You are on page 1of 896

 

GAIL (India) Limited


(A Govt. of India Undertaking)
A Maharatna Company
Noida, INDIA

BID DOCUMENT

FOR

LAYING & CONSTRUCTION OF NATURAL GAS


PIPELINE AND TERMINALS ALONG WITH ASSOCIATED
FACILITIES FOR ANGUL-SRIKAKULAM PIPELINE
PROJECT (PART-B)

DOMESTIC COMPETITIVE BIDDING

Tender ID 2021_GAIL_99063
 

Bid Document No.: 05/51/23VA/GAIL/001(i)-3

VOLUME – I OF IV

PREPARED AND ISSUED BY


MECON LIMITED
(A Govt. of India Undertaking)
Delhi, India
 

1 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

CONTENT

Section: I INVITATION FOR BID (IFB)

Section: II BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

Section: III INSTRUCTION TO BIDDERS, ANNEXURE & FORMS & FORMAT

Section IV GENERAL CONDITIONS OF CONTRACTS – WORKS (GCC- WORKS)

Section V: SPECIAL CONDITION OF CONTRACTS (SCC) & ANNEXURE TO SCC

Section VI: PARTICULAR JOB SPECIFICATION

Section VII: SCHEDULE OF RATES/ BOQ

‐ 2 ‐ 
  2 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

SECTION-I

INVITATION FOR BID


(IFB)

‐ 3 ‐ 
  3 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
SECTION-I
"INVITATION FOR BID (IFB)”

Ref No: 05.51.23VA.GAIL.001(i)-3 Date: 23.12.2021


To,
PROSPECTIVE BIDDERS
SUB: TENDER DOCUMENT FOR LAYING & CONSTRUCTION OF NATURAL GAS
PIPELINE AND TERMINALS ALONG WITH ASSOCIATED FACILITIES FOR
ANGUL-SRIKAKULAM PIPELINE PROJECT ( PART-B) OF M/S GAIL
(INDIA) LIMITED

Dear Sir/Madam,

1.0 GAIL (India) Limited [having registered office at 16, Bhikaji Cama Place, New
Delhi 110066 CIN No. L40200DL1984GOI018976], the largest state-owned
natural gas processing and distribution company and the Maharatna, has engaged
MECON limited as Project Management Consultant, for ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
MECON Ltd. on behalf of GAIL (India) Ltd. invites bids from bidders for the
subject job/works, in complete accordance with the following details and enclosed
Tender Documents. Bids submitted online on e-tendering CPP portal of Government
(https://etenders.gov.in/eprocure/app) shall only be considered for processing. 

2.0 The brief details of the tender are as under:

LAYING & CONSTRUCTION OF


NAME OF WORK / BRIEF SCOPE OF NATURAL GAS PIPELINE AND
(A)
WORK / JOB TERMINALS ALONG WITH
ASSOCIATED FACILITIES
05/51/23VA/GAIL/001(i)-3
(B) TENDER NO. & DATE Tender ID : 2021_GAIL_99063
Date : 23.12.2021

SINGLE BID
SYSTEM 𝐗 

(C) TYPE OF BIDDING SYSTEM TWO BID


SYSTEM √ 

DOMESTIC COMPETITIVE BIDDING

E-TENDER
√ 

(D) TYPE OF TENDER


MANUAL
𝐗

‐ 4 ‐ 
  4 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Tender ID : 2021_GAIL_99063

COMPLETION/CONTRACT PERIOD :
For any Section, more than one Section, or for all the Sections
(E)
Completion schedule shall be 9 (Nine) months from the date of Go –ahead/ Fax of
Acceptance (FOA) for Mechanical Completion including mobilization period of 1 (one)
month and thereafter 1 (One) month for drying, commissioning and Gas-in.

Bidder is required to submit Declaration for Bid


(F) DECLARATION FOR BID SECURITY
Security in bid as per proforma at Form F-2A
From 23.12.2021 to 24.01.2022 (1400 Hrs,
IST) on following websites:
(i) Govt. e-Procurement System of
National Informatics Center (NIC)
AVAILABILITY OF TENDER – https://etender.gov.in/eprocure/app
(G)
DOCUMENT ON WEBSITE(S)
(ii) GAIL’s Tender Website –
www.gailtenders.in
(iii) MECON’s Tender Website:-
www.meconlimited.co.in
04.01.2022 (Tuesday) & 05.01.2022
(Wednesday)
Assembly point: GAIL Camp, Berhampur at
Hotel Nandan International,
Old bus stand, Infront of G.P.O, Brahmapur,
Odisha-760001

(HA) SITE VISIT Time for assembly: 10:00 AM

Contact person from MECON for site visit:


Mr. Shahrukh Siddiqui (Mob: 7070476333)
Contact person from GAIL for site visit: Mr. V
Santakumar, DGM (Construction),
(Mob: 9725002395)

Date : 06.01.2022
Time : 1500 Hrs (IST)
Shall be conducted through Video
DATE, TIME & VENUE OF PRE-BID
(H) Conferencing
MEETING
Details of VC via Google Meet -
Video call link:
https://meet.google.com/rsw-kqqa-euz
DUE DATE & TIME OF BID- Date : 24.01.2022
(I)
SUBMISSION (ON OR BEFORE) Time : Upto 1400 Hrs (IST)
Date : 25.01.2022
DATE AND TIME OF UN-PRICED BID Time : At 1500 Hrs (IST)
(J)
OPENING Shall be conducted through Video
Conferencing
‐ 5 ‐ 
  5 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Details of VC via Google Meet -
Video call link:
https://meet.google.com/bpd-jwfe-owj
Mr. Rakesh Sharma
Sr. GM (Contracts)
MECON Limited 15th Floor,
CONTACT DETAILS OF TENDER SCOPE Minar, North Tower
(K)
DEALING OFFICER Laxmi Nagar, District Center, Delhi – 110 092
Telephone: +91-11-22401103/22401143
Fax: +91-11-22041214/22421310
E-mail: cont-delhi@mecon.co.in
M/s GAIL (India) Limited
(L) DEALING GAIL’S OFFICE ADDRESS 17th Floor, Jubilee Tower, B-35/36, Sector-1,
Noida, U.P., India
In case of the days specified above happens to be a holiday in GAIL, the next working day
shall be implied.
3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB (Section-III)
depending upon Type of Tender [refer Clause no. 2.0 (D) above]. The IFB is an integral
and inseparable part of the bidding document.
4.0 In case of E-Tender, bid must be submitted only on https://etender.gov.in/eprocure/app   
Further, the following documents in addition to uploading the bid on Govt. CPP Portal
shall also be submitted in Original (in physical form) within 7 (seven) days from the bid
due date provided the scanned copies of the same have been uploaded in e-portal by the
bidder along with e-bid within the due date and time to the address mentioned in Bidding
Data Sheet(BDS)[Annexure-IV to Section-III]:-
i) Declaration for Bid Security
ii) Power of Attorney
iii) Integrity Pact (if applicable)

5.0 In case of Manual Tenders, bids complete in all respect should reach at the address
specified in Bid Data Sheet on or before the due date & time. Bids received after the due
date and time is liable to be rejected.

6.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents
and not to stipulate any deviations/exceptions.

7.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against
this Tender Document, may download the complete Tender Document alongwith its
amendment(s) if any from websites as mentioned at 2.0 (G) of IFB and submit their Bid
complete in all respect as per terms & conditions of Tender Document on or before the
Due Date & Time of Bid Submission.
8.0 Bid(s) received from bidders to whom tender/information regarding this Tender
Document has been issued as well as offers received from the bidder(s) by downloading
Tender Document from above mentioned website(s) shall be taken into consideration for
evaluation & award provided that the Bidder is found responsive subject to provisions
contained in Clause No. 2 of ITB (Section-III).

‐ 6 ‐ 
  6 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
The Tender Document calls for offers on single point “Sole Bidder” responsibility basis
(except where JV/Consortium bid is allowed pursuant to clause no. 3.0 of ITB) and in
total compliance of Scope of Works as specified in Tender Document.

9.0 Any revision, clarification, corrigendum, time extension, etc. to this Tender Document
will be hosted on the above mentioned website(s) only. Bidders are requested to visit the
website regularly to keep themselves updated. In case of manual tendering,
Clarification(s)/Corrigendum(s), if any, shall be sent to the prospective bidder(s) by
email/post.
10.0 All bidders including those who are not willing to submit their bid are required to submit
F-6 (Acknowledgement cum Consent letter) duly filled within 7 days from date of
receipt of tender information.
11.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the
Tender Document.

This is not an Order.

For & on behalf of


GAIL (India) Limited

(Rakesh Sharma)
Sr.GM (Contracts)
MECON Limited 15th Floor, SCOPE Minar, North Tower
Laxmi Nagar, District Center, Delhi – 110 092
Telephone: +91-11-22401103 / 22401143
Fax: +91-11-22041214 / 22421310
E-mail: cont-delhi@mecon.co.in

‐ 7 ‐ 
  7 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : 05/51/23VA/GAIL/001(i)-3


Tender ID : 2021_GAIL_99063

Description : LAYING & CONSTRUCTION OF NATURAL GAS


PIPELINE AND TERMINALS ALONG WITH
ASSOCIATED FACILITIES FOR ANGUL-
SRIKAKULAM PIPELINE PROJECT ( PART-B)  OF
M/S GAIL (INDIA) LIMITED

Due Date& Time : 24.01.2022 at 1400 Hrs (IST)

From: To:

The Sr. General Manager (Contracts)

MECON LIMITED

15TH FLOOR, NORTH TOWER,

SCOPE MINAR, LAXMI NAGAR,

DELHI – 110092

Ph No.: 91-11-22401144/22401103

Fax No.: 91-11-22041214

Email : cont-delhi@mecon.co.in

(To be pasted on the envelope containing Physical documents)


=======================================

   

 
‐ 8 ‐ 
  8 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
 

SECTION-II

BID EVALUATION
CRITERIA &
EVALUATION
METHODOLOGY

‐ 9 ‐ 
  9 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

BID EVALUATION CRITERIA

A. Technical Criteria

A.1 The bidder should have successfully executed (*)/ completed in last 7 (Seven) years to be
reckoned from the bid due date, at least one single contract (**) involving laying /
installation, Hydro-testing and ‘EGP or Drying or Nitrogen purging or Commissioning’
of buried cross country hydrocarbon steel Pipeline of diameter and length as given below
for qualifying for the section(s):

Quoted for Section Minimum Requirement for qualification


Section I (18" x 48 Km) Minimum 24 Km of Dia. 12” OD and above
Section II (12" x 142.8 Km) Minimum 71.4 Km of Dia. 8” OD and above
Section III (12" x 68.3 Km) Minimum 34.15 Km of Dia. 8” OD and above
Section IV (12" x 62.97 Km) Minimum 31.49 Km of Dia. 8” OD and above

Note:
i) (*) As defined in ‘Documents required for qualification’ at clause no. F [A.1 (b)].

ii) (**) In case more than one contract are emanating against one tender, these
contracts are to be considered as single contract for evaluation of credentials of a
bidder for meeting their experience criteria (Applicable for all sections).

iii) If a bidder quote for one section, the bidder must meet the qualification
requirement of respective section in a single contract, as mentioned in above
table.

iv) If a bidder quote for more than one section and meet respective qualification
requirement through separate contract(s) the bid shall be considered qualified for
all such quoted sections on individual basis. In such case, award shall be done for
any one section only out of such quoted section(s), on least cost basis.

However, in case such bidder meet the minimum qualification requirements of


length & diameter of respective section(s) in a single contract under different
SOR/BOQ items, such bid shall also be considered qualified for all quoted
sections on combined basis. However, award shall be done for maximum two
sections, on least cost basis.

v) If a bidder to qualify for two quoted sections, the bidder shall have to meet the
qualification criteria for combined quoted sections under single contract for single
diameter execution, as under:

(a) Bidder who quotes for any two sections, must meet the BEC (Technical)
requirements on cumulative length basis and with higher diameter for two
quoted sections, in a single contract.

‐ 10 ‐ 
  10 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
(b) If a bidder quotes for more than two sections, then bidder must meet the
qualifying BEC (Technical) requirement of length on cumulative basis
applicable for any two quoted sections having highest length
requirement(s), in a single contract. However, if quoted section(s) include
Section–I, the required cumulative length as defined above, shall be for
minimum diameter of 12”.

A.2 In case the bidder has an experience as a consortium member and such a member has
executed earlier a job within its scope as a member of the consortium, which is required
as experience as per the qualification criteria in clause no. A.1, will be considered.
Appropriate documentary evidence to establish this is to be submitted towards such
experience.

A.3 EQUIPMENT DEPLOYMENT CRITERIA

Bidder shall meet the minimum construction equipment requirement as specified in the
bidding document (Annexure-II to Section-II).

Bidder who quotes for any two sections shall meet the qualifying Equipment
Deployment Criteria of BEC (Technical) requirement on cumulative basis.

Further, if a bidder quotes for more than two sections to get qualified for all such quoted
sections, then bidder must meet the qualifying minimum Equipment Deployment Criteria
of BEC (Technical) requirement on cumulative basis of any two quoted sections having
maximum number of equipment requirement.

Note to Clause no. A:

(i) A Job executed by a Bidder for its own plant/ project cannot be considered as
experience for the purpose of meeting BEC of this Tender Document. However, jobs
executed for Subsidiary/Fellow subsidiary / Holding company will be considered as
experience for the purpose of meeting BEC subject to submission of tax paid invoice (s)
duly certified by Statutory Auditor of the Bidder towards payments of statutory tax in
support of the job executed for Subsidiary/Fellow subsidiary/ Holding company. Such
Bidders to submit these documents in addition to the documents specified to meet BEC.

(ii) Consortium bids are not acceptable.

(iii) Eligibility criteria in case bid is submitted on the basis of technical experience of
FOREIGN BASED ANOTHER COMPANY(SUPPORTING COMPANY) which holds
more than fifty percent of the paid up share capital of the bidder company or vice versa:

Offers of those bidders (not under consortium arrangement) who themselves do not meet
the technical experience criteria as stipulated in the BEC and are quoting based on the
experience of Foreign based another company (Supporting Company) can also be
considered. In such case the supporting company should hold more than fifty percent of
the paid up share capital of the bidding company or vice versa.

‐ 11 ‐ 
  11 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Credential of Supporting company from a country which shares a land border with India
will only be considered if they are registered with the Competent Authority as on bid due
date, specified in Annexure I of Order (Public Procurement No. 1) dated 23.07.2020 of
Department of Expenditure.

However, the supporting company should on its own meet the technical experience as
stipulated in the BEC and should not rely on any other company or through any other
arrangement like Technical collaboration agreement.

In that case as the bidding company is dependent upon the technical experience of
another company with a view to ensure commitment and involvement of the companies
involved for successful execution of the contract, the participating bidder should enclose
the following Agreements/ Guarantees/ Undertakings along with the techno-commercial
bid:

(i) An Agreement (as per format enclosed at Appendix-A1 to Section-II) between


the bidder and the supporting company.

(ii) Guarantee (as per format enclosed at Appendix-A2 & A2A to Section-II) by the
supporting company to GAIL for fulfilling the obligation under the Agreement.

(iii) Registration of Supporting company with the Competent Authority as on bid due
date, specified in Annexure I of Order (Public Procurement No. 1) dated
23.07.2020 of Department of Expenditure.

(iv) Undertaking by Supporting Company to provide a Performance Bank Guarantee


(as per format and instructions enclosed at Appendix-A3 to Section-II),
equivalent to 50% of the value of the PBG which is to be submitted by the
bidding company, in case of being the successful bidder.

In cases where foreign based supporting company does not have Permanent
Establishment in India as per Indian Income Tax Act, the bidding company can
furnish Performance Bank Guarantee for an amount which is sum of PBG amount
to be submitted by the bidder and additional PBG amount required to be
submitted by the supporting company subject to the condition that supporting
company have 100% paid up equity share capital of the bidder either directly or
through intermediate subsidiaries or vice versa.

In such case bidding company shall furnish an undertaking that their foreign
based supporting company is not having any Permanent Establishment in India in
terms of Income Tax Act of India.
(v) Undertaking from the supporting company to the effect that in addition to
invoking the PBG submitted by the bidding company, the PBG provided by
supporting company shall be invoked by GAIL due to non-performance of the
bidding company.

Note:

‐ 12 ‐ 
  12 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
In case supporting company fails to submit Bank Guarantee as per (iv) above, SD
submitted by the bidder shall be forfeited and action shall be taken against the bidder as
per declaration for bid security

The Financial BEC of tender is to be met by bidder on their own.


(vi) Supporting company of the bidders shall not be on ‘Holiday’ by GAIL or public
sector PMCs (like EIL, MECON only due to “poor performance” or “corrupt
and fraudulent practices”) or banned/blacklisted by Government department/
PSUs on due date of submission of bid.”

B FINANCIAL CRITERIA

B.1 Annual turnover

The minimum annual turnover (i.e. Revenue from Operations) of the bidder as per their
audited financial statement in any one of the three immediate preceding financial years
shall be as under:

Minimum Annual Turnover


Description
Rs. (in Lakhs)
Section - I 2,165
Section - II 5,595
Section - III 2,410
Section - IV 2,135

B.2 Net Worth

Net worth of the bidder should be positive as per the last audited financial year. For the
purpose of net worth for this tender, the same shall be as defined in Format F-10.

B.3 Working Capital

The minimum working capital of the bidder as per the last audited financial year shall be
as under: -

Minimum Working Capital


Description
Rs. (in Lakhs)
Section - I 433
Section - II 1,119
Section - III 482
Section - IV 427

Note to B:

‐ 13 ‐ 
  13 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
(i) If the bidder’s working capital is negative or inadequate, the bidder shall submit a
letter from their bank having net worth not less than Rs.100 crores (or equivalent
USD), confirming the availability of line of credit for the amount mentioned herein
above. The line of credit letter from bank to be submitted strictly as per format at F-
9.

The Declaration Letter/Certificate for line of credit due to short fall of working
capital shall be from single bank only. Letters from multiple banks shall not be
applicable. However, banking syndicate will also be acceptable wherein a group of
banks can jointly provide line of credit to the bidder.

(ii) Bidder who quotes for any two sections to get qualified for both quoted sections
shall have to meet the qualifying annual turnover & working capital requirement on
cumulative basis for the quoted section(s). Further, bidder who quotes for more than
two sections to get qualified for all such quoted sections, shall have to meet the
qualifying, annual turnover & working capital requirement on cumulative basis, of
any two quoted section(s) having highest value requirement, shall be considered
qualified for any two combination of quoted sections.

(iii) Annual Turnover: Preceding 3 financial years mentioned in aforesaid BEC refer to
immediate 3 preceding financial years wherever the closing date of the bid is after
30th November (or as amended by Government time to time) of the relevant
financial year. In case the tenders having the due date for submission of bid up to
30th November (or as amended by Government time to time) of the relevant
financial year, and audited financial results of the immediate 3 preceding financial
years are not available, the audited financial results of the 3 years immediately prior
to that will be considered. Further, in case bidder is meeting the Annual Turnover
criteria of BEC based on Audited Financial Statement of any one of the preceding 3
financial years (as mentioned above), the same shall suffice and bidder may submit
format F-10 accordingly.

(iv) Net Worth/Working Capital: Immediate preceding financial year mentioned in


aforesaid BEC refer to audited financial results for the immediate preceding
financial year wherever the closing date of the bid is after 30th November (or as
amended by Government time to time) of the relevant financial year. In case the
tenders having the due date for submission of bid up to 30th November (or as
amended by Government time to time) of the relevant financial year, and audited
financial results of the immediate preceding financial year is not available, in such
case the audited financial results of the year immediately prior to that year will be
considered. Bidder is to submit Audited Financial Statement of immediate preceding
financial year (as mentioned above) along with format F-10 accordingly for
Networth / Working Capital.

C. VOID

D. Only documents (Work Order, Completion certificate, Execution Certificate etc.) which
have been referred/ specified in the bid shall be considered in reply to queries during
evaluation of Bids.

Experience of bidder acquired as a subcontractor can be accepted against submission of


certificate from end user by such bidder along with other specified documents.

‐ 14 ‐ 
  14 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Further, any shortfall information / documents on the Audited Annual Report / Financial
Statement of the Bidder and/or line of credit for working capital issued on or before the
final bid due date can only be considered as submitted in bid/subsequent response against
GAIL/PMC’s query, if any. Any information/ documents issued post final bid due date
shall not be considered for evaluation.

E. RELAXATION OF PRIOR TURNOVER AND PRIOR EXPERIENCE FOR


STARTPUS (AS DEFINED IN GAZETTE NOTIFICATION NO. D.L-33004/99
DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF COMMERCE AND
INDUSTRY), AS AMENDMED TIME TO TIME

Not Applicable

F. Documents/Documentary Evidence required to be provided (upload in Govt. CPP portal)


by participating bidder along with the un-priced bid to qualify / meet the requirements of
BEC:

BEC
Clause Description Documents required for qualification
no.
A Documents Required-Technical Criteria
A.1 Experience as a single (a) Detailed work order along with Schedule of
bidder Rates.
(b) Completion certificate issued by end user /
Owner (or their consultant who has been
duly authorized by owner to issue such
certificate).

In case the work of submitted Work Order is


not completed, such bid is also acceptable
subject to submission of Execution
certificate (issued by the end user/
owner/authorized consultant) in place of
completion certificate for meeting the
stipulated experience criteria, provided that
the asset for which the said execution
certificate has been issued is ready for
commercial use i.e. ‘Hydro-testing’ and
‘EGP or Drying or Nitrogen purging’, has
been completed.

Note: The completion certificates / execution


certificate shall have details like work order no.;
date, brief scope of work, completion date / date
of execution certificate etc.
A.2 Experience as consortium (a) Same documents as mentioned in A.1
member above.
(b) Consortium Agreement / MOU clearly
defining the scope and responsibility.
Note: The completion certificates / execution
certificate shall have details like work order no. ;
‐ 15 ‐ 
  15 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
BEC
Clause Description Documents required for qualification
no.
date, brief scope of work, completion date,
executed order value etc.
A.3 Equipment Deployment Equipment’s (owned) as per Annexure- 2 to
Criteria BEC:
1. The bidder shall submit the certificate from
chartered accountant (for ownership /
possession of equipments / vehicles) as per
format F-19 enclosed in the Bid Document.

2. The submission of Format F-19 is


mandatory.

3. “For equipment to be purchased" - Purchase


order duly accepted by equipment supplier
and with equipment delivery to project site,
meeting the equipment deployment schedule.
However, contractor to own minimum 50%
of the equipment against each type of
equipment; balance 50% may be covered
under to be purchased "Category". If 50% is
a fraction, the same needs to be rounded off
to next higher number for the minimum
owned category. The purchase order shall be
duly signed & stamped by Chartered
Accountant / statutory auditor. Date of
purchase order shall be before bid due date.

4. The bidder shall submit Certificate from


Chartered Engineer certifying that the bidder
own equipments are under good health and
working condition as per Format F-20
enclosed in the Bid Document.

Note to Jobs executed for Tax paid invoice(s) duly certified by statutory
A (i) Subsidiary / Fellow auditor of the bidder towards payments of
subsidiary/ Holding statutory tax in support of the job executed for
company Subsidiary / Fellow subsidiary /Holding
company.
B Documents Required-Financial Criteria
B.1 Annual Turn-over Bidder(s) shall submit copy of Audited Annual
Financial Statement [Balance Sheet and Profit &
Loss Account Statement] alongwith Audit
Report of three (3) preceding Financial Year(s)
along with un-price bid.
B.2 Net Worth Bidder(s) shall submit copy of Audited Annual
Financial Statement [Balance Sheet and Profit &
Loss Account Statement] alongwith Audit
Report of last Financial Year along with un-
‐ 16 ‐ 
  16 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
BEC
Clause Description Documents required for qualification
no.
price bid.
B.3 Working Capital Bidder(s) shall submit copy of Audited Annual
Financial Statement [Balance Sheet and Profit &
Loss Account Statement] alongwith Audit
Report for the last audited Financial Year along
with un-price bid.

If the bidder’s working capital is negative or


inadequate, the bidder shall submit a letter from
their bank [as per Format] having net worth not
less than Rs 100 Crore(or equivalent USD) ,
confirming the availability of the line of credit
for the amount, irrespective of overall position
of the working capital. (Refer F-9 for format for
certificate from bank if bidder’s working capital
is inadequate).
G.0 AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN SUPPORT OF
BEC:

The Authentication of documents to be submitted in support of BEC shall be as per


Annexure-I to Section-II

H. VOID

I. Apart from above, Bidder must submit all other relevant documents/ information as
specified in the Scope of Work/SCC for Technical Evaluation of bid or specified
elsewhere in the Tender Document, towards proof of its responsiveness.

J. PROCUREMENT FROM A BIDDER WHICH SHARES A LAND BORDER WITH


INDIA

1. Order (Public Procurement No. 1) dated 23.07.2020, Order (Public Procurement


No. 2) dated 23.07.2020 and Order (Public Procurement No. 3) dated 24.07.2020,
Department of Expenditure, Ministry of Finance, Govt. of India refers. The same
are available at website https://doe.gov.in/procurement-policy-divisions.

2. 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.
For details of competent authority refer to Annexure I of Order (Public
Procurement No. 1) dated 23.07.2020.

Further the above will not apply to bidders from those countries (even if sharing a
land border with India) to which the Government of India has extended lines of
credit or in which the Government of India is engaged in development projects.
Updated lists of countries to which lines of credit have been extended or in which
development projects are undertaken are given in the website of the Ministry of
External Affairs, Govt. of India

‐ 17 ‐ 
  17 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
3. "Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider'
in certain contexts) for purpose of this provision means any person or firm or
company, including any member of a consortium or joint venture (that is an
association of several persons, or firms or companies), every artificial juridical
person not falling in any of the descriptions of bidders stated hereinbefore,
including any agency, branch or office controlled by such person, participating in
a procurement process.

4. "Bidder from a country which shares a land border with India" for the
purpose of this:

a. An entity incorporated, established or registered in such a country; or


b. A subsidiary of an entity incorporated, established or registered in such a
country; or
c. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or
joint venture falls under any of the above

5. "Beneficial owner" for the purpose of above (4) will be as under:

i. In case of a company or Limited Liability Partnership, the beneficial


owner is the natural person(s), who, whether acting alone or together, or
through one or more juridical person(s), has a controlling ownership
interest or who exercises control through other means.

Explanation—

a) "Controlling ownership interest" means ownership of, or


entitlement to, more than twenty-five per cent of shares or capital
or profits of the company;
b) "Control" shall include the right to appoint the majority of the
directors or to control the management or policy decisions,
including by virtue of their shareholding or management rights or
shareholders agreements or voting agreements;

ii) In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical
person, has ownership of entitlement to more than fifteen percent of
capital or profits of the partnership;

iii) In case of an unincorporated association or body of individuals, the


beneficial owner is the natural person(s), who, whether acting alone or
together, or through one or more juridical person, has ownership of or
entitlement to more than fifteen percent of the property or capital or
profits of such association or body of individuals;

‐ 18 ‐ 
  18 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
iv) Where no natural person is identified under (i) or (ii) or (iii) above, the
beneficial owner is the relevant natural person who holds the position of
senior managing official;

v) In case of a trust, the identification of beneficial owner(s) shall include


identification of the author of the trust, the trustee, the beneficiaries with
fifteen percent or more interest in the trust and any other natural person
exercising ultimate effective control over the trust through a chain of
control or ownership.

6. "Agent" for the purpose of this Order is a person employed to do any act for
another, or to represent another in dealings with third persons

7. SUBMISSION OF CERTIFICATE IN BIDS:

Bidder shall submit a certificate in this regard as Form-I to Section-II.


If such certificate given by a bidder whose bid is accepted is found to be false,
this would be a ground for immediate rejection of the bid/termination and further
action as per “Procedure for Action in case of Corrupt/Fraudulent/ Collusive /
Coercive Practices” of tender document.

8. The registration, wherever applicable, should be valid at the time of submission


of bids and at the time of acceptance of bids. In respect of supply otherwise than
by tender, registration should be valid at the time of placement of order. If the
bidder was validly registered at the time of acceptance / placement of order,
registration shall not be a relevant consideration during contract execution.

9. PROVISION FOR WORKS CONTRACTS, INCLUDING TURNKEY


CONTRACTS:

The successful bidder shall not be allowed to sub-contract works to any contractor
from a country which shares a land border with India unless such contractor is
registered with the Competent Authority. The definition of "contractor from a
country which shares a land border with India" shall be as in Para 4 herein above.
A Certificate to this regard is to be submitted by bidder is placed at Form-I to
Section-II.

K.0 EVALUATION METHODOLOGY

K.1 The “Schedule of Rates/BOQ” quoted for Section I, II, III & IV including GST shall be
taken up for evaluation on section wise basis. The entire work shall be finalized on least
cost basis to owner, if a bidder happens to be lowest in more than one Section and has
qualified only for one or more than one of the sections and not all quoted sections, as the
case may be. Once such Section(s) is considered for award to such L-1 bidder, the bidder
ceases to be lowest bidder for the remaining Section(s) which are not considered for
award and inter-se ranking for all remaining bidders shall be re-worked.

Maximum Two sections shall be awarded to single bidder based on its meeting the
eligibility criteria on least cost basis as per methodology mentioned herein above.

‐ 19 ‐ 
  19 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
K.2 To arrive at the evaluated price, loading on total quoted price shall be done taking into
account Extended stay compensation for 1/5th of the time schedule or 1 (One) Month,
whichever is less. In case schedule for extended stay is not enclosed or the prices are left
blank, it will be considered that prices towards extended stay if any, are included in
quoted price as NIL.

K.3 Preferences: Purchase Preference for PP-LC shall be applicable as per Government
Guideline in vogue.

L. RESTRICTING PARTICIPATION OF NCLT REFERRED BIDDERS


i. Offer from the following type of bidders / members of consortium will not be considered:
a) Bidders who are undergoing insolvency resolution process or liquidation or
bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code).
b) Bidders whose resolution process or liquidation or bankruptcy proceeding is initiated
under the Code at any stage of evaluation of bid.

ii. It will be responsibility of the bidder to inform MECON / GAIL within 15 (Fifteen) days
from the date of order of insolvency resolution process or liquidation or bankruptcy
proceeding passed by the Adjudicating Authority namely National Company Law
Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code.

iii. If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding in their bid or at any latter
stage, their offer is liable to be rejected by MECON/ GAIL.

iv. MECON / GAIL reserve the right to cancel / terminate the contract without any liability
on the part of MECON/ GAIL immediately on the commencement of insolvency
resolution process or liquidation or bankruptcy proceeding of any party under the
contract.

v. MECON / GAIL reserve the right to evaluate and finalise the bid without considering the
bid of any party undergoing insolvency resolution process or liquidation or bankruptcy
proceeding under the code regardless of the stage of tendering.

A declaration in this regard shall be furnished by the bidder as per format which shall be made as
Annexure-III to Section-II.

‐ 20 ‐ 
  20 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE –I TO SECTION-II
Authentication of documents to be submitted in support of BEC

(i) Technical Criteria of BEC:

All documents in support of Technical Criteria of Bid Evaluation Criteria (BEC)


furnished by the bidders shall be verified and certified by any one of the
following independent third party inspection agency:
1. Société Générale de Surveillance (SGS)
2. Gulf Lloyds Industrial Services (India) Pvt. Ltd (GLISPL)
3. International Certification Services (ICS)
4. Bureau Veritas (Ind.) Pvt. Ltd (BVIS)
5. DNV GL
6. TUV Rheinland (India) Pvt. Ltd.
7. TÜV SÜD South Asia Pvt. Ltd.
8. TUV India Pvt. Ltd. (TÜV Nord Group)
9. Intertek India Pvt. Ltd.
10. Moody International (India) Pvt. Ltd.
11. RINA India Pvt. Ltd.
12. Tata Projects Ltd.
13. Competent Inspectorate and Consultants LLP
14. ABS Industrial Verification (India) Pvt. Ltd.

Further, TPIA will provide in addition a certificate toward verification and


certification of documents pertaining to Technical Bid Evaluation Criteria (BEC)
as per proforma attached at Annexure-I to Annexure-I to Section-II to bidder and
the same will be submitted by bidder in their bid.

All charges of the Third party for verification and certification shall be borne by
the Bidder.

(ii) Financial Criteria of BEC:

Bidder shall submit “Details of financial capability of Bidder” in prescribed


format (F-10) duly signed and stamped by a chartered accountant/ Certified
Public Accountant (CPA).

Further, copy of audited annual financial statements submitted in bid shall be


duly certified/ attested by Notary Public with legible stamp.

In absence of requisite documents, GAIL / MECON reserve the right to reject the bid without
making any reference to the bidder.

‐ 21 ‐ 
  21 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE-I to ANNEXURE-I to SECTION-II
Format for Undertaking from TPIA
(on TPIA letter head duly stamped & signed)

Ref.:
Date:
To,
M/s GAIL (India) Limited
17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

Dear Sir,

Subject: Verification and certification of documents pertaining to


Technical Bid Evaluation Criteria (BEC)

Ref: Tender no. 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063) for


LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS
ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT (PART-B)

M/s. …………………………….having Registered office


at………………………………………….intend to participate in above referred tender
of GAIL (India) Ltd. having registered office at GAIL Bhawan, 16 Bhikha ji Cama
Place, New Delhi.

The tender conditions stipulates that the BIDDER shall submit Documents pertaining to
Technical Bid Evaluation Criteria (BEC) duly verified and certified by designated
independent Third Party Inspection Agency.

In this regard, this is to certify that copies of documents pertaining to Technical Bid
Evaluation Criteria (BEC) submitted to us by the bidder have been verified and certified by
us with the originals and found to be genuine. We have signed and stamped on the copies
of all the verified and certified documents.

(Signature of a person duly authorized


to Sign on behalf of the TPIA)
(Seal of the Company)
Name: …………………………..
Contact No…………………

‐ 22 ‐ 
  22 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE –II TO SECTION-II

LIST OF MINIMUM EQUIPMENTS REQUIRED TO BE OWNED BY THE BIDDER


 

Sr. No. Equipment Description Section I Section II Section III Section IV

Excavator / Back Hoe-Ex


1. 1 0 0 0
200 & Above or Equivalent
Excavator / Back Hoe-Ex
2. 1 2 1 1
100 & Above / Equivalent
Pipe Layer/Side Boom – 40
3. 1 2 1 1
T & Above Capacity
4. Hydra ( 8-10 MT or above) 1 2 1 1
5. Welding Machine 6 12 6 6

Notes:
1. Bidder who quotes for any two sections shall meet the qualifying minimum Equipment
Owning Criteria of BEC (Technical) requirement on cumulative basis.

Further, if a bidder quotes for more than 2 sections, then bidder must meet the qualifying
Equipment Owning Criteria of BEC (Technical) requirement on cumulative basis of any
two quoted sections having maximum number of equipment requirement.

2. Bidders are required to submit documentary evidence of ownership of the above


equipments as indicated below:-

i. The bidder shall submit the certificate from chartered accountant (for ownership /
possession of equipments / vehicles) as per format F-19 enclosed in the Bid
Document.
ii. The submission of Format F-19 is mandatory.
iii. “For equipment to be purchased" - Purchase order duly accepted by equipment
supplier and with equipment delivery to project site, meeting the equipment
deployment schedule. However, contractor to own minimum 50% of the equipment
against each type of equipment; balance 50% may be covered under to be purchased
"Category". If 50% is a fraction, the same needs to be rounded off to next higher
number for the minimum owned category. The purchase order shall be duly signed &
stamped by Chartered Accountant / statutory auditor. Date of purchase order shall be
before bid due date.

iv. The bidder shall submit Certificate from Chartered Engineer certifying that the
bidder own equipments are under good health and working condition as per Format
F-20 enclosed in the Bid Document.

‐ 23 ‐ 
  23 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE –III TO SECTION-II

DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY


CODE 2016

Name of the Bidder: _________________________________________________________

TENDER NO: 05/51/23VA/GAIL/001(i)-3 Tender ID : 2021_GAIL_99063

I/ We hereby declare that I/We ,M/s________________________ , declare that :

(i) I/We am/are not undergoing insolvency resolution process or liquidation or


bankruptcy proceeding as on date.

OR

(ii) I/We am/are undergoing insolvency resolution process or liquidation or


bankruptcy proceeding as on date as per details mentioned below.

(a) ____________________________________________________________

(b) ____________________________________________________________

(c) ____________________________________________________________

(Attach details in separate sheet)

Note: Strike out either (i) or (ii) as applicable.

It is understood that if this declaration is found to be false, GAIL (India) Limited shall have
the right to reject my/our bid, and forfeit the EMD. If the bid has resulted in a contract, the
contract will be liable for termination without prejudice to any other right or remedy
(including black listing or holiday listing) available to GAIL (India) Limited.

Place: Signature of Bidder

Date: Name of signatory

‐ 24 ‐ 
  24 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Form-I to Section II

UNDERTAKING ON LETTERHEAD
To,
M/s GAIL (India) Limited
17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder of a country which
shares a land border with India and on sub-contracting to contractors from such countries; we
certify that, bidder M/s____________ (Name of Bidder) is:

(i) not from such a country [ ]

(ii) if from such a country, has been registered [ ]


with the Competent Authority.
(Evidence of valid registration by the
Competent Authority shall be attached)

(Bidder is to tick appropriate option ( or X) above).

We further certify that bidder M/s____________ (Name of Bidder) will not sub-contract any work
to a contractor from such countries unless such contractor is registered with the Competent
Authority.

We hereby certify that bidder M/s____________ (Name of Bidder) fulfills all requirements in this
regard and is eligible to be considered.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

‐ 25 ‐ 
  25 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Appendix-A1 to Section II

FORMAT OF AGREEMENT TO BE EXECUTED BETWEEN BIDDER AND THEIR


FOREIGN BASED SUPPORTING COMPANY ON INDIAN NON-JUDICIAL STAMP
PAPER OF REQUISITE VALUE DULY NOTARIZED.

This agreement made this ___ day of ____ month ____ year by and between M/s.
____________________ (Fill in Bidder’s full name, constitution and registered office address)
___________ hereinafter referred to as bidder on the first part and M/s. ___________ (Fill in
full name, constitution and registered office address company which hold more than fifty
percent of the paid up share capital of the bidding company or vice versa) hereinafter referred to
as “Supporting Company” of the second part.

Whereas

M/s. GAIL (India) Limited (hereinafter referred to as GAIL) has invited offers vide their tender
No. _____________ for _______________and M/s. __________________ (Bidder) intends to
bid against the said tender and desires to have technical support of M/s. ________________
[Supporting Company]

And whereas Supporting Company represents that they have gone through and understood the
requirements of the subject tender and are capable and committed to provide the services as
required by the bidder for successful execution of the contract, if awarded to the bidder.

Now, it is hereby agreed to by and between the parties as follows:

a) M/s.____________ (Bidder) will submit an offer to GAIL for the full scope of
work as envisaged in the tender document as a main bidder and liaise GAIL directly for
any clarifications etc. in this context.

b) M/s. _________[Supporting Company] undertakes to provide technical support


and expertise, expert manpower and project management including financial support, if
so required, to the bidder to discharge its obligations as per the Scope of Work of the
tender / Contract for which offer has been made by the bidder and accepted the GAIL.

c) The Bidder/ Supporting Company holds more than 50% paid up equity capital of
the Supporting Company/ Bidder.

d) This agreement will remain valid till validity of bidder's offer to GAIL including
extension if any and till satisfactory performance of the contract, the same is awarded by
GAIL to the bidder.

e) Supporting Company undertakes that this agreement shall remain enforceable


even if their stake in Bidder is diminished during the execution of works under the
contract between the Bidder and GAIL.

f) The bidder shall have the overall responsibility of satisfactory execution of the
contract awarded by GAIL, however without prejudice to any rights that GAIL might
have against the Supporting Company

‐ 26 ‐ 
  26 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
g) It is further agreed that, if contract pursuant to Supporting Company shall be
jointly and severely responsible to GAIL for the performance of works during contract
period and for the satisfactory execution of the contract, and for all the consequences for
non-performance thereof.

In witness whereof the parties hereto have executed this agreement on the date mentioned above.

For and on behalf of For and on behalf of


(Bidder) (Supporting Company)
M/s. M/s.

Witness: Witness:
1) 1)
2) 2)

‐ 27 ‐ 
  27 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Appendix-A2 to Section II

GUARANTEE BY THE FOREIGN BASED SUPPORTING COMPANY/ GUARANTOR


(to be executed on plain paper)

THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s
………………………… (mention complete name) a company duly established and existing
under the laws of …………………. (insert country), having its Registered Office at
……………………………………… hereinafter called “the Guarantor and/ or the Supporting
Company” which expression shall, unless excluded by or repugnant to the subject or context
thereof, be deemed to include its successors and permitted assignees.
FOR
M/s ………………………… (bidder) a company duly established and existing under the laws of
…………………. (insert country), having its Registered Office at
……………………………………… hereinafter called the “Bidder” which expression shall,
unless excluded by or repugnant to the subject or context thereof, be deemed to include its
successors and permitted assignees.

TOWARDS
M/s GAIL(India) Limited, a company duly registered under the law of India having its
Registered Office at 16, Bhikaiji Cama Place, R. K. Puram, New Delhi-110066, India, and
having Purchase center at …………… hereinafter called “GAIL” which expression shall unless
excluded by or repugnant to the context thereof, be deemed to include its successor and
assignees
WHEREAS GAIL has invited tender number ………………… for …….. on ………….., and
the bidder has submitted it bid number…………… in response to the above mentioned tender
invited by GAIL.

AND WHEREAS the bidder/ Guarantor Company holds more than 50% paid up equity capital
of the Supporting Company/ Bidder .

AND WHEREAS one of the condition for acceptance of Bidder’s bid against said tender is that
in case the bidder is seeking to qualify upon the technical credentials of its Guarantor Company,
then the bidder shall arrange a guarantee from its Guarantor Company guaranteeing due and
satisfactory performance of the work covered under the said tender including any change
therein as may be deemed appropriate by the GAIL at any stage.
The Guarantor represents that they have gone through and understood the requirement of the
above said tender and are capable of and committed to provide technical and such other supports
as may be required by the Bidder for successful execution of the same.
The Bidder and the Guarantor have entered into an agreement dated ……… as per which the
Guarantor shall be providing technical, financial and such other supports as may be necessary
for performance of the work under the tender, if the contract is awarded to the Bidder.

Accordingly, at the request of the Bidder and in consideration of and as a requirement for the
GAIL to enter into agreement(s) with the Bidder, the Guarantor hereby guarantees and
undertakes that upon award of Contract to Bidder against bid number ……………, made by the
Bidder under tender number………………:

‐ 28 ‐ 
  28 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

1. The Guarantor unconditionally agrees that in case of non-performance by the


Bidder of any of its obligations in any respect, the Guarantor shall, immediately
on receipt of notice of demand by the GAIL , take up the job without any demur
or objection, in continuation and without loss of time and without any cost to the
GAIL and duly perform the obligations of the Bidder to the satisfaction of the
GAIL.
2. The Guarantor agrees that the Guarantee contained herein shall remain valid till
the satisfactory execution and completion of the work (including discharge of the
warranty obligations) awarded to the Bidder.
3. The Guarantor shall be jointly and severally responsible to GAIL for satisfactory
performance of works during contract period and for the satisfactory execution of
the contract, and for all consequences for non-performance thereof.
4. The liability of the Guarantor, under the Guarantee, is limited of the Bidder
for non- performance under the contract entered between GAIL and the Bidder.
This will, however, be in addition to the forfeiture of the Performance and
Advance Guarantees furnished by the Bidder.
5. The Guarantor agrees to execute a Corporate Guarantee in favour of GAIL,
guaranteeing the performance of obligations by the Bidder, in case the Contract is
awarded to the Bidder by GAIL.
6. The Guarantor represents that this Guarantee has been issued after due
observance of the appropriate laws in force in India. The Guarantor hereby
undertakes that the Guarantor shall obtain and maintain in full force and effect all
the governmental and other approvals and consents that are necessary and do all
other acts and things necessary or desirable in connection therewith or for the due
performance of the Guarantor’s obligations towards GAIL.
7. Any dispute arising out of or in connection with this contract, including any
question regarding its existence, validity or termination, shall be referred to and
finally resolved by arbitration. It is further agreed that Claims by and against the
Guarantor, the Bidder and GAIL under the different contract to be entered
pursuant to their relationship can be brought under a single reference and there
shall be no bar on the consolidation of such proceedings before the same arbitral
tribunal. The governing law shall be the laws of India and seat of arbitration shall
be New Delhi, India. The language of arbitration shall be English.
8. The Guarantor hereby declares and represents that this Guarantee has been given
without any undue influence or coercion, and that the Guarantor has fully
understood the implications of the same.
9. In case of award of contract to the bidder, the Guarantor shall provide
Performance Bank Security to GAIL, equivalent to 50% of the value of
Performance Bank Security to be submitted by the bidding company, in the
prescribed format within 15 days from the date of Fax of Acceptance, as
guarantee for performance by the bidder/Supplier. The Guarantor hereby
expressly agrees that if in the opinion of GAIL, the Bidder / Supplier has failed to
perform its obligations under the contract in any manner, GAIL shall have
unfettered right to invoke the said Bank guarantee. The guarantor hereby agrees
that decision of GAIL about performance of the bidder / Supplier shall be final
and shall not be questioned by the Guarantor. Guarantor shall have no objection
to invocation of the Performance Bank Guarantee submitted by the Guarantor
OR
(applicable, subject to meeting the conditions stipulated in BEC in respect of
additional Performance Bank Security)
‐ 29 ‐ 
  29 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
In case of award of contract to the bidder, the bidder on behalf of the Guarantor
shall provide additional Performance Bank Security to GAIL, equivalent to 50%
of the value of Performance bank Security to be submitted by the bidding
company, in the prescribed format within 15 days from the date of Fax of
Acceptance, as guarantee for performance by the bidder/Supplier. The Guarantor
hereby expressly agrees that if in the opinion of GAIL, the Bidder / Supplier has
failed to perform its obligations under the contract in any manner, GAIL shall
have unfettered right to invoke the said Bank guarantee. The Guarantor hereby
agrees that decision of GAIL about performance of the bidder / Supplier shall be
final and shall not be questioned by the Guarantor. Guarantor shall have no
objection to invocation of the Performance Bank Security submitted by the
Bidder on behalf The Guarantor represents and confirms that the Guarantor has
the legal capacity, power and authority to issue this Guarantee and that giving of
this Guarantee and the performance and observations of the obligations hereunder
do not contravene any existing laws.
(Strike through the clause whichever is not applicable)
10. The Guarantor represents and confirms that the Guarantor has the legal capacity,
power and authority to issue this Guarantee and that giving of this Guarantee and
the performance and observations of the obligations hereunder do not contravene
any existing laws.
For & on behalf of (Supporting Company)
M/s __________________________
Signature__________________
Name_____________________
Designation ________________
official seal_________________
Witness:
1.Signature________________
Full Name _________________
Address___________________

2.Signature________________
Full Name _________________
Address___________________

INSTRUCTIONS FOR FURNISHING GUARANTEE

1. The official(s) executing the guarantee should affix full signature(s) on each page.
2. Resolution passed by Board of Directors of the guarantor company authorizing the
signatory(ies) to execute the guarantee, duly certified by Company Secretary should be
furnished along with Guarantee.

‐ 30 ‐ 
  30 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Appendix-A2A to Section II

CERTIFICATE ISSUED BY COMPANY SECRETARY OF THE GUARANTOR


COMPANY

“Obligations contained in deed of guarantee No. ______ furnished against tender No.
______ are enforceable against the Guarantor Company and the same do not, in any way,
contravene any law of the country of which the Guarantor Company is the subject.”

The above certificate should be enclosed alongwith the Guarantee.

‐ 31 ‐ 
  31 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Appendix-A3 to Section II

PROFORMA OF "BANK GUARANTEE" TOWARDS PERFORMANCE SECURITY /


SECURITY DEPOSIT BY FOREIGN BASED SUPPORTING COMPANY OF THE
BIDDING COMPANY
CONTRACT PERFORMANCE SECURITY /SECURITY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
To,
To, Bank Guarantee No.

M/s GAIL (India) Limited Date of BG

___________________ BG Valid up to (Expiry date)

Claim period up to (indicate date


of expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.
Dear Sir(s),
M/s. __________________________________________________________________ having
registered office at _______________________ (herein after called the “SUPPLIER” which
expression shall wherever the context so require include its successors and assignees) have been
placed/ awarded the job/work of _______________________________________________ vide
PO/LOA /FOA No. _______________________________dated______ (herein after called
CONTRACT) for GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi (herein after called the “GAIL” which expression shall wherever the context so
require include its successors and assignees).

Further, M/s _____________ (Name of the Supporting company) having its registered/head office
at ______________________ based on whose experience/technical strength, the SUPPLIER has
qualified for award of contract (hereinafter referred to as the 'SUPPORTING COMPANY') which
expression shall, unless repugnant to the context or meaning thereof include all its successors,
administrators, executors and assignees) has agreed to provide complete technical and other support
to the SUPPLIER for successful completion of the contract as mentioned above, entered between
GAIL and the SUPPLIER and GAIL having agreed that the 'SUPPORTING COMPANY' shall
furnish to GAIL a
performance guarantee for Indian Rupees/US$ .............. towards providing complete
financial and other support to the SUPPLIER for successful completion of the contract as
mentioned above,

The said M/s.______________________________________________ (Supporting Company) has


approached us and at their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.

2. We (name of the bank) ______________________________ registered under the laws of


_______ having head/registered office at __________________________
(hereinafter referred to as "the Bank", which expression shall, unless repugnant to the
context or meaning thereof, include all its successors, administrators, executors and
permitted assignees) do hereby guarantee and undertake to pay immediately on first demand
‐ 32 ‐ 
  32 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
in writing any/all moneys to the extent of Indian Rs./US$ (in figures) __________ (Indian
Rupees/US Dollars (in words)_____________________________) without any demur,
reservation, contest or protest and/or without any reference to the 'SUPPORTING
COMPANY'. Any such demand made by GAIL on the Bank by serving a written notice
shall be conclusive and binding, without any proof, on the bank as regards the amount due
and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator
or any other authority and/or any other matter or thing whatsoever, as liability under these
presents being absolute and unequivocal. We agree that the guarantee herein contained shall
be irrevocable and shall continue to be enforceable until it is discharged by GAIL in
writing. This guarantee shall not be determined, discharged or affected by the liquidation,
winding up, dissolution or insolvency of the 'SUPPORTING COMPANY' and shall remain
valid, binding and operative against the bank.
3. The Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against the
'SUPPORTING COMPANY' and notwithstanding any security or other guarantee that
GAIL may have in relation to the 'SUPPORTING COMPANY’s liabilities.
4. The Bank further agrees that GAIL 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 said
SUPPLIER from time to time or to postpone for any time or from time to time exercise of
any of the powers vested in GAIL against the said SUPPLIER/ and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said
SUPPLIER or for any forbearance, act or omission on the part of GAIL or any indulgence
by GAIL to the said SUPPLIER(s) or any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.
5. The Bank further agrees that the Guarantee herein contained shall remain in full force
during the period that is taken for the performance of the CONTRACT and all dues of
GAIL under or by virtue of this CONTRACT have been fully paid and its claim satisfied or
discharged or till GAIL discharges this guarantee in writing, whichever is earlier.
6. This Guarantee shall not be discharged by any change in our constitution, in theconstitution
of GAIL or that of the 'SUPPORTING COMPANY'.
7. The Bank confirms that this guarantee has been issued with observance of appropriate laws
of the country of issue.
8. The Bank also agrees that this guarantee shall be governed and construed in accordance
with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from
where the purchase CONTRACT has been placed.
9. Notwithstanding anything contained hereinabove, our liability under this Guarantee is
limited to Indian Rs./US$ (in figures) _________________ (Indian Rupees/US Dollars (in
words) ________________ only) and our guarantee shall remain in force until (indicate the
date of expiry of bank guarantee) _________.
10. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.

11. 12.
Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . .
. . . . . . . . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date
13.
of defect liability period of the Contract) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless
‐ 33 ‐ 
  33 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
a written claim or demand is issued to the Bank on or before the midnight of
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the
last extension of this Guarantee. If a claim has been received by us within the said date, all
the rights of GAIL under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.

Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the
Bank
E-mail :
Telephone/Mobile No. :

INSTRUCTIONS FOR FURNISHING


"PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK GUARANTEE"
1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper
as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the
issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be
considered as Delhi.
2. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Purchaser as per format appended below.
3. The Bank Guarantee shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees from banks other than the
Nationalised Indian banks, the bank must be a commercial bank having net worth in
excess of Rs 100 crores and a declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its letterhead.

‐ 34 ‐ 
  34 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

SECTION-III

INSTRUCTION TO
BIDDERS
(TO BE READ IN CONJUNCTION WITH
BIDDING DATA SHEET (BDS)

‐ 35 ‐ 
  35 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
SECTION-III
INSTRUCTION TO BIDDERS

INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BIDS FROM CONSORTIUM
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT

[B] BIDDING DOCUMENTS:


7. CONTENTS OF BIDDING DOCUMENTS
8. CLARIFICATION OF TENDER DOCUMENTS
9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:


10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. BID PRICES
13 GST (CGST & SGST/ UTGST or IGST )
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSIT / BID SECURITY
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-PAYMENT

[D] SUBMISSION OF BIDS:


21. SUBMISSION, SEALING AND MARKING OF BIDS
22. DEADLINE FOR SUBMISSION OF BIDS
23. LATE BIDS
24. MODIFICATION AND WITHDRAWAL OF BIDS

[E] BID OPENING AND EVALUATION:


25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS
26. BID OPENING
27. CONFIDENTIALITY
28. CONTACTING THE EMPLOYER
29. EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
30. CORRECTION OF ERRORS
31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF
BIDS
32. EVALUATION AND COMPARISON OF BIDS
33. COMPENSATION FOR EXTENDED STAY
34. PURCHASE PREFERENCE

‐ 36 ‐ 
  36 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

[F] AWARD OF CONTRACT:


35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. SIGNING OF AGREEMENT
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. AHR ITEMS
42. VENDOR EVALUATION PROCEDURE
43. INCOME TAX & CORPORATE TAX
44. DISPUTE RESOLUTION MECHANISM
45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/
ORGANIZATIONS
46. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS
PROVIDERS)
47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL
MEANS
48. CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING
TO SCHEDULED CASTES AND WEAKER SECTIONS OF THE
SOCIETY
49. PROVISION FOR STARTUPS
50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR
CREDIT NOTE TOWARDS PRS
51. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING
CHARTERED ACCOUNTANTS
52. ANJANI PORTAL
53. REGISTRATION OF SUPPLIER ON GOVERNMENT E-
MARKETPLACE
(GEM)

[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION
PROCEDURE
3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
5. ANNEXURE-V: POLICY FOR PURCHASE PREFERENCE LINKED
WITH LOCAL CONTENT (PP-LC)

‐ 37 ‐ 
  37 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
INSTRUCTIONS TO BIDDERS [ITB]
(TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)

[A] – GENERAL

1 SCOPE OF BID

1.1 The Employer as defined in the "General Conditions of Contract [GCC]", wishes to
receive Bids as described in the Invitation For Bid(the “Tender Document /Bid
Document”)issued by Employer. Employer/Owner/GAIL occurring herein under shall
be considered synonymous.
1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Tender
documents.
1.3 The successful bidder will be expected to complete the scope of Bid within the period
stated in Special Conditions of Contract.
1.4 Throughout the Tender Documents, the terms 'Bid', 'Tender'& ‘Offer’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'
means 'Calendar Day' and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB],
Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent
practices”) or banned/blacklisted by Government department/ Public Sector on due date
of submission of bid. Further, neither bidder nor their allied agency/(ies) (as defined in
the Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices)
are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.
If the bidding documents were issued inadvertently/ downloaded from website, offers
submitted by such bidders shall not be considered for opening/ evaluation/Award and
will be returned immediately to such bidders.
In case there is any change in status of the declaration prior to award of contract, the
same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform about their status regarding para
1 of clause 2.2 herein above on due date of submission of bid and during the course of
finalization of the tender. Concealment of the facts shall tantamount to misrepresentation
of facts and shall lead to action against such Bidders as per clause 39 of ITB.
2.3 The Bidder should not be under any liquidation court receivership or similar proceedings
on due date of submission of bid. In case there is any change in status of the declaration
prior to award of contract, the same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform GAIL there status on above on
due date of submission of bid and during the course of finalization of the tender.
Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to
action against such Bidders as per clause no.39 of ITB.
2.4 Bidder shall not be affiliated with a firm or entity:
(i) that has provided consulting services related to the work to the Employer during
the preparatory stages of the work or of the project of which the works/services
forms a part of or

‐ 38 ‐ 
  38 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
(ii) that has been hired (proposed to be hired) by the Employer as an Engineer/
Consultant for the contract.
2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a
contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the
tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.
2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall
furnish all necessary supporting documentary evidence to establish Bidder’s claim of
meeting qualification criteria.
2.7 Power of Attorney:
Power of Attorney (POA) to be issued by the bidder in favour of the authorised
employee(s), in respect of the particular tender, for purpose of signing the documents
including bid, all subsequent communications, agreements, documents etc. pertaining to
the tender and act and take any and all decision on behalf of the bidder (including
Consortium). Any consequence resulting due to such signing shall be binding on the
Bidder (including Consortium).
(I) In case of a Single Bidder, the Power of Attorney shall be issued as per the
constitution of the bidder as below:
a) In case of Proprietorship: by Proprietor
b) In case of Partnership: by all Partners or Managing Partner
c) In case of Limited Liability Partnership: by any bidder’s employee
authorized in terms of Deed of LLP
d) In case of Public / Limited Company: PoA in favour of authorized
employee(s) by Board of Directors through Board Resolution or by the
designated officer authorized by Board to do so. Such Board Resolution
should be duly countersigned by Company Secretary / MD / CMD / CEO.
(II) In case of a Consortium, Power of Attorney shall be issued both by Leader as
well as Consortium Member(s) of the Consortium as per procedure defined herein
above in favour of employee of Leader of Consortium.
The Power of Attorney should be valid till award of contract / order to successful bidder.

