADO WITH 1199
PANTRY - GYPSUM BOARD PANEL FALSE CEILING 9. COLD AIR DISTRIBUTION SHALL BE THROUGH FALSE FLOORING.
FLOORING PLASTIC EMULSION PAINT ABOVE
NON-SLIP CERAMIC TILE 2100 MM HIGH CERAMIC TILE DADO WITH 10. ALL FIRE GLAZED PARTITIONS/ FIRE DOORS SHALL HAVE MASONRY WORK UPTO
CHANGE ROOM - GYPSUM BOARD PANEL FALSE CEILING
FLOORING PLASTIC EMULSION PAINT ABOVE
G. TOILET
NON-SLIP CERAMIC TILE
-
2100 MM HIGH CERAMIC TILE DADO WITH
GYPSUM BOARD PANEL FALSE CEILING
TYPICAL SECTION FINISHED FLOOR LEVEL AND MASONRY WALL/ FIRE BOARD PARTITION ABOVE FALSE
FLOORING PLASTIC EMULSION PAINT ABOVE CEILING UPTO BEAM BOTTOM/ SLAB TO ENSURE FIRE ZONING.
THROUGH R.C.C. HOOD
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]

NON-SLIP CERAMIC TILE 2100 MM HIGH CERAMIC TILE DADO WITH


u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

L. TOILET - GYPSUM BOARD PANEL FALSE CEILING


FLOORING PLASTIC EMULSION PAINT ABOVE
VITRIFIED TILE FLOORING COMBINATION OF METAL TILE & GYPSUM
UPS ROOM VITRIFIED TILE SKIRTING CEMENT PLASTER WITH PLASTIC EMULSION PAINT
WITH TRENCHES BELOW BOARD PANEL FALSE CEILING
CEMENT PLASTER COMBINATION OF METAL TILE & GYPSUM
ALL ARCHITECTURE AND CIVIL-STURCTURE WORKS OF MASONRY, RCC,
D

D
ELECTRICAL ROOM HEAVY DUTY FLOORING CEMENT PLASTER WITH OIL BOUND DISTEMPER
SKIRTING
CEMENT PLASTER
BOARD PANEL FALSE CEILING
COMBINATION OF METAL TILE & GYPSUM
FLOORING, ROOFING, WATER-PROOFING, ROOFING TREATMENT, EXTERNAL
INSTRUMENTATION ROOM HEAVY DUTY FLOORING CEMENT PLASTER WITH OIL BOUND DISTEMPER
SKIRTING BOARD PANEL FALSE CEILING PLASTER AND POINTING, EXTERNAL PAINTING, EXTERNAL FINISHES, PLINTH
CEMENT PLASTER CEMENT PLASTER WITH OIL BOUND
CLEAN AGENT ROOM HEAVY DUTY FLOORING
SKIRTING
CEMENT PLASTER WITH OIL BOUND DISTEMPER
DISTEMPER PROTECTION, SITE DEVELOPMENT ETC SHALL BE UNDER THE SCOPE OF
2100 MM HIGH EPOXY WALL COATING DADO
CIVIL-STRUCTURE CONTRACTOR.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

CHEMICAL RESISTANT CEMENT PLASTER WITH OIL BOUND


BATTERY ROOM - WITH CEMENT PLASTER & OIL BOUND DISTEMPER
EPOXY FLOORING DISTEMPER
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

ABOVE INTERIOR WORKS OF FLOOR FINISHES, WOODWORK, STEEL/ AL./ GLAZED/


CEMENT PLASTER CEMENT PLASTER WITH OIL BOUND
AC PLANT ROOM HEAVY DUTY FLOORING CEMENT PLASTER WITH OIL BOUND DISTEMPER
SKIRTING DISTEMPER FULLY GLASS/ PVC DOORS,WINDOWS & VENTILATORS, INTERIOR PLASTER,
EXTERNAL ACRYLIC EMULSION PAINT, ACP CLADDING
INTERIOR FINISHES, INTERIOR PAINTING, SANITARY AND FITTINGS, FALSE
E

E
CEILING, FALSE FLOORING, UNDERDECK-INSULATION, FIRE RATED DOORS,
PARTITIONS, PANELING, CLADDING, FURNITURE, LIGHTING, LANDSCAPE
PLATFORM FOR AIR COOLED WORKS ALL COMPLETE OF ALL INTERIOR SPACES INCLUDING MAIN ENTRY
1 CONDENSING UNITS AND SERVICE ENTRY SHALL BE UNDER THE SCOPE OF INTERIOR WORKS
600mm ABOVE FGL CONTRACTOR AS PER THE JOB SPECIFICATIONS AND SCOPE OF WORK.
F

1 SCHEDULE OF DOORS & WINDOWS


1

10000
LINTEL
TYPE OPENING SIZE FRAME SIZE DESCRIPTION NOS.
LEVEL
FLUSH WOODEN BLOCK BOARD DOOR SINGLE
3 1 D1 1000x2100 0980x2090 2100 06

161-MCT-04

161-MCT-05
SHUTTER WITH LAMINATION.
161-MCT-01

161-MCT-02

161-MCT-03
2750 DETAILS AS
2750 300 (TYP.)
PER
STRUCTURE D2 0750x2100 0730x2090 2100 PVC DOOR SINGLE SHUTTER 15
J 600x250H OPENING IN RCC 900x450H OPENING IN RCC
G

6900 4700 WALL AT 2500MM BOTTOM WALL AT 500MM BOTTOM PRESSED STEEL DOOR WITH PRESSED STEEL
DETAILS AS PER STRUCTURE SERVICE ENTRY SERVICE ENTRY
100.00 905 500 1427 500 1427 500 750
RAMP UP 100.00 RAMP UP 500 1427 500 905 FROM AHU ROOM FFL FOR FROM AHU ROOM FFL FOR
GRANITE FLOORING GRANITE FLOORING SD1 2000x2500 1980x2490 2500 FRAME, DOUBLE SHUTTER AS/EIL.STD. 04
F.F.L. INSTRUMENT AIR & FRESH REFRIGERANT PIPES
3000

APP.RD.Lvl SLOPE-1:6 SLOPE-1:6 7-75-0071


2550

100.900 100.900 WATER LINE


300 (TYP.)

CABLE VAULT F.F.L. F.F.L. CABLE VAULT


POWDER COATED ALUMINUM GLAZED DOOR,
SLOPE-1:6

SLOPE-1:6
FOR INSTRUMENTATION CABLES FOR INSTRUMENTATION CABLES
03
RAMP UP

RAMP UP
AL1 2000x2500 1980x2490 2500
DOUBLE SHUTTER
H FD1 FD1 FD1 FD1
SPACE FOR INDOOR 2000 SPACE FOR INDOOR
UNITS OF PRECISION AC
CUT-OUT TO BE
500 1500 1300 500
UNITS OF PRECISION AC
AL2 1000x2100 0980x2090 2100 POWDER COATED ALUMINUM GLAZED DOOR, 02
500 3200 500 500 1200 500 PROVIDED WALL ON HOLD. SINGLE SHUTTER
H

BELOW FALSE 200 200


FLOOR
CLEAN AGENT ROOM CUT-OUT TO BE CUT-OUT TO BE 2- HR FIRE RATED, GLAZED DOOR, DOUBLE
5000

(1200W X 600H)

180

0
CUT-OUT TO BE PROVIDED

180
FG1 PROVIDED PROVIDED
FD1 2000x2500 1980x2490 2500 SHUTTER AS PER MANUFACTURER'S 15

0
HEAVY DUTY FLOORING BELOW FALSE FLOOR FG1 BELOW FALSE BELOW FALSE
(3200W X 600H) FG3 FLOOR FLOOR SPECIFICATION.
SD1 AC PLANT ROOM SD1
RACK ROOM (1500W X 600H) RACK ROOM (1300W X 600H)
2- HR FIRE RATED, GLAZED DOOR, SINGLE
(REFINERY) CONSOLE ROOM CONSOLE ROOM (MARKETING) HEAVY DUTY FLOORING
FALSE FLOORING (REFINERY) FALSE FLOORING FD2 1000x2100 0980x2090 2100 SHUTTER AS PER MANUFACTURER'S 04
(MARKETING)
SPECIFICATION.
G VITRIFIED TILE FLOORING VITRIFIED TILE FLOORING
FF FC UD DOUBLE SHUTTER GLAZED DOOR AS/
FF FC WITH TRENCHES BELOW WITH TRENCHES BELOW
VD1 2000x2100 - 2100 03
SERVICE ENTRY VENDORR'S SPECIFICATION.
I

FC 1500MM HIGH FC UD AC
UD AC OPENING 1000MM GRANITE FLOORING
UD AC ABOVE FFL UD AC SINGLE SHUTTER GLAZED DOOR AS/
FIRE BOARD PARTITION ABOVE FIRE BOARD PARTITION ABOVE 100.900 VD2 1000x2100 - 2100 02
FALSE CEILING UPTO BEAM
BOTTOM/ SLAB.
FALSE CEILING UPTO BEAM
BOTTOM/ SLAB. F.F.L. VENDORR'S SPECIFICATION.
FD1 RCC INST.
5000

2 NOS. 1.5" SLEEVES 2NOs. EACH 150Ø PIPE FIRE GLAZED PARTITION FIRE GLAZED PARTITION 2NOs. EACH 150Ø PIPE 2- HR FIRE RATED, GLAZED PARTITION AS
CABLE TRENCH FG1
SLEEVE BELOW FALSE SLEEVE BELOW FALSE 4350x1500 4330x1490 2500 02
SERVICE ENTRY
FLOOR
(500W X 500D) FLOOR 1000x600H OPENING PER MANUFACTURER'S SPECIFICATION.
GRANITE FLOORING
IN RCC WALL AT 2- HR FIRE RATED, GLAZED PARTITION AS

2200
100.900 WALL ABOVE DOOR/ PARTITION
GP4 VIEWING GALLERY
WALL ABOVE DOOR/ PARTITION
2500MM BOTTOM FG2 4500x1500 4480x1490 2500 01
F.F.L. FD2
UPTO BEAM BOTTOM/ SLAB TO
ENSURE FIRE ZONES
UPTO BEAM BOTTOM/ SLAB TO
ENSURE FIRE ZONES
FD2
PER MANUFACTURER'S SPECIFICATION.
VITRIFIED TILE FLOORING FROM AHU ROOM FFL
FIRE GLAZED PARTITION FIRE GLAZED PARTITION
FOR FRESH AIR GLAZED PARTITION AS PER MANUFACTURER'S
INSTRUMENTATION ELECTRICAL ROOM FD1 FD1 FC FD1 FD1 GP1 4500x1500 4480x1490 2500 02
F
J

FD2 FD2 SPECIFICATION.


(MAINT. ROOM) VITRIFIED TILE FLOORING AC UD
VITRIFIED TILE FLOORING
PC PC PC PNT PNT PNT PNT PC PC PC
LEGEND:
DOCUMENT CABINET

DOCUMENT CABINET
FF = FALSE FLOORING
700

FC
PC

PC
FF FC PNT PNT -
F.R.L. = FINISHED ROAD LEVEL FF FC
135°

UD AC UD AC
ENGINEERING ROOM-1
VITRIFIED TILE FLOORING
DOCUMENT
& PRINTER
DOCUMENT
& PRINTER
ENGINEERING ROOM-2
VITRIFIED TILE FLOORING GYPSUM/ACRYLIC GYPSUM BOARD
AC = AIR CONDITIONED
F.F.L. = FINISHED FLOOR LEVEL
5000

PNT WITH TRENCHES BELOW ROOM STEPS STEPS ROOM WITH TRENCHES BELOW PNT BOARD PARTITION PARTITION
GLAZED PARTITION
UD = UNDERDECK INSULATION
R:150 R:150
AC UD
PC

WITH ETCHING FILM

PC
T:300 1000 HIGH GLASS T:300 ENGINEERING ROOM-3 ENGINEERING ROOM-4
PNT FC FC FC FC PNT
UD AC AC UD
S.S. RAILING
UD AC UD AC 1170
VITRIFIED TILE FLOORING VITRIFIED TILE FLOORING
FC = FALSE CEILING
1170 FC FC
PC

PC
UD AC UD AC = BRICK WALL UPTO FALSE CEILING
K

35000

800

800
750

PC PC PC PC PC PC
PNT SPACE FOR SPACE FOR PNT = BRICK WALL UPTO SLAB/ BEAM BOTTOM
SD1 SD1
E AL1 PRINTER SHOE RACK
VD1 VD1
SHOE RACK PRINTER AL1 VD2 VD2
ALUMINUM GLAZED
(FIRE ZONING)
GP1 FIRE GLAZED FIRE GLAZED GP1 PARTITION
PARTITION PARTITION
FC RCC INST. CABLE TRENCH FD1 = RCC BLAST RESISTANT WALL
3000

RCC INST. CABLE TRENCH 2200 MM WIDE CORRIDOR (500W X 500D)


(500W X 500D) UD AC VITRIFIED TILE FLOORING DECORATIVE PANELING
FD1 ALUMINUM GLAZED (GYPSUM/ ACRYLIC)

BLAST RESISTANCE STRUCTURE


PARTITION
300 (TYP.)

300 (TYP.)
D FD1 AL1 1500

EQ
WRITING BOARD
FD1 FG2 SERVING AREA

1200
L

L
750

750
1150 1150 1150 1050
100.900 FC D2

950
F.F.L. D2 D2 D2 D2 UD
1 01.06.17 REVISED AS MARKED 1 & ISSUED FOR CONSTRUCTION BS AM/GJK JS

1100
CHANGE ROOM FC D2

950
1400
(FEMALE)
TOILET 0 06.04.17 ISSUED FOR CONSTRUCTION (AFC) BS AM/GJK JS
5000

NON-SLIP CERAMIC TILE


SHIFT INCHARGE UD AC

1150
FLOORING (FEMALE) I 08.02.17 RE-ISSUED FOR ENGINEERING BS AM/GJK
(MARKETING) JS

EQ
NON-SLIP

450
VITRIFIED TILE FLOORING DINING ROOM D2 H 02.11.16 ISSUED FOR ENGINEERING
D1 CERAMIC BS AM/GJK JS
VITRIFIED TILE FLOORING TILE

1150
BATTERY ROOM UPS ROOM CONFERENCE ROOM FLOORING G 02.08.16 REVISED & RE-ISSUED TENDER BS AM/GJK JS

1200
AL2 FC
450

D1 D2

450
FALSE FLOORING F
M

M
VITRIFIED TILE FLOORING 26.07.16 REVISED & RE-ISSUED FOR CLIENT'S APPROVAL BS AM/GJK JS
COLOURED EPOXY PAINT UD AC
C ON FLOOR WITH 2100 MM D2
E 19.07.16 REVISED & RE-ISSUED AS/ CLIENT COMMENTS BS AM/GJK JS
FF FC FC

1200
FC
2 2
WRITING BOARD
HIGH COLOURED EPOXY D 14.07.16 REVISED AS/ CLIENT COMMENTS BS AM/GJK

1200
UD AC UD AC D1 JS
PAINT ON WALL VD1 UD
C 01.07.16 REVISED FOR TENDER BS AM/GJK JS
D1 D2

1100
450
FC TOILET B 22.06.16 ISSUED FOR TENDER BS AM/GJK JS

EQ
D1
5000

(MALE)
450 Ø EXHAUST FAN UD AC CHANGE ROOM FC 450 Ø EXHAUST FAN A 17.06.16 ISSUED FOR COMMENTS BS AM/GJK JS

1400
(MALE) NON-SLIP D2

1000

950
WITH RCC HOOD AT D1 WITH RCC HOOD AT

1100
SHIFT INCHARGE NON-SLIP CERAMIC TILE UD AC CERAMIC
2700mm HT FROM FFL PANTRY FC 2700mm HT FROM FFL
(REFINERY) FLOORING TILE REV. DATE REVISIONS BY CHKD APPD PEM/PC
MAIN ENTRANCE VITRIFIED TILE FLOORING NON-SLIP CERAMIC TILE
UD
N

N
D2 D2 D2 D2 FLOORING

950
FLOORING 1100 1500
SINK WITH DRAIN LOBBY AL2

1650
1150 1150 1150 1050 800 800 800
BELOW D/W
450

VITRIFIED TILE FLOORING

450
EQ
600

600
B 450
FD1 FD1
300

750

750
(A Govt. of India Undertaking)

MAIN ENTRY
4000

100.00 RAMP UP RAMP UP


fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM
GRANITE FLOORING
100.00
APP.RD.Lvl SLOPE-1:6 100.900 SLOPE-1:6 APP.RD.Lvl
LANDSCAPE WORKS
HINDUSTAN PETROLEUM CORPN. LTD.
O

O
CO-ORDINATES AS
PER STRUCTURE 750 F.F.L.
eqEcbZ fjQkbujh MUMBAI REFINERY
A
EXPANSION JOINT WITH
POLYSULPHIDE SEALANT COVERED SIGNAGE AND HP LOGO
EPCM SERVICES FOR MR II
WITH PROTECTIVE STEEL PLATE PROJECT
3000 5000 5000 5000 5000 5000 5000 X 5000 5000 5000 5000 5000 5000 3000
66000+X
fu;a=.k d{k CONTROL ROOM
P

P
11 12 14
Hkwry dk Iyku GROUND FLOOR PLAN
1 2 3 4 5 6 7 8 9 10 13 15 16
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
3 1 1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 0 4 1

Page 573 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12005
A857-161-81-41-12004 GROUND FLOOR PLAN
A A857-161-81-41-12006 ELEVATIONS & SECTION

A
A857-161-81-41-12007 ELEVATIONS & SECTION
N A857-161-81-41-12008 PROFILE OF DOORS/ WINDOWS

NOTES:
B

B
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
2. EL100.000 INDICATES FINISHED APPROACH ROAD LEVEL NEAR THE
BUILDING.
3. FOR OTHER NOTES REFER DWG. NO. A857-161-81-41-12004.
C

C
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

D
EXPANSION JOINT WITH
1 POLYSULPHIDE SEALANT
COVERED WITH PROTECTIVE
750 WIDE RAIN STEEL PLATE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

WATER GUTTER
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

(TYP)
J 1
SLOPE 1:80 SLOPE 1:80
1 1000 HIGH R.C.C.
160 Ø PVC RAIN WATER
PARAPET WALL
E

E
PIPE EMBEDDED IN
3000

CONCRETE
(TYP.)

H
F

F
5000

G
G

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80
5000

SLOPE 1:80

SLOPE 1:80
F
H

5000

RIDGE LINE
35000
I

E
3000

TERRACE
D
J

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80

SLOPE 1:80
5000

C
K

2 2
5000

LEGEND:
L

L
B F.R.L. = FINISHED -ROAD LEVEL
F.F.L. = FINISHED FLOOR LEVEL
4000

SLOPE 1:80 SLOPE 1:80

1 01.06.17 REVISED AS MARKED 1 & ISSUED FOR CONSTRUCTION


M

M
BS AM/GJK JS
A 0 06.04.17 ISSUED FOR CONSTRUCTION BS AM/GJK JS
D 02.11.16 ISSUED FOR ENGINEERING BS AM/GJK JS
C 02.08.16 REVISED & RE-ISSUED TENDER BS AM/GJK JS
3000 5000 5000 5000 5000 5000 5000 X 5000 5000 5000 5000 5000 5000 3000 B 01.07.16 REVISED FOR TENDER BS AM/GJK JS
66000+X A 22.06.16 ISSUED FOR TENDER BS AM/GJK JS

REV. DATE REVISIONS BY CHKD APPD PEM/PC


N

N
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1
(A Govt. of India Undertaking)

fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM HINDUSTAN PETROLEUM CORPN. LTD.


O

O
eqEcbZ fjQkbujh MUMBAI REFINERY

EPCM SERVICES FOR MR II


PROJECT

fu;a=.k d{k CONTROL ROOM


P

P
Nr dk Iyku TERRACE PLAN
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 0 5 0

Page 574 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12007
A857-161-81-41-12004 GROUND FLOOR PLAN
A A857-161-81-41-12005 TERRACE PLAN

A
A857-161-81-41-12006 ELEVATIONS & SECTION
A857-161-81-41-12008 PROFILE OF DOORS/ WINDOWS

NOTES:
B

B
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
2. EL100.000 INDICATES FINISHED APPROACH ROAD LEVEL NEAR THE
BUILDING.
3. FOR OTHER NOTES REFER DWG. NO. A857-161-81-41-12004.

3000
C

C
100.900
F.F.L.
100.00
F.R.L.
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

J H G F E D C B A
D

D
NORTH ELEVATION
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

E
F

F
100.900 100.900
F.F.L. F.F.L.
G

16 15 14 13 12 11 10 9 8 7 6 5 4 3 2 1
H

EAST ELEVATION 1 1

1000 HIGH R.C.C. PARAPET WALL


WATER PROOFING AS/TENDER SPECS (APP).
R.C.C. SLAB AS/STRL.
I

2200
J

BATTERY ROOM
400

400
500

CONFERENCE ROOM MAIN ENTRANCE LOBBY


FALSE CEILING VISITORS LOUNGE DINING ROOM CORRIDOR CHANGE ROOM
AREA
1600

1600
1500
3000

3000
FALSE FLOORING 100.900
1000

1000

1000
UPS ROOM
F.F.L.
100.00
900

F.R.L.
K

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

SECTION 2-2
LEGEND:
L

L
F.R.L. = FINISHED -ROAD LEVEL
F.F.L. = FINISHED FLOOR LEVEL

1000 HIGH R.C.C. PARAPET WALL


WATER PROOFING AS/TENDER SPECS (APP).
R.C.C. SLAB AS/STRL.
M

M
750 WIDE R.C.C. GUTTER

1 01.06.17 REVISED AS MARKED 1 & ISSUED FOR CONSTRUCTION BS AM/GJK JS


0 06.04.17 ISSUED FOR CONSTRUCTION BS AM/GJK JS
B 02.11.16 ISSUED FOR ENGINEERING BS AM/GJK JS
A 02.08.16 ISSUED FOR TENDER BS AM/GJK JS
2200

REV. DATE REVISIONS BY CHKD APPD PEM/PC


N

N
FALSE CEILING
ENGINEERING UPS ROOM
3000

RACK ROOM CORRIDOR


ROOM-1 (A Govt. of India Undertaking)
100.900
F.F.L.
100.00
F.R.L. fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM HINDUSTAN PETROLEUM CORPN. LTD.
O

O
eqEcbZ fjQkbujh MUMBAI REFINERY

J H G F E D C B A EPCM SERVICES FOR MR II


SECTION 3-3 PROJECT

fu;a=.k d{k CONTROL ROOM


P

P
1 n`'; ,oa dkV ELEVATIONS & SECTION
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 0 7 1

Page 575 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12011
ARCHITECTURAL FINISHES SCHEDULE
SKIRTING/ WALL A857-161-81-41-12011 GROUND FLOOR PLAN
ROOM FLOOR FINISH WALL FINISH CEILING FINISH
A BASE A857-161-81-41-12012 FIRST FLOOR PLAN

A
COMBINATION OF METAL
N 4 DINING ROOM VITRIFIED TILE FLOORING
SAME AS FLOOR
FINISH
CEMENT PLASTER WITH
PLASTIC EMULSION PAINT
TILE & GYPSUM BOARD
PANEL FALSE CEILING
A857-161-81-41-12013
A857-161-81-41-12014
SECOND FLOOR PLAN
TERRACE FLOOR PLAN

3 STEP UP
T-300
STEP UP
T-300 KITCHEN VITRIFIED TILE FLOORING
SAME AS FLOOR
FINISH
CEMENT PLASTER WITH
PLASTIC EMULSION PAINT
CEMENT PLASTER WITH
PLASTIC EMULSION PAINT
A857-161-81-41-12015
A857-161-81-41-12016
SECTIONS
ELEVATIONS
G' R-150 R-150
GL1
KITCHEN STORE VITRIFIED TILE FLOORING
SAME AS FLOOR
FINISH
CEMENT PLASTER WITH
PLASTIC EMULSION PAINT
CEMENT PLASTER WITH
PLASTIC EMULSION PAINT
A857-161-81-41-12017 ELEVATIONS
100.000 A857-161-81-41-12018 SECTIONS
STEP UP FD1 GRANITE F.R.L SAME AS FLOOR CEMENT PLASTER WITH
COMBINATION OF METAL
UPS ROOM VITRIFIED TILE FLOORING TILE & GYPSUM BOARD A857-161-81-41-12019 PROFILE OF DOORS/ WINDOWS

2725
FLOORING FINISH PLASTIC EMULSION PAINT
B

B
T-300 PANEL FALSE CEILING

R-150 1 2 V1 SAME AS FLOOR CEMENT PLASTER WITH


COMBINATION OF METAL NOTES:
BMS ROOM VITRIFIED TILE FLOORING TILE & GYPSUM BOARD
W2 W2 W2 FINISH PLASTIC EMULSION PAINT
AL1 PANEL FALSE CEILING 1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
G AL2 AL2
ELECTRICAL ROOM
CEMENT CONCRETE CEMENT PLASTER CEMENT PLASTER WITH
COMBINATION OF METAL
TILE & GYPSUM BOARD 2. EL100.000 INDICATES FINISHED APPROACH ROAD LEVEL NEAR THE
FLOORING SKIRTING PLASTIC EMULSION PAINT
W2 PANEL FALSE CEILING BUILDING.
W1 DINING ROOM 100.900 TOILET COMMUNICATION COMBINATION OF METAL
15 ROOM/ IT SERVER
CEMENT CONCRETE CEMENT PLASTER CEMENT PLASTER WITH
TILE & GYPSUM BOARD
3. UNDERDECK INSULATION SHALL BE PROVIDED UNDER THE ROOF OF
20 PERSONS F.F.L (MALE) D2 D2 FLOORING SKIRTING PLASTIC EMULSION PAINT
A.H.U. AND OTHER AC AREAS AT TOP FLOOR.
4000

ROOM PANEL FALSE CEILING


VITRIFIED TILE 100.900 3 NON-SLIP CERAMIC COMBINATION OF METAL
C

C
FLOORING 4 CEMENT PLASTER CEMENT PLASTER WITH 4. ALL OUTSIDE SURFACES SHALL BE FINISHED WITH 18MM. THK PLAIN
F.F.L TILE FLOORING DOCUMENT ROOM HEAVY DUTY FLOORING
SKIRTING PLASTIC EMULSION PAINT
TILE & GYPSUM BOARD
5 PANEL FALSE CEILING CEMENT PLASTER ON BRICK SURFACES & 6MM THK PLAIN CEMENT
6 DN COMBINATION OF METAL
AL2 KITCHEN STORE UP D1
SWITCHGEAR ROOM HEAVY DUTY FLOORING
CEMENT PLASTER CEMENT PLASTER WITH
TILE & GYPSUM BOARD
PLASTER ON R.C.C. SURFACES, EXCEPT SAND FACE PLASTER
STAIRCASE: SKIRTING PLASTIC EMULSION PAINT
KITCHEN VITRIFIED TILE TOILET (F)
WHEREVER MENTIONED.
F W1
AC FC
VITRIFIED TILE FLOORING
WIDTH
TREAD
RISER
:1500
: 300
: 150
D1 NON-SLIP
CERAMIC TILE
D2 14
CEMENT PLASTER CEMENT PLASTER WITH
PANEL FALSE CEILING
COMBINATION OF METAL
5. ALL INTERNAL WALLS SHALL BE FINISHED WITH 12MM THK PLAIN
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]

FLOORING MISC. ROOM-1 HEAVY DUTY FLOORING TILE & GYPSUM BOARD
SKIRTING PLASTIC EMULSION PAINT
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

FLOORING PANEL FALSE CEILING CEMENT PLASTER ON PERIPHERIAL WALLS & 12MM/15MM THK PLAIN
COMBINATION OF METAL
FHC MECHANICAL
HEAVY DUTY FLOORING
CEMENT PLASTER CEMENT PLASTER WITH
TILE & GYPSUM BOARD
CEMENT PLASTER ON EITHER SIDE OF INTERNAL WALLS. 6MM THK
FD1 EQUIPMENT ROOM SKIRTING PLASTIC EMULSION PAINT
D

D
PLAIN CEMENT PLASTER SHALL BE PROVIDED ON R.C.C. SURFACES.
4000

PANEL FALSE CEILING


COMBINATION OF METAL
W3 13 STORE ROOM VITRIFIED TILE FLOORING
SAME AS FLOOR CEMENT PLASTER WITH
TILE & GYPSUM BOARD
6. 1000 WIDE PLINTH PROTECTION WITH BUILDING DRAIN SHALL BE
100.000 FINISH PLASTIC EMULSION PAINT
PANEL FALSE CEILING PROVIDED ALL AROUND THE BUILDING.
W1 AL2 AL1 200 F.R.L COMBINATION OF METAL 7. ALL SUNSHADE & ROOF PROJECTIONS SHALL HAVE DRIP MOULD
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

SAME AS FLOOR CEMENT PLASTER WITH


CABINS VITRIFIED TILE FLOORING TILE & GYPSUM BOARD
GROOVES UNDERNEATH ALL ALONG THE PERIPHERIES.
E
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

FINISH PLASTIC EMULSION PAINT


AL2 PANEL FALSE CEILING
2100 MM HIGH CERAMIC TILE COMBINATION OF METAL
8. OPENINGS IN THE AC PLANT & AHU ROOM SHALL BE AS PER HVAC
AL1 CORRIDOR AL1 AL1 100.900 CHANGE ROOM
NON-SLIP CERAMIC TILE
- DADO WITH PLASTIC TILE & GYPSUM BOARD VENDOR REQUIREMENT.
FLOORING
W1 STEP UP
E

E
VITRIFIED TILE FLOORING F.F.L EMULSION PAINT ABOVE PANEL FALSE CEILING
12 2100 MM HIGH CERAMIC TILE COMBINATION OF METAL
T-300
AC FC
AL1 AL2
1000 HIGH SS R-150
G. TOILET
NON-SLIP CERAMIC TILE
FLOORING
- DADO WITH PLASTIC
EMULSION PAINT ABOVE
TILE & GYPSUM BOARD
PANEL FALSE CEILING
SCHEDULE OF DOORS & WINDOWS
5475

RAILING 2100 MM HIGH CERAMIC TILE


NON-SLIP CERAMIC TILE GYPSUM BOARD PANEL LINTEL
L. TOILET - DADO WITH PLASTIC TYPE OPENING SIZE FRAME SIZE DESCRIPTION NOS.
UPS ROOM BMS ROOM FLOORING FALSE CEILING
EMULSION PAINT ABOVE LEVEL
DINING ROOM VITRIFIED TILE VITRIFIED TILE COMBINATION OF METAL
8000

