You are on page 1of 35

Bid Number: GEM/2021/B/1346500

Dated: 09-07-2021

Bid Document

Bid Details

Bid End Date/Time 30-07-2021 14:00:00

Bid Opening Date/Time 30-07-2021 14:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 45 (Days)

Ministry/State Name Ministry Of Petroleum And Natural Gas

Department Name Na

Organisation Name Oil And Natural Gas Corporation Limited

Office Name 533007

Custom Bid for Services - Hiring of services for Operation


Item Category
and Maintenance of Captive Power plant OGT HPHT Asset

Contract Period 3 Year(s)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

SHG Exemption for Years of Experience and


No
Turnover

Experience Criteria,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC),Additional Doc 2
(Requested in ATC),Additional Doc 3 (Requested in
ATC),Additional Doc 4 (Requested in ATC)
Document required from seller
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled Yes

Time allowed for Technical Clarifications


5 Days
during technical evaluation

Estimated Bid Value 83654430

Evaluation Method Total value wise evaluation

EMD Detail

Required No

ePBG Detail

Advisory Bank State Bank of India

1/4
ePBG Percentage(%) 1.00

Duration of ePBG required (Months). 38

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
ONGC KAKINADA
533007, NA, Oil and Natural Gas Corporation Limited, Ministry of Petroleum and Natural Gas
(Ongc Kakinada)

Splitting

Bid splitting not applied.

1. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.

Additional Qualification/Data Required

Instruction To Bidder:1625826826.pdf

Scope of Work:1625826831.pdf

Special Terms and Conditions (STC) of the Contract:1625826839.pdf

Service Level Agreement (SLA):1625826844.pdf

Payment Terms:1625826849.pdf

Penalties:1625826852.pdf

Project Experience and Qualifying Criteria Requirement:1625827259.pdf

GEM Availability Report ( GAR):1625826868.pdf

Buyer's Competent Authority Approval:1625826871.pdf

Any other Documents As per Specific Requirement of Buyer -1:1625826881.pdf

Any other Documents As per Specific Requirement of Buyer -2:1625827924.pdf

Custom Bid For Services - Hiring Of Services For Operation And Maintenance Of
Captive Power Plant OGT HPHT Asset ( 1 )

Technical Specifications

Specification Values

Core

Description /Nomenclature of Service Proposed for Hiring of services for Operation and Maintenance of
procurement using custom bid functionality Captive Power plant OGT HPHT Asset

2/4
Specification Values

Regulatory/ Statutory Compliance of Service YES

Compliance of Service to SOW, STC, SLA etc YES

Addon(s)

Additional Specification Documents

Consignees/Reporting Officer and Quantity

Service
Quantity of
Procurement
Consignee/Reporti ( to be Additional
S.No. Address
ng Officer chosen 1 in Requirement
all
circumstance
s)

533463,Onshore Gas Terminal,


Dharani Ragipati
1 P Mallavaram, Tallarevu 1 N/A
Mahammed Rafi
Mandal, E.G Dist.

Buyer Added Bid Specific Additional Terms and Conditions

1. Bidder shall submit the following documents along with their bid for Vendor Code Creation:

 a. Copy of PAN Card.

 b. Copy of GSTIN.

 c. Copy of Cancelled Cheque.

 d. Copy of EFT Mandate duly certified by Bank.

2. Buyer Organization specific Integrity Pact shall have to be complied by all bidders. Bidders shall have to
upload scanned copy of signed integrity pact as per Buyer organizations policy along with bid. Click here
to view the file

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4

3/4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.

This Bid is governed by the General Terms and Conditions, conditons stipulated in Bid and Service Level
Agreement specific to this Service as provided in the Marketplace. However in case if any condition specified in
General Terms and Conditions is contradicted by the conditions stipulated in Service Level Agreement, then it will
over ride the conditions in the General Terms and Conditions.

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.

---Thank You---

4/4
Annexure-III

SCOPE OF WORK

1
SOW for O&M of Captive Power Plant at OGT
1.0 Introduction
Oil and Natural Gas Corporation Ltd (ONGC) is the operator of the Deen Dayal Field (Block
KG-OSN/2001/03) situated off the coast of Kakinada, Andhra Pradesh, India. Well Head
Platform (WHP) & Process cum Living Quarters Platform (PLQP) for the production of natural
gas and condensate are installed at Offshore. The produced natural gas with associated
condensate would be sent to Onshore Gas Terminal (OGT), Mallavaram for further processing.
This sour gas will be processed at OGT for removal of impurities such as H2S, CO2, water,
heavier hydro-carbons and then sent to pipeline for transportation.

Onshore Gas Terminal consists following Processing Units:

1. Pig Receiving Facility and Slug Catcher


2. Gas Sweetening Units
3. Gas Dehydration Units
4. Dew Point Depression Units
5. Sulphur Recovery Unit
6. Condensate Stabilization Unit
7. Power System (Captive Power Plant, Fuel Oil, Fuel Gas System and Steam system)
8. Raw water handling and treatment facilities
9. Effluent Treatment Plant
10. Stabilized Condensate Storage Tanks & Truck Loading Facilities (Gantry)
11. Other Utilities & onsite Systems

2.0 Purpose
Purpose of this document is to award operation and maintenance contract for Captive Power
Plant (CPP) at OGT to a suitable agency through competitive bidding as per scope of work
(SOW). This scope of work consists of detailed document specifying and describing, in brief,
the duties, obligations and works to be performed by the contractor. The term of contract will
be 3 years from the date of award .of contract.

3.0 General Technical Information


CPP consists of two numbers of M/s. BHEL Make Frame - V Gas Turbine Generators (GTG)
along with Heat Recovery Steam Generators (HRSG) with provision of supplementary firing.
These units have been supplied by M/s. BHEL, Hyderabad. Operation of CPP will be based on
the running of either both the GTGs at part load or one of them running and other at standby
depending on operational requirement. Total steam demand of the OGT stands at around 65
Tons per Hour (TPH) and power requirement is around 20 MW at Peak load conditions.

3.1 Gas Turbine Generator


Gas Turbines are Industrial Heavy Duty Type, suitable for outdoor installation with minimum
site rated power of 21.5 MW each turbine on natural gas corresponding to site rated temperature
of 38 Deg C at 74% RH. The Gas Turbines have been designed as per API 616. These are
capable of withstanding full load rejection without over speed trip while running on lean gas.

2
3.2 Heat Recovery Steam Generator
The Power Plant includes two nos. of Heat Recovery Steam Generators (HRSG) with total
steam generation capacity of 130 TPH. The Heat Recovery Steam Generators are of natural
circulation type with a provision of supplementary firing. HRSG is designed to achieve rated
steam parameter with 40%-80% of GTG load and HRSG capacity is 40 TPH - 50 TPH at all
ambient temperatures corresponding to above GTG loads. HRSG is designed to achieve MCR
(Maximum Continuous Rating) capacity with 80% of GTG load and with 30% of GTG load.
HRSG is able to attain rated steam parameters; however, steam load may be lower. HRSG is
designed as per IBR (Indian Boiler Regulation) Latest Edition.
Steam drum is designed for water storage time of minimum 2 minutes between normal water
level and low-low level corresponding to MCR capacity.

Continuous on-line stack monitoring system consisting of sampling probes, piping, analyzers,
etc. for analysis of So x, NOx, HC, CO & Suspended Particulate Matter (SPM) is provided on
the main stack of HRSG. The analyzers and recorder are located in a suitable air conditioned
enclosure near the stack.
GTG has its individual bypass stack. The height of bypass stack is 30 meters. Individual main
stack for each HRSG is provided.

3.3 Deaerator
One common spray / spray and tray type deaerator is provided in CPP to meet the HRSG’s and
process feed water requirements along with spray water requirement if any.
This Deaerator is designed considering following:-
1) MCR capacity of operating HRSG plus max. Blow-down from the operating HRSG
and process Boiler Feed Water (BFW) requirement for the four process train (including
2 for future) operation.

2) The oxygen content of the deaerated water is limited to 7 ppb under all condition of
operation. The free CO2 content of the water is zero ppm.

The continuous blow down of HRSGs is led into a continuous blow down tanks, from where
flashed LP level steam is used for deaerator pegging. Intermittent blow down is led to IBD
tank. The total blow down from HRSG is to be cooled and to be sent to ETP/ cooling tower (at
OSBL) make up. All drain and traps are connected to IBD.