2.8 In case of change of constitution of bidder after submission of bid, the same shall be
informed by the bidder to GAIL promptly. Failure to same shall be considered as
misrepresentation by the bidder.

3 BIDS FROM "CONSORTIUM"

Not Applicable
4 ONE BID PER BIDDER
4.1 A Bidder shall submit only 'one [01] Bid' in the same Bidding Process either as single
entity or as a member of any consortium (wherever consortium bid is allowed). A Bidder
who submits or participates in more than 'one [01] Bid' will cause all the proposals in
which the Bidder has participated to be disqualified.
4.2 More than one bid means bid(s) by bidder(s) having same Proprietor / Partners / Limited
Liability Partner in any other Bidder (s). Further, more than one bids shall also include
two or more bidders having common power of attorney holder.
Failure to comply this clause during tendering process will disqualify all such bidders
from process of evaluation of bids.
4.3 Alternative Bids shall not be considered.
4.4 The provisions mentioned at sl. no. 4.1 and 4.2 shall not be applicable wherein bidders
are quoting for different Items / Sections / Parts / Groups/ SOR/BOQ items of the same
‐ 39 ‐ 
  39 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
tender which specifies evaluation on Items / Sections / Parts / Groups/ SOR/BOQ items
basis.

5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of the Bid
including but not limited to Documentation Charges, Bank charges, all courier charges,
translation charges, authentication charges and any associated charges including taxes &
duties thereon. Further, GAIL will in no case, be responsible or liable for these costs,
regardless of the outcome of the bidding process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a Contract for the required job. The costs of visiting
the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the Employer
to enter upon its premises and land for the purpose of such visits, but only upon the
express conditions that the Bidder, its personnel and agents will release and indemnify
the Employer and its personnel, agents from and against all liabilities in respect thereof,
and will be responsible for death or injury, loss or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of inspection.
6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance due
to lack of any kind of pre-requisite information as it is the sole responsibility of the
Bidder to obtain all the necessary information with regard to site, surrounding, working
conditions, weather etc. on its own before submission of the bid.

[B] – BIDDING DOCUMENTS


7 CONTENTS OF BIDDING DOCUMENTS
7.1 The contents of Bidding Documents / Tender Documents are those stated below, and
should be read in conjunction with any 'Addendum / Corrigendum and Clarification(s)'
issued in accordance with "ITB: Clause-8 &9":
 Section-I : Invitation for Bid [IFB]*
 Section-II : BID EVALUATION CRITERIA [BEC] & Evaluation methodology
 Section-III : Instructions to Bidders [ITB], Annexure, Forms & Format**
 Section-IV : General Conditions of Contract [GCC]***
 Section-V : Special Conditions of Contract [SCC]
 Section-VI : Schedule of Rates/BOQ

*Request for Quotation’, wherever applicable, shall also form part of the Bidding
Document.

**The subject tender is based on standard formats and applicability of some specific clauses
may be seen in Annexure-IV to Section-III i.e. BDS (Bidding Data Sheet).

***General Conditions of Contract – Works is available on GAIL’s Tender website


(http://gailtenders.in/Gailtenders/gccs.asp). Further, Hindi version of GCC is available on
the GAIL’s tender website for reference. However, in case of any discrepancy in English &
its Hindi translation, for interpretation and legal aspects, the English version shall prevail.

‐ 40 ‐ 
  40 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
For participation in e-tender, instructions are mentioned at Annexure-III to Section-III.

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the
Bidding Documents. The "Request for Quotation [RFQ] &Invitation for Bid (IFB)"
together with all its attachments thereto, shall be considered to be read, understood and
accepted by the Bidders. Failure to furnish all information required by the Bidding
Documents or submission of a Bid not substantially responsive to the Bidding
Documents in every respect will be at Bidder's risk and may result in the rejection of his
Bid.
8 CLARIFICATION OF TENDERDOCUMENTS
8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may notify
GAIL in writing by email at GAIL's mailing address indicated in the BDS no later than
02 (two) days prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or
05 (five) days prior to the due date of submission of bid in cases where pre-bid meeting
is not scheduled. GAIL reserves the right to ignore the bidders request for clarification if
received after the aforesaid period. GAIL may respond in writing to the request for
clarification. GAIL's response including an explanation of the query, but without
identifying the source of the query will be uploaded on GAIL’s tendering web site /
communicated to prospective bidders by e-mail.
8.2 Any clarification or information required by the Bidder but same not received by the
Employer at clause 8.1 (refer BDS for address) above is liable to be considered as "no
clarification / information required".

9 AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the 'Bid Due Date', Employer may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify
the Bidding Documents by addenda/ corrigendum.
9.2 Any corrigendum thus issued shall be integral part of the Tender Document and shall be
hosted on the websites as provided at clause no. 2.0 (G) of IFB /communicated to
prospective bidders by e-mail. Bidders have to take into account all such corrigendum
before submitting their Bid.
9.3 The Employer, if consider necessary, may extend the Bid Due Date in order to allow the
Bidders a reasonable time to furnish their most competitive bid taking into account the
addenda/corrigendum issued thereof.
[C] – PREPARATION OF BIDS
10 LANGUAGE OF BID:

The bid prepared by the Bidder and all correspondence, drawing(s), document(s),
certificate(s) etc. relating to the Bid exchanged by Bidder and GAIL shall be written in
English language only. In case a document, certificate, printed literature etc. furnished by
the Bidder in a language other than English, the same should be accompanied by an
English translation duly authenticated by the Indian Chamber of Commerce, in which
case, for the purpose of interpretation of the Bid, the English translation shall govern.

11. DOCUMENTS COMPRISING THE BID


‐ 41 ‐ 
  41 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

11.1 IN CASE OF MANUAL TENDERING

In case the Bids are invited under the Manual two Bid system. The Bid prepared by the
Bidder shall comprise the following components sealed in 2 different envelopes:

11.1.1 ENVELOPE-I: "TECHNO-COMMERCIAL / UN-PRICED BID" shall contain the


following:
(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed contents
with index.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) Copies of documents, as specified in tender document
(d) Copy of Schedule of Rate (SOR)/ BOQ with prices blanked out mentioning
quoted / not quoted (as applicable) written against each item as a confirmation
that the prices are quoted in requisite format.
(e) 'Letter of Authority’ on the Letter Head, as per 'Form F-3'
(f) 'Agreed Terms and Conditions', as per 'Form F-5'
(g) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-6'
(h) Duly attested documents in accordance with the "BID EVALUATION
CRITERIA [BEC]" establishing the qualification.
(i) Copy of Power of Attorney /copy of Board Resolution, in favour of the
authorized signatory of the Bid, as per clause no.2.7 of ITB
(j) Declaration for Bid Security as per provision of ITB.
(k) Void
(l) Undertaking as per Form-2 to Annexure-V to Section-III and Certification from
the statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect of
other than companies) as per Form-3 to Annexure-V to Section-III.
(m) Undertaking as per Form-I to Section-II regarding Provisions for Procurement
from a Bidder which shares a land border with India
(n) All forms and Formats including Annexures
(o) ‘Integrity Pact’ as per ‘Form F-14’
(p) ‘Indemnity Bond’ as per ‘Form F-15’
(q) Tender Document, its Corrigendum/Amendment/Clarification(s) duly signed on
each page (in case of manual tendering)/ digitally signed (in case of e-Tender) by
the Authorized Signatory holding POA.
(r) Additional document specified in BDS, SCC, Scope of Supply or mentioned
elsewhere in the Tender Document, its
Corrigendum/Amendment/Clarification(s).
(s) Any other information/details required as per Bidding Document
Note: All the pages of the Bid must be signed by the "Authorized Signatory" of the
Bidder holding POA.

11.1.2 ENVELOPE-II: Price Bid


i) The Prices are to be submitted strictly as per the Schedule of Rate of the bidding
documents. GAIL shall not be responsible for any failure on the part of the bidder
to follow the instructions.
ii) Bidders are advised NOT to mention Rebate/Discount separately, either in the
SOR / BOQ format or anywhere else in the offer. In case Bidder(s) intend to
offer any Rebate/Discount, they should include the same in the item rate(s) itself

‐ 42 ‐ 
  42 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
under the “Schedule of Rates (SOR)/ BOQ” and indicate the discounted unit
rate(s) only.
iii) If any unconditional rebate has been offered in the quoted rate the same shall be
considered in arriving at evaluated price. However no cognizance shall be taken
for any conditional discount for the purpose of evaluation of the bids.
iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price bids
such discount /rebate(s) shall not be considered for evaluation. However, in the
event of the bidder emerging as the lowest evaluated bidder without considering
the discount/rebate(s), then such discount/rebate(s) offered by the bidder shall be
considered for Award of Work and the same will be conclusive and binding on
the bidder.
v) In the event as a result of techno-commercial discussions or pursuant to seeking
clarifications / confirmations from bidders, while evaluating the un-priced part of
the bid, any of the bidders submits a sealed envelope stating that it contains
revised prices; such bidder(s) will be requested to withdraw the revised prices
failing which the bid will not be considered for further evaluation.

11.1.3 In case of bids invited under Single Bid System (clause no. 2.0(C) of IFB refers), all the
documents as specified at Clause 11.1.1 & 11.1.2 of ITB can be submitted in single
envelope /folder, as per instructions of Tender Document.

11.2 IN CASE OF E-TENDERING:


Bidders are requested to refer instructions for participating in e-Tendering (Annexure-I to
Section III), Ready Reckoner for Bidders and FAQs available in e-portal and bids
submitted manually shall be rejected. All pages of the Bid must be digitally signed by the
"authorized signatory" of the Bidder holding Power of Attorney. The Bid must be
submitted on Govt. CPP Portal (https://etender.gov.in/eprocure/app) as follows:-

11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all the above


documents mentioned at 11.1.1 along with copy of Declaration for Bid Security, copy of
Power of Attorney and copy of integrity pact should be uploaded in the private area
earmarked (Tender Document) in the Govt. CPP Portal.

11.2.2 PART-II: PRICE BID


The Prices are to be filled strictly in the Schedule of Rate of the bidding documents and
provision mentioned at para 11.1.2 hereinabove and to uploaded in SOR/BOQ
attachment/Conditions of e-portal.

11.3 In case of bids invited under single bid system, a single envelope containing all
documents specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All
corresponding conditions specified at Clause 11.1.1 & 11.1.2 of ITB shall become
applicable in such a case.

12 BID PRICES

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole
works as described in Bidding Documents, based on the rates and prices submitted by
the Bidder and accepted by the Employer. The prices quoted by the Bidders will be
inclusive of all taxes except GST (CGST & SGST/UTGST or IGST).

‐ 43 ‐ 
  43 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
12.2 Prices must be filled in format for "Schedule of Rates [SOR]/ BOQ" enclosed as part of
Tender document. If quoted in separate typed sheets and any variation in item
description, unit or quantity is noticed; the Bid is liable to be rejected.
12.3 Bidder shall quote for all the items of "SOR/ BOQ" after careful analysis of cost
involved for the performance of the completed item considering all parts of the Bidding
Document. In case any activity though specifically not covered in description of item
under "SOR/ BOQ" but is required to complete the works as per Specifications, Scope of
Work / Service, Standards, General Conditions of Contract (“GCC"), Special Conditions
of Contract ("SCC") or any other part of Bidding Document, the prices quoted shall
deemed to be inclusive of cost incurred for such activity.
12.4 All duties, taxes and other levies [if any] payable by the Contractor under the Contract,
or for any other cause except final GST (CGST & SGST/ UTGST or IGST) shall be
included in the rates / prices and the total bid-price submitted by the Bidder.

Bidder shall indicate applicable rate of GST (CGST & SGST/ UTGST or IGST) in
SOR/BOQ.

12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid till completion of the
Contract and will not be subject to variation on any account unless any price
escalation/variation is allowed elsewhere in the Tender Document.
12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any
discrepancy between the prices indicated in figures and the price indicated in words. In
case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB.
12.7 Bidder shall also mention the Service Accounting Codes (SAC) / Harmonized System
of Nomenclature (HSN)at the designated place in SOR/BOQ.
13 GST (CGST & SGST/ UTGST or IGST)
13.1 Bidders are required to submit copy of the GST Registration Certificate while submitting
the bids wherever GST (CGST & SGST/UTGST or IGST) is applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST
or IGST or UTGST).Please note that the responsibility of payment of GST (CGST &
SGST or IGST or UTGST) lies with the Contractor only. Contractor providing taxable
service shall issue an e-Invoice/Invoice/Bill, as the case may be as per rules/ regulation
of GST. Further, returns and details required to be filled under GST laws & rules should
be timely filed by Contractor with requisite details.
Payments to Contractor for claiming GST (CGST & SGST/UTGST or IGST) amount
will be made provided the above formalities are fulfilled. Further, GAIL may seek copies
of challan and certificate from Chartered Accountant for deposit of GST (CGST &
SGST/UTGST or IGST) collected from Owner.
13.3 In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any
equivalent government agency brings to the notice of GAIL that the Contractor has not
remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from
GAIL to the government exchequer, then, that Contactor shall be put under Holiday list
of GAIL for period of six months after following the due procedure. This action will be
in addition to the right of recovery of financial implication arising on GAIL.
13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than
due to change in turnover, payable on the contract value during contract period, the
Contractor shall submit a copy of the 'Government Notification' to evidence the rate as
applicable on the Bid due date and on the date of revision.
Beyond the contract period, in case GAIL is not entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to
‐ 44 ‐ 
  44 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Contractor’s account whereas any decrease in the rate GST (CGST & SGST/UTGST
or IGST) shall be passed on to the Owner.
Beyond the contract period, in case GAIL is entitled for input tax credit of GST (CGST
& SGST/UTGST or IGST), then statutory variation in quotedGST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL’s
account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation,
should be raised within two [02] months from the date of issue of 'Government
Notification' for payment of differential (in %) GST (CGST & SGST/UTGST or
IGST), otherwise claim in respect of above shall not be entertained for payment of
arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due Date.
13.5 Where GAIL is entitled to avail the input tax credit of GST (CGST & SGST/UTGST
or IGST):-
13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to the
Contractor at actuals against submission of E-Invoices/Invoices as per format specified
in rules/ regulation of GST to enable Owner/GAIL to claim input tax credit of GST
(CGST & SGST/UTGST or IGST) paid. In case of any variation in the executed
quantities, the amount on which the GST (CGST & SGST/UTGST or IGST) is
applicable shall be modified in same proportion. Returns and details required to be filled
under GST laws & rules should be timely filed by supplier with requisite details.
13.5.2 The input tax credit of quoted GST (CGST & SGST/UTGST or IGST) shall be
considered for evaluation of bids, as per evaluation criteria of tender document.
13.6 Where GAIL is not entitled to avail/take the full input tax credit of GST (CGST &
SGST/UTGST or IGST):-
13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the Contractor
at actuals against submission of E-Invoices/Invoices as per format specified in rules/
regulation of GST subject to the ceiling amount of GST (CGST & SGST/UTGST or
IGST) as quoted by the bidder, subject to any statutory variations, except variations
arising due to change in turnover. In case of any variation in the executed quantities (If
directed and/or certified by the Engineer-In-Charge) the ceiling amount on which GST
(CGST & SGST/UTGST or IGST) is applicable will be modified on pro-rata basis.
13.6.2 The bids will be evaluated based on total price including quotedGST (CGST &
SGST/UTGST or IGST).
13.7 GAIL will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not registered
yet.
However, in case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation of
bid (if applicable as per Govt. Act/ Law in vogue). Where GAIL is entitled for input
credit of GST (CGST & SGST/UTGST or IGST), the same will be considered for
evaluation of bid as per evaluation methodology of tender document.Further, an
unregistered bidder is required to mention its Income Tax PAN in bid document.
13.8 In case GAIL is required to pay entire/certain portion of applicableGST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder
directly as per GST (CGST & SGST/UTGST or IGST) laws, entire applicable
rate/amount of GST (CGST & SGST/UTGST or IGST) to be indicated by bidder in
the SOR/BOQ.
Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST or IGST)
liability under reverse charge mechanism and GAIL has paid or is /liable to pay GST
(CGST & SGST/UTGST or IGST) to the Government on which interest or penalties

‐ 45 ‐ 
  45 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
becomes payable as per GST laws for any reason which is not attributable to GAIL or
ITC with respect to such payments is not available to GAIL for any reason which is not
attributable to GAIL, then GAIL shall be entitled to deduct/ setoff / recover such
amounts against any amounts paid or payable by GAIL to Contractor / Supplier.
13.9 Contractor shall ensure timely submission of correct invoice(s)/e-invoice(s), as per GST
rules/ regulation, with all required supporting document(s) within a period specified in
Contract to enable GAIL to avail input credit of GST (CGST & SGST/UTGST or IGST).
Further, returns and details required to be filled under GST laws & rules should be timely
filed by Contractor with requisite details.
If input tax credit is not available to GAIL for any reason not attributable to GAIL, then
GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST
or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such
GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together
with penalties and interest, if any, against any amounts paid or becomes payable by
GAIL in future to the Contractor under this contract or under any other contract.
13.10 Anti-profiteering clause
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction in
rate of tax or from input tax credit to the consumer by way of commensurate reduction in
prices. The Contractor may note the above and quote their prices accordingly.
13.11 In case the GST rating of contractor on the GST portal / Govt. official website is negative
/ black listed, then the bids may be rejected by GAIL. Further, in case rating of bidder is
negative / black listed after award of work, then GAIL shall not be obligated or liable to
pay or reimburse GST to such vendor and shall also be entitled to deduct / recover such
GST along with all penalties / interest, if any, incurred by GAIL.
13.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which
subsumed various indirect taxes and duties applicable before 01.07.2017. Accordingly,
the provisions of General Condition of Contract relating to taxes and duties which are
subsumed in GST are modified to aforesaid provisions mentioned in clause no. 12 and 13
of ITB.
13.13 GST, as quoted by the bidder in Schedule of Rates/BOQ, shall be deemed as final and
binding for the purpose of bid evaluation (applicable for tenders where bidder quotes the
GST rates). In case a bidder enters “zero/blank” GST or an erroneous GST, the bid
evaluation for finalizing the L1 bidder will be done considering the “Zero” or quoted
GST rate, as the case may be. No request for change in GST will be entertained after
submission of bids.
In cases where the successful bidder quotes a wrong GST rate, for releasing the order, the
following methodology will be followed:
 In case the actual GST rate applicable is lower than the quoted GST rate, the
actual GST rate will be added to the quoted basic prices. The final cash outflow
will be based on actual GST rate.
 In case the actual GST rate applicable is more than the quoted GST rate, the basic
prices quoted will be reduced proportionately, keeping the final cash outflow the
same as the overall quoted amount.
Based on the Total Cash Outflow calculated as above, GAIL shall place orders.

13.14 Wherever TDS under GST Laws has been deducted from the invoices raised / payments
made to the Contractors, as per the provisions of the GST law / Rules, Contractors should
accept the corresponding GST-TDS amount populated in the relevant screen on GST
common portal (www.gst.gov.in). Further, Vendors should also download the GST TDS
certificate from GST common portal (reference path: Services > User Services >
View/Download Certificates option).

‐ 46 ‐ 
  46 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
13.15 Provision w.r.t. E- Invoicing requirement as per GST laws:
Supplier who is required to comply with the requirements of E-invoice for B2B
transactions as per the requirement of GST Law will ensure the compliance of
requirement of E Invoicing under GST law. If the invoice issued without following this
process, such invoice can-not be processed for payment by GAIL as no ITC is allowed
on such invoices.
Therefore, all the payments to such supplier who is liable to comply with e-invoice as per
GST Laws shall be made against the proper e-invoice(s) only. Further, returns and details
required to be filled under GST laws & rules against such e-invoices should be timely
filed by Supplier of Goods with requisite details.
If input tax credit is not available to GAIL for any reason attributable to supplier (both
for E-invoicing cases and non-E-invoicing cases), then GAIL shall not be obligated or
liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) claimed in the
invoice(s) and shall be entitled to deduct / setoff / recover such GST amount (CGST &
SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and interest,
if any, by adjusting against any amounts paid or becomes payable in future to the
supplier under this contract or under any other contract.

To ensure compliance, undertaking in requisite format is to be submitted by supplier as


per format F-17 along with documents for release of payment.

13.16 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt. of
India after the due date of bid submission but before the Contractual Completion Date,
shall be reimbursed to the Service Provider on submission of copy of notification(s)
issued from State/ Central Govt. Authorities along with documentary evidence for proof
of payment of such taxes & duties, but only after ascertaining it’s applicability with
respect to the Contract.

13.17 Full payment including GST will be released at the time of processing of invoice for
payment, where the GST amount reflects in Form GSTR-2A of GAIL. However, in
case where the GST amount doesn’t reflect in Form GSTR-2A of GAIL, the amount of
GST will be released after reflection of GST amount of corresponding invoice in Form
GSTR-2A of GAIL.

14 BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

15 BID VALIDITY

15.1 Bids shall be kept valid for period specified in BDS from the final Due date of
submission of bid'. A Bid valid for a shorter period may be rejected by GAIL as 'non-
responsive'.
15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the
Employer may request the Bidders to extend the 'Period of Bid Validity' for a specified
additional period. The request and the responses thereto shall be made in writing or by
email. A Bidder may refuse the request without forfeiture of his EMD / Bid Security.
A Bidder agreeing to the request will not be required or permitted to modify his Bid, but
will be required to extend the validity of its EMD for the period of the extension and in
accordance with "ITB: Clause-16" in all respects.

‐ 47 ‐ 
  47 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
16 EARNEST MONEY DEPOSIT

DELETED

16A DECLARATION FOR BID SECURITY

Earnest Money Deposit/Bid Security is not applicable.


However, all the bidder (including MSEs, Startups) is required to submit Declaration for
Bid Security in bid as per proforma at Form F-2A.

17 PRE-BID MEETING (IF APPLICABLE)

17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid Meeting"
which will be held at address specified in IFB. It is expected that a bidder shall not
depute more than 02 representatives for the meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage and give hands-on e-tendering.
17.3 Text of the questions raised and the responses given, together with any responses
prepared after the meeting, will be uploaded on Govt. CPP Portal against the Tender as
specified in "ITB: Clause-8. Any modification of the Contents of Bidding Documents
listed in "ITB: Clause-7.1", that may become necessary as a result of the Pre-Bid
Meeting shall be made by the Employer exclusively through the issue of an Corrigendum
pursuant to "ITB: Clause-9", and not through the minutes of the Pre-Bid Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the
case of copies, photocopies are also acceptable] and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder (as per POA). The name and
position held by each person signing, must be typed or printed below the signature. All
pages of the Bid except for unamendable printed literature where entry(s) or
amendment(s) have been made shall be initialed by the person or persons signing the
Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are
initialed by the person or persons signing the Bid.
18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed in
addendum to ITB (Annexure-III to Section III).

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may
lead to rejection of bid. GAIL will accept bids based on terms & conditions of "Bidding
Documents" only. Bidder may note GAIL will determine the substantial responsiveness
of each bid to the Bidding Documents pursuant to provision contained in clause 29 of
ITB. For purpose of this, a substantially responsive bid is one which conforms to all
terms and conditions of the Bidding Documents without deviations or reservations.
GAIL's determination of a bid's responsiveness is based on the content of the bid itself
without recourse to extrinsic evidence. GAIL reserves the right to raise technical and/or
commercial query(s), if required, may be raised on the bidder(s). The response(s) to the
same shall be in writing, and no change in the price(s) or substance of the bids shall be

‐ 48 ‐ 
  48 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
sought, offered or permitted. The substance of the bid includes but not limited to prices,
completion, scope, technical specifications, etc. Bidders are requested to not to take any
deviation/exception to the terms and conditions laid down in this "Tender Documents",
and submit all requisite documents as mentioned in this "Tender Documents", failing
which their offer will be liable for rejection. If a bidder does not reply to the queries in
the permitted time frame then its bid shall be evaluated based on the documents
available in the bid.

19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following


clauses of Tender document shall lead to summarily rejection of Bid:
(a) Firm Price
(b) Bid Security declaration, as applicable
(c) Specifications & Scope of Work
(d) Schedule of Rates / Price Schedule / Price Basis / BOQ
(e) Duration / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security
(i) Guarantee / Defect Liability Period
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact, if Applicable
(m) Any other condition specifically mentioned in the tender document elsewhere that
non-compliance of the clause lead to rejection of bid
Note: Further, it is once again reminded not to mention any condition in the Bid which is
contradictory to the terms and conditions of Tender document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments to Contractors electronically, and to


facilitate the payments electronically through 'e-banking'.

[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OF BIDS

21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the manner
specified elsewhere in tender document. No Manual/ Hard Copy (Original) offer shall
be acceptable. Physical documents shall be addressed to the owner at address specified
in IFB.
21.2 In case of manual tendering bid must be submitted in sealed envelope. If the envelope is
not sealed & marked as per Clause No. 11 of ITB, the employer will assume no
responsibility for misplacement or pre-mature opening of the bid.
21.3 All the bids shall be addressed to the owner at address specified in IFB.
21.4 Bids submitted under the name of AGENT/REPRESENTATIVE/
RETAINER/ASSOCIATE etc. on behalf of a bidder/affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BIDS

22.1 In case of e-bidding, the bids must be submitted through e-tender mode not later than the
date and time specified in the tender documents/BDS.

‐ 49 ‐ 
  49 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
22.2 In case of manual tendering EMD along with bid must be submitted within the due date
& time, as specified in Clause no. 2.0 (I) of IFB and place mentioned in BDS.
22.3 GAIL may, in exceptional circumstances and at its discretion, extend the deadline for
submission of Bids (8.0 and/or 9 of ITB refers). In which case all rights and obligations
of GAIL and the Bidders, previously subject to the original deadline will thereafter be
subject to the deadline as extended. Notice for extension of due date of submission of bid
will be uploaded on Govt. CPP Portal, GAIL’s website/ communicated to the bidders.

23 LATE BIDS

23.1 Any bids received after the notified date and time of closing of tenders will be treated as
late bids.
23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately after the due
date for submission of bid and no bids can be submitted thereafter.
In case of manual tendering, bids received by GAIL after the due date for submission of
bids shall not be considered. Such late bids shall be returned to the bidder within “10
days” in ‘unopened conditions’.
23.3 Physical documents received to address other than one specifically stipulated in the
Tender Document will not be considered for evaluation/opening/award if not received to
the specified destination within stipulated date & time.
2.3.4 Unsolicited Bids or Bids received to address other than one specifically stipulated in the
tender document will not be considered for evaluation/opening/award if not received to
the specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BIDS

24.1 Modification and withdrawal of bids shall be as follows:-

24.1.1 IN CASE OF E- TENDERING

The bidder may withdraw or modify its bid after bid submission but before the due date
and time for submission as per tender document.

24.1.2 IN CASE OF MANUAL BIDDING

The bidder may withdraw or modify its bid after bid submission but before the due date
for submission as per tender document provided that the written notice of the
modification/ substitution/ withdrawal in received by GAIL prior to the deadline for
submission of bid.
24.2 The modification shall also be prepared, sealed, marked and dispatched in accordance
with the provisions of the clause 11, 21 & 22 of ITB with relevant ‘Cut-Out Slip’ duly
pasted and mentioning on top of the envelope as “MODIFICATION”. In case of
withdrawal of bid, the Envelope containing withdrawal letter duly superscribing the
envelope as “WITHDRAWAL” and “Tender Document number :….”/ communication
regarding withdrawal of bid with “Tender Document number :….”/ must reach
concerned dealing official of GAIL within Due date & Time of submission of Bid. No
bid shall be modified/ withdrawn after the Due Date & Time for Bid submission.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Due Date
& Time for Bid submission and the expiration of the period of bid validity specified by
the Bidder in their Bid shall result in the Bidder’s invocation of action as per Bid
Security declaration and rejection of Bid.

‐ 50 ‐ 
  50 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
24.4 The latest Bid submitted by the Bidder before Bid Due Date & Time shall be considered
for evaluation and all other Bid(s) shall be considered to be unconditionally withdrawn.

[E] – BID OPENING AND EVALUATION

25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL


BIDS

GAIL 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 thereby incurring any
liability to the affected Bidder or Bidders or any obligations to inform the affected
Bidder or Bidders of the ground for GAIL's action. However, Bidder if so desire may
seek the reason (in writing) for rejection of their Bid to which GAIL shall respond
quickly.

26 BID OPENING

26.1 Unpriced Bid Opening :


GAIL will open bids, in the presence of bidders’ designated representatives who choose
to attend, at date, time and location stipulated in the BDS. The bidders’ representatives,
who are present shall sign a bid opening register evidencing their attendance.

26.2 Priced Bid Opening:


26.2.1 GAIL will open the price bids of those bidders who meet the qualification requirement
and whose bids is determined to be technically and commercially responsive. Bidders
selected for opening of their price bids shall be informed about the date of price bid
opening. Bidders may depute their authorized representative to attend the bid opening.
The bidders’ representatives, who are present shall sign a register evidencing their
attendance and may be required to be present even on a short notice.
26.2.2 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened in both manual tendering and e-tendering.
26.3 In case of bids invited under the single bid system, bid shall be opened on the specified
due date & time.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation and comparison of


Bids, and recommendations for the award of a Contract, shall not be disclosed to
Bidder(s) or any other persons not officially concerned with such process.

28 CONTACTING THE EMPLOYER

28.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to
contact the Employer on any matter related to the Bid, it should do so in writing.
28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation',
'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the
Bidder's Bid and action shall be initiated as per procedure for action in case Corrupt /
Fraudulent / Collusive / Coercive practices in this regard, apart from forfeiture of EMD/
Bid Security, if any.

‐ 51 ‐ 
  51 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The employer’s’s determination of a bid’s responsiveness is based on the content of the
bid only. Prior to the detailed evaluation of Bids, the Employer will determine whether
each Bid:-
(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;
(b) Has been properly signed;
(c) Is accompanied by the required ‘Bid Security Declaration';
(d) Is substantially responsive to the requirements of the Bidding Documents; and
(e) Provides any clarification and/or substantiation that the Employer may require to
determine responsiveness pursuant to "ITB: Clause-29.2"
29.2 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bidding Documents without material deviations or reservations or
omissions for this purpose employer defines the foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the tender documents.
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the tender document for evaluation of bid.
29.3 A material deviation, reservation or omission is one that,
a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance of the job
as specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender Document, the
Employer’s rights or the tenderer’s obligations under the proposed
Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
29.4 The employer shall examine all aspects of the bid to confirm that all requirements have
been met without any material deviation, reservation or omission.
29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the of material
deviation, reservation or omission.

30 CORRECTION OF ERRORS

30.1 Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors in Price Schedule/Schedule of Rates (SOR)/BOQ will be
corrected by the Employer as follows:

(i) Deleted
(ii) Deleted
(iii) Deleted.
(iv) In case any bidder does not quote for any item(s) of “Schedule of Rates/ BOQ”
and the estimated price impact is more than 10% of the quoted price, then the bid
will be rejected. If such price impact of unquoted items is 10% or less of his
quoted price, then the unquoted item(s) shall be loaded highest of the price
quoted by the other bidders . If such bidder happens to be lowest evaluated
bidder, price of unquoted items shall be considered as included in the quoted bid
price.

‐ 52 ‐ 
  52 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
30.2 The amount stated in the bid will be adjusted by the Employer in accordance with the
above procedure for the correction of errors. If the bidder does not accept the corrected
amount of bid, its bid will be rejected, and the actions shall be invoked as per
Declaration for Bid Security.

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.

32 EVALUATION AND COMPARISON OF BIDS

Bid shall be evaluated as per evaluation criteria mentioned in Section-II of bidding


documents on lowest bid.
In case of a tie at the lowest bid (L1) position between two or more bidders, the
order/LoA will be placed on the bidder who has higher/ highest turnover in last audited
financial year.
In case there is a tie at the lowest bid (L1) position between only startup bidders and
none of them has past turnover, the order/LoA will be placed on the startup who is
registered earlier with Department for Promotion of Industry and Internal Trade.

33 COMPENSATION FOR EXTENDED STAY [IF APPLICABLE]

33.1 In the event of the time of completions of work getting delayed beyond the time schedule
indicated in the bidding document plus a grace period equivalent to 1/5th of the time
schedule or 2 months whichever is more, due to reasons solely attributable to Employer,
the Contractor shall be paid compensation for extended stay (ESC) to maintain necessary
organizational set up and construction tools, tackles, equipment etc. at site of work
maximum period 01(one) month.
33.2 The bidder is required to specify the rate for ESC on per month basis in the “PRICE
PART” of his bid, which shall be considered for loading on total quoted price during
price bid evaluation. The loading shall be done of a period of 1/5th of the time schedule
or 1 month whichever is less. In case bidder does not indicate the rate for ESC in price
part of his bid, it will be presumed that no ESC is required by the bidder and evaluation
shall be carried out accordingly.

34 PURCHASE PREFERENCE

Purchase Preference to Local Content (PP-LC) bidders shall be allowed as per


Government instructions in vogue, as applicable from time to time.
The policy for providing Purchase Preference (linked with Local content) is enclosed as
Annexure V to ITB herewith.

[F] – AWARD OF CONTRACT

35 AWARD

‐ 53 ‐ 
  53 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Subject to "ITB: Clause-29", GAIL will award the Contract to the successful Bidder
whose Bid has been determined to be substantially responsive and has been determined
as the lowest provided that bidder, is determined to be qualified to satisfactorily perform
the Contract.
“GAIL intent to place the contract directly on the address from where Goods are
produced/dispatched or Services are rendered. In case, bidder wants contract at some
other address or supply of Goods/ Services from multiple locations, bidder is required
to provide in their bid address on which order is to be placed”.

GAIL will place the Contract directly on the successful bidder from whom the bid has
been received & evaluated and will not place order on other entities such as subsidiary,
business associate or partner, dealer/distributor etc. of the Bidder.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of
the Bid will be intimated to the successful Bidder by GAIL either byE - mail /Letter or
like means defined as the “Fax of Acceptance (FOA)”. The Contract shall enter into
force on the date of FOA and the same shall be binding on GAIL and successful Bidder
(i.e. Contractor). The Notification of Award/FOA will constitute the formation of a
Contract. The detailed Letter of Acceptance shall be issued thereafter incorporating
terms & conditions of Tender Document, Corrigendum, Clarification(s), Bid and agreed
variation(s)/acceptable deviation(s), if any. GAIL may choose to issue Notification of
Award in form of detailed Letter of Acceptance without issuing FOA and in such case
the Contract shall enter into force on the date of detailed Letter of Acceptance only.
36.2 Contract period shall commence from the date of "Notification of Award" or as
mentioned in the Notification of Award. The "Notification of Award" will constitute the
formation of a Contract, until the Contract has been effected pursuant to signing of
Contract Agreement as per "ITB: Clause-37".
36.3 Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance Security
/ Security Deposit', pursuant to "ITB: Clause-38", GAIL will promptly discharge his
'Earnest Money Deposit / Bid Security', pursuant to "ITB: Clause-16"
36.4 The Order/ contract value mentioned above is subject to Price Reduction Schedule
clause.
36.5 GAIL will award the Contract to the successful Bidder, who, within 'fifteen [15] days' of
receipt of the same, shall sign and return the acknowledged copy to GAIL.

37 SIGNING OF AGREEMENT

37.1 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the


proforma given in this Bidding Document on a 'non-judicial stamp paper' of appropriate
value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and
of 'State of India' specified in Bidding Data Sheet (BDS)only, within 'fifteen [15] days'
of receipt of the "Fax of Acceptance [FOA]" of the Tender by the successful
Bidder/Contractor failure on the part of the successful Bidder/Contractor to sign the
'Agreement' within the above stipulated period, shall constitute sufficient grounds for
action as per Bid Security declaration.
37.3 Bidders can request Bilingual (Hindi & English) Contract Agreement. The format for
signing Contract Agreement in English is attached withthis Bidding Document.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT [CPS/SD]

‐ 54 ‐ 
  54 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance from
GAIL, the successful bidder shall furnish the Contract Performance Security (CPS) in
accordance with of General Conditions of the Contract. The CPS shall be in the form of
either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall
be in the currency of the Contract. However, CPS shall not be applicable in cases
wherein the individual contract value as specified in Notification of Award is less than
INR 5 Lakh (exclusive of GST).
38.2 The contract performance security shall be for an amount equal to specified in Bidding
Data Sheet (BDS)towards faithful performance of the contractual obligations and
performance of equipment. For the purpose of CPS, Contract/order value shall be
exclusive of GST (CGST & SGST/UTGST or IGST).
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees from banks other than the
Nationalized Indian banks, the bank must be a commercial bank having net worth in
excess of Rs 100 crores and a declaration to this effect should be made by such
commercial bank either in the Bank Guarantee itself or separately on its letterhead.
38.3 Failure of the successful bidder to comply with the requirements of this article shall
constitute sufficient grounds for consideration of the annulment of the award and action
as per declaration for Bid Security.
38.4 The CPS has to cover the entire contract value including extra works/services also. As
long as the CPS submitted at the time of award take cares the extra works/ services
executed and total executed value are within the awarded contract price, there is no need
for additional CPS. As soon as the total executed value is likely to burst the ceiling of
awarded contract price, the contractor should furnish additional CPS.
38.5 Further, Ministry of Finance (MOF) Department of financial service has issued direction
for submission of Bank Guarantee through online vide letter ref number
F.No.7/112/2011-BOA dated 17th July 2012. The successful bidder can submit CPS
online through issuing bank to GAIL directly as per the above direction including its
revisions, if any. In such cases confirmation will not be sought from issuing banker by
GAIL.
38.6 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank
Guarantee/Letter of Credit) mentioned in tender documents for submission of Security
Deposit/ Contract Performance Security, the successful bidder can also submit the
Security Deposit/ Contract Performance Securitythrough online banking transaction i.e.
IMPS/NEFT/RTGS/SWIFT etc.For this purpose, the details of GAIL’s Bank Account is
mentioned in BDS. Further, in case a successful Bidder is willing to furnish CPS through
SWIFT, the details may be obtained from Purchase Officer immediately after receipt of
FOA.

While remitting such online transaction, the bidder must indicate “Security Deposit/
Contract Performance Security against FOA/DLOA no. _______(contractor to
specify the FOA/DLOA No.)” under remarks column of such transaction of respective
bank portal. The contractor/vendor shall be required to submit the successful transaction
details to the dealing officer immediately through email/letter and necessarily within 30
days from the date of Fax of Acceptance.
38.7 In case of forfeiture of Contract Performance Security/ Security Deposit in terms of
GCC, the forfeited amount will be considered inclusive of tax and tax invoice will be
issued by GAIL. The forfeiture amount will be subject to final decision of GAIL based
on other terms and conditions of order/ contract.

‐ 55 ‐ 
  55 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
38.8 The Contractor will also submit covering letter along with CPS as per format at F-4.
38.9 CPBG/Security Deposit will not be accepted in case the same has reference of
‘remitter’/’financer’ other than bidder on the aforementioned financial instrument of
CPBG/ Security Deposit submitted by the Contractor.

39 PROCEDURE FOR ACTION IN CASE CORRUPT/


FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is


enclosed at Annexure-I.
39.2 The Fraud Prevention Policy document is available on GAIL’s website
(www.gailonline.com)
39.3 Name and contact details of nodal officer- Refer BDS for details

39.4 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING


OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS
INDULGED IN FRAUDULENT/ COERCIVE PRACTICES
Notwithstanding anything contained contrary in GCC and other "CONTRACT
DOCUMENTS", in case it is found that the Contractors / Bidders indulged in fraudulent/
coercive practices at the time of bidding, during execution of the contract etc., and/or on
other grounds as mentioned in GAIL’s “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices” (Annexure-I to Section-III), the
contractor/bidder shall be banned (in terms of aforesaid procedure) from the date of
issuance of such order by GAIL (India) Ltd., to such Contractors/Bidders.

The Contractor/ Bidder understands and agrees that in such cases where Contractor/
Bidder has been banned (in terms of aforesaid procedure) from the date of issuance of
such order by GAIL (India) Limited, such decision of GAIL (India) Limited shall be
final and binding on such Contractor/ Bidder and the ‘Arbitration clause’ in the GCC and
other "CONTRACT DOCUMENTS" shall not be applicable for any consequential issue
/dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

40.1 Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaimed the
Public Procurement Policy for Micro and Small Enterprises (MSEs). The following
benefit is available in case of work contract also:
i) Issue of tender document to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD/Bid Security.

40.2 In case bidder is a Micro or Small Enterprise, the bidder shall submit the following :
(i) Ministry of MSME vide Gazette notification no. CG-DL-E-26062020-220191
dated 26.06.2020 had notified certain criteria for classifying the enterprises as
Micro, Small and Medium Enterprises and specified form and procedure for filing
the memorandum (Udyam Registration) w.e.f. 01.07.2020 (for complete details
of policy refer website of Ministry of MSME i.e. https://msme.gov.in/).
Accordingly, Micro and Small Enterprises (MSEs) shall be required to submit
Udyam Registration Certificate for availing benefit under Public Procurement
Policy for MSEs-2012
(ii) An enterprise registered prior to 30.06.2020 and who is not re-registered
with Udyam Registration, shall continue to be valid for a period upto 31.12.2021.
‐ 56 ‐ 
  56 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Such enterprise shall submit EM Part-II or Udyog Aadhaar Memorandum (UAM)
for availing benefits of PPP-2012.

The above documents submitted by the bidder shall be duly certified by the Chartered
Accountant (not being an employee or a Director or not having any interest in the
bidder’s company/firm) and notary public with legible stamp.
If the bidder does not provide the above confirmation or appropriate document or any
evidence, then it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy (PPP) 2012.
Further, MSEs who are availing the benfits of the Public Procurement Policy (PPP) 2012
get themselves registered with MSME Data Bank being operated by NSIC, under SME
Division, M/o MSME, in order to create proper data base of MSEs which are making
supplies to CPSUs.
40.3 If against an order placed by GAIL, successful bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small
Enterprise as per provision mentioned at clause no.40.2 with prior consent in writing of
the purchasing authority/Engineer-in-charge, the details like Name, Registration No.,
Address, Contact No. details of material & value of procurement made, etc. of such
Enterprises shall be furnished by the successful bidder at the time of submission of
invoice/Bill.
40.4 The benefit of policy are not extended to the traders/dealers/
Distributors/Stockiest/Wholesalers.
40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which
they are assisting the Micro & Small enterprises to market their products and services
through tender participation on behalf of the individual unit or through consortia.
Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by
NSIC, is meeting the BEC and other terms and conditions of tender their bid will be
considered for further evaluation.
Further, in such cases a declaration is to be submitted by MSE/ consortia on their letter
head (s) that all the terms and conditions of tender document shall be acceptable to them.
40.6 It may be noted that Government of India has implemented Trade Receivable
Discounting System (TReDS) to address challenges faced by MSMEs in delayed
payments (after receipt/acceptance of Material/Services) from Government buyers
leading to shortfall of Working Capital. TReDS is an online electronic institutional
mechanism for facilitating the financing of trade receivables of MSMEs through multiple
financiers. GAIL is already registered on the following TReDS platform:
 M/s Receivable Exchange of India (RXIL), Mumbai
 M/s Mynd Solutions Private Limited (Mynd), New Delhi
 M/s A. TREDS (Invoicemart), Mumbai
MSME Bidders are required to register on the TReDS platform. The MSME vendors can
avail the TReDS facility, if they want to.

40.7 Interest payment on delayed payments to MSME is payable in line with Micro, Small
and Medium Enterprises Development Act, 2006

41 AHR ITEMS

In item rate contract where the quoted rates for the items exceed 50% of the estimate
rates, such items will be considered as Abnormally High Rates (AHR) items and

‐ 57 ‐ 
  57 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
payment of AHR items beyond the SOR/BOQ stipulated quantities shall be made at the
lowest amongst the following rates:
I) Rates as per SOR/BOQ, quoted by the Contractor.
II) Rate of the item, which shall be derived as follows:
a. Based on rates of Machine and labour as available from the contract
(which includes contractor’s supervision, profit, overheads and other
expenses).
b. In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor’s supervision profit, overhead & other expenses.

42 VENDOR PERFORMANCE EVALUATION

Shall be as stipulated Annexure II to ITB herewith.

43 INCOME TAX & CORPORATE TAX

43.1 Income tax deduction shall be made from all payments made to the contractor as per the
rules and regulations in force and in accordance with the Income Tax Act prevailing from
time to time.
43.2 Corporate Tax liability, if any, shall be to the contractor’s account.
43.3 TDS

(i) TDS, wherever applicable, shall be deducted as per applicable act/law/rule.


(ii) Higher rate of TDS for non-filers of ITR

As per Section 206AB of Income Tax Act, 1961, in case of any vendor/customer
who does not filed their Income Tax Return for both of the two previous years
preceding to current year and aggregate amount of TDS is more than or equal to
50,000/- in each of those previous two years (or limit defined by Govt. from time
to time), then TDS will be deducted at the higher of following rates:
(I) Twice the rate mentioned in relevant TDS section.
(II) Twice the rate or rates in force
(III) 5%

43.4 MENTIONING OF PAN NO. IN INVOICE/BILL


As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is
mandatory for procurement of goods / services/works/consultancy services exceeding Rs.
2 Lacs per transaction or as amended from time to time.
Accordingly, contractor should mention their PAN no. in their invoice/ bill for any
transaction exceeding Rs. 2 lakhsor as amended from time to time. As provided in the
notification, in case contractor do not have PAN no., they have to submit declaration in
Form 60 along with invoice/ bill for each transaction.
Payment of contractor shall be processed only after fulfilment of above requirement

44 DISPUTE RESOLUTION MECHANISM

44.1 QUARTERLY CLOSURE OF THE CONTRACT AND SAMADHAN


MECHANISM

‐ 58 ‐ 
  58 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
During execution of orders, various issues may arise. In order to timely detect and to
address the contractual issue(s) during the execution of contracts, GAIL has introduced a
mechanism of Quarterly Closure of the contract, under which all the related issues
/disputes will be monitored and addressed on quarterly basis for resolution. Vendor
(hereinafter referred ‘Vendor’)should first refer any issues/disputes to Engineer-in-
Charge(EIC) for LOA/contracts/ Dealing C&P Executive for Purchase Orders and co-
operate them for smooth execution of the contract and to timely address the issues, if
any.For applicability of ‘Quarterly Closure’, please refer BDS.
In case issue is not resolved by above, Supplier may submit their issue(s) to Vendor
Grievance Portal “Samadhan”, which will be addressed by GAIL within 15 days. The
Samadhan Portal is available at https://gailebank.gail.co.in/grievance/welcome.aspx .
Accordingly, the methodology for resolution of issue(s)/ grievance (s) of
Vendor/Supplier shall be as under:
(i) Any issue should be first referred to EIC for LOA/contracts/ Dealing C&P
Executive for Purchase Orders.
(ii) In case issue is not resolved, Vendor may submit their issue/ grievance through
online Vendor Grievance Portal-“Samadhan”.
(iii) In case, Vendor is not satisfied, there is a provision of escalation of issue to higher
authority in GAIL. This option is available two times to vendor.
(iv) Further, issue(s) can only be submitted upto 1 month after closure of respective
Contract.
(v) Vendor should refer their issue/ grievance through above mode only. Issue/
grievance received through any other mode shall not be entertained.

44.2 CONCILIATION AND ARBITRATION

1.0 CONCILIATION
GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with Part –
III of the Arbitration and Conciliation Act 1996 as amended from time to time for
speedier, cost effective and amicable settlement of disputes through conciliation. All
issue(s)/dispute(s) arising under the Contract, which cannot be mutually resolved within
a reasonable time, may be referred for conciliation in accordance with GAIL
Conciliation Rules 2010 as amended from time to time A copy of the said rules have
been made available on GAIL’s web site i.e www.gailonline.com.
Where invitation for Conciliation has been accepted by the other party, the Parties shall
attempt to settle such dispute(s) amicably under Part-III of the Arbitration and
Conciliation Act, 1996 and GAIL (India) Limited Conciliation Rules, 2010. It would be
only after exhausting the option of Conciliation as an Alternate Dispute Resolution
Mechanism that the Parties hereto shall invoke Arbitration Clause. For the purpose of
this clause, the option of ‘Conciliation’ shall be deemed to have been exhausted, even in
case of rejection of ‘Conciliation’ by any of the Parties.

2.0 ARBITRATION
All issue(s)/dispute(s) excluding the matters that have been specified as excepted
matters and listed at clause no. 2.6 and which cannot be resolved through Conciliation,
such issue(s)/dispute(s) shall be referred to arbitration for adjudication by Sole
Arbitrator.

‐ 59 ‐ 
  59 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
The party invoking the Arbitration shall have the option to either opt for Ad-hoc
Arbitration as provided at Clause 2.1 below or Institutionalized Arbitration as provided
at Clause 2.2 below, the remaining clauses from 2.3 to 2.7 shall apply to both Ad-hoc
and Institutional Arbitration:-
2.1 On invocation of the Arbitration clause by either party, GAIL shall suggest a
panel of three independent and distinguished persons (Retd Supreme Court &
High Court Judges only) to the other party from the Panel of Arbitrators
maintained by ‘Delhi International Arbitration Centre (DIAC) to select any one
among them to act as the Sole Arbitrator. In the event of failure of the other party
to select the Sole Arbitrator within 30 days from the receipt of the communication
from GAIL suggesting the panel of arbitrators, the right of selection of the sole
arbitrator by the other party shall stand forfeited and GAIL shall appoint the Sole
Arbitrator from the suggested panel of three Arbitrators for adjudication of
dispute(s). The decision of GAIL on the appointment of the sole arbitrator shall
be final and binding on the other party. The fees payable to Sole Arbitrator shall
be governed by the fee Schedule of ‘‘Delhi International Arbitration Centre’.
OR
2.2 If a dispute arises out of or in connection with this contract, the party invoking the
Arbitration shall submit that dispute to any one of the Arbitral Institutions i.e
ICADR/ICA/DIAC/SFCA and that dispute shall be adjudicated in accordance
with their respective Arbitration Rules. The matter shall be adjudicated by a Sole
Arbitrator who shall necessarily be a Retd Supreme Court/High Court Judge to be
appointed/nominated by the respective institution. The cost/expenses pertaining
to the said Arbitration shall also be governed in accordance with the Rules of the
respective Arbitral Institution. The decision of the party invoking the Arbitration
for reference of dispute to a specific Arbitral institution for adjudication of that
dispute shall be final and binding on both the parties and shall not be subject to
any change thereafter. The institution once selected at the time of invocation of
dispute shall remain unchanged.
2.3 The cost of arbitration proceedings shall be shared equally by the parties.
2.4 The Arbitration proceedings shall be in English language and the seat, venue and
place of Arbitration shall be New Delhi, India only.
2.5 Subject to the above, the provisions of Arbitration & Conciliation Act 1996 and
any amendment thereof shall be applicable. All matter relating to this Contract
and arising out of invocation of Arbitration clause are subject to the exclusive
jurisdiction of the Court(s) situated at New Delhi.
2.6 List of Excepted matters:
a) Dispute(s)/issue(s) involving claims below Rs 25 lakhs and above Rs 25
crores.
b) Dispute(s)/issue(s) relating to indulgence of Contractor/Vendor/Bidder in
corrupt/fraudulent/collusive/coercive practices and/or the same is under
investigation by CBI or Vigilance or any other investigating agency or
Government.
c) Dispute(s)/issue(s) wherein the decision of Engineer-In-
Charge/owner/GAIL has been made final and binding in terms of the
Contract.
2.7. Disputes involving claims below Rs 25 Lakhs and above Rs. 25 crores:- Parties
mutually agree that dispute(s)/issue(s) involving claims below Rs 25 Lakhs and

‐ 60 ‐ 
  60 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
above Rs 25 crores shall not be subject matter of Arbitration and are subject to
the exclusive jurisdiction of the Court(s) situated at New Delhi.
3. GOVERNING LAW AND JURISDICTION:
The Contract shall be governed by and construed in accordance with the laws in
force in India. The Parties hereby submit to the exclusive jurisdiction of the
Courts situated at New Delhi for adjudication of disputes, injunctive reliefs,
actions and proceedings, if any, arising out of this Contract.

45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/


ORGANIZATIONS
Subject to conciliation as provided above, in the event of any dispute (other than those
related to taxation matters) or difference relating to the interpretation and application of
the provisions of commercial contract(s) between Central Public Sector Enterprises
(CPSEs/ Port Trusts) inter se and also between CPSEs and Government Departments
/Organizations), such dispute or difference shall be taken up by either party for resolution
only through AMRCD as mentioned in OPE OM No. 4(1)/2013-DPE(GM)/FTS-1835
dated 22-05-2018.
Any party aggrieved with the decision of the Committee at the First level (tier) may
prefer an appeal before the Cabinet Secretary at the Second level (tier) within 15 days
from the date of receipt of decision of the Committee at First level, through it's
administrative Ministry/Department, whose decision will be final and binding on all
concerned.
The above provisions mentioned at clause no.44& 45shall supersede provisions relating
to Conciliation, Arbitration, Governing Law & Jurisdiction and Disputes between
CPSE’s/ Government Department’s/ Organizations mentioned in General Conditions of
Contract (GCC) and elsewhere in tender document.