SAME AS FLOOR CEMENT PLASTER WITH 35 THK FULLY PANELLED DOOR SINGLE
W1 24 PERSONS FLOORING FLOORING 16 11 LOBBY VITRIFIED TILE FLOORING TILE & GYPSUM BOARD D1 0900x2100 0880x2090 2100 16
FINISH PLASTIC EMULSION PAINT
PANEL FALSE CEILING SHUTTER AS/EIL STD NO. 7-75-0066
35 THK FULLY PANELLED DOOR SINGLE
F

F
AC FC AC FC COMBINATION OF METAL
VITRIFIED TILE FLOORING AL1 CORRIDOR VITRIFIED TILE FLOORING
SAME AS FLOOR CEMENT PLASTER WITH
TILE & GYPSUM BOARD D2 0750x2100 0730x2090 2100 18
FINISH PLASTIC EMULSION PAINT SHUTTER AS/EIL STD NO. 7-75-0066
D' SAME AS FLOOR CEMENT PLASTER WITH
PANEL FALSE CEILING
COMBINATION OF METAL D3 1500x2100 1480x2090 2100 WOODEN DOOR, DOUBLE SHUTTER 02
CONFERENCE ROOM VITRIFIED TILE FLOORING TILE & GYPSUM BOARD COMPACT LAMINATE DOORS AS/ VENDOR
FINISH PLASTIC EMULSION PAINT
17 10 PANEL FALSE CEILING D4 AS/ VENDOR - - 28
2525

LIFT LIFT V1A DETAIL


COMBINATION OF METAL
SAME AS FLOOR CEMENT PLASTER WITH ALUMINIUM GLAZED DOOR WITH 5.5mm
OFFICE AREA VITRIFIED TILE FLOORING TILE & GYPSUM BOARD
FINISH PLASTIC EMULSION PAINT
PANEL FALSE CEILING AL1 1500x2100 1480x2090 2100 THK TOUGHENED GLASS, DOUBLE LEAF 14
D SAME AS FLOOR CEMENT PLASTER WITH
COMBINATION OF METAL AS/EIL STD NO. 7-75-0014.
G

G
900 1675 900 1125 LABORATORY VITRIFIED TILE FLOORING TILE & GYPSUM BOARD
FINISH PLASTIC EMULSION PAINT ALUMINIUM GLAZED DOOR WITH 5.5mm
1 23456 550 LOBBY AC FC ELECTRICAL PANEL FALSE CEILING
15
COMBINATION OF METAL AL2 1000x2100 0980x2090 2100 THK TOUGHENED GLASS, SINGLE LEAF
18
2655
100.900 VITRIFIED TILE FC ROOM LIBRARY/ SAME AS FLOOR CEMENT PLASTER WITH
DOCUMENTATION
VITRIFIED TILE FLOORING
FINISH PLASTIC EMULSION PAINT
TILE & GYPSUM BOARD AS/EIL STD NO. 7-75-0014.
F.F.L FLOORING CEMENT CONCRETE SD1 9 PANEL FALSE CEILING
100.000 AL3 1980x2490 2500 SAME AS AL1 01

D R I V E W A Y
DOCUMENT ROOM GRANITE STONE CEMENT PLASTER WITH CEMENT PLASTER WITH 2000x2500
AL2 FLOORING STAIRCASE GRANITE FLOORING
F.R.L FG1
HEAVY DUTY 4 EXTERNAL
SKIRTING PLASTIC EMULSION PAINT
ACRYLIC EMULSION PAINT/ HPL CLADDING/ ACP CLADDING
PLASTIC EMULSION PAINT FG1 2000x2100 1980x2090 2100 FULLY GLAZED DOOR, DOUBLE SHUTTER 01
FLOORING FG2 1000x2100 0980x2090 2100 FULLY GLAZED DOOR, SINGLE SHUTTER 14
AL2 COMMUNICATION
STEP UP ROOM/ IT 2-HRFRIERATED,GLAZEDDOOR,DOUBLE
40000
H

H
1 1
8000

AC FC 19 8 FD1 1500x2100 1480x2090 2100 SHUTTERASPERMANUFACTURERS' 12


SERVER ROOM V1A
SPECFIC
IATOIN.
T-300 AC
R-150 RECEPTION FC
CEMENT CONCRETE PRESSED STEEL DOOR WITH PRESSED STEEL
STAIRCASE: FLOORING
GRANITE FLOORING
SD1 1500x2500 1480x2490 2500 FRAME, DOUBLE SHUTTER AS/EIL.STD. 07
WIDTH : 1500 7-75-0071
TREAD : 300
100.900 ALUMINIUM GLAZED WINDOW WITH 5.5mm
RISER : 150 CORRIDOR
2000

GL2 F.F.L AL1 20 7 W1 1200x1800 1180x1780 2700 THK TOUGHENED GLASS, PARTLY FIXED 05
UP VITRIFIED TILE FLOORING

W I D E
PARTLY OPENABLE TYPE.
I

I
ALUMINIUM GLAZED WINDOW WITH 5.5mm
W2 1800x1800 1780x1780 2700 THK TOUGHENED GLASS, PARTLY FIXED 04
C 1500 1500
1145

PARTLY OPENABLE TYPE.


CHG. D4 D4 BATH
VITRIFIED TILE FLOORING

ALUMINIUM GLAZED WINDOW WITH 5.5mm


21 W3 3500x1200 3480x1180 2100 01
50

THK TOUGHENED GLASS, FIXED TYPE.


1100

6 ALUMINIUM GLAZED VENTILATOR WITH

5 0 0 0
CORRIDOR

CHG. D4 D4 BATH V1 V1 2500x0600 2480x0580 3000 5.5mm THK TOUGHENED, PARTLY FIXED 18
VITRIFIED TILE FLOORING

PARTLY OPENABLE TYPE.


1100

V1 CHG. D4
J

J
D4 BATH STORE ROOM ALUMINIUM GLAZED VENTILATOR WITH
V1A 2480x0580 3000 5.5mm THK TOUGHENED GLASS, FIXED 08
CORRIDOR

MARKETING 2500x0600
1100

TYPE.
8000

D4 BATH VITRIFIED TILE 22 5


LOCKERS

AC FC FLOORING GLAZED PARTITION WITH 5.5mm THK


GP1 2000x2100 - 2100 12
V1 TOUGHENED GLASS, FIXED TYPE.
1100

AC FC AC FC GLAZED PARTITION WITH 5.5mm THK


D4 GP2 1200x2100 - 2100 02
CHANGE ROOM TOUGHENED GLASS, FIXED TYPE.
(MARKETING)
K

K
V1 NON-SLIP CERAMIC 23 4
1795

TILE FLOORING
D1 AL1
LEGEND:
B D1 F.R.L. = FINISHED ROAD LEVEL
F.F.L. = FINISHED FLOOR LEVEL
2390

1650

LIFT
V1A 3 AC FC AC = AIR CONDITIONED
L

L
V1
FC = FALSE CEILING
A" FF UD UD = UNDERDECK INSULATION
CHG. CHG. CHG. CHG. FD1
1500

FHC SWITCHGEAR FF = FALSE FLOORING


ROOM
LOCKERS

AC FC TOILET (F)
8000

D4 D4 D4 D4 STAIRCASE: NON-SLIP HEAVY DUTY FLOORING


1000 1000 1000 1510 WIDTH :1500
D1 CERAMIC TILE 2
TREAD : 300 D2 WITH TRENCHES BELOW
CHANGE ROOM DN FLOORING

6 RISER : 150 UP D1
5610

(REFINERY) 5 1 01.06.17 REVISED AS MARKED 1 & ISSUED FOR CONSTRUCTION


M

M
BS AM/SG JS
2 NON-SLIP CERAMIC TILE FLOORING
4
3
TOILET (MALE)
NON-SLIP CERAMIC 100.900
AC FC
2 0 29.03.17 ISSUED FOR CONSTRUCTION BS AM/SG JS
1510 1000 1000 1000 1000 1510 TILE FLOORING D 24.08.16 ISSUED FOR TENDER BS AM/SG JS
F.F.L 1
V1 D4 D4 D4 D4 D4 D4 D2 D2 V1A C 05.08.16 REVISED AS PER CLIENT'S COMMENTS VV SG JS
STRUCTURAL STEEL B 12.05.16 REVISED AS PER CLIENT'S COMMENTS BS AM JS
1500

BATH BATH BATH BATH BATH AL3 STAIRCASE AS/ A 13.04.16 ISSUED FOR CLIENT'S APPROVAL BS AM/GJK JS
A STRUCTURE
REV. DATE REVISIONS BY CHKD APPD PEM/PC
N

N
V1 V1 V1
RAMP UP UP STAIRCASE:
2955

E- 279218.5 GRANITE UP WIDTH :1200


STEP UP SLOPE 1:6 TREAD : 280
FLOORING
N-2104703.5 T-300 FD1
RISER : 150

(A Govt. of India Undertaking)


R-150 GL1
A' 12
1575 2425 3835 4165
2625 2800
8000
2575
4000 4000 8000 8000 fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM
O

O
32000 eqEcbZ fjQkbujh
1 2 2' 2" 3 4 4' 5 5' 6 7 EPCM SERVICES FOR MR II
PROJECT

ADMINISTRATION BUILDING
P

GROUND FLOOR PLAN

P
3 GROUND FLOOR PLAN
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 1 1 1

Page 576 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12014
A857-161-81-41-12011 GROUND FLOOR PLAN
A
4 A857-161-81-41-12012 FIRST FLOOR PLAN

A
N 3
450 HIGH R.C.C.
PARAPET WALL
A857-161-81-41-12013
A857-161-81-41-12014
SECOND FLOOR PLAN
TERRACE FLOOR PLAN
A857-161-81-41-12015 SECTIONS
G' GL1
G' A857-161-81-41-12016 ELEVATIONS
GRANITE A857-161-81-41-12017 ELEVATIONS

2725

2725
FLOORING A857-161-81-41-12018 SECTIONS
A857-161-81-41-12019 PROFILE OF DOORS/ WINDOWS
B

B
G G NOTES:
1. ALL DIMENSIONS ARE IN MM. & LEVELS ARE IN METRES.

80:
PE 1
1000 HIGH R.C.C.
2. 100.00 LVL. CORRESPONDS TO TOP OF NEAREST ROAD LEVEL.
PARAPET WALL

4000

4000

SLO
SLOPE 1:80 SLOPE 1:80 3. 1000 WIDE PLINTH PROTECTION SHALL BE PROVIDED ON
ALL SIDES OF THE BUILDING.
C

C
DN
STAIRCASE:
750 WIDE RAIN
F WIDTH
TREAD
RISER
:1500
: 300
: 150
WATER TANK WATER GUTTER F
FD1 (TYP) 450x450 KHURRA
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

4000

SLOPE 1:80 SLOPE 1:80 160 Ø PVC RAIN


5 5'
D

D
WATER PIPE
(TYP.) 450 HIGH R.C.C.
PARAPET WALL

E E
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

SD1 STEP UP
E

E
SLOPE 1:80
5475

5475
MACHINE ROOM
HEAVY DUTY SL
8000

8000
FLOORING OP
E
1:
80
F

F
D' SLOPE 1:80
D'
2525

2525
670
1900 1000 1900
450x450 KHURRA

RIDGE LINE
D D
1000

4
G

G
2625 2800 2575
2625 2800 2575
SLOPE 1:80
SLOPE 1:80

2 2' 2" 3
40000

1 1
8000
H

H
SLOPE 1:80
TERRACE SLOPE 1:80

C
I

I
SLOPE 1:80
SLOPE 1:80
J

J
8000

SPACE FOR AIR-COOLED


CHILLER

SLOPE 1:80 SLOPE 1:80


450 HIGH R.C.C.
PARAPET WALL
K

K
1000

B B
STEP UP SD1
2390

2390
LEGEND:
A" SLOPE 1:80 SLOPE 1:80 SLOPE 1:80
A"
L

L
FD1
F.R.L. = FINISHED -ROAD LEVEL
F.F.L. = FINISHED FLOOR LEVEL
80
8000

8000
STAIRCASE:
WIDTH :1500 TERRACE 1:
TREAD : 300 MACHINE ROOM PE
DN BELOW O
RISER : 150
HEAVY DUTY SL
5610

5610
FLOORING
2 2
M

M
SLOPE 1:80 SLOPE 1:80 SLOPE 1:80

0 29.03.17 ISSUED FOR CONSTRUCTION BS AM/SG JS


600x600 KHURRA C 24.08.16 ISSUED FOR TENDER BS AM/SG JS
B 05.08.16 REVISED AS PER CLIENT'S COMMENTS VV
A A A 13.04.16 ISSUED FOR CLIENT'S APPROVAL BS
SG
AM/GJK
JS
JS

SL
1300

OP
REV. DATE REVISIONS BY CHKD APPD PEM/PC
2955

2955

E
N

N
GRANITE

1:
80
FLOORING

A' 2625 2800 2575 1575 2425 A' 1575 2425 (A Govt. of India Undertaking)

8000 4000 4000 8000 8000 4000 4000


fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM
O

O
32000 4000
eqEcbZ fjQkbujh
1 2 2' 2" 3 4 4' 5 5' 6 7 3 4 4' 5 EPCM SERVICES FOR MR II
PROJECT

TERRACE PLAN 3 ADMINISTRATION BUILDING


P

P
TERRACE PLAN
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 1 4 0

Page 577 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12015
A857-161-81-41-12011 GROUND FLOOR PLAN
A A857-161-81-41-12012 FIRST FLOOR PLAN

A
A857-161-81-41-12013 SECOND FLOOR PLAN
A857-161-81-41-12014 TERRACE FLOOR PLAN
A857-161-81-41-12015 SECTIONS
A857-161-81-41-12016 ELEVATIONS
118.200
A857-161-81-41-12017 ELEVATIONS
MUMTY LEVEL
A857-161-81-41-12018 SECTIONS
A857-161-81-41-12019 PROFILE OF DOORS/ WINDOWS
B

B
NOTES:
1. ALL DIMENSIONS ARE IN MILLIMETRES & LEVELS IN METRES.
115.300
MACHINE ROOM FLOOR LEVEL
2. FOR OTHER NOTES REFER DWG NO. A857-161-81-41-12011.
114.400
TERRACE TERRACE FLOOR LEVEL
C

C
ENTRANCE LOBBY
COMMUNICATION DOCUMENT LIBRARY/ DOCUMENTATION
ROOM/ IT SERVER
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]

ROOM
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

ROOM
109.900
D

D
SECOND FLOOR LEVEL
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

ENTRANCE
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

LOBBY LABORATORY
COMMUNICATION
ROOM/ IT DOCUMENT

3000
ROOM
E

E
SERVER ROOM

105.400
450

FIRST FLOOR LEVEL

ENTRANCE
LOBBY
F

F
DOCUMENT
COMMUNICATION ROOM
ROOM/ IT
SERVER ROOM
100.900 100.900
F.F.L. GROUND FLOOR LEVEL
100.000
F.R.L.
G

G
1 2 3 4 5 6 7
SECTION 1-1
H

H
1000 HIGH R.C.C. PARAPET WALL
WATER PROOFING AS/TENDER SPECS.
R.C.C. SLAB AS/STRL.
750 WIDE R.C.C. GUTTER 118.200

1000
MUMTY LEVEL
I

I
2400
MUMTY MACHINE
ROOM
115.300
MACHINE ROOM FLOOR LEVEL
114.400
TERRACE TERRACE TERRACE FLOOR LEVEL
J

J
TOILET MECHANICAL WATER PROOFING AS/TENDER SPECS.
INCHARGE SECRETARY (MALE) EQUIPMENT R.C.C. SLAB AS/STRL.
CABIN CABIN STAIRCASE ROOM 750 WIDE R.C.C. GUTTER
K

K
109.900
TERRACE SECOND FLOOR LEVEL

CHANGE
TOILET MISC. ROOM-1 ROOM LEGEND:
L

L
INCHARGE SECRETARY (MALE)
CABIN CABIN (LABORATORY) F.R.L. = FINISHED -ROAD LEVEL
STAIRCASE F.F.L. = FINISHED FLOOR LEVEL
105.400
FIRST FLOOR LEVEL
M

M
CHANGE ROOM 1 01.06.17 REVISED AS MARKED 1 & ISSUED FOR CONSTRUCTION BS AM/SG JS
TOILET 0 29.03.17 ISSUED FOR CONSTRUCTION
(REFINERY) SWITCHGEAR BS AM/SG JS
(MALE)
ROOM C 24.08.16 ISSUED FOR TENDER BS AM/SG JS
3000

3000

STAIRCASE B 12.05.16 REVISED AS PER CLIENT'S COMMENTS BS AM/GJK JS


100.900 100.900 A 05.08.16 ISSUED FOR CLIENT'S COMMENTS VV SG JS
F.F.L. GROUND FLOOR LEVEL REV. DATE REVISIONS BY CHKD APPD PEM/PC
100.000
N

N
F.R.L.

(A Govt. of India Undertaking)

1 2 3 4 5 6 7
fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM
O

O
SECTION 2-2 eqEcbZ fjQkbujh
EPCM SERVICES FOR MR II
PROJECT

ADMINISTRATION BUILDING
P

P
SECTIONS
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 1 5 1

Page 578 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

REF. DWG. NO. REFERENCE DRAWING TITLE

A857-161-81-41-12018
A857-161-81-41-12011 GROUND FLOOR PLAN
A A857-161-81-41-12012 FIRST FLOOR PLAN

A
A857-161-81-41-12013 SECOND FLOOR PLAN
A857-161-81-41-12014 TERRACE FLOOR PLAN
A857-161-81-41-12015 SECTIONS
A857-161-81-41-12016 ELEVATIONS
118.200 A857-161-81-41-12017 ELEVATIONS
MUMTY LEVEL A857-161-81-41-12018 SECTIONS
A857-161-81-41-12019 PROFILE OF DOORS/ WINDOWS
B

B
MUMTY MACHINE ROOM NOTES:

2400
115.300 1. ALL DIMENSIONS ARE IN MM. & LEVELS ARE IN METRES.
MACHINE ROOM FLOOR LEVEL 2. 100.00 LVL. CORRESPONDS TO TOP OF NEAREST ROAD LEVEL.
114.400

900
TERRACE FLOOR LEVEL
3. 1000 WIDE PLINTH PROTECTION SHALL BE PROVIDED ON
ALL SIDES OF THE BUILDING.
C

C
STAIRCASE:
WIDTH :1500

ROOM/ IT SERVER
COMMUNICATION
TREAD : 300 CORRIDOR OFFICE-AREA
RISER : 150
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]

CABIN-1

ROOM
CORRIDOR LOBBY CABIN-2
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

CONFERENCE ROOM

109.900
D

D
SECOND FLOOR LEVEL

W E L L
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that

ROOM/ IT SERVER
COMMUNICATION
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

STAIRCASE:
WIDTH :1500 CORRIDOR OFFICE-AREA CORRIDOR

ROOM
TREAD : 300
RISER : 150
LOBBY
CABIN-2 CABIN-1 CONFERENCE ROOM
E

E
105.400
FIRST FLOOR LEVEL

ROOM/ IT SERVER
COMMUNICATION
STAIRCASE: LOBBY

L I F T
F

F
WIDTH :1500 CORRIDOR STORE ROOM

ROOM
TREAD : 300 CORRIDOR
RISER : 150 MARKETING DINING ROOM
24 PERSONS DINING ROOM
20 PERSONS
100.900
GROUND FLOOR LEVEL
100.000
F.R.L.
G

G
A' A B C D E F G

SECTION 3-3
H

H
I

I
118.200
MUMTY LEVEL

115.300
J

J
MACHINE ROOM FLOOR LEVEL
114.400
1000

TERRACE FLOOR LEVEL

TOILET TOILET
K

K
CORRIDOR (FEMALE) (MALE)
LIBRARY/ DOCUMENTATION

109.900
SECOND FLOOR LEVEL

LEGEND:
L

L
F.R.L. = FINISHED -ROAD LEVEL
TOILET TOILET F.F.L. = FINISHED FLOOR LEVEL
OFFICE-AREA CORRIDOR (FEMALE) (MALE)

105.400
FIRST FLOOR LEVEL
M

M
LOBBY TOILET TOILET
CORRIDOR (FEMALE) (MALE)
0 29.03.17 ISSUED FOR CONSTRUCTION BS AM/SG JS

REV. DATE REVISIONS BY CHKD APPD PEM/PC


N

N
100.900
GROUND FLOOR LEVEL
100.000
F.R.L. (A Govt. of India Undertaking)

fgUnqLrku isVªksfy;e dWkiZ- fyfeVsM


O

O
D E F G G' eqEcbZ fjQkbujh
SECTION 4-4 EPCM SERVICES FOR MR II
PROJECT

ADMINISTRATION BUILDING
P

P
SECTIONS
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 A 8 5 7 1 6 1 8 1 4 1 1 2 0 1 8 0

Page 579 of 694


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

3-1641-0501 REV.2 A1-841x594


SPECIFICATION STANDARD SPECIFICATION No.
42:E4
/ati= ENGINEERS FOR
INDIA LIMITED 6-51-0051 Rev. 8
ei 051,1s3,41 (A Govt of India Undettakingf
MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 1 of 10

TR-714 74 d'ucl
c;c1(1 "On a#R:rft7
Fri 1-49-4r

SPECIFICATION
FOR
MEDIUM AND HIGH VOLTAGE
CABLES & ACCESSORIES

REVISED AND ISSUED AS STANDARD


8 20/01/17 MKS BRB SRN
SPECIFICATION
REVISDANU STDAR
7 01/04/16 RG MKS BRB RN
SPECIFICATION
REVISDANU STDAR
6 11,704/11 PS ANPS UAP DM
SPECIFICATION
REVISDANU STDAR
5 20/04/09 PB UAP JMS ND
SPECIFICATION
REVISDANU STDAR
4 15/03/0 RKM AAN VPS SKG
SPECIFICATION
StandardsCommitteeC Standards
Bureau
Rev. Prepared Checked onvenor
Date Purpose Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 580 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ei ENGINEERS FOR
tilire g INDIA LIMITED 6-51-0051 Rev. 8
IA Govt al India Unde[taking) MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 2 of 10

Abbreviations:

ASTM American Society for Testing and Materials


BIS Bureau of Indian Standards
BS British Standard
CEA Central Electricity Authority
DGMS Director General of Mines and Safety
EPR Ethylene Propylene Rubber
FR Flame Retardant
FRLS Flame Retardant Low Smoke
FS Fire Survival
HR PVC Heat Resistant Polyvinyl Chloride
ICEA Insulated Cable Engineers Association
IEC International Electro technical Commission
IS Indian. Standards
NEMA National Electrical Manufacturers Association
PVC Polyvinyl Chloride
UV Ultra Violet
XLPE Cross linked Polyethylene

Electrical Standards Committee

Convener: Mr. B.R:Bhogal


Members: Ms. S. Anand
Mr. Parag Gupta
Mr. M. K. Sahu
Ms. N S Bhattacharya
Mr. Saeed Akhtar (Inspection)
Ms. N.P. Guha (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 581 of 694


SPECIFICATION STANDARD SPECIFICATION No.
(31 eit4ENGINEERS FOR
Igzu kif5i-eg INDIA LIMITED
GOVT c/I InAjA UnderIAA ,A9) MEDIUM AND HIGH VOLTAGE
6-51-0051 Rev. 8
CABLES AND ACCESSORIES Page 3 of 10

CONTENTS

1.0 SCOPE 4

2.0 STANDARDS 4

3.0 GENERAL CONSTRUCTION 5

4.0 CABLE ACCESSORIES 7

5.0 INSPECTION, TESTING AND ACCEPANCE 8

6.0 PACKING AND DESPATCH 10

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 582 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
tg-ar tameg
eit'aNt e61.390.3)
INDIA LIMITED
(A Govt of India Undertaking) MEDIUM AND HIGH VOLTAGE
6-51-0051 Rev. 8
CABLES AND ACCESSORIES Page 4 of 10

1.0 SCOPE

This specification along with data sheets covers requirements for design, manufacture, testing
at works and supply of Fire survival Medium voltage cables and Flame Retardant Low Smoke
Medium & High Voltage cables and cable jointing / terminating accessories for medium and
high voltage systems.

2.0 STANDARDS

2.1 The cables and cables jointing & terminating accessories shall comply with the latest edition
of the following standards as applicable:

IS: 209 Specification for zinc.


IS: 1554 PVC insulated (heavy duty) electric cables.
IS: 3961(Pt-2) : Recommended current ratings for cables: Part - 2 PVC Insulated and
PVC sheathed heavy-duty cables.
IS: 3975 Mild steel wires, strips and tapes for armouring of cables.
IS: 5831 PVC insulation and sheath of electric cables.
IS: 6380 Specification for elastomeric insulation and sheath of electric cables.
IS: 7098 Cross-linked polyethylene insulated PVC sheathed cables.
IS: 8130 Conductors for insulated electric cables and flexible cords.
IS: 10418 Drums for electric cables.
IS: 10462 (Pt-1): Fictitious calculation method for determination of dimensions of
protective coverings of cables: Part - I Electrometric and thermo-
plastic insulated cables.
IS: 10810 Methods of test for cables:
Part 41: Mass of zinc coating on steel armour
Part 58: Oxygen index test
Part-61: Flame retardant test
Part-62:Fire resistance test for bunched cables.
Part-63: Measurement of Smoke density of Electric cables
under fire conditions
IS: 13573 Joints and terminations for polymeric cables for working voltages
from 6.6kV up to and including 33kV.
IEC: 60331-21: Tests for electric cables under fire conditions circuit integrity —
Pro:..edure..; and r..:q1; ,,m-ients - Cables of rated voltage up and
including 0.6/1.0kV.
IEC: 60332-1 Test of the fire behaviour on single core or single cable (flame
retardancy)
IEC: 60332-3 : Tests of the fire behaviour on bunched cables (reduced flame
propagation)
IEC: 61034 Measurement of smoke density of cables burning under defined
condition
NEMA-WC70 : Standard for non shielded power cables rated 2000V or less for
the distribution of electrical energy.
NEMA-WC53 : Standard test methods for extruded dielectric power, control,
instrumentation and portable cables for test.
ASTM-G-1 54 : Standard practice for operating fluorescent light apparatus for UV
exposure of non metallic materials.
ASTM-D-2863 : Measurement of minimum oxygen concentration to support candle
like combustion of plastics
BS: 7846 Electric cables- 600/1000V armoured fire resistant cables having
thermosetting insulation and low emission of smoke and corrosive
gases when affected by fire.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 583 of 694


SPECIFICATION STANDARD SPECIFICATION No.
k.11 el ENGINEERS FOR
g-ar QCs INDIA LIMITED
MEDIUM AND HIGH VOLTAGE
6-51-0051 Rev. 8
I 41R7I ,flecrAt +.1,3c10..1) Govt of In&. Uodettak ,N)

CABLES AND ACCESSORIES Page 5 of 10

2.2 The cables and accessories shall also conform to the provisions of CEA Regulations and other
statutory regulations, as applicable.

2.3 In case of any conflict between requirements specified in various applicable documents for the
project, the most stringent one shall prevail. However, Owner's decision in this regard will be
final and binding.

3.0 GENERAL CONSTRUCTION

3.1 The cables shall be suitable for laying in trays, trenches, ducts, and conduits and for
underground-buried installation with uncontrolled backfill and possibility of flooding by water
and chemicals.

3.2 Outer sheath of all cables shall be black in colour and the minimum value of oxygen index
shall be 29% at 27 ± 2 ° C. In addition suitable chemicals shall be added into the PVC
compound of the outer sheath to protect the cable against rodent and termite attack. However,
for earthing cables; colour of outer sheath shall be green.

3.3 All cables covered in this specification shall be Flame Retardant Low Smoke (FRLS) or Fire
Survival (FS). The outer sheath of FRLS cables shall possess flame propagation properties
meeting requirements as per IS-10810 (Part-62) category AF. FRLS cable shall be identified
by indenting, embossing or printing the appropriate legend i.e. 'FRLS, Category — C2'
throughout the cable length. FRLS properties shall be as per IS:10810 Part 61 & 62, IEC-
60332 Part 1 & Part 3, IEEE-383, IEC-61034, IEC-60754 Part 1, ASTM-D-2863.

3.4 Sequential marking of the length of the cable in metres shall be provided on the outer sheath at
every one metre. The embossing/engraving shall be legible and indelible.

3.5 The overall diameter of the cables shall be strictly as per the values declared by the
manufacturer in the technical information subject to a maximum tolerance of ±2 mm up to
overall diameter of 60mm and ±3mm for beyond 60mm.

3.6 PVC/ Rubber end caps shall be supplied free of cost for each drum with a minimum of eight
per thousand metre length. In addition, ends of the cables shall be properly sealed with caps to
avoid ingress of water during transportation and storage.

3.7 The joints in armour wire/strips shall be made by brazing or welding and any surface
irregularities shall be removed. A joint in any wire/strip shall be at least 300mm. from the
nearest joint in any wire/strip in the complete cable.

3.8 The cables meant to be used in mining area under the jurisdiction of DGMS shall satisfy the
following

(a) "DGMS CERTIFIED" to be embossed at outer sheath at regular interval.


(b) Cables to be used in Mines shall have copper conductor only.
(c) The resistance of armour shall not exceed that of the conductor as specified in IS-8130
by more than 33%. To satisfy this, substitution of galvanised steel wire/strip in
armouring by the required number of tinned copper wires/strips is permissible.
(d) For mining cables, the size and type of armour shall be such that the combined
conductance of armour shall be equivalent to 75 percent of the conductance of the
largest conductor of the cable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 584 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
051-eG INDIA
INDIA
LIMITED 6-51-0051 Rev. 8
(A Gov( al India Undet(aking) MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 6 of 10

3.9 Medium Voltage Cables

3.9.1 All power/control cables for use on medium voltage systems shall be heavy-duty type,
650/1100V grade with aluminium/ copper conductor, PVC/XLPE (as mentioned in datasheet /
Material requisition) insulated, inner-sheathed, armoured/ unarmoured and overall PVC
sheathed. XLPE insulated cables shall meet the requirement specified in IS-7098 (Part-1).

3.9.2 The conductors shall be solid for conductor of nominal area up to and including 6mm 2 and
stranded beyond 6mm 2. Conductors of nominal area less than 16 mm 2 shall be circular only.
Conductors of nominal area 16 mm 2 and above may be circular or shaped as per IS 8130.
Cables with reduced neutral conductor shall have sizes as per Table 1 of IS 1554 (Part-1).

3.9.3 The core insulation shall be with PVC/XLPE compound applied over the conductor by
extrusion. PVC compound shall conform to the requirements of type 'C compound as per IS:
5831. The thickness of insulation and the tolerance on thickness of insulation shall be as per
Table 2 of IS: 1554 (Part-1). Control cables having 6 cores and above shall be identified with
prominent and indelible Arabic numerals on the outer surface of the insulation. Colour of the
numbers shall contrast with the colour of insulation with a spacing of maximum 50 mm
between two consecutive numbers. Colour coding for cables up to 5 cores shall be as per
Indian standard.