3.4 Boiler Feed Water Pump

The Power plant consists of three nos. Boiler Feed Water Pump (2 working +1 Standby). The
pumps are Electric motor driven with VFD. Motors are sized for end of the curve operation.
Standby motor driven pump has auto change-over facility.

3.5 Switchgear cum Control Room


Power generated shall be evacuated from CPP through 11 KV Generation switchboards housed
in Switchgear cum control room. Switchgear room is housing 11 KV HV Board of BHEL Make
fed from GTG-1 & GTG-2 and feeds to Station Auxiliary Transformers, VFD Transformers

3
for internal power distribution in CPP as well as to other distribution Substations OSBL of
CPP. It is also housing Lighting Transformers, PMCC’s, PCC’s, DCDB’s, MCC’s, EPMCC’s,
VFD Panels of ABB make. Control Room is housing Mark VI-E Panel for GT control, SCAP,
DCS, & ECS.

3.6 DG Room
For Emergency start or Black start, DG set (Sterling Make) of 1750 KVA capacity is placed in
DG Room adjacent to Switchgear cum control room. In emergency condition, DG will start
automatically to feed critical loads. D.G. shall cater to the emergency power requirement for
safe shut down, Black Start of any one GTG and critical load requirement of OGT during
outage as well as internal requirement of CPP.

3.7 Utilities
Utilities & process steam is terminated at battery limit with double valve along with spectacle
blind with positive isolation. The following utilities are available at the CPP battery limit:
1) Emergency Diesel Generator
2) Service Water
3) DM Water Make Up
4) Plant Air
5) Instrument Air
6) Nitrogen
7) Natural Gas
8) Polished Condensate
9) Flare
10) Cooling water

DM water make-up is available to the CPP at an ambient temperature from the DM Plant.
Condensate from Gas Terminal complex & Fresh DM Water Makeup from DM Plant is
through a single separate header which is routed to CPH & deaerator respectively with proper
control. The return condensate from Process is preheated in a separate pre-heater bank (CPH)
in the HRSGs.
Pressure Reducing and De-superheating System (PRDS) (HP/MP & HP/LP) operation is
configured to operate in Auto based on pressure level of respective header pressure. Integral
type PRDS is not acceptable. Each Pressure reducing valve of PRDS is provided with a
motorized isolation valve in the upstream, by pass globe valve, isolation gate valve and 2x
100% safety valves in the downstream header.
For each steam drum, five Nos. DP type level instruments and one Electronic Water Level
Indicator (EWLI) is provided. Hardwired level from EWLI is provided in the main control
room. For three element control systems, three DP type level instruments are utilized. For
tripping, 2 out of 3 logic will utilize 2 DP type instruments and EWLI.
Boiler feed water pump suction strainer is provided with high DP alarm and trip. For chemical
dosing system, running indication of individual dosing pump and the tank level is provided at
DCS.
Degassed cationic conductivity meter is provided in common main-steam header.

4
Flow measuring device is provided at each utility line (such as steam at each level, DM water
line, condensate, fuel line, cooling water, instrument airline etc.) at battery limit. Additionally
all flow measuring devices that are required to monitoring the equipment performances are
provided.

Following on-line analyzers are provided in SWAS system:-


1) pH, Conductivity for DM water inlet.
2) pH, Conductivity, HC analyzer for condensate return from Battery limit.
3) O2 analyzer at deaerator outlet.
4) pH, Conductivity, silica analyzer at BFW header.
5) pH & Conductivity for superheated steam and drum water for each HRSG.
6) Silica analyzer (multiport for Super-heated steam) for each HRSG.

4.0 Scope of Work


4.1 Operation and maintenance activities to be performed by contractor are as under:

A) Operations and Mechanical maintenance activities, but not limited to, are:

 Proper operation of HRSG with all auxiliaries, Gas turbine with all auxiliaries,
emergency DG set with all auxiliaries, Balance of plant which includes Gas skid,
condenser, condensate storage tank, Black start cooling water system etc. This
includes startup, shutdown, changeover of units, handling trips, carrying out water
washing activities and normal routine day to day operations.

 Recording of data in logbooks and check sheets as per the requirement.

 Monitor of HRSG water, Condensate water quality as per HRSG requirement

 Dosing of different chemicals (i.e. Hydrazine, Ammonia and phosphate ) for


maintaining required parameters of boiler fed water

 Operation and maintenance of various pumps, fans etc.

 Involvement in the preparation of SOP’s for smooth run of the plant. To carry out
Predictive, Preventive and Planned maintenance as per OEM’s recommendation/
ONGC instruction for all the equipment/s) from time to time.

 Desk operation and monitoring of control room parameters.

 To carry out breakdown repairs for the same, whenever required.

 Support manpower during Gas turbine Combustion Inspection & Major Inspection

 Top-up/ replacement of lubricants as per requirement/ schedule.

 Replacement of Gas Turbine air filters.

 Preparation for GT water washing activity

 Conditioning monitoring of equipment

5
 Annual/ mandatory inspection of HRSG like hydro test etc and liasoning with IBR
authority related to certification of Boilers etc. Also whenever the need arises by
virtue of job (repair of boiler pressure parts etc) the contractor will liaison with
Inspector of boilers for approval of drawings, inspection, Hydro test etc. (Only
Statutory fees related to boiler inspection, repairs job, registrations etc shall be borne
by ONGC).

 Alignment of various pumps, fans and soot blowers etc.

 To carry out routine maintenance jobs for emergency DG set.

 Erection of scaffolding and approaches for work execution where ever required
during emergency. In such cases ONGC will provide the material.

 Waste oil handling and maintaining the updated stock of waste oil in a register like
qty. of oil removed and from which equipment, month etc.

CPP floor area cleaning, scrap removal and equipment cleaning and are not
limited to:

 Clean, sweep and remove garbage from the floor and dispose at dedicated
places/bins.

 Cleaning of spider webs, dust etc from roofs or at elevated places.

 Removing of grass or shrubs if any within the defined areas.

 Sweep walkways, under stair way.

 Note and report for any damage in the facility or premises.

 Schedule/Frequency for water wash of area will be mutually decided and needs to
be done.

 Equipment and consumables required for Housekeeping is in the scope of the


contractor.

B) Electrical operation and maintenance activities, but not limited to, are:

 Checking of all motors, instruments and control panels.

 Checking of D.C. battery system and recording of readings at specific intervals as


per requirement.

 Recording of data in logbooks and check sheets as per the requirement.

 Attending planned, predictive, preventive and breakdown maintenance activities

 Condition monitoring of electrical systems and equipment as per requirement

 Repair of faulty items and keep them ready for reuse

 Install and repairs of lighting fixtures and connections. Arrangement of temporary


lighting on need basis.

6
 CPP general lighting and stack lighting maintenance.

C) Instrumentation Control system maintenance activities, but not limited to, are:

 Follow up preventive maintenance schedule to minimize equipment breakdown.

 Attend the breakdown maintenance work

 Instrument, sub-system and equipment cleaning and servicing

 Replacement of instruments, sub-systems and equipment etc. whenever required

 Work related to control system

D) General activities are:

 Contractor shall operate, maintain, carry out test and repairs of the CPP and all its
associated equipment in accordance with the recommendations of the Supplier(s),
EPC contractor, original equipment manufacturer(s) and Utility Good Practices so
that the CPP runs in an economical and efficient manner without any breakdown and
without adversely affecting the life of the entire CPP system.

 Contractor should utilize his resources in well-coordinated and effective manner for
smooth operation of the plant to ensure round the clock supply of electricity and
steam to OGT facilities.

 Perform, as and when required by the ONGC, the Performance Tests, Heat Rate
Tests, and Dependable Capacity Tests and other tests in accordance with the
guarantees given. Contractor will provide ONGC with written reports on the test
results.

 Prepare and develop all required maintenance activities as recommended by OEM


and /or followed having best international practices as part of Annual Operating
Plans and Maintenance Plans for all items / systems and their auxiliaries in
consultation with ONGC.

 Follow the instructions of shift in charge to run the plant smoothly.

 Housekeeping of the CPP floor area and equipment cleaning

 Contractor shall assist ONGC to comply with the statutory norms and guidelines as
set out by the Competent Authorities from time to time.

 Following-up and update equipment modifications.

 Contractor shall during the term of the contract, maintain existing procedures
necessary to comply with all directives, including those related to prevention of
injury to persons or damage to property at and in connection with the CPP.