46.0 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS


PROVIDERS)

INAM-Pro (Platform for infrastructure and materials providers) is a web based platform
for infrastructure provides and materials suppliers and was developed by Ministry of
Road Transport and Highways (MoRT&H) with a view to reduce project execution
delays on account of supply shortages and inspire greater confidence in contractors to
procure cement to start with directly from the manufacturers. Presently, numerous
cement companies are registered in the portal and offering cement for sale on the portal
with a commitment period of 3 years. These companies have bound themselves by
ceiling rates for the entire commitment period, wherein they are allowed to reduce or
increase their cement rates any number of times within the ceiling rate, but are not
permitted to exceed the said ceiling rate.
MoRT&H is expanding the reach of this web-portal by increasing both the product width
as well as the product depth. They are working on incorporating 60 plus product
categories. The product range will span from large machineries like Earth Movers and
Concrete Mixers, to even the smallest items like road studs. MoRT&H intend to turn it
into a portal which services every infrastructure development related need of a modern
contractor.
GAIL’s contractors may use this innovative platform, wherever applicable. The usage of
web – Portal is a completely voluntary exercise. The platform, however, can serve as a
benchmark for comparison of offered prices and products.

‐ 61 ‐ 
  61 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS

To promote cashless transactions, the onward payments by Contractors to their


employees, service providers, sub-contractors and suppliers may be made through Cards
and Digital means to the extent possible

48 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO


SCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY

While engaging the contractual manpower, Contractors are required to make efforts to
provide opportunity of employment to the people belonging to Scheduled Castes and
weaker sections of the society also in order to have a fair representation of these
sections.

49. PROVISIONS FOR STARTUPS (AS DEFINED IN GAZETTE NOTIFICATION


NO. D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF
COMMERCE AND INDUSTRY AND AS AMENDED FROM TIME TO TIME)

Not Applicable

50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT


NOTE TOWARDS PRS

PRS is the reduction in the consideration / contract value for the services covered under
this contract. In case of delay in execution of contract, service provider should raise
invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If
service provider has raised the invoice for full value, then service provider should issue
Credit Note towards the applicable PRS amount with applicable taxes.
In such cases if service provider fails to submit the invoice with reduced value or does
not issue credit note as mentioned above, GAIL will release the payment to service
provider after giving effect of the PRS clause with corresponding reduction of taxes
charged on service provider’s invoice, to avoid delay in payment.
In case any financial implication arises on GAIL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
service provider. GAIL shall be entitled to deduct / setoff / recover such GST amount
(CGST & SGST/UTGST or IGST) together with penalties and interest, if any, against
any amounts paid or becomes payable by GAIL in future to the service provider under
this contract or under any other contract.

51. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING


CHARTERED ACCOUNTANTS
 
  Practicing Chartered Accountants shall generate Unique Document Identification
Number (UDIN) for all certificates issued by them as per provisions of Tender
Document.
However, UDIN may not be required for documents being attested by Chartered
Accountants in terms of provisions of Tender Document.

52. ANJANI PORTAL

GAIL has implemented “Anjani" e-Measurement Book & e-Billing Portal for ease in

‐ 62 ‐ 
  62 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
submission of measurement book/bill and reduction in paper transaction.
Accordingly, GAIL will process the Bill with Measurement Book through "Anjani" e-
Measurement Book & e-Billing Portal (link:
https://gailebank.gail.co.in/MBAutomation/frmlogin.aspx). Accordingly, Contractor/
Service Provider/ Consultant is requested to forward the RA Bill on "Anjani" e-
Measurement Book & e-Billing Portal through concerned EIC/CIC/SIC, whichever is
applicable.
Further, User Manual is also available on aforesaid portal.

53. REGISTRATION OF SUPPLIER ON GOVERNMENT E-MARKETPLACE


(GEM)
Sellers providing Goods and Services are required to register on GeM and obtain a
unique GeM Seller ID, and provide the Seller ID in bid or before placement of Purchase
order/ Letter of Acceptance.

Annexure-I to Section-III

PROCEDURE FOR ACTION IN CASE CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE


PRACTICES

A Definitions:

‐ 63 ‐ 
  63 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of
value to improperly influence the actions in selection process or in contract execution.
“Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead
so that financial or other benefit may be obtained or an obligation avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a agency or with his
connivance or by his agent by misrepresenting/ submitting false documents and/ or false information or
concealment of facts or to deceive in order to influence a selection process or during execution of contract/
order.
A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement
designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any
agency or its property to influence the improperly actions of an agency, obstruction of any investigation or
auditing of a procurement process.
A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”
A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and Director
(BD) for works centers under Director (Projects). For all other cases committee of Directors shall consist of
Director (Finance) & Director (Projects).
A.7 “Competent Authority” shall mean the authority, who is competent to take final decision for Suspension of
business dealing with an Agency/ (ies) and Banning of business dealings with Agency/ (ies) and shall be
the “Director” concerned.
A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of banned/ suspended
agencies. In determining this, the following factors may be taken into consideration:
(a) Whether the management is common;
(b) Majority interest in the management is held by the partners or directors of banned/ suspended
firm.
(c ) substantial or majority shares are owned by banned/ suspended agency and by virtue of this it has
a controlling voice.
A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into the conduct of
Agency/ party and shall include the Vigilance Department of the GAIL, Central Bureau of Investigation,
State Police or any other agency set up by the Central or state government having power to investigate.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive practice

B.1 Irregularities noticed during the evaluation of the bids :

If it is observed during bidding process/ bids evaluation stage that a bidder has indulged in
corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s) shall be rejected and its Earnest
Money Deposit (EMD) shall be forfeited.
Further, such agency shall be banned for future business with GAIL for a period specified in para B 2.2
below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency, is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, action


shall be initiated for putting the agency on banning list.

After conclusion of process and issuance of Speaking order for putting party on banning list, the
order (s)/ contract (s) where it is concluded that such irregularities have been committed shall be
terminated and Contract cum Performance Bank Guarantee (CPBG) submitted by agency against
such order (s)/ contract (s) shall also be forfeited. Further such order/ contract will be closed
following the due procedure in this regard.

The amount that may have become due to the contractor on account of work already executed by
him shall be payable to the contractor and this amount shall be subject to adjustment against any
amounts due from the contractor under the terms of the contract. No risk and cost provision will be
enforced in such cases.

Suspension of order/ contract:

‐ 64 ‐ 
  64 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Further, only in the following situations, the concerned order (s)/ contract(s) (where
Corrupt/Fraudulent/ Collusive/ Coercive Practices are observed) and payment shall be suspended
after issuance of Suspension cum Show Cause Notice:

(i) Head of Corporate Vigilance Department/CVO based on the investigation by them,


recommend for specific immediate action against the agency.
(ii) Head of Corporate Vigilance Department/CVO based on the input from investigating
agency, forward for specific immediate action against the agency.

Suspension cum Show Cause Notice being issued in above cases after approval of the competent
authority (as per provisions mentioned under Clause no. D) shall also include the provision for
suspension of Order (s)/ Contract (s) and payment. Accordingly, after issuance of Suspension cum
Show Cause Notice, the formal communication for suspension of Order (s)/ Contract (s) and
payment with immediate effect will be issued by the concerned person of GAIL.

During suspension, Contractor/ Service Providers will be allowed to visit the plant/ site for upkeep
of their items/ equipment, GAIL’s issued materials (in case custody of same is not taken over),
demobilizing the site on confirmation of EIC, etc.

(ii) After execution of contract and during Defect liability period (DLP)/ Warranty/Guarantee
Period:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after


execution of contract and during DLP/ Warranty/Guarantee Period, the agency shall be banned
for future business with GAIL for a period specified in para B 2.2 below from the date of issue of
banning order.
Further, the Contract cum Performance Bank Guarantee (CPBG)/Contract Performance Security
(CPS) submitted by agency against such order (s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after


expiry of Defect liability period (DLP)/ Warranty/Guarantee Period, the agency shall be banned
for future business with GAIL for a period specified in para B 2.2 below from the date of issue of
banning order.

B.2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/Fraudulent/Collusive/Coercive Practices shall


be as under and to be reckoned from the date of banning order:

S. Description Period of banning


No. from the date of
issuance of Banning
order

1 Misrepresentation/False information other than pertaining to BEC 02 years


of tender but having impact on the selection process.

For example, if an agency confirms not being in holiday in


GAIL/PSU’s PMC or banned by PSUs/ Govt. Dept., liquidation,
bankruptcy & etc. and subsequently it is found otherwise, such
acts shall be considered in this category.

2 Corrupt/Fraudulent (except mentioned sl. no. 1 above) 03 years


/Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent (except

‐ 65 ‐ 
  65 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
mentioned sl. no. 1 above) /Collusive/ Coercive Practices in
subsequent cases after their banning, such situation of repeated
offense to be dealt with more severity and following shall be the
period of banning:
2.1

(v) Repeated once

(vi) Repeated twice or more


7 years (in addition
to the period already
served)

15 years (in addition


to the period already
served)

3 Indulged in unauthorized disposal of materials provided by 7 years


GAIL

4 If act of vendor/ contractor is a threat to the National Security 15 years

C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing tenders/future tenders.
C.2 However, if such an agency is already executing other order (s)/ contract (s) where no corrupt/fraudulent/
collusive/coercive practice is found, the agency should be allowed to continue till its completion without
any further increase in scope except those incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is found in the case under
process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency
shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be opened
and BG/EMD submitted by the agency shall be returned to the agency.
C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be
ignored & will not be further evaluated. If the agency is put on banning list for fraud/ mis-appropriation of
facts committed in the sametender/other tender where errant agency emerges as the lowest (L1), then such
tender shall also be cancelled and re-invited.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated by Corporate C&P
Department when

(i) Corporate Vigilance Department based on the fact of the case gathered during investigation by
them recommend for specific immediate action against the agency.
(ii) Corporate Vigilance Department based on the input from Investigating agency, forward for
specific immediate action against the agency.
(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to termination of Contract/
Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than six months and is to be
communicated to the agency and also to Corporate Vigilance Department. Period of suspension can be

‐ 66 ‐ 
  66 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
extended with the approval of the Competent Authority by one month at a time with a ceiling of six
months pending a conclusive decision to put the agency on banning list.
D.2.2 During the period of suspension, no new business dealing may be held with the agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for banning of business with the
agency.
D.2.4 The decision regarding suspension of business dealings should also be communicated to the agency.
D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can result in banning
of business dealings, proposal for issuance of suspension order and show cause notice shall be put up
to the Competent Authority. The suspension order and show cause notice must include that (i) the
agency is put on suspension list and (ii) why action should not be taken for banning the agency for
future business from GAIL.
The competent authority to approve the suspension will be same as that for according approval for
banning.

D3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the name of agency appears in
the Suspension List.
D.3.2 If an agency is put on the Suspension List during tendering:
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the
agency shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be
opened and BG/EMD submitted by the agency shall be returned to the agency.
D.3.2.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be
ignored & will not be further evaluated. If the agency is put on Suspension list for fraud/ mis-
appropriation of facts conducted in the sametender/other tender where errant agency emerges as the
lowest (L1), then such tender shall also be cancelled and re-invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have provision that the bidder
shall submit a undertaking to the effect that (i) neither the bidder themselves nor their allied
agency/(ies) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas and (ii)
bidder is not banned by any Government department/ Public Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The agency may file an appeal against the order of the Competent Authority for putting the agency on
banning list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within one
month from the of receipt of banning order.
F.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to
the party as well as the Competent Authority.
F.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.

G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC and ‘Procedure for action in
case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the provisions of ‘Procedure for action in case of
Corrupt/Fraudulent/ Collusive/Coercive Practice’ shall prevail.

Annexure-II to Section III

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

1.0 GENERAL

‐ 67 ‐ 
  67 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their performance is a key
process and important to support an effective purchasing & contracting function of an organization.
Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be closely monitored
to ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or
complete execution of order by a contractor within scheduled completion period. For timely execution of
projects and meeting the operation & maintenance requirement of operating plants, it is necessary to
monitor the execution of order or contracts right from the award stage to completion stage and take
corrective measures in time.

2.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable Vendors/
Suppliers/Contractors/ Consultants so that they consistently meet or exceed expectations and requirements.
The purpose of this procedure is to put in place a system to monitor performance of Vendors/
Suppliers/Contractors/ Consultants associated with GAIL so as to ensure timely completion of various
projects, timely receipt of supplies including completion of works & services for operation and
maintenance of operating plants and quality standards in all respects.

3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet


Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/Consultant for all
orders/Contracts with a value of Rs. 50 Lakhs and above is recommended to be drawn up.
Further, Performance rating data Sheet for orders/contracts of Vendor/Supplier/Contractor/
Consultant who are on watch list/holiday list/ banning list shall be prepared irrespective of order/
contract value. These data sheets are to be separately prepared for orders/ contracts related to
Projects and O&M. Format, Parameters, Process, responsibility for preparation of Performance
Rating Data Sheet are separately mentioned.
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, Performance of concerned Vendor/
Supplier/Contractor/ Consultant would be computed and graded accordingly. The measurement
of the performance of the Party would be its ability to achieve the minimum scoring of 60% points
in the given parameters.
iii) Initiation of Measures:
Depending upon the Grading of Performance, corrective measures would be initiated by taking up
the matter with concerned Vendor/ Supplier/Contractor/ Consultant. Response of Vendor/
Supplier/Contractor/ Consultant would be considered before deciding further course of action.
iv) Implementation of Corrective Measures:
Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned Engineer-in-Charge
for the Projects and/or OIC in case of O&M would recommend for continuation or
discontinuation of such party from the business of GAIL.
v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and, if required,
corrective action will be taken for improvement in future.

4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of Vendors/
Suppliers/Contractors/ Consultants :

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is


not on watch list/ holiday list/ banning list.
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO with material code
ending with 9).

However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so as to minimize the
impact on Projects/O&M plants due to non performance of Vendors/ Suppliers/Contractors/ Consultants in
all such cases.

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

5.1 FOR PROJECTS


‐ 68 ‐ 
  68 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of PROJECTS


shall be done immediately with commissioning of any Project.
ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge shall prepare a
Performance Rating Data Sheet (Format at Annexure-1) for all Orders and Contracts.
iii) Depending upon the Performance Rating, following action shall be initiated by Engineer-in-
charge/Project-in-charge:

Sl.No. Performance Action


Rating
1 POOR Seek explanation for Poor performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after
execution of Order/ Contract and where no reply/ unsatisfactory reply is received from
party against the letter seeking the explanation from Vendor/Supplier/Contractor/
Consultant along with sharing the performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the


following action:

1. Poor Performance on account of Quality (if marks obtained against Quality


parameter is less than 20):
(a) First Instance: Holiday (Red Card) for Two Years
(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for Three Years

2. Poor Performance on account of other than Quality (if marks obtained against
Quality parameter is more than 20):
(a) First such instance:Advisory notice(Yellow Card) shall be issued
and Vendor/Supplier/Contractor/ Consultantshall be put on watch list
for a period of Three (3) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of One
Year
(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday (Red Card) for a
period of Three Years.

B) Where Poor/Non-Performance leading to termination of contract or Offloading of


contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant
(under clause no. 32 (C) of GCC-Works)

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultantshall be put on watch list for a period of
Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the
same supply/work/services of that location which has terminated / offloaded.

‐ 69 ‐ 
  69 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Moreover, it will be ensured that all other action as per provision of contract
including forfeiture of Contract Performance Security (CPS) etc. are
undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years
unless the same is converted into Red Card due to subsequence instances of
poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.
(b) Second instances in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of One Year and they shall also to be considered for
Suspension.
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s)
or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to
improve their performance.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 5.1
for Projects.

5.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of Operation


and Maintenance shall be done immediately after execution of order/ contract.
ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-2) shall be
prepared for Orders by Site C&P and for Contracts/Services by respective Engineer-In-Charge.
iii) Depending upon Performance Rating, following action shall be initiated by EIC:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance


2. FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after
execution of Order/ Contract and where no reply/ unsatisfactory reply is received from
party against the letter seeking the explanation from Vendor/Supplier/Contractor/
Consultant along with sharing the performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the


following action:

1. Poor Performance on account of Quality (if marks obtained against Quality


parameter is less than 20):
(a) First Instance: Holiday (Red Card) for Two Years

‐ 70 ‐ 
  70 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for Three Years

2. Poor Performance on account of other than Quality (if marks obtained against
Quality parameter is more than 20):
(a) First such instance:Advisory notice(Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultantshall be put on watch list for a
period of Three (3) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of One
Year
(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday (Red Card) for a
period of Three Years.

B) Where Poor/Non-Performance leading to termination of contract or Offloading of


contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant
(under clause no. 32 (C) of GCC-Works)
(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultantshall be put on watch list for a period of
Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the
same supply/work/services of that location which has terminated / offloaded.
Moreover, it will be ensured that all other action as per provision of contract
including forfeiture of Contract Performance Security (CPS) etc. are
undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years
unless the same is converted into Red Card due to subsequence instances of
poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of One Year and they shall also to be considered for
Suspension.

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s)
or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”


Issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their
performance.

6.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

6.1 An order for Holiday passed for a certain specified period shall deemed to have been automatically
revoked on the expiry of that specified period and it will not be necessary to issue a specific formal order
of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to quality, and new order is
placed on bidder after restoration of Vendor/ Supplier/Contractor/ Consultant, such order will be properly
monitored during execution stage by the concerned site.
‐ 71 ‐ 
  71 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

7.0 EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/ Supplier/Contractor/


Consultant shall not be considered in ongoing tenders/future tenders.
7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other order/ contract
and their performance is satisfactory in terms of the relevant contract, should be allowed to continue till its
completion without any further increase in scope except those incidental to original scope mentioned in
the contract. In such a case CPBG will not be forfeited and payment will be made as per provisions of
concerned contract. However, this would be without prejudice to other terms and conditions of the
contract.
7.3. Effect on other ongoing tendering:
7.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the party
shall be ignored.
7.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party shall not be opened
and BG/EMD submitted by the party shall be returned to the party.
7.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the party shall be ignored
& will not be further evaluated. If errant party emerges as the lowest (L1), then such tender shall also be
cancelled and re-invited.
8.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the procedure, the holding
company, subsidiary, joint venture, sister concerns, group division of the errant Vendor/
Supplier/Contractor/ Consultant shall not be considered for putting on holiday list.
Any bidder, put on holiday, will not be allowed to bid through consortium route also in new tender during
the period of holiday.
9.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against the tender process
with the intention of delaying or defeating any procurement or causing loss to GAIL or any other bidder,
such bidder will be put on holiday for a period of six months, if such complaint is proved to be vexatious,
frivolous or malicious, after following the due procedure.

10. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for putting the party on
Holiday list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred
within one month from the of receipt of Holiday order.
(b) Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the party as well as the Competent Authority.
(c) Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.
(d) “Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and
Director (BD) for works centers under Director (Projects). For all other cases committee of
Directors shall consist of Director (Finance) & Director (Projects).

11. ERRANT BIDDER

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 modification of bid or varying any term in regard
thereof leading to re-tendering, GAIL shall forfeit EMD if paid by the bidder and such bidders shall be
debarred from participation in retendering of the same job(s)/item(s).
Further, such bidder will be put on Watch List (Yellow Card) for a period of three years after following the
due procedure. However, during the period in watch list such vendor will be allowed to participate in all
other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s).
In case of subsequent instances of default in other tender(s) during aforesaid watch list period, the action
shall be initiated as per provision of sl. no. 2 of para A of Clause no. 5.1 (v) and 5.3 (v).

The Yellow card will be automatically revoked after specified period unless the same is converted into Red
Card

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent
government agency brings to the notice of GAIL that the Supplier has not remitted the amount towards
GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer, then, that
Supplier shall be put under Holiday list of GAIL for period of six months after following the due
procedure. This action will be in addition to the right of recovery of financial implication arising on GAIL.

‐ 72 ‐ 
  72 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
‐ 73 ‐ 
  73 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated

Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond
contract payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial
constraints, then ‘0’ marks should be allotted against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

‐ 74 ‐ 
  74 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time

ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).

iii) Response to various correspondence and conformance to 5 marks


standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

‐ 75 ‐ 
  75 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)

i) Location :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Parameter Delivery Performance Quality Performance Reliability Performance# Total


Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond
contract payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial
constraints, then ‘0’ marks should be allotted against Reliability Performance
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25

‐ 76 ‐ 
  76 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time
ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).
iii) Response to various correspondence and conformance to 5 marks
standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

‐ 77 ‐ 
  77 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Annexure-III to Section-III

INSTRUCTIONS FOR PARTICIPATION IN E-TENDER

1. General

This section contains detailed instructions regarding bid submission procedure under e-
tendering system (e-tender portal). Bidders are required to read the following instructions
in addition to various instructions mentioned elsewhere in this document for e-tendering,
Bidders manual kit and FAQs etc. The instructions mentioned herein related to bid
submission procedure shall supersede and shall prevail over the conditions enumerated
elsewhere in the bid/tender document.

2. About E-Tender Portal (Web)

GAIL (India) Ltd. has associated with Govt. e-Procurement System of National
Informatics Center (NIC) for processing e-tenders. CPP is a secured and user friendly e-
tender system enabling bidders to Search, View, Download tender document(s) directly
from the portal https://etenders.gov.in/eprocure/app(referred hereunder as “E-Tender
Portal”) and also enables the bidders to participate and uploading of SOR/BOQ/Price
Schedule (Price Bid)and technical bids in the portal in secured and transparent manner
maintaining absolute confidentiality and security throughout the tender evaluation
process and award.
More information useful for submitting online bids on the CPP Portal may be obtained
at: https://etenders.gov.in/eprocure/app

3. Bidders Manual Kit

Bidders who wish to participate in e-tenders must download Bidders Manual


Kitfrom(https://etenders.gov.in/eprocure/app)which contains instructions in respect of e-
Tendering, Instructions To Bidder for Online Bid Submission, Registration of
Bidders(obtaining unique login ID and password, re-setting the password, registering of
Digital Signature Certificate(DSC) with respective user id),Bidders Manual for Tender
Cum Auction,Online e-Bid Submission(downloading of Tender document and uploading
of Offer/Bid etc.), Online Bid Withdrawal, Online Bid Re-submission, Clarifications
(Tender Status, My Archive...), Frequently encountered problems and solutions under
Trouble Shooting, BoQ Preparation GuidelinesEtc.
Further, the troubleshooting issues are also available in the form of FAQs, which can be
accessedfrom CPP Portal (https://etenders.gov.in/eprocure/app).

4. Pre-requisite for participation in bidding process

The following are the pre-requisite for participation in e-Tendering Process:

4.1 PC/Laptop with Windows OS, Internet Explorer

 A computer system with a high speed internet connectivity.


 Internet Explorer 10or above, Mozilla Firefox version to version 49 or Firefox ESR
52
 Operating system: Windows based or Linux OS, with which your DSC(Digital
Signature Certificate) is compatible.
‐ 78 ‐ 
  78 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
 Java Run Time Engine : Java version 8 update 161 and above

4.2 Internet Broadband Connectivity

The Bidder must have a high speed internet connectivity with at least 2Mbpsspeed (512
kbps Speed)(preferably Broadband) to access e-Tender Portal for downloading the
Tender document and uploading/submitting the Bids.

4.3 A valid e-mail Id of the Organization/Firm

Bidder must possess an e-mail Id, preferably of the Organisation (in case of a
company)/Individual (in case of proprietorship concern)/Partner having Power of
Attorney (in case of a partnership firm) to create login Id. The e-mail Id should not be
changed frequently. All communication related to e-tendering including system
generated mails shall be sent on this e-mail Id only. The communication to bidder is fully
automated through the system and hence email-id of bidder is very important for online
communication with bidder during various stages of tendering process and should be
preferably common e-mail Id of the Organisation.

4.4 User ID and Password for new Bidder(s)

To participate in the bidding process, it is mandatory on the part of bidder(s) to have user
Id and password. Without user Id (Login Id), bidders cannot participate in E-tender.
There will be single login Id for a bidder.

To obtain User Id and Password Vendor/Bidder must visit


https://etenders.gov.in/eprocure/appand perform the following steps:

i) Click on button “Online bidder Enrollment”

ii) Fill the Online Enrollment of Corporate/Bidder form and submit. Ensure that the
e-mail address and mobile number given in the form is valid and active.These would
be used for any communication from the E-tender Portal.

iii) Ensure that all the mandatory fields (identified with a * mark) are filled in the
Online Enrollment of Corporate/Bidder for User Id creation.

iv) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their
profile.

v) 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.

vi) It is advised to take extreme precaution while mapping digital certificate to a


particular user profile. Once a digital certificate is enrolled to a user account, it
cannot be used for any other registration in the system.

‐ 79 ‐ 
  79 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
vii) 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.

User Id and password is unique for each vendor and the vendor can use the same to
view/download/participate in all e-tenders of GAIL.

In their own interest, Bidder(s) are advised to apply for User Id immediately on
publishing of tender or well in advance of the bid due date. User Id shall normally be
issued immediatelyafter complete information has been furnished by the vendor in
“Online Enrollment of Corporate/Bidder”and on successful submission of the same.
GAIL/CPP shall not be responsible for any delays in allocation of User Id/password and
in registering Digital Signature Certificateand the ensuing consequences including but
not limited to timely submission of bids.

4.5 Procedure for change of E-mail Id of the Bidder

The e-mail-id of the bidder/Vendor Code is captured and registered in CPP Portal when a
bidder submits his request for user-id / password.

In case bidder desires for change in the registered e-mail id in CPP Portal, the same has
to be updated in CPP portal only.

4.6 About Digital Signature Registration

(I) What is a Digital Signature?

This is a unique digital code which can be transmitted electronically and


primarily identifies a unique sender. The objective of digital signature is to
guarantee that the individual sending the message is who he or she really claims
to be just like the written signature. The Controller of Certifying Authorities of
India (CCA) has authorized certain Certifying Authorities (CA) to issue Digital
Certificates. Digitally signed documents are legally valid as per the Indian IT Act
2000.

One Digital Certificate is valid for a specified period and can be used for digitally
signing any number of documents.

(a) In case of Proprietorship/Partnership

Both i.e. (i) Class 3 Digital Signatures issued to authorized individuals on


their KYC basis and (ii) Class 3b Digital Signatures issued to authorized
individuals with their organization KYC basis are acceptable.

(b) In case of Firm/ Company

Only Class 3b Digital Signature is acceptable where individuals are using


their digital signatures on behalf of the Organization and digital Signature
should be in the name of authorized signatory who has signed the bid on
behalf of bidder.

‐ 80 ‐ 
  80 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Bidder can submit only digitally signed documents/bids/offersin
https://etenders.gov.in/eprocure/app

(II) Why Digital Signature is required?

In order to bid for GAIL e-tenders bidders are required to obtain a legally valid
Digital Certificate as per Indian IT Act 2000 from the licensed Certifying
Authorities (CA) operating under the Root Certifying Authority of India (RCAI),
Controller of Certifying Authorities (CCA) of India.

(III) How to obtain Digital Signatures from Certifying Authority (CA)?

Valid Digital Certificate can be obtained from Certifying Agency (C.A).


Information about CA’s can be obtained through CCA India website
(http://www.cca.gov.in).

Digital Signatures can be obtained using following steps:

a) Visit the site of the licensed CA* using internet browser.


b) Apply for a class 3b or class 3(as applicable) Digital Certificate with
signing facility.
c) Follow the instructions on the CA’s website for submission of requisite
documents for issue of the Digital Certificate and making payment.

*Links to some of the licensed CA's are provided below


1. https://www.ncodesolutions.com
2. https://www.sifycorp.com
3. https://www.e-mudhra.com
4. https://www.Certificate.Digital
5. https://www.vsign.in
6. https://pantasign.com

Note: The Digital signatures should be obtained directly from certifying authority
(CA). Digital signature taken from Sub CA will not be acceptable in the e-
tendering system.

GAIL/Owner reserves the right to verify the Authenticity of above digital


signatures after bid opening and in case the digital signature is not authorized /
valid, the bid will be rejected. Bidder shall be responsible for ensuring the
validity of digital signatures and proper usage of the same.

5. How to submit On-line Bids/Offers electronically against E-tenders?

Bidders who wish to participate against e-tenders uploaded on e-tender website


(https://etenders.gov.in/eprocure/app) (e-tender portal) should follow the steps
mentioned in the “Bidders Manual Kit” available on e-tender portal which shall guide
them to Search, Display/View, Download and Submit electronic Bids/Offers online in a
secured manner ensuring confidentiality.

‐ 81 ‐ 
  81 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
6. How to search, view and download e-tender?

There are various search options built in E-tender 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.
Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules.To download the tender Click on the Latest Active
Tenders, and search the tender in e-tender website
(https://etenders.gov.in/eprocure/app) (e-tender portal) that you are interested in using
certain search criteria documents. However, it is advised to login to the system and set
the tender as favorite so that these tenders can be moved to the respective ‘My
Tenders’folder. This would enable the E-tender Portal to intimate the bidders through
SMS / e-mail in case there is any corrigendum/addendum issued to the tender document.

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.

7. 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 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

3) Bidder, in advance, should get ready the bid documents to be submitted as


indicated in the tender document / schedule and generally, they can be in PDF /
XLS / RAR /JPG formats. Bid documents may be scanned with 100 dpi with
black and white option, which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision
of uploading such standard documents (e.g. PAN card copy, annual reports,
auditor certificates etc.) has been provided to the bidders. Bidders can use “My
Space” or ‘’Other Important Documents’’ area available to them to upload such
documents. These documents may be directly submitted from the “My Space”
area while submitting a bid, and need not be uploaded again and again. This will
lead to a reduction in the time required for bid submission process.

Note: My Documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his Documents in My Documents
space, this does not automatically ensure these Documents being part of
Technical Bid.

‐ 82 ‐ 
  82 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
8. Directions for submitting online offers, electronically, against e-procurement
tenders directly through internet

i) Vendors are advised to log on to the website


(https://etenders.gov.in/eprocure/app) and arrange to register themselves at the
earliest, if not done earlier.

ii) Bidder should log into the site well in advance for bid submission so that they can
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

iii) Vendors are advised in their own interest to ensure that their bids are submitted in
e-Procurement system well before the closing date and time of bid. If the vendor
intends to change/revise the bid already submitted, they shall have to change /
revise the bid and submit once again. Bid once withdrawn cannot be resubmitted.

iv) The server time (IST) (which is displayed on the bidders’ dash board) shall be
considered as the standard time for referencing the deadlines for submission of
the document by the bidders and determining the expiry of due date and time of
the tender and no other time shall be taken into cognizance.

v) Bidder has to select the payment option as “offline” to pay the tender fee / EMD
as applicable and enter details of the instrument.

vi) The BOQ template must not be modified/replaced by the bidder and the same
should be uploaded after filling the relevant columns, else the bidder is liable to
be rejected for that tender. Bidders are allowed to enter the Bidder Name and
Values only.

vii) Bidders are requested to note that they should necessarily submit their financial
bids in the format provided and no other format is acceptable. If the price bid has
been given as a standard BoQ format with the tender document, then the same is
to be downloaded and to be filled by all the bidders. Bidders are required to
download the BoQ file, open it and complete the white coloured (unprotected)
cells with their respective financial quotes and other details (such as name of the
bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If
the BoQ file is found to be modified by the bidder, the bid is liable for rejection.

The BOQ template must not be modified/replaced by the bidder and the same
should be uploaded after filling the relevant columns, else the bidder is liable to
be rejected for that tender. Bidders are allowed to enter the Bidder Name and
Values only.

viii) In case vendor is not able to complete the submission of the changed/revised bid
within due date & time, the system would consider it as no bid has been received
from the vendor against the tender and consequently the vendor will be out of
contention. The process of change / revise may do so any number of times till the
due date and time of submission deadline. However, no bid can be modified after
the deadline for submission of bids.

‐ 83 ‐ 
  83 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

ix) Bids / Offers shall not be permitted in e-procurement system after the due date /
time of tender. Hence, no bid can be submitted after the due date and time of
submission has elapsed.

x) 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. Any
bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid opener’s public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

xi) The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.

xii) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze
Bid Submission” in the portal), 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.

xiii) Once the entire process of submission of online bid is complete, they will get an
auto mail/SMS from the system stating you have successfully submitted your bid
in the following tender with tender details.

xiv) No manual bids/offers along with electronic bids/offers shall be permitted.

xv) It is important to note that, the bidder has to Click on the Freeze Bid Button, to
ensure that he/she completes the Bid Submission Process. Bids Which are not
Frozen are considered as Incomplete/Invalid bids and are not considered for
evaluation purposes.

xvi) 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.
Note:

i) Bidder may save/store the bid documents in the PC/Laptop before submitting the
bid into in e-tender portal.
ii) Bidder is required to fill up the price(s)/rate(s) strictly in the Schedule of Rate
(SOR)/Price Schedule/BOQ attached with the tender.

9. EARNEST MONET DEPOSIT (EMD)

Bidders are required to submit the Earnest Money Deposit (EMD)/Bid Bond in original
in the prescribed formats and in the manner prescribed in the tender at the time of bid
submission in sealed envelope.

‐ 84 ‐ 
  84 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
However, if the bidder is unable to submit EMD/Bid Bond in original on the due date,
he may upload scanned copy of the EMD/Bid Bond while submitting the bid
electronically, provided the original EMD/Bid Bond, copy of which has been uploaded,
is received within 7 (seven) days from the date of un-priced bid opening, failing which
the bid will be rejected irrespective of their status / ranking in tender and
notwithstanding the fact that a copy of the Earnest Money Deposit/Bid Bond was earlier
uploaded by the bidder.

10. E-Tender demo during pre-bid conference

During the pre-bid conference, GAIL shall also arrange demonstration for submission of
bids in e-tender portal for interested bidders.

11. Last date for submission of bids

System does not allow for submission or modification of bids beyond the deadline for bid
submission. However, if the bidder for some reason intends to change the bid already
entered, he may change/revise the same on or before the last date and time of submission.
The system time displayed on e-tender webpage shall be final and binding on the bidders
for all purposes pertaining to various events of the subject tender and no other time shall
be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-tender
system well before the closing date and time of bid.

12. Internet connectivity

If bidders are unable to accesse-tender portal https://etenders.gov.in/eprocure/appor


Bid Documents, the bidders may please check whether they are using proxy to connect to
internet or their PC is behind any firewall and may contact their system administrator to
enable connectivity.

13. In case of any clarification pertaining to e-procurement process, the vendor may
contact the concerned dealing officer/purchasing officer mentioned in tender
document along with marking copy to etender@gail.co.in.

.................................................................................................................................
Disclaimer:
a) No responsibility will be taken by GAIL or the e-procurement service provider for any
delay due to connectivity and availability of website. They shall not have any liability to
vendors for any interruption or delay in access to the site irrespective of the cause. It is
advisable that vendors who are not well conversant with e-tendering procedures, start
filling up the tenders much before the due date /time so that there is sufficient time
available with him/her to acquaint with all the steps and seek help if they so require.
Even for those who are conversant with this type of e-tendering, it is suggested to
complete all the activities ahead of time. It should be noted that the individual bid
becomes viewable only after the opening of the bid on/after the due date and time. Please
be reassured that your bid will be viewable only to you and nobody else till the due date/
time of the tender opening. The non availability of viewing before due date and time is
true for e-tendering service provider as well as GAIL officials.

‐ 85 ‐ 
  85 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
b) GAIL or the e-procurement service provider shall not be responsible for any direct or
indirect loss or damages and or consequential damages, arising out of the bidding process
including but not limited to systems problems, inability to use the system, loss of
electronic information etc.,

Important Links for Hassle free bid submission:

Bidders Manual Kit :


https://etenders.gov.in/eprocure/app?page=BiddersManualKit&service=page

Help For Contractors:


https://etenders.gov.in/eprocure/app?page=HelpForContractors&service=page

Information about DSC:


https://etenders.gov.in/eprocure/app?page=DSCInfo&service=page

Guidelines for hassle_free_bid_submission:


https://eprocure.gov.in/cppp/hassle_free_bid_submission.pdf

FAQ:
https://etenders.gov.in/eprocure/app?page=FAQFrontEnd&service=page

Feedback:
https://etenders.gov.in/eprocure/app?page=FrontFeedback&service=page

 
 

‐ 86 ‐ 
  86 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE-IV to Section-III

BIDDING DATA SHEET (BDS)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:


A. GENERAL
ITB clause Description
1.2 The Invitation for Bids/ Tender no is :
05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

1.1 The Employer/Owner is: GAIL (India) Limited

2.1 The name of the Works/Services to be performed is: LAYING & CONSTRUCTION
OF STEEL GAS PIPELINE AND TERMINALS ALONG WITH
ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM PIPELINE
PROJECT ( PART-B)

3 BIDS FROM CONSORTIUM/ JOINT VENTURE

APPLICABLE
X
NOT APPLICABLE

B. BIDDING DOCUMENT
ITB clause Description
8.1 For clarification purposes only, the communication address is:
Attention: Rakesh Sharma, Sr. GM (Contracts)
Street Address: MECON LIMITED
Floor/Room number: 15th Floor, Scope Minor, District Centre , Laxmi Nagar
City: Delhi
ZIP Code: 110092
Country: India
Tel no.: 011-22401112/ 22401143
Email : cont-delhi@mecon.co.in

C. PREPARATION OF BIDS

ITB clause Description


11.1.1 (u) Additional documents to be submitted by the Bidder with its Part-I (Techno-
commercial/ Unpriced bid) : SCC/Scope of Work refers
NIL
12 Additional Provision for Schedule of Rate/ Bid Price are as under:
NIL
12 & 13 Whether GAIL will be able to avail input tax credit in the instant tender

YES
𝑋
NO

‐ 87 ‐ 
  87 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
14 The currency of the Bid shall be INR
15 The bid validity period shall be 03 (Three) months from final ‘Bid Due Date’.
38.6 In case “Contract Performance Security” is in the form of 'Demand Draft' or
'Banker's Cheque', the same should be favor of GAIL (India) Limited, payable
at Noida.
In case of submission through online banking transaction i.e. IMPS / NEFT / RTGS
/ SWIFT, etc, the details of GAIL’s Bank account are as under:
Account Holder’s Name: GAIL (India) Limited
Details of GAIL’s Bank account:
Correspondence STATE BANK OF INDIA
address Coprate Accounts Group II. 4th & 5th Floor, Red Fort
Capital, Parsvnath Towers, Bhai Veer Singh Marg,
Near Gole Market, New Delhi 110 001.
Account no. 000000032849362991
Branch Code 17313

IFSC CODE SBIN0017313


SWIFT CODE SBININBB824
MICR CODE 110002562
PAN No. (SBI) AAACS8577K
TAN No. DELS55939C
Fax no. : 011-23745580
Email Agmib.cag2del@sbi.co.in
Bidder to mention reference no. ““CPS/……….” In narration while remitting the
CPS amount in GAIL’s Bank Account.
D. SUBMISSION AND OPENING OF BIDS
ITB clause Description
18 In addition to the original of the Bid, the number of copies required is one. Not
applicable in case of e-tendering.
22 The E-Tender No. of this bidding process is: Tender ID : 2021_GAIL_99063
22.3, 26 and For bid submission purposes only (Manual) or the submission of physical
4.0 of IFB document as per clause no. 4.0 of IFB, the Owner’s address is :
Attention: Rakesh Sharma, Sr.GM (Contracts)
Street Address: MECON LIMITED
Floor/Room number: 15th Floor, Scope Minor, District Centre , Laxmi Nagar
City: Delhi
ZIP Code: 110092
Country: India
E. EVALUATION, AND COMPARISON OF BIDS
ITB clause Description
32 Evaluation Methodology is mentioned in Section-II.

‐ 88 ‐ 
  88 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
33 Compensation for Extended Stay:

APPLICABLE

NOT APPLICABLE
𝑋

F. AWARD OF CONTRACT
ITB clause Description
37 State of which stamp paper is required for Contract Agreement: Uttar Pradesh
38 Contract Performance Security/ Security Deposit
APPLICABLE

NOT APPLICABLE
X

The value/ amount of Contract Performance Security/ Security Deposit:


SD/CPBG @ 3% of Order/ Contract Value within 30 days of FOA/ notification of
award.
Order value as mentioned above will be exclusive of GST.
39.2 Name and contact details of nodal officer are as under:

Shri. Sh. K R M Rao, ED (C&P)


Email: krmrao@gail.co.in
40 Applicability of Purchase Preference for MSE:
APPLICABLE
x

NOT APPLICABLE
√ 

41 Provision of AHR Item :

APPLICABLE

NOT APPLICABLE
X

‐ 89 ‐ 
  89 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
44.1 Quarterly Closure of Contract

APPLICABLE

NOT APPLICABLE
X

Bonus for Early Completion:


Clause no.
27.3 of GCC APPLICABLE

NOT APPLICABLE
√ 

49 Applicability of provisions relating to Startups:

APPLICABLE

NOT APPLICABLE
√ 

‐ 90 ‐ 
  90 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
ANNEXURE-V TO SECTION-III

POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL


CONTENT) (PP-LC)

1.0 Ministry of Petroleum & Natural Gas (MoPNG) vide communication no. FP-
2013/2/2017-FP-PNG dated 17.11.2020 has forwarded Policy to provide Purchase
Preference (linked with Local Content) in all the Public Sector Undertakings under the
Ministry of Petroleum and Natural Gas. A copy of the policy is available on website of
MoP&NG (i.e. http://petroleum.nic.in/).

2.0 DEFINITIONS

2.1 Oil and Gas Business Activity shall comprise of Upstream, Midstream and Downstream
business activities.

2.2 Domestic products shall be goods and/or service (including design and engineering)
produced by companies, investing and producing in India.

2.3 Local Content hereinafter abbreviated to LC means the amount of value added in India
which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the
item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.

2.4 Domestic Manufacturer shall be business entity or individual having business


activity established under Indian law and producing products domestically.

2.5 Supplier of goods and/or provider of service shall be a business entity having
capability of providing goods and/or service in accordance with the business line and
qualification thereof and classified as under:

'Class-I local supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, has local content equal to or more than 50%, as defined
under this Policy.

`Class-II local supplier' means a supplier or service provider, whose goods, services or
works offered for procurement, has local content more than 20% but less than 50%, as
defined under this Policy.

`Non-local supplier' means a supplier or service provider, whose goods, services


or works offered for procurement, has local content less than or equal to 20%, as defined
under this Policy.

2.6 Steering Committee means the committee to be constituted by MoPNG to provide


effective guidance and to oversee the implementation of the Policy on a regular and
continuing basis.

2.7 Verification shall be an activity to verify the accomplishment of LC by domestic


manufacturers and/or suppliers of goods and/or providers of service with the data
obtained or collected from respective business activities.
‐ 91 ‐ 
  91 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
2.8 Purchase preference: Where the quoted price is within the margin of purchase
preference of the lowest price, other things being equal, purchase preference may be
granted to the bidder concerned, at the lowest valid price bid.

2.9 Local Content (LC) in Goods shall be the use of raw materials, design and engineering
towards manufacturing, fabrication and finishing of work carried out within the country.

2.10 Local Content (LC) in Services shall be the use of services up to the final delivery by
utilizing manpower (including specialist), working appliance (including software)
and supporting facilities carried out within in the country.

2.11 Local Content (LC) in EPC contracts shall be the use of materials, design and
engineering comprising of manufacturing, fabrication, assembly and finishing as
well as the use of services by utilizing manpower (including specialist), working
appliance (including software) and supporting facility up to the final delivery, carried out
within the country.

2.12 Factory overhead cost shall be indirect costs of Manpower,


machine/ working appliance/facility and the whole other fabrication costs needed to
produce a unit of product with the cost not chargeable directly to specified product.

2.13 Company overhead cost shall be costs related to the marketing,


administration and general affairs cost of the company.

2.14 Indian Company means a company formed and registered under the Companies
Act, 2013.

2.15 Foreign company means any company or body corporate incorporated outside India
which— (a) has a place of business in India whether by itself or through an agent.
physically or through electronic mode: and (b) conducts any business activity in India
in any other manner.

3.0 SCOPE

3.1 This PP-LC policy is not applicable for goods/ services falling under the list of items
reserved for exclusive purchase from Micro and Small Enterprises (MSEs) or
Domestically manufactured Electronic Products (DMEP) or Domestically Manufactured
Products, Services or works Relating to Telecom under the respective policies.

3.2 VOID

3.3 Further, this policy is not applicable for HP-HT operations for time being. The Charter
Hiring of Offshore vessels shall continue to be governed by DG, Shipping Guidelines.
Indian Flag Vessels shall be considered as having 100% LC.

3.4 The prescribed local content in the Policy shall be applicable on the date of Notice
Inviting Tender/ Issuance of tender.

4.1 MARGIN OF PURCHASE PREFERENCE: The margin of purchase preference shall


be 20%.

‐ 92 ‐ 
  92 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
5.0 ELIGIBILITY OF ‘CLASS-I LOCAL SUPPLIER’/ ‘CLASS-II LOCAL
SUPPLIER’/ ‘NON-LOCAL SUPPLIERS’ FOR DIFFERENT TYPES OF
PROCUREMENT

5.1 In respect of all goods, services or works in respect of which the Nodal Ministry/
Department under DPIIT's Public Procurement (Preference to Make in India) Order,
2017 has communicated that there is sufficient local capacity and local competition, only
‘Class-I local supplier’ shall be eligible to bid. Details of such notified goods, services or
works is available on https://dipp.gov.in/public-procurements

5.2 For all other Domestic Competitive tenders, ‘Class-I local supplier’ and ‘Class-II local
supplier’ shall be eligible to bid irrespective of purchase value, but preference to be given
as per PP-LC to the ‘Class-I local supplier’.

5.3 Only ‘Class-I local supplier’ and ‘Class-II local supplier’ shall be eligible to bid, except
when Global tender enquiry/International Competitive Bidding has been issued. In
Global tender enquiry/International Competitive Bidding, ‘Non-local suppliers’ shall also
be eligible to bid along with ‘Class-I local suppliers’ and ‘Class-II local suppliers’.

5.4 ‘Class-II local supplier’ and ‘Non-local supplier’ will not get purchase preference in any
tender.

5.5 The producers of goods and/or providers of services shall be obliged to fulfil the
requirements of quality and delivery time in accordance with the provisions of the
respective contracts of goods and services.

5.6 If the Ministry is satisfied that Indian suppliers of an item are not allowed to participate
and/or compete in procurement by any foreign government, it may, if it deems
appropriate, restrict or exclude bidders from that country from eligibility for procurement
of that item and/or other items relating to the Ministry.

5.7 For the purpose of para 5.6 above, a supplier or bidder shall be considered to be from a
country if (i) the entity is incorporated in that country, or (ii) a majority of its
shareholding or effective control of the entity is exercised from that country, or (iii) more
that 50% of the value of the item being supplied has been added in that country. Indian
suppliers shall mean those entities which meets any of these tests with respect to India.

6.0 PURCHASE PREFERENCE- LINKED WITH LOCAL CONTENT (LC)


6.1 In procurement of all items not covered by para 5.1, the following provisions is to be
considered for LC linked Purchase Preference:

6.1.1 The manufacturers/ service providers having the capability of meeting/ exceeding
the local content targets shall be eligible for purchase preference under the policy, i.e. LC
manufacturers/ LC service providers respectively as described below.

6.1.2 Wherever the goods/ services are procured under this policy, eligible (techno-
commercially qualified) ‘Class I Local supplier’ shall be granted a purchase
preference where the quoted price is within the margin of purchase preference of the
lowest price, other things being equal, purchase preference shall be be granted to the
eligible (techno-commercially qualified) Class I Local supplier concerned, at the lowest
valid price bid.

‐ 93 ‐ 
  93 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
6.1.3 Goods:

(a) If the tenders can be split (as specified in BDS) then the order for 50% ** of the
procured quantity would be awarded to the lowest techno-commercially qualified
‘Class I Local supplier’, subject to matching with L1, if such bidders are
available. The remaining will be awarded to L1.

However, if L1 bidder happens to be a ‘Class I Local supplier’, the entire


procurement value shall be awarded to such bidder.

** If the tendered quantity cannot be divided exactly 50:50, the eligible Class I
Local supplier will have right for quantity not less than 50% of tendered
quantity.

(b) If the tender cannot be split (as specified in BDS)then the order shall be
awarded to the eligible ‘Class I Local supplier’ for the entire quantity.

6.1.4 Services/EPC Contracts :

(a) In case tender for services/ EPC cannot be split (as specified in BDS), The
entire contract would be awarded to the lowest techno-commercially qualified
‘Class I Local supplier’, subject to matching with L1, if such bidders are
available.

(b) In case tender for services/EPC can be split (as specified in BDS), then
splitting shall be allowed and specified in tender documents. Such services shall
follow the procedure outlined for goods as described in goods above at para at
6.1.3 (a).

6.1.5 For para 6.1.3 and 6.1.4 above, only those ‘Class I Local supplier’ whose bids are within
the margin of purchase preference would be allowed an opportunity to match L1 bid.

6.1.6 The procedure for award of contract/ order under the policy is at Enclosure-I.

7.0 Determination of LC: The following process shall be adopted by the bidder to
determine the content of LC:

6.1 LC of Goods

7.1.1 LC of goods shall be computed on the basis of the cost of domestic components
in goods, compared to the whole cost of product.

7.1.2 The criteria for determination of the local content cost in the goods shall be as follows:

a) in the case of direct component (material), based on country of origin:


b) in the case of manpower, based on INR component.

7.1.3 The calculation of LC of the combination of several kinds of goods shall be based on the
ratio of the sum of the multiplication of LC of each of the goods with the acquisition
price of each goods to the acquisition price of the combination of goods.

‐ 94 ‐ 
  94 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
7.2 LC of service

7.2.1 LC of Service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service.

7.2.2 The total cost of service shall be constituted of the cost spent for rendering of service,
covering:

a) cost of component (material) which is used:


b) manpower and consultant cost: cost of working equipment/ facility; and c) general
service cost.

7.2.3 The criteria for determination of cost of local content in the service shall be as follows

a) in the case of material being used to help the provision of service, based on
country of origin;
b) in the case of manpower and consultant based on INR component of the services
contract;
c) in the case of working equipment/facility, based on country of origin: and
d) in the case of general service cost, based on the criteria as mentioned in clauses a,
b, and c above.
e) Indian flag vessels in operation as on date.

7.3 LC of the EPC Contracts:

7.3.1 LC of EPC contracts shall be the ratio of the whole cost of domestic components
in the combination of goods and services to the whole combined cost of goods and
services.

7.3.2 The whole combined cost of goods and services shall be the cost spent to produce the
combination of goods and services, which is incurred on work site. LC of the
combination of goods and services shall be counted in every activity of the combination
work of goods and services.

7.3.3 The spent cost as mentioned in paragraph 7.3.2 shall include production cost in the
calculation of LC of goods as mentioned in clause 7.1.1 and service cost in the
calculation of LC of services as mentioned in clause 7.2.2.

7.4 Calculation of LC and Reporting

LC shall be calculated on the basis of verifiable data. In the case of data used in the
calculation of LC being not verifiable, the value of LC of the said component shall be
treated as nil.

8.0 CERTIFICATION AND VERIFICATION


8.1 Since ‘Class I/Class II Local suppliers’ are eligible to bid in Domestic Competitive
Bidding only if they meet the local content norms, therefore whether or not they want to
avail PP-LC benefit, it will still be mandatory for them to give adequate documentation
as follows to establish their status as ‘Class-I local supplier’ or ‘Class-II local supplier’:

‐ 95 ‐ 
  95 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
8.1.1 At bidding stage:

a) Price Break-up:

• The bidder shall provide the percentage of local content in the bid.

b) The bidder shall submit an undertaking [Form -2] from the authorised signatory
of bidder having the Power of Attorney alongwith the bid stating the bidder meets
the mandatory minimum LC requirement and such undertaking shall become a
part of the contract.

(c) In cases of procurement for a value in excess of Rs. 10 crores, the Undertaking
[Form-3] submitted by the bidder shall be supported by a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect of
other than companies) giving the percentage of local content.

However, in case of foreign bidder, certificate from the statutory auditor or cost
auditor of their own office or subsidiary in India giving the percentage of local
content is also acceptable. In case office or subsidiary in India does not exists or
Indian office/ subsidiary is not required to appoint statutory Auditors or cost
auditor, certificate from practising cost accountant or practicing chartered
accountant giving the percentage of local content is also acceptable.

(d) VOID

8.1.2 After Contract Award:

• The bidder shall submit an undertaking from the authorised signatory of bidder
having the power of Attorney alongwith the bid stating the bidder
meets the mandatory minimum LC requirement and such undertaking shall
become a part of the contract.

• In cases of procurement for a value in excess of Rs 10 crores, the


undertaking submitted by the bidder shall be supported by a certificate from the
statutory auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practising chartered accountant (in respect of other
than companies) giving the percentage of local content.

• However, in case of foreign bidder. certificate from the statutory auditor or cost
auditor of their own office or subsidiary in India giving the percentage of local
content is also acceptable. In case office or subsidiary in India does not exist or
Indian office/ subsidiary is not required to appoint statutory auditor or cost
auditor, certificate from practising cost accountant or practising chartered
accountant giving the percentage of local content is also acceptable.

8.2 Each supplier shall provide the necessary local-content documentation to the statutory
auditor or cost auditor of the company (in case of companies) or from a practicing cost
accountant or practising chartered accountant (in respect of other than companies), which
shall review and determine that local content requirements have been met, and issue
a local content certificate to that effect on behalf of procuring company, stating the

‐ 96 ‐ 
  96 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
percentage of local content in the good or service measured. The statutory auditor or cost
auditor of the company (in case of companies) or from a practicing cost accountant or
practising chartered accountant (in respect of other than companies) shall keep all
necessary information obtained from suppliers for measurement of Local Content
confidential.

8.3 The Local Content certificate shall be submitted along with each invoice raised.
However, the % of local content may vary with each invoice while maintaining the
overall % of local content for the total work/purchase of the pro-rata local content
requirement. In case, it is not satisfied cumulatively in the invoices raised up to that
stage, the supplier shall indicate how the local content requirement would be met in
the subsequent stages.

8.4 As regards cases where currency quoted by the bidder is other than Indian Rupee,
exchange rate prevailing on the date of Notice Inviting Tender (NIT)/ Issuance of Tender
shall be considered for the calculation of Local Content.

8.5 GAIL shall also have the authority to audit as well as witness production processes to
certify the achievement of the requisite local content.

9.0 Sanctions

9.1 During execution, it shall be the responsibility of the supplier/contractor to ensure


fulfillment of the minimum local content specified in the bidding document failing which
GAIL shall impose sanction on manufacturers/ service providers. The sanctions shall be
in the form of written warning, financial penalty and banning.

9.2 In the event that a manufacturer or supplier of goods and/or provider of services does not
fulfill his obligation after the expiration of the period specified in such warning, the
GAIL shall initiate action for banning such manufacturer/supplier/service provider as per
as per GAIL’s extant “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices”

9.3 A manufacturer and/or supplier of goods and/or provider of services who has been
awarded the contract after availing Purchase Preference is found to have violated the LC
provisions, in the execution of the procurement contract of goods and/or services shall be
subject to financial penalty an amount equal to 10% of the Contract Price. This financial
penalty shall be over and above the CPBG value prescribed in the contract.

9.4 In case a manufacturer and/or supplier of goods and/or provider of services desires
to change the origin of sourcing of material/services, the same may be allowed with the
understanding that in case this results in non compliance to minimum local content, the
penal action as above shall be applicable.