3.9.4 The inner sheath shall be applied over the laid-up cores by extrusion and shall be of PVC
conforming to the requirements of Type ST-2 PVC compound as per IS: 5831. The minimum
thickness of inner sheath shall be as per Table-4 of IS: 1554 (Part-1). Single core cables shall
have no inner sheath.

3.9.5 All cables shall be provided with armour except those specifically specified as unarmoured.
For single core cables intended for use on AC system, the armouring shall be of non-thagnetic
material. For multicore cables, the armour shall be by single round galvanised steel wires
where the calculated diameter below armouring does not exceed 13 mm and by galvanised
steel strips where this dimension is greater than 13 mm. Requirement and methods of tests for
armour material and uniformity of galvanisation shall be considered as per IS - 3975 and IS -
10810 (Part 41). The dimensions of armour shall be considered as per method (b) of IS - 1554
(Part -1). For single core cables, the armour shall be with H4 grade hard drawn aluminium
round wire of 2.5 mm diameter.

3.9.6 The outer sheath for the cables shall be applied by extrusion and shall be formulated for lower
smoke and shall be of PVC compound conforming to the requirements of type ST-2
compound as per IS: 5831. The minimum and average thickness of outer sheath for
unarmoured cables and minimum thickness of outer sheath for armoured cables shall be as per
Table-7 of IS: 1554 (Part -1).

3.9.7 If heat resisting PVC cables are specified in the data sheet, it shall be possible to continuously
operate the cable at a maximum conductor temperature of 85°C under full load condition and
160°C under short-circuit condition.

3.9.8 For XLPE insulated cables, it shall be possible to continuously operate the cable at a
maximum conductor temperature of 90°C under full load condition and 250°C under short-
circuit condition.

3.9.9 The fire survival cables shall meet the following additional requirements :
i) The insulation shall be of EPR or equivalent material with glass mica tape below or
above insulation.
ii) The cables shall meet requirement of circuit integrity test for a minimum period of 3
hours at maximum temperature of 950 0 C.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 585 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
N FOR
oge.n Emeg
(ailvA ofrowe an A)
INDIA LIMITED
IA Govt of India Unde MEDIUM AND HIGH VOLTAGE
6-51-0051 Rev. 8
CABLES AND ACCESSORIES Page 7 of 10

3.10 High Voltage Cables

3.10.1 Power cables from 3.3kV and up to and including 33kV systems shall be Aluminium/ Copper
conductor, XLPE insulated, sheathed, armoured/ unarmoured and overall PVC sheathed.

3.10.2 The conductors shall be stranded and compacted circular for all cables.

3.10.3 All cables rated 3.8/ 6.6kV and above shall be provided with both conductor screening and
insulation screening. The conductors shall be provided with non-metallic extruded semi
conducting screen.

3.10.4 The core insulation shall be with cross linked polyethylene insulating compound dry cured,
applied by extrusion. It shall be free from voids and shall withstand all mechanical and
thermal stresses under steady state and transient operating conditions. It shall conform to the
properties given in Table-1 of IS: 7098 (Part -2).

3.10.5 The insulation screen shall consist of non-metallic extruded semi-conducting compound in
combination with a non-magnetic metallic copper screen. The copper screen for all the three
cores together shall be capable of carrying the single line to ground fault current value and the
duration specified in the data sheet. For single core cable, copper screen provided shall be
capable of carrying the single line to ground fault current value and the duration specified in
the data sheet.

3.10.6 The conductor screen, XLPE insulation and insulation screen shall all be extruded in one
operation by 'Triple Extrusion' process to ensure perfect bonding between the layers. The core
identification shall be by coloured strips or by printed numerals.

3.10.7 The inner sheath shall be applied over the laid up cores by extrusion and shall conform to the
requirements of type ST 2 compound of IS: 5831. The extruded inner sheath shall be of
uniform thickness. In case of single core cables, there shall be extruded inner sheath between
insulation metallic screen and armouring.

3.10.8 All cables shall be provided with armour except those specifically specified as unarmoured.
For single core cables intended for use on AC system, the armouring shall be of non-magnetic
material. For multicore cables, the armour shall be by galvanised steel strips. Requirement and
methods of tests for armour material and uniformity of galvanisation shall be as per IS - 3975
and IS -10810 (Part 41). The dimensions of armour shall be as per method (b) of IS - 7098
(Part -2). For single core cables, the armour shall be with H4 grade hard drawn aluminium
round wire of 2.5 mm diameter.

3.10.9 The outer sheath of the cables shall be applied by extrusion over the armouring and shall be of
PVC compound conforming to the requirements of Type ST 2 compound of IS: 5831. The
minimum and average thickness of outer sheath for unarmoured cables and minimum
thickness of outer sheath for armoured cables shall be as per IS: 7098 (Part-2).

3.10.10 The thickness of the insulation, inner sheath shall be governed by values given in Table-4 and
Table-5 of IS: 7098 (Part -2).

4.0 CABLE ACCESSORIES

4.1 The termination and straight through jointing kits for use on the systems shall be suitable for
the type of cables offered as per this specification and shall meet requirements of IS 13573.

4.2 The accessories shall be supplied in kit form. Each component of the kit shall carry the
manufacturer's mark of origin.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 586 of 694


SPECIFICATION STANDARD SPECIFICATION No.

err ta-eg
ENGINEERS FOR
INDIA LIMITED 6-51-0051 Rev. 8
eiecnie 0,1347.0 IA Govt of India Undeltaiong) MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 8 of 10

4.3 The kit shall include all stress grading, insulating and sealing materials apart from conductor
fittings and consumable items. An installation instruction sheet shall also be included in each
kit.

4.4 The contents of the accessories kit including all consumable shall be suitable for storage
without deterioration at a temperature of 45° C, with shelf life extending to more than 5 years.

4.5 Terminating Kits

The terminating kits shall be suitable for termination of the cables to an indoor switchgear or
to a weatherproof cable box of an outdoor mounted transformer/ motor. For outdoor
terminations, weather shields/ sealing ends and any other accessories required shall also form
part of the kit. The terminating kits shall be from one of the makes/ types mentioned in the
data sheet.

4.6 Jointing Kits

The straight through jointing kits shall be suitable for installation on overhead trays, concrete
lined trenches, and ducts and for underground burial with uncontrolled backfill and possibility
of flooding by water and chemicals. These shall have protection against any mechanical
damage and suitably designed to be protected against rodent and termite attack. The inner
sheath similar to that provided for cables shall be provided as part of straight through joint.
The jointing kits shall be from one of the makes/ types mentioned in the data sheet.

5.0 INSPECTION, TESTING AND ACCEPTANCE

The cables shall be tested and inspected at the manufacturer's works. Manufacturer shall
furnish all necessary information concerning the raw material supply to EIL/ Owner's
inspectors. The inspector shall have free access to the manufacturer's works for the purpose of
inspecting the process of manufacture in all its stages and will have the power to reject any
material, which appears to be of unsuitable description or of unsatisfactory quality. For HV
cables, the vendor shall give at least 2 weeks advance notice to the purchaser, regarding the
date of testing to enable purchaser's representative to witness the tests.

5.1 Cables

5.1.1 After completion of manufacture of cables and prior to despatch, the cables shall be subjected
to type, routine, acceptance and special tests as detailed below. The test reports for all cables
shall be got approved from the Engineer before despatch of the cables.

5.1.2 All routine tests, acceptance tests, type tests and additional type tests for improved fire
performance shall be carried out as listed in IS: 1554 (Part-1) and IS: 7098 (Part-2) on PVC
and XLPE insulated cables respectively.

5.1.3 The test requirements for PVC insulation and sheath of cables shall be as per latest revision of
IS: 5831.

5.1.4 Test for Resistance to Ultra Violet Radiation: This test shall be carried out as per ASTM-G-53
or ASTM-G-154 on outer sheath. The retention value of tensile strength and ultimate
elongation after the test shall be minimum 60 % of tensile strength and ultimate elongation
before the test. Test certificates with respect to this test (not older than one year) from
recognised testing laboratory to be furnished for review by EIL before despatch clearance of
cables. In case test certificates are not available, test is to be conducted by vendor at his own
cost in any recognised test laboratory or in house testing laboratory, before despatch clearance

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 587 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
Ogeji t115ieg INDIA LIMITED 6-51-0051 Rev. 8
1.12PI 2:12M2 .710.1) A Coot 04 India Undertaking) MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 9 of 10

of cables. Sampling for this test is to be done randomly once for each order, provided outer
sheath remains same.

5.1.5 Acceptance tests as per IS-1554 (Part-1) and IS-7098 (Part-2) and the following special tests
to be performed on the cables as per sampling plan for all cables. However these tests are
required to be witnessed by EIL/ Owner for HV cables.

a. Accelerated water absorption test for insulation as per NEMA-WC-70. (For PVC
insulated cables) and as per NEMA-WC-53 (for XLPE/ EPR insulated cables). Test
certificates with respect to this test (not older than one year) from recognised testing
laboratory to be furnished for review by EIL before despatch clearance of cables. In case
test certificates are not available, test is to be conducted by vendor at his own cost in any
recognized test laboratory or in house testing laboratory, before despatch clearance of
cables. Sampling for this test is to be done randomly once for each order, provided type of
insulation remains same.

b. Dielectric Retention Test: The dielectric strength of the cable insulation tested in
accordance with NEMA-WC-70 at 75 ± 1° C shall not be less than 50 % of the original
dielectric strength. (For PVC insulated cables). Test certificates with respect to this test
(not older than one year) from recognised testing laboratory to be furnished for review by
EIL before despatch clearance of cables. In case test certificates are not available, test is
to be conducted by vendor at his own cost in any recognized test laboratory or in house
testing laboratory, before despatch clearance of cables. Sampling for this test is to be done
randomly and once for each order.

c. Oxygen Index Test: The test shall be carried out as per IS-10810 (Part 58). Sampling to
be done for every offered lot/size as per sampling plan.

d. Flammability Test: The test shall be carried out on finished cable as per IS-10810 (Part 61
& 62). Sampling for these tests is to be done randomly once for each order, provided
outer sheath remains same. The acceptance criteria for tests conducted shall be as under:

Part-61-The cable meets the requirement if there is no visible damage on the test
specimen within 300 mm from its upper end

Pan-62-The maximum extent of the charred portion measured on the test ample should
not have reached a height exceeding 2.5 m above the bottom edge of the burner at the
front of the ladder.

e. Test for rodent and termite repulsion property shall be done by analysing the property by
chemical method.

5.1.6 Following tests shall be carried out to prove FRLS property of the cable.

a. Critical oxygen index as per ASTM-D-2863 i.e. Determination of % of oxygen required


for combustion at room temperature of FRLS sheath which shall remain as 29%(min.)

b. Temperature index as per ASTM-D-2863 i.e. to determine at what temperature normal


oxygen content of 29% in air will support combustion of FRLS sheath which shall remain
as 250°C.

c. Halogen acid gas emission as per IEC-60754 Part 1 i.e. to determine the % of release of
hydrochloric acid gas from the FRLS sheath under fire which shall be 20% (max.)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 588 of 694


SPECIFICATION STANDARD SPECIFICATION No.
/-1 ENGINEERS FOR
015teg INDIA LIMITED 6-51-0051 Rev. 8
Myer, vleotte 41,1J4ZeM (A Govt of Ind. Under!Moog) MEDIUM AND HIGH VOLTAGE
CABLES AND ACCESSORIES Page 10 of 10

d. Smoke Density Test shall be as per ASTM D - 2843 and Smoke Density Rating of FRLS
Sheath shall be 60% (max.).

5.1.7 The test for circuit integrity for fire survival cables shall be carried out as per lEC-60331
(Part-21).

5.2 Cable Accessories

Type tests should have been carried out to prove the general qualities and design of a given
type of termination/ jointing system as per IS-13573. The type test certificates from
independent testing laboratory shall be submitted before despatch.

6.0 PACKING AND DESPATCH

6.1 Cables shall be despatched in non-returnable steel drums of suitable barrel diameter, securely
packed, with the take-off end fully protected against mechanical damage. Ferrous parts used
shall be treated with a suitable rust preventive finish or coating to avoid rusting during transit
or storage.

6.2 On the flange of the drum, necessary information such as project title, manufacturer's name,
type, size, voltage grade of cable, length of cable in metres, drum no., cable code, BIS
certification mark, gross weight etc. shall be printed. An arrow shall be printed on the drum
with suitable instructions to show the direction of rotation of the drum.

6.3 Cables shall be supplied in drum lengths as follows:

6.3.1 MV Cables
- Multicore Power cables upto 6 mm 2 1000 m
Multicore Power cables from 10 mm 2 up to 500 mm 2 500 m
Single Core Power cables upto 630 mm 2 1000 m
Control cables upto 61 cores 1000 m

6.3.2 HV Power Cables Upto 11kV Grade

Three Core cables upto 400 mm 2 500 m


Single Core cables upto 100 mm 2 1000 m
Single Core cables above 400 mm 2 and upto 1000 mm 2 750 m

6.3.3 HV Power Cables Above 11kV Grade and upto 33kV Grade

Three Core cables upto 300 mm 2 grade 350 m


Single Core cables upto 400 mm 2 1000 m
Single Core cables above 400 mm 2 and upto 1000 mm2 500 m

However exact drum lengths shall be finalised during order execution. A tolerance of ± 3 %
shall be permissible for each drum. However overall tolerance on each size of cable shall be
limited to ±2%.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL - All rights reserved

Page 589 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
1151-adft ENGINEERS COMMUNICATION AND 6-51-0052 Rev. 6
5g7 Raitg W INDIA LIMITED
A CON nos unoenoingi FIRE ALARM CABLES Page 1 of 10

Tiwg at{ afT9. clam


* -Wu
SPECIFICATION
FOR
COMMUNICATION AND
FIRE ALARM CABLES

taL
REVISED AND ISSUED AS STANDARD
6 01/04/16 RG MKS BRB RN
SPECIFICATION
REVISED AND ISSUED AS STANDARD
5 27/04/11 PS ANPS UAP DM
SPECIFICATION
REVISED AND ISSUED AS STANDARD
4 25/04/08 ANPS UAP JMS VC
SPECIFICATION
REVISED AND ISSUED AS STANDARD
3 21/03/03 UAP AAN VPS SKG
SPECIFICATION
REVISED AND ISSUED AS STANDARD
2 05/05/97 NS VPS SG AS
SPECIFICATION
Standards Standards
Committee Bureau
Prepared Checked
Rev. Date Purpose Convenor Chairman
by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 590 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
fanINDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 6
0417, E9701701J(10.9) co.. OI ima UndertaltrIgl
FIRE ALARM CABLES Page 2 of 10

Abbreviations:

ASTM : American Society for Testing and Materials


BIS Bureau of Indian Standards
BS British Standard
CEA Central Electricity Authority
DOT Department of Telecommunications (Government of India)
FR Flame Retardant
FRLS Flame Retardant Low Smoke
FS Fire Survival
HR PVC : Heat Resistant Polyvinyl Chloride
IEC International Electro technical Commission
IEEE Institute of Electrical and Electronics Engineers
IS Indian Standards
LF Low Frequency
NEMA : National Electrical Manufacturers Association
PE Polyethelene
PO Purchase Order
PVC Polyvinyl Chloride
UV Ultra Violet
VDE Verband Deutscher Elecktrotechniker

Electrical Standards Committee

Convener: Mr. B.R. Bhogal


Members: Ms. S. Anand
Mr. Parag Gupta
Mr. M. K. Sahu
Ms. N. S. Bhattacharya
Mr. Saeed Akhtar (Inspection)
Ms. N.P. Guha (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 591 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
E NGINEERS
sgar INDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 6
IA Govt of India Underlakim FIRE ALARM CABLES Page 3 of 10

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 SITE CONDITIONS 5

4.0 TECHNICAL REQUIREMENTS FOR NON JELLY FILLED CABLES 5

5.0 TECHNICAL REQUIREMENTS FOR JELLY FILLED CABLES 7

6.0 INSPECTION, TESTING AND ACCEPTANCE 9

7.0 PACKING AND DESPATCH 10

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 592 of 694


arae.1 SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGNEERS
ar INDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 6
(A Go.t of Incla Undertalong)
FIRE ALARM CABLES Page 4 of 10

1.0 SCOPE
The intent of this specification is to define the requirements for design, manufacture and
supply of Flame Retardant Low Smoke type and Fire Survival type PVC sheathed cables for
use in plant communication and fire alarm systems and jelly filled telecommunication cables.
2.0 CODES AND STANDARDS
The equipment shall comply with the requirements of the latest revision of the following
standards:

2.1 BIS and other Standards

ASTM D-883 Standard terminology relating to plastics.


ASTM-D-2863 Measurement of minimum oxygen concentration to support
candle like combustion of plastics
ASTM-G-154 Standard practice for operating fluorescent light apparatus for
UV exposure of non-metallic materials.
IEC: 60331-21 Tests for electric cables under fire conditions circuit integrity —
Procedures and requirements — Cables of rated voltage up and
including 0.6/1.0kV.
ASTM D-924 Standard test method for dissipation factor (or power factor)
and relative permittivity (dielectric constant) of electric
insulating liquids.
BS-6234 Specification for polythene insulation and sheath of electric
cables.
IS-694 PVC insulated cables for working voltages upto and including
1100V.
IS-1554 (Part 1) PVC insulated (heavy duty) electric cables (Part-1 for working
voltages up to and including 1100V).
IS-5831 PVC insulation and sheath of electric cable.
IS-8130 Conductors for insulated cables and flexible cords.
IS-9938 Recommended colour for PVC insulation for LF wires and
cables.
IS-10418 Drums for electric cables.
IS-10462 (Part 1) Fictitious calculation method for determination of dimensions
of protective coverings of cables (Part-1: Elastomeric and
thermoplastic insulated cables).
IS-10810 (Part 58) Methods of test for cables (Part 58: Oxygen index test).
IS-10810 (Part 61) Methods of test for cables (Part 61: Flame retardant test)
IS-10810 (Part 62) Methods of test for cables (Part 62: Fire resistance test for
bunched cables).
IS-12444 Continuously cast and rolled electrolytic copper wire rods for
electrical conductors.

2.2 DOT Standards

GR/WIR-06/03 Specification for cable - switchboard (Screened and


Unscreened) - Generic requirements.
GR/CUG-01/03 Specification for solid polythene insulated fully filled,
polythene sheathed underground telecom cables.

2.3 In case of imported cables, standards of the country of origin shall be applicable, if these
standards are equivalent to or stringent than the applicable Indian standards.
2.4 The cables shall also conform to the provisions of the CEA Regulations and other statutory
regulations currently in force in the country.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 593 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
Itilfazre ENGINEERS
COMMUNICATION AND
sig-(41EMeg, INDIA LIMITED 6-51-0052 Rev. 6
IP Govl of India Undeptakingi
FIRE ALARM CABLES Page 5 of 10

2.5 In case Indian standards are not available for any material, standards issued by IEC/ BS/ VDE/
IEEE/ NEMA or equivalent agency shall be applicable.
2.6 In case of any conflict between requirements specified in various applicable documents for the
project, the most stringent one shall prevail. However, Owner's decision in this regard will be
final and binding.
3.0 SITE CONDITIONS
Cables shall be suitable for installation in following conditions:
i. Above ground in open-air locations (trays/ ducts) in tropical, humid and corrosive
atmosphere prevalent in refineries/ petrochemical plants with severe weathering and
exposure to solar radiation.
ii. Directly buried in underground trenches, conduits with uncontrolled back-fill and
possibility of flooding by water and chemicals.
iii. Design ambient air temperature of 40°C/ ground temperature of 30°C.
4.0 TECHNICAL REQUIREMENTS FOR NON JELLY FILLED CABLES
4.1 Non jelly filled communication and fire alarm cables shall in general conform to the
requirements of DOT specification GR/WIR-06/03.
4.2 Conductors
4.2.1 The size of conductor shall be as per job requirement.
4.2.2 The conductors shall consist of annealed, high conductivity solid copper wire, smoothly
drawn, circular in cross-section, uniform in quality, free from defects and uniformly coated
with pure tin and shall conform to Cl. 3.0 of DOT specification GR/WIR-06/03.
4.3 Insulation
4.3.1 The core insulation shall be with PVC compound applied over the conductor by extrusion.
4.3.2 PVC insulation shall meet the following requirements:

Conductor Diameter Thickness of Insulation


Type of Insulation
(Area) (Minimum)
Up to 0.5mm (0.2mm 2) 0.18 mm
Above 0.5mm (0.2mm2) &
0.26 mm
up to 0.71mm (0.4mm 2)
Above 0.71mm (0.4mm 2) &
0.31 mm
up to 0.9mm (0.63mm2)
Above 0.9mm (0.63mm 2) & Type-A or B as per IS-5831
0.39 mm
up to 1.12mm (1mm 2)
Above 1.12mm (1mm2) &
0.58 mm
up to 1.38mm (1.5mm2)
1.78mm (2.5mm2) 0.71 mm
2.26mm (4mm2) 0.80 mm

4.3.3 The colours used for insulation shall conform as nearly as practicable to the standard colours
as per IS-9938. The wire insulation shall have colours in accordance with Table-2 of DOT
specification GR/WIR-06/03. The applied colour shall neither have deleterious effect on the
electrical, mechanical or ageing properties of basic insulation nor shall get damaged by any
friction etc.
4.3.4 For single pair cables, the colour shall be incorporated in the insulation.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL -All rights reserved

Page 594 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
lata_Jes,;,
ENGINEERS
COMMUNICATION AND
411447IT Rift W INDIA LIMITED 6-51-0052 Rev. 6
IA Goo of ham Ur,*ltakingi
FIRE ALARM CABLES Page 6 of 10

4.3.5 For multi pair cables, cores shall have uniform pattern of continuous spiral (Pitch not
exceeding 25mm) to facilitate easy identification. This may be done by the application of one
or more coloured strips on a base colour or by direct extrusion.
4.3.6 Alternately, colouring may consist of concentric coloured rings or dots or dashes on the base
colour. The coloured rings, dots or dashes shall have a width of not less than 1.0mm and shall
be repeated along the length of the insulation at an interval not less than 15mm and not more
than 25mm.
4.3.7 The dots or dashes shall be applied on diametrically opposite sides of the insulation, so that all
colours are visible when the insulation is viewed from any side.
4.4 Twisting
The two insulated conductors of a pair shall be uniformly twisted with a suitable right hand
lay, which shall not exceed 80mm.
4.5 Core Formation
The core formation shall conform to Cl. 6.0 of DOT specification no. GR/WIR-06/03.
4.6 Screen
4.6.1 The cables shall be provided with overall screen. The screen shall be of aluminium tape with
minimum thickness of 0.04mm. The overlap shall be minimum 3mm for cables up to 50 pair &
minimum 6mm for cables above 50 Pair. The screen shall be backed by an outer protective
layer of 0.13mm PVC tape or other non-hygroscopic material lapped applied longitudinally or
helically with overlap.
4.6.2 The cables shall be provided with a drain wire. Drain wire shall have a minimum cross-section
of 0.5mm2, shall be composed of multistrand bare tinned annealed copper conductor. The drain
wire shall be in continuous contact with the aluminium side of the overall screen. The drain
wire resistance including screen shall not exceed 30 ohm/km.
4.7 Ripcord
A non-metallic ripcord of suitable quality shall be laid longitudinally under the inner sheath &
screen. The ripcord when pulled shall cut through the sheath and strip the core.
4.8 Inner Sheath
4.8.1 An extruded inner sheath of type ST2 PVC, as per IS-5831, with minimum thickness as per
Table-4 of IS-1554 (Part-1) shall be applied over the laid up core, by extrusion to fit closely on
it.
4.8.2 The inner sheath shall be as circular as possible. It shall be possible to remove the inner sheath
without damage to the insulation.
4.8.3 When one or more layers of non-hygroscopic tape is helically applied over the laid up cores, as
a binder, the thickness of such tape(s) shall not be construed as a part of the inner sheath.
4.9 Armour
4.9.1 The cables shall be provided with armouring, made of hot dip galvanised steel wire /strip over
the inner sheath.
4.9.2 The armour shall be by means of 1.4mm thick round wires for cables with under armour
diameter upto 13mm. For cables with an under armour diameter above 13mm, the armour shall
either be of steel strip or round wire with thickness as per IS-1554 (Part-1).
4.10 Outer Sheath
4.10.1 The cables shall be provided with an extruded PVC sheath for external protection. The PVC
shall be type ST2 PVC, as per IS-5831.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 595 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
OPZIET ENGINEERS
$igirr Weg INDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 6
IA Own al India Urvierlaking)
FIRE ALARM CABLES Page 7 of 10

4.10.2 All cables covered in this specification shall be flame retardant low smoke (FRLS). The other
sheath shall be with oxygen index 29% at 27+2 °C and possess flame retardant low smoke
properties meeting the requirements of IS 10810 Part-62 category - AF. In addition, suitable
chemicals shall be added to the PVC compound of the outer sheath to protect the cable against
rodent and termite attack.
4.10.3 The thickness of outer sheath shall be as per IS-1554 (Part 1).
4.10.4 The outer sheath shall fit tightly on the armour and shall be applied in such a manner that no
undue residual strain is left in the material.
4.10.5 The outer sheath shall be red in colour for cables to be used for fire alarm system, grey in
colour for cables to be used for telephone & communication system and black in colour for all
other functions.
4.10.6 Sequential marking of the length of the cable, in meters, shall be provided on the outer sheath
at every one meter. The marking shall be legible and indelible by suitable method.
4.10.7 The overall diameter of the cables shall be strictly as per the values declared in the data sheet,
subject to a maximum tolerance of +2mm.
4.11 The fire survival cables (if specified in data sheet) shall meet the following additional
requirements:
i) The insulation shall be of EPR or equivalent material with glass mica tape below or above
insulation.
ii) The cables shall meet requirement of circuit integrity test for a minimum period of 3
hours at maximum temperature of 950 ° C.
iii) Vendor shall have the test certificate for circuit integrity test as per IEC: 60331-21.
4.12 Cable Capacitance
4.12.1 The core to core capacitance of the cables shall not exceed 100nF/km at I kHz.
4.12.2 The core to screen capacitance for the screened cables shall not exceed 250nF/km at IkHz.
5.0 TECHNICAL REQUIREMENTS FOR JELLY FILLED CABLES
5.1 Jelly filled telecom cables shall in general conform to the requirements of DOT specification
GR/CUG-01/03.
5.2 Conductors
5.2.1 The conductors shall consist of annealed, high conductivity solid copper wire, smoothly
drawn, circular in cross-section, uniform in quality, free from defects and uniformly coated
with pure tin and shall conform to Cl. 3.0 of DOT specification GR/CUG-01/03.
5.3 Insulation
5.3.1 Each conductor shall be insulated with insulating grade PE conforming to Cl. 4.0 of DOT
specification GR/CUG-01/03.
5.4 Twisting
The two insulated conductors of a pair shall be uniformly twisted with a suitable right hand
lay, which shall not exceed 150mm.
5.5 Core Formation
The core formation shall conform to Cl. 6.0 of DOT specification GR/CUG-01/03.
5.6 Filling Compound
5.6.1 The cable core shall be filled with a suitable stable water resistant compound, which shall be
compatible with the insulation, binders and tapes used in the cable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 596 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
151M2Te? ENGINEERS
$€-L it INDIA COMMUNICATION AND 6-51-0052 Rev. 6
W IA Cal of India undertaking)
FIRE ALARM CABLES Page 8 of 10

5.6.2 It shall be homogeneous and uniformly mixed material containing an anti-oxidant.


5.6.3 The compound shall not obscure the identification of the colour of the insulation of the
conductors.
5.6.4 It shall not contain dirt, metallic particles or other foreign matter.
5.6.5 The compound shall be readily removable from the insulated conductors by wiping.
5.6.6 It shall be free from any unpleasant odour and shall have no toxic or dermatic hazards.
5.6.7 The flash point of the compound shall not be less than 200°C.
5.6.8 The volume resistivity measured at 100°C shall not be less than 10 1° ohm-cm.
5.6.9 The permittivity at 1 MHz tested as per ASTM D-924 shall not be greater than 2.3 at 20°C.
5.7 Core Wrapping
At least one closed helical or longitudinal application of a nonhygroscopic and nonwicking
polyester tape or tape of any other suitable material shall be provided over the cable core.
5.8 Screen
5.8.1 The cables used for telephone system shall be provided with overall screen. The screen shall
be of aluminium tape with minimum thickness of 0.2mm. The overlap shall be minimum 3mm
for cables having maximum diameter over inner sheath < 30mm & minimum 6mm for cables
having maximum diameter over inner sheath 30mm. The screen shall be coated with 0.05
mm nominal thickness polythene/copolymer on both sides. The thickness of the composite
tape shall be 0.3mm ± 15%.
5.8.2 The aluminium tape shall be electrically continuous through out the length of the cable.
5.9 Inner Sheath
5.9.1 The inner sheath shall be as circular as possible and free from pinholes and other defects. It
shall be possible to remove the inner sheath without damage to the insulation.
5.9.2 The inner sheath shall be of polythene conforming to type 03C or HO3C of BS 6234 and shall
contain a suitable antioxidant system. The material shall be virgin as per ASTM D-883 and
meet the requirements of Cl. 10.1 of DOT specification no. GR/CUG-01/03.
5.9.3 The thickness of inner sheath shall conform to Table-6 of DOT specification no. GR/CUG-
01/03.
5.9.4 The maximum diameter over inner sheath shall conform to Table-7 of DOT specification no.
GR/CUG-01/03.
5.10 Armour
5.10.1 The cables shall be provided with bedding and armour over the inner sheath.
5.10.2 The bedding shall consist of two close helical lappings of polythene or polypropylene tape.
Each tape shall be applied with a minimum of 5% overlap.
5.10.3 The armour shall be made of hot dip galvanised steel tape of thickness as per Table-8 of DOT
specification GR/CUG-01/03 .
5.11 Outer Sheath
5.11.1 The external protection shall consist of a polythene sheath conforming to the material
specification defined in Clause 5.9 above.
5.11.2 The thickness of outer sheath shall conform to Table-9 of DOT specification GR/CUG-01/03.
5.11.3 The outer sheath shall be as circular as possible and free from pinholes and other defects.
5.11.4 Colour of outer sheath shall be grey.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 597 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
51g2:8 Eiareg VW INDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 6
FIRE ALARM CABLES Page 9 of 10

5.11.5 The maximum diameter over outer sheath shall conform to Table-7 of DOT specification
GR/CUG-01/03.
5.12 Cable Capacitance
The average mutual capacitance of the pairs measured at 800 to 1000Hz shall be 52 ± 3 nF/km.
However, the mutual capacitance of individual pairs shall be within the limits of 52 ± 4.5
nF/km.
6.0 INSPECTION, TESTING AND ACCEPTANCE
6.1 The cables shall be tested and examined at the manufacturer's works. All the materials
employed in the manufacture of the cable shall be subjected to examination, testing and
approval by EIL/ Owner. Manufacturer shall furnish all necessary information concerning the
supply to EIL/ Owner's inspectors. The inspector shall have free access to the manufacturer's
works for the purpose of inspecting the process of manufacture in all its stages and will have
the power to reject any material, which appears to be of unsuitable description or of
unsatisfactory quality.
6.2 The following acceptance tests shall be conducted on the completed jelly filled cables as per
the test procedures given in DOT specification GR/CUG-01/03 and this specification:

i. Measurement of diameter of conductor, over inner sheath & over outer sheath.
ii. Measurement of thickness of insulation, inner sheath, screen, armour & outer sheath.
iii. Measurement of resistance of conductor.
iv. Measurement of resistance unbalance.
v. Continuity check & measurement of resistance of Poly-al tape.
vi. Colour coding.
vii. Conductor continuity test.
viii. Mutual capacitance test.
ix. Capacitance unbalance test.
x. Cross talk test.
xi. Attenuation test.
xii. Insulation resistance test.
xiii. Dielectric strength test.
xiv. Drip test.
xv. Armour galvanisation test.
xvi. Conductor annealing test.
xvii. Measurement of drum length.