 Contractor shall review all directives containing or establishing compliance or other


requirements in connection with the operation and maintenance of the CPP or

7
applicable to Contractor in connection with its obligations, and shall during the term
of the contract assist ONGC in securing and complying with all Clearances
(including any renewals or replacements of the same) necessary for the operation
and maintenance of the CPP including those relating to gas turbine and HRSG
operation, water and sewer use and treatment and disposal of chemicals and other
waste, including hazardous materials.

E) Staff management and Plant management

 Direct and supervise Contractor's staff in the operation, maintenance and repair of
the CPP system covering Mechanical, Electrical, Control systems and control
equipments for safe running of CPP systems.

 Administer and pay Contractor's personnel; and shall comply with the applicable
Indian welfare/labour laws.

 Ensure the safety of the CPP, other affiliated equipment/ systems, Contractor’s and
others staff employed at the Site through the development and observance of an
appropriate safety program.

 Deploy experienced and skilled professionals in the job of operation and


maintenance of the CPP to ensure efficient operation, however Contractor shall also
give adequate training to Contractor's staff.

4.2.0 Repair of Equipment/ Sub- Assemblies


4.2.1 In the event of malfunctioning or breakdown of any equipment covered under this O&M
Contract, it shall be the responsibility of the Contractor to immediately attend to the same,
diagnose the fault condition and restore it for its functionality. The Contractor shall make all
efforts for field repair of all such defective equipment / assemblies / components and make the
equipment functional with minimum loss of time.
4.2.2 If any equipment / component, sub-assembly is not field repairable and requires
workshop repair, the contractor shall notify and consult ONGC for taking the same to ONGC
workshop/ their base workshop or any other workshop of repute approved by ONGC, and
getting the same repaired. The Contractor shall ensure that such repairs are carried out
expeditiously and the equipment / component / assembly are brought back to OGT at the
earliest. Estimate for the repairs job to be approved by ONGC EIC. Cost of repairs shall be
reimbursed by ONGC at actual
4.2.3 The agreed time taken for replacing such parts from the time the equipment has failed
till its restoration shall be considered breakdown / repair time on account of contractor for the
purpose of calculating equipment / system availability, if such failure is attributable due to
contractor's fault.
4.2.4 The time taken for replacing such spares that are used for attending scheduled
maintenance tasks / activities from the time the equipment is taken out of operation till it is
restored shall be considered as available time on account of the contractor for the purpose of
calculating the equipment / system availability and performance evaluation, if such failure is
not due to contractor's fault.
4.2.5 If any equipment / assembly are beyond repair, due to normal wear and tear and the
Contractor is not responsible for the same, ONGC shall decide for the replacement of the same.

8
However to arrive at such a decision, the Contractor shall submit the detailed route cause /
failure report along with their findings and recommendations to ONGC for consideration. Upon
acceptance of such failure report, if it is not due to fault of contractor, the failed equipment
shall not be considered for calculating equipment availability.

4.2.6 Decision of ONGC Maintenance Manager for all types of repair / replacement as
brought out in above clauses shall be final and binding upon the Contractor.

4.3.0 ONGC Representative for Inspecting the Work


4.3.1 ONGC shall be entitled to designate a representative or representatives who shall at all
the time have complete access for the purpose of observing or inspecting the operation &
maintenance work performed by the Contractor in order to judge whether the Contractor is
complying with the provisions of the Contract. Such representative or representatives shall be
empowered to act for ONGC in all matters relating to Contractor's performance herein
undertaken by the Contractor.
4.3.2 The Contractor, further, shall have to agree at all times to co-operate with and extend
assistance to employees of ONGC or to the employees of any other Contractor engaged by
ONGC for the performance of any other function.
4.3.3 Contractor shall notify ONGC in writing of the name(s) and authority of its
representative or representatives. Such representative or representatives shall be fully capable
of and fully empowered to act for the Contractor in all matters relating to the Contractor's
performance of the operations & maintenance tasks herein undertaken.

4.4.0 Material Inspection


Contractor shall support all activities related to material inspection as per requirement.

5.0 O&M Key indicative personnel Deployment


5.1 The Contractor shall deploy a team of qualified experienced / skilled manpower, as
per clause 5.4 below (refer note 1 to 8) at OGT to carry out regular operation and
maintenance activities of CPP. Once the Work is awarded, Contractor has to produce resume
of the candidates to ONGC Representative. ONGC reserves the right to accept /reject
candidate(s) at any point of time and in case, a candidate if rejected, the Contractor has to
provide replacement candidate to ONGC without any delay. ONGC may also conduct
interview of the candidates if so desired and only the candidates selected in the interview
will be allowed to work at OGT granting the Contractor a period of one week to ensure
candidate’s competency. Number of contractor personnel shown against each particular
category is indicative in nature which may change marginally based on site requirement.
Due to recruitment of Man power in any cadre from ONGC accordingly contractor should
reduce the Number of Man power supplied for CPP O&M contract.

The Contractor’s staff at the OGT shall be working in 3 round the clock shifts per day
(Morning, Evening and Night) and one General Shift (0900 hrs to 1730 hrs) including lunch
time of 30 mts or as per ONGC timings

Round the clock Shifts Timing


Morning 0600-1400 hrs
Evening 1400-2200 hrs

9
Night 2200-0600 hrs

Note: Shift personnel shall work round the clock 24x7.General shift personnel can avail public
holidays declared by ONGC and one weekly offs.
5.2 Deployment of manpower not meeting as per Clause 5.4 here under, would also attract
recovery provisions and ONGC may ask the contractor to immediately replace the manpower
with competent manpower.
5.3 Liquidated damage due to delay in Mobilisation : The contractor shall deploy the full
team of crew personnel and be ready to carryout O&M jobs within 30 days or earlier from the
date of issue of Notification for mobilization issued by the I/c Maintenance, OGT. If the
contractor fails to deploy the full crew personnel’s within aforesaid period ONGC shall recover
from the contractor as ascertained and agreed Liquidated damages, and not by way of penalty
a sum equivalent to ½% of annualized contract value for each week of delay or part thereof
subject to a maximum of 10%.

5.4 The contractor shall have to provide the indicative Key personnel (Duty Points) as per the
following details:

In In In In
Sl.
Designation morning evening night general Total Area Remarks
No
shift shift shift shift
Overall coordination
1 Overall Supervisor NR NR NR 1 1 of CPP Operation &
maintenance activities
Two HRSG’s, Highly Skilled
chemical dosing of with suitable
Boiler Operation
HRSG, Boiler competency as
2 Engineer of 2 Nos. NR NR NR 1 1
Auxiliary equipment, per IBR (BOE)
HRSG
condensate tanks,
CEMS
Gas turbine, Two Highly Skilled
Field Supervisor
HRSG, GT rotary with suitable
Mechanical for 2
3 1 1 1 1 4 equipment, Gas skid, competency as
Nos. HRSG and
Boiler water per IBR (BOE)
GT
chemistry
Switch gear room, Highly Skilled
Supervision for panels, Relays,
4 Electrical 1 1 1 NR 3 Generators, Motors,
Maintenance Cable Cellar Room,
Battery chargers
Control room panels, Highly Skilled
Supervision for DCS ,online vibration
5 Instrumentation NR NR NR 1 1 monitoring system,
Maintenance Gas turbine control
systems
Motors, Field Semi Skilled
Technician Elect. electrical equipment’s
6 1 1 1 1 4
Maintenance , lighting, switch gear
room
Generator, Field HT Highly Skilled
Technician Elect. motors, Switch gear
7 NR NR NR 1 1
Maintenance room breakers,
Battery banks

10
In In In In
Sl.
Designation morning evening night general Total Area Remarks
No
shift shift shift shift

HRSG, Field Log Highly Skilled


Boiler Field recording, valves with suitable
operator for 2 Nos. operation, pumps, competency as
8 1 1 1 1 4
HRSG chemical preparation per IBR (Boiler
and dosing Attendant I/II)

Rotary equipment, Highly Skilled


Technician Mech Pumps alignment,
9 1 1 1 3 6
Maintenance fabrication, Fans,
cooling tower
Static equipment, Semi Skilled
Technician Mech
10 1 1 1 3 6 Rigging jobs, valves,
Maintenance
Flange joints.
Technician Field instruments, Highly Skilled
11 Instrumentation NR NR NR 3 3 MOV, Flow
Maintenance instruments
Field Assistance for HRSG, GT area house Unskilled
12 housekeeping of NR NR NR 2 2 keeping
the area
Control Desk normal Highly Skilled
Supervision service operation, GT start-up
13 1 1 1 1 4
Control room & shut down, HRSG
start-up & shut down
Total 7 7 7 19 40