‐ 97 ‐ 
  97 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
PROCEDURE FOR AWARD OF CONTRACTS/ ORDERs

A. PROCEDURE FOR AWARD OF CONTRACTS UNDER THIS POLICY SHALL


BE AS FOLLOWS (SUBJECT TO QUANTITY DISTRIBUTION APPLICABLE
TO MSES AS PER PUBLIC PROCUREMENT POLICY FOR MSE 2012,
REFER EXAMPLES GIVEN BELOW):

1.1. In procurement of all items which are divisible in nature, the 'Class I local
supplier' shall get purchase preference over 'Class II local supplier' as well as
'Non Local Supplier' as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class I local supplier', the contract for full quantity will be awarded to L1.

ii. If L1 bid is not a 'Class I local supplier', 50% of the order quantity shall
be awarded to L1. Thereafter, lowest bidder among the 'Class I Local
supplier' will be invited to match the L1 price for the remaining 50%
quantity subject to the Class I local supplier's quoted price falling within
the margin of purchase preference. and contract for that quantity shall be
awarded to such 'Class I local supplier' subject to matching the L1 price.

In case such lowest eligible 'Class I local supplier' fails to match the L1
price or accepts less than the offered quantity, the next higher 'Class I local
supplier' within the margin of purchase preference shall be invited to
match the L1 price for remaining quantity and so on, and contract shall be
awarded accordingly. In case some quantity is still left uncovered on Class
I local suppliers, then such balance quantity may also be ordered on the L1
bidder.

1.2. In the procurement of all items which are not divisible in nature and in
procurement of services where the bid is evaluated on price alone, the 'Class-I
local supplier' shall get purchase preference over 'Class-II local supplier' as
well as 'Non-local supplier', as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class-I local supplier', the contract will be awarded to L1.
ii. If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I
local supplier', will be invited to match the L1 price subject to Class-I
local supplier's quoted price falling within the margin of purchase
preference, and the contract shall be awarded to such 'Class-I local
supplier' subject to matching the L1 price.
iii. In case such lowest eligible 'Class-I local supplier' fails to match the L1
price, the 'Class-I local supplier' with the next higher bid within the
margin of purchase preference shall be invited to match the L1 price and
so on and contract shall be awarded accordingly. In case none of the
'Class-I local supplier' within the margin of purchase preference matches
the L1 price, the contract may be awarded to the L1 bidder.

B. VOID

‐ 98 ‐ 
  98 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
FORM-1 TO ANNEXURE-V TO SECTION-III

UNDERTAKING FOR APPLICABILITY OF POLICY (APPLICABLE FOR CLASS-I


LOCAL SUPPLIER ONLY)

NOT APPLICABLE

‐ 99 ‐ 
  99 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
FORM-2 TO ANNEXURE-V TO SECTION-III

SELF CERTIFICATION BY BIDDER WHO CLASS-I /CLASS-II LOCAL SUPPLIER


TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063) 

Dear Sir

We, M/s____________ (Name of Bidder) confirm that as per the definition of mentioned in PP-
LC Policy we are:

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option ( or X) above).

It is further confirm that M/s ____________ (Name of Bidder)/ )/ M/s …………….meet the
mandatory minimum Local content requirement of ………………………% specified for Class-I
Local supplier/ Class-II Local supplier (strikethrough which is not applicable) under Policy to
Provide Purchase Preference (linked with local content).

We further confirm that in case we fail to meet the minimum local content, the same shall be
treated false information and GAIL will take action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

‐ 100 ‐ 
  100 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
FORM-3 TO ANNEXURE-V TO SECTION-III

CERTIFICATE BY STATUTORY AUDITOR/COST AUDITOR/ CHARTERED


ACCOUNTANT OF BIDDER WHO CLASS-I /CLASS-II LOCAL SUPPLIER
TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063) 

Dear Sir

1. We __________ the statutory auditor/ cost auditor/chartered accountant (not an


employee of the company) of M/s._______ (Name of the bidder) hereby certify that as
per definition specified in PP-LC policy, M/s._______ (Name of the bidder) is

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option ( or X) above).

2. It is further confirm that M/s____________ (Name of Bidder)/ M/s ……………. meet


the mandatory minimum Local content requirement of ………………………% specified
for Class-I Local supplier/ Class-II Local supplier (strikethrough which is not applicable)
under Policy to Provide Purchase Preference (linked with local content) quoted vide offer
No. _______ dated ________ against tender No.________ by M/s ________ (Name of
the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.
Note:
(i) This certificate it to be furnished by the statutory auditor or cost auditor of the company
(in the case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies)
(ii) The above format is indicative, the statutory auditor/ cost auditor/ cost accountant can
modify the format without changing the intent of certification.

‐ 101 ‐ 
  101 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
FORMS & FORMAT
LIST OF FORMS & FORMAT

Form No. Description


F-1 BIDDER’S GENERAL INFORMATION
F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY "
F-2A PROFORMA OF DECLARATION FOR BID SECURITY
F-3 LETTER OF AUTHORITY
F-4 PROFORMA OF "BANK GUARANTEE" FOR
"CONTRACT PERFORMANCE SECURITY / SECURITY
DEPOSIT"
F-5 AGREED TERMS & CONDITIONS
F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-7 BIDDER’S EXPERIENCE
F-8 CHECK LIST
F-8B CHECK LIST FOR BID EVALUATION CRITERIA (BEC)
QUALIFYING DOCUMENTS
F-9 FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE
F-10 FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-11 FORMAT FOR CONSORTIUM/JV AGREEMENT
F-12 BIDDER'S QUERIES FOR PRE BID MEETING
F-13 E-BANKING FORMAT
F-14 INTEGRITY PACT
F-15 INDEMNITY BOND
F-16 FREQUENTLY ASKED QUESTIONS (FAQs)
F-17 UNDERTAKING REGARDING SUBMISSION OF
ELECTRONIC INVOICE (E-INVOICE AS PER GST LAWS)
F-18 PROFORMA FOR POWER OF ATTORNEY
F-19 CERTIFICATE BY CHARTERED ACOUNTANT FOR
OWNED EQUIPMENT
‐ 102 ‐ 
  102 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Form No. Description
F-20 CERTIFICATE BY CHARTERED ENGINEER FOR
OWNED EQUIPMENT
F-21 SAMPLE FORMAT OF COMPLETION CERTIFICATE
F-22 SAMPLE FORMAT OF NO CLAIM CERTFICATE
F-23 PROFORMA OF BANK GUARANTEE FOR
MOBILISATION ADVANCE
F-24 UNDERTAKING REGARDING SUBMISSION CONTRACT
PERFORMANCE SECURITY/ SD WITHIN STIPULATED
TIME LINE
F-25 RA BILL CHECK LIST

‐ 103 ‐ 
  103 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
F-1
BIDDER'S GENERAL INFORMATION
To,
M/s GAIL (INDIA) LIMITED
17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)
1 Bidder Name

2 Status of Firm Proprietorship Firm/Partnership firm/ Limited


Liability Partnership (LLP) firm/Public
Limited/ Pvt. Limited/ Govt. Dept. / PSU/
Others
If Others Specify:_________________
[Enclose relevant certificates / partnership
deed/certificate of Registration, as applicable]
3a Name of Proprietor/Partners/Directors
of the firm/company
[As per cl.no.4.0 of Section-III of Tender
Document]
3b Name of Power of Attorney holders of
bidder
4 Number of Years in Operation

5 Address of Registered Office:


*In case of Partnership firm, provide
current address of the firm for City:
ordering purpose District:
State:
PIN/ZIP:
Bidder’s address where order/contract
6 is to be placed
City:
District:
State:
PIN/ZIP:
7 Office responsible for executing the City:
contract with GST no. * District:
(In case supply of works are from State:
multiple locations, addresses and GST PIN/ZIP:
no. of all such locations are to be GST No.:
provided).
8 Telephone Number/ Mobile no. of _____________________
address where order is to be placed (Country Code) (Area Code) (Telephone
No.)

‐ 104 ‐ 
  104 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
9 E-mail address

10 Website

11 Mobile Number:

12 ISO Certification, if any {If yes, please furnish details}


13 PAN No.

14 GST No.(refer sl. no. 7above)

15 EPF Registration No.

16 ESI code No.

17 Whether Micro or Small Enterprise Yes / No


(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by SC/ST Yes / No
Entrepreneur(s) (If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by Women Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether payment is required through Yes / No
TReDS If Yes, please provide the name of portal
……………………………………
18 Whether Bidder is Startups or not Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No.50 )
In case of Start-up confirm the
following:
(i) Date of its incorporation/
registration
[The certificate shall only be
valid for the entity upto ten
years from the date of its
incorporation/ registration]
(ii) Whether turnover for any
financial years since
incorporation/ registration has
exceed Rs.100 Crores.
Note: * GAIL intent to place the contract directly on the address from where Works are to be
supplied. In case, bidder wants contract at some other address or Worksare to supplied from
multiple locations, bidder is required to provide in their bid, the address on which contract is to
be placed.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
‐ 105 ‐ 
  105 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

FORMAT F-2

PROFORMA OF "BANK GUARANTEE"


FOR "EARNEST MONEY / BID SECURITY"
(To be stamped in accordance with the Stamp Act)
 

VOID

‐ 106 ‐ 
  106 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
FORMAT F-2A

DECLARATION FOR BID SECURITY

To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)
Dear Sir

After examining / reviewing provisions of above referred tender documents (including all
corrigendum/ Addenda), we M/s____________ (Name of Bidder) have submitted our offer/ bid
no. ………………….

We, M/s____________ (Name of Bidder) hereby understand that, according to your conditions,
we are submitting this Declaration for Bid Security.

We understand that we will be put on watch list/holiday/ banning list (as per polices of GAIL in
this regard), if we are in breach of our obligation(s) as per following:

(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid
during the period of bid validity specified in the form of Bid; or

(b) having been notified of the acceptance of our Bid by the GAIL during the period of bid
validity:
(i) fail or refuse to execute the Contract, if required, or
(ii) fail or refuse to furnish the Contract Performance Security, in accordance
provisions of tender document.
(iii) fail or refuse to accept ‘arithmetical corrections’ as per provision of tender
document.

(c) having indulged in corrupt/fraudulent /collusive/coercive practice as per procedure.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

 
‐ 107 ‐ 
  107 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
F-3
LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid Opening' /
'Price Bid Opening']

Ref: Date:
To,
M/s GAIL (INDIA) LIMITED
17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Meetings [Pre-Bid Meeting]', 'Un-priced Bid Opening', and
'Price Bid Opening' against the above Tender Documents:

[1] Name & Designation ____________________ Signature ___________________


Phone/Cell:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________


Phone/Cell:
E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised


representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note:
(i) This "Letter of Authority" should be on the "letterhead" of the Bidder and should be
signed by a person competent and having the 'Power of Attorney' to bind the Bidder.
Not more than 'two [02] persons per Bidder' are permitted to attend 'Pre-Bid
Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening'.
(ii) Bidder’s authorized representative is required to carry a copy of this authority letter
while attending the 'Pre-Bid Meetings' /'Un-priced Bid Opening.

‐ 108 ‐ 
  108 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
F-4

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE


SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
To, Bank Guarantee No.

M/s GAIL (India) Limited Date of BG

___________________ BG Valid up to

Claim period up to (There should


be three months gap between
expiry date of BG & Claim period)

Stamp Sl. No./e-Stamp Certificate


No.

Dear Sir(s),
M/s. __________________________________________________________________ having
registered office at _______________________ (herein after called the “contractor” which
expression shall wherever the context so require include its successors and assignees) have been
placed/ awarded the job/work of _______________________________________________ vide
LOA /FOA No. _______________________________dated______ for GAIL (India) Limited
having registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called the
“GAIL” which expression shall wherever the context so require include its successors and
assignees).

The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial
Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s._______________________________________________ has approached us and at


their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.
1. We _________________________________________________________________
hereby undertake to give the irrevocable & unconditional guarantee to you that if default
shall be made by M/s. __________________________________ in performing any of the
terms and conditions of the tender/order/contract or in payment of any money payable to
GAIL (INDIA) LIMITED we shall on first demand pay without demur, contest, protest and/
or without any recourse to the contractor to GAIL in such manner as GAIL may direct the
said amount of Rupees _____________________________ only or such portion thereof not
exceeding the said sum as you may require from time to time.
2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the order/contract with the said
M/s. _______________________________ and to enforce or to forbear from endorsing any
powers or rights or by reason of time being given to the said

‐ 109 ‐ 
  109 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
M/s.__________________________ and such postponement forbearance would not have
the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________


(Rupees _______________________________________) from us in manner aforesaid is
absolute & unequivocal and will not be affected or suspended by reason of the fact that any
dispute or disputes have been raised by the said M/s. ___________________________
and/or that any dispute or disputes are pending before any officer, tribunal or court or
arbitrator or any other authority/forum and any demand made by you in the bank shall be
conclusive and binding. The bank shall not be released of its obligations under these
presents by any exercise by you of its liberty with reference to matter aforesaid or any of
their or by reason or any other act of omission or commission on your part or any other
indulgence shown by you or by any other matter or changed what so ever which under law
would, but for this provision, have the effect of releasing the bank.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said contractor but
shall in all respects and for all purposes be binding and operative until payment of all money
due to you in respect of such liabilities is paid.
5. The bank undertakes not to revoke this guarantee during its currency without your previous
consent and further agrees that the guarantee shall continue to be enforceable until it is
discharged by GAIL in writing. However, if for any reason, the contractor is unable to
complete the work within the period stipulated in the order/contract and in case of extension
of the date of delivery/completion resulting extension of defect liability period/guarantee
period of the contractor fails to perform the work fully, the bank hereby agrees to further
extend this guarantee at the instance of the contractor till such time as may be determined by
GAIL. If any further extension of this guarantee is required, the same shall be extended to
such required period on receiving instruction from M/s.
___________________________________________________ (contractor) on whose
behalf this guarantee is issued.
6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee
against the bank (as principal debtor) in the first instant, without proceeding against the
contractor and notwithstanding any security or other guarantee that GAIL may have in
relation to the contractor’s liabilities.
7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank
upon the written demand raised by GAIL. Any dispute arising out of or in relation to the
said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.
8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of
the Contractor up to a total amount of __________(amount of guarantees in words and
figures) and we undertake to pay you, upon your first written demand declaring the
Contractor to be in default under the order/contract and without caveat or argument, any
sum or sums within the limits of (amounts of guarantee) as aforesaid, without your
needing to prove or show grounds or reasons for your demand or the sum specified
therein.
9. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.
9. 10.
Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . .
. . . . . . . . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date
11.
of defect liability period of the Contract) and any extension(s) thereof; and
‐ 110 ‐ 
  110 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
c) The Bank shall be released and discharged from all liability under this Guarantee unless
a written claim or demand is issued to the Bank on or before the midnight of
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the
last extension of this Guarantee. If a claim has been received by us within the said date, all
the rights of GAIL under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.
Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the
Bank

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper
as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the
issuing bank.
2. The Bank Guarantee by Bidders will be given from bank as specified in cl.no. 38.3 of
ITB [Section-III] of Tender Document.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy
to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00
[Rupees One Hundred Crores] or its equivalent in foreign currency alongwith
documentary evidenceOR in the Bank Guarantee itself.
5. Contractor shall submit attached cover letter (Annexure) while submitting Contract
Performance Security

‐ 111 ‐ 
  111 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

‐ 112 ‐ 
  112 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
F-5

AGREED TERMS & CONDITIONS


To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should
be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the
Bid.

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
1 Bidder's name, Vendor Code of GAIL (if any) and address Bidder's name :
GAIL’s Vendor Code:
Address:
(FOA/Order shall be released in this name)
2. Bidder confirms the currency of quoted prices is in Indian
Rupees.
3. Bidder confirms quoted prices will remain firm and fixed till
complete execution of the order (except where price
escalation/variation is allowed in the Tender).
4 Bidder confirms that they have quoted GST (CGST &
SGST/ UTGST or IGST )in Price Schedule/ SOR / BOQ of
Price bid.
4.1 Whether in the instant tender services/works are covered in Yes/ No
reverse charge rule of GST (CGST & SGST/UTGST or
IGST)

If yes, Bidder confirms that they have quoted rate of


applicable GST (CGST & SGST/ UTGST or IGST) in Price
Schedule / Schedule of Rates/ BOQ of Price Bid
4.2 Bidder confirms that they have mentioned Harmonized
System Nomenclature (HSN)/Service Accounting Code
(SAC) in Price Bid
4.3 Bidder hereby confirms that the quoted prices are in
compliance with the Section 171 of CGST Act/ SGST Act as
mentioned as clause no. 13.10 of ITB (Anti-profiteering
clause).
4.4 Whether bidder is liable to raise E-Invoice as per GST Act.

If yes, bidder will raise E-Invoice and confirm compliance to


provision of tender in this regard.
5. Bidder confirms acceptance of relevant Terms of Payment
specified in the Bid Document.
‐ 113 ‐ 
  113 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
6. Bidder confirms that Contract Performance Security will be
furnished as per Bid Document within 30 days of FOA in
case of successful bidder.
7. Bidder confirms that Contract Performance Security shall be
from any Indian scheduled bank or a branch of an
International bank situated in India and registered with
Reserve bank of India as scheduled foreign bank. However,
in case of bank guarantees from banks other than the
Nationalised Indian banks, the bank must be a commercial
bank having net worth in excess of Rs 100 crores and a
declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its
letterhead.
8. Bidders confirms compliance to Completion Schedule as
specified in Bid document and the same shall be reckoned
from the date of Fax of Acceptance.
9. Bidders confirms acceptance of Price Reduction Schedule
for delay in completion schedule specified in Bid document.

In case of delay, the bills / invoices shall be submitted after


reducing the price reduction due to delay(refer PRS Clause).
10. a) Bidder confirms acceptance of all terms and conditions
of Bid Document (all sections).
b) Bidder confirms that printed terms and conditions of
bidder are not applicable.
11. Bidder confirms their offer is valid for period specified in
BDS from Final/Extended due date of opening of Techno-
commercial Bids.

12. Bidder have furnished Bid Security Declaration


13. As per requirement of tender, bidder (having status as Pvt.
Ltd. or Limited company) must upload bid duly digitally
signed on e-portal through class-3B digital signature (DS). In
case, class of DS or name of employee or name of employer
is not visible in the digitally signed documents, the bid
digitally signed as submitted by the person shall be binding
on the bidder.
14. Bidder confirms that
(i) none of Directors (in Board of Director) of bidder is a
relative of any Director (in Board of Director) of GAIL
or
(ii) the bidder is not a firm in which any Director (in Board
of Director) of GAIL or their relative is a partner.
15. All correspondence must be in ENGLISH language only.

16. The contents of this Tender Document have not been


modified or altered by Bidder. In case, it is found that the
tender document has been modified / altered by the bidder,
the bid submitted by them shall be liable for rejection.
‐ 114 ‐ 
  114 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
17. Bidder confirms that all Bank charges associated with
Bidder’s Bank regarding release of payment etc.shall be
borne by Bidder.
18. No Deviation Confirmation:
It may be note that any 'deviation / exception' in any form may
result in rejection of Bid. Therefore, Bidder confirms that they
have not taken any 'exception / deviation' anywhere in the Bid.
In case any 'deviation / exception' is mentioned or noticed,
Bidder’s Bid may be rejected.
19. If the Bidder becomes a successful Bidder pursuant to the
provisions of the Tender Document, the following
Confirmation shall be automatically become enforceable:

"We agree and acknowledge that the Employer is entering


into the Contract/Agreement solely on its own behalf and not
on behalf of any other person or entity. In particular, it is
expressly understood & agreed that the Government of India
is not a party to the Contract/Agreement and has no
liabilities, obligations or rights thereunder. It is expressly
understood and agreed that the Purchaser is authorized to
enter into Contract/Agreement, solely on its own behalf
under the applicable laws of India. We expressly agree,
acknowledge and understand that the Purchaser 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
Agreement. Accordingly, we hereby expressly waive, release
and forego any and all actions or claims, including cross
claims, VIP claims or counter claims against the Government
of India arising out of the Agreement and covenants not to
sue to Government of India as to any manner, claim, cause of
action or things whatsoever arising of or under the
Agreement."
20. Bidder to ensure all documents as per tender including
clause 11 of Section III and all Formats are included in their
bid
21. Bidder understands that Tender Document is not exhaustive.
In case any activity though specifically not covered in
description of 'Schedule of Rates/ BOQ' but is required to
complete the work as per Scope of Work, Conditions of
Contract, or any other part of Bidding document, the quoted
rates will deemed to be inclusive of cost incurred for such
activities unless otherwise specifically excluded. Bidder
confirmsto perform for fulfilment of the contract and
completeness of the supplies in all respect within the
scheduled time frame and quoted price.

‐ 115 ‐ 
  115 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
22. Bidder hereby confirms that they are not on ‘Holiday’ by
GAIL or Public Sector Project Management Consultant (like
EIL, Mecon only due to “poor performance” or “corrupt and
fraudulent practices”) or banned by Government
department/ Public Sector on due date of submission of bid.

Further, Bidder confirms that neither they nor their allied


agency/(ies) (as defined in the Procedure for Action in case
of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are
on banning list of GAIL or the Ministry of Petroleum and
Natural Gas.

Bidder also confirms that they are not under any liquidation,
court receivership or similar proceedings or 'bankruptcy'.

In case it comes to the notice of GAIL that the bidder has


given wrong declaration in this regard, the same shall be
dealt as ‘fraudulent practices’ and action shall be initiated as
per the Procedure for action in case of
Corrupt/Fraudulent/Collusive/Coercive Practices.

Further, Bidder also confirms that in case there is any


change in status of the declaration prior to award of contract,
the same will be promptly informed to GAIL by them.
23. Bidder confirms that they have read and understood the
General Conditions of Contract – Works available on
GAIL’s Tender website
(http://gailtenders.in/Gailtenders/gccs.asp) & no 'exception /
deviation' anywhere has been taken in the same and that they
shall abide by provisions of relevant GCC.
24. Bidder certifies that they would adhere to the Fraud
Prevention Policy of GAIL [available on GAIL’s website
(www.gailonline.com)] and shall not indulge themselves or
allow others (working in GAIL) to indulge in fraudulent
activities and that they would immediately apprise GAIL of
the fraud/suspected fraud as soon as it comes to their notice.
Concealment of facts regarding their involvement in
fraudulent activities in connection with the business
transaction(s) of GAIL is liable to be treated as crime and
dealt with by the procedures of GAIL as applicable from
time to time.

‐ 116 ‐ 
  116 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
25. Bidder confirms that (i) any variation in GST at the time of
supplies for any reasons, other than statutory, including
variations due to turnover, shall be borne by them and (ii)
any error of interpretation of applicability of rate of GST
(CGST & SGST/ UTGST or IGST) on components of an
item and/or various items of tender by them shall be dealt as
per clause no. 13.13 of Section-III.
26. Bidders confirm to submit signed copy of Integrity Pact
(wherever included in tender).

If Bidder is a partnership concern or a consortium, this


agreement must be signed by all partners or consortium
members.
27. Bidder confirms that, in case of contradiction between the
confirmations provided in this format and to the terms &
conditions mentioned elsewhere in the offer, the
confirmations given in this format shall prevail.
28. Our GeM Seller ID on Government e-Marketplace (GeM) is
…………………………………
Or
Presently we do not have GeM Seller ID on Government e-
Marketplace (GeM). However, in case we emerged as lowest
bidder/ eligible for placement of order/ contract after
matching under Purchase Preference Policy (ies) specified in
tender, we will obtain GeM Seller ID and communicate to
GAIL for incorporation of same in Purchase Order/ Letter of
Acceptance.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

‐ 117 ‐ 
  117 of 896
 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
F-6
ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall


acknowledge the receipt and confirm his intention to bid or reason for non-participation
against the enquiry /tender through e-mail to concerned executive in GAIL issued the
tender, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures for
subject item/job and/or the information regarding the subject tender.

 We intend to bid as requested for the subject item/job and furnish following details with
respect to our quoting office:

Postal Address with Pin Code : ....................


Telephone Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................

 We are unable to bid for the reason given below:

Reasons for non-submission of bid:


_____________________________________________________________________

Agency’s Name : ....................


Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

‐ 118 ‐ 
  118 of 896
F-7
BIDDER’S EXPERIENCE
To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS


ALONG WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM
PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

Sl. Descript LOA Full Postal Value Date of Scheduled Date of Reasons
No ion of /WO Address & of Commenc Completio Actual for delay
the No. phone nos. of Contrac ement of n Time Comple in
Services and Client. Name, t/Order Services (Months) tion executio
date designation (Specify n, if any
and address of Currenc
Engineer/ y
Officer-in- Amount)
Charge (for
cases other
than
purchase)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

119 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-8 (A)
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important
items to facilitate the bidder to make sure that the necessary data/information as called for in the
bid document has been submitted by them along with their offer. This, however, does not relieve
the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick (√) against following points:
S. No. DESCRIPTION CHECK REFERENCE
BOX PAGE NO. OF THE
BID SUBMITTED
1.0 Digitally Signing (in case of e-bidding)/ Signing and Stamping
(in case of manual bidding) on each sheet of offer, original
bidding document including SCC, ITB, GCC ,SOR/BOQ
drawings, corrigendum (if any)
2.0 Confirm that the following details have been submitted in the
Un-priced part of the bid
i Covering Letter, Letter of Submission

ii Declaration for Bid Security as per provisions of Tender


iii Digitally signed (in case of e-tendering) or ‘signed & stamped
(in case of Manual tender) tender document along with
drawings and addendum (if any)
iv Power of Attorney in the name of person signing the bid.

v Confirm submission of document alongwith unpriced bidas per


bid requirement (including cl.no.11.1.1 of Section-III).
3.0 Confirm that all format duly filled in are enclosed with the bid
duly Digitally Signed (in case of e-bidding)/ Signed and
Stamped (in case of manual bidding) by authorised person(s)
4.0 Confirm that the price part as per Price Schedule format
submitted with Bidding Document/ uploaded in case of e-bid.

5.0 VOID

6.0 Confirm that Undertaking as per Form-2 to Annexure-V to


Section-III and Certification from the statutory auditor or cost
auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in
respect of other than companies) as per Form-3 to Annexure-V
to Section-IIIare submitted.

120 
 
 

120 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

S. No. DESCRIPTION CHECK REFERENCE


BOX PAGE NO. OF THE
BID SUBMITTED
7.0 Confirm that Undertaking as per Form-1to Section-II have been
submitted by the bidder (Guidelines from Procurement from a
Country sharing a Land Border with India)
8.0 Confirm submission of Checklist against Bid Evaluation
Criteria as per format F-8(B)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:

121 
 
 

121 of 896
F-8(B)
CHECKLIST FOR BID EVALUATION CRITERIA (BEC) QUALIFYING DOCUMENTS
(refer Section II of Tender document)

BEC Description Documents required for qualification Documents Submitted Documents Reference
Clause by Bidder attested as per Page No. of the
No. Section-II of Bid submitted
Tender
Technical BEC
A.1 Experience as a (a) Detailed work order along with Schedule of Rates.
single bidder (b) Completion certificate issued by end user / Owner Yes/No
(or their consultant who has been duly authorized by
owner to issue such certificate).

In case the work of submitted Work Order is not


completed, such bid is also acceptable subject to
submission of Execution certificate (issued by the
end user/ owner/authorized consultant) in place of
completion certificate for meeting the stipulated
experience criteria, provided that the asset for which
the said execution certificate has been issued is
ready for commercial use i.e. ‘Hydro-testing’ and
‘EGP or Drying or Nitrogen purging’, has been
completed.

Note: The completion certificates / execution certificate


shall have details like work order no.; date, brief scope
of work, completion date / date of execution certificate
etc.

122 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

A.2 Experience as (c) Same documents as mentioned in A.1 above. Yes/No


consortium member (d) Consortium Agreement / MOU clearly defining
the scope and responsibility.
Note: The completion certificates / execution
certificate shall have details like work order no. ; date,
brief scope of work, completion date, executed order
value etc.
A.3 Equipment Equipment’s (owned) as per Annexure- 2 to BEC:
Deployment Criteria 1. The bidder shall submit the certificate from chartered
accountant (for ownership / possession of
equipments / vehicles) as per format F-19 enclosed in
the Bid Document.

2. The submission of Format F-19 is mandatory.

3. “For equipment to be purchased" - Purchase order


duly accepted by equipment supplier and with
equipment delivery to project site, meeting the
equipment deployment schedule. However,
contractor to own minimum 50% of the equipment
against each type of equipment; balance 50% may be
covered under to be purchased "Category". If 50% is
a fraction, the same needs to be rounded off to next
higher number for the minimum owned category.
The purchase order shall be duly signed & stamped
by Chartered Accountant / statutory auditor. Date of
purchase order shall be before bid due date.

4. The bidder shall submit Certificate from Chartered


Engineer certifying that the bidder own equipments
are under good health and working condition as per

123 
 
 

123 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Format F-20 enclosed in the Bid Document.

Note Job executed for Tax paid invoice(s) duly certified by statutory auditor Yes/No
to A (i) Subsidiary / of the bidder towards payment of statutory tax in
Fellow subsidiary/ support of the job executed for Subsidiary / Fellow
Holding company. subsidiary/ Holding company.
Financial BEC
1. Annual Turn Over Audited Financial Statements [including Auditor’s Submitted Yes/No
Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for last Audited
Financial Year. [In case the Annual Turnover criteria is (Mention specific
not met in last Audited Financial Year, then the Audited year…………… )
Financial Statements for previous two years of last
Audited Financial Year is to be submitted]
2. Net Worth Audited Financial Statements [including Auditor’s Submitted Yes/No
Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for last Audited
Financial Year. (Mention specific year
……………)
3. Working Capital Audited Financial Statements [including Auditor’s Submitted Yes/No
Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for last Audited
Financial Year. (Mention specific
year…………… )
If the bidder’s working capital is negative or inadequate,
the bidder shall submit a letter (in prescribed format)
from their bank having net worth not less than Rs.100
Crores, confirming the availability of line of credit for at Submitted/ Not
least working capital requirement as stated above. Applicable
(Bidder to tick
appropriate option)
124 
 
 

124 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

4. Format for Details Bidder shall submit “Details of financial capability of Submitted
of financial Bidder” in prescribed format duly signed and stamped
capability of by a chartered accountant / Certified Public Accountant
Bidder (CPA).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal

125 
 
 

125 of 896
F-9
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE
(To be provided on Bank’s letter head)
Date:
To,
M/s. GAIL (India) Limited
17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

Dear Sir,

This is to certify that M/s ………………………………….. (name of the Bidder with address)
(hereinafter referred to as Customer) is an existing Customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s Tender No.
.................................................. dated …………… for
……………………………………..(Name of the supply/work/services/consultancy) and as per
the terms of the said Tender Document they have to furnish a certificate from their Bank
confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms


availability of line of credit to M/s …………………….. (name of the Bidder) for at least an
amount of Rs. _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent
USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation :
Email Id :
Contact No. :
Stamp
Note:
This Declaration Letter for line of credit shall be from single bank only. Letters from multiple
banks shall not be applicable. However, banking syndicate will be acceptable wherein a group of
banks can jointly provide line of credit to the bidder.

The bank shall be required to issue the letter for declaration/ certificate of line of credit on their
letter head along with the contact details of the issuing authority like email id, contact number
etc.

126 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-10
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:

Year Amount (Currency)


Year 1:
Year 2:
Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year _____


Amount (Currency)
1. Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :

Description Year _____


Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current
Assets-Current liabilities)

*Refer Instructions

Note: It is further certified that the above mentioned applicable figures are matching with
the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian
Companies]

Name of Audit Firm: [Signature of Authorized Signatory]


Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:
(Page 1 of 2)

127 
 
 

127 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for its
Annual Report.

3. The bidder shall provide the audited annual financial statements as required for this
Tender document. Failure to do so would result in the Proposal being considered as non-
responsive.

4. For the purpose of this Tender document:

(i) Annual Turnover shall be “Revenue from Operations” as per Profit & Loss
account of audited annual financial statements
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less
accumulated losses, deferred expenditure and miscellaneous expenditure not
written off, if any.

5. Above figures shall be calculated after considering the qualification, if any, made by
the statutory auditor on the audited financial statements of the bidder including
quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

(Page 2 of 2)

128 
 
 

128 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-11
FORMAT FOR CONSORTIUM AGREEMENT
(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONSORTIUM/JV AGREEMENT

DELETED

129 
 
 

129 of 896
F-12
BIDDER'S QUERIES FOR PRE BID MEETING
To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS ALONG WITH ASSOCIATED
FACILITIES FOR ANGUL-SRIKAKULAM PIPELINE PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063)

SL.
NO. REFERENCE OF BIDDING DOCUMENT BIDDER'S QUERY GAIL'S REPLY
Subject

SEC. Page No. Clause


NO. No.

NOTE: The Pre-Bid Queries may be sent by e-mail before due date for receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________

130 of 896
F-13
E-Banking Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account


a) Name of Bank
b) Name of branch
c) Branch code:
d) Address:
e) Telephone number:
f) Type of account (current/saving etc.)
g) Account Number:
h) RTGS IFSC code of the bank branch
i) NEFT IFSC code of the bank branch
j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank account as
mentioned above. I/We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or lost because of incomplete or incorrect information, we would not hold the
GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us and we


confirm that the details given above are correct as per our records.
Bank stamp

Date (Signature of authorized officer of bank)

131 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-14

INTEGRITY PACT

132 
 
 

132 of 896
133 of 896
134 of 896
135 of 896
136 of 896
137 of 896
138 of 896
139 of 896
140 of 896
141 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-15
INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression shall, unless
repugnant to the context include itssuccessors and assigns, having its registered office at 16, Bhikaiji,
Cama Place, R.K. Puram, New Delhi 110066 has entered into a contract with
M/s*…………………………. (hereinafter referred to as the “Contractor”) which expression shall
unless repugnant to the context include its representatives, successors and assigns, having its registered
office at *………………….. and on the terms and conditions as set out, inter-alia in the [ mention the
work order/LOA/Tender No.]and various documents forming part thereof, hereinafter collectively
referred to as the ‘CONTRACT’ which expression shall include all amendments, modifications and / or
variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour of GAIL
indemnifying GAIL and its employees and Directors including Independent Directors from all
consequences which may arise out of any prospective litigation or proceedings filed or may be initiated
by any third party, including any Banker / financial institution / worker(s) /vendor(s)/ subcontractor(s)
etc. who may have been associated or engaged by the Contractor directly or indirectly with or without
consent of GAIL for above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby irrevocably and
unconditionally undertakes to indemnify and keep indemnified GAIL and all its employees, Directors,
including Independent Directors, from and against all/any claim(s), damages, loss, which may arise out
of any litigations/ liabilities that may be raised by the Contractor or any third party against GAIL under
or in relation to this contract. The Contractor undertakes to compensate and pay to GAIL and/or any of
its employees, Directors including Independent Directors, forth with on demand without any protest the
amount claimed by GAIL for itself and for and on behalf of its employees, Directors including
Independent Directors together with direct/indirect expenses including all legal expenses incurred by
them or any of them on account of such litigation or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that:

(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or any of its
employees and Directors including Independent Directors arising out of said contract with
respect to any such litigation / court case for which GAIL and/or its employees and Directors
including Independent Directors has been made party until now or here-in-after.

(ii) This Indemnity shall not be discharged/revoked by any change/


modification/amendment/assignment of the contract or any merger of the Contractor with other
entity or any change in the constitution/structure of the Contractor’s firm/Company or any
conditions thereof including insolvency etc. of the Contractor, but shall be in all respects and for
all purposes binding and operative until any/all claims for payment of GAIL are settled by the
Contractor and/or GAIL discharges the Contractor in writing from this Indemnity.

The undersigned has full power to execute this Indemnity Bond for and on behalf of the
133 
 
 

142 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Contractor and the same stands valid.

SIGNED BY :

For [ Contractor]

Authorised Representative

Place:

Dated:

Witnesses:
1.
2

134 
 
 

143 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-16

FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER


1.0 Can any vendor quote for subject Yes. A Vendor has to meet Bid Evaluation
Tender? Criteria given under Section II of Tender
document in addition to other requirements.

2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender
documents be attested? document
3.0 Is attending Pre Bid
Meeting No. Refer Clause No. 17 of Instruction to
mandatory. Bidders of Tender Document. However
attending Pre Bid Meeting is recommended
to sort out any issue before submission of bid
by a Bidder.
4.0 Can a vendor submit more than 1 offer? No. Please refer Clause No. 4 of Instruction
to Bidders of Tender Document.

5.0 Is there any Help document available Refer FAQs as available on GAIL E-Tender
for e-Tender. portal.
6.0 Are there are any MSE (Micro & Small Yes. Refer Clause No. 40 of Instructions to
Enterprises) benefits available? Bidders of Tender Document.

7.0 Are there are any benefits available to Refer Clause No. 49 of Instructions to
Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

135 
 
 

144 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-17

UNDERTAKING REGARDING SUBMISSION OF ELECTRONIC INVOICE (E-INVOICE AS


PER GST LAWS)
(to be submitted on letter head along with documents for release of payment)

To,
M/s GAIL (INDIA) LIMITED
………………………

SUB: ……………………………………
PO NO: ………………………………….

Dear Sir,

We _______________________ (Name of the Supplier) hereby confirm that E-Invoice provision as per
the GST Law is

(i) Applicable to us [ ]

(ii) Not Applicable to us [ ]

(Supplier is to tick appropriate option ( or X) above).

In case, same is applicable to us, we confirm that we will submit E-Invoice after complying with all the
requirements of GST Laws. If the invoice issued without following this process, such invoice can-not be
processed for payment by GAIL as no ITC is allowed on such invoices. We also confirm that If input tax
credit is not available to GAIL for any reason attributable to Supplier (both for E-invoicing cases and
non-E-invoicing cases), then GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such
GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and
interest, if any, by adjusting against any amounts paid or becomes payable in future to the Supplier
under this contract or under any other contract.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

136 
 
 

145 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Format F-18
POWER OF ATTORNEY

(to be submitted on the letter-head of company)

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS ALONG
WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM PIPELINE
PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063) 

Name of Bidder:____________________

“The undersigned ____________________(Name of LEGAL PERSON*) is lawfully authorized to


represent and act on behalf of the company M/s _______________________ (Name of bidder)
whose registered address is _____________________ and does hereby appoint Mr./Ms
__________________ [name of authorized person/(s)] _______________________ (Designation)
of M/s _______________________________ (Name of bidder)
whose signature appears below to be the true and lawful attorney/(s) and authorize him/her to sign
the bid (both digitally and manually)and all subsequent communications, agreements,
documents etc., in the name and on behalf of the company in connection with the tender no.
__________________________________ for……………………(Name of work).

The signature of the authorized person/(s) herein constitutes unconditional obligations of M/s
_______________________ (Name of bidder).

This Power of Attorney shall remain valid and in full force and effect before we withdrawal it in
writing (by fax, or mail or post). All the documents signed (within the period of validity of the
Power of Attorney) by the authorized person/(s) herein shall not be invalid because of such
withdrawal.

SIGNATURE OF THE LEGAL PERSON

_____________________________
137 
 
 

146 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

(Name of person with Company seal)

SIGNATURE OF THE AUTHORIZED PERSON/(S)

_____________________________
(Name of person)
E-mail id: …………………………
Digital token no. used for uploading the bid: …………………..

(*)In case of a Single Bidder, Power of Attorney issued by the Board of Directors/ CEO / MD /
Company Secretary of the Bidder/ all partners in case of Partnership firm/Proprietor (for
Proprietorship firm) in favour of the authorized employee(s) of the Bidder, in respect of the
particular tender for signing the Bid and all subsequent communications, agreements, documents
etc. pertaining to the tender and to act and take any and all decision on behalf of the Bidder, is to
be submitted.

138 
 
 

147 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-19

FROMAT FOR CERTIFICATE BY CHARTERED ACOUNTANT FOR OWNED EQUIPMENT

Project Name: ------------- Pipeline Project Date: DD.MM.YYYY

To whom-so-ever it may concern

This is to certify that M/s. (Bidder’s Name), having their registered office at (Bidder’s Address), is the
owner of the equipment mentioned below (or in the attachment) as per our inspection of records / books
of accounts / documents of M/s. (Bidder’s Name) on (Date).

S. No. Equipment Make / Capacity Qty. Year of Present


Model Manufacture Location of
Equipment

Further, these equipment will be deployed for (Project Name) in case M/s. (Bidder’s Name) is
awarded with the job.

(Signature of Chartered Accountant / Statutory Auditor)

Place: ---------

Membership No. of CE: -------

Date: DD.MM.YYYY

Firm Registration No.: -------

Note: The above certificate shall be issued in the letter head of Chartered Accountant / Statutory
Auditor.

139 
 
 

148 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-20

FORMAT FOR CERTIFICATE BY CHARTERED ENGINEER FOR OWNED EQUIPMENT:

Project Name:------------- Pipeline Project Date: DD.MM.YYYY

To whom-so-ever it may concern

During our visit to various storage yards and project sites of M/s. (Bidder’s Name), from (Date) to
(Date), we have inspected the condition of equipment mentioned below (or in attachment).

We certify that the below mentioned equipment are in good health and working condition presently.
Further, these equipment are fit be deployed in Project Name.

S. No. Equipment Make / Model Capacity Qty. Year of Present


Manufacture Location of
Equipment

(Signature of Chartered Engineer)

Place: --------- \

Membership No. of CE: -------

Date: DD.MM.YYYY

Firm Registration No.: -------

Note: The above certificate shall be issued in the letter head of Chartered Engineer.

140 
 
 

149 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-21

COMPLETION CERTIFCATE

ON LETTER HEAD

Ref.: xxxxxxxxxxxxxxxxxxxxxxxxxxxxx Date:


DD.MM.YYYY

COMPLETION CERTIFICATE

Name of Work :

Name of Contractor :

Length & Size of Pipeline & :


Scope of work

Fax of Acceptance No. :

Letter of Award No. / :


Work Order No.

Contractual Value :

Final Completion Value : DD.MM.YYYY

Contractual Start Date : DD.MM.YYYY

Contractual Completion Date

(a) Mechanical Completion : DD.MM.YYYY

(b) Overall Completion : DD.MM.YYYY

Actual Completion Date

(a) Mechanical Completion : DD.MM.YYYY

(b) Overall Completion : DD.MM.YYYY

Extension of Time granted : Up to DD.MM.YYYY


without levy of PRS

141 
 
 

150 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Defect Liability Period : Up to DD.MM.YYYY

Certified that all the works under the subject Contract have been completed as per contractual
terms & conditions, specifications, drawings and approved deviations etc. to the satisfaction of
Engineer-In-Charge.

(xxxxxxxxxxxx)
Engineer – In – Charge

Note : Format of Completion Certificate to be issued upon successful completion of work.

142 
 
 

151 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Format F-22

NO CLAIM CERTIFICATE

[On the Letter-head of Contractor]

We, _________________, a company incorporated under the laws of India/ a Consortium between *___
and *____ (name of Consortium partners to be inserted)/ a Partnership Firm consisting of *___ and
*___ (name of Partners to be inserted)/ a Sole Proprietorship (as the case may be), having its registered
office at __________________ and carrying on business under the name and style M/s.
_______________________ were awarded the contract by GAIL (India) Ltd. in reference to Tender No.
______________ dated _______ (“Contract”).

After completion of the above-said Work under the contract, we have scrutinized all our claims,
contentions, disputes, issues and we hereby confirm that after adjusting all payments received by us
against our R.A. Bills, our balance entitlement under the Contract is to a sum of Rs. __________
(Rupees _________ only) as per our Final Bill dated ________ towards full and final settlement of all
our claims, dues, issues and contentions from GAIL (India) Ltd.

We confirm and declare that with the receipt of aforesaid monies, all our claims, dues, disputes,
differences between M/s. ___________ and GAIL (India) Ltd. under and with reference to said Contract
stands fully and finally settled.

We further absolve GAIL (India) Ltd. from all liabilities present or future arising directly or indirectly
out of the Contract.

We further confirm that the present settlement has been arrived at after mutual negotiations and is freely
and fairly entered into between the parties. There is no economic duress or any other compulsion on us
in entering into this settlement.

Signature with Seal of contractor

Dated :

143 
 
 

152 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-23
PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE

(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................

Bank Guarantee No. ---------

Date...............

GAIL (India) Limited


17th Floor, Jubilee Tower,
B-35/36, Sector-1,
Noida, India

In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression shall
unless repugnant to the context or meaning thereof include its successors, executors, administrators and
assignees, having awarded to M/s............................. having its registered office at ...............................
hereinafter referred as the 'CONTRACTOR', which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assignees, a contract hereinafter
referred to as the 'Contract' for related works................ referred to as the 'WORK' on terms and
conditions set out, inter-alia in the Owner's Contract No.............dated............ valued
at........................................ (in words & figures) and as the Owner having agreed to make an advance
payment (herein referred as Mobilization advance) for the performance of the above contract to the
CONTRACTOR amounting to.............................(in words & figures) as an advance against Bank
Guarantee to be furnished by the CONTRACTOR.

We........................................... hereinafter referred to as the BANK which expression shall, unless


repugnant to the context or meaning thereof, include its successors, administrators, executors and
assignees having our office at......................... do hereby undertake to give the irrevocable and
unconditional guarantee and do hereby undertake to pay the OWNER on first demand without any
demur, reservation, contest, recourse, protest and without reference to the CONTRACTOR any and all
monies payable by the CONTRACTOR by reason of any breach by the said CONTRACTOR of any of
the terms and conditions of the said Contract to the extent of..................... till the said advance is
adjusted as aforesaid at any time upto.......................... We agree that the guarantee herein contained shall
continue to be enforceable till the sum due to the Owner on account of the said advance is adjusted
/recovered in full as aforesaid or till the Owner discharges this guarantee in writing.

The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK under
this guarantee, from time to time to vary the advance or to extend the time for performance of the works
by the CONTRACTOR. The BANK shall not be released from its liability under these presents by any
exercise of the Owner of the liberty with reference to the matter aforesaid.
144 
 
 

153 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

The Owner shall have the fullest liberty, without reference to CONTRACTOR and without affecting this
guarantee to postpone for any time or from time to time the exercise of any powers vested in them or of
any right which they might have against the CONTRACTOR, and to exercise the same at any time in
any manner, and either to enforce or to forebear to enforce any power, covenants contained or implied in
the Contract between the OWNER and the CONTRACTOR or any other course or remedy or security
available to the OWNER and the BANK shall not be released of its obligations under these presents by
any exercise by the OWNER of its liberty with reference to matters aforesaid or other acts of omission
or commission on the part of the OWNER or any other law would, but for this provision, have the effect
of releasing the BANK.

The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the BANK
in the manner aforesaid is absolute and unequivocal and will not be affected or suspended by reason of
the fact that any dispute or disputes has or have been raised by the CONTRACTOR and/or that any
dispute or disputes is or are pending before any officer, tribunal or court or arbitrator or any other
authority / forum and any demand made by OWNER on the BANK shall be conclusive and binding.

The BANK further undertakes not to revoke this guarantee during its currency without previous consent
of the OWNER and further agrees that the guarantee contained shall continue to be enforceable until it is
discharged by GAIL in writing.

The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee against
the BANK as a principal debtor, in the first instance, notwithstanding any other security or guarantee
that OWNER may have in relation to the CONTRACTOR's liabilities towards the said advance.

The amount under the Bank Guarantee is payable forthwith without any delay by Bank upon the written
demand raised by GAIL. Any dispute arising out of or in relation to the said Bank Guarantee shall be
subject to the exclusive jurisdiction of courts at New Delhi.

Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the Contractor
up to a total amount of (amount of guarantees in words and figures) and we undertake to pay you, upon
your first written demand declaring the Contractor to be in default under the contract and without caveat
or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your
needing to prove or show grounds or reasons for your demand or the sum specified therein.

Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended from
time to time for such periods as may be advised by M/s on whose behalf this guarantee has been given.

We have power to issue this guarantee in your favour under Memorandum and Articles of Association
and the undersigned has full power to do so under the Power of Attorney/ resolution of the Board of
Directors dated............... accorded to him by the BANK.

145 
 
 

154 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Dated.................this.............day of...............20...............

Signed by

(Person duly authorized by Bank)

Place:

WITNESS :

1...................................... (Signature)

...................................... (Printed Name)

2...................................... (Designation)

......................................

(Common Seal)

146 
 
 

155 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as
per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent
bank in India on requisite non-judicial stamp paper and place of bid to be considered as
Noida.
2. The bank guarantee by bidders will be given from bank as specified in ITB.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank
guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer
4. If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming its
net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its
equivalent in foreign currency along with a documentary evidence.

147 
 
 

156 of 896
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

F-24
UNDERTAKING REGARDING SUBMISSION CONTRACT PERFORMANCE SECURITY/ SD
WITHIN STIPULATED TIME LINE
(to be submitted on letter head of bidder)

To,

M/s GAIL (INDIA) LIMITED


17th Floor, Jubilee Tower, B-35/36, Sector-1, Noida, U.P., India

SUB: LAYING & CONSTRUCTION OF STEEL GAS PIPELINE AND TERMINALS ALONG
WITH ASSOCIATED FACILITIES FOR ANGUL-SRIKAKULAM PIPELINE
PROJECT ( PART-B)
TENDER NO: 05/51/23VA/GAIL/001(i)-3 (Tender ID : 2021_GAIL_99063) 

Dear Sir,

We hereby confirm that we have clearly understood the requirement of Contract Performance Security/
SD specified in the tender document.

We also hereby confirm that in case of award of contract / order, we will submit Contract Performance
Security/ SD within 30 days from the date of Fax of Acceptance.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Bidder Name:
Seal:

148 
 
 

157 of 896
FORMAT F-25
CHECKLIST FOR RUNNING BILLS

Signature Of
SL.No Document Description Annexure
Contractor PMC GAIL
(A) Bill Specific point

1 Cenvat-able Invoice in Contractor's letter-head raised to "OIC,


GAIL (INDIA) limited, * (Place of availment of cervat)"
2 Memorandum of payment
Abstract of payment sheet dualy adjusted with payment
3
received for the previous inovice
4 Measurement Sheet
5 Month wise PF/ESI challan copies
Separate inovice for extra work/AHR items more than SOR
6
quantity
7 Approval of PMC and GAIL for extra work/AHR items if any
8
Separate innovice shall be submitted for INR & USD portion

9 State Wise bifurcation of innoviced amount (State & UTI


),wherever applicable (for WCT purpose)
10 Hard copy of Bill, INR portion (2 original +1 copies)
11 Hard Copy of bill,USD portion (3 original+ 1 copy)
12 Soft copy of Bill (Dully tallying with hard copy)

13 Whether Bill amount/memorandum of payment is matching the


amount in service entry sheet

14
Whether bill has sent through BWS or not(attach BWS receipt)

15 All the corrections made in the bill should be signed by PMC


/GAIL authorized signatory

16 All the bill documents made namely measurement sheets,bills


should tally with the memorandum of payment

17 SAP service entry sheet dually tallying with the abstract of


payment

158 of 896 Page 1 of 2


FORMAT F-25
CHECKLIST FOR RUNNING BILLS

Signature Of
SL.No Document Description Annexure
Contractor PMC GAIL
(B) General Points
(a) Copy of contractor all risk policy
1
(b) Validity of above exist or not
(a) Free issue material (FIM) insurance copy
2
(b)Validity of above exists or not
(a) Copy of indemnity bond for FIM
3
(b) Validity of above exist or not
(a) Employee Insurance Policy
4
(b) Validity of above exist or not
(a) Workman Compensation insurance policy
5
(b) Validity of above exist or not

Copy of certificate issued by appropriate authority for lowering


6 for lower /non -deduction of WCT/withholdingtax/TDS if
applicable

3 original letters of contractor mentioning details such as bank


name ,address ,country ,account number and swift code (for
7
forign currency innovice) E-banking details should of
SBI/ICICI/HDFC bank only

(a) Copy of contrac PBG separetly for INR & forign currency
8 price
(b) Validity of above exist or not
9 Contract agreement copy
Power of attorny in the name of signatory of the bill /indemnity
10
bond
11 Copy of PAN umber of contractor
Copy of Contract registration certificate with RBI in case of
12
forign contractor
Copy of registration certificate of TIN/Tan of concerened state
13 in which WOT is deducted & deposited
NOTE :-
1 There will be signature of concerned contractor, PMC & GAIL representative in place
2 Cenvatalbe invoice, Memorundum of payment to be signed by GAIL Section In-charge & GAIL Construction Incharge
3 Abstract of Payment, measurement sheets are to be signed by GAIL Section Incharge/ his repersentative
4 GAIL spread in-charge / construction in-charge may also require to sign any other relevent documents as applicable from
case to case.
5 NOC from sub-contractor, if any (deployed after getting approval from GAIL / PMC) regarding receipt of payment
from contractor upto previous month.

6 In case of final bill contractor shall be required to submit NOC & Indeminity Bond and also NOC from sub-contractor about receipt of full payment from the contractor.
7 Copy of Hindrance register for the specified period (RA Bill period) dully signed by contractor /PMC/GAIL/ to be submitted alongwith RA Bill.