6.3 Following tests shall be carried out to prove FRLS property of the cable.

a. Critical oxygen index as per ASTM-D-2863 i.e. Determination of % of oxygen required


for combustion at room temperature of FRLS sheath which shall remain as 29% (min.)

b. Temperature index as per ASTM-D-2863 i.e. To determine at what temperature normal


oxygen content of 29% in air will support combustion of FRLS sheath which shall remain
as 250°C.

c. Halogen acid gas emission as per IEC-60754 Part 1 i.e. To determine the % of release of
hydrochloric acid gas from the FRLS sheath under fire which shall be 20% (max.)

d. Smoke Density Test shall be as per ASTM D - 2843 and Smoke Density Rating of FRLS
Sheath shall be 60% (max.).
6.4 The test for circuit integrity for fire survival cables shall be carried out as per IEC-60331 (Part-
21).
6.5 The following tests shall be conducted on the completed non jelly filled cables as per the test
procedures given in DOT specification GR/WIR-06/03 and this specification:
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 598 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
$.reel ENGINEERS
S'frar EI9e6 INDIA LJMITED COMMUNICATION AND 6-51-0052 Rev. 6
Gori of hula Undenaking)
FIRE ALARM CABLES Page 10 of 10

6.5.1 Acceptance tests

i. Measurement of diameter of conductor, over inner sheath & over outer sheath.
ii. Measurement of thickness of insulation, inner sheath, screen, armour & outer sheath.
iii. Measurement of resistance of conductor.
iv. Colour coding.
v. Conductor continuity test.
vi. Mutual capacitance test.
vii. Capacitance unbalance test.
viii. Insulation resistance test.
ix. High voltage test.
x. Armour galvanisation test.
xi. Conductor annealing test.
xii. Measurement of drum length.

6.5.2 Special Tests

The non jelly filled cables shall also be subjected to following special tests.

i. Oxygen index test as per IS-10810 (Part 58).


ii. Flammability test on finished cable as per IS-10810 (Part 61 & 62).

The special test shall be conducted on one sample from each lot. The sample will be selected
by the inspector.
7.0 PACKING AND DESPATCH
7.1 Cables shall be dispatched in non-returnable steel drums of suitable barrel diameter, securely
packed, with the take-off end fully protected against mechanical damage.
7.2 On the flange of the drum, necessary information such as project title, manufacturer's name,
type, size, length of cable in meters, drum no., cable code, BIS certification mark, gross
weight, 'Owner's particulars', 'P.O. numbers' etc., shall be printed. An arrow shall be printed
on the drum with suitable instructions to show the direction of rotation of the drum.

7.3 The drum lengths for cables shall be as below:

Upto 50 pairs 1000 meters


Above 50 pairs & upto 100 pairs 500 meters
Above 100 pairs As per job requirement (subject to max.
length of 500 meters)
7.4 A tolerance of ± 5% shall be permissible for each drum. However overall tolerance on each
size of cable shall be limited to ± 2%.
7.5 For non jelly filled cable, PVC/ rubber end caps shall be supplied free of cost for each drum
with a minimum of eight per thousand meter length. In addition, ends of the cables shall be
properly sealed, with caps, to avoid ingress of moisture/ water during transit and storage.
7.6 For jelly filled telephone cables, the ends of the cable shall be sealed by thermo shrinkable end
caps of adequate wall thickness. Alternately ends may be sealed by enclosing them in rubber
or PVC caps of wall thickness not less than 1.8mm. The caps shall be secured to the outer
sheath with hose clips or ties or black adhesive tape or heat shrinkable sleeves.
7.7 The cables may be stored outdoors for long periods before installation. The packing shall be
completely suitable for outdoor storage, in areas with heavy rains and high ambient
temperature.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 599 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
sig-ar W- INDIA LIMITED 6-51-0082 Rev. 4
(A Govt o11nUia Undertakm) CABLE INSTALLATION Page 1 of 11

et;eim sicA fru fqr-4147

SPECIFICATION
FOR
CABLE INSTALLATION

4 21.11.13 REVISED AND ISSUED AS SPECIFICATION FA SA UAP/JMS SC

3 25.04.08 REVISED AND ISSUED AS SPECIFICATION RKS SSM JMS VC

2 28.02.03 REVISED and ISSUED AS SPECIFICATION HKM RSG VPS SKG


REVISED and ISSUED AS STANDARD
1 04.08.97 RR VPS SG AS
SPECIFICATION
0 17.08.84 ISSUED AS STANDARD SPECIFICATION RR YKJ SG
Standards Standards
Rev. Com m ittee Bureau
Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 600 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
5fgur I812eg INDIA LIMITED FOR 6-51-0082 Rev. 4
>11??T rremrrangt (A Govt of Inrlia Undert~9) CABLE INSTALLATION Page 2 of 11

Abbreviations:

BIS Bureau of Indian Standards


BS British Standards
CCOE Chief Controller of Explosives
CD Compact Disc
CEA Central Electricity Authority
CIMFR Central Institute of Mining and Fuel Research
DC Direct Current
DGFASLI Directorate General Factory Advice Service & Labour Institutes
DGMS Directorate General of Mines and Safety
ET Electrical Thread
FGL Finished Ground Level
FLP Flame Proof
FRP Fibre Reinforced Plastic
GI Galvanized Iron
HV High Voltage
IS Indian Standards
ISMC Indian Standard Medium Channel
MS Mild Steel
OISD Oil Industry Safety Directorate
PVC Poly Vinyl Chloride
RCC Reinforced Concrete Cement
SWG Standard Wire Gauge

Electrical Standards Committee

Convenor: Mr. UA Patro

Members: Mr. BR Bhogal


Ms. S. Anand
Mr. Parag Gupta
Mr. A.K. Chaudhary
Ms. N.P. Guha

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 601 of 694


SPECIFICATION STANDARD SPECIFICATION No.

31 ENGINEERS
INDIA LIMITED FOR 6-51-0082 Rev. 4
vorcor2ottJvcnti, IA Govt of India Unclettalongj
CABLE INSTALLATION Page 3 of 11

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 MATERIAL SPECIFICATIONS 4

4.0 CABLE LAYING 6

5.0 TERMINATIONS 9

6.0 TESTING AND COMMISSIONING 11

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 602 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ori ENG1NEERS
Og-arfaffleg INDIA LIMITED FOR 6-51-0082 Rev. 4
I .1r2R ,1,4W asf xTas-,,i) (A Govt of India Undenakingj
CABLE INSTALLATION Page 4 of 11

1.0 SCOPE

This specification defines the requirements for supply of materials, wherever applicable,
installation, testing and commissioning of cable installation.

2.0 CODES AND STANDARDS

2.1 The work shall be carried out in the best workman like manner in conformity with this
specification, EIL installation standards, layout drawings, the latest edition of relevant
specifications, codes of practice of Bureau of Indian Standards and OISD standards listed
below :

SP:30 (BIS) Special Publication - National Electrical Code.


IS:1255 Code of practice for installation and maintenance of power cables
upto and including 33 KV rating.
IS:10810(Part 43) Method of Test for cables ; Part 43 Insulation resistance.
IS:10810(Part45) Method of Test for cables ; Part 45 High voltage test.
OISD RP- 147 Inspection and safe practice during electrical installation
OISD 173 Fire prevention and protection system for electrical installation

2.2 In addition to the above it shall be ensured that the installation conforms to the requirements
of the following as applicable:

a. CEA Regulations
b. Regulations laid down by CEA/Electrical Inspectorate.
c. Regulations laid down by CCOE/DGMS/DGFASLI (as applicable).
d. The petroleum rules (Ministry of Industry, Government of India)(As applicable)
e. Any other regulations laid down by central/state/local authorities and insurance
agencies

3.0 MATERIAL SPECIFICATIONS

All materials and hard wares to be supplied by the contractor shall be new, unused and of best
quality and shall conform to the latest specifications of Bureau of Indian Standards.

3.1 Cable Trays

These shall be ladder type trays either prefabricated hot dip galvanised sheet steel trays or site
fabricated angle iron painted trays or FRP trays as specified in job specification.

3.1.1 Pre-fabricated hot dipped galvanised trays

The cable trays shall comply with the requirements specified in EIL installation standard
enclosed with the specification/Tender.

3.1.2 Site fabricated angle iron trays

Angle iron cable trays shall be fabricated from standard rolled angle iron sections of size
75x75x8 for runners for supporting spans limited to 3000 mm. Cross support shall be 25 x 6

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 603 of 694


SPECIFICATION STANDARD SPECIFICATION No.

71 ENGINEERS r.
Ogzu1812-
'
dg INDIA LIMITED FOR 6-51-0082 Rev. 4
f F2MT20n3gasfl) IA Govt of Incha Undeltaltingt
CABLE INSTALLATION Page 5 of 11

mm MS flat for tray width upto 500 mm and 32 x 6 mm flat for tray of more than 500 mm
wide and spacing between two cross supports shall not exceed 250 mm.

3.1.3 Vertical supports for both the prefabricated and site fabricated type trays shall be fabricated
out of ISMC 100 and horizontal supports shall be with 65 x 65 x 6 mm angle iron sections.

Outer most tier of all vertical cable trays shall be covered with GI sheet for protection against
physical damage to cables.Bottom most cable tray shall also be provided with GI sheet from
the bottom side for the protection of the cables from the hydrocarbon pipes located below. GI
Covers also shall be provided for the top most cable trays located outdoors.

Cable racks and trays shall be covered by removable top covers on upper most tiers allowing
adequate ventilation in following cases where:

Mechanical damage of cables is likely to occur during maintenance in the plant.


Oil or spillage of chemicals can be expected.
Protection from exposure to sun is required.

GI cover sheet shall allow adequate ventilation to the cables and shall be in standard length of
3000 mm, flanged on both sides for fixing on cable tray.

3.1.4 FRP type cable trays

The cable trays shall comply with the requirements specified in EIL standard specification
and installation standard enclosed with the specification/Tender

3.2 Cable Glands

Cable glands shall be of nickel plated brass unless otherwise specified. The single
compression type cable glands shall be used for indoor panels/equipment (e.g. substation,
control room etc). The cable glands for outdoor terminations shall be weather protected,
double compression type. Cable glands forming a part of relevant FLP enclosure shall be FLP
type, tested by CIMFR or any other recognized independent testing laboratory and approved
by CCoE/DGMS or any other statutory authority as applicable. Indigenous FLP glands shall
have valid BIS license as per the requirements of statutory authorities. All cable glands shall
comply with the requirements given in IS/IEC-60079 Part 0.

Entry thread of cable gland shall be compatible to the entry thread provided in the equipment
(BS, ET, NPT, PG as applicable). If required, suitable reducers/adopters shall be used.

3.3 Connectors

Terminations of cables with stranded conductor shall be made with crimped type tinned
copper solder less lugs which shall be suitable for the cable size mentioned in cable schedule.

3.4 Ferrules

Ferrules shall be of approved type and of size to suit core size mentioned and shall be
employed to designate the various cores of control/signal cable by the terminal numbers to
which the cores are connected, for ease of identification.Furrule shall be printed type.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 604 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
Og-arl8dleg INDIA LIMITED FOR 6-51-0082 Rev. 4
ittIV-or o1vovv't1,3O-Osvit IA Govt of Indu Undertaking)
CABLE INSTALLATION Page 6 of 11

4.0 CABLE LAYING

4.1 General

Cable installation shall include power, control, lighting, fire alarm, telephone and
communication cables. These shall be laid in trenches/ cable trays /Duct as detailed in the
cable layout drawings. Cable routing given on the cable layout drawings shall be checked in
the field so as to avoid interference with structures, heat sources, drains, piping, air-
conditioning duct etc. Any change in routing shall be done to suit the field conditions
wherever deemed necessary, after obtaining approval of Engineer-in-charge.

4.1.1 High voltage, medium voltage power and control cables shall be separated from each other by
adequate spacing or by running through independent pipes, trenches or cables trays, as shown
on layout drawings/installation standards. Details of cable routes and cable spacing not shown
in detail on these drawing shall be determined by the contractor and approved by the
engineer- In-charge.

The individual cable fixing clamps and spacers for laying of single core cables shall be of
non-magnetic material. As a general practice, the metallic sheath, screen and armour of
single core cables shall be earthed at one point to keep the same at earth potential unless
otherwise stated. The continuity of armour and semiconductor screen shall be broken at each
joint. Single core cables, when laid in trefoil formation shall be braced by suitable clamps at a
distance, not exceeding 3 meters along the cable routing.For laying of long length of single
core cables recommendations from vendor shall be followed.

If straight through joints are required to be provided on single core cables, armour shall be
broken at joints as per manufacturer's recommendations. For single core cables, armour shall
be earthed at one end for the cable run length as per manufacturer's recommendation.

The Telephone, Communication and Fire alarm cables shall run on instrument trays/ducts/
trenches in the units. Wherever these are not available, cables shall be taken in a separate
trench/tray with a minimum spacing of 300 mm from power and control cables

Telephone, fire alarm and plant communication cables shall be directly buried in road berm
area, (unless otherwise specified in cable layout drawings). These cables shall cross power
cables preferably at right angles. Street lighting cables shall be laid on the other nide of road
berm area

4.1.2 The lengths indicated in the cables schedule are only approximate. The contractor shall
ascertain the exact length of cable for a particular feeder by measuring at site. All cable routes
shall be carefully measured .Before the start of cable laying, the contractor shall prepare cable
drum schedule and get that approved by Engineer-in-charge to minimize/avoid straight
through joints and then the cables cut to the required lengths, leaving sufficient lengths for the
terminations of the cable at both ends. The various cable lengths cut from the cable reels shall
be carefully selected to prevent undue wastage of cables. Extra loop length shall be given for
feeder cables where required as per the directions of Engineer-in-charge to meet
contingencies

Cables shall be laid in directly buried trench or in RCC trench (underground trench) or in
cable tray along pipe sleepers or in over head trays as shown on cable layout drawings.RCC
covers of trenches shall be effectively sealed to avoid ingress of chemicals and oils.

Overhead trays shall be installed 2700 mm (minimum) above grade level and 300mm above
FGL in case cable trays are installed along with pipe sleepers. At road crossings overhead

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 605 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$1g-ar 2151- g INDIA LIMITED FOR 6-51-0082 Rev. 4
lk Govt ar India Underlaking)
CABLE INSTALLATION Page 7 of 11

trays shall be installed at 7000 mm (minimum) above grade level or cables shall be routed
cable tray culvert/ Electrical road crossings as per layout drawings.

Sufficient care shall be taken while laying cables to avoid formation of twist, sharp bend etc.
in order to avoid mechanical injuries to cables. Rollers shall be used for pulling of cables.

Cable installation shall provide minimum cable bending radii as recommended by cable
manufacturer.

4.1.3 Cables shall be neatly arranged in the trenches / trays in such a manner that criss-crossing is
avoided and final take off to the motor / switchgear is facilitated. Arrangement of cables
within the trenches / trays shall be in line with cable layout drawings. Cable routing between
cable trench and equipment/motors shall be taken through GI pipe sleeves of adequate size.
Pipe sleeves shall be laid at an angle of maximum 45 to the trench wall. Bending radii of
pipes shall not be less than 12D. It is to be ensured that both the ends of GI pipe sleeves shall
be sealed with approved weather proof sealing plastic compound after cabling. In places
where it is not possible, cables shall be laid in smaller branch trenches. Different rows of
cable trays in cable cellar below the cutout shall be fixed so that the trays don't obstruct cable
entry to the panels.

4.1.4 All cables shall be identified close to their termination point by cable tag numbers as per cable
schedule. Cable tag numbers shall be punched on aluminium /Lead straps (2mm thick, 20 mm
wide and of enough length) securely fastened to the cable and wrapped around it.

Each underground cable shall be provided with cable tags of lead /Aluminium securely
fastened every 30 m of its underground length with at least one tag at each end before the
cable enters/leaves the ground. In unpaved areas, cable trenches shall be identified by means
of cable markers as per installation drawing. These cable markers shall be placed at location
of changes in the direction of cables and at intervals of not more than 30 m and also at cable
straight through joint locations. Cable route markers shall extend 600mm above ground.

4.1.5 All temporary ends of cables must be protected against dirt and moisture to prevent damage to
the insulation. For this purpose, ends of cables shall be covered with an approved PVC end
cap or rubber insulating tape.

4.1.6 Each row of cables shall be laid in place and before covering with sand. All wall
openings/pipe sleeves shall be effectively sealed after installation of cables to avoid seepage
of water inside building/lined trench. Every cable shall be given an insulation test in presence
of Engineer-in-charge/Owner before filling the cable trench with sand Any cable which is
found defective shall be replaced.

4.1.7 Where cables pass through foundation walls, the necessary openings shall be provided in
advance for the same by another agency. However, should it become necessary to cut holes
in existing structures for example floor slab etc., the electrical contractor shall determine
their location and obtain approval of the Engineer-in-charge before carrying out the same.

4.1.8 Cables for road crossings shall be taken through ERC (Electrical Road Crossing) as shown in
the cable layout drawings and sleeves/ducts shall be effectively sealed thereafter.

At road crossing and other places where cables enter pipe sleeves adequate bed of sand shall
be given so that the cables do not slack and get damaged by pipe ends.

4.1.9 Wherever cable trench crosses storm water, waste water channel/drain, cables shall be taken
through PVC/RCC pipes. Where cables are required to cross drains of depth more than 1200

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 606 of 694


SPECIFICATION STANDARD SPECIFICATION No.
‘31 ENGINEERS
s'eu effileg INDIA LIMITED FOR 6-51-0082 Rev. 4
1~, 42"41,-W 951
Jqinl) IA Govt of India Undeftakngj
CABLE INSTALLATION Page 8 of 11

mm, cables shall be taken over the drain on cable trays supported suitably using ISMC
150/200 sections.

4.1.10 Ends of cables leaving trench shall be coiled and capped and provided with protective cover
till such time the final termination to the equipment is completed.

4.2 Cables Laid Direct in Ground

Cables shall be laid underground in excavated cable trenches where specified in cable layout
drawings. Trenches shall be of sufficient depth and width for accommodation of all cables.
Cables shall be properly spaced as per installation standards. Maximum number of cable
layers in trench shall be preferably limited to 6 layers.

Minimum depth of directly cable trench shall be 750 mm, for medium voltage and 900 mm
for HV. Cables. The depth and the width of the trench shall vary depending upon the number
of layers of cables as per EIL installation Standards.

Cables shall be laid in buried trenches at depth as shown in the cable layout drawings. It is to
be ensured by the contractor that the bottom of buried trenches shall be cleared of all rocks,
stones and sharp objects before cables are placed. The trench bottom shall be filled with a
layer of sand or stone dust. This sand /stone dust shall be leveled and cables laid over it.
These cables shall be covered with 150 mm of sand on top of the largest diameter cable and
sand shall be lightly compacted. A flat protective covering of 75 mm thick second class red
bricks or concrete tiles as per specification shall then be laid and the remainder of the trench
shall then be back -filled with natural soil, rammed and leveled.

4.3 Cables Laid in Concrete Trench

Cables shall be laid in 5 or 6 tiers in concrete trench as shown on layout drawings. Concrete
cables trenches shall be filled with sand /stone dust in hazardous area to avoid accumulation
of hazardous gases and oil. RCC covers of trenches shall be effectively sealed to avoid
ingress of chemical and oil in process area. Removal of concrete covers where required for
the purpose of cable laying and reinstating them in their proper position after cables are laid
shall be done by electrical contractor.

Minimum depth of RCC cable trench shall be 500mm for all voltage grades with 300mm
clearance between the bottoms of the trench cover and top of the cable. The depth and the
width of the trench shall vary depending upon the number of layers of cables and bending
radius required for cables as per EIL installation Standards

A11 wall openings/pipe sleeves shall be effectively sealed after installation of cables to avoid
seepage of water

4.4 Above Ground Cables

4.4.1 Cables installed above grade shall be run in cable trays, clamped on walls, ceiling or
structures and shall be run parallel or at right angles to beams, walls or columns. Cable
routing shall be planned to be away from heat sources such as hot piping, gas, water, oil
drainage piping, air-conditioning duct etc. Each cable tray shall contain only one layer of
cables as far as possible for power cables. However control cables may be laid in multiple
layers in the cable trays.

4.4.2 Individual cable or small group of cables (upto 3 cables) which run along structures / walls
etc. shall be clamped by means of 16 SWG GI saddles on 25 x 6 mm saddle bars.
Alternatively small group of cables can be taken through 60/100/150 mm slotted channel tray

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 607 of 694


SPECIFICATION STANDARD SPECIFICATION No.
n61 ENGINEERS
$1gz:ir f&flj-g INDIA LIMITED FOR 6-51-0082 Rev. 4
(~f ciecngc`M"Mil IA Govt of India Undertaking)
CABLE INSTALLATION Page 9 of 11

or channel ISMC-75/100. Cables shall be supported so as to prevent sagging. In general,


distance between supports shall be approximately 300 mm for cables upto 25 mm diameter
and maximum 450 mm for cables larger than 25 mm dia. to prevent the sagging of cables.

4.4.3 Cable laid on supporting angle in cable trenches, structures, columns and vertical run of cable
trays shall be suitably clamped by means of GI saddles / clamps, whereas cables in horizontal
run of cable trays shall be tied by means of nylon cords. Distance between supporting angles
shall not exceed 600 mm.

4.4.4 All cable trays (other than galvanized/FRP trays) and supporting steel structures shall be
painted before laying of cables. The under surfaces shall be properly degreased, derusted,
descaled and cleaned. The painting shall be done with one coat of redoxide zinc chromate
primer. Final painting shall be done with two coats of approved bituminous aluminium paint
unless otherwise specified.

4.4.5 Where cables rise from trench to motor, lighting panel, control station, junction box etc., they
shall be taken in GI pipe for mechanical protection upto a minimum of 300 mm above grade
for outdoor area. Cable ends shall be carefully pulled through conduit to prevent damage to
cable.

4.4.6 All GI Pipes shall be laid as per layout drawings and site conditions. Before fabrication of
various profiles of pipes by hydraulically operated bending machine (which is to be arranged
by the contractor) all the burrs from the pipes shall be removed. GI Pipes having bends shall
be buried in soil / concrete in such a way that the bend shall be totally concealed. For G.I.
pipes buried in soil, bitumen coating shall be applied on the buried lengths, Installation of G.I.
pipes shall be undertaken well before paving is completed and necessary co ordination with
paving agency shall be the responsibility of Electrical Contractor.

Following guide shall be used for sizing of GI. pipe.

a) 1 cable in a pipe -53% of pipe cross-sectional area occupied by cables.

b) 2 cables in a pipe -31% of pipe cross-sectional area occupied by cables.

c) 3 cables in a pipe - 43% of pipe cross-sectional area occupied by cables.

d) 4 and above cables in a pipe - 40% of pipe cross-sectional area occupied by cables.

4.4.7 After the cables are installed and all testing is complete, conduit ends above grade shall be
plugged with a suitable weatherproof plastic compound/bitumen/suitable sealing compound.
Alternatively rubber bushes shall be employed for the purpose of sealing.

4.4.8 Fire proofing of end of power cables at least 1 meter at each end as per OISD norms for the
refinery and Petroleum industry, shall be carried out as per the recommendation of the paint
supplier .Rates for the fire proofing of cables shall be included in the cable installation and no
separate payment shall be made for the painting.

5.0 TERMINATIONS

5.1 All cables up to 1100V grade and higher levels shall be terminated at the equipment by means
of compression type cable glands suitable for the cable size. They shall have a screwed nipple
with electrical threads and check nut. The cables shall be identified close to their termination
points at both the ends of cable(cable numbers shall be punched on aluminium/Lead straps
2mm thick and securely fastened to the cable, wrapped around it) and also along the route at
regular intervals, by cable tag numbers.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 608 of 694


-

SPECIFICATION STANDARD SPECIFICATION No.


ENGINEERS
5f--&-JE Et26 INDIA LIMITED FOR 6-51-0082 Rev. 4
e,,nrc,m,ffilsn«) in Govi of mma Underlak.9) CABLE INSTALLATION Page 10 of 11

All cable entries for outdoor termination shall be through bottom/side. Outdoor cable
termination through top of equipment shall not be permitted.

5.2 Power cables cores wherever colour coding is not available shall be identified with red,
yellow and blue PVC tapes. Where copper to aluminium connections are made, necessary
bimetallic washers shall be used.

5.3 In case of control cables, all cores shall be identified at both ends by their terminal numbers
by means of PVC ferrules suitable for core size. Wire numbers shall be as per schematic/
wiring/inter-connection diagram. All unused spare cores of control cables shall be neatly
bunched and ferruled with cable tag at both ends, for future use.

5.4 Contractor shall drill holes for fixing glands wherever necessary. Gland plate shall be of non-
magnetic material/ aluminium sheet in case of single core cables. All unused cable entries on
equipment/panels shall be plugged/sealed.

5.5 The cable shall be terminated at electrical equipment/switchboards through glands of proper
size. The individual cores shall then be dressed and taken along the cables ways or shall be
fixed to the panels with polyethylene straps. The cable glanding shall be done as per
manufacturer's instructions. Cable armour shall not be exposed after termination is complete.

In case of termination of cables at the bottom of a panel over a cable trench having no access
from the bottom close fit holes shall be drilled in the gland plate for all the cables in one line,
then gland plate shall be split in two parts along the centre line of holes. After fixing bottom
plate, uncovered cable holes/gaps shall be sealed with cold setting compound.

5.6 Crimping of lugs to cable leads shall be done by hand crimping / hydraulically operated tool
as per requirement. Insulation of the leads shall be removed before crimping. Conductor
surface shall be cleaned and shall not be left open. Suitable conducting jelly shall be applied
on the conductor lead. Lugs shall enclose all strands of cable core. Cutting of strands shall
not be allowed.

5.7 The contractor shall bring to the notice of Engineer-in-charge any mismatch in cable glands,
lugs provided with the equipment vis-à-vis to the cable size indicated in cable schedule for
taking corrective action.

5.8 The cable joints shall be avoided as far as possible . In case a joint is unavoidable, the
following shall be insured:

- The number of joints shall be restricted to minimum as far as possible.

The location of joints shall be identified with permanent markers.

No joints shall be allowed in hazardous areas without the approval of Engineer-in-


charge.

The jointing and termination of medium voltage power cables shall be carried out by trained
personnel only. Jointing and termination of high voltage and EHV cables shall be done by
skilled and experienced jointer duly approved by Engineer-in-charge. Only type tested
jointing and termination kits of approved make shall be used.

5.9 No unauthorized repairs, modifications shall be carried out on the hazardous area equipment
terminal boxes and junction boxes. Damaged enclosures of hazardous area equipment shall be
brought to the notice of Engineer-in-charge by contractor. After termination is complete, all

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 609 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$1g-ar 0154--eg INDIA LIMITED FOR 6-51-0082 Rev. 4
,rzr.o (A Go,t af Intlia Und.l.k.91 CABLE INSTALLATION Page 11 of 11

the bolts, nuts, hard wares of terminal box shall be properly placed in its position and
tightened.

5.10 Where required, cable sealing boxes intended to be used with the apparatus shall be filled with
solid setting type bituminous compound unless otherwise specified.

5.11 All cables glands installed outdoor shall be provided with suitable sized shrouds and rates for
the same shall be included in the scope of the termination of the cable glands. No separate
payment is envisaged for the same.

6.0 TESTING AND COMMISSIONING

6.1 Field testing and commissioning of electrical installation shall be carried out as per EIL
specification.

6.2 Before energising, the insulation resistance of every circuit shall be measured from phase to
phase, phase to neutral and from phase/neutral to earth.

6.3 Where splices or terminations are required in circuits rated above 650 volts, insulation
resistance of each length of cable shall be measured before splicing and or / terminating. After
completion of splices and /or terminations measurements shall be repeated.

6.4 The insulation resistance of directly buried cables shall be measured before cable trenches are
backfilled. Measurements shall be repeated after back filling.

For cables upto 1.1 KV grade 1000 V Megger and for H.V. Cables 2.5 KV / 5 KV Megger
shall be used.

6.5 D.C. High Voltage test shall be conducted on cables given below after installation.

a) A11 1100 volts grade power cables in which straight through joints have been made.

b) A11 cables above 1100 V grade.

The DC High Voltage test shall be performed as detailed below in the presence of the
Engineer-in-charge or his authorized representative only.

Cables shall be installed in final position with the entire straight through joints complete.
During the high voltage test, all other electrical equipment related to the cable installation,
such as switches, instrument transformers, bus bars, etc., must be earthed and adequate
clearance shall be maintained from the other equipment and framework to prevent flash over.

In each test, the metallic sheath/screen/armour shall be connected to earth.

6.6 All checks and tests shall be made as per EIL standard test Performa available with site
engineer.

All test readings shall be recorded and submitted to EIL in triplicate sets.