*NR: NOT REQUIRED

Note:
1. Over all supervisor qualification is Degree in engineer in Mechanical with minimum of
5 years’ experience
2. Supervisor’s minimum qualification is Diploma in engineering in respective discipline
with 3 years’ experience.
3. Minimum one Supervisor with Boiler Operation Engineer certificate with endorsement
from Andhra Boiler Inspectorate Office shall be available in each shift. BOE engineer
can be either shift electrical supervisor, shift field supervisor or shift control room
supervisor.
4. Technicians and field assistance minimum qualification is ITI with respective
engineering trade with 2 years’ experience.
5. Age limit: Minimum 18 Years and Maximum 60 Years.
6. As plant is running round the clock contractor has to arrange and provide manpower so
that the plant remains manned at all times throughout the year.
7. ONGC expects that contractor will deploy multi-disciplinary skilled manpower at site
to ensure best quality of O&M with minimum manpower.
8. Contractor shall observe laws and regulations relating to minimum age for
employment under child labor Act , acceptable conditions of work with respect to
minimum wages and rights, hours of work and any other statutory requirements as
may be applicable.
5.5 Above mentioned manpower is for 24 X 7 operation and maintenance of the plant such
that the plant remains completely functional/ working at all times. Contractor personnel

11
dedicated for working in shifts can be shifted to work in general shifts or vice-versa. Such
grouping or de-grouping shall be fully cooperated by contractor personnel with no extra cost
to ONGC.

5.6 The number of manpower to be deployed by the contractor in different categories


should be sufficient enough so that the personnel are capable of doing maintenance & repair
jobs and taking care of the entire job responsibilities successfully as described under this
contract in addition to carrying out the condition-monitoring, cleaning, housekeeping work
which should be carried out continuously as a routine job on daily basis. Depending on plant
situation, the manpower may be grouped/ de-grouped to handle the immediate quantum of job
promptly and efficiently.
5.7 The man power (part/ whole) may be detained after normal working hours or may be
called to attend duty at odd hours to take up important/ emergency jobs depending on plant
situation. No extra time cost will be paid for these situations.

6.0 Supply of Consumables And Spares


6.1 The spares & consumables excluding Table 6 for carrying out all operation, maintenance
and repair jobs generally would be supplied by ONGC to the contractor. In case not available
with the ONGC and if ONGC so desires, shall be procured, supplied and maintained by the
contractor.

6.2 For procuring spares & consumables, from repute suppliers, approved by ONGC;
through contractor, the contractor will be reimbursed the product/ Invoice cost+ 5% of CIF (
Cost, Insurance & freight) & same items will be procured in the name ONGC on availing all
taxes and other benefits as can be applicable to ONGC for HPHT Asset. Any assistance like
recommendatory letters or for availing tax benefits etc. and also as required for speedy
procurement will be extended by ONGC. The stock of consumables and spares for O&M,
required to be stored at the site, shall be worked out by the Contractor in consultation with
Engineering-in-charge of ONGC.

6.3 Items such as emery paper, brush, rust remover, etc. which are required to carry out the
maintenance job, shall be provided by contractor.

7 Tools and Tackles

7.1 The Contractor shall provide tool kits to their manpower.

7.2 Necessary tools and tackles like spanner set, screwdrivers & testers, pliers, etc.,
required for the purpose of maintenance, repair, monitoring of system parameters, etc. shall be
arranged and maintained by the Contractor at site. The Contractor shall be responsible
maintaining their tools / tackles / material brought to OGT for operation and maintenance. No
payment in any form or compensation, whatsoever, shall be made to the Contractor against any
damage, loss and breakdown of such tools & tackles of the contractor. Testing of lifting tools
and tackles, Equipment’s belonging to the contractor should be carried out at intervals as
described in A.P. Factories act and submit the certificates to M/s. ONGC for records. Use of

12
non-tested/non certified tools & tackles and non-calibrated equipments will be penalized as per
“Deliverables list”. NABL certification required for instruments. The recovery amount will be
0.5% of the monthly bill till the tools are made available by contractor as per above.

7.3 List of tools and tackles is provided in Section II (Table-1 to 5). Storage space for the
same will be provided by ONGC.

8.0 Operation & Maintenance Performance


8.1 The Mechanical, Electrical & Control systems equipment/s of the CPP are very critical
for their satisfactory and uninterrupted operations. Therefore these are to be operated and
maintained with the best engineering practices and skills. The Contractor has to operate and
maintain these with their accomplished professionalism in such a way that the machine &
equipment / system availability are maintained as per the best industry practices. Performance
evaluation will be done as per below clauses.

9.0 Monitoring of the Plant by Owner and access to Plant

9.1 The facilities are owned by ONGC and it has a right to enter any time, inspect, audit or
do as it deems fit whatever is necessary in the interest of the plant with due intimation to the
Contractor as far as possible.

9.2 Co-operation

i) During any inspection or review of the CPP, the contractor shall ensure compliance
to safety and security procedures, including the rules set forth in the O&M Manuals.

ii) Contractor shall also co-operate with ONGC in allowing other visitor’s access to and
tours of the CPP under conditions mutually agreeable to the Parties. In the event,
Contractor intend to provide access to the CPP to any person other than as required
or permitted by this Clause, The Contractor shall notify ONGC of the same.

10.0 Other Obligations by Contractor


10.1 Contractor is to provide for its employees, transportation to and fro from OGT site to
Kakinada/ or any other place. ONGC will have no responsibility for providing the required
transportation.
10.2 Contractor will not use ONGC facilities until permitted or otherwise agreed upon. In
case Contractor’s/ Subcontractor's employees are found making unauthorized use, the
contractor shall be liable for strict action by ONGC and/ or to recover the amount as decided
by ONGC Engineer In-charge at his sole discretion and his decision shall be final and binding
on the contactor/ subcontractor.
10.3 Employees of the Contractors shall remain within the area where the work is being
carried out by them. They will not loiter and shall not enter unauthorized areas.
10.4 The Contractor shall not use the name of ONGC in any manner either for credit
arrangement until and unless it is expressly agreed with ONGC. The ONGC shall not in any
way be responsible for the debts, liabilities and obligations of the contractors and or its
employees.

13
10.5 Training & Technical Support

 Contractor as and when required any specialized training to its staff should arrange
at its own cost.

 In-plant training / vocational training shall be provided to persons as and when


requested by ONGC.

10.6 PC/ Laptop, printer, stationary items etc. as required for performance of work shall be
arranged by the contractor.

11.0 Facilities to be provided by ONGC


For the performance of O&M services of Mechanical, Electrical & Control systems
equipment/s at CPP under the Contract and also for undertaking the repair, fabrication,
installation & commissioning of equipment/ system if any, following facilities will be provided
by ONGC.

 Canteen facilities for contractor personnel to have food and/ or snacks while
undertaking the work. The food/ snacks can be availed round the clock on
chargeable basis, if available.
 Vehicles & Material Handling equipment such as forklift, hydra etc. for
mobilization/ transportation of heavy tools or equipment within the plant.
 Occupational Health Centre, wherein First Aid facility shall be available at all
times and also Ambulance will be stationed round the clock to cater to emergency
scenarios.
 Reasonable Office space will be provided for overall supervisor of contractor.

12.0 Ownership & Custody of Materials Delivered to the Contractor


12.1 The ownership and all other rights to all consumables, spares and materials if any,
delivered to the Contractor for the performance of the work shall always vest with ONGC and
the Contractor shall keep safe custody of all such items as custodian and as the trustee on behalf
of ONGC.

12.2 The Contractor shall specifically check the defects in the materials at the time of receipt
of the items from ONGC. The Contractor shall on demand at any time hand over custody of
the said items to ONGC and shall provide all facilities and assistance to ONGC or any person
authorized by it to physically remove the said items from the Contractor's custody, if ONGC
for any reason considers it necessary to do so. ONGC at its discretion may arrange insurance
of its items/equipment delivered to the Contractor for repair/overhauling jobs etc.