FOR CONTRACTOR FOR PMC / GAIL


___________________ ___________________

159 of 896 Page 2 of 2


SECTION – IV
GENERAL CONDITION OF CONTRACTS –
WORKS (GCC-Works)
Available on GAIL’s tender website (http://gailtenders.in/Gailtender/gccs.asp)

160 of 896
SECTION – V
SPECIAL CONDITION OF CONTRACTS
(SCC)
&
ANNEXURES to SCC

161 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 1 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

SPECIAL CONDITIONS
OF
CONTRACT

162 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 2 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

INDEX

1.0 GENERAL
2.0 SCOPE OF WORK & SCOPE OF SUPPLY
3.0 SUPPLY OF WATER, POWER & OTHER UTILITIES
4.0 COMPLETION SCHEDULE/ COMPLETION PERIOD
5.0 DRAWINGS AND DOCUMENTS
6.0 COMPLIANCE WITH LAWS
7.0 GOVERNMENT OF INDIA NOT LIABLE
8.0 REGISTRATION OF THE CONTRACT WITH STATUTORY
AUTHORITIES (FOR FOREIGN BIDDER)
9.0 LIMITATION OF LIABILITY
10.0 WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER AND
MEMBER - DELETED
11.0 CONTRACT PERFORMANCE SECURITY/ SECURITY DEPOSIT
12.0 TAXES, DUTIES AND LEVIES IN INDIA
13.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES
14.0 SUBSEQUENT LEGISLATION
15.0 DELETED
16.0 INCOME TAX & CORPORATE TAX
17.0 CUSTOM DUTY
18.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS
19.0 ISSUE OF ESSENTIALITY CERTIFICATE
20.0 IMPORT LICENCE
21.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
22.0 INTELLECTUAL PROPERTY
23.0 FIRM PRICE
24.0 WORKS CONTRACT
25.0 PROVIDENT FUND ACT
26.0 MOBILIZATION ADVANCE
27.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS
28.0 CONSTRUCTION RIGHT -OF-USE AND PERMITS
29.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION
30.0 MECHANISED CONSTRUCTION
31.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION
32.0 PRICE ADJUSTMENT DUE TO DELAYED MOBILISATION OR
SHORTFALL IN DEPLOYMENT OF EQUIPMENT AND KEY
PERSONNEL
33.0 MEASUREMENT OF WORKS

163 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 3 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

34.0 TERMS OF PAYMENT


35.0 REPAIR OF PIPE DEFECTS
36.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL
37.0 LOCATION OF DUMPYARD/ WAREHOUSE/STORAGE YARD
38.0 STATUTORY APPROVALS
39.0 TESTS AND INSPECTION
40.0 INSPECTION OF SUPPLY ITEMS
41.0 FINAL INSPECTION
42.0 COMPENSATION FOR EXTENDED STAY
43.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM
44.0 TEMPORARY WORKS
45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE
46.0 QUALITY ASSURANCE/ QUALITY CONTROL
47.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
48.0 SITE CLEANING
49.0 COMPLETION DOCUMENTS
50.0 COORDINATION WITH OTHER AGENCIES
51.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s - DELETED
52.0 UNDERGROUND AND OVERHEAD STRUCTURES
53.0 TEST CERTIFICATES
54.0 ROYALTY
55.0 EXCAVATION BY BLASTING
56.0 SITE FACILITIES FOR WORKMEN
57.0 EXECUTION OF ELECTRICAL WORKS
58.0 HYDROSTATIC TESTING
59.0 ARBITRATION
60.0 MAKE OF MATERIALS
61.0 ADDITIONAL WORKS/ EXTRA WORKS
62A.0 COMPENSATION FOR DELAY/PRICE REDUCTION SCHEDULE FOR
ANY DELAY
62B.0 RECOVERIES / RETENTIONS
63.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM
64.0 RESPONSIBILITY OF CONTRACTOR
65.0 CHECKING OF LEVELS
66.0 STORAGE FACILITIES
67.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)
68.0 INSURANCE FOR FREE ISSUE MATERIAL
69.0 INSURANCES IN INDIA
70.0 INSURANCE IN FOREIGN COUNTRIES

164 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 4 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

71.0 BANK GUARANTEES


72.0 SUBMISSION OF COLOURED PHOTOGRAPHS
73.0 DISPOSAL OF EMPTY OFC CABLE DRUM
74.0 VIDEOTAPE
75.0 PIPES FOR WELDING QUALIFICATION
76.0 SPARES
77.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT
78.0 INTERMEDIATE CONSTRUCTION MILE STONE
79.0 SINGLE POINT RESPONSIBILITY
80.0 BONUS FOR EARLY COMPLETION
81.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
82.0 REQUIREMENT OF PAN FOR FOREIGN BIDDER
83.0 DIRECT PAYMENTS TO SUB-VENDORS/ SUPPORTING AGENCIES OF
MAIN CONTRACTOR
84.0 SUB-LETTING OF WORKS
85.0 JOINTS MEASUREMENT OF WORK EXECUTED, BILLING, INVOICE
AND PAYMENTS.
86.0 CONTRACT MANPOWER BELONGING TO SCHEDULED CASTES AND
WEAKER SECTIONS
87.0 WAY BILL / ROAD PERMIT
88.0 LOCAL EMPLOYMENT
89.0 LOCAL SKILL DEVELOPMENT
90.0 QUARTERLY CLOSURE OF THE CONTRACT
91.0 COMPLETION CERTIFICATE
92.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND
PRADHAN MANTRI JEEVAN JYOTI BIMA YOJANA (PMJJBY)
93.0 E-MEASUREMENT
94.0 VENDOR GRIEVANCE PORTAL – SAMADHAN
95.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF
INDIA

165 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 5 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

1.0 GENERAL

1.1 Special Conditions of Contract shall be read in Conjunction with the General
conditions of Contract, specification of work, Drawings and any other
documents forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these separate sections
and volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Contract
so far as it may be practicable to do so.

1.3 Where any portion of the General Condition of Contract is repugnant to or at


variance with any provisions of the Special Conditions of Contract, unless a
different intention appears, the provisions of the special Conditions of Contract
shall be deemed to over-ride the provisions of the General Conditions of
Contract and shall to the extent of such repugnancy, or variations, prevail.

1.4 Wherever it is mentioned in the specifications that the Contractor shall perform
certain work or provide certain facilities, it is understood that the Contractor
shall do so at his own cost and the value of contract shall be deemed to have
included cost of such performance and provisions, so mentioned.

1.5 The materials, design, and workmanship shall satisfy the relevant Indian
Standards, the Job Specifications contained herein and Codes referred to.
Where the job specification stipulate requirements in addition to those
contained in the standard codes and specifications, these additional
requirements shall also be satisfied.

1.6 In case of an irreconcilable conflict between Indian or other applicable


standards, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings or Schedule of Rates, the following shall prevail to
the extent of such irreconcilable conflict in order of precedence:

i) Contract Agreement
ii) Detailed Letter of Acceptance along with Statement of Agreed
Variations.
iii) Fax / Letter of Intent / Fax of Acceptance.
iv) Schedule of Rates as enclosures to Letter of Acceptance.
v) Job / Particular Specifications.

166 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 6 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

vi) Drawings
vii) Technical / Material Specifications.
viii) Special Conditions of Contract.
ix) Instruction to Bidders
x) General Conditions of Contract.
xi) Indian Standards
xii) Other applicable Standards

1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-


Charge any irreconcilable conflict in the contract documents before starting the
work (s) or making the supply with reference which the conflict exists.

1.8 In the absence of any Specifications covering any material, design of work (s)
the same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-
Charge, which will be binding on the Contractor.

1.9 In case of any conflict in technical requirements among PJS, TS, SCC, SOR
etc. of tender document and international / national codes / standards, more
stringent requirement shall govern or as per the decision of EIC.

2.0 SCOPE OF WORK & SCOPE OF SUPPLY


The scope of work covered in this Contract will be as described in Annexure-1
to SCC, Particular job specifications, Standard Specifications, Schedule of
Rates etc. The scope of supply covered in this Contract will be as described in
Annexure-2 to SCC, Particular Job Specifications, Standard Specifications,
Schedule of Rates etc. It is however, explicitly understood that scope described
is not limiting, in far as the responsibilities of the contractor are concerned and
shall include, inter alia, carrying out any and all works and providing any and
all facilities as are required to complete the works in all respect.

3.0 SUPPLY OF WATER, POWER & OTHER UTILITIES


3.1 The Clause No. 2.3 to 2.5 given in General Conditions of Contract is modified
to following extent:
3.2 The Contractor shall be responsible at his own cost for arranging and providing
all the required Water, Power, land required for temporary site office,
fabrication yard and other utilities, in the quantities and at the times required
for performance of work under the contract. The contract price shall be deemed

167 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 7 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

to include all costs towards the same.


The Employer/Consultant shall not supply water, power and other utilities.

3.3 Contractor shall, if required by him, for the entire duration of the execution of
the work make available near the site, land for construction of Contractor’s
office, Warehouse, Workshops and for any purpose in connection with
providing infrastructure required for the execution of the Contract. The
Contractor shall at his own cost construct all temporary buildings and provide
suitable water supply and sanitary arrangement as required. On completion of
the work undertaken by the Contractor, he shall remove all temporary works
erected by him and have the site cleared as directed by Engineer-in-Charge. If
the Contractor shall fail to comply with these requirements, the Engineer-in-
Charge may at the expense of the Contractor remove such surplus and rubbish
materials and dispose off the same as he deems fit and get the site cleared as
aforesaid, and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claims in respect of any such surplus material
disposed of as aforesaid.
3.4 Cutting of trees shall not be permitted except in the case that tree is falling on
the line of ROU/ROW. In such circumstances, details of such tree being cut
shall be prepared and forest/ municipal authorities be informed and necessary
approval be obtained by contractor.

4.0 COMPLETION SCHEDULE / COMPLETION PERIOD

4.1 The work shall be executed strictly as per completion schedule / completion
period given in Annexure-3 to SCC in the bidding document. The period of
completion given includes the time required for mobilization as well as testing,
rectifications, if any, retesting and completion in all respects to the entire
satisfaction of the Engineer-in-Charge.
4.2 A joint programme of execution of work will be prepared by the Engineer-in-
Charge and Contractor. This programme will take into account the time of
completion mentioned above.
4.3 Monthly/ weekly construction programme will be drawn up by Engineer-in-
Charge jointly with the contractor based on availability of work fronts and the
joint construction programmes as above clause. The Contractor shall
scrupulously adhere to these Targets/ Programme by deploying adequate
personnel, construction tools & tackles and shall also supply all materials of his
scope of supply in good time to achieve the targets set out in the weekly and

168 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 8 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

monthly programme. In all matters concerning the extent of targets set out in
the weekly and achievements, the decision of the Engineer-in-Charge shall be
final and binding on the contractor.

4.4 If the Contractor fails to achieve the targeted progress schedule of each month
as mentioned in the bidding document, the Employer/Consultant at its option,
may terminate the contract as contractor’s default and get the work completed
from other sources at contractor’s risk & cost.

4.5 Contractor shall give every day report on category wise labour and equipment
deployed along with the progress of work done on previous day in the
proforma prescribed by the Engineer-in-Charge.

4.6 The contractor shall submit fortnightly report covering all major activities
indicating schedule / actual progress, slippages & its reasons and catch up plan.

4.7 The Bidder shall also consider local labour / Trade unionism in the state while
quoting. No waiver shall be attributable to the stoppage due to union activities
& due to the influence of trade unionism and adverse weather conditions.

5.0 DRAWINGS AND DOCUMENTS

5.1 The drawings accompanying the bid document (if any) are of indicative nature
and issued for bidding purpose only. Purpose of these drawing is to enable the
bidder to make an offer in line with the requirements of the Employer /
Consultant. However no extra claim whatsoever, shall be entertained for
variation in the "Approved for Construction" and "Bid document drawings"
regarding any changes/units. Construction shall be as per drawings /
specifications issued/approved by the Engineer-in-Charge during the course of
execution of work. Detailed construction drawings (wherever required) on the
basis of which actual execution of work is to proceed will be prepared by the
contractor.

5.2 The drawings and documents to be submitted by the Contractor to


Employer/Consultant after award of the work as per the requirements enlisted
in the bidding document shall be for Employer/Consultant's review,
information and record. The Contractor shall ensure that drawings and
documents submitted to Employer/Consultant are accompanied by relevant
calculations, data as required and essential for review of the document/

169 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 9 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

drawings. MECON shall review the drawings/ documents within two weeks
from the date of submission provided the same are accompanied by relevant
calculations, data as required and essential for review.

5.3 All documents and drawings including those of Contractors sub-vendor's


manufacturer's etc. shall be submitted to Employer/Consultant after having
been fully vetted in detail, approved and co-opted by the Contractor & shall
bear Contractor seal/ certifications to this effect. All documents/drawings &
submissions made to Employer/Consultant without compliance to this
requirement will not be acceptable and the delay & liability owing to this shall
be to the Contractor's account.

5.4 The review of documents and drawings by Employer/Consultant shall not


absolve Contractor from 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 Employer /
Consultant, Contractor shall incorporate the comments as required and ensure
their compliance.

5.5 Copies of all detailed working drawing relating to the works shall be kept at the
contractors’ office at the site and shall be made available to the Engineer-in-
charge/ Employer/Consultant at any time during execution of the contract.
However no extra claim what so ever shall be entertained for any variation in
the “approved/issued for construction drawings” and “tender drawings”
regarding any changes/units unless otherwise agreed.

5.6 The Contractor shall rectify any inaccuracies, errors and non-compliance to
contractual requirements. Any delay occurring on this shall not construe a
reason for delay/ extension.

6.0 COMPLIANCE WITH LAWS

6.1 The Contractor shall abide by all applicable rules, regulations, statutes, laws
governing the performance of works in India, including but not limited to the
following:

i) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules,
1971 framed there under.
ii) Payment of Wages Act.

170 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 10 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

iii) Minimum Wages Act.


iv) Employer’s Liability Act.
v) Factory Act.
vi) Apprentices Act.
vii) Workman’s Compensation Act.
viii) Industrial Dispute Act.
ix) Environment Protection Act.
x) Wild life Act.
xi) Maritime Act.
xii) Any other Statute, Act, Law as may be applicable.
xiii) PNGRB Act.

7.0 GOVERNMENT OF INDIA NOT LIABLE

7.1 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.

8.0 REGISTRATION OF THE CONTRACT WITH STATUTORY


AUTHORITIES (FOR FOREIGN BIDDER)

8.1 DELETED

171 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 11 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

9.0 LIMITATION OF LIABILITY

9.1 The final payment by the Employer/Consultant in pursuance of the Contract


terms shall not mean release of the Contractor from all of his liabilities under
the Contract. The Contractor shall be liable and committed under this contract
to fulfill all his liabilities and responsibilities, till the time of release of contract
performance guarantee by the Employer/Consultant.

9.2 Notwithstanding anything contrary contained herein, the aggregate total


liability of Contractor under the Contract or otherwise shall be limited to 100%
of Contract value. However, neither party shall be liable to the other party for
any indirect and consequential damages, loss of profit or loss of production.

10.0 WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER AND


MEMBER - DELETED

11.0 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

11.1 Please refer clause no. 38 of ITB (Vol I) and clause no. 24.0 of GCC (General
Condition of Contract).

11.2 In addition to clause no.38 of ITB and 24 of GCC following will also apply:-

a) In the event completion of works is delayed beyond the Scheduled Completion


Date for any reasons whatsoever, the Contractor shall have the validity of the
guarantee suitably extended to cover the period mentioned above.

b) The Employer/Consultant shall have an unqualified option under this guarantee


to invoke the Banker’s Guarantee and claim the amount there under in the
event of Contractor failing to honour any of the commitments entered into
under this Contract and/or in respect of any amount due from the Contractor to
the Employer/Consultant. In case Contractor fails to furnish the requisite Bank
Guarantee as stipulated above, then the Employer/Consultant shall have the
option to terminate the Notification of Award of Work and forfeit the Bid
Security/Earnest Money amount and no compensation for the works performed
shall be payable upon such termination.

c) Upon completion of the Works as per Completion Schedule stipulated in


Contract, the above said guarantee shall be considered to constitute the

172 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 12 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

Contractor’s warranty/guarantee for the work done by him or for the Works
supplied and performance as per the specifications and any other conditions
against this Contract. The warranty/guarantee shall remain in force for 12
months from the date of issuance of certificate of Completion and Acceptance
against this Contract as per GCC. Contractor shall also arrange for the
Performance Guarantee to remain valid until expiration of the guarantee period
for entire works covered under the contract.

d) In the event of Completion of Project being delayed beyond the Scheduled


Completion Date, the Employer/Consultant may without prejudice to any other
right or remedy available to the Employer/Consultant, operate the Bank
Guarantee to recover the Compensation for delay as per provision of Contract.
The Bank Guarantee amount shall thereupon be increased to the original
amount, or the Contractor may alternatively submit a fresh Bank Guarantee for
the equivalent amount of compensation for delay recovered.

12.0 TAXES, DUTIES AND LEVIES IN INDIA

12.1 The Contractor agrees to and does hereby accept full and exclusive liability for
the payment of any and all taxes, duties, including GST etc. now in force and
hereafter increased, imposed or modified from time to time in respect of works
and materials and all contributions and taxes for unemployment compensation,
insurance and old age pensions or annuities now or hereafter imposed by any
Central or State Government authorities which are imposed with respect to or
covered by the wages, salaries, or other compensations paid to the persons
employed by the Contractor and the Contractor shall be responsible for the
compliance with all obligations and restrictions imposed by the Labour Law or
any other law affecting employer-employee relationship and the Contractor
further agrees to comply, and to secure the compliance of all subcontractors
with all applicable Central, State, Municipal and local law and regulation, and
requirement of any central, State or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold Employer/Consultant
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
Subcontractor of such laws, regulations or requirements and also from all
claims, suits or proceedings that may be brought against the Employer /
Consultant arising under, growing out of, or by reason of the work provided for
by this Contract, by third parties, or by Central or State Government authority
or any administrative sub-division thereof. The prices shall also be inclusive of

173 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 13 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

GST as applicable.

12.2 Employer/Consultant shall make from Contractors’ bills such tax deductions as
are required as per rules and regulations in force from time to time.

12.3 If GST is applicable during site fabrication, the same must be assessed and
deemed to be included by the bidder in the quoted prices. The bidder in this
regard shall arrange all required formalities.

12.4 Bidder shall take care of all applicable taxes & duties while submitting their
prices.

12.5 Any errors of interpretation of applicability of taxes/ duties by Bidders shall be


to their account.

13.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES

13.1 The Contractor agrees to and does hereby accept full and exclusive liability at
is own cost for the payment of any and all taxes, duties and levies etc as are
payable to any government, local or statutory authority in any country other
than India, as in force on bid due date or as hereafter imposed, increased or
modified, and as are payable by Contractor, his agents, sub-contractor and their
employees etc. for performance of work under this contract. The Contractor
shall be deemed to have been fully informed with respect to all such liabilities
and considered the same in his bid, and the contract shall not be varied in any
way on this account.

14.0 SUBSEQUENT LEGISLATION

14.1 All duties, taxes, fees, charges, expenses, etc. (except where otherwise
expressly provided in the Contract) as may be levied/ imposed in consequence
of execution of the works or in relation thereto or in connection therewith as
per the Acts, Laws, Rules, Regulations in force shall be to Contractor's account.
However, any new taxes /duties imposed after the date of submission of last
price bid & up to Contractual Completion date shall be to the GAIL’s account
but such Taxes /duties imposed beyond Contractual Completion date shall be to
the Contractor’s account. However if such new taxes etc. are in substitute of
existing taxes, it will be considered on merit of each case.

174 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 14 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

15.0 STATUTORY VARIATION IN TAXES & DUTIES - DELETED

16.0 INCOME TAX & CORPORATE TAX

Please refer clause no. 43 of ITB, Vol I.

17.0 CUSTOM DUTY

DELETED

18.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS

DELETED

19.0 ISSUE OF ESSENTIALITY CERTIFICATE

DELETED

20.0 IMPORT LICENCE

20.1 Contractor shall arrange import of all materials required for permanent
incorporation in the works as well as construction equipment as per the
guidelines laid down by the Government of India. Employer/Consultant shall
not provide import licence.

21.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

21.1 Contractor agrees for withholding from wages and salaries of its agents,
servants or employees all sums, required to be withheld by the laws of the
Republic of India or any other agency having jurisdiction over the area where
Contractor is conducting operations, and to pay the same promptly and directly
when due to the proper authority. Contractor further agrees to comply with all
accounting and reporting requirements of any Nation having jurisdiction over
the subject matter hereof and to conform to such laws and regulations and to
pay the cost of such compliance. If requested, Contractor will furnish the
evidence of payment of applicable taxes, in the country(ies) of the Contractor's
and his sub-contractor(s) and expatriate employees.

175 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 15 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

22.0 INTELLECTUAL PROPERTY

22.1 Neither Employer/Consultant nor Contractor nor their personnel, agents nor
any sub-contractor shall divulge to any one (other than persons designated by
the party disclosing the information) any information designated in writing as
confidential and obtained from the disclosing party during the course of
execution of the works so long as and to the extent that the information has not
become part of the public domain. This obligation does not apply to
information furnished or made known to the recipient of the information
without restriction as to its use by third parties or which was in recipient's
possession at the time of disclosure by the disclosing party. Upon completion
of the works or in the event of termination pursuant to the provisions of the
contract, Contractor shall immediately return to Employer/Consultant all
drawings, plans, specifications and other documents supplied to the Contractor
by or on behalf of Employer/Consultant or prepared by the Contractor solely
for the purpose of the performance of the works, including all copies made
thereof by the Contractor.

23.0 FIRM PRICE

23.1 The quoted prices shall be firm and shall not subjected to price escalation till
the work is completed in all respects.

24.0 WORKS CONTRACT

24.1 The work covered under this contract shall be treated as "Works Contract".

25.0 PROVIDENT FUND ACT

25.1 The Contractor shall strictly comply with the provisions of Employees
Provident Fund Act and register themselves with RPFC before commencing
work. The Contractor shall deposit Employees and Employers contributions to
the RPFC every month. The Contractor shall furnish along with each running
bill, the challan/ receipt for the payment made to the RPFC for the preceding
months.

176 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 16 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

26.0 MOBILIZATION ADVANCE

26.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilization


Advance up to a maximum of 10% (Ten Percent) of awarded Contract Value.
The mobilization advance will attract an interest rate (medium term) at
Marginal Cost of Fund based Lending Rate (MCLR) for one year charged
by SBI (applicable on the date of disbursement of mobilization advance)
plus 2% p.a. on reducing balance basis.

Mobilization Advance shall be paid to the Contractor in two installments after


signing the contract agreement and submission of initial security deposit, in the
following manner:

26.1.1 FIRST INSTALLMENT

i) 5% (Five percent) of awarded Contract value shall be payable as the first


installment of mobilization advance, within 15(fifteen) calendar days,
after fulfilling the following formalities by the Contractor:

a) Signing of contract agreement by the Contractor.

b) Submission of a separate bank guarantee towards Contract


Performance from a Indian Nationalised/Scheduled Bank/
International Bank as stipulated in Clause no. 71.0 herein in
proforma approved by Employer/Consultant towards due
performance of contract equivalent to 10% of awarded contract
value which shall be kept valid till up to 3 Months after expiry of
defect liability period.

c) Submission of a separate Bank Guarantee from a Indian


Nationalised /Scheduled Bank/ reputed International Bank as
stipulated in Clause no. 71.0 herein in proforma approved by
Employer/Consultant equivalent to 11% of awarded contract
value covering mobilization advance which shall be kept valid till
settlement of the mobilization advance along with interest
thereon. However, contractor may submit Bank Guarantee of
11% as above in two stages of 5.5% each for availing advance
against sub-clause 26.1.1 & 26.1.2.

177 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 17 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

d) The Bank Guarantees submitted against mobilization advance


shall be released after recovery of mobilization advance
alongwith interest thereon.

26.1.2 SECOND INSTALLMENT

i) 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 (as per Annexure-9B
to SCC) and is ready to start the work to the entire satisfaction of
Engineer-in-Charge and commencement of work at site. This installment
shall be paid to the contractor after completion of initial mobilization
period of minimum thirty days.

26.2 RECOVERY OF MOBILISATION ADVANCE

26.2.1 Recoveries will be effected from each Running Account Bill at the rate
of 10% of the gross bill value, till the entire Mobilization Advance
(together with interest accrued thereon) is fully recovered. In any case,
mobilization advance shall be fully recovered before release of payment
due towards Mechanical completion / pre final bill.

26.2.2 Bank Guarantee against mobilization advance shall be released after


recovery of Interest and Principal Amount or completion of work
whichever is earlier.

27.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS

27.1 A change order will be initiated in case:

i) The Employer/Consultant directs the Contractor to include any addition


to the scope of work not covered under this contract or delete any
Section of the scope of the work under the contract.

ii) Contractor requests to delete any part of the work which will not
adversely affect the operational capabilities of the project and if agreed
by the Employer/Consultant and for which cost and time benefits shall
be passed on to the Employer/Consultant.

178 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 18 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

27.2 Any changes required by the Employer/Consultant before giving their approval
to detailed procedure or any other document relating to material procurement,
layout plans etc for complying with the requirements of bidding document shall
not be construed to be a change in the scope of work under the contract.

27.3 Any change order as above comprising an alteration which involves a change
in the cost of the works (which sort of alteration is hereinafter called a
“Variation") shall have impact on the contract value that shall be dealt towards
end of contract. All change orders shall be approved by the EIC.

27.4 If the contract provides applicable rates for the valuation of the variation in
question the contract price shall be increased or decreased in accordance with
those rates. If the parties agree that the contract does not contain applicable
rates then the parties shall negotiate a revision of the contract price which shall
represent the change in cost of the works caused by the variations. Any change
order must be duly approved by the Employer/Consultant in writing.

27.5 If there is a difference of opinion between Contractor and Employer/Consultant


whether a particular work constitutes a change order or not, the matter shall be
handled in accordance with the procedures set forth in para 27.7.8 and 27.7.9
here below.

27.6 Within 10 (Ten) working days of receiving the comments from the Employer /
Consultant on the documents submitted by the Contractor for approval, the
Contractor's response in writing stating which item(s) is/are potential change
(s), if applicable, will be submitted to the Employer/Consultant.

27.7 Procedure

27.7.1 During execution of work if the Contractor observes that any new
requirements which is not specific or intended in the bidding document has
been indicated by Employer/Consultant, they shall discuss the matter with
Employer/Consultant's representatives.

27.7.2 In case such requirement arises from the side of the Contractor they would
also discuss the matter with Employer/Consultant's Representative.

27.7.3 In either of the two cases above, the representatives of both the parties shall

179 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 19 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

discuss the project requirement and mutually decide whether the project
requirement constitutes a change order.
27.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a
"Change Order" then a joint memorandum will be prepared to confirm a
"Change Order" and basic ideas of necessary agreed modifications.

27.7.5 Contractor will study the work required in accordance with the Joint
memorandum and assess subsequent schedule and cost effect if any.

27.7.6 The results of this study would be discussed mutually to enable Employer /
Consultant to give a final decision whether Contractor should proceed with the
Change Order or not, in the best interest of the Project.

27.7.7 If Employer/Consultant's representative accepts the change order in writing


then Contractor shall proceed with the work stipulated in the Change order.
Time worked by all workmen employed and a statement showing the
description and quantity of all materials and plant utilised for extra work shall
be submitted to Employer/Consultant. The Employer/Consultant’s
representative shall sign and return to the Contractor the statement, as agreed.
At the end of each month the Contractor shall deliver to the
Employer/Consultant's representative a priced statement of the labour,
materials and plant used. Whenever any dispute arises as to cost allocation
between the Contractor and the Employer/Consultant, the voucher shall
nevertheless be signed by the Employer/Consultant as a record of time worked
and materials used. List and vouchers so signed will be the subject of
negotiations between the Employer/Consultant and the Contractor regarding
their costs allocation.

27.7.8 In case, mutual agreement as above that is whether Project Requirement


constitutes a Change order or not, is not reached, then Contractor, in the
interest of the project, shall take up the implementation of the work, if advised
in writing to do so by Employer/Consultant's representative pending settlement
between the two parties to the effect whether the Project Requirement
constitutes a change order or not as per the terms and conditions of Contract
Documents.

27.7.9 The time and cost effect in such a case shall be mutually verified for the
purpose of record. Should it be established that the said work is constituting a
Change Order, the same shall be compensated taking into account the records

180 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 20 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

kept and in accordance with the contract.

27.7.10 Should the amount of Extra Work/ Change Order, if any, which the
Contractor may be required to perform by the Employer/Consultant, fairly
entitles the Contractor to extensions of time beyond the scheduled completion
date for completion of either the whole of the works or for such Extra Work
only, the Employer/Consultant and the Contractor shall mutually discuss and
decide the extension of time, if any to be granted to the Contractor.

28.0 CONSTRUCTION RIGHT-OF-USE AND PERMITS:

28.1
A. Company will acquire the ROU free of any encroachments/
temporary/permanent structures under P&MP act in general. Acquiring of ROU
means publishing of 3(1) and 6(1) Gazette notification/publication under P&MP
act 1962.Therfore, handing over of 6(1) gazette shall mean handing over of
ROU to the Contractor for opening of RoU. Contractor shall open the ROU with
revenue team of competent authority appointed by GAIL and start the
construction activities.

B. During field measurement if any anomaly on legality of the published 6(1) is


observed in certain plot(s)/Survey nos. i.e. rightfully not acquired as per the
P&MP Act-1962 e.g. inclusion of residential/commercial/industrial plots or
standing permanent structure prior to 3(1) declaration etc. then this portion of
the ROU shall not be considered acquired ROU and will be deducted from the
ROU handed over to Contractor.

C. All the awards declared by the Competent Authority will be binding to the Land
owners except when such dispute(s) is/are

1. Revised subsequently by the Competent authority himself due to various


reasons deem to do so. Hence the period or time lapse between the dispute
raised and the revision effected shall not be accountable to the Contractor
and then this portion of the ROU shall not be considered acquired ROU and
will be deducted from the ROU handed over to Contractor.

2. If any dispute upheld by the District court and stay order is passed, then the

181 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 21 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

period or time lapse between the dispute raised till the stay order is
dismissed shall not be accountable to the Contractor and then this portion of
the ROU shall not be considered acquired ROU and will be deducted from
the ROU handed over to Contractor.
D. If any intervention from State Administration in any section of the ROU where
work had to be stopped due to intervention from State Administration shall not
be accountable to the Contractor and then this portion of the ROU shall not be
considered acquired ROU and will be deducted from the ROU handed over to
Contractor.

E. Removal of all the hindrances in the ROU shall be sole responsibility of the
contractor except due to reasons as in A to D as above, not accountable to
Contractor.

28.1.1 Opening of ROU to start construction works and related activities,


management & maintaining of ROU during entire period of execution through
necessary liaison & coordination with local people / farmers / authorities for
ensuring hindrance-free construction works at site shall be the responsibility of
contractor. In case any obstruction by landowner(s)/farmers/villagers or
encroachments or structures are encountered during execution, same shall be
got removed by the contractor or local detouring of pipeline shall be carried
out. All costs towards such activities shall be to Contractor’s account.
Compensations rightfully due and applicable as per provisions of the P&MP
act shall be paid by COMPANY.

28.2 For pipeline construction purposes, ROU of varying width shall be made
available depending upon site condition. In cross country areas the ROU of 20
m width shall normally be made available to Contractor to the extent feasible.
Pipeline shall be laid on one side of boundary of ROU as advised by Engineer-
in-Charge. In Forest areas, hilly terrain and congested areas such as built-up
areas etc., ROU of 10 m or less shall be available. The pipeline shall be laid at
2 m from the ROU edge in reserve forest areas. All these eventualities shall be
taken into account. It shall be Contractor’s responsibility to make arrangement
for any additional land required for fabrication, construction, storage and all
other work areas.

28.3 Contractor shall carry out construction work within the width as made available
to him. Where the pipeline route passes through forest/plantation areas
contractor shall clear only the minimum width required for laying the pipeline

182 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 22 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

as per Company’s approved procedure for pipeline construction. Felling of


trees/plants shall be minimized. Damage to any obstruction,
temporary/permanent structure, boundary walls etc. within ROU shall be
repaired and restored and cost of repairs/restoration shall be to Contractor’s
account. Contractor shall arrange for additional working space as required for
the purpose of pipeline construction at his own cost & time.

28.4 The Contractor must ensure that during laying of the pipeline minimum
damage occurs to the land. The land has to be restored to original condition. All
construction activities shall be in accordance with the local Government
regulations and shall be performed by the competent and qualified persons for
providing adequate protection to the general public, livestock, wild life, forest,
power lines, buildings etc. in the vicinity of the pipeline.

28.5 During pipeline construction, measures shall be adopted in order to minimize


the impact of pipeline construction activities on the environment. During ROU
clearance, the vegetation shall be cut off at ground level leaving the roots
intact. Only stumps and roots directly over the trench shall be removed for
pipeline Installation.

28.6 In case of any detour from the acquired ROU due to constructability problems
or otherwise, contractor may be permitted to do so after approval from CA /
Company. All statutory payments shall be paid/ reimbursed by Company.
However, such activity shall not affect the construction schedule and overall
completion period.

28.7 Clean-up and restoration of ROU and other conveniences like road, rail, canals,
cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to
original condition as per specification and drawings to the entire satisfaction of
Company and/or Landowner/Cultivator/ Authorities having jurisdiction over
the same, including disposal of surplus excavated soil and other construction
materials to a location identified by Contractor approved by local authority
without causing any disturbance to environment and to the entire satisfaction of
Company.

28.8 Contractor shall arrange necessary clearance from the concerned


authorities/land owners to the effect that ROU/ ROW has been restored back to
original condition. Contractor shall carry out joint survey with representative of
Competent Authority (CA) and will obtain clearance in writing from CA that

183 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 23 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

ROU has been restored to original condition. Necessary clearance from


statutory authority / NOC for restoring the ROU to original condition shall be
in Contractor’s scope. However, if the owner does not give the NOC, payment
may be released to the contractor if the restoration is done physically and to the
satisfaction of Owner / Consultant / CA and is certified & accepted by
Engineer-in-charge as per the tender specifications. Necessary Proof of
restoration i.e. through photographs and video recordings will have to be
submitted by the contractor wherever NOC is not available.

28.9 Local state Government may impose Taxes/ Duties/ royalty etc towards the
excavation and filling of earth for the pipe line and terminals works. It is the
responsibility of contractor to make such payments without any cost
implications to GAIL.

28.10 Contractor is required to maintain a hindrance register. All hindrances


encountered in the execution needs to be logged in this register and shall be
jointly signed by Contractor and PMC/GAIL.

28.11 ROU shall be opened in stretches and may not be continuous. In such an event
contractor shall skip the section and jump over to next stretch where ROU is
available, without any cost & time implication to the Company.

29.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION

29.1 CONSTRUCTION EQUIPMENT

29.1.1 The complete list of minimum critical equipments required to be owned by


bidder is attached as Annexure-9A to SCC with the Bidding Document.
Bidder shall also submit their compliance for deployment of equipments as
above along with the bid.

29.1.2 The complete list of minimum equipments required to be Owned /Hired/


leased equipments along with MOU from the owner to be submitted by the
bidder along with the bid are mentioned in Annexure 9B to SCC. Bidder
shall also submit their compliance for deployment of equipments as above
along with the bid.

29.1.3 DELETED

184 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 24 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

29.1.4 The Employer/Consultant shall not supply any Construction Equipment.

29.2 MANPOWER DEPLOYMENT

29.2.1 The complete list of minimum skilled manpower to be deployed are mentioned
in Annexure 10 to SCC. Bidder shall submit their compliance for
deployment of manpower along with the bid.
Qualification and Experience of key construction personnel shall be as per
Annexure-10A to SCC.

Non deployment or unilateral withdrawal of key personnel by the


contractor will attract recovery as per the hiring / recovery rates specified
in Annexure-11 to SCC.

29.3 Schedule of Labour & Equipment Rates

Hiring / Recovery Rate for Deployment of Manpower attached as Annexure-


11 to SCC shall be used for analyzing rates for extra items and recovery for
non- deployment of key personnel.
Equipment Hiring / Recovery Rates attached as Annexure-12 to SCC shall be
used for analysing rates for extra items and recovery for non-deployment of
Equipment.

30.0 MECHANISED CONSTRUCTION

30.1 Contractor shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and time schedule adopt as far as
practicable, mechanized construction techniques for major site activities.
Contractor agrees that he will deploy the required numbers and types of the
plant & machinery applicable for different activities in consultation with the
Engineer-in-charge during execution of works.

30.2 Contractor further agrees that Contract price is inclusive of all the associated
costs, which he may incur for actual mobilization, required in respect of use of
mechanised construction techniques and that the Employer / Consultant /
Consultant in this regard shall entertain no claim whatsoever.

185 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 25 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

31.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION

31.1 Contractor shall be responsible for organising the lifting of the equipment in
the proper sequence, that orderly progress of the work is ensured and access
routes for erecting the other equipments are kept open.

31.2 Orientation of all foundation, elevations, lengths and disposition of anchor


bolts and diameter of holes in the supports saddles shall be checked by
contractor, well in advance. Minor rectifications including chipping of
foundations as the case may be shall be carried out at no extra cost by the
contractor after obtaining prior approval of the Engineer-in-Charge. The
Contractor shall also be provided with the necessary structural drawings and
piping layouts etc., wherever required for reference. During the structural
member need to be dismantled, to facilitate the equipment erection, same shall
be done by the contractor after ensuring proper stability of main structure with
prior permission of Engineer-in-Charge. All such dismantled members shall be
put in position back after the completion of equipment erection to satisfaction
of Engineer-in-Charge.

31.3 During the performance of the work the Contractor at his own cost, shall keep
structures, materials and equipment adequately braced by guys, struts or
otherwise 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 him or other agencies.

31.4 Manufacturer's recommendations and detailed specifications for the installation


of the various equipment and machines will be passed on to the contractor to
the extent available during the performance of work. The requirements
stipulated in these clauses shall be fulfilled by the Contractor.

31.5 Various tolerances required as marked on the drawings and as per


specifications and instructions of the Engineer-in-Charge, shall be maintained.
Verticality shall be maintained. Verticality shall be verified with the
Theodolite.

186 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 26 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

31.6 ERECTION OF EQUIPMENTS

31.6.1 All the erection shall be carried out by Cranes of suitable capacity. Erection by
derrick shall not be permissible. The contractor shall arrange the crane of
suitable capacity required for erection and include cost for same in respective
items without any liability on the part of Employer/Consultant.

31.6.2 Bidder shall submit the indicative erection scheme for compressor/equipment
and shall undertake the erection only after obtaining approval of erection
scheme by Engineer-in-charge.

31.6.3 Grouting of equipments, anchor bolts, pockets and under base plates shall be
carried out as per technical specifications.

32.0 RECOVERY/RETENTION IN CASE OF NON-ACHIEVEMENT OF


CONSTRUCTION ASKING RATE

32.1 CONTRACTOR has to mobilize required equipment & manpower to maintain


the minimum construction progress as per asking rate (Km/ Month) for each
part mentioned hereunder. The nos. of equipment mentioned are only
indicative and there shall be no recovery/ bonus on account of less/ more
deployment of equipment. The CONTRACTOR may have to deploy
additional equipments to meet the desired progress without any commercial
implications to the client. However the CONTRACTOR must meet the
following asking rates for lowering:

Section I II III IV
Asking Rate
7 21 10 9
(Km/Month)

32.2 Construction progress (Asking rate) mentioned above is for lowering of


buried pipeline in each section. In case the CONTRACTOR fails to achieve the
asking rate, then penalty amount as mentioned below shall be retained from the
running account bills of the CONTRACTOR. In this context decision of EIC
shall be final and binding to the CONTRACTOR. Following shall remain
applicable if CONTRACTOR fails to achieve asking rate in each part as per
clause no. 32.1:

187 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 27 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

RETENTION OF AMOUNT
MONTHLY CONSTRUCTION
FROM CONTRACTOR’S RA
PROGRESS
BILLS
< 35% of asking rate @ 0.15% of total contract value
> 35% and < 80% of asking rate @ 0.1% of total contract value
> 80% of asking rate No retention

32.3 For the purpose of calculation of retention amount, date of FOA/ Go ahead
shall be considered as the base date and duration of month shall be considered
as 30 days (avg.).

32.4 Asking rate shall not be applicable during mobilization period and hence, there
shall be no retention on account of asking rate for first month from date of
FOA/Go Ahead.

32.5 The asking rate retentions shall be applicable only during contractual
completion period.

32.6 For the purpose of calculation of retention, ROU released up to 1 month prior
shall be taken into consideration.

32.7 These retentions shall be calculated every month, however retentions shall be
done in RA bills based upon quarterly reconciled calculations jointly signed by
CONTRACTOR, MECON and GAIL.

32.8 In case monthly progress is more than 35% of asking rate, then no retention
shall be done for first 2 months of each quarter. However if at the end of
each quarter the progress is less than 80% of the cumulative progress
required for the quarter, then retentions at the rate as defined in clause no.
32.2 above shall be retained for each month of the quarter from the RA bill
of the CONTRACTOR.

32.9 In case the ROU released 1 month prior is less than the cumulative progress
required from the CONTRACTOR, then the target progress shall be calculated
on pro-rata basis and accordingly retentions will be calculated.

32.10 In case the CONTRACTOR achieves the contractual completion period for
mechanical completion of the pipeline, the already deducted amount against
deductions on account of failure to meet the asking rate shall be refunded in the

188 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 28 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

final bill. However, in case the CONTRACTOR fails to achieve the contractual
completion period for mechanical completion of the pipeline, the already
deducted amount shall not be refunded.
32.11 Deduction under this clause shall be in addition to PRS applicable pursuant to
GCC clause 27.0 and SCC Clause. The provision of GCC clause no. 27.0 shall
have no bearing on this clause. The CONTRACTOR’s maximum liability
towards retention/ deduction for non-achievement of construction asking rate
shall be limited to 2.5% of the final contract price.
32.12 In case CONTRACTOR achieves more than the asking rate in each month, then
the CONTRACTOR shall not be entitled to any bonus/ extra claim.

32.13 In case work front is not made available during the month, a joint record
between GAIL/ MECON & CONTRACTOR shall be prepared.

32.14 Quarterly closure report clearly mentioning the ROU handed over, progress
achieved, constraints, extra items/ claims etc. shall be prepared and jointly
signed by CONTRACTOR, MECON and GAIL, failing which the RA bills of
the CONTRACTOR shall not be processed.

32.15 In case of delay in mobilization or shortfall in deployment of key personnel,


recovery shall be affected from contractor’s running bills as certified by
Engineer-in charge. The recovery shall be for the delayed period / shortfall
beyond but not including the permissible mobilization period / month based on
the hiring / recovery rates specified elsewhere in the bidding document.

In case time extension is granted without application of Price Reduction


Schedule (PRS), then amount deducted on account of key personnel will be
refunded to the contractor.

32A.0 SCHEDULE FOR SUBMISSION OF DOCUMENTS

Deleted

33.0 MEASUREMENT OF WORKS

33.1 In addition to the provisions of relevant clause of GCC and associated


provisions thereof, the provisions of Annexure-4 to SCC shall also apply.

189 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 29 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

34.0 TERMS OF PAYMENT

34.1 Basis and terms of payment for making “On Account Payment” shall be as set
out in Annexure-5 to SCC.

35.0 REPAIR OF PIPE DEFECTS

35.1 Immediately prior to aligning pipe for welding, the bevelled ends of each joint
of pipe and the area immediately adjacent thereto (at least 25mm from the edge
on the inside and outside of the pipe) shall be thoroughly cleaned of paint, rust,
mill scale, dirty or other foreign matter by use of power drive wire buffing
wheels, disc sanders, or by other methods approved by Employer/Consultant.
This shall be done at no extra cost to Employer/Consultant.

35.2 All damaged ends of pipe that are bent, cut or otherwise mutilated to such an
extent that in the opinion of the Employer/Consultant, faulty alignment or
unacceptable welding would result, shall be repaired or cut-off and rebevelled
to the correct angle with a bevelling machine of a type approved by
Employer/Consultant. No compensation shall be allowed by reason of such
recutting or bevelling, except when required because of the original bevel being
damaged before the pipe is "taken over" by Contractor.

35.3 Dents in bevels with a depth of less than 1 mm shall be removed by Contractor
during cleaning and grinding, ahead of the welding in the field. Contractor shall
rebevel dented bevel ends with a depth between 1 and 3 mm. Dents over 3mm
depth shall be repaired by cutting and rebevelling.

36.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL

36.1 The conditions for issue of material and reconciliation refer enclosed
Annexure-8 to SCC.
36.2 The reconciliation of material shall be applicable only for the material issued
by Employer/Consultant as free issue to the contractor.

37.0 LOCATION OF DUMPYARD / WAREHOUSE / STORAGE YARD

37.1 The Dumpyard / Warehouse / Storage Yard is situated at the locations as


mentioned in the scope of supply.

190 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 30 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

37.2 The Contractor shall collect the line pipes from the above dump yard(s) and
arrange handling of pipes including crane etc. for unloading, transportation of
pipes to required location or pipeline ROU shall be the responsibility of
contractor.

37.3 Similarly other items issued as Free Issue Material (FIM) shall be collected by
the Contractor from Employer/Consultant’s designated storage yard(s) as
directed by Engineer-in-Charge. Contractor shall arrange for handling of FIM
including crane etc for loading/unloading, transportation of FIM to required
site location free of cost.

37.4 Contractor shall lift the entire quantity envisaged for the part (inclusive of 3%
extra pipe quantity) to cater to the wastage, re-routing etc., encountered during
the construction; store it properly in the pipe yard maintained by the contractor.

38.0 STATUTORY APPROVALS

38.1 Employer shall obtain general in-principle permissions from most of the
authorities having jurisdiction over the area as necessary for construction of the
pipeline. However, specific site related work / coordination with concerned
authority required for executing the job will have to be done by the Contractor.
Contractor may have to follow up/expedite with the concerned authorities to
execute the job in time. All the statutory payment required for such purpose
shall be reimbursed by Employer at actuals on production of documentary
evidence.

38.2 The Contractor shall arrange the inspection of the works by the authorities and
necessary co-ordination and liaison work in this respect shall be the
responsibility of the contractor. However statutory fees paid, if any, for all
inspections and approvals by such authorities shall be reimbursed at actual by
the Employer/Consultant to the contractor on production of documentary
evidence.

38.3 Any change/ addition required to be made to meet the requirements of the
statutory authorities shall be carried out by the contractor free of charge. The
inspection and acceptance of the work by statutory authorities shall however,
not absolve the contractor from any of his responsibilities under this contract.

38.4 Statutory approvals of all type of permanent buildings are to be in the scope of

191 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 31 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

contractor. Detection / intimation of foreign utility and pipelines shall be in the


scope of contractor. Necessary safety of such utilities shall be ensured by the
contractor during construction.

39.0 TESTS AND INSPECTION

39.1 The Contractor shall carry out the various tests as enumerated in the technical
specifications of this bid document and the technical documents that will be
furnished to him during the performance of the work.

39.2 All the tests either on the field or at outside laboratories concerning the
execution of the work and supply of materials by the Contractor shall be
carried out by Contractor at his own cost.

39.3 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 bid document, the technical documents and the relevant
codes of practice will be furnished to him during the performance of the work.

39.4 The Contractor shall provide for purposes of inspection access ladders, lighting
and necessary instruments at his own cost.

39.5 Any work not conforming to execution drawings, specifications or codes and
approved methodology / scheme shall be rejected forthwith and the Contractor
shall carryout the rectifications at his own cost.

39.6 All results of inspection and tests 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.

39.7 For materials supplied by Employer/Consultant, Contractor shall carryout the


tests, if required by the Engineer-in-Charge, and the Employer/Consultant shall
reimburse the cost of such tests at actual to the Contractor on production of
documentary evidence.

39.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the Contractor shall be borne
by the Contractor.

192 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 32 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

39.9 Inspection and acceptance of work shall not relieve the Contractor from any of
his responsibilities under this Contract.

40.0 INSPECTION OF SUPPLY ITEMS

40.1 All inspection and tests on bought out items shall be made as per the
specifications forming part of this contract. The Contractor shall submit a
Categorisation Plan of all the supply items indicating the type of inspection
required for review by PMC. Various stages of inspection and testing shall be
identified after receipt of Quality Assurance Programme from the Contractor/
Manufacturer. All supplies are subject to pre-dispatch inspection from any of
the TPI agencies (Refer Appendix-VI to PJS) and shall be arranged by the
Contractor at his own cost.

40.2 Inspection calls shall be given for associations of Employer/Consultant’s


representative as per mutually agreed programme in prescribed proforma with
15 days margin, giving details of equipment and attaching relevant test
certificates and internal inspection report of the Contractor. All drawings,
General Arrangement and other contract drawings, specifications, catalogues
etc. pertaining to equipment offered for inspection shall be got approved from
Employer/Consultant and copies shall be made available to
Employer/Consultant before hand for undertaking inspection.

40.3 The contractor shall ensure full and free access to the inspection Engineer of
Employer/Consultant at the Contractor’s or their sub-contractor’s premises at
any time during contract period to facilitate him to carry out inspection and
testing assignments.

40.4 The contractor/ sub-contractor shall provide all instruments, tools, necessary
testing and other inspection facilities to inspection engineer of
Employer/Consultant free of cost for carrying out inspection.

40.5 Where facilities for testing do not exist in the Contractor’s/ sub-contractor’s
laboratories, samples and test pieces shall be drawn by the Contractor/ Sub-
Contractor in presence of Inspection Engineer of a Employer/Consultant and
duly sealed by the later and sent for testing in Government approved Test
House or any other testing laboratories approved by the Inspection Engineer at
the Contractor’s cost.

193 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 33 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

41.0 FINAL INSPECTION

41.1 After completion of all tests as per specification the whole work will be subject
to a final inspection to ensure that job has been completed as per requirement.
If any defects noticed in the work attributable to Contractor, the Contractor at
his own cost shall attend these, as and when the Employer/Consultant brings
them to his notice. The Employer/Consultant shall have the right to have these
defects rectified at the risk and cost of the contractor if he fails to attend to
these defects immediately

42.0 COMPENSATION FOR EXTENDED STAY

Please refer clause no. 33 of ITB, Vol I of tender

43.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM

43.1 Without prejudice to stipulation in General Conditions of Contract, Contractor


should follow following billing system.

43.2 The bills will be prepared by the contractors on their own PCs as per the
standard formats and codification scheme proposed by GAIL/MECON. The
contractors will be provided with data entry software to capture the relevant
billing data for subsequent processing. Contractors will submit these data to
GAIL/MECON in an electronic media along with the hard copy of the bill,
necessary enclosures and documents. The contractor will also ensure the
correctness and consistency of data so entered with the hard copy of the bill
submitted for payment.

43.3 Employer/Consultant will utilize these data for processing and verification of
the Contractor's bill and payment."

44.0 TEMPORARY WORKS

44.1 All Temporary and ancillary works including enabling works connected with
the work shall be responsibility of the Contractor and the price quoted by them
shall be deemed to have included the cost of such works which shall be
removed by the contractor at his cost, immediately after completion of his
work.

194 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 34 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE

45.1 To distinguish between work in foundations and superstructures, the following


criteria shall apply:

45.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C.
Structures, work done upto 300 mm level above finished grade level will be
taken as work in foundations and work above this level will be treated as work
in superstructures and payments would be made accordingly.

45.1.2 For Buildings only, all works upto level corresponding to finished floor level
shall be treated as `Work in foundation' and all works above the finished floor
level shall be treated as "Work in superstructure".

45.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining
wall, all pipe sleepers and any similar item would be taken as work done in
foundations irrespective of locations, nomenclature and levels given anywhere.

45.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads,
Cable trenches, or such similar item would be taken as work in foundation.

46.0 QUALITY ASSURANCE/ QUALITY CONTROL

46.1 Bidder shall include in his offer the Quality Assurance Programme containing
the overall quality management and procedures, which is required to be
adhered to during the execution of contract. After the award of the contract
detailed quality assurance programme shall be prepared by the contractor for
the execution of contract for various works, which will be mutually discussed
and agreed to.

46.2 The Contractor shall establish document and maintain an effective quality
assurance system outlined in recognized codes.
46.3 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 Engineering, Procurement, Supply,
Installation, Testing and Commissioning.

195 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 35 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

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 manufacture's works and dispatch of materials.

46.4 The Employer/Consultant/Consultant or their representative shall reserve the


right to inspect/witness, review any or all stages of work at shop/site as deemed
necessary for quality assurance.

46.5 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 Contractor's QA/QC
Engineer(s) 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.

46.6 In case contractor fails to follow the instructions of Engineer-in-charge with


respect to above clauses, next payment due to him shall not be released unless
until he complies with the instructions to the full satisfaction of Engineer-in-
charge.

46.7 The Contractor shall adhere to the quality assurance system as per MECON
Specification enclosed in the Bidding Document as Annexure-6.

47.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT

47.1 The Contractor, during entire duration of the Contract, shall adhere to HSE
requirement as per spec. enclosed in the bidding document as Annexure-7.

48.0 SITE CLEANING

48.1 The Contractor shall clean and keep clean the work site from time to time to
the satisfaction of the Engineer-in-Charge for easy access to work site and to
ensure safe passage, movement and working.

48.2 If the work involves dismantling of any existing structure in whole or part, 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

196 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 36 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

original condition at the Contractor's cost and risks to the satisfaction of the
Engineer-in-Charge, whose decision shall be final and binding upon the
Contractor.

48.3 The Contractor shall be the custodian of the dismantled materials till the
Engineer-in-Charge takes charge thereof.

48.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any
area as decided by the Engineer-in-Charge.

48.5 The Contractor shall sort out, clear and stack the serviceable materials obtained
from the dismantling/renewal at places as directed by the Engineer-in-Charge.

48.6 No extra payment shall be paid on this account.

49.0 COMPLETION DOCUMENTS

A) Notwithstanding the provisions contained in standard specification, upon


completion of work, the Contractor shall complete all of the related drawings
and documents to the "AS BUILT" stage (including all vendor / sub-vendor
drawings for bought out items), all Free-Issue-Material (FIM) documents and
provide the Owner/Consultant, the following:

(i) One complete bound set of all original documents as mentioned but not
limited to documents listed elsewhere in the bid document.
(ii) Three complete bound sets of documents as mentioned at (i) above,
in original size and in 3 (three) CD-ROM/DVD.
(iii) Three complete bound sets of Contractor's specification including design
calculations.
(iv) Three copies of Daily Progress Reports
(v) Three sets of all raw data collected / generated for and during execution
of the entire job as specified in documents requirement.
(vi) Three sets of Closure report.

B) Completion Documents

The following documents shall be submitted in hard binder by the


CONTRACTOR in 3 (Three) sets, as a part of completion documents:

197 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 37 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

i) Welding Procedure Qualification Report.


ii) Welder Qualification Report.
iii) Radiographic Procedure Qualification.
iv) Radiographic Report along with radiographs (Radiographs only with the
original).
v) Batch Test Certificate from manufacturers for electrodes.
vi) Hydrostatic and other test results & reports.
vii) Electronic Geometry Pigging results & reports as specified in technical
document.
viii) Pre-commissioning/ Commissioning checklist.
ix) All other requirements as specified in the respective specifications.
x) As built drawings.
xi) Any other drawing/document/report specified elsewhere in the bidding
document

Note: The Contractor shall be eligible to apply for issue of completion certificate
after submission of completion documents as mentioned above.

50.0 COORDINATION WITH OTHER AGENCIES

50.1 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 Contractor's responsibility. In case of
any dispute, the decision of Engineer-in-Charge shall be final and binding on
the Contractor.

51.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s

DELETED

52.0 UNDERGROUND AND OVERHEAD STRUCTURES

52.1 The information to possible extent regarding existing structures/overhead lines,


existing pipelines and utilities are already indicated on alignment sheets. Over
and above contractor may encounter other structure/pipelines/ OFC etc. which
may not be appearing on alignment sheet, the contractor is required to collect
such information on his own before commencing the work. Contractor must
intimate the Local Officer concerned of the utility about the pipeline

198 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 38 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

construction activities and take necessary steps to ensure safety and protection
to men, materials and utility provided. The Contractor shall execute the work in
such a manner that the said structures, utilities, pipelines etc. are not disturbed
or damaged, and shall indemnify and keep indemnified the
Employer/Consultant from and against any destruction thereof or damages
thereto.

53.0 TEST CERTIFICATES

53.1 Bidder shall be required to submit recent test certificates for the material being
used in works from the recognized laboratories. These certificates should
indicate all properties of the materials as required in relevant IS Standards or
International Standards.

53.2 Contractor shall also submit the test certificate with every batch of material
supplied which will be approved by Engineer-in-Charge. No secured advance
will be given for the materials not having test certificate. In case any test is to
be carried out, the same shall be got done in the approved laboratory at the cost
of contractor.

54.0 ROYALTY

54.1 Contractor's quoted rate should include the royalty on different applicable items
as per the prevailing Government rates. In case, Employer/Consultant is able
to obtain the exemption of Royalty from the State Government, the contractor
shall pass on the same to Employer/Consultant for all the items involving
Royalty.

55.0 EXCAVATION BY BLASTING

55.1 The Contractor shall obtain licence from the District authorities for undertaking
blasting work as well as for obtaining and storing the explosive as per
Explosive Rules 1940, corrected up to date. He shall purchase the Explosives,
fuses, detonators etc. only from a licensed dealer. He shall be responsible for
the safe custody and proper accounting of the explosive materials. The
Engineer-in-Charge and his authorised representative shall have the access to
check the contractor's store of explosives and his accounts. In case where the
explosive are required to be transported and stored at site, relevant clauses of
the Explosive rules 1940 as amended subsequently shall apply. The Contractor

199 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 39 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

shall be responsible for any accident to workman, public or property, due to


blasting operations.

56.0 SITE FACILITIES FOR WORKMEN

56.1 Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.

i) Arrangement of first aid


ii) Arrangement for clean drinking water.
iii) Toilets
iv) Canteen where tea & snacks are available
v) A creche where 10 or more women workmen are having children below
the age of 6 years.