6.7 Cable schedule, cable layout drawings, Interconnection drawings shall be revised and marked
by contractor for `AS BUILT STATUS' and two sets of copies along with CD shall be
submitted to EIL.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 610 of 694


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEEFZS FOR
laaleg INDIA LIMITED 6-51-0084 Rev. 4
C1,7,W MI,~) (A Govt of lndw Undertaking) EARTHING INSTALLATION Page 1 of 7

3Trztrr f«R-r
SPECIFICATION
FOR
EARTHING INSTALLATION

4 26.03.14 REVISED AND ISSUED AS SPECIFICATION


FA SA BRB SC
3 25.04.08 REVISED AND ISSUED AS SPECIFICATION
RKS SSM JMS VC
2 28.02.03 REVISED & ISSUED AS SPECIFICATION HKM RSG VPS SKG
REVISED & ISSUED AS STANDARD AS
1 16.07.97 RR VPS SG
SPECIFICATION
0 25.07.94 ISSUED AS STANDARD SPECIFICATION RR SGC SCG SCG
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 611 of 694


STANDARD SPECIFICATION No.
ENGINEERS SPECIFICATION
ffig"ar fl2eg
1.11271 21~ 9>f JOCFA)
INDIA LIMITED
(A Govt ot Inda Undertakng)
FOR 6-51-0084 Rev. 4
EARTHING INSTALLATION Page 2 of 7

Abbreviations:

BIS Bureau of Indian Standards


PESO Petroleum and Explosive safety organization.
CD Compact Disc
CEA Central Electricity Authority
DGMS Director General Mines and Safety
GI Galvanized Iron
IS Indian Standard
MS Mild Steel
OISD Oil Industry Safety Directorate
UPS Uninterrupted Power Supply

Electrical Standards Committee

Convenor: Mr. BR Bhogal

Members: Ms. S. Anand


Mr. Parag Gupta
Mr. M.K. Sahu
Mr. A.K. Chaudhary (Inspection)
Ms. N.P. Guha (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 612 of 694


STANDARD SPECIFICATION No.
" ENGINEERS SPECIFICATION
122e5IVWINDIA LIMITED FOR 6-51-0084 Rev. 4
013, I
1;15711 A Govt of Inda undertaking)
EARTHING INSTALLATION Page 3 of 7

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 MATERIAL SPECIFICATIONS .4

4.0 EARTHING NETWORK .4

5.0 INSTALLATION OF EARTH ELECTRODE .5

6.0 CONNECTION 6

7.0 TESTING AND COMMISSIONING .7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 613 of 694


STANDARD SPECIFICATION No.
ENGINEERS SPECIFICATION
sf " INDIA LIMITED
1.1,271232x1Wqs~.1) IA Govt ot Intha Undeltalong)
FOR 6-51-0084 Rev. 4
EARTHING INSTALLATION Page 4 of 7

1.0 SCOPE

This specification defines the requirements for the supply of earthing and lightning protection
materials and installation of the earthing and lightning protection systems.

2.0 CODES AND STANDARDS

2.1 The work shall be carried out in the best workman like manner in conformity with this
specification, EIL Installation Standards, layout drawings, the latest edition of relevant
specifications, codes of practice of Bureau of Indian Standards and OISD Standards listed
below :

SP:30 (BIS) Special Publication-National Electrical Code


IS:2309 Protection of buildings and allied structures against lightning.
IS:3043 Code of practice for earthing
IS:7689 Guide for control of undesirable static electricity.
OISD 110 Recommended practices on static electricity
OISD 147 Inspection and safe practice during electrical installation.
OISD GDN 180 Lightning protection.

2.2 In addition to the above it shall be ensured that the installation conforms to the requirements
of the following as applicable:

a. CEA Regulations
b. Regulations laid down by CEA/Electrical Inspectorate.
c. Regulations laid down by PESO/DGMS (as applicable).
d. The petroleum rules (Ministry of Industry Government of India).
e. Any other regulations laid down by central/state/local authorities and Insurance
agencies.
3.0 MATERIAL SPECIFICATIONS

3.1 All materials and hardware to be supplied by the contractor shall be new, unused and of best
quality and shall conform to the specifications given here under and to latest specifications of
Bureau of Indian Standards. Contractor shall bring material samples to site and get it approved
by Engineer-in-charge before installation.

3.2 The main earth grid conductor shall be hot dip galvanised M.S. flat unless otherwise specified.
Sizes for main conductors shall be as indicated on the earthing layout drawing .Amount of
galvanizing shall be 610gm per sq.metre. Earth electrodes and Earth plate shall be as per EIL
Installation Standards.

4.0 EARTHING NETWORK

4.1 This consists of main earth conductor (grid conductor) forming a closed ring network with
required number of earth electrodes connected to it to provide a common earth for electrical
devices and metallic structures. From each earth electrode two distinct connections shall be
made to the main earth conductor. The earth plates shall be used for taking multiple earth
connections to two or more equipment.

4.2 The earth conductor shall be laid along cable trays/cable trench/pipe racks/ buried in

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 614 of 694


STANDARD SPECIFICATION No.
A"ENGINEERS SPECIFICATION
2151egglii/
VINDIA LIMITED
1~1 ,h,f, CrA 3,10,
A
FOR 6-51-0084 Rev. 4
IA Govt of Indo Undertaking)
EARTHING INSTALLATION Page 5 of 7

pavement/ below finished grade level as indicated on the earthing layout drawing. Where
lined cable trenches are available, the earth conductor shall be preferably laid in the trenches
and shall be firmly cleated to the sidewall of concrete trenches using GI clamps at interval of
400 mm to 500 mm and near to the termination end. The earthing conductor shall run along
one of the cable trays along the overhead cable route. The earthing conductor shall be suitably
cleated and electrically bonded to all the other cable trays on the same cable route at a regular
interval of 25 to 30 meter. The earthing for equipment shall be tapped from the main earth
conductor and not from cable tray support structure. Earth conductor when laid underground
shall be at a depth of 500mm below finished grade level.

4.3 Joints and tapping's in the main earth loop shall be made in such a way that reliable and good
electrical connections are permanently ensured. All joints below grade shall be welded and
shall be suitably protected by giving two coats of bitumen and covering with Hessian tape.
Earth strip laid above ground shall be welded across straight through joints and joints shall be
suitably protected by giving two coats of bitumen to avoid oxidation and insulation film
formation of the strip surface. When two earth strips are to be jointed by means of welding,
lap welding with an overlapping of strip equivalent to double the width of the strip and all
four sides shall be continuously welded. All joints at tappings above ground shall be by
means of connector/lugs. A minimum of two bolts of adequate size shall be used for this
purpose. Earthing strip joints at earth plate and equipment shall be through GI bolts, nut etc.

5.0 INSTALLATION OF EARTH ELECTRODE

5.1 Earth Electrode shall be installed as shown on installation standard and layout drawings.
The location shown on the layout drawings are indicative.

The exact location of earth electrodes in the field shall be determined by contractor in
consultation with the Engineer-in-charge, depending on the soil strata and resistivity. Earth
electrodes shall be located avoiding interferences with road, building foundation, column,
pipelines etc. The civil area drawings shall be referred for this. The distance between two
electrodes shall not be less than twice the depth of electrode.

5.2 Electrodes shall preferably be located in a moist soil which has a fine texture, grain size and
distribution. Wherever practicable the soil shall be dug up, all lumps broken and stones
removed from the immediate vicinity of the electrodes and soil packed by watering and
ramming as tight as possible.

5.3 The electrodes shall have a clean surface, not covered by paint, enamel, grease or other
materials of poor conductivity.

5.4 All earth electrodes shall be tested for earth resistance by means of standard earth test meter.
The tests shall take place in dry months, preferably after a protracted dry spell.

5.5 The disconnect facility shall be provided for the individual earth electrode to check its earth
resistance periodically.

5.6 Location of earth electrodes shall be marked by permanent markers for easy identification. All
earth Electrodes shall be serial numbered and also marked on `As Built' drawing for future
reference.

5.7 Individual earth electrodes shall be provided for each lightning arrestor and flood light mast.

5.8 Earthing system provided for concrete paved area by other agency where applicable; shall be
connected to the plant earthing system below ground by minimum two earth connections.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 615 of 694


STANDARD SPECIFICATION No.
ENGINERS
E SPECIFICATION
INDIA LIMITED FOR 6-51-0084 Rev. 4
INWR ei2LIW C151JPC1,74, IA Govt ot Intha undertaifing)
EARTHING INSTALLATION Page 6 of 7

6.0 CONNECTION

The earth system connections shall generally cover the following:


Equipment earthing for personnel safety
- System neutral earthing
Static and lightning protection

6.1 The following shall be earthed.


System neutral
- Current and potential transformer secondary neutral
- Metallic non-current carrying parts of all electrical apparatus such as transformers,
switchboards, bus ducts, motors, neutral earthing resistors, capacitors, UPS, battery
charger panels, welding receptacles, power sockets, lighting/power panels, control
stations, lighting fixtures etc.
- Steel structures/columns, rail loading platforms etc.
- Cable trays and racks, lighting mast and poles
- Storage tanks, spheres, vessels, columns and all other process equipment.
Fence and Gate for electrical equipment (e.g. transformer yard etc.)
- Cable shields and armour
Flexible earth provision for Wagon, Truck
- Shield wire

Conductor size for branch connection to various equipment shall be as per EIL Installation
Standards unless otherwise stated on earthing layout drawings.

6.2 A11 process pipelines shall be bonded and earthed at the entry and exist points of battery limit
of hazardous area.

6.3 Steel pipe racks in the process units and offsite area shall be earthed at every 24 meters.

6.4 Equipment/street light pole etc. located remote from main earth network may be earthed by
means of individual earth electrode and earth conductor unless otherwise stated in job
specifications/earthing layout drawing.

6.5 Lightning protection shall be provided for the equipment, structures and buildings as shown
on layout drawing. Self conducting structures shall not require separate aerial rod and down
conductors. These shall however be connected to the earthing system at two or more points as
shown on layout drawing. Each down conductor shall be provided with an earth electrode and
all earth electrodes shall be interconnected through underground strip. Lightning protection
earthing system may be bonded to electrical safety earthing system, inside ground. Lightning
down conductor shall be brought to earth electrode in shortest straight path as feasible to
minimise surge impedance.

6.6 The main earthing network shall be used for earthing of equipment to protect against static
electricity.

6.7 All medium and high voltage equipment (above 250V) shall be earthed by two separate and
distinct connections with earth.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 616 of 694


STANDARD SPECIFICATION No.
ENGINEERS SPECIFICATION
0&.ff OfJlegw'INDIA LIMITED
tem", IA Govt of lneha Undettaking)
FOR 6-51-0084 Rev. 4
EARTHING INSTALLATION Page 7 of 7

6.8 Plant instrument system clean earthing, UPS system clean/safety earth, Data concentrator
panel, HMI etc shall be separate from the electrical earthing system, if mentioned in job
specification/ layout drawings.

6.9 All paint, scale and enamel shall be removed from the contact surface before the earthing
connections are made.

6.10 All earthing connections for equipment earthing shall be preferably from the earth plate
mounted above ground wherever provided

Equipment foundation bolts shall not be used for earthing connection.

6.11 Earth connections shall be made through compression type cable lugs/by welded lugs.

6.12 All hardware used for earthing installation shall be hot dip galvanised or zinc passivated.
Spring washers shall be used for all earthing connections and all connections adequately
locked against loosening.

6.13 Lighting fixtures and receptacles shall be earthed through the extra core provided in the
lighting circuit/cable for this purpose.

6.14 The reinforcements of sub-station building and the sub-station floor shall be connected to
main earth grid.

7.0 TESTING AND COMMISSIONING

7.1 Field inspection, testing and commissioning of electrical installation shall be done as per EIL
standard specification.Earthing systems/connections shall be tested as follows:

7.2 Resistance of individual earth electrodes shall be measured after disconnecting it from the grid
by using standard earth test meggar.

7.3 Earthing resistance of the grid shall be measured after connecting all the earth electrodes to
the grid. The resistance value of an earth grid to the general mass of earth shall be as follows:
- For the electrical system and equipment a value that ensures the operation of the
protection device in the electrical circuit but not in excess of 4 ohm. However for
generating stations and large sub-systems, the value shall not be more than 1 ohm.
- For lightning protection, the value of 5ohms as earth resistance shall be desirable, but
in no case it shall be more than 10 ohms

7.4 The resistance to earth shall be measured typically at the following points:
a) At each electrical system earth or system neutral earth.
b) At each earth provided for structure lightning protections.
c) At one point on earthing system used to earth electrical equipment enclosures.
d) At one point on earthing system used to earth wiring system, enclosures, such as
metal conduits and cable sheaths or armour.
e) At one point on fence enclosing electrical equipment.

7.5 All earthing layout drawings shall be marked by contractor for `AS BUILT STATUS' and
two sets of hard copies plus 1 set of soft copy, shall be submitted to EIL. For projects, where
layout drawings have been prepared based on 3D modeling, contractor shall carryout
necessary changes for `AS BUILT STATUS' in the 3D model.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 617 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
r"_11
1 Reig ENGINEERS ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
$'g?;ir INDIA LIMITED
IA Govt of Ilioia Undertakingt INSTALLATION Page 1 of 15

fqxja `CID Tzrp-ir9r NfffhT

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION

4 21.05.14 REAFFIRMED & ISSUED AS SPECIFICATION FA SA BRB SC

3 25.04.08 REVISED & ISSUED AS SPECIFICATION RKS SSM JMS VC

2 28.02.03 REVISED & ISSUED AS SPECIFICATION HKM RSG VPS SKG

REVISED & ISSUED AS STANDARD RR VPS SG AS


1 26.08.97
SPECIFICATION
0 28.08.81 ISSUED AS STANDARD SPECIFICATION RR RR SGG
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 618 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
ELECTRICAL EQUIPMENT
$11gui&W- eg
rycnrc ~I)
INDIA LIMITED
IA Govt of India Undeffoloogf INSTALLATION
6-51-0081 Rev. 4
Page 2 of 15

Abbreviations:

AC Alternating Current
ACDB AC Distribution Board
AL Aluminium
BIS Bureau of Indian Standards
CCoE Chief Controller of Explosives
CD Compact Disc
CEA Central Electricity Authority
CIMFR Central Institute of Mining and Fuel Research
CT Current Transformer
CTC Carbon Tetrachloride
CU Copper
DC Direct Current
DCDB DC Distribution Board
DGMS Directorate General of Mines and Safety
Ex(d) Flameproof
FRP Fibre Reinforced Plastic
HV High Voltage
IR Insulation Resistance
IS India Standard
LV Low Voltage
HMI Human Machine Interface
MV Medium Voltage
OISD Oil Industry Safety Directorate
OSR Oil Surge Relay
OTI Oil Temperature Indicator
PF Power Factor
PI Polarisation index
PRV Pressure relief Valve
PT Potential Transformer
SLD Single Line Diagram
UPS Uninterrupted Power Supply
VRLA Valve Regulated Lead Acid
WTI Winding Temperature Indicator

Electrical Standards Committee

Convener: Mr. B.R. Bhogal

Members: Ms. S. Anand


Mr. Parag Gupta
Mr. M. K. Sahu
Mr. A.K. Choudhury (Inspection)
Ms. N.P. Guha (Projects)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 619 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
‘3-1R_Jt4
1 ENGINEERS ELECTRICAL EQUIPMENT
INDIA LIMITED 6-51-0081 Rev. 4
orrrn c,craddaJnadfan IA Govt of India Undeftalong) INSTALLATION Page 3 of 15

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 INSTALLATION OF EQUIPMENT 4

4.0 EQUIPMENT COMMISSIONING 14

5.0 LIST OF CONSTRUCTION EQUIPMENT 14

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 620 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
$11g-a 22-g INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
aiT7ii CRI dYtn. (A Govt of lochA UnderfAk(.9) INSTALLATION Page 4 of 15

1.0 SCOPE

This specification defines the requirements for the installation, field inspection, testing and
commissioning of electrical equipment, forming part of electrical power distribution and
utilisation system, including Communication and Fire alarm system.

2.0 CODES AND STANDARDS

2.1 The work shall be carried out in the best workmanlike manner in conformity with this
specification, EIL Installation Standards, layout drawings and to the following specifications/
codes of practice of Bureau of Indian Standards and OISD standards.

SP-30 (BIS) National Electrical Code.


IS:7816 Guide for testing Insulation resistance of rotating machines.
IS:10028 (Part-2) Code of practice for selection, Installation and maintenance of
transformers; Part 2 : Installation.
OISD 137 Inspection of Electrical Equipment.
OISD 147 Inspection and safe practices during electrical installations

2.2 In addition to the above it shall be ensured that the installation conforms to the requirements
of the following as applicable:

a. CEA Regulations.
b. Regulations laid down by CEA/Electrical Inspectorate.
c. Regulations laid down by CCoE/DGMS (as applicable).
d. The petroleum rules (Ministry of Industry Government of India).
e. Any other regulations laid down by central/state/local authorities and Insurance
agencies.

3.0 INSTALLATION OF EQUIPMENT

Prior to start of installation of the electrical equipment, Contractor shall verify that equipment
and complete materials have been received. Handling, shifting to required site location,
installation, testing and commissioning of all electrical equipment shall be done by contractor
with utmost care. Manufacturer's instructions and the requirements given in their technical
manuals shall be strictly adhered. The substation/switchgear room wherein the equipment
shall be installed shall be kept clean, dry and free from all debris. Panel floor cutouts not in
immediate use shall be suitably covered to avoid any mishap. When handling the switchboard
panels, care shall be taken to observe the correct lifting arrangements and to make sure that
slings are attached to the manufacturer's designated lifting points,where applicable. No parts
shall be subjected to undue strains or sudden stresses which could cause damage to the
equipment.

The lifting position mark indicated on packing casing shall be adhered to strictly, for keeping
it in required vertical position.

Contractor shall check and report to the Engineer-in-charge about any damaged item and / or
missing component for getting the same replaced as per specifications. During installation, all
accessories and loose items shall also be inspected by the contractor before their
assembly/mounting.

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 621 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Otait INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
1~,.r2",1,77 ,1713,21,) (A Govt ol InOla Undedalong) INSTALLATION Page 5 of 15

3.1 Switchboards and Bus Ducts

3.1.1 The term switchboard here includes all HV / MV/ LV switchboard panels, motor control
centers, power and lighting distribution boards, UPS panels, ACDB, Battery charger panels,
DCDB etc.

The switchboard panels shall be handled with care, avoiding any impact to the equipment.
Dragging of the panels directly on floor shall be avoided. Roller bars may be used for shifting
of panels. Use of a crane and trailer shall be made for handling of equipment. The
switchboard panels shall be properly supported on the truck or trailer by means of ropes to
avoid any chance of tilting. The switchboards shall be lifted after ensuring that panel supports,
nuts and bolts are all intact and tightened. While lifting the panels in packed conditions,
utmost care shall be taken to avoid any damage to insulators, bushings, metering and
protective equipment and if specified in the tender document tyre mounted hydraulic trolley
shall be used.

The panels shall be preferably kept inside the packing cases till foundations are ready. Proper
rain/sun/dust protection shall be ensured till switchboards are installed.

3.1.2 The switchboard panels shall be installed on prepared foundations or floor cutouts. Steel base
channels shall be welded to inserts provided in floor slab. Cross members shall be provided at
the junctions of each shipping section and other places as required.. It shall be ensured that the
base plate level of HV switchboard shall match with the finished floor level.

The foundation pockets and the grouted bolts shall be cured for a minimum period of 48
hours. Proper level of base frames shall be maintained throughout and shall be checked with
water level/spirit level. Steel Shims shall be provided below base frame wherever required.

3.1.3 The switchboard panels shall be taken out from the packed cases and shifted one by one to
their proper place. Al1 the panels shall be assembled, aligned and leveled. Alignment of
panels shall be checked in both longitudinal and lateral directions. It shall be ensured that
panel to panel coupling bolts, bus bar links etc. fit properly without any strain on any part. No
new holes for jointing of the panels other than those recommended by the vendor shall be
drilled. No gaps shall be left between the panels. Gap if any found between panels shall be
suitably sealed using sealing compound or T-profile. The lifting, racking in and out operation
of the breaker and all other motions shall be free from any obstruction.

The panels shall be checked for correct vertical position using Plumb line and spirit levels.
The switchboard panels shall be tack welded at suitable intervals to base channel.

After erection of switchboard panels, all uncovered portions of floor cutouts shall be covered
with 6 mm thick removable chequered plates finished with floor level. The design of the
chequered plates shall be such that the maximum allowable deflection is L/200 (where L is the
span of the chequered plates in meters) for a live load of 500 kg./sq. meters.

Additional stiffer shall be provided at the bottom if required. Suitable lifting arrangements
shall be provided for chequered plates. The chequered plates shall be painted with a coat of
red oxide zinc chromate primer after proper surface preparation as per specifications. Where
specified, panels' cutouts provided for future use shall be filled with lean concrete.

3.1.4 After completion of Installation of switchboards, all the cubicles, switchboard components
such as switches, starters, CT and PT chambers, bus bar chamber shall be cleaned and
checked for tightness of all the components.

Vacuum circuit breakers shall be checked for integrity of bottle seals. A11 loosely supplied
items shall be fitted up. Bus bar sections or links shall be inserted and where specified, of high

Copyright EIL All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 622 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Ordie'g INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
eivavv'dv~) IA Govt of Intha Undertaking) INSTALLATION Page 6 of 15

voltage equipment shall be insulated. Interconnection wiring between shipping sections shall
be done by contractor.

All the wiring connections shall also be checked. Contact resistance of all bus bar joints and
contactors shall be checked. Insulator shall be checked for any damage. All the starters,
switches, contacts shall be cleaned with CTC where required.

A11 the moving parts shall be checked for easy and free movement. Hinges of panel doors
shall be lubricated to give free and noise less movement. A11 openings shall be kept
completely closed to avoid ingress of any foreign particles inside the panel.

Functional scheme verification of individual feeder shall be carried out and minor wiring
modifications in the panel wiring, if required shall be done as per the directions of Engineer-
in-charge. Special attention shall be paid to CT circuits' polarity, wiring continuity and
correctness in the protection as well as measurement circuits. Auto transfer scheme shall be
simulated and verified. During the course of scheme verification tests, defective components
if any shall be taken out, after bringing to the notice of Engineer-in-charge. The same shall be
replaced by component supplied by owner.

3.1.5 Where switchboard is damp or having a low IR value due to damaged insulators/
bushings/any other insulated parts, or any other reason, the entire switchboard shall be dried-
up according to the instruction of the Engineer-in-charge for the IR value to improve to a safe
level for commissioning. Care shall be taken to protect the surrounding insulation from direct
local heating during the drying up process.

3.1.6 All the metering instruments, protective relays and other relays and contactors shall be tested
as per manufacturer's recommendations and according to the instructions of the Engineer-in-
charge. Protection relays shall be inserted and connected and settings adjusted as required by
the Engineer- in- charge

3.1.7 All moving parts, of closing/tripping mechanism, racking in and racking out mechanism,
spouts and shutter closing mechanism shall be checked for proper operation. A11 the auxiliary
contacts of breaker shall be checked-up, cleaned and contact pressure measured.

3.1.8 All the control wiring, PTs, bushings, bus bars, other live parts of switchgear, incoming and
outgoing cables shall be meggered.

3.1.9 Electrical simulation tests shall be carried out for all the protective, alarm and annunciation
relays and external interfaces to ascertain proper functioning.

3.1.10 Safety insulation mats of approved make and of required voltage grade shall be provided in
the sub-station.

3.1.11 Pre-Commissioning Check List


Before commissioning any switchboard, following points shall be checked and ensured for
safe energising of the switchboard:

i. That the installation of equipment to be commissioned is complete in all respects with


its auxiliaries and all other mounting including earthing. Openings in floor within and
outside panels have been sealed off. All cover and door gaskets are intact to make the
enclosure vermin proof.
ü. That all the metering instruments have been checked and found in working order.
Indicating lamps are healthy and are in correct position. All power and control fuses
are of proper rating.

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 623 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
g INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
(A GoV1 ol Ind. Unde(l.k,n91 INSTALLATION Page 7 of 15

iii. That the polarity test and ratio test of all the PTs and CTs is complete and phase
sequence of CTs conforms to the correct vector group connections. Wiring continuity
and correctness are ensured in the protection and measurement circuits. Polarity of
D.C. supply for all the circuits is correct.
iv. That the high voltage tests of incoming and outgoing cables have been conducted and
results are satisfactory.
v. That all the protective relays including both conventional and microprocessor based
numerical relays and thermal overload relays/electronic motor protection relays have
been tested for secondary injection tests. (Primary injection tests shall be carried out
for differential protection, Restricted Earth fault protection at full / reduced current to
ensure correctness of complete wiring). Relay settings, status indications, fault
annunciations, data logging, display of switchboard SLDs shall be verified from HMI
in case the same is provided.
vi. That IR Value has been recorded for bus bars, circuit breaker, incoming and outgoing
cables, control wiring and potential transformers. Where required joint resistance of
bus bars have been recorded and found to be satisfactory. All the surroundings and
panels have been cleaned and temporary earth leads have been removed.
vii. Following tests shall be ensured for all CTs
- Insulation resistance test
Ratio test through primary injection
Polarity test
Knee point voltage for class PS CTs
viii. Following tests shall be ensured for all PTs
Insulation resistance test
Ratio test through primary injection
- Polarity test
ix. Following tests shall be ensured for all breakers
- Insulation resistance test
- Breaker closing, opening sequence using 3 pole timers
- High voltage test both in open and close condition for HV breaker
Contact resistance of all three poles using 100A DC Kit
x. Following tests shall be ensured for all meters
- Calibration of meters
Functional verification and settings
xi. Following tests shall be ensured for all relays
Secondary injection test
- Relay settings
Timing check with timers
- Any other test recommend by the supplier
xii. Following tests shall be ensured for all bus bars
- Tightness of all nuts/bolts using Torque wrench
IR value
- Contact resistance using 100A DC Kit
- Cleaning of bus bar chamber using vacuum cleaner
- Conducting jelly shall be applied on AL/CU joints as per manufacturer's
recommendations
- HV test in case of HV switchboard

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 624 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
k31naf t IENGINEERS
$1gzir INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
1~7tYleaHt an .3~1 Ift Govt of Incha Undertaking) INSTALLATION Page 8 of 15

xiii Following tests/Checks shall also be performed on the switchboards


Functional verification of individual feeders including all spare feeders
Simulation test for under voltage tripping of related feeders such as motor
feeder, capacitor feeders etc
Verification of control supply schemes
Stability test for all differential protections
Simulation test for bus auto/manual change over scheme
Checks for all panel illuminations, indicating lamps, sockets
All upstream and down stream interlocks

3.1.12 Bus Ducts

The bus ducts as per issued drawings will be supplied in parts and all the parts shall be
assembled and the bus bar connections shall be made at site. The insulators in bus ducts shall
be inspected for any possible damage during transit and the defective ones shall be replaced.
The insulators shall be cleaned. Contact surface of bus bars, bus bar bolts and nuts shall be
thoroughly cleaned. Petroleum jelly shall then be applied and bolted connection made. The
bus duct enclosure shall be checked for earth continuity and then earthed at two places. The
bus duct shall be properly supported between switchgear and transformer. The opening in the
wall where the bus duct enters the switchgear room shall be completely sealed to avoid rain
water entry. Expansion joints, flexible connections etc. supplied by the manufacturer of the
bus duct shall be properly connected. The bus duct levelling shall be checked with spirit level
and pendulum weight.

Pre-commissioning check list

Before commissioning any bus duct, following points shall be checked and ensured for safe
energising of the bus ducts

All joints are tightened using torque trench


Cleaning of bus duct chamber with vacuums cleaner
Silica gel breather shall be connected if supplied. If required, silica gel shall be
reactivated as per the instruction of engineer in charge.
Space heater circuit shall be checked and tripping through thermostat shall be ensured
Contact resistance shall be measured for all phases/neutral using 100A DC kit
High voltage test in case of HV bus ducts

3.2 Transformers

Transformers on receipt at site shall be unloaded by means of crane or lifting devices of


adequate capacity. All lifting lugs shall be used to avoid unbalanced lifting and undue
stresses on lugs. Lifting lugs if any provided for partial lifting (e.g. for active part,
conservator) etc. shall not be used for lifting complete transformer. Parts other than those
identified for lifting of the transformer shall not be used for lifting. While slinging, care shall
be taken to avoid slings touching other parts.

3.2.1 Before lifting transformer, it shall be ensured that all cover bolts are tightened fully. In case
when it is necessary to use jacks for lifting, projections provided for the purposes of jacking
shall be used . Lifting jacks shall not be used under the valves or radiator tubes. For
transporting transformers from stores to site, the transformers shall be loaded on a suitable
capacity truck or trailer. The transformers shall be properly supported by steel ropes and
stoppers on the trailer to avoid tilting of the transformers in transit due to jerks and vibrations.
At no instance, the transformer shall be kept on bare ground. Where it is not possible to
Copyright EIL — All rights reserved
Format No. 8-00-0001-F1 Rev. 0

Page 625 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
k5-1
1 ENGINEERS
Og-LITI&2eg INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
aiWn 4,
1 .3~1/ (A Govt ol Indla Undertaking) INSTALLATION Page 9 of 15

unload the transformer directly on a foundation, it shall be unloaded on a properly built


wooden sleeper platform. A transformer shall never be left without putting stoppers to the
wheels.

3.2.2 Transformers shall be examined, for any sign of damage in transit. Particular attention shall
be given to the following in this regard.

i. Dents on tank wall or cooling tubes, radiators


ü. Damage to protruding parts like valves, sight glass etc.
Loosening of bolts due to vibration in transit.
iv. Cracked or broken bushings.
v. Oil leakage particularly along welds.

If any thing adverse is noted, the same shall be brought to the notice of Engineer- in- charge.

3.2.3 Contractor shall examine the transformer base, oil pit, fire walls and foundations made by the
civil contractor. It shall be ensured that oil spills can not propagate along cable trenches. Any
discrepancy noted will be brought to the notice of Engineer- in- charge. Transformers shall be
placed on channels or rails over concrete foundations. The transformers shall be levelled,
aligned and checked for free movement on the channels or rails. Stoppers shall be provided to
the transformers immediately to prevent any movement. Normally transformers upto 1000
kVA rating shall be received duly fitted with radiator tubes, conservator tanks, valves, wheels
and other accessories. While the transformers of above 1000 kVA rating may be supplied with
loose accessories. All the accessories like radiators, cooling fans, valves, conservator tanks,
explosion vent pipe, bushings and other devices which are supplied in different packages
shall be checked for any transit damage and cleaned thoroughly before fixing on the
transformer. All loosely supplied parts shall be assembled as per manufacturer's instruction
manuals/ drawings and documents. All the connections for CTs bushings and other wiring
shall be checked for tightness and correctness before replacing the lid or tightening all the
bolts. Gravels shall be filled in the transformer bay, soak pit as per requirement.