13.0 Pollution Control Responsibility


In the performance of any and all services and the works hereunder by the Contractor or his
sub-Contractors, the Contractor shall accept full responsibility for compliance with all
applicable laws and Government Orders, Rules and Regulations as amended/in force from time
to time relating to pollution. Contractor and his Sub-Contractors shall also comply with
additional provisions as may be notified to the Contractor by ONGC. Without in any way
limiting the generality of the preceding sentences, it is specifically agreed that the Contractor
shall comply with the followings:

14
i. Solid waste, such as tins, bottles, edible garbage, or any form of trash as classified under
‘non-hazardous’ category must be disposed of to appropriate locations in OGT in
appropriate manner/ or in accordance with applicable statutory laws/ ONGC policy.
From these locations ‘housekeeping team’ at OGT shall dispose it to appropriate
locations inside/ outside the plant. Any assistance for such operations required within
the plant shall be extended by contractor manpower towards helping housekeeping
team.
ii. All waste oil, greases or any chemicals as classified within ‘hazardous’ category shall
be disposed of to appropriate locations in OGT in appropriate manner/ or in accordance
with applicable statutory laws/ ONGC policy. The Contractor shall either curb all area
subject to contamination and connect these to a collecting tank or sump or provide drip
pan under any equipment or area where pollutants might logically originate and connect
these pans to a sump. From these locations ‘waste disposal team’ at OGT shall dispose
it to appropriate locations. Any assistance for such operations required within the plant
shall be extended by contractor manpower towards helping waste disposal team.
iii. The Contractor agrees to inform ONGC of such laws, orders & regulations and to make
all his employees and the sub-Contractor fully cognizant of their responsibilities there
under. ONGC's representative may discuss interpretations and applications of the laws,
orders and regulations referred above with the Contractor's representative but such
discussions shall not in any way relieve the Contractor of his responsibility hereunder.
In addition and without in any way limiting, restricting whether arising under any other
provisions of this contract or under any rule of law, the Contractor shall clean up and remove
any pollution resulting from its non-compliance with the provisions of this section, at his cost
and expense, and if the Contractor fail to do so, ONGC may clean up and remove the pollution
in which case the Contractor shall reimburse ONGC the cost of such clean up and removal
upon receipt of bill thereof.

14.0 Safety and Special Conditions

14.1 The Contractor shall comply with permit system, safety & security rules and regulations
and other rules, laid down by ONGC at Work Site. It shall be the duty / responsibility of the
Contractor's supervisors to ensure the compliance of fire, safety, security and other operational
rules and regulations by his workers/ supervisors etc. The Contractor must ensure that all the
personnel involved in the work at OGT should have compulsorily undergone the following
training before their mobilization to the platform:
 O&M related for CPP
 First aid
 Safety and fire fighting
14.2 All personnel should have undergone training on First Aid and Safety & Fire-Fighting.

14.3 Contractor supervisor shall keep valid certificates of all the contractor employees with
him/ her while at OGT. Further, Contractor must ensure that persons being deputed under the
Contract have been verified for their antecedents by the Police authorities. The contractor has
to provide undertaking to ONGC, on agreed format, on confirming compliance in this regard.

14.4 Before deploying the said personnel, Contractor will furnish complete bio-data
including qualification, experience, age etc., along with the proficiency certificate/trade
certificate for supervisors/ skilled workers to ONGC.

15
14.5 During mobilization & subsequently, The Contractor shall supply safety kits and
liveries including uniform/ coveralls, safety helmets, safety boots, safety glasses, rain coats etc.
to all their employees to be deputed to OGT at their cost. Only cotton clothing will be allowed
at site. Contractor personnel should carry their own uniform/ coveralls and the same should be
bearing their company's logo and should be of different colour (other than the colour followed
by ONGC).

14.6 The personnel to be deputed by the Contractor shall be medically fit to work at site. A
certificate to this effect shall be submitted before their deployment to OGT along with other
details.

14.7 In case of emergency, Contractor shall notify ONGC by telephone as soon reasonably
practical, and in any case, within 2 hours and in writing within 8 hours of the occurrence of
any Emergency Event and take prompt action in an effort to prevent any threatened damage,
injury or loss to the CPP or persons or property located at or in the vicinity of the Site.

14.8 Carrying/striking of matches, lighters inside the plant, smoking, within the plant are
strictly prohibited. Alcohol induced person will not be allowed to enter the working premises
/ OGT site. Violators shall be punishable by ONGC authority.

15.0 Insurance
15.1 Contractor’s Insurance: Contractor shall secure all required insurances and pay for
and maintain in effect during the term of this contract including the following Insurance
coverage for its employees

 Public Liability Act Policy/ Third party liability


 Workman compensation Act policy
 Group personnel accident policy
 Group Medi-claim policy

Contractor shall secure and pay for and maintain in effect during the term of this contract
Insurance coverage for the contractor’s equipment, tools and tackles, spares, etc. for any loss,
damage, fault, theft, misappropriation occurred on the Plant or during transit from and to Plant
to any place whatsoever.

15.2 Provision of Policies

Contractor shall cause its insurers or insurance brokers to provide ONGC and such other
persons at such times as the ONGC may reasonably request, with copies of the policies
obtained by Contractor pursuant to this Clause 17 accompanied by evidence satisfactory to the
ONGC of payment of the premium or required installment payment of premium for such
policies.

16.0 Documentation & Records

16.1 Contractor shall maintain operating and accounting logs, records and reports
documenting the operation and maintenance of the CPP and submit to ONGC. These logs will
be prepared by ONGC in consultation with contractor after award of the contract.

16
16.2 Contractor shall prepare reports and data required by any Directive, including any
renewal or replacement of any Clearances, including such reports and data related to the
maintenance of hazardous materials at the Site, in a manner that complies with the applicable
Directives.

17.0 Responsibility Matrix

Sl. Bidder’s
Description ONGC Contractor
NO comment (Y/N)
PERMITS
Issue of necessary work
1 permits for carrying out the X
job
Obtaining necessary
1.1 approvals for permits as and X
when required
Issue of Gate pass / permits
to facilitate easy movement
1.2 of contractor’s personnel, X
his tools / tackles as & when
required to be used
SUPPLY OF FUEL GAS, COMPRESSED AIR and WATER
Supply of fuel gas,
compressed air and water
2 free of cost and lighting X
facilities at a designated
point.
Extending this facility to the
place of work i.e.
2.1 connection of hoses, power X
cable from the source
termination etc.

SPARES AND CONSUMABLES


Supply of spares, bulk
consumables (Chemicals,
3 lubricants, filters etc.) , X
lighting fixtures etc.)

3.1 Consumables as per table 6 X

3.2 Ownership of spares and


X
consumables
Collect the spares from
designated places,
3.3 judiciously use and return X
the excess material to stores
in tagged condition.
HOUSEKEEPING

17
Housekeeping of all CPP
4 areas covered under scope X
of work (Sl No: 4.1A)
INSPECTION & MONITORING
Inspection and monitoring
5 of O&M work performed X
by the contractor
OEM SUPPORT
Arranging OEM Support
6 X
whenever required
Annual/ mandatory inspection
of HRSG like hydro test etc and
6.1 Liaoning with IBR authority X
related to certification of Boilers
etc.

TOOLS & TACKLES


Supply of tools and tackles
7 as indicated in Scope of X
work
Supply of special heavy
tools such as chain pulley
7.1 X
block, Spanners of size
above 41 mm etc.
Space allocation for storing
7.2 tools and tackles in X
respective units
TRANSPORTATION
Transportation of
8 contractor’s manpower to X
and fro from OGT
REQUIREMENT FOR SPECIFIC ITEMS
Requirement for X
consumables and any
9
specific material to be
raised by
MATERIALS/ HANDLING
Providing material handling
equipment like crane,
10 hydra, trailers, and related X
chain pulley blocks etc. in
operating condition
Ownership of materials
10.1 X
delivered to the contractor
Responsibility for safe
10.2 custody of all such X
materials
Replacement or repair for
10.3 any loss or damage which X