57.0 EXECUTION OF ELECTRICAL WORKS

The Contractor shall engage an approved electrical agency for execution of


electrical works, holding valid electrical contractor licence. In case contractor
himself executes electrical works then he shall arrange valid electrical
contractor licence before start of electrical works at site. Notwithstanding,
contractor shall adhere to all the safety standards as included in bidding
document. For details, refer enclosed scope of work for Electrical works.

58.0 HYDROSTATIC TESTING

58.1 The bidder as per the Technical specification along with their offer taking into
account the completion schedule shall furnish the detailed procedure proposed
for the hydrostatic testing of pipeline. The necessary piping, pumps etc. shall
be provided by the contractor. The final disposal of water after testing shall be
contractor's responsibility and should be in such a way that neither the traffic
movement even pedestrians nor the standing crop in nearby fields gets affected.
Suitable drains shall be provided for this purpose as directed by the Engineer-
in-Charge within the contracted prices.

58.2 The Contractor shall propose and obtain approval of Engineer-in-Charge for
exact number of test sections, based on drawings, availability of water for
hydro testing and keeping in view other exigencies, if any before starting hydro
testing work. The Contractor will carryout the hydrostatic test for approved

200 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 40 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

number of test section including preparation for test and tie-ins, without any
time and cost implication on this account to Employer/Consultant. Any
increase or decrease in number of test sections will not have any cost
implication to Owner / Consultant / Contractor.

59.0 ARBITRATION

DELETED

60.0 MAKE OF MATERIALS

60.1 The materials required to be supplied by the contractor under this contract shall
be procured only from Employer/Consultant approved vendors. Where the
makes of materials are not indicated in the Bidding document contractor shall
furnish the details of makes and shall obtain prior approval of Engineer-in-
Charge of vendors/sub-vendors before placing order.

61.0 ADDITIONAL WORKS/ EXTRA WORKS

61.1 Employer/Consultant reserves their right to execute any additional works/ extra
works, during the execution of work, either by themselves or by appointing any
other agency, even though such works are incidental to and necessary for the
completion of works awarded to the Contractor. In the event of such decisions
taken by Employer/Consultant Contractor is required to extend necessary
cooperation, and act as per the instructions of Engineer-in-Charge.

62A.0 COMPENSATION FOR DELAY / PRICE REDUCTION SCHEDULE


FOR ANY DELAY

62A.1 Clause no. 27.0 of GCC, pertaining to Compensation for Delay (Price
Reduction Schedule) stands modified to the following extent:

62A.1.1 The contractual completion period is as given in the Invitation for Bids
and sub-divided into two parts:

a) Mechanical completion including mobilization period of 1 (one)


month-09 (Nine) months from date of Fax of Acceptance/Go ahead

201 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 41 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

B) Completion of Drying, Commissioning & Gas-in -01 (One) month


after mechanical completion.

62A.1.2 The Price Reduction Schedule (PRS) under 62A.1.1 above shall be
applied as under:

i) “In case of delay in works related to clause 62A.1.1 a) : at the rate of ½ % of


80% of the total contract value per week of delay or part thereof subject to
maximum of 5% of 80% of the total contract value.

ii) “In case of delay in works related to clause 62A.1.1 b): at the rate of ½ % of
20% of the total contract value per week of delay or part thereof subject to
maximum of 5% of 20% of the total contract value.

The total liability of the Contractor to Employer/ Consultant under sub clause
no. 62A.1.1 on Compensation for Delay/Price Reduction Schedule shall not
exceed 5% (Five Percent) of contract value. The compensation on account of
any liability (ies) other than above shall be as per provisions of Bidding
Documents.
The value referred in PRS clause is excluding taxes and duties reimbursable by
GAIL.

62B.0 RECOVERIES / RETENTIONS –

62B.1 Recovery in case of delay in submission of documents - Deleted

62B.2 Recovery/Retention in case of delay or shortfall in deployment of key


personnel – shall be as per Cl. 32.15 of SCC.

62B.3 Recovery/Retention in case of non-achievement of construction asking rate


shall be as per clause no. 32 of SCC.

62B.4 The CONTRACTOR’s maximum liability towards retention/recovery


shall be limited to 2.5% of the final contract price.

202 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 42 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

63.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM

The following schedules/documents/reports shall be prepared and submitted by


the Bidder/Contractor for review/approval at various stages of the contract.

63.1 After the Award of Contract

a) Time Schedule

The Completion Time Schedule for the work (including mobilization


period) as per Annexure-3 to SCC of Tender in all respect, from the date
of issue of Fax of Acceptance.

The Bidder is required to submit a Project Time Schedule in Primavera.


The Schedule shall cover all aspects like sub-ordering, manufacturing and
delivery, indicated in the Bid Document. The Owner interface activities
shall be clearly identified with their latest required dates. Owner reserves
the right to disqualify the Bidder if the above Schedule submitted by the
Bidder is not in line with the over all Project requirement.

b) Scheduling & Monitoring System

The Bidders should describe their system of Project Scheduling and


monitoring, the extent of computerization, level of detailing, tracing
methodology etc. with the name of computer package and sample outputs.

c) Overall Project Schedule

The Contractor shall submit within 1 week of Fax of Acceptance, a


sufficiently detailed overall Project Schedule in the activity network form,
clearly indicating the major milestones, interrelationship/ interdependence
between various activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and


the comments if any shall be incorporated in the network before issuing
the same for implementation. The network thus finalised shall form part
of the contract document and the same shall not be revised without the

203 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 43 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

prior permission from Engineer-in- Charge during the entire period of


contract.

d) Progress Measurement Methodology

The contractor is required to submit within 1 week of award of WORK,


the methodology of progress measurement of sub-ordering,
manufacturing/ delivery, sub- contracting construction and commissioning
works and the basis of computation of overall services/physical progress
informed. Owner reserves the right to modify the methodology in part or
in full.

e) Functional Schedules

The contractor should prepare detailed functional schedules in line with


network for functional monitoring and control and submit scheduled
progress covers for each function viz. ordering, delivery and construction.

63.2 Project Review Meetings

The Contractor shall present the programme and status at various review
meetings as required.

a) Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/


Participation Site Incharge & Job Engineers.

Agenda : a) Weekly programme v/s actual


achieved in the past week &
programme for next week.
b) Remedial Actions and hold up
analysis.
c) Client query/ approval.

Venue : Site Office

b) Monthly Review Meeting

204 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 44 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

Level of : Senior Officers of GAIL/MECON and


Participation Contractors.

Agenda : a) Progress Status/ Statistics


b) Completion Outlook
c) Major hold ups/slippages
d) Assistance required
e) Critical issues
f) Client query/ approval

Venue : GAIL/MECON Office/ Site at the


discretion of Owner/ MECON

63.3 Progress Reporting Proforma

A) Monthly Progress Report


This report shall be submitted on a monthly basis within 10 (ten)
calendar days from cut-off date, as agreed upon covering overall
scenarios of the work. The report shall include, but not limited to the
following :
a) Brief Introduction of the work.
b) Activities executed/ achievements during the month.
c) Schedule versus actual percentage progress and progress curves
for Detail Engg. Sub-ordering, Manufacturing/ Delivery, Sub-
contracting, Construction, Commissioning and Overall and
quantum wise status & purchase orders against schedule.
d) Area of concern/ problem/ hold-ups, impacts and action plans.
e) Resources deployment status.
f) Annexures giving status summary for drawings, MRs, deliveries,
sub-contracting and construction.
g) Procurement status for items to be supplied by Contractor.

B) Weekly Reports
The report will be prepared and submitted by the Contractor on weekly
basis and will cover following items:
a) Activities programmed and completed during the week.
b) Resource deployed men and machines.
c) Quantities achieved against target in construction

205 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 45 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

d) Record of Man-days lost.


e) Construction percentage progress schedule and actual.

C) Daily Repots
a) Activity programme for the day
b) Progress of the previous day and commutative progress.
c) Manpower & machinery deployed.

D) Any other additional reports/ information as may be required by E.I.C.

63.4 Progress Reports

63.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately
informed as to the progress of the WORK throughout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the


construction schedule so as to permit the OWNER to arrange for requisite
inspection to be carried out in such a manner as to minimize interference with
progress of WORK. It is imperative that close coordination be maintained with
the OWNER during all phases of WORK.

63.4.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
detailed report covering the progress as of the last day of the previous month.
These reports will indicate actual and scheduled percentage of completion of
construction as well as general comments of interest or the progress of various
phases of the WORK. The frequency of progress reporting by the
CONTRACTOR shall be weekly.

63.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK


accomplished during the preceding week in form of percentage completion of the
various phases of the WORK, to the OWNER.

63.4.4 Progress reports shall be supplied by CONTRACTOR with documents such as


chart, networks, photographs, test certificate etc. Such progress reports shall be in
the form and size as may be required by the OWNER and shall be submitted in at
least 3 (three) copies.

206 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 46 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

63.4.5 Contractor shall prepare daily progress report (DPR) in the desired format and
submit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-
charge.

63.5 Progress Review Team (PRT) Meeting

Project Progress shall be reviewed by the PRT Team of GAIL on regular basis.
Contractor shall be liable to submit compliance report(s) within 15 days of PRT
review meeting(s).
Contractor is also required to submit quarterly closure report within 15 days (of
completion of each quarter).

In event of failure of submission of compliance report and quarterly closure


reports by the contractor, EIC reserves the right to take appropriate action.

64.0 RESPONSIBILITY OF CONTRACTOR

64.1 It shall be the responsibility of the Contractor to obtain the approval for any
revision and/or modifications decided by the Contractor from the
Employer/Consultant/ Engineer-in-charge before implementation. Also such
revisions and/or modifications if accepted/ approved by the
Employer/Consultant/Engineer-in-charge shall be carried out at no extra cost to
the Employer/Consultant. Any changes required during and/or after approval
for detailed construction drawings due to functional requirements or for
efficient running of system keeping the basic parameters unchanged and which
has not been indicated by the Contractor in the data/drawings furnished along
with the offer will be carried out by the Contractor at no extra cost to the
Employer/Consultant.

64.2 All expenses towards mobilisation at site and demobilisation including


bringing in equipment, clearing the site etc. shall be deemed to be included in
the prices quoted and no separate payments on account of such expenses shall
be entertained.

64.3 It shall be entirely the Contractor's responsibility to provide, operate and


maintain all necessary construction equipments, scaffoldings and safety
gadgets, cranes and other lifting tackles, tools and appliances to perform the
work in a workman like and efficient manner and complete all the jobs as per
time schedules.

207 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 47 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

64.4 Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the
responsibility of the Contractor. The Contractor shall acquaint himself with
access availability, facilities such as railway siding, local labour etc. to provide
suitable allowances in his quotation. The Contractor may have to build
temporary access roads to aid his own work, which shall also be taken care
while quoting for the work.

64.5 The procurement and supply in sequence and at the appropriate time of all
materials and consumables shall be entirely the Contractor's responsibility and
his rates for execution of work will be inclusive of supply of all these items.

65.0 CHECKING OF LEVELS

65.1 The Contractor shall be responsible for checking levels, orientation plan of all
foundations, foundation bolts, etc., well in advance of taking up the actual
erection work and bring to the notice of Engineer-in-Charge discrepancies, if
any. In case of minor variations in levels etc. the Contractor shall carry out the
necessary rectifications to the foundations within his quoted price.

65.2 The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.

66.0 STORAGE FACILITIES

66.1 The Contractor shall maintain wherever required an air-conditioned room for
the storage of the instruments as well as for calibration and testing of the
instruments at his own cost. The contractor shall provide these facilities within
the quoted price.

67.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)

Please refer clause no. 41 of ITB, Vol I.

68.0 INSURANCE FOR FREE ISSUE MATERIAL

68.1 Contractor shall at his own expense arrange, secure and maintain insurance

208 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 48 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

cover for Employer/Consultant’s supplied free issue materials as defined in


Bidding Document. Contractor’s quoted price shall be inclusive of all costs on
account of insurance liabilities covered under the Contract. Contractor to note
that the beneficiary of insurance cover shall be GAIL (India) Limited. The
insurance cover of the free issue material shall be for the period from the date
of handing over the material to Contractor from Employer/Consultant's
designated place of issue/ dumpsite to date of handing over the completed work
to Employer/Consultant. The approximate cost of free issue material is :

For Section- I - INR 65 Crore.


For Section- II - INR 100 Crore.
For Section- III - INR 50 Crore.
For Section- IV - INR 45 Crore.

68.2 The schedule of insurance cover for free issue materials given above shall be as
follows:

Upto 3 Months - 50% of value


Beyond 3 Months - 100% of value

69.0 INSURANCES IN INDIA

69.1 In addition to the insurance covers specified in the General Conditions of


Contract to be obtained and maintained by the Contractor, Contractor shall at
his own expense arrange, secure and maintain insurance with reputable
insurance companies to the satisfaction of the Employer/Consultant as may be
necessary and to its full value for all such amounts to protect the works in
progress from time to time and the interest of Employer/Consultant against all
risks as detailed herein. The form and the limit of such insurance as defined
herein together with the under writer works thereof in each case should be as
acceptable to the Employer/Consultant. However, irrespective of work
acceptance, the responsibility to maintain adequate insurance coverage at all
times during the period of Contract shall be that of Contractor alone.
Contractor’s failure in this regard shall not relieve him of any of his
responsibilities and obligations under Contractor.

69.2 Any loss or damage to the equipment during ocean transportation, port/custom
clearance, inland and port handling, inland transportation, storage, erection and
commissioning till such time the Work is taken over by Employer/Consultant,

209 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 49 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

shall be to the account of Contractor. Contractor shall be responsible for


preferring of all claims and make good for the damage or loss by way of repairs
and/or replacement of the parts of the Work damaged or lost. Contractor shall
provide the Employer/Consultant with a copy of all insurance policies and
documents taken out by him in pursuance of the Contract. Such copies of
documents shall be submitted to the Employer/Consultant immediately upon
the Contractor having taken such insurance coverage. Contractor shall also
inform the Employer/Consultant at least 60 (Sixty) days in advance regarding
the expiry cancellation and/or changes in any of such documents and ensure
revalidation/renewal etc., as may be necessary well in time.

69.3 Statutory clearances, if any, in respect of foreign supply required for the
purpose of replacement of equipment lost in transit and/or during erection, shall
be made available by the Employer/Consultant. Contractor shall, however, be
responsible for obtaining requisite licenses, port clearances and other
formalities relating to such import. The risks that are to be covered under the
insurance shall include, but not be limited to the loss or damage in handling,
transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of
all kinds, fire, war risk (during ocean transportation only) etc. The scope of
such insurance shall cover the entire value of supplies of equipments, plants
and materials to be imported from time to time.

69.4 All costs on account of insurance liabilities covered under this Contract will be
to Contractor’s account and will be included in Contract Price. However, the
Employer/Consultant may from time to time, during the currency of the
Contract, ask the Contractor in writing to limit the insurance coverage risk and
in such a case, the parties to the Contract will agree for a mutual settlement, for
reduction in Value of Contract to the extent of reduced premium amounts.

69.5 Contractor as far as possible shall cover insurance with Indian Insurance
Companies, including marine Insurance during ocean transportation.

70.0 INSURANCE IN FOREIGN COUNTRIES

70.1 The Contractor shall at his own cost arrange, secure and maintain separate
insurance cover from the reputable insurance companies, for all such amounts
and for such periods as may be necessary to protect the works, Contractor and
sub-contractor’s personnel and the interests of the Employer/Consultant as per
applicable laws of land.

210 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 50 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

70.2 The form and the limit of insurance cover taken by Contractor shall be
satisfactory to Employer/Consultant and one copy of all insurance policies and
related documents shall be submitted to Employer/Consultant, immediately on
execution. Contractor shall inform Employer/Consultant at least 60 days
before any insurance policies expire or are cancelled or changed.

71.0 BANK GUARANTEES

71.1 The provision relating to submission of Bank Guarantee from any Nationalized
Bank wherever appearing in above documents stand replaced by the following:

i) Bank guarantees towards Bid Security from any Indian scheduled bank or a
branch of an International bank situated in India and registered with Reserve
Bank of India as scheduled foreign bank in case of Indian bidder and from any
reputed International Bank or Indian scheduled bank in case of foreign bidder,
may be accepted. However, other than the Nationalized Indian Banks, the
banks whose BGs are furnished, must be commercial banks having net worth in
excess of Rs.1000 Million and a declaration to this effect should be made by
such commercial bank either in the bank guarantee itself or separately on a
letter head.

ii) Similarly, bank guarantees towards Performance and Advance Payments may
be accepted from any Indian scheduled bank or a branch of an International
bank situated in India and registered with Reserve Bank of India as scheduled
foreign bank in case of Indian bidder as well as foreign bidder. However, other
than the Nationalised Indian Banks, the banks whose BGs are furnished, must
be commercial banks having net worth in excess of Rs.1000 Million and a
declaration to this effect should be made by such commercial bank either in the
bank guarantee itself or separately on a letter head.

72.0 SUBMISSION OF COLOURED PHOTOGRAPHS

72.1 The Contractor shall shoot, prepare and submit coloured photographs (B5 size)
in 2 sets alongwith softcopies to MECON site office along with monthly
progress report covering all the activities (minimum 10 nos of photographs
covering various phases of each activities) of pipeline constructions
highlighting the progress or other areas of work. Similarly photographs for

211 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 51 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

problem areas (as required) should be submitted well in advance with a


proposed methodology to execute the works and meet the construction
schedule. The cost of same shall be deemed to be inclusive in the rates and no
separate payment shall be made.

73.0 DISPOSAL OF EMPTY OFC CABLE DRUM

Deleted

74.0 VIDEOTAPE

74.1 Contractor shall develop and submit (in CD / Pen Drive) a videotape of three
hours duration covering the construction activities showing the nature and
magnitude of the work. The tape shall be shot and edited to Indian broadcast
standards. Videotape recorded in field shall be shot by professional
camerapersons and shall meet the technical standards of the Hi-8 format or
better. Tape shall cover, but not limited to the following construction activities:

Mobilisation of equipment/ machinery


ROW cleaning/grading
Trenching
Stringing
Welding: Manual & Semi Automatic
Radiography
Joint Coating
Pipe laying
Back filling
River crossings
Rail/Road/Canal crossings
Hydro testing Pre-drying and drying
Restoration of ROU
Laying of optical fibre cable
Various construction and installation at sectionalising valve stations etc.

74.2 Videotape shall also have coverage on new/special techniques used in the
Contract and major problems encountered, if any, and the measures taken to
resolve them. The tape shall be supplemented with suitable narration and
subtitles explaining the job, techniques and methodology, etc. The video shall
be prepared with two narration tracks, one in Hindi one in English. Professional

212 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 52 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

narrators shall voice both. The script shall include explanations of job
activities, techniques used methodologies etc. Elements of the video
programme sequencing and editing techniques shall be discussed with
Employer/Consultant and mutually agreed to before videotaping begins.

Draft script shall be submitted to Employer/Consultant for approval before


editing commences.

74.3 Following completion of editing and review and approval of programme by


Employer/Consultant, Contractor shall deliver edited master tape to
Employer/Consultant plus six VHS-Format copies of the programme

75.0 PIPES FOR WELDING QUALIFICATION

75.1 Contractor for the purpose of qualification of welding procedure may use the
pipes issued by Employer/Consultant. However, accounting of such pipes shall
be done within the unaccountable wastage and scraps limit as per Annexure-8
to SCC enclosed with the bidding document.

75.2 The contractor shall bear all cost towards lifting, carting from issue point to
work site/Contractor’s store, custody, handling, insurance and levies etc. and
return of surplus/scrap materials to employer designated storage point. No
separate payment shall be made for such expenditure.

76.0 SPARES

76.1 Contractor shall procure and supply all spare parts required during
commissioning of the various items / materials supplied by him as enumerated
in the Bidding Document. The quoted lump sum prices shall be deemed to have
been inclusive of all such provision of commissioning spares, required till
commissioning of such items. Contractor shall make available all the
commissioning spares required at site at least 4 (four) weeks before start of
commissioning. However, listed spares not used during commissioning shall be
handed over to Employer at their designated place. Contractor shall also supply
commissioning spares not listed but required during commissioning within the
contracted price.

76.2 In addition to above, special tools & tackles required, if any, for operation &
maintenance shall also be supplied by the Contractor and the quoted prices

213 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 53 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

shall be deemed to have been inclusive of all such provisions.

77.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT

77.1 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. Wherever applicable, The SUB-CONTRACTOR shall
strictly comply with the following provisions pertaining to RE &CS Act’1996.

a. The SUB-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 SUB-CONTRACTOR should obtain registration
within one month of the award of contract.

b. The SUB-CONTRACTOR shall be responsible to comply with all provisions


of the Building and Other Construction Workers’ (RE&CS) Act, 1996, the
Building and Other Construction Workers’ Welfare Cess Act, 1996, the
Building and other Construction Workers’ (RE&CS) Rules, 1998 and the
Building and Other Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the
SUB-CONTRACTOR by the engineer-in-Charge of the contract and remitted
to the “Secretary, Building and Other Construction Workers Welfare Board” of
the concerned State. The SUB-CONTRACTOR shall be responsible to submit
final assessment return of the cess amount to the assessing officer after
adjusting the cess deducted at source.

78.0 INTERMEDIATE CONSTRUCTION MILESTONE

78.1 Contractor shall adhere to meet the intermediate construction mile stone
enclosed as Appendix-I to Particular Job Specification. Contractor shall be
responsible for close monitoring and completion of intermediate construction
milestone.

79.0 SINGLE POINT RESPONSIBILITY

79.1 The entire work as per scope of work covered under this contract shall be

214 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 54 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

awarded on single point responsibility basis.

80.0 BONUS FOR EARLY COMPLETION

80.1 The Clause 27.3 of GCC for Bonus for early completion shall not be applicable
in this Contract.

81.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN


NATIONALS.

DELETED

82.0 REQUIREMENT OF PAN FOR FOREIGN BIDDER

DELETED

83.0 DIRECT PAYMENTS TO SUB-VENDORS/ SUPPORTING AGENCIES


OF MAIN CONTRACTOR

"Normally, the payment is to be made to vendor/ contractor only as per


provision of contract. During execution, in case of financial constraints, GAIL
may make direct payment to their sub-vendor/ supporting agencies as an
exception from the amounts due to the vendors/ contractors from any of their
bills under process upon certification by EIC subject to receipt of such request
from the vendor/ contractor. Further, the request for direct payments to the sub-
vendor/ sub-contractor shall be considered in performance evaluation of such
vendor/ contractor. "

84.0 SUB-LETTING OF WORKS

"Pursuant to Clause No. 37 of GCC-Works:

The contractor shall not, save with previous consent in writing of the Engineer-
in- charge, sublet, transfer or assign the contract or any part thereof or
interest therein or benefit or advantage thereof in any manner whatsoever.
Provided, nevertheless, that any such consent shall not relieve the
contractor from any obligation, duty or responsibility under the contract.
However, subletting of WHOLE WORKS is prohibited. Vendor/ Contractor
shall submit undertaking to this effect along with each invoice/ bill."

215 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 55 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

85.0 JOINTS MEASUREMENT OF WORK EXECUTED, BILLING,


INVOICE AND PAYMENTS.

85.1 Measurement shall be recorded as per the methods of measurement spelt out in
Specification/Contract Documents. The PMC/GAIL site engineer/DGM/CM
will check the measurement as recorded in the Measurement Books/Bills

86.0 CONTRACTOR TO ENGAGE CONTRACT MANPOWER


BELONGING TO SCHEDULED CASTES AND WEAKER SECTIONS
OF THE SOCIETY

Please refer clause no. 48 of ITB, Vol I.

87.0 WAY BILL / ROAD PERMIT: Shall be issued by GAIL only for
transportation of free issue material from one state to another.

88.0 LOCAL EMPLOYMENT

88.1 In order to encourage local employment, contractor shall endeavour to deploy


personnel pass-out from local institutes including execution of non-critical
activities through local agencies. However, preference should be given to
engage more unskilled manpower resources locally to boost local employment.

89.0 LOCAL SKILL DEVELOPMENT

Contractor’s scope shall also include to provide/ conduct a training program to


develop/ enhance skill of local people in association with local technical
(Diploma/ ITI) Institute through their skilled manpower (i.e. Forman, Welder
Grinder, Fitter, NDT Experts etc.) as a part of Govt. of India’s ambitious Skill
Development Program.

90.0 QUARTERLY CLOSURE OF THE CONTRACT

Please refer clause no. 44.1 of ITB, Vol I.

216 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 56 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

91.0 COMPLETION CERTIFICATE

"Engineer-in-charges against the contract shall be RCM of PMC, however, the


completion certificate shall be issued by GAIL. The provisions of GCC are
modified to this extent."

92.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND


PRADHAN MANTRI JEEVAN JYOTI BIMA YOJANA (PMJJBY)

Contractor shall ensure that all its personnel deployed under this contract have
obtained additional insurance coverage under the Pradhan Mantri Suraksha
Bima Yojana (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana
(PMJJBY) through the participating banks and submit the proof of such
insurance coverage to the satisfaction of GAIL. The cost of the insurance
premium amount for both the above schemes shall be borne by the contractor
giving evidence/proof to GAIL in this respect and Contractor shall suitably
consider the same in their bid.

Both the schemes are to be regulated continuously on yearly basis and the same
should be renewed on each successive relevant date in subsequent years.

93.0 E-MEASUREMENT
GAIL will process the Bills with MB through E-Measurement Portal available
in GAIL INTRANET under Project Department. Accordingly Contractor is
required to forward the RA Bills in E-Measurement Portal through
PMC,CIC/EIC/SIC whichever is applicable.

94.0 VENDOR GRIEVANCE PORTAL – SAMADHAN


GAIL has developed Vendor Grievance Portal - "samadhan" for timely
addressing the issues of Vendor / Supplier / Contractor / Consultant. The same
is available on GAIL online portal (http://gailonline.com).
Accordingly the methodology to resolution of issue(s) of Vendor / Supplier /
Contractor / Consultant shall be as under:
(i) Any issue should be first referred to EIC (for LOA / contracts)/ Dealing
C&P Executive (for Purchase Orders).
(ii) In case issue is not resolved by above, Vendor / Supplier / Contractor /
Consultant may submit their issue to Vendor Grievance Portal -
"samadhan". The same will be addressed by GAIL within 15 days.

217 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 57 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

(iii) In case, Vendor / Supplier / Contractor / Consultant is not satisfied, there


is a provision of escalation of issue to higher authority in GAIL. The
option is available two times.
(iv) Further, issue (s) can only be submitted upto 1 month after closure of
respective Order / LOA / Contract.

95.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY


ATLAS OF INDIA

Vulnerability Atlas of India (VAI) is a comprehensive document which


provides existing hazard scenario for the entire country and presents the
digitized State/UT- wise hazard, maps with respect to earthquakes, winds and
floods for district-wise identification of vulnerable areas. It also includes
additional digitized maps for thunderstorms, cyclones and landslides. The main
purpose of this Atlas is its use for disaster preparedness and mitigation at
policy planning and project formulation stage.

This atlas is one of its kind single point source for the various stakeholders
including policy makers, administrators, municipal commissioners, urban
managers, engineers, architects, planners, public etc. to ascertain proneness of
any city/location/site to multi-hazard which includes earthquakes, winds, floods
thunderstorms, cyclones and landslides. While project formulation, approvals
and implementation of various urban housing, buildings and infrastructures
schemes, this Atlas provides necessary information for risk analysis and hazard
assessment.

The Vulnerability Atlas of India has been prepared by Building Materials and
Technology Promotion Council under Ministry of Housing and Urban Affairs,
Government of India and available at their website www.bmtpc.org.
It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-
hazard risk assessment and include the relevant hazard proneness specific to
project location while planning and designing the project in terms of:

i) Seismic zone (II to V) for earthquakes,


ii) Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s)
iii) Area liable to floods and Probable max, surge height
iv) Thunderstorms history
v) Number of cyclonic storms/severe cyclonic storms and max sustained
wind specific to coastal region

218 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM –ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL
(INDIA) LIMITED MECON LTD,
DELHI
E-tender Page 58 of 58
TITLE No.:8000018761 SPECIAL CONDITIONS OF CONTRACT REVISION 0

vi) Landslides incidences with Annual rainfall normal


vii) District wise Probable Max. Precipitation.

219 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.:8000018761 ANNEXURES TO SCC Page 1 of 48
TITLE
REVISION 0

ANNEXURES TO SCC

220 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 2 of 48
TITLE
REVISION 0

CONTENTS

Annexure-1 : Scope of Work

Annexure-2 : Scope of Supply

Annexure-3 : Completion Schedule

Annexure-4 : Measurement of Work

Annexure-5 : Terms of Payment

Annexure-6 : Specification for Quality Assurance System requirements from


Bidders

Annexure-7 : Specification for Health, Safety and Environment (HSE)


Management

Annexure-8 : Conditions for Issue & Reconciliation of Material

Annexure-9A : List of Minimum Equipments Required to be Owned by the


Bidder.

Annexure-9B : Minimum Construction Equipments to be deployed by the


Bidder.

Annexure-10 : Minimum no. of Skilled Manpower to be deployed

Annexure-10 A : Experience Criteria for Key Personnel to be deployed

Annexure-11 : Hiring / Recovery Rate for Deployment of Manpower

Annexure-12 : Equipment Hiring / Recovery Rate

221 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 3 of 48
TITLE
REVISION 0

SCOPE OF WORK
(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)

222 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 4 of 48
TITLE
REVISION 0

ANNEXURE-1 TO SCC

1.0 SCOPE OF WORK

Scope of work shall be as detailed in Particular Job Specification, Technical


Specifications, Schedule of Rates & various other parts of this Bidding Document.

223 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 5 of 48
TITLE
REVISION 0

SCOPE OF SUPPLY
(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)

224 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 6 of 48
TITLE
REVISION 0

ANNEXURE-2 TO SCC

1.0 SCOPE OF SUPPLY

1.1 Owner’s Scope of Supply

Owner’s scope of supply shall be as specified in Particular Job Specification,


Technical Specifications, Schedule of Rates & various other parts of the Bidding
Document.

Free Issue Materials shall be issued to the Contractor from the designated store(s) of
Owner. Contractor shall be responsible for lifting the free issue materials from
Owner’s storage point(s) and transporting the same to work site(s) at his own cost.

GAIL’s designated store and dumpyard for this project shall be located as follows:

A) For line pipe:


i. Section-I: Andhra Pradesh ,Ch.365 Km from Angul (Within 10-15 Km from
chainage location) / Odisha , Ch.110 Km from Tap-off Point (IP-04
, SAPL - Part A) (Within 10-15 Km from chainage location)

ii. Section-II: Odisha , Ch.110 Km from Tap-off Point (IP-04 , SAPL - Part A)
(Within 10-15 Km from chainage location)/ Odisha , Ch.170 Km
from Tap-off Point (IP-04 , SAPL - Part A) (Within 10-15 Km from
chainage location)

iii. Section-III: Odisha , Ch.170 Km from Tap-off Point (IP-04 , SAPL - Part A)
(Within 10-15 Km from chainage location)

iv. Section-IV: Odisha , Ch.170 Km from Tap-off Point (IP-04 , SAPL - Part A)
(Within 10-15 Km from chainage location)

B) For materials other than line pipe:

i. Section-I: PALASA, TARLAKOTA, AP / CWC BERHAMPUR, ODISHA


ii. Section-II: CWC BERHAMPUR, ODISHA
iii. Section-III: CWC BERHAMPUR, ODISHA
iv. Section-IV: CWC BERHAMPUR, ODISHA

Any other nearest designated store shall be provided based on the availavility.

Conditions for Issue and Reconciliation of Materials shall be as per Document


enclosed as Annexure-8 to Special Conditions of Contract.

1.2 Contractor’s Scope of Supply

225 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 7 of 48
TITLE
REVISION 0

All materials except what is under Owner’s scope of supply as mentioned in Clause
No. 1.1 above, and required for successful completion of works in all respects shall
be supplied by the Contractor and the cost of such supply shall be deemed to have
been included in the quoted price without any additional liability on the part of Owner.

1.3 Designated Areas for return of surplus material

Surplus material after execution of work shall be returned back to following locations:
Sl. No. Section Location

1 Section- I , Line Pipe - Andhra Pradesh ,Ch.365 Km


from Angul (Within 10-15 Km from chainage
location) / Odisha , Ch.110 Km from Tap-off
Point (IP-04 , SAPL - Part A) (Within 10-15
Km from chainage location) or nearest
DT/IP station
Materials other than Linepipe- PALASA,
TARLAKOTA, AP/ CWC BERHAMPUR,
ODISHA

2 Section- II , Line Pipe - Odisha , Ch.110 Km from Tap-


off Point (IP-04 , SAPL - Part A) (Within 10-
15 Km from chainage location) or nearest
DT/IP station
Materials other than Linepipe-CWC
BERHAMPUR , ODISHA
3 Section – III & IV Line Pipe - Odisha , Ch.170 Km from Tap-
off Point (IP-04 , SAPL - Part A) (Within 10-
15 Km from chainage location) or nearest
DT/IP station

Materials other than Linepipe- CWC


BERHAMPUR , ODISHA

226 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 8 of 48
TITLE
REVISION 0

COMPLETION SCHEDULE
(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)

227 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 9 of 48
TITLE
REVISION 0

ANNEXURE-3 TO SCC

COMPLETION SCHEDULE / COMPLETION PERIOD

Name of Work Completion Schedule / Completion


Period
LAYING AND TERMINAL WORKS FOR For Each Section or in Combinations
SRIKKAKULAM – ANGUL PIPELINE
PROJECT (PART B) OF M/S GAIL a) Mechanical completion including
(INDIA) LIMITED mobilization period of 1 (one)
month- 09 (Nine) months from
the date of Fax of Acceptance
/Go-ahead

b) Completion of Drying,
Commissioning and Gas-in -01
(One) month after Mechanical
completion

Notes:

1. The completion schedule as mentioned above is for the total scope of work (ie; each
section individually or in combination) including closure of contract (work order) as
mentioned in the bidding document and includes the one month mobilization period.

2a). Mechanical Completion shall mean completion of all works related to buried pipeline
system, aboveground terminal / station piping works and associated works including
EGP, pre-commissioning and making the system ready to start commissioning
activities.

2b). Completion of all balance associated works shall mean all works related to Civil,
Architectural, Structural, Fire fighting, Electrical, Instrumentation and
telecommunication in all respects and commissioning assistance during
commissioning.

2c). Commissioning shall mean activities including final drying, filling the nitrogen (if
required), commissioning with gas, testing of golden tie-ins, and acceptance of final
dossier. It also includes all works related to Civil, Structural, Cathodic Protection,
Instrumentation and Telecommunication.

3). Plots for SVs / IPs / Receiving Terminal / Despatch Terminal etc. shall be handed
over progressively. However, in case of delay in handing over of plot by owner for
SVs / IPs / Receiving Terminal / Dispatch Terminal etc., the following completion
schedule shall be applicable:

a) 2 months for each SV Station from the date of plot handing over for mechanical
completion (station piping works, piping / valve support, etc.).

228 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 10 of 48
TITLE
REVISION 0

b) 3 months for each IP / Receiving / Despatch Station from the date of plot handing
over for mechanical completion (station piping works, erection of scrapper trap,
piping / valve support, telecom works and civil /structural works etc.).

c) 6 months for other station jobs (Civil, Architectural, Structural, Electrical,


Instrumentation, Fire fighting etc.) from the date of handing over of the SV
Station/DT/ IP Station plot for each section/part.

4. Overall contract completion period shall be reckoned from the date of making the
pipeline ready for gas in (as certified by the Engineer-In-charge). For all contractual
matters including but not limited to applicability of PRS, the overall contract
completion period shall be considered.

5. The completion certificate will be issued by the EIC only after liquidation of all Punch-
list points.
________________________________
(STAMP & SIGNATURE OF BIDDER)

229 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 11 of 48
TITLE
REVISION 0

MEASUREMENT OF WORK
(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)

230 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 12 of 48
TITLE
REVISION 0

ANNEXURE-4 TO SCC
MEASUREMENT OF WORK

1.0 GENERAL

1.1 The mode of measurement shall be as mentioned in relevant standard specification


incorporated in the Bidding Document. Any other mode of measurements not
covered in above specifications shall be followed in accordance with relevant BIS
codes/ Schedule of Rates/ Specifications etc. and/ or as decided by Engineer-in-
charge.

1.2 Payment will be made on the basis of joint measurements taken by Contractor and
certified by Engineer-in-charge. Measurement shall be based on “Approved for
Construction” drawings, to be the extent that the work conforms to the drawings and
details are adequate.

1.3 Wherever work is executed based on instructions of Engineer-in-charge or details are


not adequate in the drawings, physical measurements shall be taken by Contractor in
the presence of Engineer-in-charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest


Kilogram. Linear measurements shall be in meters corrected to the nearest
centimeters.

1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment.
If mountings for panels etc. are packed separately, their erection weights shall
include all mountings.

1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel
work shall be deemed to include the same.

1.7 No other payment either for temporary works connected with this Contractor or any
other item such as weld, shims, packing plates etc. shall be made. Such items shall
be deemed to have been included for in the rates quoted.

1.8 Measurement will be made for various items under schedule of rates on the following
basis as indicated in the unit column.

i) Weight : MT or Kg
ii) Length : M (Metre)
iii) Number : No.
iv) Volume : Cu.M
v) Area : Sq.M

1.9 All measurements shall be in metric system. All the works in progress will be jointly
measured by the representative of the Engineer-in-charge and the contractor's
authorized agent progressively. Such measurements will be either recorded/typed by
the contractor in the numbered measurement sheets to be supplied by Engineer-in-
Charge / Owner or computerized by Contractor themselves. The measurements shall

231 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 13 of 48
TITLE
REVISION 0

be signed in token of acceptance by the contractor or his authorized representative.


The contractor shall submit the bill in the approved performa in triplicate to the
Engineer-in-Charge of the work.

2.0 PIPING

2.1 Length of pipes shall be measured along the curvilinear centre of the pipelines laid/
installed and shall include all types of specials, fittings, mitre bends etc. but excluding
all types of valves. Length of valves shall be excluded from piping measurement and
shall be considered on number basis.

2.2 All Socket weld fittings & hot/cold bends, reducers etc. for size 1½" and below shall
be fabricated and erected as per requirements by the contractor at no additional cost
and his rates for piping of size 1½" and below shall be inclusive of this work.

2.3 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for at
the corresponding unit rates for similar sizes of pipe. Other piping attachment such
as couplings, earthing lugs etc. shall be supplied & erected by the contractor within
his quoted rates for piping.

2.4 Fabrication of spool pieces for temporary use to aid Contractor's work such as
fabrication, erection, flushing and testing of piping etc. shall be done by Contractor as
part of piping work and no separate payment shall be made for this.

2.5 In case of branch piping, the measurement shall be made from outer surface of the
main line except in case of equal size branches, in which case measurement shall be
made from centre line of the branching header.

2.6 Erection of Valves

Erection of all types of valves such as gate/ globe / check / plug / needle/ ball /
control/ safety valves etc. will be paid on number basis at the rates given separately
in the Schedule of Rates. Any dismantling and re-erection of the valves required for
the purpose of testing, calibration etc. will be carried out by the contractor within his
quoted rates.

2.7 Fabrication of Supports

 Fabrication of all types of pipe supports, provided as per drawings & instructions
of the Engineer-in-Charge, will be paid on weight basis. Bolts, nuts and washers
including U-bolt will be supplied by contractor. Weight of bolts, nuts and clamps
etc. shall not be added to the weight of pipe support for payment purpose.

 Erection of all types of supports, spring supports and turn buckles, including
grouting of supports, if required, shall be carried out by the Contractor as part of
piping work and no separate payment will be made for it.

 While fabricating the supporting elements, the contractor will ensure that the
dimensions shown in the drawings match with site conditions. No payment shall

232 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 14 of 48
TITLE
REVISION 0

be made for rectification arising out of discrepancies in dimensions of the


fabricated items of supporting elements due to site conditions.

 Additional supports as necessary with the site condition shall be fabricated and
erected in accordance with the standard engineering practices and instructions of
Engineer-in-charge.

3.0 RADIOGRAPHY/DYE-PENETRANT EXAMINATIONS/ MAGNETIC PARTICLE


TEST (MPT)

Payment for radiography shall be made on the basis of circumferential joints for
different pipe dia. Repeat radiography due to defective films or on repaired joint due
to Contractor's fault or for additional radiography necessitated due to poor
performance of Contractor's welder will be done at Contractor's cost.

4.0 STRUCTURAL STEEL WORK

4.1 Payment for steel work shall be made on basis of admissible weight of the
structure accepted, the weight being determined as described below.

4.2 The weight for payment will be assessed from the approved fabrication
drawings and the respective bill of materials prepared by the contractor and
approved by the Engineer-in-Charge. The weight of structural material/ Plate
shall be calculated wherever necessary on the basis of IS Hand Book. If
spreads are different from IS spreads, then Manufacturer Hand Book shall be
referred to.

4.3 Spreads built out of plates/structural shall be paid on the actual weight
incorporated except for gussets which will be paid on the weight of the
smallest rectangle enclosing the shape.

4.4 Gratings shall be paid on the basis of calculated weights as determined from
the dimensions given on the design drawings/ bill of materials. Full deduction
shall be made for all opening above 300 mm size and skews.

4.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structural
steel work shall be deemed to include the same.

4.6 No other payment either for temporary works or for any other item such as
welds, shims, packing plates etc., shall be made. Such items shall be deemed
to have been included in the rate quoted for steel work.

5.0 ELECTRICAL WORKS

5.1 Cables

233 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 15 of 48
TITLE
REVISION 0

The measurement for cable laying shall be made on the basis of length
actually laid from lug to lug including that of loops provided and paid
accordingly.
5.2 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings are sent separately (for panels etc.) to facilitate
transportation then erection weight shall be inclusive of all mountings. For
structural steel measurements/payment shall be made as per finished items.

6.0 INSTRUMENTATION WORKS

6.1 Measurement of primary piping/ tubing between piping or equipment on one


side and the instrument on the other side will be from the first break flange or
tubing fitting up to the first block valve of fabricated instrument manifold or up
to first tee of instrument manifold for integral type manifolds. All piping /
fittings at the first block valve or the piping / equipment side up to break flange
or tubing fittings shall be excluded. Any valve manifold tubing forming part of
manifold or drain connection for instruments up to 1.5 meters individually or
each drain connection shall be excluded.

6.2 Air lines and any other utility lines will be measured from end to end including
valves and pipe fittings.

6.3 Copper tube measurement will be taken between the two fittings of the
copper tube.

6.4 Direct mounted instrument and instruments mounted on support shall be


accounted in terms of the quantity in numbers.

6.5 Muticore cables/multi-tubes will be measured between the junction box and
its termination inside the control room."

6.6 Two/Three core cables shall be measured between two end terminals.

6.7 No separate payment will be made for receiving, handling and transportation
of owner issued materials from owner's / MECON storage points to
contractor's store/workshop and the same are deemed to be included in the
unit rates for the respective item of work."

6.8 Erection Weights

The weights mentioned in the drawings or shipping list shall be the basis of
payment. If mountings are sent separately (for panel etc.) to facilitate
transportation then erection weight shall be inclusive of all such mountings.
For structural steel, measurements / payment shall be made as per finished
items."

234 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 16 of 48
TITLE
REVISION 0

7.0 PAINTING ON EQUIPMENTS/PIPING/STRUCTURAL STEEL ETC.

a) EQUIPMENTS

I) For columns, vessels, reactors, Exchangers, furnaces, ejectors etc.,


measurement shall be on square meter basis taken over the painted
surface.

II) For pumps, motors and compressors measurement shall be made on


number basis.

b) PAINTING ON PIPING INCLUDING SPECIALS AND FITTINGS

I) Payment will be made on linear measurement in 'Meters' corrected to


the nearest centimeter.

II) Piping shall be measured along the centre line through all types of
fittings and flanges.

III) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, etc. and also
all types of fittings except valves (2" and above) which shall be paid
separately on number basis.

IV) There will be no separate measurements of the colour bands/


identification signs (line numbering), flow direction etc. on un-insulated
piping, the rates of painting of linear length of piping shall be inclusive
of cost of such items.

c) PAINTING ON STEEL STRUCTURE

I) Payment for steel structures shall be made on the basis of admissible


weight of structure painted.
II) Welds, bolts, nuts, washers etc. shall not be measured and rates for
painting of structure shall be inclusive of painting such items.

235 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 17 of 48
TITLE
REVISION 0

TERMS OF PAYMENT
(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)

236 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 18 of 48
TITLE
REVISION 0

ANNEXURE-5 TO SCC
TERMS OF PAYMENT

TERMS OF PAYMENT

Pending completion of the whole works, provisional progressive payments for the part of
work executed by the contractor shall be made by Owner on the basis of said work
completed and certified by the Owner’s representative as per the agreed milestone payment
schedule and the percentage break-ups given below.

Contractor shall submit his invoices to the Owner’s representative fortnightly in the manner
as instructed by Owner. Each invoice will be supported by documentation acceptable to
Owner and certified by the Owner’s representative. Payments made by owner to the
contractor for any part of the work shall not deem that the Owner has accepted the work. All
payments against running bills are advance against the work and shall not be taken as final
acceptance of work / measurement carried out till the final bill. Owner will release payment
through e-payments only as detailed in the bidding document.

1.0 MAINLINE WORKS

1.1 Pipeline Laying with Associated Works

S. No. Milestone Payment


1.1.1 Completion of site development, stacking, clearing and 10%
grading of ROU progressively
1.1.2 Completion of fabrication, alignment, stringing, field 30%
welding, NDT (radiography) progressively
1.1.3 Completion of bending, joint coating, trenching & 20%
lowering progressively
1.1.4 Completion of tie-ins, tie-in NDT, tie-in joint coating 10%
and backfilling progressively
1.1.5 Completion of Hydro testing 8%
progressively
1.1.6 Completion of dewatering, swabbing 3%
progressively
1.1.7 Completion of magnetic cleaning and electronic geometry 4%
pigging progressively
1.1.8 Completion of OFC blowing, restoration and obtaining 5%
NOC from respective land owner / farmers and statutory progressively
authorities as required
1.1.9 Completion of all activities and their acceptance 10%
Submission of final documents, final bill and
acceptance of these by owner thereafter for successful
closure of work order

237 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 19 of 48
TITLE
REVISION 0

1.2 HDD and Associated Works

1. All type of pre-construction survey required for Design & calculation, 2%


detail engineering, drawing, execution plan and their approval

2. Approval of Design & calculation, detail engineering, drawing and 1%


execution plan

3. Pipeline string preparation and pre-testing (after stringing, welding, 5%


NDT, Joint coating) CS Conduit string preparation, welding
& application of Coal tar Epoxy.

4. Mobilization and placement of Drilling Rig (HDD M/c) at site along with 2%
all the accessories and consumables

5. Installation of pipeline section by HDD, Post hydro- 70%


testing, gauging of pipeline, tie-in with Mainline.

6. TCP works, Integrity of corrosion coating of installed 3LPE pipeline, 5%


Duct Integrity Test & OTDR for OFC

7. Final Clean-up & restoration of area, disposal of drilling fluid and 5%


waste etc. and acceptance of the system by Owner

8. Submission of final documents, final bill and acceptance of these by 10%


owner thereafter for successful closure of work order

Note: - Failure of activities ie; Pulling, Gauging, Post Hydro testing etc. shall be
responsibility of Contractor and no payment on account of any such activity shall be
payable to contractor, moreover earlier successive payment made through RA bills shall
also be recovered. Loss of free issue material occurred due to failure shall be treated in
line with the provision of reconciliation of free issue material.

1.3 Crossing & Other items not covered above or elsewhere in the Tender

Sl. No. Milestone Payment


a) Completion of individual items of work 90%
progressively
b) Completion of all activities and their acceptance 10%
Submission of final documents, final bill and progressively
acceptance of these by owner thereafter for successful
closure of work order.

1.4 OPTICAL FIBRE CABLE (Laying with Associated Works)

1. Completion of Laying/ Blowing of OFC in HDPE duct : 30% progressively


in same Pipeline Trench

2. Supply & Erection of Jointing Pit, Jointing of OFC : 20% progressively

238 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 20 of 48
TITLE
REVISION 0

as per Specification

3. OFC Testing as per Specification : 40% progressively

4. Final completion, handing over of complete : 10%


pipeline system and acceptance of the system by Owner

1.5 HDPE DUCT (Laying with Associated Works)

1. Completion of Laying of Duct in same Pipeline : 30% progressively


Trench

2. Supply & Erection of blowing pit every km, duct : 25% progressively
jointing for testing & termination of duct in the pit
with end cap

3. Testing of HDPE Duct & Accessories after laying, : 35%


preparation of report as per Specification

4. Final completion, handing over of complete : 10%


pipeline system and acceptance of the system by Owner

2.0 CATHODIC PROTECTION WORKS

The basis for payment against various items shall be as follows :

2.1 Temporary Cathode Protection System

a) 5% on placement of order on sub-vendor.


b) 5% on design approval of TCP Package.
c) 60% on receipt of material at site and acceptance thereof.
d) 20% on installation, testing, pre-commissioning and commissioning.
e) 10% on completion of all activities and their acceptance. Submission
of final documents, final bill and acceptance of these by owner
thereafter for successful closure of work order.

3.0 TERMINALS WORKS

3.1 Piping Works


a) 35% on fabrication of piping.
b) 40% on erection, alignment, welding complete to achieve mechanical completion.
c) 15% on flushing, testing, draining, drying, etc.
d) 10% on completion of all activities and their acceptance, submission of final
documents, final bill and acceptance of these by owner thereafter for successful
closure of work order.

3.2 Civil Works & Architectural Works

a) 90% on completion of work on pro-rata basis as certified in running bills.

239 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 21 of 48
TITLE
REVISION 0

b) 10% on completion of all activities and their acceptance, submission of final


documents, final bill and acceptance of these by owner thereafter for successful
closure of work order.

3.3 Structural Works

a) 5% on approval of fabrication drawings.


b) 40% on supply and acceptance of material at site.
c) 20% on fabrication.
d) 25% on erection, alignment, welding, painting, etc.
e) 10% on completion of all activities and their acceptance, submission of final
documents, final bill and acceptance of these by owner thereafter for successful
closure of work order.

3.4 Items including supply of finished goods (Mechanical, Electrical, Corrosion


Monitoring System (CMS) & Instrumentation)

a) 5% on placement of order on sub-vendor


b) 65% on receipt of material at site and acceptance thereof.
c) 15% on erection, alignment, welding, grouting, painting, etc.
d) 5% on testing.
e) 10% on completion of all activities and their acceptance, submission of final
documents, final bill and acceptance of these by owner thereafter for successful
closure of work order.

3.5 Items including supply of finished goods (Telecommunication)

a) 5% on placement of order on sub-vendor


b) 65% on inspection of material at manufacturing premises by GAIL/PMC, receipt and
acceptance of material at site.
c) 5% after laying of HDPE duct and testing
d) 15% after blowing of cable, installation of jointing pits, termination of cable on FTC,
hop testing and commissioning.
e) 10% on completion of all activities and their acceptance, submission of final
documents, as built drawings, demonstrations of testing to GAIL/PMC and
acceptance of these by owner thereafter for successful closure of work order.

3.6 Equipment Erection Works (Installation of Scrapper Trap, Filter, etc.)

a) 45% on transportation and installation in position.


b) 30% after initial alignment, leveling and grouting.
c) 15% after final alignment and making ready for commissioning.
d) 10% on completion of all activities and their acceptance, submission of final
documents, final bill and acceptance of these by owner thereafter for successful
closure of work order.

3.7 Electrical, Instrumentation and Telecommunication Works

a) 80% on completion of installation.

240 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 22 of 48
TITLE
REVISION 0

b) 10% on testing.
c) 10% on completion of all activities and their acceptance, submission of final
documents, final bill and acceptance of these by owner thereafter for successful
closure of work order. In case of SCADA related works, final payment of 10% shall
be released after completion of all wiring and demonstration by laying contractor for
all the signals. Wiring up to TIC panel to be simulated and demonstrated to
GAIL/PMC by laying vendor and jointly certified in the format in Appendix- I.

3.8 HDPE duct laying inside terminal

a) Completion of laying of HDPE duct in same pipeline trench – 30% progressively


b) HDPE duct testing - 60% progressively
c) Final completion, handing over of complete pipeline system and acceptance of the
system by the owner - 10%

3.9 OFC laying inside terminal

a) Completion of laying/blowing of OFC inside HDPE duct in same pipeline trench –


30% progressively
b) OFC testing - 60 progressively
c) Final completion, handing over of complete pipeline system and acceptance of the
system by the owner - 10%

3.10 For Lumpsum Items

For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge. Payment
for such item shall be made accordingly. In this regard decision of Engineer-in-
charge shall be final and binding to the bidder.

3.11 Supply of Materials and All Other Works (not mentioned under 3.1 to 3.10)

a) Completion of individual items of work : 90% progressively


b) Completion of all activities and their acceptance, : 10%
submission of final documents, final bill and
acceptance of these by owner thereafter for
successful closure of work order.

Note: Any further breakup of each activity for the payment purpose can be done
depending upon the site situation/requirement and Recommendation by
Engineer-In-Charge and Approval of Construction-In-Charge.

4.0 PAYMENT METHODOLOGY

4.1 The contractor shall raise invoices on fortnightly basis. Bidder shall enclose all
documents as per check list issued by PMC/GAIL. However, EIC may authorize
payments for bills more frequently i.e. periodicity of less than fortnight, depending on
site requirements.

241 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 23 of 48
TITLE
REVISION 0

4.2 After receipt of complete RA Bill as per terms and conditions of the contract and duly
certified by Engineer-in-Charge (EIC)/PMC, on-account payment equivalent to seventy
percent (70%) of the net payable certified amount of the RA Bill will be released to the
contractor within a period of 07 working days from submission of certified bill by PMC to
GAIL. The balance amount will be released within a period of 15 days from submission
of certified bill by PMC to GAIL”
.
4.3 GAIL has introduced the computerized Bill Watch system whereby the contractor will
be issued a receipt at the time of the submission of the bills. The contractor can see
the status of their bill on GAIL’s website.
4.4 Employer will release payment through e-payments only as detailed in the Bidding
Document.
4.5 Further break-up of Lumpsum Prices, if deemed necessary for any progressive
payment of individual item may be mutually arrived at between Engineer-in-Charge
and the Contractor.
4.6 All payments against running bills are advance against the work and shall not be
taken as final acceptance of work / measurement carried out till the final bill.
4.7 Bills shall be raised by contractor in line with check list attached in Tender document.

4.8 Contractor shall submit No Claim Certificate, No Dues Certificate and Indemnity Bond
along with final bill. The Format for No Claim certificate and Indemnity Bond are
enclosed elsewhere in the tender.

242 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 24 of 48
TITLE
REVISION 0

SPECIFICATION
FOR
QUALITY ASSURANCE SYSTEM REQUIREMENTS
(Annexure - 6 to SCC )
(For Details – Refer our Technical Specification No.
MEC/S/05/62/66 of the same enclosed in Vol-II of the Tender)

243 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 25 of 48
TITLE
REVISION 0

STANDARD SPECIFICATION
FOR
HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT AT CONSTRUCTION SITES
(ANNEXURE – 7 to SCC )
(FOR DETAILS – REFER OUR TECHNICAL SPECIFICATION NO.
MEC/S/05/21/65 OF THE SAME ENCLOSED IN VOL-II OF THE TENDER)

244 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 26 of 48
TITLE
REVISION 0

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIAL
(ANNEXURE – 8 to SCC)

245 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 27 of 48
TITLE
REVISION 0

ANNEXURE-8 TO SCC

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material
in addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents will have to be raised by the Contractor as per procedure laid
down by the Engineer-in-Charge from time to time, when he requires the above
material for incorporation in permanent works.