3.2.4 Topping of transformer with oil

Before topping up with oil, transformer shall be fitted with all accessories such as valves,
gauges, thermometers etc. Oil samples shall be taken from each drum and tested for
determination of dielectric strength. Any sign of leakage of the barrel or of its having been
opened shall be recorded and reported. It is necessary to filter the oil before the transformers
are filled. It shall be ensured in oil filling operation that no air pockets are left in the tank and
that no dust or moisture enters the oil. All air vents shall be opened. Oil shall be filled
through a streamline oil filter using metal hose. To prevent aeration of the oil, the transformer
tank shall be filled through the bottom drain valve. In a transformer with conservator tank, the
rate of oil flow shall be reduced when the level is almost upto the bottom of the main cover to
prevent internal pressure from rupturing the pressure relief-pipe diaphragm. Sufficient time
shall be allowed for the oil to permeate the transformers and also for the locked -up air
bubbles to escape. Any air accumulation in the buchholz relay shall be released.

3.2.5 Transformer Oil

i. Sample of oil from the transformer shall be taken from the bottom of the tank.

ii. Testing of Oil


For dielectric test, the oil shall be tested as described in IS: 335. The oil shall also be
tested for acidity in accordance with the methods prescribed.

3.2.6 Drying out of the transformers, if required, shall be carried out and record maintained in
accordance with IS: 10028. Normally a streamline filter shall be used for drying-up. IR value

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 626 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
01 ENGINEERS
ogur 015:1&g INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
14~ ,le'crn( 0,1 3,121,1) (A Govt of India Undettakingi
INSTALLATION Page 10 of 15

versus time of both windings along with OTI/WTI and filtrations machine temperature curve
for IR value Vs time shall also be plotted and recorded during the drying-up process.

Precautions when drying

i. The maximum sustained temperature to which transformer oil may be subjected shall
be limited to 80° C.

ü. The transformer shall be carefully monitored throughout the drying out process and
all observations shall be carefully recorded.

Drying out shall be continued so that the insulation resistance as prescribed in the
standard code of practice is attained and the value remains constant for more than 12
hours. However, a minimum number of cycles shall be done for each transformer as
found necessary by the Engineer-in-charge. Generally a Megger reading of 2
megohms / kV at 60° C temperature. with a 5 kV Megger may be a rough indication
for stopping the dehydration.

3.2.7 The following work on transformers shall be performed by the contractor if specifically called
for:

i. Before finally commissioning the transformer it may sometimes be desired to run it


for a few hours on short-circuit, applying a low voltage, approximately equal to the
impedance voltage of the transformer. During this process, regular readings of the
insulation resistance of the winding to earth and winding to winding and temperature
against time shall be recorded.

ü. Testing of radiator tubes for any leakage and rectifying these by welding / brazing.

3.2.8 Pre-commissioning Check List

Before commissioning of any transformer, the following points shall be checked for safe
energisation of the transformer:

i. All the accessories have been fixed properly and transformer body and neutral are
properly earthed. The transformer dehydration is over and results are satisfactory and
approved by the Engineer-in-charge. In case transformers are idle for more than one
month after dehydration, transformer oil has been given at least two circulations.
ü. Oil level, in the transformer conservator tank and all the bushings is upto the marked
point and the oil has been tested for dielectric strength and acidity.
Silicagel is in reactivated condition. The breather pipe is clear from any blocking and
contains oil upto the proper level.
iv. The explosion vent diaphragm does not have any dents. Accumulation of any oil and
air had been released.
v. Operation of off-load and on-load tap changers on all the tap positions is satisfactory.
The mechanical parts of the on-load tap changer are lubricated. Motor IR value has
been taken and found satisfactory. Tap position mechanical indicator on the
transformer and tap position indication meter on the control panel are reading the
same tap positions. Tap changer limit switches are operating satisfactorily on the
maximum and minimum tap positions. On-load tap changer contact pressure and
resistance is as per manufacturers recommendations. Oil level of tap changer tank is
upto the required level and oil has been tested for dielectric strength. The tap setting
on which the off load tap switch is locked shall be recorded. Generally the off-load
tap switch shall be kept on nominal tap.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 627 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
51gzuc-wert -"dg
2a1ams..) INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
(A Govt of India Unde(tak,ngj INSTALLATION Page 11 of 15

vi. Buchholz relay has been tested and checked up for any friction in the movement, and
floats are free. All the other protective relays, alarm and annunciation relays have
been tested.
vii. Metering equipment has been tested and polarity test of PT's and transformer winding
is satisfactory. Phase sequence and connections have been checked for proper vector
group.
viii. Ratio test and winding resistance on all the tap positions is satisfactory.
ix. Gaps of arcing horns for the bushings where provided are in order and earth
connections for the surge diverters have been checked.
x. Winding and oil temperature thermometer pockets contain oil and the winding and oil
temperature settings on dial gauges are in order.
xi. Transformers fitted with fans for forced air cooling have been checked up for starting
and stopping of the fans both in manual and auto mode and air-displacement has been
verified.
xii. Simulation tests for all external interface connection alarm, annunciation and trip
circuits have been checked and are in order.
xiii. Insulation resistance of all the control circuits and IR value of the transformer
windings and all the incoming and outgoing cables have been checked.
xiv. Valves in the cooling system and valve between the buchholz relay and the
conservator tank are in open position.
xv. Setting of all the protective relays is at the desired value and DC Trip supply is
healthy.
xvi. Magnetic, current and magnetic balance test have been conducted
xvii Simulation test for WTI,OTI,PRV,OSR
xviii Settings of WTI/OTI as per the instruction of the manufacturer
xix Earth resistance value for the neutral earthing

3.2.9 Observations after Commissioning

After switching on the transformer the following points shall be observed and recorded.

i. The inrush magnetizing current and no-load current.


ü. Alarm, if any, or if any relay flag has operated.
Voltage and current on all the three phases.
iv. Transformer hum or abnormal noise.
v. Circulation of oil and leakages.
vi. Record current, voltage, cooling air temperature, winding temperature and oil
temperature readings, hourly for 24 hours.
vii. Cable end boxes for any over-heating.

3.3. HV and MV MOTORS

3.3.1 All the motors generally would be erected by the mechanical contractor.

3.3.2 Electrical contractor shall keep the motor space heater energised as per the directions of
Engineer-in-charge. Electrical contractor shall measure the insulation resistance of motor
windings and PI in case of HV motors. Insulation resistance of the motors shall be measured
between the winding of the machine and its frame by means of a 500 / 1000 V Meggar in case
of 415 V motors. A minimum value of 1 megohm for 415 V motors shall be considered a safe
value. In case of lower I.R. Value, the insulation value shall be improved by any of the
following methods as directed by the Engineer-in-charge.

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 628 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
Og'zIr faf-Zs
ei2LIW ,
R13,,g1,
11)
INDIA LIMITED
IA Govt ot Intha Undertakmg
ELECTRICAL EQUIPMENT
INSTALLATION
6-51-0081 Rev. 4
Page 12 of 15

i. Blowing hot air from external source.


ii. Putting the motor in oven.
iii. Placing heaters or lamps around and inside after making suitable guarding and
covering arrangements so as to conserve the heat.

In case the insulation is low, the following method of drying has to be adopted, after
consultation with Engineer-in-charge. During drying the temperature rise of winding shall not
exceed the permissible value for the class of insulation used.

i. By locking the motor so that it can not rotate and then applying such a low voltage to
the stator terminals so as to pass full load current in the stator keeping the stator
winding temperature below 90° C . In this case a close watch shall be kept for any
possible overheating and I.R. Values vs. temperature shall be plotted and heating
continued till I.R. value becomes steady.

ü. By blasting hot air from external source, Maximum temperature of winding while
drying shall be 70° C to 80° C (thermometer) or 90° C to 95° C by resistance
method. Heating shall be done slowly first till steady temperature of winding is
reached after 4 to 5 hours, and for large machines after 10 hours. A record has to be
kept for drying process, with half an hour readings and, till steady temperature is
reached. In case it is essential, the drying process can be supplemented by blower.

3.3.3 It shall be ensured that the motor leads are correctly connected in the terminal box, as
indicated in the `Name Plate'. The covers of all terminal boxes shall be properly fixed, the
gaskets intact. The control circuit shall be tested for proper functioning as per circuit diagram.

3.3.4 In case of synchronous machines, slip rings and brush gear shall be polished and brushes shall
be fixed in their holders with clearance and pressure as recommended by the manufacturers.

3.3.5 Before commissioning, the ventilation and cooling system of the motor must be inspected. In
case of motor with forced ventilation the air inlet shall be examined to ensure that it is free
from moisture and any foreign material. It shall also be ensured that recommended flow and
pressure of air is available to produce the required cooling effect.

3.3.6 The motor control gear shall also be carefully examined, the over-load settings may be
reduced or time lags bypassed from protective gear to ensure rapid tripping of switchgear in
event of faults. The direction of rotation of a new motor specially of large capacity , and phase
sequence of supply shall be kept in view while joining and connecting to the motor terminals

3.3.7 Finally the motor shall be started on no-load after decoupling, and shall be allowed to run for
a minimum period of 4 hours, or for a time as instructed by Engineer-in-charge. Attention
shall be given to the proper running of the bearings, vibration or unusual noises if any.
Voltage, starting current, no load current, stator winding and bearing temperature shall be
recorded after every 1 hour during this test. Direction of rotation shall be checked and
recorded. Normally the motors run in clockwise direction as viewed from the driving end
with reference to the phase sequence R, Y, B.

3.3.8 After switching off the motor, the insulation resistance of the motor shall be recorded under
hot and cold conditions.

3.3.9 If the no load test run is found satisfactory, the motor shall be allowed to run for 8 hours and
all readings shall be recorded.

3.3.10 The following work on motors, may be performed by the contractor if specifically called for.

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 629 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

31 ENGINEERS
ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
$'fgu Offleg INDIA LIMITED
1.2T (A Govt of India Untleltakmgl INSTALLATION Page 13 of 15

i. The proper level of bearing oil has to be checked. The condition of grease in bearings
shall be checked and in case it is necessary, complete replacement of bearing with
specified grade of grease after proper cleaning of the bearing shall have to be done.
Wherever external greasing facility exists, the condition of grease may be checked by
pumping some new grease of specified grade at start. If the grease coming out is
deteriorated grease shall be replaced.

ü. All the motors, motor exciter set and induction generators directly coupled or coupled
through reduction gears shall be checked for abnormal vibration, if any Large rated
HV motors with journal type bearings are liable to get damaged from shock, rough
handling during transit. Any minor defect in a race or roller may give rise to
considerable amount of vibration and noise. Contractor shall check and bring to the
attention of Engineer-in-charge any defect noticed in this regard.

Due care shall be taken to avoid any damage to bearing insulation wherever provided.

3.4. Batteries/Battery charger

Battery (Lead acid, Nickel Cadmium or VRLA type as specified) shall be erected on stands
and insulators supplied by the manufacturer of the batteries. The installation shall be done as
per the layout drawings and manufacturer's instructions. Electrolyte if required / as applicable
shall be filled as per manufacturer's instructions. Interrow connections shall be made with the
leads supplied by the manufacturer. Functional check shall be done on the battery charger
including battery charging and discharging, recharging as per the recommendation of the
manufacturer.

3.5. Neutral Earthing Resistor

The neutral earthing resistor shall be inspected for any damage to the resistor grid and other
components. The resistor shall be levelled and installed. All covers etc. shall be checked for
tightness to ensure that the enclosure of the resistor is dust, vermin and weatherproof.
Earthing conductors shall be taken from the out end terminal of the resistor, for connection to
earth electrodes and to the main grid. Check such as IR, operation of space heater, earth
resistance shall be done before the commissioning.

3.6 Welding Receptacles

The welding receptacles shall be erected on steel/concrete structures as per the drawings. In
isolated places a separate support shall be fabricated and installed.

3.7 Push Button/Control Stations

The push buttons / control stations shall be installed near to the motors to be controlled.
Individual channel supports shall be installed as per EIL standard. If control stations for
hazardous areas are to be supplied by contractor, these shall be of Ex (d) type, tested by
CIMFR and approved by CCoE or other applicable certifying authorities. All outdoor push
buttons / control stations shall preferably have integral canopies for additional weather
protection. The canopy shall be made of 2 mm thick galvanized sheet steel or FRP where
these are not integral with the equipment.

3.8 Gang operated Isolators/outdoor Disconnectors

The isolators shall be transported to site in the dismantled condition. All the insulators may be
also supplied loose. The contractor shall inspect, clean, assemble and install the isolator on the
base structure previously fabricated, erected and levelled by him. The operating mechanism

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 630 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

31 ENGINEERS
5ga. 22-- g INDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
Govt of Incha Undertalongt INSTALLATION Page 14 of 15

shall be installed on the structure and connected to the isolator poles. The operating
mechanism shall be tested by slowly bringing the isolator to the closed position and carrying
out the necessary adjustment as per the manufacturer's instructions. The earthing switches,
frames and operating handle etc. shall be earthed.

3.9 Contractor shall provide the following items in substation, as per CEA Regulations.

3.9.1 Fire buckets filled with clean dry sand and ready for immediate use for extinguishing fires and
fere extinguisher (carbon dioxide, dry chemical extinguisher etc.) suitable for dealing with
electric fires shall be conspicuously marked and kept.

3.9.2 First aid boxes containing ointments and medicines for immediate treatment of injuries (As
prescribed by Indian Red Cross Society or equivalent).

3.9.3 Instructions of restoration of persons suffering from electric shock in English, Hindi and Local
language of the district shall be affixed in a conspicuous place.

3.9.4 Danger boards (HV., MV.) shall be provided on transformer bay gate, switchboards, entrance
to switchgear room and at other places as required by Engineer-in-charge.

3.10 The Communication system and Fire alarm system panels and equipment shall be installed
complying to manufacturer's instructions. The location of field station (call back station unit,
break glass unit, telephone set etc.) shown on the drawing are indicative. The exact location
shall be decided at site by contractor in consultation with Engineer-in-charge. Correct type of
equipment with regard to hazardous protection as specified on drawing shall be adhered to by
contractor, for installation.

4.0 EQUIPMENT COMMISSIONING

4.1 Field inspection, testing and commissioning of the complete electrical installation shall be
carried out as per EIL specification no. 6-51-0087.

After the equipment is installed properly in accordance with drawings and specifications,
contractor shall carry out all pre-commissioning checks and tests as per EIL format in the
presence of Engineer-in-charge and test readings shall be recorded and furnished to EIL in
triplicate.

4.2 All equipment layout drawings shall be marked by the Contractor for "AS BUILT STATUS"
and two sets of hard copies shall be submitted to EIL.

5.0 LIST OF CONSTRUCTION EQUIPMENT

The contractor shall have all necessary construction equipment, tools and tackles and testing
instruments to carry out the erection works and to commission the system as specified. These
shall include but not be limited to the following, and these shall be brought to site by
contractor before the start of work.

5.1 Equipment

i. Portable grinder.
ü. Portable welding machine.
üi Portable gas cutting / welding set.
iv. Pipe threading machine.
v. Pipe bending machine (hydraulic).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 631 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
$11g-a [R6 UINDIA LIMITED ELECTRICAL EQUIPMENT 6-51-0081 Rev. 4
(.T-rn an,ram IA Govt or Indo Undertaking) INSTALLATION Page 15 of 15

vi. Portable drill machine suitable to take up drilling for different sizes as per
requirement.
vii Dewatering pump sets (diesel driven).
viii. Power Hacksaw.
ix. Conduit dye set.
x. Hydraulic crimping machine with round/hexagonal dye set.
xi. Hand crimping tool.
xii. Portable electric blowers, vacuum cleaners.
xiii. Miscellaneous items such as slings, pulleys, tarpaulins, wooden sleepers, ladders. etc.
as required.
xiv. Safety belts, safety goggles, and gloves.
xv. Separate tool kit for each Electrician.
xvi. Hydraulic/Hand held grease gun

5.2 Test Instruments

i. Insulation tester 1000 V hand driven.


ü. Insulation tester 2500 V motor/hand driven.
Insulation tester 5000 V motor/hand driven
iv. Phase sequence indicator.
v. Earth Resistance tester.
vi. Single phase variac
vii. 3 phase variac of adequate capacity.
viii. Secondary and primary injection testing kit.
ix. Multimeter, both analogue and digital
x. Portable Ammeters, Wattmeters, P.F. meters.
xi. Portable Voltmeters.
xii. Clip on meters of different ranges.
xiii. Tacho-meter.
xiv. Kelvins double bridge for measurement of very low resistance.
xv. D.C. high -pot test kit.
xvi. A.C. high -pot test kit.
xvii. Oil filtration machine of adequate capacity.
xviii. Lux Meter to measure illumination levels.
xix. Breaker timing 3 pole kit
xx. Timers
xxi. 100A DC milli volt drop(Contact resistance) kit
xxii. Vibration measuring Instrument
xxiii. Thermo meters

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 632 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
ENGINEERS INSPECTION, TESTING AND
gfga faWs INDIA LIMITED 6-51-0087 Rev. 3
lair,i237,15,2,131,05.) IA Govt of Indla Undertalong)
COMMISSIONING OF
ELECTRICAL INSTALLATIONS Page 1 of 8

-ftw #f-~
PiRkurr, -crftwr

SPECIFICATION
FOR
FIELD INSPECTION, TESTING
AND
COMMISSIONING OF ELECTRICAL
INSTALLATIONS

REAFFIRMED & ISSUED AS STANDARD


3 10.6.14
SPECIFICATION AKG SA BRB *". SC
REVISED & ISSUED AS STANDARD
2 03.03.09
SPECIFICATION RKS NS JMS ND
REVISED & ISSUED AS STANDARD
1 14.07.03 HKM RSG VPS SKG
SPECIFICATION
0 02.08.01 ISSUED AS STANDARD SPECIFICATION UAP RR VPS MI
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 633 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
k31 ENGINEERS INSPECTION, TESTING AND
laW5 INDIA LIMITED 6-51-0087 Rev. 3
iairerf r-freA, asl,~7,) A GoN of Indla Undeltaking) COMMISSIONING OF
ELECTRICAL INSTALLATIONS Page 2 of 8

Abbreviations:

AC Alternating Current
AFC Approved for Construction
BIS Bureau of Indian Standards
CCOE Chief Controller of Explosives
CEA Central Electricity Authority
DC Direct Current
DCS Distributed Control System
DGMS Director General for Mines and Safety
ECS Electrical Control Station
GI Galvanized Iron
HV High Voltage
IS Indian Standard
MV Medium Voltage
OISD Oil Industry Safety Directorate

Electrical Standards Committee

Convenor: Mr. BR Bhogal

Members: Ms. S. Anand


Mr. Parag Gupta
Mr. M.K. Sahu
Mr. A.K. Chaudhary (Inspection)
Ms. N.P. Guha (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 634 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
ENG1NEERS
fawres, INDIA LIMITED
IA Govt ol Ind. Undertaiong)
INSPECTION, TESTING AND
COMMISSIONING OF
6-51-0087 Rev. 3
ELECTRICAL INSTALLATIONS Page 3 of 8

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 FIELD INSPECTION, TESTING AND COMMISSIONING 4

4.0 RECORDS 8

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 635 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
k`51
12..itq ENGINEERS INSPECTION, TESTING AND
$'1gz:IT ft- s INDIA LIMITED 6-51-0087 Rev. 3
I.R77 c`F,1,4, CA3PC1171) IA Govt of India Undertalong) COMMISSIONING OF
ELECTRICAL INSTALLATIONS Page 4 of 8

1.0 SCOPE

This specification covers the requirements for the field inspection, testing and commissioning
of Electrical Equipment and Installation, forming part of electrical power distribution and
utilisation system.

2.0 CODES AND STANDARDS

2.1 The field inspection, testing and commissioning of electrical equipment shall be carried out in
line with this specification and the latest edition of following Indian Standards and OISD
standards.

SP-30(BIS) National Electrical Code.


IS 1255 Code of practice for installation and maintenance of power cables up
to & including 33 kV rating.
IS-7816 Guide for testing Insulation resistance of rotating machines.
IS 10810(Part 43) Method of Test for cables; Part 43 Insulation resistance.
IS 10810(Part 45) Method of Test for cables; Part 45 High voltage test.
IS 12729 HV Switchgears
OISD 137 Inspection of Electrical Equipment.
OISD 147 Inspection and safe practice during electrical installation.

2.2 In addition to the above it shall be ensured that the installation conforms to the requirements of
the following as applicable:

a. CEA Regulations
b. Regulations laid down by CEA / Electrical Inspectorate.
c. Regulations laid down by Tariff Advisory Committee/Loss prevention council.
d. Regulations laid down by CCoE/DGMS (as applicable).
e. The petroleum rules (Ministry of Industry, Government of India).
f. Any other regulations laid down by central / state / local authorities / insurance
agencies

3.0 FIELD INSPECTION, TESTING AND COMMISSIONING

3.1 Contractor shall carry out complete field inspection, testing and commissioning of electrical
equipment as per Inspection & Test plans.

3.2 Before the completed installation or an addition to the existing installation is put into service,
inspection / pre-commissioning checks and tests shall be carried out by contractor. In the
event of defects being found out, the same shall be rectified and the installation retested as
applicable.

3.3 The pre-commissioning inspection among other requirements shall include visual inspection,
checking the workmanship of the installation, the rating of equipment, safety clearances, sizes
of cables installed, conformance to the AFC document, soundness of switchgear bus
connections, wiring properly dressed and labeled, sealing of unused cable entries, checking of
all safety interlocks, control/interface functions as per requirement etc.

3.4 Visual inspection for soundness of bus bar connections of busducts, terminal connections of
equipment/motor shall be carried out. It shall be ensured that no foreign materials are present
inside busduct and equipment terminal boxes. After the visual inspection, all the covers of
terminal boxes, inspection chambers shall be refitted with gaskets, bolts & nuts as per
equipment manufacturer's instructions.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 636 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
k31 ENGINEERS INSPECTION, TESTING AND
Og-ar 2f5:1- g
~srz as,:ror.)
(~1
INDIA LIMITED
(A GoN cd InEia Und<rlAk(A9) COMMISSIONING OF
6-51-0087 Rev. 3
ELECTRICAL INSTALLATIONS Page 5 of 8

3.5 Pre-commissioning tests shall include but not be limited to the following:
Continuity test for each winding and power and control circuits.
Insulation test for each winding and power and control circuit
High voltage test for cables
- Dielectric strength test on transformer oil.
- Checking the correctness of wiring schemes, control circuit interlocks for intended
functioning.

- Verification of phase sequence.


Testing of all types of relays/releases for required operation.
- Testing of measuring instruments for proper functioning.
- Earth continuity test for all circuits.
Checking of safety features for correctness of operation, etc.
Checking of all wired interface contacts (analogue, digital input/output contacts) for DCS
and ECS interface, at panel and equipment terminal chambers as applicable.

(Electrical contractor shall co-ordinate with other agencies involved for the above and
provide support services for checking interfaces of electrical equipment and the intended
functioning)

Earth resistance measurement for each earth electrode, and the earthing system as a whole.
Lighting installation shall be tested for correct illumination levels, with fittings installed.
Fittings shall be operated only with specified type of a lamp or tube.

3.6 After the above tests and inspection are completed, control circuits shall be tested for correct
operation under all operating combinations and proved correct before applying power to
main circuit.

3.7 Plant Communication, Fire alarm detection and telephone system shall be checked for correct
operation and intended function.

3.8 A close visual inspection of electrical equipment in hazardous areas shall be made to ensure
that equipment is suitable for the classified zone and gas group and correctly installed, with all
covers, bolts, nuts and hardwares intact and there is no physical damage mark seen on the
enclo sure

3.9 Site Acceptance Test procedure for specific equipment shall be furnished by the respective
equipment vendor. The contractor shall provide necessary assistance to the equipment vendor
to perform Site acceptance testing to enable the equipment vendor to perform the same.

3.10 All pre-commissioning checks and tests shall be carried out as per the directions of Engineer-
in-charge. In addition to the equipment manufacturer's instructions, pre-commissioning check
requirements shall also be complied. All tests shall be carried out by contractor in the presence
of EIL/Owner' s representatives

3.11 The contractor shall bring to site all required tools, tackles, and testing instruments for
carrying out field testing. Contractor shall use only calibrated measuring and test instruments
and shall maintain valid calibration records.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 637 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
ENGINEERS INSPECTION, TESTING AND
$tigzrr
IN■fn
fa2es INDIA LIMITED
IF GoN of lndN Underfakrogf COMMISSIONING OF
6-51-0087 Rev. 3
ELECTRICAL INSTALLATIONS Page 6 of 8

3.12 The Insulation Resistance test values for various electrical equipment shall be as below:

3.12.1 Cables

The insulation resistance test values for cables shall be as per following table:

Rated voltage of the Cable DC Test Voltage in Volts Minimum Insulation


resistance in Mega ohms
Lighting and power circuit
250 1
wiring
650/1100V grade cables 1,000 10
1,900/3,300V grade cables 1,000 200
3,800/6,600V grade cables 1,000 200
6,350/11,000V grade cables 5,000 200
8,700/15,000V grade cables 5,000 200
12,700/22,000V grade cables 5,000 200
19,000/33000V grade cables 5,000 200

3.12.2 IIV, MV and Miscellaneous Switchboards

The insulation resistance test values for the switchboards shall be as per following table:

Rated voltage of the DC Test Voltage in Volts Minimum Insulation


Switchboard resistance in Mega ohms
33,000V 5,000 200
11,000V 5,000 200
6,600V 1,000 200
3,300V 1,000 200
415V 1,000 100
240V 500 10
110V 500 10

3.12.3 Generators and Motors

3.12.4 The insulation resistance test values for the Generators and Motors shall be as per following
table:

Rated voltage of the DC Test Voltage in Volts Minimum Insulation


Generators and Motors resistance in Mega ohms at
40 °C
11,000V 5,000 120
6,600V 1,000 80
3,300V 1,000 50
415V 1,000 15
240V 500 12

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 638 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
ENGINEERS INSPECTION, TESTING AND
I f ~5)
irr0n twor,on
INDIA LIMITED
in Govt ol IndU Undertalong) COMMISSIONING OF
6-51-0087 Rev. 3
ELECTRICAL INSTALLATIONS Page 7 of 8

3.12.5 Transformers

3.12.6 The insulation resistance test values for the Transformers shall be as per following table:

Rated voltage of the DC Test Voltage in Volts Minimum Insulation


Transformers resistance in Mega ohms at
40 °C
Up to 600V 1,000 100
601 to 5000V 2,500 1,000
5001 to 15,000V 5,000 5,000
15001 to 35,000V 5,000 10,000

3.12.7 It shall be ensured that during insulation tests, electronic devices and components that are
liable to get damaged on applied test voltage shall be disconnected from circuit. The
instructions of equipment/panel manufacturer shall be followed strictly in this regard.

3.13 High-voltage Testing

3.13.1 DC high voltage test shall be conducted as per following table on all HV feeder cables and
also on 1100 V grade cables where straight through joints have been made.

Rated Voltage of TEST VOLTAGE (kV) BETWEEN Duration


Cable (kV) (Minutes)
U. / U* Any Conductor and Metallic Conductor to Conductor
Sheath/ Screen/Armour (For Unscreened Cables)
0.65/1.1 3 3 5
1.9/3.3 5 9 5
3.3/3.3 9 9 5
3.8/6.6 10.5 18 5
6.6/6.6 18 18 5
6.35/11 18 30 5
11/11 30 30 5
12.7/22 37.5 - 5
19/33 60 - 5
*U. : Phase Voltage
U : Line Voltage

The cable cores must be discharged on completion of DC high voltage test and cable shall be
kept earthed until it is put into service.

DC test voltage for old cables shall be 1.5 times rated voltage or less depending on the age of
cables, repair work or nature of jointing work carried out, etc. In any case, the test voltage
shall not be less than the rated voltage.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 639 of 694


SPECIFICATION FOR FIELD SPECIFICATION No.
ENGINEERS INSPECTION, TESTING AND
mar faZ5 INDIA LIMITED
l aiWn 23~ ag,o.) IA Gosn of Intha Undertakog) COMMISSIONING OF
6-51-0087 Rev. 3
ELECTRICAL INSTALLATIONS Page 8 of 8

3.13.2 AC high voltage test shall be conducted as per following table on all HV Switchboards.

Rated Voltage Rated 1 Min. Power Frequency Withstand Voltage Duration in


(rms Value in (rms Value in kV) Minutes
kV)
U To Earth, Between Across the Isolating
Poles and Across Open Distance
Switching Device
3.6 10 12 1
7.2 20 23 1
12 28 32 1
24 50 60 1
36 70 80 1
72.5 140 160 1

The withstand voltage values across the isolating distances are valid only for switching
devices, where the clearance between open contacts is designed to meet the safety
requirements specified for disconnectors.

3.14 All protective relays including thermal overload relays shall be tested by secondary injection
current. Primary injection tests shall be carried out for differential protection, restricted earth
fault protection at full/reduced current to ensure correctness of complete wiring.

3.15 Before energizing any equipment, `COMMISSIONING CLEARANCE FORM' as per


standard format shall be duly filled in by contractor and submitted to EIL/owner.