18
may occur to the material
under contractor’s custody

WORKSHOP
Electrical, mechanical and
Control systems workshops
11 X
along with calibration
equipments
TECHNICAL DOCUMENTS
Maintenance Manuals,
12 equipment history cards and
X
necessary technical literature
to be provided by
CANTEEN & FIRST AID FACILITY
Canteen facility to the
13 contractor’s manpower, on X
payment basis, if available
14 First AID Treatment X
Basic First Aid training and
14.1 firefighting training to X
contractor’s employees
OTHER CONTRACTUAL COMPLIANCES
Disposal of hazardous and
15 non-hazardous waste at X
designated places in OGT
Cotton uniform along with
PPE (safety glasses, safety
16 shoes, gloves, helmet etc.) to X
be provided to contractor’s
employees
17 Insurance coverage includes
the followings for
contractor’s employees
1. Public liability Act
Policy/ Third party
liability
2. Workman X
compensation Act
policy
3. Group personnel
accident policy
4. Group Medi – claim
policy
18 Record keeping of following
documents X
1. Log sheets
2. Maintenance reports

19
19 Office space for contractor’s
X
engineer in charge
20 Compliance of all applicable
X X
statutory laws

Section I
Indicative list of Equipment/s in CPP
Indicative list of static equipment/s in CPP

S. No. Description Quantity


1 Gas scrubber and Filter separator – HP 2
2 Gas scrubber and Filter separator – LP 2
3 Filter Separator 2
4 Steam Gas Heater (LP/HP) 2
5 Electrical Gas Heater (HP/LP) 2
6 Heat Recovery Steam Generator 2
7 Condensate collection flash tank 1
8 FRP cooling tower 1
9 Condensate Storage Tank 2
10 Gas Conditioning skid 1
11 De Aerator 2
12 Water wash Skid 1
13 Dump Condenser 1
14 IBD tank 1
15 CBD tank 1
16 Drain tank 1
17 LP Dosing Skid 3
18 HP Dosing Skid 2

Indicative list of Rotary equipment/s in CPP

S. No. Description Quantity


1 Gas Turbine with starting Diesel Engine 2
2 Emergency Diesel Engine 1
3 Vent Fan (ACC. COMPT, GT COMPT,& LGB COMPT) 12
4 Load Gear Box 2
5 Turbo generator 2
6 Lube Oil Mist Eliminator Blower 4
7 Diverter Damper 4
8 Guillotine Damper 4
9 Scanner Air Fan (For HRSG) 4
10 Boiler Feed Pump 3
11 HP Dosing Pump 4
12 Condensate Transfer Pump 2
13 Gas Heater condensate Transfer Pump 2
14 Water Wash Pump For GT 1
15 Water Injection Pump 4
16 Dump Condenser Condensate Extraction Pump(Vertical) 2

20
Indicative list of field equipments

S. No. Field Equipment Description


1 Pressure Gauges
2 Diaphragm Seal Pressure Gauges
3 De-Super-heaters
4 Pressure transmitters & Switches
5 SWAS system
6 Diaphragm Seal Pressure transmitters
7 Differential Pressure gauges
8 Differential pressure transmitters for flow, level and Pressure
9 Differential Pressure transmitters Diaphragm seal for level
10 Differential Pressure Transmitters Diaphragm Seal
11 Temperature Gauges
12 Temperature transmitters & switches
13 Special level equipments/ Guided Wave/ Radar
14 Level switches, Level Gauges
15 Current to Pneumatic convertors
16 Electronic local Indicator (Pressure, Temp, Flow, Level etc)
17 Position Transmitter
18 Magnetic pick-ups
19 Special Equipments fitted on Rotary Equipment (Package)
20 Rotameter, Flow Transmitter (Magnetic, Vortex, Mass, Turbine etc)
21 Flow Switches
Control valves (Globe, Butterfly, V-port, Ball, Plug etc with Positioners/ IP
22
converter/ DVC-6000 (FF type)/ Electro-pneumatic Positioners)
Shut down & Blow down valves- Ball, Butterfly, Plug with single acting or double
23
acting actuator
24 Direct and Pilot operated Solenoid Valves & Limit Switches
25 Junction Boxes (FF, Weather Proof & Explosive Proof)
26 Various skid Control Panels (Control room & field)
27 Continuous Emission Monitoring System
Analysers (Steam, Hydrocarbon, H2S, NOx, SOx, CO, O2, Dew Point, Moisture,
28
PH etc)
Gas Sensors (Hydrocarbon), Flame Sensors, Smoke & heat detectors connected to
29
Fire & Gas system (CPP unit & Control cum Switch gear Building)
30 Vibration Switches (Conditioning Monitoring System)

21
Section II
Indicative List of Mechanical, Tools and Tackles to be provided by the contractor but
not limited to
Table 1-GENERAL TOOLS

SL.
DESCRIPTION QTY UOM
NO.
HAMMERING RING SPANNER HEAVY DUTY STRAIGHT
1 2 SET
HANDLE 36 TO 80mm
HAMMERING RING SPANNER HEAVY DUTY OFFSET
2 1 SET
HANDLE 36 TO 80mm
3 HAMMERING OPEN END SPANNER 36 TO 80mm 1 SET
4 INSIDE AND OUTSIDE CALIPER UP TO 150 mm 1 EA
5 NON SPARKING HAMMER WITH FIBER HANDLE - 2 KG 2 EA
6 NON SPARKING HAMMER WITH FIBER HANDLE - 3 KG 2 EA
7 NON SPARKING HAMMER WITH FIBER HANDLE - 4 KG 2 EA
8 SLUDGE HAMMER WITH FIBER HANDLE - 2 KG 2 EA
9 SLUDGE HAMMER WITH FIBER HANDLE - 3 KG 2 EA
10 CHAIN BLOCK 1 TON, 2 FALL, 2m OPERATING LENGTH 2 EA
11 CHAIN BLOCK 2 TON, 2 FALL, 3m OPERATING LENGTH 2 EA
12 CHAIN BLOCK 5 TON, 3m OPERATING LENGTH 2 EA
13 WEB BELT 2 TON 2 m LONG 2 EA
14 WEB BELT 2 TON 5 m LONG 2 EA
15 WEB BELT 3 TON 4 m LONG 2 EA
16 WEB BELT 5 TON 5 m LONG 2 EA
17 WEB BELT 15 TON 10 m LONG 2 EA
18 D-SHACKLE - CAPACITY 4 TON 2 EA
19 D-SHACKLE - CAPACITY 6 TON 2 EA
20 D-SHACKLE - CAPACITY 10 TON 2 EA
21 CIRCLIP PLIER EXTERNAL STRAIGHT, LENGTH 250mm 1 EA
22 PIPE WRENCH-HEAVY DUTY 14" LONG 1 EA
23 HEXAGON KEY L-WRENCH (ALLENKEY) METRIC 2-20 mm 1 SET
HEAVY DUTY BOX SPANNER 36-80mm WITH T HANDLE
24 2 SET
AND RATCHET
TORQUE WRENCH 1/2" DRIVE 135-540 Nm TORQUE RANGE
25 1 EA
LENGTH 600mm
TORQUE WRENCH 1/2" DRIVE 35-250 Nm TORQUE RANGE
26 1 EA
LENGTH 600mm
27 HAND DRILLING MACHINE -CAPACITY UPTO 13MMDRILL 1 EA
BIT WITH SPARE BATTERY
28 ELECTRIC POWER OPERATED HOT AIR BLOWER 1 EA
HEAVY DUTY INDUSTRIAL VACUUM CLEANER WITH 5m
29 1 EA
LONG HOSE; Dust Capacity 8 lts; Suction 2300 mmwc
AIR OPERATED PISTOL DRILL MACHINE DRILL CAPACITY
30 1 EA
UPTO 13mm
31 DRILL BIT SET 2mm TO 13mm 2 SET