1.2 Materials will be issued only for permanent works and not for temporary works,
enabling works etc. unless specifically approved by the Engineer-in-Charge and the
same shall not be taken into account for the purpose of materials reconciliation.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to
work site/Contractor's store, custody and handling etc. and return of
surplus/serviceable scrap materials to Owner's storage points to be designated by the
Engineer-in-Charge etc. No separate payment for such expenditure will be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch &
ward of the materials.

1.6 RETURN OF UNUSED MATERIAL

1.6.1 All unused/scrap materials shall be the property of the Owner and shall be returned
in good and acceptable condition size wise, category wise by the Contractor at his
own cost to Owner's Store(s).

1.6.2 No credit will be given to the Contractor for return of scrap. The Contractor should
quote the rates accordingly.

1.6.3 In case the Contractor fails to return unused/scrap materials, then recovery for such
quantity of materials, not returned by the Contractor shall be affected at following
penal rates from the Contractor's bills or from any other dues of the Contractor to the
Owner. Contractor shall make his own arrangements for weighing the off cuts to be
returned to Owner's stores.

1.6.4 Penal Rates for non- return / return of materials:

Sl.No. Material Penal Rates

(a) Penal rate for non return of Issue Rate + 25%


accountable scrap or Landed Rate + 25% (in case
issue rate are not indicated in the
contract)

246 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 28 of 48
TITLE
REVISION 0

(b) Penal rates for non return of Twice the Issue Rates
Unused material/excess scrap or Twice the Landed Rates (in
case Issue Rates are not
indicated in the Contract)

(c) Penal rate for return of Issue Rate + 75%


excess scrap or Landed Rate + 75% (in case
issue rate are not indicated in the
contract)

(d) Penal rate for return of Issue Rate + 50%


excess serviceable materials or Landed Rate + 50% (in case
issue rate are not indicated in the
contract)

(e) Penal rate for issuance of Issue Rate + 25%


unplanned OFC jointing kits or Landed Rate + 25% (in case
issue rate are not indicated in the
contract)

NOTE: 1) Landed Rate shall be arrived from the latest Purchase Order
of respective material received at site by Owner/MECON.

2) In case different penal rates have been indicated in the Contract


(based on Project requirement), the same will supersede the above
rates.

2.0 PIPING MATERIALS

2.1 All pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape will be entertained.
Pipes shall be issued on linear measurement basis. All valves, flanges, fittings etc.
shall be issued on number(s) basis. Contractor shall store the materials in such a
way so as to avoid mixing of different types of material and shall maintain complete
identification and traceability at all times.

2.2 The scrap allowance for pipes issued by the Owner shall be 3% (2½% accountable +
½% non accountable) of the actual consumption as incorporated in the works.

2.3 All pipes in length of 2 meters and above shall be considered as serviceable material
provided the material is in good and acceptable condition and has clear identification
and traceability (Manufacturer’s name, heat number/batch number and test
certificates). Pipes in lengths less than 2 M shall be treated as scrap.

2.4 For the non account of pipes drawn by the Contractor over and above the actual
consumption as determined by the Engineer-in-Charge, plus 3% (2½% accountable +
½% non accountable) thereof to cover the scrap allowance, recovery at penal rate
shall be effected from the Contractor's bill(s) or from any other dues of the Contractor
to the Owner.

247 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 29 of 48
TITLE
REVISION 0

2.5 All unused/scrap pipes, valves, flanges, forged fitting like elbows, reducers tees shall
be returned by the Contractor category wise duly cleaned, greased and spec. marked
at his own cost to Owner's stores. In case the Contractor fails to do so then recovery
for such quantity of pipes not returned by the Contractor at the penal rates shall be
effected from the Contractor's bill(s) or from any other dues of the Contractor to the
Owner.

3.0 EQUIPMENTS

Various equipment/materials intended for the installation will be received by Owner


in unpacked, skid mounted, crated, packed or loose condition and will be stored in
the warehouses and open yards. In general, materials will be issued to the
Contractor in ‘as received’ condition. It will be the Contractor’s responsibility to draw,
load and transport all materials from Owner’s designated places of issue to the point
of installation and return all packing materials like steel frames, wooden boxes/scrap
etc. to Owner’s stores.
All materials supplied by the Owner shall be duly protected by the Contractor at his
own cost with appropriate preservative like primer, lacquer coating, grease etc. as
required.

4.0 CABLES

4.1 Appropriation of cables shall be done as follows:

4.1.1 All the surplus and serviceable cables out of the cables quantity(ies) issued by the
Owner to the Contractor shall be returned by the Contractor to the Owner's store in
good condition and as directed by the Engineer-in-Charge.

4.1.2 The Contractor shall be allowed a cutting/wastage allowance of 1.5% for power
cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.

4.1.3 All cables being returned to store should carry Aluminium sheet tags indicating the
size & type of cable. Cables of less than 15 meters length will be termed as scrap.
Cables of lengths 15M and above shall be termed as serviceable material & shall be
returned size wise and category wise to the Owner's store in wooden drums. Cables
of serviceable length being returned to stores in drum(s) shall be accepted only after
Megger value continuity test and physical measurement is carried out by the
Contractor to the satisfaction of Engineer-in-Charge. Empty cable drums and major
packing material (as decided by Engineer-in-charge) shall be Owner’s property and
shall be returned to Owner’s Store/designated place without any additional cost.

4.1.4 While carrying out material appropriation with the Contractor, the above points will be
taken into account. All serviceable materials returned by the Contractor (size wise &
category wise) shall be deducted from the quantity(ies) issued to the Contractor for
the respective sizes. Scrap generated for power cable and control cable shall also be
returned to Owner’s store on Lot basis.

248 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 30 of 48
TITLE
REVISION 0

4.1.5 Material appropriation shall be done & allowable scrap quantity calculated. The
wastage generated by the Contractor in excess of the allowable percentage shall be
charged at the penal rates.

5.0 LINE PIPES

5.1 All coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and
shape will be entertained. Contractor shall store and maintain the line pipes in proper
manner to avoid mixing of different classes of pipes. Contractor shall maintain
complete identification and traceability at all times. All cut pieces when returned to
Owner's storage points after bevelling, shall be considered as serviceable material
provided:

5.1.1 Corrosion Protection Coating is intact.

5.1.2 Pipe pieces have pipe specifications, manufacturer’s logo/name and heat number
duly authenticated with hard stamp of the authorised inspector as per approved
procedure.
All cut pieces of pipes measuring less than 2 M will be treated as wastage/scrap.

5.2 For the purpose of accounting of coated line pipes, following allowances shall be
permitted:

a) Unaccountable wastage
- Upto 100Km 0.1%
- 101 to 500 Km 0.07%
- Beyond 500 km 0.05%
b) Scrap (All cut pieces of pipes measuring 0.25%
less than 2 Meter)
c) Serviceable materials (All cut pieces of pipe 0.5%
measuring 2 Meter and above)

Scrap shall be accounted at actuals as per site assessment subject to maximum


limits as stated above.

The percentage allowance shall be accounted on the basis of pipe book chainage for
main pipeline

5.2.1 Material appropriation shall be done & allowable scrap quantity calculated. The
wastage generated by the Contractor in excess of the allowable percentage shall be
charged at the penal rates as given in the contract.

5.3 Reconciliation of Bare Pipes issued to contractor on account of fabrication of


LR bends shall be dealt separately. Justification/calculation of scrap and other
wastage shall be submitted to EIC for their review and further clearance.

249 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 31 of 48
TITLE
REVISION 0

If Scrap/wastage generated by the Contractor found in excess with respect to


approved justification/calculation, penal rates shall be charged for excess
scrap/wastage inline with the provision of contract. However decision of EIC
shall be final and binding to the contractor.

6.0 OPTICAL FIBRE CABLE

For the purpose of accounting of optical fibre cable, all cut pieces measuring in
length of 40 m and above when returned to Owner's storage points shall be treated
as serviceable materials. All cut pieces of cable measuring less than 40 M will be
treated as scrap.

Cables returned in original drum (measuring 750m and above) with Optical Time
Domain Report (OTDR) shall be considered as unused material.

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances
shall be permitted:

(i) Unaccountable wastage 0.5%


(ii) Scrap (All cut pieces of cables measuring less than 40 M) 0.25%
(iii) Serviceable material (measuring 40M and above) 0.25%

Material appropriation shall be done & allowable scrap quantity calculated. The
wastage generated by the Contractor in excess of the allowable percentage shall be
charged at the penal rates as given in the contract.

7.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of cable jointing kits and get the same
approved from Engineer-In-Charge. The quantity mentioned in this schedule shall be
termed as ‘planned’ usage quantity which shall be issued to the Contractor. However,
any jointing based on site requirements as decided by Engineer-In-Charge shall be
included in planned quantity.

Any unplanned jointing required to be carried out by the Contractor due to reasons
not attributable to Owner/PMC shall be issued from spare quantity, if available with
Owner. Such unplanned OFC jointing kits shall be charged from the Contractor at
penal rates as per clause 1.6.4 above.

250 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 32 of 48
TITLE
REVISION 0

LIST OF MINIMUM EQUIPMENTS REQUIRED


TO BE OWNED BY BIDDER
(Annexure- 9A of Special Conditions of Contract)

251 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 33 of 48
TITLE
REVISION 0

ANNEXURE-9A TO SCC

PLEASE REFER ANNEXURE-II TO SECTION-II

252 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 34 of 48
TITLE
REVISION 0

LIST OF MINIMUM EQUIPMENT TO BE


DEPLOYED BY THE BIDDER

(Annexure- 9B of Special Conditions of Contract)

253 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.:8000018761 ANNEXURES TO SCC Page 35 of 48
TITLE
REVISION 0

ANNEXURE-9B TO SCC

List of Minimum Equipment to be Deployed by the Bidder

CATEGORY-1

Total Qty (Nos.)


Sl.
Equipment Description
No.
Section Section Section Section
I II III IV
1. Dozer with Ripper – D7/D6 or
1 2 1 1
Equivalent
2. Excavator / Back Hoe-Ex 100
1 0 0 0
& Above or Equivalent
3. Excavator / Back Hoe-Ex 100
1 3 2 2
& Above or Equivalent
4. Pipe Layer/Side Boom – 60 T
1 0 0 0
& Above Capacity
5. Pipe Layer/Side Boom – 40 T
3 8 4 4
& Above Capacity
6. JCB ( Tyre Mounted 1 2 1 1
Excavator)
7. 2 4 2 2
Hydra (8 – 10 MT)
8. 8 16 8 8
DG Welding Machines
9. As As As As
Pipe bending Machine
required required required required
10. Horizontal Auger Boring As As As As
Machine with rock breaking required required required required
tool
11. Pipe Clamp 2 4 2 2
(Pneumatic/Hydraulic) –
Internal
12. HDD Rig with All Equipments & As As As As
Accessories required required required required
13. X-Ray M/C – Internal Crawler 1 2 1 1
14. X-Ray M/C – External 1 2 1 1
15. Gamma Source 1 2 1 1
16. Water Lifting Pump (400 m3/hr. 1 2 1 1
& above)
17. Filling Pumps (400 to 1000 1 2 1 1
m3/hr)
18. Pressurization Pump – 1 2 1 1
Motorized
19. Air Compressor – (300CFM) 1 2 1 1
20. Air Compressor – (450/600/800 As As As As

254 of 896
LAYING AND TERMINAL WORKS
FOR SRIKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 36 of 48
TITLE
REVISION 0

CFM) required required required required


21. D.G. Sets : 62.5 KVA to 200 2 4 2 2
KVA (inclusive of generators)
22. Blast Cleaning Machine 1 2 1 1
23. Dozing Pump 1 2 1 1

CATEGORY-2

Sl. Total Qty (Nos.)


No Equipment Description Section Section Section Section
. I II III IV
1. Bevel Cutting Machine –Manual 1 1 1 1
2. Manual UT Machine 1 1 1 1
3. Dewatering Pump 1 1 1 1
4. Holiday Detector Unit 2 2 2 2
5. Dead WT Tester 1 1 1 1
6. Pipe/Cable locator 1 1 1 1
7. Pipe Clamp – External 2 2 2 2
8. Pipe Trailers 2 2 2 2
9. Mobile Workshop 1 1 1 1

Notes:

1) For equipments under Category-1: Bidders are required to submit the documentary evidence
for Ownership/ Hiring/ Lease of equipments listed in this category.

a) For Hired/ Lease Equipments: The documentary evidence shall be MOU from the
hiring/ leasing agency of the equipment. Bidder shall be responsible for timely
delivery of these equipments at the site at stipulated time.

b) In case, some equipment under Category-1 are owned by the bidder then the proof
of ownership to be submitted will be as stated in Annexure-9A.

2) For equipments under Category-2: No documents are required to be submitted along-with the
bid. However Bidder to indicate equipment as owned or hired for deployment purpose.

3) Above quantities are inclusive of the quantities indicated in Annexure-9A to SCC

4) Based on availability of ROU / front & line pipe, Contractor shall propose minimum
equipment to be deployed and the same shall be finalized by construction-in-charge of
GAIL/ PMC on monthly/quarterly basis. Further, Bidder shall be required to 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.

255 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 37 of 48
TITLE
REVISION 0

MINIMUM NO. OF SKILLED MANPOWER TO


BE DEPLOYED
(Annexure-10 of Special Conditions of Contract)

256 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 38 of 48
TITLE
REVISION 0

ANNEXURE-10 TO SCC

MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED

REQUIREMENT
SL.
DESCRIPTION
NO. Section I Section II Section III Section IV
1. Construction Manager 1 1 1 1
2. Planning engineer 1 1 1 1
3. QA/ QC engineer 1 1 1 1
4. Safety officer 1 1 1 1
5. Qualified Surveyor 1 1 1 1
6. Welding/ NDT engineer 1/1 1/1 1/1 1/1
7. Discipline Engineers
1/1/1 1/1/1 1/1/1 1/1/1
(Civil/ Mech./ Elec.)
8. Foreman / Supervisor 4 8 4 4
9. Civil surveyor / liaison
1/1 1/1 1/1 1/1
team
10. Document controller /
Account Officer (for line 1/1 1/1 1/1 1/1
pipe)
11. Store keeper / store in-
1/1 1/1 1/1 1/1
charge
12. Welder (Manual / Semi-
8 16 8 8
automatic)
13. Fitter 8 16 8 8
14. Grinder 8 16 8 8
15. Machine operator As
As Required As Required As Required
Required
16. Blast cleaning crew 1 2 1 1
17. Electrician / Machine As
As Required As Required As Required
mechanic Required
18. Rigger 2 4 2 2
19. Drivers As
As Required As Required As Required
Required
20. Pipe bending crew 1 1 1 1
21. Thrust/ Hor. Auger
As required As required As required As required
Boring crew
22. X-ray / Gamma Ray crew 1/1 2/1 1/1 1/1
23. Hydro-testing crew 1 1 1 1
24. Field joint coating crew 1 2 1 1
25. Holiday testing crew 1 2 1 1
26. HDD crew As
As required As required As required
required
(Refer (Refer Note (Refer Note
(Refer
Note 1) 1) 1)
Note 1)

257 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 39 of 48
TITLE
REVISION 0

REQUIREMENT
SL.
DESCRIPTION
NO. Section I Section II Section III Section IV
27. OFC jointing crew 1 1 1 1
28. Civil survey crew (with
1 1 1 1
equipment)
29. Station civil works
As
(carpenter/bar- As Required
Required
As Required As Required
bender/mason/fitter etc.)
30. Unskilled workers 10 20 10 10
31. Station mechanical, pre-
fabrication / erection 1 1 1 1
crew

The above proposed list of skilled manpower is the minimum to be deployed by Contractor.

NOTES:-

(1) HDD equipment and Crew as required shall be deployed as per requirement/SOW
finalized and as per instruction of EIC.

(2) The details of minimum manpower required to be mobilized by the execution


contractor to complete the work within schedule is given above and is not exhaustive.
Contractor is required to augment the above list with additional numbers/categories
of workmen as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.

(3) For Magnetic cleaning and EGP, adequate equipment and crew shall be mobilized to
complete the activity within the given time schedule and as approved by Engineer-in-
charge.

(4) The Manpower as identified above should have required qualification and adequate
relevant experience.

(5) Contractor shall mobilize Resident Construction Manager, QA/QC Engineer,


Planning Engineer, Safety Officer who will be the permanent employees of the
Contractor.

(6) CV of proposed Resident Construction Manager, QA/QC Engineer, Planning


Engineer, Safety Officer & Welding/NDT Engineer to be submitted along with the bid.
The experience should be related to execution of Hydrocarbon Transportation
Pipeline laying. Non deployment or unilateral withdrawal of key personnel by the
contractor will attract recovery as per the hiring / recovery rates specified in
Annexure-11 to SCC.
(7) Based on availability of ROU / front & line pipe, Contractor shall propose
minimum manpower to be deployed and the same shall be finalized by
construction-in-charge of GAIL/ PMC on monthly/quarterly basis. Further,

258 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 40 of 48
TITLE
REVISION 0

Bidder shall be required to augment the above list with additional manpower,
as required and directed by Engineer-In-charge to complete the work within the
completion time schedule and quoted price.

Note: These manpower are to be mobilized within 30 days of Go ahead given or as per
written instruction from Engineer-in-Charge. Demobilization of these manpower shall be with
approval of Engineer-in-Charge.

259 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 41 of 48
TITLE
REVISION 0

ANNEXURE-10A TO SCC

EXPERIENCE CRITERIA FOR KEY PERSONNEL TO BE DEPLOYED


DURING CONSTRUCTION

1. The Bidder must provide a detailed organisational chart indicating the organisation or
personnel and equipment for each phase of the Works. CVs of main key persons
shall be submitted by the Contractor along with bid and replacement of any of these
key persons after LOA issuance shall be approved by Owner / Owner's
representative. Key persons shall be deployed during the entire duration of the work
till completion of all works. Non deployment of key persons will be subject to recovery
as defined elsewhere in the bid.

Following key persons to be deployed during construction as a minimum:

Sl. Position Qualification & Experience No. of Key


No. Knowledge Personnel
(minimum)
1. Construction Degree / At least 8 years’ experience for
Manager / Diploma in Civil / Degree holder and 12 years for
Construction In- Mechanical Diploma holder in Construction
Charge/Spread- Engineering of Cross country pipeline
Incharge including station piping in
Hydrocarbon Pipelines (Oil &
Gas).
Out of the 8 / 12 years
experience, at least 5 / 8 years
experience must be in similar
position in works related to
construction of hydrocarbon
pipeline projects. As per
2. Safety Officer Degree / At least 4 years of experience Annexure 10
Diploma in for Degree holder and 8 years to SCC
Engineering / for Diploma holder in Safety
Project Management in construction of
Management cross country pipeline
(Hydrocarbon pipeline)
including station piping for the
same.
3. QA / QC Degree / At least 6 years of experience
Engineer Diploma in for Degree holder and 10 years
Mechanical for Diploma holder in quality /
Engineering NDT management in
construction of cross country
pipeline including station piping
for the same.
4. Welding / NDT Degree / At least 7 years of experience
Engineer Diploma in for Degree holder and 10 years
Mechanical for Diploma holder in quality /

260 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 42 of 48
TITLE
REVISION 0

Sl. Position Qualification & Experience No. of Key


No. Knowledge Personnel
(minimum)
Engineering NDT management in
construction of cross country
pipeline including station piping
for the same.
5. Planning Degree / At least 4 years of experience
Engineer Diploma in for Degree holder and 8 years
Engineering / for Diploma holder in executing
Project projects in construction of
Management cross country pipeline
(Hydrocarbon pipeline)
including station piping for the
same.

2. This description is only binding upon the Contractor. He must provide, at his own
expense, all the necessary equipment, machinery and personnel even in addition to
those indicated in the offer.

261 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 43 of 48
TITLE
REVISION 0

HIRING / RECOVERY RATE FOR


DEPLOYMENT OF MANPOWER
(Annexure-11 of Special Condition of Contract)

262 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 44 of 48
TITLE
REVISION 0

ANNEXURE –11 TO SCC

HIRING / RECOVERY RATE FOR DEPLOYMENT OF MANPOWER

1. The labour rates are “all inclusive”. These rates include but are not limited to all payroll
costs and allowances, payroll taxes, fringe benefits, protective and/or special clothing,
construction supplies required for work of a nature included in this contract, overhead, profit
insurance, transportation and travel time.

2. The rates are inclusive of providing hand tools and consumables such as electrodes, filler
wire, gases, grinding wheels where the concerned category of labour is expected to use in
execution of the job but exclusive of all major equipment and machineries.

3. The normal time labour rates shall apply for all hours worked upto eight (8) hours in a day
and overtime rates shall apply for all hours worked in excess of eight (8) hours in one
working day, Sunday and Public Holidays. The payment for part of the day shall be made
on prorata basis.
___________________________________________________________________________

Sl. Classification Rates per day of Rate per hour for


No. Personnel Normal Hours OT, Sunday & Holiday
___________________________________________________________________________
(in Rs.) (in Rs.)
___________________________________________________________________________

1. Foreman 2475 545


2. Supervisor 2475 545
3. Engineer 3300 650
4. Gas Cutter 1155 215
5. Grinder 1155 215
6. Brick Mason 660 150
7. Stone Mason 660 150
8. Structural welder 1650 330
9. Qualified Arc welder – manual /
semi automatic 1980 330
10. Qualified Arc welder – automatic 2000 430
11. Welder helper 380 150
12. Pipe Fitter /Bender 825 190
13. Structural Fitter 660 150
14. Pipeline Fitter 990 240
15. Coater 660 152
16. Mechanic 660 152
17. Site Equipment / Machine Operator 660 152
18. Electrician 825 190
19. Fabricator 825 190
_________________________________________________________________________

263 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 45 of 48
TITLE
REVISION 0

Sl. Classification Rates per day of Rate per hour for


No. Personnel Normal Hours OT, Sunday & Holiday
___________________________________________________________________________
(in Rs.) (in Rs.)
___________________________________________________________________________

20. Carpenter 760 165


21. Plumber 660 150
22. Painter 660 150
23. Cable Jointer 990 240
24. Instrumentation Technician 990 240
25. Insulator 570 140
26. Rigger 570 140
27. Bhisti (water man) 315 75
28. Heavy duty driver 910 215
29. Civil Surveyor 750 130
30. Document Controller 1000 300
31. Account Officer 1500 360
32. Store Keeper / Incharge 1000 300
33. AUT Interpreter 5000 750
34. Liasioning Team (2 persons) 2000 430
35. Light duty driver 660 150
36. Sand Blaster 735 165
37. Qualified Surveyor 750 130
38. Unskilled Worker 380 80
39. Construction Manager 10000 1000
40. QA/QC / Safety / Planning / 5000 750
NDT Engineer / Spread-in charge/
Billing Coordinator

_______________________
(SIGNATURE OF BIDDER)

NOTES:-

1. Rates are final and Tenderer is to sign only without deviation.


2. In case of foreign bidder, conversion rate applicable on one day prior to price bid
opening date published by the State Bank of India will be considered.

3. The recovery rates shall be as following:

a) For Sl. No. 1-38; the rates provided above plus 20% (twenty percent)

b) For Sl. No. 39 & 40; the rates provided above plus 50% (fifty percent)

264 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 46 of 48
TITLE
REVISION 0

EQUIPMENT HIRING/RECOVERY RATES


(Annexure-12 of Special Condition of Contract)

265 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 47 of 48
TITLE
REVISION 0

ANNEXURE – 12 to SCC
HIRING / RECOVERY RATE FOR EQUIPMENTS

HIRING/ R ECOVERY
SL RATE (NOTE-2) (IN INR)
NO DESCRIPTION OF EQUIPMENT RATE / DAY
1 Pipe Layer / Side Boom – 70 T & Above Capacity Rs. 9500.00
2 Pipe Layer / Side Boom - 60 T and above (but below 70 T) Rs. 8500.00
3 Pipe Layer / Side Boom - 40 T and above (but below 60 T) Rs.8000.00
Excavator / Back Hoe-Series Ex 280/300 or Equivalent or
4 above Capacity Rs. 7500.00
5 Excavator / Back Hoe- Series Ex 200/260 or Equivalent Rs. 7000.00
6 Rock Breaker attachment Rs. 5600.00
Mono Drill Crawler Mounted/ Hand Drill (Pneumatic) for rock
7 Rs. 3000.00
blasting
8 Pipe Bending Machine- For all sizes Rs. 7000.00
9 Dozer With Ripper - D8 Or Equivalent Rs. 7500.00
10 Dozer - D7 / D6 Or Equivalent Rs. 4500.00
11 Horizontal Auger Boring Machine-For all sizes Rs. 3500.00
12 Auto Welding Unit-with operators & technicians Rs. 75000.00
Pipe facing (Beveling) machine (appropriate size)
13 for Automatic Welding Rs. 3000.00
14 Bevel Cutting Machine (Manual) Rs. 600.00
15 Grinding machine Rs. 200.00
16 Gas cutting set with cylinders Rs. 350.00
17 AUT Machine with 2 operators Rs. 15000.00
18 Semi Auto Welding Machines Rs. 2000.00
19 DG Welding Machines(SMAW) Rs. 1140.00
20 D.G. Sets : 62.5 KVA to 200 KVA (inclusive of generators) Rs. 3000.00
21 Induction/Resistance Heating Equipment Rs. 3000.00
22 Pipe Clamp (Pneumatic/Hydraulic)- Internal Rs. 1000.00
23 Pipe Clamp – External Rs. 500.00
24 X-Ray M/C – Internal Crawler Rs. 2500.00
25 X-Ray M/C – External Rs. 1800.00
26 Gamma Source Rs. 760.00
27 Manual UT Machine with 2 operators Rs. 500.00
28 Tyre Mounted Cranes (20 - 40 MT) Rs. 4500.00
29 Hydra (8 – 10 MT) Rs. 3500.00
HDD Rig with All Equipments & Accessories (Capacity 150 T
30 and above) Rs. 50000.00

31 Blast Cleaning Machine set Rs. 250.00

266 of 896
LAYING AND TERMINAL WORKS
FOR SRIKKAKULAM-ANGUL
OIL & GAS SBU PIPELINE PROJECT (PART B) OF M/S
GAIL (INDIA) LIMITED MECON LTD,
DELHI
E-tender No.: ANNEXURES TO SCC Page 48 of 48
TITLE
REVISION 0

HIRING/ R ECOVERY
SL RATE (NOTE-2) (IN INR)
NO DESCRIPTION OF EQUIPMENT RATE / DAY
32 Air Compressor – (300CFM) Rs. 2000.00
33 Air Compressor - (450/600/800 CFM) Rs. 2500.00
34 Air Compressor - (1100 CFM) Rs. 2800.00
35 Water Lifting Pumps (400 m3/hr and above) Rs. 850.00
36 Filling Pumps (400 m3/hr to 1000 m3/hr) Rs. 900.00
Rs 12500.00
37 Mud Mat (for working in Monsoon season)
(per piece of min. size 4 m x
38 Tyre Mounted Cranes (75 MT & above) Rs. 7500
39 Pressurization Pump – Motorized Rs. 3000
40 Pipe Trailers (FB / Semi Low Bed) Rs. 3500
41 Hand drill(pneumatic)for rock blasting Rs. 2000
42 Dozing Pump Rs. 250
43 Dewatering Pump Rs. 800
44 Holiday Detector Unit Rs. 400
45 Dead WT Tester Rs. 200
46 Dumper / Tippers Rs. 1500
47 Pipe locator Rs. 500
48 Cable Cranes Rs.8000
49 Pipe Trailer for Coated Line Pipe Rs. 3000
50 Rock Breaking Machine with Excavator Rs. 5600/-
51 Trucks with driver Rs. 2000/-
52 Car/Jeep with driver Rs. 800/-
53 Tractor with trolley Rs. 600/-
54 Tripod with 5 Tons Chain Pulley Block Rs. 300/-

55 Pneumatic Drill (Tractor mounted for blasting) with Compressor Rs. 3500/-

NOTES:-
1. In case of foreign bidder, conversion rate applicable on one day prior to price bid
opening date published by the State Bank of India will be considered.
2. Rates are inclusive of operators / drivers and POL.
3. Rates are inclusive of contractor’s overheads & profit.
4. The recovery rates shall be the rates provided above plus 20% (twenty percent).

SIGNATURE OF THE BIDDER:

NAME OF THE BIDDER:


267 of 896
SECTION – VI
PARTICULAR JOB SPECIFICATIONS

268 of 896
PARTICULAR JOB SPECIFICATION

Pipeline Laying & Terminal Works

269 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM- ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL (INDIA)
LIMITED MECON LTD,
DELHI

Particular Job Specification Page 2 of 88


TITLE
REVISION 0

CONTENTS
SL.NO. DESCRIPTION

1.0 INTRODUCTION

2.0 WORK TENDERED

3.0 SCOPE OF WORK

4.0 SCOPE OF SUPPLY

5.0 INDICATIVE CONSTRUCTION MILESTONE

6.0 SCOPE OF WORK & SCOPE OF SUPPLY FOR OTHER DISCIPLINES

7.0 OTHER CONDITIONS OF BID

8.0 AS BUILT DOCUMENTS

9.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

10.0 DOCUMENTS, SPECIFICATION, STANDARDS, DRAWINGS AND ADDITIONAL


CLAUSES

11.0 APPENDIX-I – INDICATIVE CONSTRUCTION MILESTONE


12.0 APPENDIX-II – DATA SHEETS FOR MECHANICAL ITEMS ETC.

13.0 APPENDIX-III –QAPs FOR BOUGHT OUT ITEMS

14.0 APPENDIX-IV – SCHEMATIC ROUTE DIAGRAM

15.0 APPENDIX-V – VIDEOGRAPHY SURVEY

16.0 APPENDIX-VI – THIRD PARTY INSPECTION AGENCY

17.0 APPENDIX-VII – SUPPLY AND INSTALLATION OF PORTA CABINS

18.0 APPENDIX-VIII – LIST OF CROSSINGS INDICATING PROPOSED CROSSING


METHODOLOGY

19.0 APPENDIX-IX – LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS

20.0 APPENDIX-X – MINIMUM CONSTRUCTION EQUIPMENT TO BE DEPLOYED DURING


RE-MOBILIZATION

21.0 APPENDIX-XI – MINIMUM No. OF SKILLED MANPOWER TO BE DEPLOYED DURING


RE-MOBILIZATION

22.0 APPENDIX-XII – INSPECTION CATEGORIZATION PLAN

270 of 896
Annexures to PJS
♦ Annexure-I : Cathodic Protection Works
♦ Annexure-II : Corrosion Monitoring System Works
♦ Annexure-III to V : Civil, Architecture & Structural Works
♦ Annexure-VI : Instrumentation Works
♦ Annexure-VII : Telecommunication Works
♦ Annexure-VIII : Electrical Works
♦ Annexure-IX : Fire Protection Works
♦ Annexure-X : Pipeline Information Management System

271 of 896
1.0 INTRODUCTION

1.1 GAIL (India) Limited, a public sector under Petroleum ministry, intends to develop
Natural Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh)
to Angul (Odisha) Natural Gas Pipeline Project and its Spurlines in the state of
Odisha and Andhra Pradesh for industrial consumers as well as City Gas Distribution
System (CGD).

M/s GAIL (INDIA) LIMITED has awarded MECON LIMITED, the project management
consultancy services of laying 24”/18”NB x 423 Kms (approx) Mainline (Part-A) from
Angul to Srikakulam along with its 18”/12”NB x 322 Kms (approx) Spurlines (Pat-B)
for transportation and distribution of Natural Gas in the state of Odisha & Andhra
Pradesh.

1.2 Present tender envisages laying of 18”/12” NB x 322 Km (approx.) spurline . Pipeline
will originate from IP Station-04 ( Srikakulam – Angul Pipeline –Part A at Ch. 341.0
Km) cum Dispatch Terminal at Ch. 0.00 Km to Receiving Terminal at Utkal Alumina
at Ch.190.8 Km and 12’’ NB dia x 68.3 Km ( approx.) & 62.97 Km ( approx.)
Consumer connectivity pipeline will originate from SV-06S & SV-07S Cum Dispatch
Terminal to consumers Vedanta and Nalco respectively..

The schematic of the pipeline network is enclosed as drawing no.


MEC/23V9/05/28/M/000/0022 Rev-0

1.3 This document covers details of work tendered, scope of work, scope of supply and
other requirements pertaining to pipeline and associated facilities. All works and
clauses of this document shall be applicable to all sections unless specifically
mentioned otherwise.

Details of associated Civil, Architecture, Structural, Mechanical, Piping,


Instrumentation, Cathodic Protection, Telecom, Electrical, Corrosion Monitoring and
Fire protection works etc. are covered elsewhere in the Bid document.

2.0 WORK TENDERED

Work tendered as a part of this Bid document consists of supply of materials as


required, installation, testing, pre-commissioning of pipeline, preservation, drying
and commissioning. The work includes installation of pipeline and related piping
works at despatch terminal, receiving terminal and all associated mechanical, civil,
architectural, structural, cathodic protection, electrical, instrumentation, corrosion
monitoring ,PIMS ,telecom and fire fighting works at Stations along the route etc.

2.1 The details of proposed work are as under:

272 of 896
2.1.1 The brief scope of work for Part- B, broadly consist of Laying, Testing and
Commissioning of 18”NB x 48 Kms (approx) and 12”NB x 274 Kms (approx)
pipeline in the state of Odisha & Andhra Pradesh including all associated works for
transportation of Natural Gas (dry)/ R-LNG.
The said work has been divided into following Four (04) sections as given below:

Sl. Section Description of pipeline Facilities Envisaged State


No D/T SV IP R/T
.
1 Section I 18" x 48Km Approx. Laying , 01 01 01 00 ANDHRA
terminal & Associated works from DT PRADESH/
at Ch. 0.00 (Tap-off from IP-04 of ODISHA
Srikakula –Angul Pipeline -Part A at
Ch. 341.0 Km) to IP-01S ( Ch. 48.0
Km approx.)
2 Section II 12" x 142.8 Km Approx. Laying , 00 07 00 01 ANDHRA
terminal & Associated works from IP- PRADESH/
01S ( Ch. 48.0 Km approx.) to RT - ODISHA
Utkal Alumina ( Ch. 190.8 Km
approx.) but excluding terminal
works at IP-01S , Station Piping Works
for Dispatch Stations at SV-06S & SV-
07S
3 Section III 12" x 68.3 Km Approx Laying, 01 03 00 01 ODISHA
terminal & Associated works from SV-
06S (Ch. 158.4 Km approx.) to
Consumer Vedanta (Ch. 68.3 Km
approx.) Including Station Piping
works for Dispatch station at SV-06S
4 Section IV 12" x 62.97 Km Approx Laying, 01 03 00 01 ODISHA
terminal & Associated works from SV-
07S (Ch. 178.4 Km approx.) to
Consumer Nalco (Ch. 62.97 Km
approx.) Including Station Piping
works for Dispatch station at SV-07S

Scope under above referred Pipeline mainly consists of following:

The brief scope of work includes supply of materials (other than free issue material),
pipe laying work including but not limited to Construction Management, HSE & Quality
Management, Survey, ROU management, clearing of ROU, grading, stringing,
bending, welding (manual / Semi-automatic/ Automatic), trenching, joint coating,
lowering, crossings, crossings by HDD (wherever specified), Tie-ins, NDT and
destructive testing, backfilling, laying of pipeline along-with OFC & HDPE ducts, TCP
works, site restoration, hydro-testing, dewatering, swabbing, MGP & EGP, drying, pre-

273 of 896
commissioning, commissioning and Gas-in of 18”/12” Dia. pipeline including, Cathodic
protection, Corrosion monitoring works, Electrical works &Telecom works, Pipeline
information Management System (PIMS) , Videography including all associated work

- Entire works at Dispatch Stations including installation of scrapper trap,


insulating joints, flow tee, all valves, equipment, fittings, metering facility ( as
required), all piping works and other facilities and all associated mechanical,
civil [including building works, Guard room (Porta Cabin Type), Pavement
and supports etc], structural works, instrumentation, telecom works , Fire
fighting works, Corrosion monitoring works , Cathodic protection etc.
({Pipeline is originating from IP-04 of SAPL – Part A , which were already
covered in the tender for SAPL – Part A except RCC framed control room
building and hence the construction of same shall be in present scope of
work).

- Entire works at SV’s (as applicable) including installation of insulating joints,


flow tee, all valves, equipment, fittings, all piping works and other facilities
and all associated mechanical, civil [including building works for alternate
SV, Brick boundary wall , Guard room (Porta Cabin Type), Pavement and
supports etc], Architectural and structural works, instrumentation, telecom
works , Fire fighting works , Cathodic protection etc.

- Entire works at Intermediate Pigging Stations (IP) including installation of


scrapper trap, insulating joints, flow tee, all valves, equipment, fittings,
metering facility ( as required), all piping works and other facilities and all
associated mechanical, civil [including building works, Brick boundary wall ,
Guard room (Porta Cabin Type), PCP room (Porta Cabin Type), Pavement
and supports etc], Architectural and structural works, instrumentation, telecom
works , Fire fighting works, Corrosion monitoring works , Cathodic protection
etc.

274 of 896
- Entire works at SV Cum Dispatch Station including installation of scrapper
trap, insulating joints, flow tee, all valves, equipment, fittings, metering facility
( as required), all piping works and other facilities and all associated
mechanical, civil [including building works, Brick boundary wall , Guard
room (Porta Cabin Type), Pavement and supports etc], Architectural and
structural works, instrumentation, telecom works , Fire fighting works,
Corrosion monitoring works , Cathodic protection etc.

- Entire works at Receiving Stations including installation of scrapper trap,


insulating joints, flow tee, all valves, equipment, fittings, metering facility ( as
required), all piping works and other facilities and all associated mechanical,
civil [including building works, Brick boundary wall , Guard room (Porta
Cabin Type), Pavement and supports etc], Architectural and structural works,
instrumentation, telecom works , Fire fighting works, Corrosion monitoring
works, Cathodic protection etc.

- Dumpyard management for linepipes @ Rs. 10,500/- per day (Excl. GST)
after completion of paid period of respective line pipe suppliers for dumpyard
maintenance

The scope of present tender includes all river crossing by HDD.

- Installation of Pipeline at crossings of road, utilities, underground pipelines


and water crossings (river, canal and nala) as required.

- Installation of Pipeline by HDD method as required.


- All works related to hydro-testing, dewatering, swabbing and tie-in with
adjoining pipeline/ terminal piping sections including tie-in with the HDD
sections, if any.
- Carrying out magnetic cleaning & EGP.

- Pre-commissioning of the pipeline section and associated facilities.

- Commissioning assistance (as applicable) and Commissioning.

- Idle time preservation of pipeline, if required.

- All works related to HDPE duct laying and optical fibre cable (OFC) blowing.

2.2 Construction Fronts

The number of construction fronts required for successful completion of work as per
completion schedule or as per instruction of EIC is to be mobilized by contractor for

275 of 896
the entire pipeline length of each Part/Pipeline.

Fully equipped (as per Annexure-9B to SCC), maintained and functional fronts (team
of equipments, manpower & Resources) are required to be mobilized by the
Contractor to complete installation of facilities covered under each parts as a
minimum. All the construction fronts shall work simultaneously. In addition,
contractor shall deploy separate crews for rail, road, water crossings and restricted
areas. Contractor shall also mobilize separate teams for mechanical works at
Despatch Terminal, Receiving Terminal, Tap-off point & SV Stations.

2.3 Successful Bidder is required to submit detailed methodology for working in rainy
season before start of the work.

2.4 Contractor shall adopt suitable method of construction/ execution of work for
restricted ROU/ Common ROU and deploy adequate equipment & manpower etc. as
required. CONTRACTOR shall provide complete details of manpower, equipment etc.
to be deployed.
2.5 For execution of the pipeline work in the narrow ROU space in forest areas, the
CONTRACTOR shall consider the special requirements/ measures and shall deploy
adequate amount of manpower and equipment for performing the work.

2.6 Mechanical, civil, architecture, structural, cathodic protection, electrical,


instrumentation, telecom works, Corrosion Monitoring Systems and fire
protection works for the respective pipeline shall be carried out as per
relevant particular job specification provided elsewhere in the Bid
document.

3.0 SCOPE OF WORK

The Contractor's Scope of work for the pipeline shall consist of, but shall not be
limited to, supply (as required), fabrication, installation, testing, swabbing, drying,
EGP, pre-commissioning and commissioning of the proposed pipeline system
including terminal piping works and hook-up works at terminal along with all
associated mechanical, civil, architectural, structural, electrical, instrumentation,
telecom, Corrosion Monitoring Works , fire fighting works etc. All such works that are
not indicated here below but are otherwise required to complete the work in all
respects shall form part of Contractor's Scope of Work.

The scope indicated below shall be read in conjunction with Schedule of Rates as
applicable, drawings, standards, specifications and other documents forming part of
the Contract document.

The detailed scope of work shall be in general but not limited to the following:

276 of 896
3.1 Main pipeline

3.1.1 "Receiving and Taking-over" of COMPANY supplied externally/ Internally corrosion-


coated and bare line pipes of all thicknesses at Company’s designated storage yard
in presence of Company’s representative. Transportation including loading,
unloading, handling, stacking, hauling and stringing of pipes from Company’s storage
yards to Contractor’s worksite(s)/ workshop(s)/ pipeline Right-Of-Use (ROU),
including arranging all pipe trailers, cranes, arranging all necessary intermediate
storage area(s) required thereof till the complete pipeline system is permanently
installed.

The exact location of Company’s storage yards shall be intimated to the


CONTRACTOR at the time of award. In addition, Contractor shall set up stores for all
items as defined in scope of supply.

3.1.2 Carrying out inspection of COMPANY supplied line pipes and pipe corrosion coating at
the time of receiving and taking-over for all defects etc. in the presence of
Company’s representative.

3.1.3 Carrying out repairs (including supply of all materials) of line pipe and pipe coating
not attributable to COMPANY which will include repair of all defects/ damages
occurring during transportation and/ or handling after receiving and taking over.

3.1.4 For pipes where cutting out involves more than 25mm from pipe ends, ultrasonic
inspection shall be carried out at pipe ends for line pipe and including supply of all
equipments. Contractor shall take prior approval from Company for the agency
engaged for carrying out ultrasonic inspection.

3.1.5 Loading, unloading, handling, stacking, storing and transportation to workshop/ work
site of all materials (other than bare and corrosion coated line pipes) that may be
used for the construction of pipeline system either supplied by COMPANY at their
designated storage yard/ store and/ or by CONTRACTOR as the case may be. All
Company supplied materials (ie; line pipe, Barrel, skid, IJ, other piping material
including flange & fittings as per schedule of rate) shall be issued to Contractor from
Company’s designated store.

3.1.6 Preparation of bevel end and coating edge of line pipes for welding.

3.1.7 Contractor shall incorporate the crossing details in the as-built alignment sheet after
completion of work.

3.1.8 Carrying out all additional topographic and/ or geotechnical survey as required for

277 of 896
local detours, detours at crossing locations during execution.

3.1.9 Geo-technical investigation and hydrological survey of all major water body crossings
and topographical survey for all plots are being carried out by the Company and the
same shall be provided to the contractors during execution of the contract. However,
contractor shall verify the authenticity of the data provided during execution and if
required, additional geo-technical investigation & hydrological survey shall be carried
out by the contractors for HDD crossings without any cost and time implication.

3.1.10 Carrying out thorough internal cleaning of all pipes to remove debris, shots, grits etc.
to the satisfaction of Engineer-in-charge.

3.1.11 Mobilizing and providing all equipments, manpower (skilled and unskilled),
consumables and other resources etc., as required for the execution of complete
work and thereafter demobilizing the same upon completion of work.

3.1.12 Obtaining all necessary approvals and work permits from concerned authorities
having jurisdiction, as applicable for performing the work including shifting/
relocation and restoration of telephone/ electrical poles and underground pipes and
other utilities etc., as required by local authorities and as directed by COMPANY.
Contractor shall also obtain all necessary approvals and work permits from concerned
authorities having jurisdiction for crossing underground utilities/ pipelines wherever
encountered along the pipeline route.

3.1.13 Cutting/ uprooting of trees within ROU, counting the number and type of trees to be
cut (before cutting) during pipeline laying works in presence of DFO/ concerned
authorities keeping record thereof and handing over the cut trees as directed by
concerned authorities/ COMPANY.

3.1.13A The Pipeline corridor shall be kept as narrow as possible at all times. The pipeline
shall be fully buried. Wherever possible vegetation along the centre line of the pipe
shall be uprooted carefully, with soil and roots intact, so that it can be used in the
reinstatement. During the excavation of the pipeline, trench top soil and subsoil
material shall be kept separate and backfilled in the same order where possible
imported backfill material shall be avoided and a selective backfill method used. The
Trench shall be opened and closed as quickly as possible. Safe exit routes/ramps
from the trench shall be provided for wildlife if a trench is left open overnight. The
Pipeline shall not alter the drainage characteristic of the land. Clay Stopper bungs will
be used as required.

3.1.14 Staking, clearing, grading of Right of Use (ROU) as required, trenching to all depths
in all types of soils including soft and hard rock, including blasting, controlled

278 of 896
blasting, chiseling, or otherwise cutting etc. to a width to also accommodate the
OFC/ cable duct as per relevant standards, drawings, specifications etc., stringing,
aligning, bending, welding, NDT by X-ray, field weld joint coating including supply of
all materials, protective coating of long radius bends and buried fittings/ valves
including supply of materials, providing sand/ soft soil padding, rock shield in the
trench wherever required including supply of sand/ soft soil, laying and lowering of
the pipeline including locating existing pipeline using pipe locator, wherever
applicable and maintaining the specified minimum spacing from existing pipeline(s),
back filling including supply of select backfill material where required, carrying out
rail, road, river, canal, drain, utility and submerged minor and major water course
crossings including installation of carrier pipe inside casing pipe at cased crossings
wherever required, providing two component epoxy coating on inner surface of
casing pipe wherever required by statutory authority, bank stabilization of water
course crossings as required, arranging all additional temporary land/ area required
for construction purposes. Supply and installation of anti-buoyancy measures viz.
continuous concrete coating, geo-textile gravel filled bags, extra cover, select backfill
etc. on pipeline, installation of supports wherever required, tie-in/ hook-up with
pipeline/ piping installed by others including cutting of temporary test headers, if
any, re-beveling, NDT, fit-up, welding, radiography etc.; clean-up, ROU restoration,
pigging, flushing, gauging, hydrostatic testing with the quantity of corrosion inhibitor
as required, dewatering with the addition of approved chemicals to neutralize the
effect of inhibitor added during hydro test at required dosage, swabbing, drying, pre-
commissioning and commissioning of pipeline including supply of all materials such
as required type and quantity of pigs, manpower, equipment, consumables and
carrying out all associated works as per relevant specifications, standards and
approved drawings enclosed with the Contract document.

Execution of pipeline laying in rocky starta shall be jointly recorded


however in case of any dispute decision of EIC shall be final and binding to
the contractor for finalization of strata.

Bifurcation of Soil & Rockey strata shall be done based on the equipments
used in trenching the pipeline section. For Rockey strata contractor have
to use rock breaking tool / rock hammer or other equivalent tools for
preparation of trench with due approval of EIC. Supply and installation of
rock shield as per specification including padding through sand/soft soil is
included in SOR item.

3.1.14A Owner’s scope shall be restricted to publishing of 3(1) and 6(1) Gazette notification
under P&MP act 1962 for acquiring ROU free of any encroachments/
temporary/permanent structures. Assistance in Liasioning during ROU
opening/Laying and getting permission from the statutory authorities shall be

279 of 896
included by Contractor in the rates quoted for Pipeline Laying & Installation works
under relevant SOR item.

3.1.15 All welding and NDT shall be carried out as per welding specification and as per
welding specification charts enclosed in the bid document.

3.1.16 Welding Techniques & NDT

Sl. Description Welding Technique NDT


No.
1 18" x 8.1/9.6/11.7mm, API 5L Gr. Manual+Semi-Automatic/
X-70 Manual
X-Ray
2 12" x 6.4/7.1/8.6 mm, API 5L Gr. Manual+Semi-Automatic/
X-70 Manual

Notes:

1) For 18" & 12”- Mainline X-70:

a) 18” & 12” (X-70) Main Pipeline welding shall be carried out by Manual/ Manual
+ Semi-Automatic welding process and NDT for all sizes of mainline shall be
carried out by X-Ray.

b) It shall be the discretion of the contractor to use any welding process for
18”/12” pipes. However no extra payment shall be made on account of re-
beveling of pipe ends, use of semi-automatic welding. The same shall be
deemed to be inclusive in the respective SOR item of mainline.

3.1.17 Welding of all tie-in joints including tie-in joints and bends on either side of major
river/ canal/ road/ rail crossings/ other facilities as required including adjoining
pipeline spreads, cutting of test header, re-beveling and tie-in with adjacent pipeline
segments.

3.1.18 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre heating wherever required, NDT
including radiography and other non-destructive tests as specified. NDT requirements
for process and other piping shall be in accordance with relevant specifications
enclosed with the Bid document.

3.1.19 Field weld joints coating and corrosion coating of Long Radius (LR) bends etc. by
Heat Shrink Sleeve. 100% solid high build epoxy (minimum 500 micron thk.) shall be

280 of 896
applied for underground piping & valves.

3.1.20 Installation of all in-line insulating joints, valves, appurtenances, online instruments
etc.

3.1.21 Providing slope breakers in steep slope areas including supply of all materials,
wherever required. Contractor shall carry out slope breaker survey and slope breaker
shall be installed (before backfilling) as per standard after approval of Engineer-In-
charge.

3.1.22 Sand/soft soil padding of minimum 150 mm thickness around pipe wherever required
in areas where trenching has been done in rock or gravel or hard soil including
supply of sand/ soft soil. The pipeline trench shall not be filled with gravel and large
stones or boulders. Supply and installation of rock-shield in addition to 150 mm of
sand/soft soil padding around the pipe in rocky areas. The rock shield shall be of
minimum 6 mm thick polyethylene mat as per COMPANY specifications. Contractor
shall furnish all details of proposed rock shield to be used, for COMPANY’s approval.

3.1.23 Providing engineered select backfill consisting of loosely compacted cohesion less soil
like sand (for the areas prone to seismic activity) including supply of cohesion less
soil like sand for a distance of 1 km on either side, as per job standards. The pipeline
shall be surrounded by at least 0.6 m of select backfill. Extra digging of trench shall
be carried out to comply with above requirement.

3.1.24 The list of crossings indicating crossing methodology is enclosed as APPENDIX VIII to
PJS.

Listed crossings methodology as per APPENDIX VIII shall be followed until there is
no change in execution methodology. Moreover for the crossings beyond APPENDIX
–VIII shall be jointly deliberated and recorded for further payment through adopted
methodology by respective SOR item.

However mentioned crossing methodology for respective crossing may


vary depending upon site conditions during time of execution. In case of
such situation, GAIL/PMC has reserve right to inform contractor about
revised crossing methodology to be adopted. The payment will be
regulated based on the actual crossing methodology executed as per
relevant SOR item.

3.1.25 Carrying out National highway /State Highway, Expressway, railways and major road
crossings by conventional/ boring/ Jacking/ HDD method with casing pipe (Refer

281 of 896
Appendix – VIII- List of Crossings indicating Proposed Methodology).

3.1.26 Supply and Installation of 168 mm (6”) CS conduit for OFC cable/ HDPE duct for all
crossings with HDPE sub ducted in CS conduits (with proper end-sealing and
arrangement of wire etc for pulling OFC).

3.1.27 Supply and Installation of warning mesh over entire pipeline as per relevant
specification/ standard. Warning mesh shall be laid 300 mm above the top of
pipeline. The material of warning mesh shall be of high density polypropylene and
non- biodegradable type. It shall have non-toxic and anti-rodent properties.

3.1.28 Providing all necessary barricading material, safety signboards, warning lights etc to
safeguard the pipeline against accidents during construction of line in city area.

3.1.29 Localized purging/ inertisation including supply of nitrogen during hook up with
existing Pipeline/ piping at existing terminal, if any.

3.1.30 Loading, unloading, handing over and transportation of all surplus COMPANY
supplied free issue materials including line pipe to COMPANY designated stores and
stacking of the same. Stacking of surplus pipe & other material shall be inclusive of
supplying of sand bags etc.

3.1.31 Long radius bends shall be provided to the contractor if available. However for
supply of LR bends, Bare pipe made available to the contractor as free issue material
from Company designated storage yard. Transportation of free issue bare line pipes
from Company’s designated storage yard to fabrication shop of bends manufacturer
and fabrication of long radius bends from free issue line pipes for installation in
terminals/ other areas. Fabrication of long radius bends shall be performed by
induction process as per specifications enclosed with the Bid document by COMPANY
approved fabricators only. As far as possible, COMPANY will endeavor to supply pipes
of same dia. and thickness from same heat of steel for fabrication of bends. However
the same is not guaranteed. LR bends shall be installed only those locations shown in
alignment sheets and approach drawings. Transportation of pipes from place of issue
to the bend manufacturer’s plant and transportation of fabricated bends from the
bend manufacturer’s plant to work site(s), return of surplus pipes/ material/ bends
etc. to storage yard/ work site/ Company’s store shall be in Contractor’s scope.

3.1.32 Carrying out cleaning, flushing, swabbing (as applicable), dewatering, testing and
pre-commissioning of pipeline and associated facilities at Dispatch Station &
Receiving terminal up to the respective battery limits. Locating all major and minor
leaks during hydro-testing, if any.

282 of 896
3.1.33 Repair of leaks/ burst, not attributable to Contractor, occurring in Company supplied
material, shall be carried out by the contractor and the Contractor shall be
compensated as per provisions of the contract. However Contractor shall carry out
repair of defects attributable to Contractor at no extra cost to Company. Contractor
shall submit a report for failure to Company.

3.1.34 Carrying out magnetic cleaning (pigging with the help of magnetic pig to remove
steel debris), electronic geometric pigging (caliper pigging) for each pipeline section
including supply of all types of pigs, pig locating and tracking device, spares,
consumables, manpower etc. as per specification enclosed with bid/ contract
document.

3.1.35 Carrying out repair of all defects found during electronic geometric pigging including
locating, digging, cutting, welding, NDT etc.

3.1.36 Commissioning of pipeline & associated facilities. Providing all equipments,


manpower, machinery, consumables including required number of pigs and
assistance as required during commissioning of pipeline system and associated
facilities viz. Dispatch Terminal and Receiving Terminal up to the respective battery
limits.

• Daily and Monthly Progress Report


• All approved working procedures
• Approved Welding Procedure Specification (WPS) / Procedure Qualification
Record (PQR).
• Approved Alignment Sheets / Crossing Sheets
• HSE Reports
• Material Reconciliation Report
• Status report of contractor bought out items including relevant documents (QAP,
TC, etc.)
• Data for Preparation of Pipe Book
• Technical documents of bought out items (MDS, QAP, QA, Inspection Report,
etc.)
• All As-Built Documents

3.1.37 Pipeline Information Management System is to be implemented by laying


Contractor as per the scope detailed in particular job specification enclosed as
Annexure-X and SOR enclosed elsewhere with the tender. As a minimum the
documents to be uploaded in PIMS system shall include but not be limited to the
following:

• Daily and Monthly Progress Report


• All approved working procedures
• Approved Welding Procedure Specification (WPS) / Procedure Qualification

283 of 896
Record (PQR).
• Approved Alignment Sheets / Crossing Sheets
• HSE Reports
• Material Reconciliation Report
• Status report of contractor bought out items including relevant documents
(QAP,TC, etc.)
• Data for Preparation of Pipe Book
• Technical documents of bought out items (MDS, QAP, QA, Inspection Report,
etc.)
• All As-Built Documents

3.1.38 Final clean-up and restoration of ROU and other conveniences like temporary
approach roads/ temporary works, barren land, road, rail, canals, water crossings,
cultivable land etc. to original condition as per specification and drawings to the
entire satisfaction of COMPANY and/ or authorities having jurisdiction over the same,
including disposal of surplus construction materials to Company’s designated stock
yard(s) or as directed by Engineer-in-charge. CONTRACTOR shall restore stones laid
to mark the boundaries of adjoining fields to original conditions. Contractor shall
arrange necessary clearance from all concerned authorities/ land owners to the
effect that ROU has been restored back to the original condition.