3.16 It shall be ensured that the electrical inspectorate approval is available before energizing the
equipment

4.0 RECORDS

Contractor shall keep up-to-date records of all activities carried out and test results. Field
inspection / test reports shall be submitted to EIL / Owner by the contractor in bound volumes
(triplicate copies).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 640 of 694


pamasal s4q 6P IIV — 113 lq6pAclo3 0AoTI L3- 1000-00-8 "Igw-10.4

Page 641 of 694


CO
O

uoguwawaidui! Joj panssi


t•••.,
O
O

panss!-a-H pur paspka->i


ry

c)
c,
00

6"'
panss!-ag pue pasinax
O
C,

cs,
STANDARD SPECFICATION NO.
• •
• • •
• •

''' '""
1-' `-' '-' s'-'
r Tr 5 5 t CNC] n nto to >
Hnnr(:1—t nxHHHti —tc rri >l
rr o

'0N iewiod
- rn
-, rIrl
(-) ~ri
(-)
:suop.mnoacmy
0

.A9dL 3- 1000-00-8
r—, 7,,, c cmc c ,.< '.11
< " ,-1.—.1 .'t.t. t1 ! I , ! _,-9osn- ,,9,) -s
.—.. .(
r 1)
.
_
, - ?:
› 1) ,.
>
cD e: >
e.:71) '
Cl.. cp CD
v, -,- o
5.
? ,
,-,-
ö :3, ,,,
,_t
,_, ,
,,.(5,
E,
c), ° o
c, --

InspectionStandardsCommittee
'"C) cs) — oC:
-s J` - 5
9 < 8„, ) . , 9
., , -- . . rri —H
=. t=,,
"
7 " o
n .2- > L4
co 0C C ".
cD
til C (...) 5_
0 ..„a
o ,.,zt ..Ti
c. -, ci) H '-'-. -• CDC ■-o• ...,-. ~ fl
- -1
-t r) iiN)"- co (•-) C C.• .- — r•• ro CD9' cp ,=,.
■-3 C) .-
ct r ri
-- -t , c,., 9_, Cm. ■-•1 cA (,,-zr po <7; 1,)

uldno .3.s -JN


Ci) 0 (17 n ,>"- 5. H (D r) co (I4 -t
H (•H .D ,..-4-
C) r) Co 0 (1)
ct) C "■ r- cm v)
. co C 0 t,t• 0 C4
co 0 C v) C).., p,, p2_, .5,. •-i•) c ■-t., e-1- cp
cn
,_ 0 0 <-P- ,-* (-.)
.-, 4 , rii r.
' • eD
,,, 5. .0, AD o
- ,_, aro
--3 D. <
• ,-. • C'«f.) . AD CD CD 5' 7, '0 C.,c F).
Olci 0 C v) co
s2 C .--. .- cm -' '87 -,
'* ,-,- 0- ■-s,
o
cn. '') ril
(-) -t cir
o 1:0 Fo .. c)
5 o L'
to ,- ('$2-:',*
cp '5Ci) .
cn
9
rD ,-,
rc.
PD rri
5' o ,---r'- .0
C-• cD C

co
C
„.
C
>
5
:=,o-,


-3 zJ,c o tri H zb
0 yH
H

(-) .< HH ,C1'-d'-d'td'-d'-d'-dZZZ4


(0 CD co
,-, ,-- CD :A) 0 0 - <tl_,_) • , ,,c) n ....
■-• CD
■-, ,-. Cl.• ” -1. . CL, A•D ,.-'.--,-, . 0 ‘.., 0 o -t " n ,-+ .2'
cA
cn Q. CL CL cl) P' 0.• 3. =. co C- '5. ,-..• '"C
CD "-"
,_, 0 ..-t cID iii CA s..., o •-•
rD c ro en A)
r--■ .-t R- Q.,,..,
,-, p_i
Cn crq -1 .... o ,-$:,D et,nCna,,,,-, ,:- CD Cn
n 5- '-'. cp 51
1
(1:1 ,., '.-1
'"° ,....
,'..i. 'r.). '-.. 1P-, 0. ‘-,-- 4 co ,Th
,..., iri gv' c
ct) -, c, „„ q --1 __, -) ,. ,. ,_ () co- r) co n
,c) rri a 0,
1S3,1,

0... •-•-) (..) CD AD >< c) -,-. up o


..i
° co 7c) t-' w) v, 5,- ■-3 t "
2 ,8_. Fi)-'-c) p3 -0
CD ■-t ,.„ C
o Cl. C1) AD '0 ci)
vp P) - -
...
j) -. o o" ,. r)
C ,.0 cr' C cp -t-
• o
-s tra c) ,-• .-1 -• (-) - • '-
0-''• rj
C Co :R. .pt (1
9- s4D < (,, ro
ril- eD
0 C/") CD o CIR CD ,.
4 (•4 ' °
-o R g. a)-'• r) '') 5' 6"
Cf4 rD 0
Ci) _•
-. c) AD
Po c) -.
r) •'" `-< 0 C
-t C +
C -1
,-,- 6 C.,Cf4" cp
O C v)
C
£'AaRIS01-18-9

o
pamaseJ s4LI 6P IIV— 11311160doo
STANDARDSPECIFICATION NO.

Page 642 of 694


STANDARD SPECIFICATION NO.
-AaH

:adODSO'I
O
t•J

PO/PR / Standardsreferredthere in/Job specifications / Approved documents.

3.0 INSPECTIONAND TEST REQUIREMENTS:

SCOPE OF INSPECTION
7Cln

QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS

g
0
n
SUB
0

CHECK SUPPLIER EIL/TPIA


SUPPLIER
=,
1•••■

Procedures

'

.,
1
If.)
C5

Material Inspection
Material Test
Incomingrawmaterial Certificates/
likeCopper, Aluminum, Purity,Dimensions, Physical and Chemical Test
tN)
--,

0
0
c:'

x
,-

PVC,XLPE, Galvanized Properties. Records/Thir


Armour. d Party Lab
certificates
t>>
7::::,

Inprocess Inspection
Inspection during
Sparktest,thicknessof insulation, Conductor
(....)
.,--,

insulation,sheathing

,::'
.--,
C>
0,

x
Test Records
Resistance

4.0 Final Inspection


Visual,Drum details, Size,Ends Capping, 100% forDrum
Finished Cable Markingonoutersheath (such asIncremental detailsand Sample
—■

Test Records

x
x
Length, Voltagegrade,manufacturer'sname), drums for balance
Colourcoding,etc. details

Page 643 of 694


0•nal{ Ld-6 000-00-8 'oN 4eWJOd PaMaSeJS41-16PIIV— 11344 60c100
STANDARD SPECIFICATION NO.
£'AnfIS01-18-9

SCOPE OF INSPECTION
C) t«I

QUANTUM OF

n
STAGE/ ACTIVITY CHARACTERISTICS

CD
SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
Conductor Resistance.
Finished Cable(Routine Supplier's

-.

•..8,
i•-)

c>
c>
High Voltage
Tests) Test Records
Partial Discharge(forXLPEonly)
Checkcalibrationstatusof all testing
equipment.
Dimensionchecks—overall dia,over/under
armour,thicknessof insulation,sheath,
copperscreen dimension,etc.
ConductorResistance
Insulationresistance /Volumeresistivity

>
r) ....

CD Cr

..- .

5'

r) .-■-
r> c

-■•• $2,3

-ri
'E go'
CD

rp

li

CD n
cp
C1C7

—r- cn
'zi -t
-Q

*
High Voltagetests
i....)

,...,,,
:i
7ZJ
s.....,

Q..
e-.
'-cS

C.I)
CD
cn

Partial Discharge(for XLPE)


HotSet(for XLPE insulation)
TestsonConductorasapplicable
TestsonPVC/XLPEInsulation & Sheath *
Armour Galvanization- diptest
Volumeresistivity, Insulationresistance
Tensileandelon :ation(withouta:ein :)
••••

----
,---

■—■
—■ ■—■
• Flammability test
•as•per
• applicable

-s N
(1)

0
n
»0
CI)

0 (1)
•••• •••• • • ••• •

0..
-----
specification.


,-t
(1)

IZS
CD

CD
Accelerated waterabsorptiontestasper

---,
Q.,
"
—■
NEMA(Electrical method ) #

o
0

ri>
CD
cn

-t
'.
Test forresistancetoUltraViolet

Cl.
----...
■—■

,.,
Radiation #

ro
<D
cn

.9,
::$

c>r) -.
FD-.
C/D '"" •

1
cr
E7D

1:0

CD ...(j
n r)
—r- cn
:P.

--__.
Z
OxygenIndextestasperIS/IEC
`...■
-4.
v)
CD

•v)

cn
-t
E;i .
,__,
----.... ----..

-----
,—, ■—■ ■—■

0
-r- cp
.1 CD CD
Cn

(= »t1 »ZS

Rodent & Termiterepulsioncheck


,4), ,a>""
ll)

Drum length /surface finish check byre-


a.--4--;
t■-)

.-

winding
o

Test forcircuit integrity for firesurvival


ET.
,--,

-----

•-t-
CD
cn

."1:$

cablesasperIEC(If applicable)

Page 644 of 694


0'A32:1 Ld - 1,000-00-9 oN 4eLtuod patuasai sp.1 61J I IV— 113 41-1 60doo
STANDARD SPECIFICATION NO.

SCOPE OF INSPECTION
CA

QUANTUM OF

ri
STAGE/ ACTIVITY CHARACTERISTICS

l
n
o
SUB
C
Z

CHECK SUPPLIER EIL/TPIA


SUPPLIER
Dielectric Retention.
Typetestson PVC insulationand Sheath
High Voltagetest(Water Immersion)
Finished Cable e
b'l
4A.

C/)
Dielectricpower factortestsas functionof

21,
'--3

7:1

r)
o
CD

rb
r.)
C/)
--
(Typetests **)
voltage,temperature. (XLPEcables)
Heatingcycletest(XLPECables)
Im.ulsewithstand test(XLPEcables
Visual
0"
-A.

Cableaccessories Dimensions Sample Test Records

x
Typetests** asperIS/IEC
0
C11

Painting

11

,,
01
0

Documentationand IC
Reviewof Routine,Acceptance,Typetest
SupplierTC
,--,
9:7 \

Documentationand IC

0
reports.

CD

Z
& IC
IC issuance
Final data
Compilationof Inspectionreports,drawings, folder
i‘.)
CI1

Final Documentsubmission

c:›
0
CD
•••• • • • • •etcasper • VDR •/ PR /Completenes
scertificate
o H

CL,

c7"
c",)"

• ‘
t-+
o
CD

DZ1.
(1)
("D

er,
("D

ro

E-4 0
•-•<

cn 0
ro

(,)
s:0

(1)
(7,

ro

CD

rD
e+ rD
Co.
* r) *

■-■ •

cr

rrl
cr
O
<1>

cr
rit's

CD
cr cra

rt)
co

-cs
s:0

CD

ro
CD
CD

‘-<

rD

(,)

1:$

CD


cr

H
?").•

F4

•D

CD

-6
• ‘<
1=1

<
CD
CD
("D

CD
o

x
r)

o
rD

- Samplesmust includemin1Noof each type),

Page 645 of 694


0nal{ L3- 1.000-00-9 '0N Tewiod pemasai s41.16!J IIV 71311-150doo
t•..)

H
r)
r) c7 • O
t=1
ci)
CD
CIA cp
"
0 {.D
1)

0•AGd LA- 6000-00-9 'oN teu.00d


CD
'cn
0
r[,
SO • v,

CD

CD
CD
CD

cn CD
cn

CD

co
CD
c.h
co
CD
-s vs

0 >
‘-<
0..
ci) 01.
13,7 Er.

AD
cn CD

—t
CD
o
-s
.
CD
,,cn1
CD
CD
ri)

c)
'1:21
CD
cn
CD
CD
CD

. CD

CD
CD.
0
0

CD
CD

O
Q_
CD

>1:t
`LS

r=0
£ .^all

CopyrightEI L— Allrightsreserved

CD
STANDARDSPECIFICATIONNO.

Page 646 of 694


pamesei s1116!-1 IIV— 1134q 6uAcloo 0*A0}21
Ld- 1000-00-8'0N 1.ewiod

Page 647 of 694


Aq peAcuddv
z
O<

neo.ing spiepuels

JJ
o
uo!lewawaidw! Jo; panssi
o

ZOOZ 170'0£

n
7t
pansshed pue pas!neu LOOZ "60'8Z

JJ
JJ
panss!eu pue pasvkau ZLOZ '90'6Z
panss!au pue pes!neu tI LOZ '1.0'0£

o
£.1H

CJ
sp

m
En
—rn
rrn
òDZ
ZZ
STANDARD SPECIFICATION NO.
<15 ° --, m '.)' '?-..' .;.- .ij .ri rrl C1 (-)()(-)no:) ed > g:
• 1—trl
»cs o•cj 'F)' •--3 fl;
' 4 (") -o •--3 '-r1 rri url r) 7, > C4 .1
et) ■-“")r)(-)
cr fo H t-3 t-3 cl) fct
CD Z ~. '11 s=‘ til
r ' c trl C
C.
0 0 tri
.1 o
(-) '-ri
CA 5.
.-, (-) > z
w 0 z
z rri
s::..
sz
..1
z..
r^
r)

0AedL3- 1000-00-8 'oN TeW.I03


o
....
r. ,,,, ,., `-r1 '1.1 `-r1 tTi 1::, —
t5nnnneci>ed>
.4 .4 .4 CD CD CD ~t '-'s ...- 0 r:L. ■-+ -r-1:
4 CcZoD CD C
PJ S-0) ') c ''.= >:
s'
8• . '"C Ò. ° (. o) - rii -
E 2 2 no > 5oQ
" , °
8 4 p., « -c■ c„ -.
L. cn ril o
-. (4) <r 5
- (1)
() FÖD' 6 . Ê 9
- 1• ) 9_, z ,-1. (H 1 ) ,_, . _•7:, 5. 5-'
4 5- -t c, c ci.. (') o
t-■ w CJQ t ril " --, cl.. S),) CD (1) co c) --- w '1-
, »
4-
, CfQ IDD
a c:› c
-r n ,-•
z,,, c5
;" , ,_.D.i 0
2., -- CD
cn '-` • rp 5 • ,-- CfQ
c) CD ■- t- ..-r, 17.
, • 51 C,1)
(1) (..., •-t
,-,- .-t■-t1:,., v) '-'.crc? {2 --, e-t- cp
4 cn o ,-0 ...I C) CfQ CD ril
.--t p< 62' )
> ':,7' H 5. v, -cs G. ?)
-'
. r) 5 (1) .•-• SD) cp
f-N) ■
••• • 5' (4,-) '5" o •-s I-f,
e-i• cn
O
4- CfQ CD ..:', • r:L.
r) ('-:>" CfQ =t-• A) .-t
0 2') Cr <D'
o '-r1 w ut rri
-• T
'cc)
o SD) ci) •o
H 7z) •-• O' "I
-t
`/i'''• cp
:)0
CD 5.
7D0 ril
0. .-t ,--t- ».0
S:T ci)
lw c.. »Es"

w et-
....
I-r1

Cr
.4t CT

CD
co 5
'0 w
4
CfQ r , .,:j .c, r■ H '-o n (-) C 4xi,orTiot-rrl-c,cpsH s-ci
.-. .t ,c)
rri 0
'-cs >
rc:D' 't)
p0 "--] H
'.1
0.
co
<-)
,..-•

f::) < H H ,C) '"Ct '-ct '-ci '-cl '-cf '-d 'zi Z Z Z 4
CD CD CL. " o ,- w
' cn•-•••-1
c) c) " C) .... .---$.•
CcinD 8. 1:: f'=- ): f:).. co :+t ,cl..
="t“ ....., =. ,.-'
"'.
.... co 0 2 o ■--■ "zi °
t--, ■-t R o < tDD f=3., ~
cli p) 0 :j •
s■-cs
, cp , '.< 5 • cD cn cn p) CD cn 1W
lutiaiuK

5, • (,) CfQ .„, CD •-1 '-' cn


"_r• A . co
,_,' (- 4 CD
f=L ,-h
2 A3 .-t cp H -) -. g), — c (-)
,.t pt n
r) r, _,) ,-.1
CD
., Cp
,,,,.fno o tii
D< fn- ;:,, c)
/2 C4 cc, ,2 — -, :)0 -cs n -, - .--- (.4 o
o cl. cr) 1:t.) - • .-ti o 'E). v) -- • ,n " CfQ .- • cp C) u)

E, w ■-..3

e.i.
ril <•D
r) C4 CD 0 CD CD „
-cs n o .--
...
.A -c c/D A) 5- ,..L., 5
, " SW
aTeoljpiaD

FD > ,r) CfQ (1) 9-


• cn CfQ C) S),)
(1)
,.- ■-n ci.. 18
CD .-- • C) C) C) D)
-
`
Z'à A) C) 0 501
c) •-t-. `-< 0 s•-•,
CD
allZ
CD Cn O
tZ1 > -n
AD cn
patuasaJ s11-16I-1 I IV— 113TLI 6Odo3

..... (4
(:)
o c)
-.
w
,..,,
-.
o
z
STANDARD SPECIFICATION NO.

Page 648 of 694


STANDARD SPECIFICATION N O.

rg
o> 2
òrm
£'^a?"

rn
adops

SIN1IATI13041aDNIM:13.4M1

PO/PR/ Standardsreferred there in/Job specifications/Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
z CA
e'l

QUANTUM

o
STAGE/ ACTIVITY CHARACTERISTICS SUB
C.)

OF CHECK SUPPLIER EIL/TPIA


SUPPLIER
~

Procedures
CD

I
I

.
0
IN)

Material Inspection
Incomingrawmaterial like Dimensional,Purity, Physical, Chemical Sub supplier
Copper Aluminium,PVC, Properties, Testsonjellycompound asper TC/Supplier' s

z
l•-)
.-•-•

Sample
PE, Jelly Compound, DOTspec. TestRecords/
Armourmaterial,etc. Thirdparty Lab
•■
(...)
:::,

Inprocess Inspection
Dimensionsatvariousstages,Spark test,Stage Supplier'sTest

z
L..)

;;.'.'"
—•

CD
Cp
.,—'

Manufacturing Stage

i
Inspection Records
.1:.•
CD

Final Inspection

Page 649 of 694


2WJO3 '0N 0'Aed 2.3-I000-00-9
pamesai s}q 6P IIV- 11341.160doo
.4. zw
i,..) .._. 0r
> c") r, l-ri
c> f>> C) — •
r) cr 9
r2,

r) 0.., >1::
n) n)
(") ,",
c. )
H
eD cr
p, 5•

completed cable
----. o

0•AGd L3- 1000-00-8 oN }ewio3


,_,

FinalInspectionon
cp=
-r1
....
STAGE/ ACTIVITY

(-7
tn.

• • • • • • • cores,etc.

(:-)>(-) 5-5>c-)60(-) 4 c•-•)()(-) 5,r)(-)-1


' c, ". a' ) () 0 ° ,#. 3 0 9,
0. ,--s '—• 45 CD „, 'CS ■-r- cr •cS' cn ,=
P) 0 A> 0. ,-, „c$ (rn.D ■--f-
.-- ■-r , ■-• • „. :zo ■-t o ci
CfQ 0 ,
'—• '-t ,.., (-5. -, ci), 94 rz; 5- o e, -I v
_).
.•-
--h C) .9, '--,'. 3. o o ,..”
' .'• o
PO
,.--;;,D .0
f,,, onooc,., ... C4
'-l:$ 5. 5. -, e,
AD ,....cs ,,_ ,,, o ,--b Er
=1"
t■-J . AD 15 Cf- `..'
CT' ,-+• .--, • cn '—' fl) 0 0 7-.
,--1, .-' • cn
oeCi CD <T) AD ft.
CD ,-r- Cr
tr) _,. C1.,
ci) c> lz.) CD 0 Cn
,--, , SL) 'cl '-t
'C, .c, n)
CD C4 CD
AD ty CD s' 120
CHARACTERISTICS

CT
■ '-' •
:-1 . .zs...
;:o AD St
cp cr
Cr- E CD .-1"› v)
•C cn CD
CrCi CD ... CD
ti)
Visual,Drum details,Size, Ends Capping,

cr -t -t 0
(such as incremental length,voltagegrade,

,-/-
Drums Condition, Markingonoutersheath

`-< 0 Q> Q> co


markingasperDOTspec), Colourcodingof

-t CrQ
CD C> Q>
manufacturer'snameand forjelly filled cables

? rzu ssr"" c) 0
n) „t. .-1,

.—.
(=> C>

o
QUANTUM
OF CHECK

Q_-,.•
n) v,
r.,) 'c
cn CDf c-)
C> 0
Record

co 3.
Witness

r) =
Inspection

0
.a.

' 1
SUB
SUPPLIER

IIV— 11311160doo

Z
£*AaRZ501-18-9

pamase.,
SUPPLIER

CI'l
~
SCOPE OF INSPECTION

t'd
STANDARD SPECIFICATION NO.

md
~
>

Page 650 of 694


-P -P z W
1..) 0

›. '-'11 c)
° " •
CD CD
...0 Q., ■-c:
AD
__

Cables)
o o-' sa. '.1°
n ,
(i› ,-

TypeTests
(1) (-) r)
('' pp '.
cr'
-3 ,---
CD■ 0
,---. o

0Aod L3- 1000-00-9 'oN IeWJOd


Final Inspectionon
0Z '


cp
STAGE/ACTIVITY

completed Cable(Jelly Filled


• • • • • • • • • • • •

> n cr% 5- C) ( - ) nc),,,onn


.,.
G 6D ,rD,, t.. ) - . c
') & , _s ) 0 cn -C 0 0 ,•
'

•••
rri iii ., 5 '4. 'ji « ■—• co (17 .11". '--
f2 E a ,.., .-9 —
0 ■•• (9
(-) (7, __ -,-. 94 t•-) cn 'Cf r) pD c s
o ,.. o •.-., (I) ''• ,--, . g- r`') :=1-'' ~"
= - . o . =t- t ,) e-I, ö o ... .-6v), •
= o cD ._ --• • C) ,■-j-
C) E;;' ‘ ta. '-'. =
5" Po .,„_ - (/) •-,-
.. e) r) " ,-,
cn .< ,..- .--, CD AD .-t«,
,-• • ict CD cp (..,
g-
= = '''' o ',0 ''''
sw (I)
cA— u) °
.- • =' ,..< r) CD
o
co ::,) = r)
,-t.
r - • (1)
cn CI'm ..1•
. N Ao ......, ppo
-t) PD
p., ...• ' - 7--
n (4
'", • ""
Oxygen indextest

,,
'-' =
1-1-, .- c) r)
CZL,
I.-• • •-,.
CL
,, , • 'S .
,=' .(5 Fài
`...• O'Q 0 cp ci> QD e)
WaterPenetrationtest

QD .-1 r) « CfQ 'LS


O'Q r) 0
JacketasperDOTspec

AD ci) o c.) (1) -t


C. cn
• e' ,,
C4 O C.) 't:, ■•,z3 CD
CHARACTERISTICS

Cable bend test.


compound asper DOTspec.

CD = ■=i • ~" ~4,


...p. '-:-....
t ■-•■ f:).
'-..‘ ....., ~ •
QD ■5,
-■-• 0 (« ".)' . q .Cti 51
cn QD 0 AD
li 0 . OQ
co = (:; CD ;“
TypetestsonCompositesheath and
compatibilityof Insulationand filling
Typetestson insulated conductors,

-t (D = sa. ::--' ro

0
=

-■ CD
CD
C) ri)
QUANTUM
OF CHECK

7-,.
“ 1-1
T., ›:
CD c/D »0 M
cn '-0 (1) '—'

(-)-- ,
,.,o, „,- o
co c'j • ()''
r) g
0 CD
cr)
CL. .--

1 1
SUB
SUPPLIER

x
.nallZSOI-I8-9

PGAJ 9S9JSABPIIV-1131-160c100
SUPPLIER

1~
SCOPE OFINSPECTION

t.d
4 ..
STANDARD SPECIFICATION NO.

.0
~

Page 651 of 694


STANDARD SPECIFICATION NO.

SCOPE OF INSPECTION
cA

QUANTUM

o
g
STAGE/ ACTIVITY CHARACTERISTICS SUB
CD

OF CHECK SUPPLIER EIL/TPIA


SUPPLIER
OxygenIndexTest
FinalInspectionon Flammabilitytestasperapplicable
completedCable(NonJelly specification Inspection
iJI
-1=.

FilledCables)

x
co
co
Test for Rodent &termiterepulsion Witness Record
SpecialTest
Surface finish and drum length check
bywiring
Final Inspectionon Typetestonconductorasperspec
completed Cable(NonJelly Typetestson insulationand Sheath as Supplier' sTest
.4.
o■

rT

x
Filled Cables) perspec Records
TypeTests
f.11

Painting
C:p
;=
C■

Documentationand IC
Reviewof InternalTestReportsand MTCs. Supplier' sTest
•• • •IC issuance
•• Records /
--.
cr,

DocumentationandIC

x
,
•• Inspection
Certificate(IC)
Final data folder
Compilationof Inspectionreports,drawings,
o,
iv

Final Documentsubmission

x
/Completeness
etcasper VDR / PR
certificate

Page 652 of 694


0Aed L3- 1000-00-8 'oN el.tuod
pamasei si.16!J IIV— 11311160doo
STANDARD SPECIFICATION NO.

Page 653 of 694


0'Aod Ld- 1.000-00-9 'oN 4etwod
Copyright EIL — All rightsreserved
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

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

Page 654 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

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

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 655 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 656 of 694


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

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.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS



6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

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.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 657 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

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.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

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

Page 658 of 694


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

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

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

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.

5.18 BIDDER shall have documented procedure for control of documents.

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 659 of 694


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

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.

7.0 DOCUMENTATION REQUIREMENTS

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

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

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

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 660 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

101 ENGINEERS DOCUMENTATION
g
** el!2RAfi'aA
IAIRON
g
Meavow INDIA LIMITED
IA GoN. Of India Undeftakingi
REQUIREMENTS FROM
6-78-0002 Rev. 1
CONTRACTORS Page 1 of 8

-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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 661 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
k311 ei ENGINEERS DOCUMENTATION No.
51g-a 015teg INDIA LIMITED 6-78-0002 Rev. 1
1.1FA 2IETIN

IA Govt of India undertaking) REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
HOD - Head of Division / Department
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MOU - Memorandum of Understanding
QMS - Quality Management System
URL - Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 662 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


adaelei m,4 ENGINEERS DOCUMENTATION No.
$1fgar 051ft INDIA UMITED
Merl evensmaR3sTWIl (A Govt of India UndertakIng) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 663 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
k391-4elei TEED ENGINERS DOCUMENTATION No.
INDIA EL IMITED 6-78-0002 Rev. 1
lit15reg, IA Govt al India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

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.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be submitted by the Contractor

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.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1week
Drawing/Document Control Index - 2weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in Tender/Contract are minimum requirements. Contractor


shall submit any other document/data required for completion of the job as per
EIL/Owner instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 664 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS No.
acs INDIA LIMITED
IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 5 of 8

4.2 Style and Formatting

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

4.3 Review and Approval of Documents by Contractor

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by contractor before submission. Revision number shall be changed
during submission of the revised contractor documents and all revisions shall be
highlighted by clouds. Whenever the contractor require any sub- contractor drawings
to be reviewed by EIL, the same shall be submitted by the contractor after duly
reviewed, approved and stamped by the contractor. Direct submission of sub-
contractor's drawings without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of contractor Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication/ Construction as per the document.
Review Code 2 Proceed with manufacture/ fabrication/
Construction as per commented document.
Revised document required
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed with
manufacture/ fabrication
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 665 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


ENGINEERS DOCUMENTATION No.
INDIA LIMITED 6-78-0002 Rev. 1
tra /A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal. The detail
guidelines for uploading documents on EIL eDMS Portal are available on following
URL
http://edocx.ei Lco. i n/vporta I

4.5.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the
Contractor shall submit copy of approval by the authority to EIL.
4.5.4 Details of Contact Persons of Contractor
After placement of order contractor shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.
4.5.5 Schedule and Progress Reporting
Contractor shall submit monthly progress report and updated procurement,
engineering and manufacturing status (schedule vs. actual) every month. First report
shall be submitted within 2 weeks from FOA/LOA. In case of exigencies, EIL/Owner
can ask for report submission as required on weekly/fortnightly/adhoc basis depending
upon supply status and contractor shall furnish such reports promptly without any price
implication. Format for progress report shall be submitted by the contractor during
kick off meeting or within one week of receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of
receiving FOA/LOA, job specific ITPs based on the indicative ITPs. Further, contractor
shall also submit Quality Assurance Plan for project activities in the scope of contract,
starting from manufacturing to handing over/ commissioning, these plans shall
cover/identify the activities, relevant procedure, if any, code of conformance,
resources for performance and checking/monitoring, approval requirements and
authority, records to be generated and audit scope by EIL/Owner.
For EPCC/LSTK/Package contracts, the contractor shall prepare a list of items/
equipments and their inspection categorization plans for all items included in the scope
of supply immediately after receipt of order and obtain approval for the same from EIL.
The items shall be categorized into different categories depending upon their criticality
for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture's
test certificate etc., mentioned in Inspection Release Note(IRN), issued by EIL/third
party against the materials supplied by contractor., are sent to EIL along with the IRN.
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency only after all
the drawings/documents as per DCI are submitted and are accepted under review
code-1 & code R. Material/Equipments dispatch from contractor's/sub vender's works
shall not commence till above condition is met.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 666 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogof IOM 0,1.I
INDIA LIMITED
(A Govt W Indio Undertalung) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of Tender/Contract.

4.6 Final Documentation


4.6.1 As built Drawings
Shop/Site changes made by contractor after approval of drawings under 'Code 1' by
EIL and deviations granted through online system , if any, shall be marked in hard
copies of drawings which shall then be stamped 'As-built' by the contractor. These
'As-built' drawings shall be reviewed and stamped by EIL Inspector/Site
engineer/TPIA also. Format for completeness of final documents (Format No. 3-78-
0004) is attached with this specification. Contractor shall prepare scanned images
files of all marked — up 'As — built' drawings. Simultaneously contractor shall
incorporate the shop/site changes in the native soft files of the drawings also.
4.6.2 As built Final Documents
As built final documents shall be submitted as listed in Tender/Contract.
4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x
315 mm (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.

4.6.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.
In addition to hard copies, contractor shall submit electronic file (CD-ROM) covering
soft copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 667 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
laraeles ENGINEERS DOCUMENTATION No.
Ogell 22-eg W INDIA LIMITED 6-78-0002 Rev. 1
(A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

4.6.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL/TPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 668 of 694



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

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

Page 669 of 694


SPECIFICATION FOR STANDARD SPECIFICATION No.

∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 670 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 671 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem)

(A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS


Clause Title Page
No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 672 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" 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 bidder, contractor 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.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR 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 supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 673 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 674 of 694


SPECIFICATION FOR STANDARD SPECIFICATION


r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 675 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /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 number 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 clip. 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 supplier. 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 package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
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.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved

Page 676 of 694


SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 677 of 694



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

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

Page 678 of 694


diaMOENGNEERS NDIAMAIM
TYPICAL EARTH ELECTRODE STANDARD No.

FOR 7-51-0101 Rev. 5


(A GovL 661u Umisrb,Wroi)
EARTHING SYSTEM Page 1 of 1

40 11-51
1 130 n ,40

REMOVABLE CAP SEE DETAIL-1

10 DIA TAPED HOLE

300X75x10 M.S. PLATE


WELDED TO PIPE

65 DIA N.B. PIPE (MEDIUM)

12 DIA HOLES

M.S. PLATE BENT TO SHAPE

REMOVABLE CAP MADE OF


M.S. PLATE WELDED TO
75 DIA N.B. PIPE (MEDIUM)

75 DIA N.B. PIPE (MEDIUM)

65 DIA N.B. PIPE (MEDIUM)

DETAIL-1
NOTE:-
1. THE PIPE ASSEMBLY SHALL BE HOT DIP GALVANISED AFTER FABRICATION.