22
SL.
DESCRIPTION QTY UOM
NO.
HSS TAP AND DIE SET METRIC FROM 6mm TO 24mm WITH
32 1 SET
WRENCHES
33 HSS NPT TAP SET WITH WRENCHES 1/4" TO 1" 1 SET
HEAVY DUTY BEARING PULLER 3 JAW TYPE SPREAD 80-
34 1 EA
200mm REACH 400mm
HEAVY DUTY BEARING PULLER 3 JAW TYPE SPREAD 80-
35 1 EA
200 mm REACH 200 mm
VERNIER CALIPER 150mm LONG LEAST COUNT 0.02mm
36 WITH FINE ADJUSTMENT SUITABLE FOR INSIDE AND 1 EA
OUTSIDE MEASUREMENTS
VERNIER CALIPER 300mm LONG LEAST COUNT 0.02mm
37 WITH FINE ADJUSTMENT SUITABLE FOR INSIDE AND 1 EA
OUTSIDE MEASUREMENTS
38 DEPTH VERNIER 200mm LONG LEAST COUNT 0.02mm 1 EA
EXTERNAL MICROMETER RANGE 0-25mm LEAST COUNT
39 2 EA
0.01mm
40 DIALGAUGE WITH MAGNETIC STAND 0.01mm 4 SET
GRADUATION, 5mm TRAVEL 35-40mm DIAMETER DIAL
MATCHER PAIR VEE BLOCK TO HOLD JOB FROM 10mm TO
41 1 SET
80mm DIAMETER
42 BEVEL PROTRACTOR 1 EA
43 PARALLEL PIN PUNCH 2-8mm POINT DIAMETER 1 SET
44 TAPER PIN PUNCH 3-12 mm POINT DIAMETER 1 SET
45 STRAIGHT SHANK HOLLOW PUNCH 5-25mm 1 SET
FLAT ENGINEERS SCRAPER FOR SCRAPPING METALS -
46 2 EA
300mm LONG
MAGNETIC SECTION LEVELS 300 mm LONG (SPIRIT
47 2 EA
LEVEL)
LAPPING PLATE 24" DIAMETER - CAST IRON (MOC) WITH
48 1 EA
WOODEN COVER
49 MEASURING TAPE 3 m 2 EA
50 NUMBER PUNCH FONT SIZE 5mm 1 EA
51 LETTER PUNCH, FONT SIZE 5mm 1 EA
52 LUBE OIL BARREL ROTARY PUMP 1 EA
HEAVY DUTY GREASE GUN 400cc CAPACITY WITH
53 2 EA
FLIXIBLE HOSE AND NOZZLE
54 OIL INJECTION CAN 4 EA
55 PRESSURE TESTING HAND OPERATED PUMP 10 Ltr 2 EA
CAPACITY MAX TEST PRESSURE 60 Bar
56 SAFETY HARNESS (DOUBLE LAYAN TYPE) 6 EA
57 HEAVY DUTY INDUSTRIAL TOOL BAG 6 EA
58 PALLET TROLLEY HYDRAULLIC - CAPACITY 3 TON 1 EA
59 HYDRAULLIC JACKS CAPACITY - 5TON, 10 TON, WITH 1 SET
HAND PUMP
60 CHAIN PULLEY BLOCK,2T,SINGLE FALL 25 MTS LONG 1 EA

23
SL.
DESCRIPTION QTY UOM
NO.
61 MASTER LEVEL (MASTER SPIRIT LEVEL) 12" LONG 1 EA

BI HEX SOCKET SET 8mm TO 32mm WITH RATCHET,


62 1 SET
EXTENSION BAR, T-HANDLE AND STORAGE CONTAINER
AND INCHES SIZE UPTO 1 1/8”

Table 2-Technician Tool List

SL.
DESCRIPTION –TECHNICIAN TOOL LIST QTY UOM
NO.
1 DOUBL ENDED RING SPANNER 8-9, 10-11, 12-13, 14-15, 16-17, 1 SET
18-19, 20-22, 21-23, 24-26, 24-27, 25-28, 30-32, 36-41
2 DOUBL ENDED OPEN SPANNER 8-9, 10-11, 12-13, 14-15, 16-17, 1 SET
18-19, 20-22, 21-23, 24-26, 24-27, 25-28, 30-32, 36-41
3 ADJUSTABLE WRENCH 150mm LONG 1 EA
4 ADJUSTABLE WRENCH 250mm LONG 1 EA
5 PIPE WRENCH-HEAVY DUTY 12" LONG 1 EA
6 STRAIGHT JAW GENERAL PURPOSE GRIP WRENCH, LENGTH 1 EA
250mm
7 SCREW DRIVER HEAVY DUTY FLARED TIP, ROUND BLADE 1 EA
100mm BLADE LENGTH
8 SCREW DRIVER HEAVY DUTY FLARED TIP, ROUND BLADE 1 EA
WITH HEXAGON BOLSTER 150mm BLADE LENGTH
9 CUTTING PLIER 200mm LONG WITH GRIP HANDLE 1 EA
10 NOSE PLIER 200mm LONG WITH GRIP HANDLE 1 EA
11 CIRCLIP PLIER EXTERNAL STRAIGHT, LENGTH 175mm 1 EA
12 CIRCLIP PLIER INTERNAL STRAIGHT, LENGTH 175mm 1 EA
13 HEAVY DUTY FLEXIBLE STEEL BLADE COMFIRT GRIP 1 EA
SCRAPER BLADE WIDTH 50mm LENGTH 125mm
14 NEEDLE FILE ALL TYPE AND SHAPE 100mm LONG 1 SET
15 FLAT COLD CHISEL WIDTH 12mm LENGTH 200mm 1 EA
16 FLAT COLD CHISEL WIDTH 10mm LENGTH 150mm 1 EA
ENGINEERS FILE WITH WOODEN HANDLE OVERALL LENGTH
17 255mm (BASTARD CUT, SECOND CUT) FLAT AND HALF 1 SET
ROUND TYPE
18 ENGINEERS STEEL RULE METRIC AND INCHES 150mm 1 EA
ROUND END
19 ENGINEERS STEEL RULE METRIC AND INCHES 300mm 1 EA
ROUND END
20 MEASURING TAPE 3M 1 EA
21 FEELER GAUGE 20 BLADES OF LENGTH 100mm AND 1 EA
THICKNESS 0.05-1mm
22 FEELER GAUGE 20 BLADES OF LENGTH 300mm AND 1 EA
THICKNESS 0.05-1mm

24
23 RECTANGULAR MIRROR WITH TELESCOPIC SHAFT AND 1 EA
BALL AND SCOKET JOINT
24 GENERAL PURPOSE STRAIGHT BLADE TIN SNIP (SHIM 1 EA
CUTTER), LENGTH 250mm
25 HEAVY DUTY HACKSAW FRAME WITH 300mm BLADE 1 EA
26 INDUSTRIAL CANTILEVER TYPE 5 TRAY TOOLBOX LENGTH 1 EA
450mmWIDTH 200mM DEPTH 200mm
Table 3-Fitter Tool List

SL.
DESCRIPTION FOR FITTER Tool List QTY UOM
NO
ELECTRIC POWER OPERATED ANGLE GRINDING MACHINE
1 5 INCH 1 EA
ELECTRIC POWER OPERATED ANGLE GRINDING MACHINE
2 7 INCH 1 EA

3 ELECTRIC POWER OPERATED FF2 GRINDING MACHINE 1 EA


GAS CUTTING SET CONSIST OF 10m DA & OXYGEN HOSE
WITH FLASH BACK ARRESTERS, CUTTING TORCH WITH
4 VARIOUS TYPES OF NOZZLES, OXYGEN & DA REGULATOR, 1 SET
BLOW PIPE WITH VARIOUS TYPES OF NOZZLES
5 MARKING CHALK 1 PKT
6 LINE DORI 1 EA
7 MEASURING TAPE 5m 1 EA
8 RIGHT ANGLE 1m LONG 2 EA
9 TRY SQUARE 300mm 2 EA
10 WATER LEVEL TUBE 5 METER
11 SPIRIT LEVEL 300mm Magnetic 2 EA
12 SPIRIT LEVEL 1000mm 1 EA
15 HSS DRILL BIT 2-13mm 1 SET
16 PLUM LEVEL 1 EA
Table 4-Description for Welder Tool List
SL.
DESCRIPTION FOR WELDER Tool List QTY UOM
NO.
3 PHASE PORTABLE WELDING RECTIFIER SET SUITABLE
1 1 SET
FOR TIG WELDING WITH 60m OF WELDING CABLE
2 ARC WELDING HOLDER 1 EA

TIG WELDING SET CONSIST OF ARGON REGULATOR, TIG


3 WELDING TORCH, TIG WELDING ELECTRODE, ARGON 1 SET
HOSE 3 m LONG

4 MOTHER OVEN FOR BAKING ELECTRODE 1 EA


5 PROTABLE HAND HELD OVEN FOR STORING THE BAKED 1 EA
ELECTRODE

25
6 WELDER RELATED PPE LIKE FACE SHIELD, APRON, 1 SET
LEATHER GLOVES
7 WELDING CHIPPING HAMMER 1 EA
8 FIRE BLANCKET 1m WIDE X 3m LONG 5 EA

Table 5-Standard Tool Kit for Instrumentation and Electrical dept.