5 08.11.16 UPDATED & ISSUED AS STANDARD BP FA/HK RN


4 27.06.11 REAFFIRMED & ISSUED BP RKS/RSC UAP DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 679 of 694


TYPICAL EARTH ELECTRODE STANDARD No.
.,..s IN 7-51-0102 Rev.7
WPM VIIPMVIIMIPM (A Govt. of India Undertaking)
TEST PIT Page 1 of 1

6 THICK CHEQUERED REMOVABLE CAP SEE


PLATE COVER NOTE-3 AND DETAIL-3
(SEE NOTE-4)
1060 SQ
BRICK WORK
230 600 SQ 230 (SEE NOTE-2)
— I (SEE NOTE SLOPE
I. .. _., . -* ' '.'1 t A • —ft I FINISHED GRADE LEVEL
111111•11M=1 IMIIIMI•1111
11111111M=M 300 00 MINIM
M=IN111111111 =I==1
IIMIIIIIIIIIIIIN Imo MIIMI1= 1000 PVC PIPE ON FOUR SIDES
__MEM Ell ___I
' ocz

0
0 FOR ENTRY OF EARTH STRIPS (SEALED
gun irvmmomp‘vm um AFTER INSTALLATION) SEE DETAIL-2
mommmIll NWAssekA =mom]
--)C--5
I

.
71

G.I. EARTH STRIP


(SEE NOTE-6)
0
EN Pg41
0410,A,
PAINTED SYMBOL
IN RED ON
WHITE BASE
CHARCOAL LAYER
411L—AD
filpio
41, 481101 ,0 6.1111•141.41. /Da"

RESISTANCE VALUE.
INDIVIDUAL=
GRID =
DATE:—xx.xx.xxxx
0
HANDLE 11 II 0
ALTERNATE LAYER OF
CHARCOAL OR COKE - q■ EARTH ELECTRODE
AND COMMON SALT PIT NO.—xx
NUMBER PLATE
0 FIXED TO TOP 700
■■■■■• ■■• ■•011••( ■■■•■ •■•• ■
0
Lc) COVER OR BY
PAINT DETAIL-1
1000 PVC PIPE
BRIC
■•• ■11,111.. ....04Z • VO1. 111■ ■ ■•■■•■•,
WOR
3000 LONG, 65 DIA. N.B. =MOIN MINIM
1=i11= MI MI

PIPE (MEDIUM), WITH CAP
(FOR DETAILS REFER I I II
KIVID_••■•••• ••■■■ I
F
STD. 7-51-0101) 4. MP
1 tra I I
I 1

111A1V-t •IVO
it-, o-a)eattro4 I 1 II
I I I I I 1 '
I 1 '

1 1 I
I I 1 1
NOTES:-
1. ALL DIMENSIONS ARE IN MM.
DETAIL-2
2. BRICK WORK SHALL BE DONE AFTER COMPACTING THE SOIL FUNNEL WITH
IN UNPAVED AREA. STEELWIRE
3. AFTER REMOVAL OF CAP, OWNER SHALL BE ABLE TO POUR MESH
WATER THROUGH HIS OWN FUNNEL WITH STEEL WIRE MESH. (REMOVABLE)
4. COLOUR CODING & PAINTING OF COVERS SHALL BE AS PER
PAINTING SPEC. NO. 6-79-0020. 65 DIA N.B.
5. IN CASE OF PAVED AREAS, TOP OF PIT SHALL BE FLUSHED PIPE
WITH FFL, WHEREAS IN UNPAVED AREAS, TOP OF PIT SHALL (MEDIUM)
BE PROJECTED 100MM ABOVE FGL.
6. CONNECTIONS OF G.I. EARTH STRIP TO THE PLATE SHALL BE
IN LINE WITH STD. 7-51-0103.

7 22.11.17 UPDATED & ISSUED AS STANDARD B VKS/HK


6 08.11.16 UPDATED & ISSUED AS STANDARD BP FA/HK BRB RN
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No R-0()-0001-F4 RAN/ 0 Crinvrinht FU - All rinhts rtasa,n,w1

Page 680 of 694


eggrg ENG/VEERS eINDIALIMRED
TYPICAL EARTH PLATE STANDARD No.
AND 7-51-0103 Rev. 6
(A Govt. of hada Undertaking)
FIXING DETAILS
Page 1 of 1

400 FOR CONNECTION WITH


G.I. STRIP OF SIZE 75x10.
25 50 I 50 I 50 i 50 I 50 t 50 i 50 25 (TYPICAL)

II
U)

II

10 DIA HOLES FOR


8MM DIA BOLTS FOR CONNECTION WITH
G.I. STRIP OF SIZE 50x6
AND BELOW (TYP.)
G.I. EARTH PLATE
WELDED CARBON STEEL
RCC STRUCTURE BOLT-8 MM DIA
(SEE NOTE-2)
STEEL
STRUCTURE

MIL
12 DIA G.I. SPACER SEE
PIPE (TYP.) NOTE-2
ini
% 11 %/
/ 11 %/
/ 4! 11 %
// 11 %/
/ /,11 %/
/ %4111! 7411v Alv 4117 Air A1117 41Iv zIlv All'4
nW 1111 IUI

G.I. ANCHOR G.I. NUT, SPRING 10 MM THICK G.I.


BOLT 8 MM DIA AND PLAIN EARTH PLATE (TYP.)
WASHERS (TYP.)

LOCK NUT & BOLT


(SEE NOTE —2) G.I. EARTH
SOS •011 STRIP
1111 1111
SEE SEE \I1\ NM
NOTE-2 NOTE-2 %AU% AIIVA
50 1 10 50 p_ci T 1111 1 111
.

G.I. EARTH
PLATE

TYPICAL FIXING DETAIL


OF G.I. EARTH STRIP
TO EARTH PLATE

NOTES:-
1. ALL DIMENSIONS ARE IN MM.

2. WHERE FIRE PROOFING OF STEEL


STRUCTURES ARE ENCOUNTERED
LENGTH OF CARBON STEEL BOLTS
SHALL BE SUITABLY INCREASED FOR
FIXING OF EARTH PLATE.
3. ALL CONNECTIONS WITH EARTH PLATE
SHALL BE MADE WITH 8MM DIA. G.I.
TYPICAL INSTALLATION TYPICAL INSTALLATION BOLT, NUT, SPRING AND PLAIN WASHERS.
OF EARTH PLATE ON OF EARTH PLATE ON 4. CRIMP TYPE CABLE LUGS SHALL BE
R.C.C. STRUCTURES STEEL STRUCTURES USED FOR CONNECTION WITH G.I.
WIRE ROPE.

6 08.11.16 UPDATED & ISSUED AS STANDARD


5 27.06.11 REAFFIRMED & ISSUED BP RKS/RSC UAP DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 681 of 694


diarr ENGINEERS
wtasw
egeN31A LIMITED
(A Govt. of Indio Undertaking)
EQUIPMENT
EARTHING SCHEDULE
STANDARD No.

7-51-0116 Rev. 7
Page 1 of 1

TYPE OF EQUIPMENT EARTH CONDUCTOR SIZE


(SEE NOTE-1)

MOTORS UPTO 3.7KW 8 SWG SOLID G.I. WIRE

MOTORS FROM 5.5KW TO 30KW & WELDING RECEPTACLES 10 MM (3/8") DIA G.I. WIRE ROPE

MOTORS ABOVE 30KW INCLUDING HV MOTORS 16 MM (5/8") DIA G.I. WIRE ROPE/
40x5 MM G.I. STRIP

BUILDING COLUMNS 40 x 5 G.I. STRIP

STORAGE TANKS (VERTICAL & HORIZONTAL) 40 x 5 G.I. STRIP

LOADING RACKS 40 x 5 G.I. STRIP

VESSELS & HEAT EXCHANGERS 40 x 5 G.I. STRIP

SMALL EQUIPMENT & INSTRUMENTS 8 SWG SOLID G.I. WIRE

LIGHTING, POWER & INSTRUMENT PANELS 10 MM (3/8") DIA G.I. WIRE ROPE

MAIN EARTH BUS / MV & HV SWITCH GEAR AS SPECIFIED


INTERCONNECTIONS/ POWER TRANSFORMER

EHV & HV SUB—STATIONS AS SPECIFIED

PUSH BUTTON STATIONS 8 SWG SOLID G.I. WIRE

STREET LIGHT POLES 10 MM (3/8") DIA G.I. WIRE ROPE

LIGHTING TRANSFORMER 16 MM (5/8") DIA G.I. WIRE ROPE

PIPE RACK 40 X 5 G.I. STRIP

BONDING OF PIPE 25 SQ. MM INSULATED FLEXIBLE CU. CABLE

LIGHTNING PROTECTION 25 X 3 MM G.I. EARTH STRIP

NOTE:-
EARTH CONNECTIONS TO INDIVIDUAL EQUIPMENT FROM NEAREST EARTH PLATE / GRID MAY
ALSO BE DONE ALTERNATIVELY USING ALUMINIUM / COPPER CONDUCTOR PVC INSULATED
CABLE OF SIZE AS MENTIONED IN PROJECT SPECIFICATION EQUIPMENT EARTHING SCHEDULE.
CONNECTIONS SHALL BE MADE USING CRIMP TYPE OF LUGS.
2. GREEN COLOR SLEEVING (ABOUT 50 MM LENGTH) SHALL BE PROVIDED AT BOTH ENDS TO
DENOTE EARTHING.

7 08.11.16 REVISED AND ISSUED AS STANDARD FA/HK


6 27.06.11 REVISED AND ISSUED BP RKS/RSC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 682 of 694


MARKING OF TRENCHES STANDARD No.
‘31 ENGINEERS
lffETT EIRWiffl"2.1)
INDIA umrrED FOR 7-51-0301 Rev. 4
(A Govt. of Indla UnOortakIng)
ELECTRIC CABLES
Page 1 of 1

SIGN - 'B' SIGN -'C'


0 0

MARKER POST
65x65x6 MM ANGLE
PAINTED WHITE
< >
0
to 0 0

60 60
4. j
47 ,c
r)

SIGN -'A'
—200 MM SQ.
Lr) PLAIN CONCRETE
(M15)
BURIED ELECTRIC
CABLES
200

TYPICAL ARRANGEMENT OF MARKER


(SEE NOTE-2)

II II
__ _
fr-- BURIED CABLE TRENCH r-
. . . .
ANGLE 65x65x6 ANGLE 65x65x6 ANGLE 65x65x6 ANGLE 65x65x6
1100 MM LONG 1100 MM LONG 1100 MM LONG 1100 MM LONG

ASSEMBLY SIGN.—A-1 N0. SIGN.—A-1N0. SIGN.—A-1N0. SIGN.—A-1N0.


CONSISTING SIGN.—C-2 NOS. SIGN.—B-1N0. SIGN.—B-1N0. SIGN.—B-2NOS.
OF
SIGN.—C-1NO.

NOTES: -
1. ALL DIMENSIONS ARE IN MM.
2. TRENCHES SHALL BE MARKED AT ALL DIRECTION CHANGES, INTERSECTIONS AND STRAIGHT RUNS.
3. SIGN BOARDS SHALL BE MADE OF 14 GAUGE ENAMELED STEEL PLATE WHITE LETTERING SHALL
BE ON JADE GREEN BACKGROUND.

•?.
4 21.11.13 REAFFIRMED & ISSUED AS STANDARD BP FA/SA UAP/JMS SC
3 15.12.08 REAFFIRMED & ISSUED AS STANDARD BP RKS/NS JMS VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 683 of 694
TYPICAL SECTION OF CABLE TRENCH STANDARD No.
ENGNEERS
f212e.5
(.41Miffl,WM.3.1~)
IND1A LIMI I ED
Govt. of lncfio Undertoking}
IN 7-51-0302 Rev. 4
UNPAVED AREAS Page 1 of 1

F.G.L.

NATURAL SOIL (BACK FILLING)

EARTH STRIP
SPECIFIED)

BRICKS

M.V. CABLES
SAND/STONE DUST
u")
0
0 CONTROL CABLES
tf, 0
tr)
O
O

/ 001 200 I 300 11001100{101


H.V. CABLES
/ 900

200 MIN. OR TWICE


THE 0.D. OF CABLE

TYPICAL SECTION WITH H.V. AND M.V. CABLES

NATURAL SOIL (BACK FILLING)

EARTH STRIP SPECIFIED)


BRICK
SAND/STONE DUST

M.V. POWER CABLES


CONTROL CABLES

TYPICAL SECTION WITH M.V. CABLES

NOTES:-
1. ALL DIMENSIONS ARE IN MM.
2. LEAVE SPACE FOR LATER ADDITION OF AT LEAST 2 CABLES OR 15% AVERAGE SPARE SPACE
FOR FUTURE EXPANSION.
3. IF FIRE ALARM AND COMMUNICATION CABLES ARE LAID IN THE SAME TRENCH A CLEARANCE
OF 300 MM (MIN.) FROM ELECTRIC POWER CABLES SHALL BE PROVIDED.

?5\4rt
4 21.11.13 REVISED & REISSUED AS STANDARD BP FA/SA UAP/JMS SC
3 15.12.08 REAFFIRMED & ISSUED AS STANDARD BP RKS/NS JMS VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 684 of 694


STANDARD No.
ENGNEERS SECTION OF
$4gar 02e.5 Y INDIA LIMITED
(A Govt. of Indto Undertoking) RCC CABLE TRENCH
7-51-0303 Rev. 5
Page 1 of 1

REMOVABLE CONCRETE COVER LIFTING HOOK


(SEE NOTE-4)
TOP OF TRENCH
• F.G.L. (UNPAVED AREA)
(SEE NOTE-5)

EARTH STRIP
(IF SPECIFIED)

1.0 •• • -••• . G.I. PIPE FOR CABLE


;(4-ti • •••••• ••• (AS REQUIRED)

' =
- - M.V. POWER CABLES
• ',••••
CONTROL CABLES
BRICK
SAND Hx200 300 IMx1001104
ocl
H.V. POWER CABLES

RCC CABLE TRENCH WITHOUT RACKS


REMOVABLE CONCRETE COVER LIFTING HOOK
(SEE NOTE-4) F.F.L. (PAVED AREA)
(SEE NOTE-5)

o
o - EARTH STRIP
(IF SPECIFIED)

G.I. PIPE FOR CABLE


AS REQUIRED (TYPICAL)
tr)

<' INSERT PLATE BY STRUCT.


(TYPICAL)
_
O

• •••••.'•. MS ANGLE CABLE SUPPORT


ARRANGEMENT @ 600 MM
800 600 ( 800 BY STRUCTURE (TYPICAL)

RCC CABLE TRENCH WITH RACKS


N :
1. ALL DIMENSIONS ARE IN MM.
2. WIDTH OF RACKS ON ONE SIDE OR BOTH SIDES SHALL BE DECIDED AS PER JOB
REQUIREMENT.
3. THE EXACT HEIGHT OF OPENING IN TRENCH WALL FOR G.I. PIPE FOR TAKING CABLE SHALL BE
SUITABLY DECIDED AT SITE.
4. THE REMOVABLE CONCRETE COVERS SHALL BE SEALED WITH MASTIC ASPHALT FILLER / BITUMEN TO
PREVENT INGRESS OF WATER / HYDROCARBONS IN CABLE TRENCH.
5. TOP OF THE TRENCH SHALL BE 100 MM ABOVE FINISHED GRADE LEVEL (F.G.L.) IN CASE OF UNPAVED
AREAS AND SHALL BE FLUSHED WITH FINISHED FLOOR LEVEL (F.F.L.) IN CASE OF PAVED AREAS.
6. MINIMUM GAP OF 250MM SHALL BE PROVIDED BETWEEN FA / COMMUNICATION / TELEPHONE CABLES
AND ALL OTHER POWER / CONTROL CABLES.

" r

5 21.11.13 REVISED & REISSUED AS STANDARD BP FA/SA UAP/JMS SC

4 15.12.08 REVISED & ISSUED AS STANDARD BP RKS/NS JMS VC


Checked Stds. Committee Stds. Bureau
Rev.
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 685 of 694


INSTALLATION DETAILS FOR STANDARD No.
ENGINEERS
INDIA LJM1TED CONDUIT OR CABLE SUPPORT 7-51-0305 Rev. 4
(A Govt. of Indlo UndortokIng)
ON WALL / SLAB / BEAM
Page 1 of 1

M.S. CLEAT
(SEE DETAIL 3 & 4)

40x40x6 MM M.S. SLOTTED ANGLE


(LENGTH AS REQUIRED)

CABLE OR CONDUIT
(TYP.)

WALL
ONE HOLE 'C' CLAMP
OR GROUP CLAMP
ON G.I. SPACER

WELD

DETAIL-1
SUPPORT ON WALL

SLAB / BEAM —

M.S. CLEAT
(SEE
ELD DETAIL 3 & 4)
W
40x40x6 MM M.S. SLOTTED ANGLE
CABLE OR CONDUIT
(LENGTH AS REQUIRED)
ONE HOLE 'C' CLAMP
DETAIL-2
SUPPORT ON SLAB / BEAM

1, 40

o
WALL / SLAB / BEAM

SUPPORTING ASSEMBLY WELD co


FIXED T0 WALL / SLAB /
BEAM WITH 1 0 MM DIA.
ANCHOR BOLT

SLOTTED M.S. ANGLE 1 1 DIA. HOLE


NOTES:-
DETAIL-4
1. ALL DIMENSIONS ARE IN MM. DETAIL-3 M.S. CLEAT

4 21.1 1.13 REAFFIRMED & ISSUED AS STANDARD BP FA/SA UAP/JMS SC


3 15.12.08 REAFFIRMED & ISSUED AS STANDARD BP RKS/NS JMS VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 686 of 694
diarg INGNEERS elN1ALIMITED
SAFETY MEASURES FOR STANDARD No.
ELECTRICAL INSTALLATIONS 7-51-0332 Rev. 3
(A Govt. of India Undertaking)
DURING CONSTRUCTION Page 1 of 2

ELECTRICAL POWER IS THE MAINSTAY OF ANY CONSTRUCTION ACTIVITY. AT THE SAME TIME IT REQUIRES
UTMOST CARE IN IT'S UTILISATION TO AVOID ACCIDENTS DUE TO ELECTRICAL SHOCK, FIRE INCIDENTS OR
ELECTRIC SHORT CIRCUITS. EXPOSURE OF ELECTRICAL INSTALLATION TO ADVERSE ENVIRONMENTAL
CONDITIONS INCREASE THE RISK OF SUCH ACCIDENTS. HENCE IT IS NECESSARY TO TAKE EXTRA
PRECAUTIONS FOR SUCH INSTALLATIONS TO ENSURE SAFETY OF PERSONNEL AND EQUIPMENT. THIS
STANDARD ADDRESSES THE SAFETY MEASURES REQUIRED TO BE ADOPTED FOR THE ELECTRICAL
INSTALLATIONS BY ALL CONTRACTORS DURING CONSTRUCTION PHASE.

1. ALL ELECTRICAL CONNECTIONS/WORK FOR ELECTRICAL INSTALLATIONS SHALL BE CARRIED OUT AS PER
PROVISIONS OF THE LATEST REVISION OF THE FOLLOWING CODES AND STANDARDS IN ADDITION TO THE
REQUIREMENTS OF STATUTORY AUTHORITIES AND CEA REGULATIONS-2010.
OISD—STD-173 : FIRE PREVENTION AND PROTECTION SYSTEM FOR ELECTRICAL INSTALLATIONS.
OISD—STD-192 : SAFETY PRACTICE DURING CONSTRUCTION.
SP-30 (BIS) : NATIONAL ELECTRIC CODE.
THE INSTALLATION SHALL HAVE APPROVAL FROM CONCERNED STATUTORY AUTHORITIES.

2. ALL ELECTRICAL CONNECTIONS SHALL BE DONE BY AN ELECTRICIAN WITH VALID LICENCE AND TO THE
SATISFACTION OF ENGINEER—IN—CHARGE.

3. ONE COMPETENT UCENCED ELECTRICIAN SHALL BE MADE AVAILABLE BY CONTRACTOR AT SITE ROUND
THE CLOCK TO ATTEND TO THE NORMAL/EMERGENCY JOBS.

4. ALL SWITCH BOARDS/WELDING MACHINES SHALL BE KEPT IN WELL VENTILATED & COVERED SHED.
THE SHED SHALL BE ELEVATED TO AVOID WATER LOGGING. 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.

5. FIRE EXTINGUISHERS AND INSULATING MATS SHALL BE PROVIDED IN ALL POWER DISTRIBUTION CENTERS.

6. TEMPORARY ELECTRICAL EQUIPMENT SHALL NOT BE EMPLOYED IN HAZARDOUS AREAS WITHOUT OBTAINING
SAFETY PERMIT.

7. PROPER HOUSE KEEPING SHALL BE DONE AROUND THE ELECTRICAL INSTALLATIONS.

8. ALL TEMPORARY INSTALLATIONS SHALL BE TESTED BEFORE ENERGISING, TO ENSURE PROPER


EARTHING, BONDING, SUITABILITY OF PROTECTION SYSTEM, ADEQUACY OF FEEDERS/CABLES ETC.

9. ALL WELDERS SHALL USE HAND GLOVES IRRESPECTIVE OF HOLDER VOLTAGE.

10. MULTIUNGUAL (ENGLISH, HINDI AND LOCAL LANGUAGE) CAUTION BOARDS, SHOCK TREATMENT CHARTS
AND INSTRUCTION PLATE CONTAINING LUCATION 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.

11. OPERATION OF EARTH LEAKAGE DEVICE SHALL BE CHECKED REGULARLY BY TEMPORARILY CONNECTING
SERIES TEST LAMP (2 BULBS OF EQUAL RATING CONNECTED IN SERIES) BETWEEN PHASE AND EARTH.

12. THE FOLLOWING DESIGN FEATURES SHALL BE ENSURED FOR ALL ELECTRICAL INSTALLATIONS DURING
CONSTRUCTION PHASE.

12.1 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.

12.2 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.

3 08.11.16 REVISED & ISSUED AS STANDARD


2 02.03.12 REAFFIRMED & ISSUED BP RKS/RSC UAP/JMS DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 687 of 694


SAFETY MEASURES FOR STANDARD No.
ENCIMERS
eitrigeNDIA MEM
POINI111111111111111111111) (A Govt. of India Undertaking)
ELECTRICAL INSTALLATIONS 7-51-0332 Rev. 3
DURING CONSTRUCTION Page 2 of 2

12.3 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.

12.4 ALL CONNECTIONS TO THE HANDTOOLS/WELDING RECEPTACLES SHALL BE TAKEN THROUGH PROPER
SWITCHES, SOCKETS AND PLUGS.

12.5 ALL SINGLE PHASE SOCKETS SHALL BE MINIMUM 3 PIN TYPE ONLY. ALL UNUSED SOCKETS SHALL BE
PROVIDED WITH SOCKET CAPS.

12.6 ONLY 3 CORE (P+N+E) OVERALL SHEATHED FLEXIBLE CABLES WITH MINIMUM CONDUCTOR SIZE OF
2
1.5 MM COPPER SHALL BE USED FOR ALL HAND TOOLS.

12.7 ONLY METALLIC DISTRIBUTION BOXES WITH DOUBLE EARTHING SHALL BE USED AT SITE. NO WOODEN
BOXES SHALL BE USED.

12.8 ALL POWER CABLES SHALL BE TERMINATED WITH COMPRESSION TYPE CABLE GLANDS. LUGS SHALL BE
USED FOR MULTISTRAND WIRES/CABLES HAVING MUTISTRAND/SOUD CONDUCTOR.

12.9 CABLES SHALL BE FREE FROM ANY INSULATION DAMAGE.

12.10 CABLES SHALL BE LAID IN UNDERGROUND AT A MINIMUM DEPTH OF 750 MM, FOR LV & CONTROLS
AND 900MM FOR HV CABLES COVERED WITH SAND, BRICK AND SOIL FOR ENSURING MECHANICAL
PROTECTION. CABLES SHALL NOT BE LAID IN WATER LOGGED 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 CROSSING.

12.11 UNDER GROUND CABLES SHALL NOT BE ALLOWED TO CROSS THE ROADS WITHOUT PIPE SLEEVE.

12.12 ALL CABLE JOINTS SHALL BE DONE WITH PROPER JOINTING KIT. NO TAPED/TEMPORARY JOINTS SHALL
BE USED.

12.13 AN INDEPENDENT EARTHING FACILITY SHOULD PREFERABLY BE ESTABLISHED WITHIN THE TEMPORARY
INSTALLATION PREMISES. ALL APPLIANCES AND EQUIPMENT SHALL BE ADEQUATELY EARTHED. IN CASE
ARMOURED CABLES ARE USED, THE ARMOUR SHALL BE BONDED TO THE EARTHING SYSTEM.

12.14 ALL CABLES AND WIRE ROPE USED FOR EARTH CONNECTIONS SHALL BE TERMINATED THROUGH TINNED
COPPER LUGS.

12.15 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.

12.16 SEPARATE CORE SHALL BE PROVIDED FOR NEUTRAL. EARTH/STRUCTURES SHALL NOT BE USED AS A
NEUTRAL IN ANY CASE.

12.17 ON/OFF POSITION OF ALL SWITCHES SHALL BE CLEARLY DESIGNATED/PAINTED FOR EASY ISOLATION
IN EMERGENCY.

13. ALL INSULATIONS AND ELECTRICAL INSTALLATIONS SHALL BE INSPECTED BY ENGINEER-IN-CHARGE


ATLEAST ONCE IN A MONTH.

3 08.11.16 REVISED & ISSUED AS STANDARD

2 02.03.12 REAFFIRMED & ISSUED BP RKS/RSC UAP/JMS DM


Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 688 of 694


TYP. INSTALLATION DETAILS STANDARD No.
ENGNES
elitMON:1A WIRD (A Cwt. of India Undertaking)
OF ELECTRICAL PANELS 7-51-0335 Rev. 3
ON FALSE FLOORING Page 1 of 1

DEPTH
(SENOT-1)

INTEGRAL BASE FRAME/


KICK PLATE
FRONT —0P-
ELECTRICAL PANEL TOP OF FALSE FLOORING
MC-100 (SEE NOTE-3)
BASE FRAME
0

MC-100
(TYP.)
0
0
to
z
RCC FLOOR

200x200x10 MM THICK M.S. -I


BASE PLATE FIXED TO FLOOR
WITH 4 NOS. 1/2" DIA. ANCHOR
FASTENERS (TYP.)

ELEVATION
(VIEW-A)

MC-100 BOX (TYP.)

MC-100 BASE FRAME


0 EACH PANEL JOINT
0
(TYPICAL)
z

rn

MC-100 BASE FRAME


(TYPICAL)
PLAN

NOTES:-
1. FOR PANELS DEPTH UPTO 800 MM SUPPORTING ARRANGEMENT AS SHOWN SHALL BE FOLLWED.
FOR PANELS DEPTH MORE THAN 800 MM ADDITIONAL SUPPORTS AS PER VENDOR'S FDN. PLAN
SHALL BE PROVIDED.
2. ALL PANELS SHALL BE TACK WELDED WITH BASE FRAME OF SWITCHBOARD.
3. SUPPORTING ARRANGEMENT FOR FALSE FLOORING SHALL BE AS PER ARCHITECTURAL DRAWINGS.

3 08.11.16 REAFFIRMED & ISSUED FA/HK BRB


2 02.03.12 REAFFIRMED & ISSUED BP RKS/RSC UAP/JMS DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 689 of 694


MC-100 TO BE LOCATED
AS PER VENDOR'S FDN.
PANEL FRONT PLAN (TYPICAL)
H.V. SW.BD . 120x120x8THK. PLATE
MC-100 0 EACH (TYPICAL)
PANEL JOINT 6 MM THK. REMOVABLE
75
CHEQUERED PLATE
MC-100 WELDED
TO INSERT ANGLE
BETWEEN CROSS
DETAIL—A 50mm THK.
FINISH FLOOR
MEMBERS (TYP.)

1
FL (SEE NOTE-1)
1
0
0
U)
750 L110x110x8
0 THROUGHOUT THE
0 (MIN.)
LENGTH OF CABLE
0 MC-100 0 EACH TRENCH (TYP.)
0
M
PANEL JOINT

0
0 CABLE SUPPORTS RCC CABLE TRENCH
(TYP.)

L45X45X6
MC-100 6 MM THK. REMOVABLE —
WELDED WITH
CHEQUERED PLATE
CHQD. PLATE FFL

L110x110x8
120x120x8THK. PLATE L45X45X6 THROUGHOUT THE LENGTH
WELDED TO MC-100 WELDED WITH OF CABLE TRENCH (TYP.)
TO SUPPORT MC-100 MC-100 MC-100
CLEAT L75x75x6
DETAIL-A 70 MM LONG

2 02.03.12 REAFFIRMED & ISSUED BP RKS/RSC UAP/JMS DM


Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 690 of 694


...eme. 1.1111111M1111110
MEM
(A Govt. of India Undertaking)
OF ELECTRICAL PANELS
ON CABLE TRENCH
STANDARD No.

7-51-0336 Rev. 3
Page 2 of 2

ti
PANEL FRONT INTEGRAL BASE FRAME/
MV SWITCH BOARDS/ KICK PLATE
MC-100 0 EACH
PANEL JOINT MISC. PANELS
6 MM THK. REMOVABLE
CHEQUERED PLATE
50/75
MC-100 WELDED
TO INSERT ANGLE
BETWEEN CROSS
DETAIL-A 50mm THK.
FINISH FLOOR
MEMBERS (TYP.)
FFL (SEE NOTE-1)

o
0 Z
750
I
(MIN.5 L110x110x8
0 THROUGHOUT THE
0 MC-100
M, LENGTH OF CABLE
Io_ 0 EACH
TRENCH (TYP.)
0 PANEL JOINT
0

0
0
RCC CABLE TRENCH
IL CABLE SUPPORTS
(TYP.)
0
0

WIDTH

TYPICAL INSTALLATION DETAIL OF M.V. PANELS ON CABLE TRENCH

L45X45X6
MC-100 6 MM THK. REMOVABLE — WELDED WITH
CHEQUERED PLATE CHQD. PLATE FFL

\=[
0

L110x110x8
MC-100 - L45X45X6 THROUGHOUT THE LENGTH
WELDED WITH OF CABLE TRENCH (TYP.)
120x120x8THK. PLATE MC-100
WELDED TO MC-100 75
TO SUPPORT MC-100
CLEAT L75x75x6
DETAIL-A 70 MM LONG

NOTES:-
1. 50 THICK FINISH FLOORING SHALL BE DONE ONLY AFTER INSTALLATION OF BASE FRAME
2. ALL PANELS SHALL BE TACK WELDED WITH BASE FRAME OF SWITCHBOARD.
3. UNUSED PORTION OF CUTOUTS SHALL BE COVERED WITH 6 MM THICK CHEQUERED PLATES.
4. WIDTH OF TRENCH TO SUIT THE DIMENSIONS OF SWITCHBOARD SHALL BE AS PER AFC
DRAWING OF THE PROJECT.

3 08.11.16 REVISED & ISSUED AS STANDARD BP FA/HK BR RN


2 02.03.12 REAFFIRMED & ISSUED BP RKS/RSC UAP/JMS DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved

Page 691 of 694


Page 692 of 694
Page 693 of 694
Page 694 of 694

You might also like