SL C.S. Electrical
Description Make UOM Total Remarks
No Qty. Qty

Allen TVS, Taparia 1 no. for Each


1 Set 8 4 12
keys(Inches) or equivalent Technician

TVS, Taparia 1 no. for Each


2 Allen keys(mm) Set 8 4 12
or equivalent Technician
12 " Hacksaw
1 no. for Each
3 Frame And Power No 8 4 12
Technician
Blades
Baby Hacksaw
4 Power No 4 4 8 Common Tool
Frame & Blades
Electrical Air
5 Bosch No 1 2 3 Common Tool
Blower
Electrical wire Taparia or
6 No 4 4
strippers equivalent
Taparia or 1 no. for Each
7 Wire Strippers No 8 8
equivalent Technician
Double Ended
Mekaster,Snap
Open Spanner, 1 set for Each
8 On, Grip hold, Set 8 8
Size up to 6- Technician
Taparia
36 mm
Double Ended
Taparia or 1 set for Each
9 Ring Spanner, Set 8 4 12
equivalent Technician
size 6- 36 mm
Double Ended Mekaster,Snap
10 Open Spanners, On, Grip hold, Set 1 1 Common Tool
up to 15/16" Taparia
Adjustable
Screw Spanner Taparia or
11 set 4 4
of Sizes equivalent
4",6",8",12"
Tubular Spanner Taparia or
12 Set 4 4 8 Common Tool
set 6 -22 equivalent

26
SL C.S. Electrical
Description Make UOM Total Remarks
No Qty. Qty
Crimping Tool
for End Splice/
13 Bootlace ferrule, Standard make No 4 4 Common Tool
Wire Size : 0.25
to 6 mm2
Crimping Tool
for Pre-insulated
14 Terminal, Wire Standard make No 4 4 Common Tool
Size : 0.14 to 6
mm2
Cable Crimping
Jainson or
15 Tool (up to 35 No 2 2
equivalent
sqmm.)
Cable Hydraulic
Jainson or
16 Crimping tool(up No 1 1
equivalent
to 630 sqmm
1 set for each
Chisels i) 3" , Taparia or
17 Set 8 2 10 technician
ii)4",iii) 6" equivalent
Common Tool
i)Flat File JK Files,
1 no. for Each
18 ii)Round File iii) Taparia or No 8 8
Technician
1/2" Round File equivalent
JK Files,
Files, Flat, Knife,
19 Taparia or No 2 2
Round 6", 8",12"
equivalent
Circlip Plier
Inner & Outer Taparia or
20 No 4 2 6 Common Tool
4", 6", 8" Bend, equivalent
Straight Types
Insulated
Taparia or 1 no. for Each
21 Combination No 8 4 12
equivalent Technician
Pliers 6" and 8"
Nose Plier Taparia or
22 No 4 4
4",6"and 8" equivalent
Long Nose Plier Taparia or 1set for Each
23 set 8 4 12
4",6"and 8" equivalent Technician
De-soldering
24 Bosch No 1 1
Guns
Grease Gun
25 SKF/equivalent No 1 1
500gms
Hammers Taparia or 1 no. for Each
26 No 8 4 12
i)1/4, ii)1/2 Kg equivalent Technician

27
SL C.S. Electrical
Description Make UOM Total Remarks
No Qty. Qty
Hammers -
27 Wood and NA No’s 2 2 Common Tool
Bronze
Pipe Wrenches Taparia or 1 no. for Each
28 No 8 8
6"and 12" equivalent Technician
Pipe Wrenches Taparia or
29 No 2 2
8" equivalent
Mekaster,Snap
Torque wrench
30 On, Grip hold, No 1 1 1 No.
60Nm
Taparia
Taparia or 1 no. for Each
31 Cutting Knives No 8 4 12
equivalent Technician
Measuring Tape Freemen or 1 no. for Each
32 No 8 8
3 Meters equivalent Technician
Measuring Tape Freemen or
33 No 1 1
10 Meters equivalent
Taparia or 1 no. for Each
34 Center punch 4" No’s 8 2 10
equivalent Technician
Taparia or
35 Center punch 6" No’s 2 2
equivalent
Hand Gloves
36 Honeywell Sets 2 2
(11 Kv)
37 Scissors Standard make No 2 2 4 Common Tool
38 Cutting Scissors Bosch No 1 1
Taparia or 1 no. for Each
39 Line Tester No’s 8 11 8
equivalent Technician
Screw Driver Set Taparia or 1 no. for Each
40 No 8 4 12
(Star & Plain) equivalent Technician
Screw Driver of
Taparia or 1 no. for Each
41 Sizes 6",8" and Set 8 4 12
equivalent Technician
12"(Minus Type)
Multi Screw Taparia or 1 no. for Each
42 Set 8 2 10
Driver kit equivalent Technician
Watch maker
43 Screw driver set Standard make set 2 2 Common Tools
(star and Minus)
Taparia or
44 Side Cutters No 4 4 8 Common Tool
equivalent
Steel Rulers 6"
45 Standard make 02 02
and 12"

28
SL C.S. Electrical
Description Make UOM Total Remarks
No Qty. Qty

Soldering Iron
Link or
46 With 0.5 mm No 2 1 3 Common Tool
equivalent
Lead And Paste

Metal Clad
Extension Board
with 6 & 16
amps socket with
47 input 63 amps GM No 2 4 4 Common Tool
ELCB and
output MCB’s
with 50 mts.
Length cable
Knockout punch
48 for glanding Standard make No 1 1
holes
Push Pull
Fittings 6mm 1 no. for Each
49 Standard make No 2 2
OD to Technician
1/4",1/2",3/4"
Tube Bender
50 Standard make No 2 2 Common Tool
1/2"
Tube Bender
51 Standard make No 2 2 Common Tool
1/4"
52 Tube Cutter Standard make No 3 3 Common Tool
Pointer Puller
1 no. for Each
53 for Pressure Standard make No 8 8
Technician
Gauge
Each size 2 no'
Monkey Pliers 6"
54 Standard make Nos 2 2 s Common
and 8"
Tool

1 no. for Each


55 Tool Bag/Box Standard make No 8 10 12
Technician
Umbrella(Jumbo
56 No 1 1
size)
Common Tool
57 Box for keeping Standard make No 1 1 Common
Common Tools

Measuring Equipments

29
SL C.S. Electrical
Description Make UOM Total Remarks
No Qty. Qty

Digital Multi
1 Fluke No 2 2 4
Meters (Non-IS)

1 no. for Each


Technician ,
Digital Multi
2 Fluke No 1 1 2 One Should be
Meters (IS)
calibrated on
yearly basis

Digital Insulation
Tester/Megger
3 Megger/Fluke No 2 2
range500 and
1000V
Earth
4 Tester/Megger Waco/Fluke No 2 2
with spikes
Tong Tester/AC-
5 DC Clamp Kyoristu/Fluke No 2 2
Meter(0-1000A)
6 Lux Meter Amprobe No 1 1
Digital Insulation
Tester/Megger
7 Kyoristu No 1 1
2500V and
5000V
Analog Motor
8 EMC No 2 2
Checker
Temperature
9 Fluke No 1 1
Gun
AC-DC Leakage
clamp
10 Kyoristu No 1 1
meter(1mA-200
A)

Table no. 06 Consumables list for Mechanical, Electrical and Instrumentation


related jobs but not limited to:

CONSUMABLE LIST-MECHANICAL.
MINIMUM QUANTITY TO BE
SL.NO DESCRIPTION MAINTAINED UOM
(at any point of time)

30
1 WD-40 -400ml 10 EA
2 RUSTOLINE - 5 LITER 3 EA
3 FLOOR CLEANING LIQUID 5 LITER
SOAP
4 COTTON RAGS (BANIYAN 10 KG
CLOTH-12"x12")
5 TEFLON TAPE 3/4" WIDTH 10 EA
6 WIRE BRUSH 10 EA
7 SCRAPPER - 2" WIDTH 10 EA
8 DEGREASER IN AEROSOL 10 EA
BOTTLES (which can vaporize)

Deliverables

Sr. Penalty, if criteria not


Description
No. met
40 Key persons need to be provided for
As per clause no.
operation and maintenance of Captive Power
1 1.13(a) of scope of
Plant which includes operations, Mechanical,
work.
Electrical and Control system
Response time for mobilization of manpower As per clause no.
2 within 02 hrs. in event of emergency in odd 1.13(b) of scope of
hours. work.
Recovery due to non-availability of Certified As per clause 7.2 of
3
tools and tackles scope of work.

31

You might also like