3.1.39 Disposal of surplus excavated soil from trench outside ROU

3.1.40 Idle time preservation by filling Nitrogen at a positive pressure of 2 bar (g) as per
specification, if required including supply of Nitrogen.

3.1.41 Preparation of as-built drawings, pipe-books, documents, photographs and project


records as per specification and instructions of the COMPANY including furnishing of
all Test Certificates/ Inspection Reports for all materials used for permanent
installation. Taking over Crossing details from HDD agency (in case of separate
agency) and compilation of all as-built drawings, project records, pipe book etc. shall
be in laying contractor’s scope of work.

3.1.42 Taking over surplus bare and coated pipe from coating contractor at storage yard
after completion of work, loading, unloading, transportation and handing over of all
surplus Company supplied free issue material including short length of pipes to
Company’s designated Storage yard as directed by Engineer-in-charge.

3.1.43 In case any activity though not specifically covered in schedule of rates description
but same is covered under scope of work/ Specification / drawings, it is understood
that the contractor shall do such performance & provisions so mentioned without any
time & cost implication.

3.1.44 Any other works not specifically listed herein but are required to be carried out to

284 of 896
complete entire work related to pipelines and the associated facilities.

3.1.45 Installation of casing pipes (by open cut/jacking/ boring/ any other trenchless
technique) assembly, including supply of all materials, casing insulators and end
seals, vents and drains etc. complete, at cased crossings.

Supply of CS conduit 168 mm OD, IS: 3589, 6.4 mm thk steel conduit with HDPE
inter duct for laying of OFC at crossings

3.1.46 Providing loosely compacted cohesion less soil like sand, murrum, silty sand for
specified distance in seismic prone areas.

3.1.47 Crossings of rivers/streams/canals by Open Cut/ Boring/ Trenchless Technology


method :

a) Pre-construction surveys, preparation of detailed construction method


statement and calculations for Company’s approval.

b) Geo-technical investigations, if required.

c) Site preparation, arranging required land for setting up of string fabrication


yard and obtaining necessary permissions from concerned authorities.

d) Preparation of pipeline Launch way, continuous concrete coating of pipes,


repair of damages to corrosion and concrete coating, string preparation, field
welding, NDT including radiography, pretest of completed strings, corrosion
and concrete coating of field joints, trenching, laying at approved depth,
backfilling including supply of select backfill material (where required),
stabilization of banks, post installation hydro test, capping, providing and
installing of markers, etc.

e) Installation of HDPE conduit, laying of OFC inside the conduit. Contractor


shall install pipeline and OFC conduit together in river crossings and HDPE
conduit shall be strapped using corrosion resistance straps to the main
pipeline in the top quadrant. Stability of the combined installation shall be
ensured.

3.1.48 HDD works shall be carried out in accordance with specification enclosed with bid
package. For directionally drilled crossing, following shall be performed:

a) Carrying out all surveys and collection of data, as may be required for the
design and construction of the crossings.

285 of 896
b) Carrying out all engineering, design calculations and preparing all
construction drawings for laying of pipeline and optical fibre cable inside steel
pipe as per requirements for installation of river crossings by HDD method.

c) All construction activities required for installation of the crossings viz. site
preparation, preparation of pipe string, repair of damages to corrosion
coating, field welding, NDT including radiography, pretest of complete string,
corrosion coating of field joints, holiday testing of complete pipe string,
drilling in all types of soil including gravel, boulders and disintegrated and
hard rock, installation of pipeline, post installation hydro-testing of the
crossing section, capping, providing and installing markers at crossings.

d) Field joint coating shall be carried out by Dirax heat shrink sleeves by
Covalence Raychem (Berry Plastics Corporation) or TBK heat shrink sleeves
by Canusa-CPC or equivalent.

e) Supply of 6" NB, 6.4mm W.T.,IS: 3589, 300 micron epoxy coated steel
conduit, with inter duct of flexible HDPE/plastic corrugated tubing for laying
of OFC cable, preparation of steel conduit string and corrosion coating of
weld joints.

f) Installation of pipeline and 6" NB steel conduit for OFC (together in a single
drilled hole or separately in two independent drilled holes).

g) Tie-in with main pipeline after successful installation of pipeline at river


crossing.

h) Testing and jointing of OFC at either ends with OFC in main pipeline trench.

i) Contractor shall dispose bentonite slurry safely as per technical specification


and environmental requirements as applicable.

3.1.49 Clean-up and restoration of ROU and other conveniences like road, rail, canals,
cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to
original condition as per specification and drawings to the entire satisfaction of
Company and/or Authorities having jurisdiction over the same, including disposal of
surplus excavated soil and other construction materials to a location identified by
Contractor approved by local authority without causing any disturbance to
environment and to the entire satisfaction of Company.

Contractor shall arrange necessary clearance from the concerned authorities/ land
owners to the effect that ROU/ ROW has been restored back to original condition.

286 of 896
Contractor shall carry out joint survey with representative of Competent Authority
(CA) and will obtain clearance in writing from CA that ROU has been restored to
original condition. Necessary clearance from statutory authority / NOC for restoring
the ROU to original condition shall be in Contractor’s scope. Necessary proof of
restoration i.e. through photographs and video recordings will have to be submitted
by the contractor where ever NOC is not available.

3.1.50 Fabrication of long radius bends from Free Issue line pipes by induction process,
carrying out corrosion coating of bends by heat shrink sleeve as per specification
enclosed with bid package.

3.1.51 Tie-in with the pipeline at rail, road, river and other crossings including cutting of test
headers as required and tie-in with terminal piping & with existing facilities as
applicable.

3.1.52 At all pipeline tie–in locations, the trench shall be excavated further wherever
possible and permanently lubricated HDPE duct shall be laid away (approx. 1 meter)
from the pipeline to avoid damage to the HDPE conduit and to the pipeline.

3.1.53 Preparation of video films with audio commentary covering all aspects of pipeline
construction annotated as required, conversion of the same to video CD/DVD ROM
format, submitting three (3) sets of the same.

3.1.54 All incidental and associated works and any other works not specifically listed herein
but are required to be carried out to complete entire work related to pipelines and
the associated facilities and making the entire pipeline system ready for operation.

3.1.55 Liasoning before preconstruction survey, opening of RoU and upto completion of
entire Mainline works (including CP and Telecom works); all type of Liaoning &
coordination with local people / Farmers / authorities for ensuring hindrance-free
construction works at site; obtaining NOC from respective land owner / farmers as
and when required; submitting request for authority permission (after obtaining the
letter from client), follow-up, assisting in site inspections/ route survey/ site report &
drawing preparation and submitting to owner for approval, re-submission after
incorporating comments (if any), modification if required. Liasoning with any
statutory authorities i.e., NHAI, PWD, Railways, Irrigation, Forest, Municipal
Corporation etc. Obtaining work permits / NOC from various statutory authorities
having jurisdiction for execution of the work and complying with all stipulations/
conditions/ recommendations of the said authorities.

3.2 Associated Works for Pipeline Construction

287 of 896
3.2.1 Installation of casing pipes(by open cut/ jacking/ boring) assembly, including
transportation of casing pipe from company store and supply of all materials, viz.
casing insulators and end seals, vents and drains etc. complete, at cased crossings.
In case, coated casing pipe is supplied as free issue material, then the contractor
shall remove coating before installation.

3.2.2 Supply and installation of all types of pipeline markers including their painting
suitable for normal corrosive environment as per specification and all associated civil
works.

3.2.3 Tie-in/ hook-up of pipeline at Despatch / Receipt Terminal and existing facilities, if
any, is in the scope of Contractor.

3.3 Piping Works at Despatch and Receiving Terminals.

Facilities to be installed at various terminals (Despatch & Receiving), Intermediate


Pigging (IP) and Sectionalizing Valve (SV) Stations, as a part of overall pipeline
system are shown in respective Piping & Instrumentation diagrams (P&IDs)
enclosed.

a. Despatch & Receiving Terminals

Preliminary equipment layouts/ Plot plans & P&ID for the terminals/ stations are
enclosed with this Bid. These drawings are indicative only and are enclosed to enable
the Contractor to understand the nature of work involved. Issued for Construction
(IFC) piping General Arrangement Drawings (GADs) shall be progressively furnished
to the Contractor, at an appropriate time at project execution stage.

Contractor shall carry out all works strictly in accordance with the Issued for
Construction (IFC) drawings and reference specifications/ standards, documents, data
sheets etc. enclosed with this Bid document and instructions of Company/ Engineer-
in-Charge and other provisions of Bid document.

The Contractor’s Scope of Work for the work tendered shall consist of, but not be
limited to, supply (as indicated in Scope of Supply), installation, testing, pre-
commissioning and commissioning of terminal piping complete, with all associated
mechanical, civil, architectural, structural, electrical, instrumentation, telecom, fire
fighting works etc. as applicable including all such works which though specifically not
indicated here but will otherwise be required to complete the work in all respects.

The scope indicated below shall be read in conjunction with Schedule of Rates as
applicable, drawings, standards, specifications and other documents forming part of

288 of 896
the Contract document.

3.3.1 “Receiving and Taking over” as defined in specifications of all Company supplied
materials including equipment from the Company’s designated place(s) of issue
defined elsewhere, transportation including loading, unloading, handling from
Company’s designated place(s) of issue to Contractor’s own stock yard(s)/ work
site(s)/ workshop(s), including arranging all necessary intermediate storage area(s)
thereof till the materials are installed in permanent installation.

3.3.2 Procurement and supply of all materials, equipments that are included in the scope
of supply of Contractor, transportation of all materials from manufacturer’s works
including loading, unloading, handling, storing and transportation to work
site(s)/work shop(s) including arranging all necessary intermediate storage area(s)
thereof, as required.

3.3.3 Fabrication, erection, testing of all above-ground/ buried piping system including
installation of metering skid, scrapper trap etc. consisting of pipes, valves (manual
and actuated), flanges, fittings, flow tees, pig signalers, insulating joint etc; carrying
out all applicable works associated with buried pipeline within the Terminal boundary
wall/ fence (wherever applicable), carrying out welding, NDT including radiography;
weld repairs/ retesting, cleaning/ flushing hydro testing, dewatering, functional
testing, cutting of mainline and beveling (if required), excavation in all types of soil
for installation of piping and pipe supports, pre-commissioning, providing
commissioning assistance(wherever required) and commissioning including supply of
all materials and manpower that are required during pre-commissioning and
commissioning and all associated works.

3.3.4 Installation of Sectionalizing Valve stations in all terrains/ soils including all above
ground/ underground piping at all elevations and depths including all civil works, viz.
filling and compaction of valve station areas, excavation of pits, gravel filling,
construction of supports, foundations, construction of access road to installation from
nearest metalled road, installation of all valves and valve actuators and all fittings/
piping works.

3.3.5 Preparation of isometric and/or fabrication drawings required for the purpose of
fabrication during execution of work.

3.3.6 Obtaining all necessary approvals and work permits from concerned local authorities
having jurisdiction including hot work permit as applicable for performing the work in
existing terminal facilities. Arranging of adequate fire-fighting equipment viz. fire
brigade, fire extinguisher, shielding from existing facilities, oxygen mask etc. for

289 of 896
carrying out the work safely to the satisfaction of COMPANY.

3.3.7 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre heating wherever required, NDT
including radiography and other non-destructive tests specified. NDT requirements
for process and other piping shall be in accordance with relevant specifications
enclosed with the Contract document.

3.3.8 Installation of all types of valves (manual/ actuated), all types of inline/ online
instruments such as PSVs (other than those covered separately), safety valves,
tapping for thermowells, sample connections, pressure gauges, corrosion monitoring
system etc. for all sizes and ratings including fixing of gaskets, bolts, studs and nuts
of all sizes, ratings and materials.

3.3.10 Installation of all in-line and on-line instruments including Skin Temperature
measurement assemblies.

3.3.11 Void

3.3.12 All associated civil works, viz. levelling, filling and compaction of station areas as
required, necessary stone pitching at the sides of earth fill (if required), excavation of
pits, gravel filling, paving as required, access road to installation from nearest
metalled road, etc.

3.3.13 All associated structural and mechanical works including supply of all materials
required, unless covered separately elsewhere in the Bid document, including
construction of foundations (PCC/ RCC works) for equipments and pipe supports and
sleepers, fabrication and erection of supporting structural elements for piping such as
shoes, clamps, anchors, guides, insert plates, brackets, structural column, valve
operating platforms, pipe crossovers etc. Contractor shall provide grating as per
details currently included in the tender document or as per details furnished
subsequently.

3.3.14 Supply of bolts, nuts, gaskets, washers, U bolts, clamps, clips, gaskets for supports
for all piping works.

3.3.15 Supply, fabrication and erection of supporting structural elements for piping such as
shoes, clamps, anchors, guides, insert plates, brackets, structural column etc.

3.3.16 All associated structural, instrumentation, telecom, mechanical and civil works
including supply of all material required, covered separately elsewhere in the Bid

290 of 896
document.

3.3.17 Hook-up of piping with equipments and vessels and hook-up of all piping at the
battery limit with the pipeline/ piping including cutting of temporary test header, re-
beveling, NDT, fit-up, welding, radiography etc. including interface/ coordination as
required with other Contractor(s)/Agencies.

3.3.18 Painting of above ground piping (including supply of materials), structural steel
elements, for pipe supports, all equipments and all related miscellaneous items as
required and as directed by Engineer-in-charge. Paint shall be suitable for normal
corrosive environment in accordance with specification. Wherever touch up/ repair of
primer is required, high build epoxy zinc phosphate primer shall be used.

3.3.19 Protective coating of 100% solid high build epoxy minimum 500 micron thk for all
underground piping, valves, fittings, etc..

3.3.20 Corrosion protection coating of all field weld joints for buried piping of all sizes
including supply of all materials.

3.3.21 Cleaning (card board blasting), Hydro testing, dewatering and drying of piping
system of all sizes as per specifications enclosed.

3.3.22 Final clean up and restoration of site, facilities etc. as per the requirement of
COMPANY/ Engineer-in-Charge including filling (wherever required) and grading of
areas around stations for avoiding any local flooding of area.

3.3.23 Transportation and stacking of all surplus COMPANY supplied free issue material to
Company’s designated store after completion of works or as directed by Engineer-in-
Charge.

3.3.24 Preparation of as-built drawings, documents and project records as per instructions
of Engineer-in-Charge.

3.3.25 Preparation of detailed procedures for fabrication, installation, testing, pre-


commissioning and commissioning. Such procedures shall be submitted to
COMPANY/ Engineer-in-Charge for review and approval.

3.3.26 Obtaining all statutory clearances, approvals, permissions and hot work permit for
the works as required.

3.3.27 Fabrication and erection of piping supports and change of existing support/
additional supports installed by others as directed by Engineer-in charge.

291 of 896
3.3.28 Idle time preservation of mainline and terminal piping with positive pressure 2 bar
(g) for specified period.

3.3.29 Any other works not specifically listed herein but required for completion of the
works in all respects.

3.4 All construction works shall be carried out as per “Approved for Construction”
drawings, procedures, specifications and applicable codes and standards. Any
changes at site shall also need prior approval from the COMPANY and revision of
drawings.

3.5 Temporary Cathodic Protection Works

Temporary Cathodic Protection works shall be carried out as per the scope detailed
in particular job specification enclosed as Annexure-I and SOR enclosed elsewhere
with the tender.

3.6 Corrosion Monitoring System Works-

Corrosion Monitoring System works shall be carried out as per the scope detailed in
particular job specification enclosed as Annexure-II and SOR enclosed elsewhere
with the tender.

3.7 Civil, Architecture& Structural Works

Civil works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-III and SOR enclosed elsewhere with the
tender.

Architectural works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-IV and SOR enclosed elsewhere with the tender.

Structural works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-V and SOR enclosed elsewhere with the tender.

3.8 Instrumentation Works

Instrumentation works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-VI and SOR enclosed elsewhere with the tender.

3.9 Telecommunication Works

292 of 896
Telecommunication works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-VII and SOR enclosed elsewhere with the tender.

3.10 Electrical Works

Electrical works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-VIII and SOR enclosed elsewhere with the
tender.

3.10 Fire Protection Works

Fire Protection works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-IX and SOR enclosed elsewhere with the tender.

3.11 Pipeline Information Management System (PIMS)

Pipeline Information management system shall be carried out as per the scope detailed
in particular job specification enclosed as Annexure-X and SOR enclosed elsewhere
with the tender.

4.0 SCOPE OF SUPPLY

4.1 Materials to be supplied by COMPANY as Free Issue

Company shall supply the following Pipeline/ Terminal piping materials required for
permanent installation to the Contractor at an appropriate time during the execution
stage as free issue materials:

Line Pipes:
Entire required quantity of bare/ coated line pipes of all thickness and dia shall be
supplied by Company. Line pipes (bare/ coated) shall be made available to the
Contractor at designated storage yards. Transportation of the line pipe from
designated storage yards in to work site shall be in the scope of the CONTRACTOR.
Further the CONTRACTOR has to ensure safe storage.

a. Bare Line Pipes X-70 for 18” x 11.13 mm, X-70 for 12’’ x 7.9 mm shall be used for
above ground piping in front of scrapper trap by the respective Contractor.

b. The quantities of coated and bare line pipes indicated in the bid document are
approximate and may vary. The exact quantity shall be intimated to the Contractor
after award of work.

c. Contractor to note that quantities of line pipe indicated in the bid document includes

293 of 896
contingency/ extra length over and above the actual requirements. Surplus pipes
shall be taken over by the Installation contractor from the coating contractor at
storage yard after completion of Installation works. It is the responsibility of
installation contractor to return surplus pipes to the COMPANY designated storage
yard as per instructions of Engineer In-Charge after completion of installation works.

d. Receiving and taking over of bare and coated line pipes at Storage yard including its
inspection. All trucks / trailers for transportation of line pipes from storage yards to
site/ ROU/ Contractor’s storage Yard shall be supplied by contractor.

e. Contractor to note that quantities of line pipe indicated in the bid document includes
contingency/ extra length over and above the actual requirements. Surplus pipes
shall be taken over by the Installation contractor from the coating contractor at
storage yard after completion of Installation works. It is the responsibility of
installation contractor to return surplus pipes to the COMPANY designated storage
yard as per instructions of Engineer In-Charge after completion of installation works.

f. Void

g. Transportation of pipes and other free issue material from place of issue is in
Contractor’s scope. Contractor shall note that the prices indicated in the Schedule of
Rates shall be inclusive of taking the delivery and transportation of line pipes and
other material from the storage yard/ stockyard to work place(s).

h. Bevel Protectors of the line pipes shall be the property of the pipeline installation
Contractor. He has to collect and dispose off the bevel protectors. Contractor shall
quote accordingly.

i. For Fabrication of LR bends, Contractor shall arrange all transportation from Pipe
Storage Yards to bend fabricator’s shop and work site.

j. The Storage yard shall be managed by contractor.

Other Terminal Piping Materials

Company shall supply the following materials to be installed as a part of Terminal


piping as free issue:

i. Scrapper traps including handling devices, pig signalers, quick opening closure
and pressure safety valves.
ii. Insulating joints
iii. Flow tees

294 of 896
iv. All types of valves (ball, plug, globe etc.). Wherever required, actuators shall be
supplied along with valves.- as per scope.
v. Quick Opening End Closures of all sizes for blow down lines.
vi. All types of fittings such as elbows, tees, reducers, weldolets, sockolets etc. – as
per scope
vii. Flanges/ blind flanges/ spectacle blinds/ spacers & blinds
viii. Metering skids
ix. Casing pipe for bored crossings, if available
x. Assorted Pipes, if available
xi. LR Bends, if available
xii. CS Conduit , if available

The Company shall make above free issue materials available at the GAIL store
locations as indicated in Annexure-2 to SCC

Contractor shall arrange all trucks/ trailers, cranes etc. for transportation of above
materials including loading at Company store, unloading at contractor’s storage yard/
work site, arrangement of cranes, handling etc.

Contractor shall return all surplus material to company designated storage yard as
decided by Engineer- In- charge.

4.1.1 Conditions for COMPANY Supplied Material

i. The Contractor shall be responsible for taking over of the material and
subsequent handling, hauling, transportation to the actual work
site(s)/fabrication yard(s) and storage & safe keeping of the materials.
Contractor shall arrange all equipment/ cranes etc. for loading of these
materials on their truck/trailers for transportation.

ii. The Contractor shall inspect all COMPANY supplied free issue materials at the
time of taking over from the COMPANY and defects noticed, if any, shall be
brought to the notice of COMPANY/ COMPANY representative and jointly
recorded. Once the material has been taken over by the Contractor, all the
responsibility for safe keeping of the materials shall rest with the Contractor.

iii. Every month the Contractor shall submit to the COMPANY an account for the
material issued to the Contractor in the Performa prescribed by Engineer-in-
Charge.

295 of 896
iv. On completion of the works, Contractor shall submit a “Material Appropriation
Statement” for all materials supplied by the COMPANY as free issue materials.

v. The scrap allowances shall be permissible as per the provision of Bid


document. The percentage allowance shall be accounted on the basis of
actual consumption as incorporated in the work.

vi. All unused and scraps material shall be the property of the COMPANY and
shall be returned by Contractor to COMPANY at COMPANY’s designated
storage point(s) including transportation of the same from Contractor’s stock
yard(s)/worksite(s)/work shop(s) to the COMPANY’s designated storage
point(s). Contractor shall be responsible for the proper measurements of the
unused/ scrap materials to be returned to the COMPANY.

4.2 Materials to be supplied by CONTRACTOR

The procurement and supply, in sequence and at appropriate time and place,
including inspection and expediting, of all materials and consumables required for
completion of the work as defined in this bid document except the materials
specifically listed under para 4.1 above as COMPANY free issue material, shall be
entirely the CONTRACTOR's responsibility and the item rates quoted for the
execution of the WORK shall be inclusive of supply of all these materials. All
materials supplied by the CONTRACTOR shall be strictly in accordance with the
requirements of relevant COMPANY material specifications enclosed with the
Contract document. All equipments, materials, components etc. shall be new and
specifically purchased for this job from Company approved vendors, duly inspected
by third party inspection agency(shall be 3.2 certified--refer APPENDIX-VI – Third
Party Inspection Agency).Only manufacturer certificate shall not be adequate. As a
minimum, the materials to be supplied by CONTRACTOR may include but shall not
be limited to the following.

i. All equipments & consumables such as welding electrodes, oxygen,


acetylene, inert gases, all types of welding electrodes, filler wires, solder
wires, brazing rods, flux etc. for welding/ cutting and soldering purposes.

ii. All materials for all types of pipeline markers including cement, sand,
reinforcements, structural steel etc. and paint conforming to normal corrosive
environment as per specification enclosed with the bid documents.

iii. Casing insulators and end seals and materials for casing vents and drains as
per drawings.

296 of 896
iv. All materials required for continuous concrete coating/ gravel filled geo-
textile bags for providing negative buoyancy to the pipeline wherever
required. Contractor shall take prior approval of COMPANY and furnish all
details including design calculations in case of use of purpose built geo-textile
bags. For river crossings, only continuous concrete coating shall be provided
for negative buoyancy.

v. Supply of warning mat. The material of warning mat shall be of high density
polyethylene and non-biodegradable type. It shall have non-toxic and anti-
rodent properties.
vi. Supply and installation of warning mesh over entire pipeline as per BS
EN:12613 (latest edition). The material of warning mesh shall be made from
virgin quality polyethylene (PE)/ polypropylene (PP) and shall have UV
resistant, non bio-degradable, non-hazardous type in accordance with BS
EN:12613. It shall have non-toxic and anti rodent properties.. Rate for supply
and installation of warning mesh shall be included in the relevant SOR items
of Schedule of Rates (SOR) Mainline Works.
The total minimum width of the same shall be as follows:
- For 12” Pipeline – 600 mm ( Width for supply in single part)
- For 18” Pipeline – 400mm + 450 mm ( Width for supply in two parts)

Warning mesh shall have golden yellow colour and printed warning
text shall be in red colour and non deletable type with high abrasion
resistant

vii. Supply of all materials for installation of wind-shock and safety signboard at
different stations.

viii. All materials and consumables required for external corrosion coating and
concrete coating (where required) of field weld joints.

ix. All materials required for field joint coating, corrosion coating of LR bends
and repair of damaged corrosion coating of line pipe. Contractor shall confirm
that proposed field joint coating material is suitable for type of terrain
encountered along pipeline route. Contractor shall take prior approval from
COMPANY for field joint coating material to be used. The cut back length
shall be 150 mm + 20 (-0) mm.

x. All material, equipment & consumables for HDD works including Dirax heat
shrink sleeves by Covalence Raychem (Berry Plastics Corporation) or TBK

297 of 896
heat shrink sleeves by Canusa-CPC or equivalent.

xi. All materials required for sand/ soft soil padding around pipeline and optical
fibre cable, select backfill of approved quality, slope breakers, bank
stabilization of water crossings etc.

xii. For rocky areas, rock shield shall be provided in addition to sand/ soft soil
padding. Rock shield shall be of high density extruded polyethylene mesh
with following properties:

Thickness ASTM D-1777 6 mm (minimum)


Compressive Strength ASTM D-1621 250 PSI
Impact Resistance ASTM G-14 100 in-lb

Contractor shall obtain prior approval from Engineer-in-charge for rock shield
material & its application procedure.

xiii. All materials including consumables, nitrogen etc. required for hook-up with
existing facilities and equipments.

xiv. Long radius bends (R=6D) of all angles and wall thickness fabricated from
COMPANY supplied free issue line pipes.

xv. Mobilizing and providing all necessary barricading material, safety


signboards, warning lights etc to safeguard the pipeline against accidents
during construction of line in city area.

xvi. All safety tools, tackles, devices, apparatus, equipment etc. including ladders
and scaffolding complete as required.

xvii. All stud bolts, nuts, jack screws, all type of gaskets (metallic spiral wound
gaskets) in required quantities to be used for permanent installation into the
system for all sizes and ratings of flanges and flanged valves, equipment
etc., including nuts, bolts, gaskets, washers, U bolts, clamps, clips etc. for
pipe/ equipment supports. All materials for supports shall be in contractors
account.

xviii. All types of coating and painting materials including primer and paints
suitable for normal corrosive environment for painting above ground piping
and 100% solid high build epoxy (minimum 500 micron thk.) for
underground piping/ valves, etc.

298 of 896
xix. All pipes, fittings, flanges, blind flanges, gaskets, nuts, bolts, clamps,
strainers, equipment/ consumable, metallic blinds, temporary gaskets as
required for filling, pressurizing, hydrostatic testing and dewatering,
swabbing etc. including test headers for pigging and hydro-testing.

xx. All materials such as cohesion less soil/ sand required for installation of
pipeline in seismic active zones.

xxi. All materials, equipments, consumables etc. required for magnetic cleaning
and caliper pigging of pipeline.

xxii. All materials required for civil, structural and general civil works including
structural steel, cement, reinforcement, concreting, grouting etc. in facilities
like despatch terminal and receiving terminal including all types of equipment
and material required for excavation/ construction of pits for equipment and
instrument installations and steel/ structural steel materials of all types.

xxiii. All materials required for repair/ restoration of pavements, roads, bunds,
walls, other structures affected/ damaged by Contractor’s construction
activities. Materials shall be equivalent/ superior to those used for original
construction of the facility.

xxiv. All equipment and consumables required for hydrostatic testing like pumps,
pressure and temperature gauges, test water and corrosion inhibitors for test
water for hydrostatic testing.

xxv. Supply of CS conduit pipe,168 mm OD, 6.4 mm wall thickness CS conduit for
OFC for all cased/ bored crossings and where ever main pipeline is installed
by HDD method including supply of insulators, end seals etc. CS conduit of
168 mm dia. for OFC shall also be used in open cut river crossing by
strapping with concrete coated line pipe.

xxvi. All materials, consumables and equipment required for welding and for all
types of tests and NDT such as radiography, ultrasonic testing, magnetic
particle, dye penetrate examination etc. including radiography film, X-ray/
gamma ray machines, developing equipment and consumables, Ultrasonic
equipments etc.

xxvii. All safety tools, tackles, devices, apparatus, equipment etc. including ladders
and scaffolding complete as required.

299 of 896
xxviii. Steel materials such as structural steels, reinforcement steels and steel for all
types of supports, foundations, ladders, platforms, etc.

xxix. All steel materials such as structural steel, reinforcement steel, shims,
wedges, packing plates (machined wherever required), pipes, nuts & bolts,
washers, U-bolts, anchor bolts, clamps, clips, pipe saddles/ shoes etc. as
required for the fabrication of structural supports and supports basements/
foundations, platforms etc. Pipes supplied by COMPANY shall not be used for
fabrication of supports and support saddles etc.

xxx. All materials for corrosion protection of buried piping, pipe fittings, valves,
casing pipes, etc.

xxxi. All materials and equipments related to blasting of rock/ controlled blasting
for excavating trench, grading of ROU, pipeline & pipe laying/ installation and
other works.

xxxii. All materials for surface type temperature element.

xxxiii. Mobilizing Pipe/ cable locator for locating existing pipelines/ cables

xxxiv. All types of corrosion measuring instruments e.g. corrosion coupons,


corrosion probes etc. wherever required as per specification

xxxv. Sand ridges (sand, polyethylene sheets etc.) and other materials for stacking
of surplus pipes at Company’s designated storage yard.

xxxvi. Corrosion inhibitor, oxygen scavengers and bactericides for water used for
hydrostatic testing including water for testing.

xxxvii. Required quantities of nitrogen for idle time preservation and pre-
commissioning of Pipeline and associated facilities, if required.

xxxviii. Required quantities of nitrogen for commissioning of Pipeline and associated


facilities.

xxxix. All pigs for cleaning, gauging, filling, dewatering, swabbing, drying, pre-
commissioning and commissioning of the pipeline.

xl. All materials i.e. fittings, flanges, valves, blind flange etc. required for
isolation and nitrogen purging for pipe section, manpower, equipment, pigs,
consumables, nitrogen required for carrying out commissioning of pipeline

300 of 896
along with necessary piping and instrumentation connection for monitoring
flow rate, pressure, temperature etc. providing temporary facilities for
venting/ flaring along with necessary piping, valves and instrumentation etc.
shall be in contractor’s scope.

xli. All other materials not specified above but required for successful completion
of the entire work whether temporary or permanent in nature.

The item rates quoted for the execution of the work shall be inclusive of supply of all
materials mentioned above unless specifically covered otherwise under schedule of
rates. The quantities indicated in schedule of rates under Contractor’s scope of
supply are approximate. Contractor shall carryout MTO of all materials required
based on IFC general arrangement drawings, P & IDs and firm up the actual
requirement of materials. All escalation/ extra materials procured by Contractor for
contingencies shall be Contractor’s property and no payments shall be made for such
materials. Payment shall be made for actual materials installed by the Contractor as
a part of permanent installation.

In case, any item is covered in scope of work but is not present in Schedule of Rates
(SOR), it will be assumed that bidder has included cost implication of those items in
their total price.

4.3 STORAGE OF MATERIALS

4.3.1 All materials shall be preserved against deterioration and corrosion due to poor or
improper storage while under the custody of the Contractor.

4.3.2 All materials shall be duly protected by the CONTRACTOR at his own cost with the
appropriate preservatives like primer, lacquer coating, grease etc. and shall be
covered with suitable material to prevent them from direct exposure to sun, rain,
wind and dust.

4.3.3 Whenever applicable, pipes shall be stacked according to the identification marks and
stacks shall be arranged on sleepers/ sand pads at least 300 mm above ground.

4.3.4 The CONTRACTOR shall check that valves, fittings, specials etc. are not subjected to
corrosion from hydrostatic test water remaining in the packing. Any such condition
when detected should be brought to the notice of Engineer-in-Charge and remedial
measures taken as directed.

4.3.5 All machined surfaces shall be properly greased and should be maintained and
protected from damages.

301 of 896
4.3.6 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.

4.3.7 As far as possible materials shall be transported to the site of erection only just prior
to the actual erection and shall not be left lying around indefinitely on ground but
kept on packing/ sleepers etc. to maintain the minimum distance from the ground as
specified and/ or as per directions of Engineer-in-Charge.

5.0 INDICATIVE CONSTRUCTION MILE STONE

Contractor shall adhere to meet the indicative construction mile stone enclosed as
Appendix-I to Particular Job Specification. Contractor shall be responsible for close
monitoring and completion of indicative construction milestone.

6.0 SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES

Detailed scope of work and scope of supply covered in this document given above is
pertaining to pipeline laying and associated pipeline terminal/ station piping works
only. Detailed scope of work related to civil, architectural, structural, electrical,
instrumentation, telecom , Corrosion Monitoring works and fire fighting works are
covered in separate documents in detail and the same are enclosed elsewhere with
the Bid document. All these documents shall be read in conjunction with this
document and shall form an integral part of the overall Scope of work of the
Contractor(s).

7.0 OTHER CONDITIONS OF BID

7.1 Basis of Work

7.1.1 All piping/ pipeline works shall be carried out as per following:

a) Piping and Instrumentation Diagram (P & IDs) and line schedule.


b) Approved for construction Piping General Arrangement Drawing (GADs).
c) Approved for construction Alignment sheets/ crossing drawings.
d) Piping Material Specifications.
e) Specifications
f) Piping support standards/ drawings and support index.
g) Any other drawings/ sketches prepared by Company and/ or by the
Contractor and approved by the Company

7.2 Topographic Survey

302 of 896
The alignment sheets including plan and ground profile details are enclosed along
with the bid document for contractor’s reference and information only.

It shall be the Contractor’s responsibility to verify the pipeline routes. Wherein


Contractor’s opinion the survey and investigation data is not found to be sufficient in
detail, it shall be the responsibility of the Contractor to collect/ arrange and provide
such topographic surveys.

Further, successful contractor(s) after award of work shall immediately carry out
topographic survey and geotechnical investigation of all crossings other than those
provided by the company in the pipeline route and prepare crossing drawing for
each crossings. The drawing shall be submitted for Company’s approval. IFC
alignment sheet shall be issued based on the input of above crossing drawings.

The formats for crossing drawing to be used are enclosed with the bids. Contractor
shall also incorporate the crossing details in the as built alignment sheet after
completion of work.

Contractor shall also perform any additional topographic surveys and geotechnical
investigations that may be required for local detours or at crossings or at any other
location during execution of the project without any extra cost to the COMPANY.
Pipeline alignment shall be marked on village maps by CONTRACTOR wherever
detouring is beyond existing ROU. CONTRACTOR shall be deemed to have
considered such eventualities while formulating his bid.

7.3 Alignment Sheets and Station Drawings

Surveyor Alignment Sheets and crossing drawings are included in the Bid package.
The details of class location, crossings details are separately enclosed. These
drawings/ details are indicative only and are furnished to enable to estimate the
quantum of work and to quote a firm price for the work.

Final drawings marked “Issued for Construction (IFC)” shall be furnished by


COMPANY to CONTRACTOR at project execution stage after submission of crossing
drawings by the Contractor as per mentioned elsewhere in the bid.

Typical station drawings are also included in the Bid package .These drawings are
marked as “Tender Purpose Only”.

The IFC (Issued for Construction) drawings issued during project execution stage
may vary from the drawings included in the Bid Package. CONTRACTOR shall carry
out all works in accordance with these IFC drawings at no extra cost to the

303 of 896
COMPANY.

7.4 Description of Pipeline Route

7.4.1 Route Description

The proposed 18”/12” Dia pipeline in Odisha & Andhra-Pradesh originated from 18’’
NB dia Despatch (cum Receiving Terminal) at IP-04 of SAPL-Part A. Entire Pipeline
has been divided in 04 ( Four Sections) based on location, dia …etc. For details refer
Pipeline Network Schematic Diagram No. MEC/23V9/05/28/M/000/0022 Rev-0.

7.4.2 The number of crossings and features along the pipeline route described above are
approximate. CONTRACTOR shall not be entitled for any compensation in terms of
time and cost in case of variation in the above. Contractor shall verify the above data
and carry out pipeline installation works without any extra cost & time to COMPANY.

7.5 Soil Investigation and Soil Resistivity survey

Survey reports as available are enclosed with bid document. Such data is issued to
CONTRACTOR for his reference purposes only. It shall be Contractor’s responsibility
to verify the data and satisfy himself with regard to accuracy and utility of data.
CONTRACTOR shall carry out any additional soil data/ investigation required for
installation. CONTRACTOR shall not be entitled for any compensation in terms of time
or cost in case of any variation in actual site conditions from the data furnished in the
bid package. It shall be Contractor's responsibility to familiarize himself with sub-soil
conditions along the pipeline route and workout the lengths of pipeline to be laid in
different subsoil conditions including the quantum of rock excavation that would be
necessary. Unit rates quoted shall also be inclusive of all rock excavation. No extra
compensation shall be payable to CONTRACTOR for any rock excavation whatsoever.

7.6 Pipeline R.O.U.

Contractor shall carry out construction work within the width of pipeline ROU as
made available to them with no time and cost implication to the Company. The
Contractor shall arrange any additional ROU requirement for construction purposes. It
shall be Contractor’s responsibility to make arrangement for any additional land
required for fabrication, construction, storage and all other work areas. In certain
restricted areas such as private holdings, congested and plantation areas etc. ROU
may be restricted to a width of 1-5 meters. In forest areas only 10 m ROU will be
made available to the contractor. Contractor shall propose suitable execution
methodology and time schedule for construction/ execution of work at areas of
restricted ROU and deploy adequate equipment & manpower etc. as required.

304 of 896
Contractor shall also arrange additional land during installation of Pipeline by HDD.

Damages, if any, to existing pipeline and facilities shall be Contractor’s account.

Wherever the detouring is carried out beyond ROU during pipeline installation, the
detoured pipeline alignment shall be marked on village maps by the pipeline
installation Contractor.

7.7 PIPELINE PASSING THROUGH CITY AREAS

In case the pipeline passes through city areas, it will be laid generally in the carriage
way. Wherever it is not possible to lay the pipe line on the carriage way for any
reason whatsoever, the pipeline will be laid on service road / footpath. It will be the
responsibility of the Contractor to identify all the underground utilities after
surveying the area along the gas pipeline route and lay the pipeline with clear
distance of 20 cm from other existing utilities like cable, water pipeline etc. In
case of hydrocarbon pipeline the clear distance shall be 50 cm.

7.7.1 RESTRICTION OF ROU

• In congested urban/industrial areas where the exact location of the existing


services (aboveground as well underground) are not known, the contractor
shall contact the concerned authorities to get the permission to cross the
existing utility including approval of the final alignment of the pipeline before
commencement of work. Contractor shall obtain the Digging Permit from the
respective authority. In addition to this, acquisition of NOC from the
respective utilities companies will also be in the scope of the contractor.

• In some areas due to several underground obstacles encountered


during construction, mechanical trenching may not be possible. In such cases
Contractor shall perform the work by manual means without any Cost
as well as time implications.

• The contractor shall finalize the alignment of pipeline by making the trial pits
at regular intervals in order to ensure the location of existing underground
utilities.

• In urban/ Industrial areas where there are numerous underground


utilities, the cover of 1.0m /1.5 m may not be sufficient; Contractor
will not raise any compensation for any such necessary deepening. Due
to deepening of trench it may be required that shoring of trench may be
required to avoid collapse of the same along the road. The same shall be
done by the contractor without any cost implications.

• Due to restriction by statutory authorities, the Contractor may not be allowed

305 of 896
to work during monsoon season. Thus for such areas the contractor shall
plan his work accordingly and submit his schedule to relevant authorities
without any time as well as Cost implication.

• In city areas where, due to restrictions by the statutory authorities, the


movement of heavy machinery is not allowed, the laying /Construction
activities shall have to be carried out manually. Only tyre mounted equipment
such as Hydra/ JCB etc. will be permitted with consent of the concerned
authorities.

• The authorities may impose stringent conditions for laying the pipeline in
certain areas like limited length of working section, night work shift only
etc. Thus the contractor must submit his working methodology to relevant
authorities in order to obtain the necessary permission for laying the pipeline
prior to commencement of work.

• Due to non-mobilization of the heavy machinery and due to underground


utilities, the welding of long pipe string above ground and lowering may not
be possible, therefore welding may need to be carried out in the trench by
making bell holes for individual pipe or small sections of pipe.

• To comply with the agreed work schedule, the contractor may work in
shift or extended hours.

The Contractor shall be deemed to have taken into consideration all


variations as mentioned above at the time of formulating his bid and no
extra compensation either by way of time or cost shall be admissible.

7.7.2 PARTICULAR INSTRUCTIONS

• In principle all statutory permissions from all concerned shall be obtained by


GAIL. However, all activities related to liaison, co-ordination etc. with all
authorities needed to achieve the work as per schedule will be
under Contractor’s scope including taking work permit/ Digging Permit before
commencement of work. Contractor shall also inform and seek
necessary permission from the local traffic police before commencement of
trenching work.

• For access route to the working strip, the Contractor will be


responsible to negotiate with the relevant owner, tenant or authorities. Any
deemed compensation will be borne by the Contractor.

• The contractor shall be responsible for overall entire quality control activities
for the present project.

306 of 896
• Contractor proponent shall have to take prior approval of concerned
Government agencies while carrying out blasting wherever required.

• Contractor proponent shall have to take preserve top soil dug and shall be
restored to original condition on completion of the work.

• Owner shall obtain permission from the Forest department. However,


required assistance to get the permission from the respective authorities,
necessary liaison, co-ordination etc., with the authorities needed to achieve
the work as per schedule including taking work is in the Contractor’s scope.

• While carrying out the laying activities any damage to other utilities to be
repaired by the contractor to the full satisfaction of the utility agency. Any
claim arises out of damage of other utilities shall be borne by the contractor.

• Contractor proponent shall construct the pipeline and other infrastructure and
adopt safety measures as per the standards & specification laid down by the
concerned agencies from time to time.

• Contractor proponent is required to comply with the manufacturing, Storage


and import of Hazardous Chemicals Rules -1989 framed under the
Environment (protection) Act 1986.

• On completion of all temporary work structures, surplus materials and wastes


shall be suitably disposed off.

• Similarly any additional conditions issued by statutory authorities will also


have to be complied with by the contractor without any cost implications.

7.7.3 PREPARATION OF THE CONSTRUCTION SITES

The overall duration of the works at every point of the pipeline route, from the
opening of the working area to lowering of pipeline and trench backfilling shall not
exceed the permit condition of relevant authority.

7.7.4 WORKING STRIP

No ROU exist for the city portion line along the authority land. Working strip may be
available along the road side for the construction site. Contractor should deploy
suitable equipment and adopt his working methodology accordingly.

7.7.5 REDUCING THE WORKING STRIP

Contactor shall not be compensated for any reduction in the width of working strip.

307 of 896
7.7.6 REVERSE OF THE WORKING STRIP

No fencing of any kind along the pipe route is essential to be provided. However, it
remains the responsibility of the Contractor to barricade the area of open trenches so
that no untoward accident takes place.

7.7.7 EXCAVATIONS (UNDERGROUND OBSTACLES)

In congested area or if deemed necessary by Owner’s Engineer or concerned


authorities where numerous utilities may be encountered , the contractor should
carry out the excavation manually without entitlement of any compensation.

7.7.8 REINFORCED CONCRETE SLABS AS MECHANICAL PROTECTION FOR THE


PIPE

Crossing of utilities will be done by invariably going below the utilities maintaining a
clear gap of minimum 20 cm except hydrocarbon pipelines. From hydrocarbon
pipelines, clear gap of minimum 50 cm shall be maintained. If due to site constraint
it is not possible to lay the pipeline as per the above cover requirement, Contractor
shall initiate the proposal for approval of Deviation and obtain written permission
from EIC.

7.7.9 DELETED.

7.7.10 MARKERS

Pipeline Warning Markers to indicate presence of pipeline and chainage shall be


provided all along the pipeline route at a maximum spacing of 1 Km. The markers
shall also be provided on each side of highways (NH/SH), major district roads (MDR),
all metalled roads, railway crossings and water body crossings. At other crossings
where third party activity is expected and at entrance to stations one marker shall be
provided.

For urban Agglomeration (UAs) / Towns having a population of 1 lakh or more, the
warning marker shall be installed at least at every 50 meters and if required
additional markers shall be installed where there is possibility of damage or
interference.

Aerial markers shall in general be installed along the pipeline at every kilometers
intervals and at places specified by COMPANY. The aerial kilometer marker having
the warning details can also be treated as warning marker.

Kilometre markers shall in general be installed along the pipeline between the aerial
markers at every one (1) kilometre interval. A kilometre marker is not required if the
relative length between its location and any pipeline warning sign is less than 200

308 of 896
metres.

- Pipeline Warning Sign shall in general be installed at


• National and State Highway Crossings (2 Nos.)
• Other Road Crossings (1 No.)
• Railway Crossings (2 Nos.)
• Minor Water Crossings (less than 15m width) (1 No.)
• Minor Water Crossings (above 15m width) (2 Nos.)
• Major Water Crossings (2 Nos.)
• Valve Station (1 No.)
• And at any other location as shown in the approved drawings and as
directed by the COMPANY.

Pipeline Warning Sign shall identify the existence of the pipeline

Right-of-Way boundary markers shall be installed at every 250 metres interval along
the entire pipeline route. These shall be installed on either side of the pipeline
alignment to define the ROW boundary limits. These shall also be installed at pipeline
turning points to maintain the continuity of the ROW limits.
In urban agglomerates (UAs)/ towns having a population of 1 lakh or more, pipeline
route marker shall be installed at least at every 25 meters.

Special Marker shall be installed at Location where the following changes takes
place:

• Change in pipeline diameter and wall thickness.


• Change in type of pipe.
• Change in class locations for pipeline conveying gas.

The above data may be provided on other types of marker (except RoU boundary
marker), if the relative distance between the two does not exceed 100 m.

7.7.11DIRECTIONAL MARKERS

Direction markers shall be installed to identify the significant turning points of the
pipeline during aerial traverse. One direction marker shall be installed at each turning
point, in addition, two more direction markers shall be installed along the pipeline
alignment, one on either side of the turning point at 150m from the turning point.

7.7.12 EXCAVATED MATERIAL

• The excavated material shall be placed in such a way as to avoid


any inconvenience to property owners, or interference to the circulation of
pedestrians or vehicles as well as to the operation of near-by
installations. The excavated material shall be piled up in such a way that

309 of 896
they enable the watering of the trees. No excavated material shall be piled up
in the road crossings. It may be insisted upon by the authority to remove
all the excavated materials immediately after trenching.

• To prevent the excavated stone and earth from falling into the trench, a strip
20cm shall be left clear between the edge of the trench and the bottom of
the pile of excavated earth. This width may be increased, according to
the nature of the ground and the atmospheric conditions.

• Wherever necessary, the contractor is required to remove the excavated


material from the site and to be kept at a dump yard until the trench is to be
back filled and to be brought back to the site for backfilling.

• When the excavated material is judged by the Engineer to be unsuitable for


re-use, the Contractor shall remove it from the site as the digging of the
trench proceeds and shall supply in its place suitable material approved by
the Engineer-In-Charge.

• Contractor is required to arrange the steel plates (preferably 1.5meters wide


X20mm thk) to place on the excavated trench for smooth movement of
traffic.

7.7.13 SIGNALLING, FENCING AND LIGHTING

• Each site shall be provided with an identification board mentioning the reason
for the work and the names of the Company, the Contractor and the
Consulting Engineer, as stipulated in the special specifications.

• At both ends of the trench, the Contractor shall install 2 traffic and warning
signs, and Display board one immediately close to the trench and the other
ahead, as required by the Engineer-In-Charge.

• The Contractor shall install lights and warning lights around all working areas,
in accordance with the special specifications. The voltage shall conform to the
safety regulations in force.

• The Contractor shall install barricading and lighting of all trial-holes, trench
sections and other excavations.

• The Contractor shall provide watchmen wherever deemed necessary for the
safety of the public and of the workers, in particular as regards working sites,
on site material stockage, temporary dumping yards, etc.

7.7.14 BARRICADING

310 of 896
The contractor shall provide the barricades of size 2m wide X 1.5m high of
wooden/plastic/steel with necessary supports along the open trenches to
protect/caution the public about the digging work without any cost to owner.
The barricades shall be painted as per the requirement of authority with the
owner’s/Consultants/Contractor’s details, job being carried out, cautions,
inconvenience captions, etc also needs to be provided.

7.8 Site visit

Bidders are advised to make site visits to familiarize themselves with all the salient
features of subsoil, terrain and available infrastructure along the pipeline route.
Contractor shall be deemed to have considered all constraints and eventualities on
account of site conditions along pipeline route while formulating his bid. Contractor shall
not be eligible for any compensation in terms of cost and/ or time, on account of site
conditions along pipeline route varying to any extent from whatever described in the
Bid Package and the drawings furnished along with the Package.

7.9 Line pipe and Coating

7.9.1 Taking over of Pipes

COMPANY shall supply bare, externally corrosion coated with 3-layer polyethylene
coating and internally epoxy coated line pipes.

Contractor shall receive and take over the pipes progressively as per construction
requirements at designated place of issue in presence of Company’s representative.
At the time of taking-over, Contractor shall perform inspection of pipes and pipe
coating for all defects in the presence of Company’s Representative. COMPANY shall
be liable for repair defects and damage to pipe coating noticed at the time of taking
over. However installation Contractor shall repair all defects to pipe and pipe coating
occurring after taking over including those during transportation and handling.
Rebuffing for dents (in bevels) less than 1 mm in depth shall be carried out by
Contractor ahead of welding in the field at no extra cost to COMPANY. Contractor
shall take-over the entire quantity of bare and coated line pipe from storage yard
after completion of installation works. Return of surplus line pipe material to
Company’s designated storage yard is in installation Contractor’s scope including
loading, transportation, unloading, handling, stacking of pipes at storage yard and
getting the pipes inspected to Company’s representative at storage yard.

7.9.2 Repair of Coating

CONTRACTOR using suitable material compatible with parent coating system shall

311 of 896
carry out any repairs to 3-layer polyethylene coating. The coating repair material and
procedure for application shall be submitted to COMPANY for approval prior to start
of construction.

7.10 Statutory Permissions

The COMPANY shall obtain a general permission from the various authorities having
jurisdiction over the area as necessary for construction of the pipeline. CONTRACTOR
shall obtain the necessary permits like work permit/ excavation permit/ trench
opening permit etc for all works from the authorities having jurisdiction before the
actual execution of various phases of the works and all stipulations/ conditions/
recommendations of the said authorities shall be strictly complied with at no extra
cost to COMPANY. CONTRACTOR shall also obtain all necessary permissions from the
concerned authorities for installation of pipeline at railways, roads, water crossings
and at places where blasting is required. COMPANY may, however, assist
CONTRACTOR in obtaining such permissions, wherever required, by issuing
recommendation letters etc. In case of damage to other utilities/ infrastructure,
Contractor shall be responsible and the required compensation as per the directions
of concerned authorities/ COMPANY shall be paid by the Contractor. After completion
of work, Contractor shall obtain a certificate from the concerned authorities that the
job has been completed as per their requirement and the area/ land has been
restored to their satisfaction.

7.11 Controlled Blasting

In case blasting is required for making of trench for laying pipeline, it shall be
responsibility of the contractor to ensure safety of pipeline while carrying out
blasting operations. The controlled blasting procedure shall be subject to approval of
Company.

7.12 Environmental Restrictions

The following measures shall be adopted during pipeline construction in order to


minimize the impact of pipeline construction activities on the environment.

7.12.1 While working in plantation areas, Contractor shall take due care to minimize the
damage of trees. The number of trees felled shall be restricted to minimum based on
working requirement for pipeline installation. In the paddy field area, Contractor shall
exercise maximum care not to damage the crop outside the ROU. The compensation
of damage of crop outside ROU, if any, shall be to Contractor’s account. Damage to
any obstruction, temporary/ permanent structure, boundary walls etc. within ROU
shall be repaired, restored and shall be to Contractor’s account.

312 of 896
7.12.2 During ROU clearance, the vegetation shall be cut off at ground level leaving the
roots intact to the extent possible. Only stumps and roots directly over the trench
shall be removed for pipeline installation.

7.12.3 Intake and discharge of water required/ used for line flushing and testing should not
cause unacceptable environmental disturbance. During dewatering process, proper
drainage arrangement shall be made to discharge the hydro-test water to avoid
flooding of the nearby area.

7.12.4 As far as possible, the contractor shall ensure that river and stream crossings are
done during dry season to avoid disturbance of breeding grounds and soil erosion.
The riverbed, embankments and dykes shall be restored adequately after installation
of crossings.

7.12.5 The contractor shall exercise adequate care while working, in order to avoid damage
to forests and wildlife.

7.13 Pipeline through Seismic Areas

The requirements specific to safety of pipeline against seismic activity:

a. Backfill for pipeline trench at locations where the pipeline crosses the faults
should be provided with loosely compacted (unit weight<1.8 t/m³) cohesion
less soil for a distance of 1 km on both side of such crossings. The angle of
friction of cohesion less soil to be used for backfilling should not be more than
25º.

In case the dug out soil of the trench is clayey in nature (undrained shear
strength greater than 0.5 T/m²), the local soil shall be replaced by
engineered (cohesion less) backfill as mentioned in previous paragraph.
Otherwise, the same dugout soil can be used as backfill. The recommended
backfill shall be at least 600 mm thick all around the pipeline. Extra digging
of trench shall be carried out to provide 600 mm cohesion less soil all around
the pipeline.

b. If the fault crossing zone, the pipeline is in rocky terrain, the following
recommendation is made.

When the pipeline is to be laid on a rocky terrain, the stones/ boulder/ rock
dugout from the trench should be crushed such that maximum size of stone/
boulders is limited to 20 mm. The crushed stone should be mixed with locally
available soil, before using as backfill.

313 of 896
Alternatively, 150 mm sand padding shall be provided all around the pipeline
before crushed boulders/ stones are placed over the sand padding. In this
case the size of boulders can be increased up to 100 mm.

c. A minimum gap of 100 m shall be maintained between two successive bends


of the underground pipeline where the deflection angle is more than 45º.
Rerouting shall be carried out in consultation with Company incase minimum
gap could not be maintained.

7.14 Pipeline Burial

The pipeline shall be buried normally at a depth of 1.2 meter except river/ rail/ road/
canal/ water crossings where cover shall be as given below or as per the
requirements of statutory/ local authorities whichever is more stringent. Increased
wall thickness (as indicated in alignment sheets) and cover shall be provided at
critical locations and at crossings.

The pipeline, in general shall be laid underground with minimum cover as given
below.

Sl.
Location Minimum Cover (m)
No.
Areas of agricultural, horticultural activity,
1 limited or no human activity, industrial, 1.2
commercial and residential area.
2 Rocky terrain 1.0
3 Drainage, ditches at roads/ railway crossings 1.2
Minor river crossings / canal / drain / nala /
4 1.5
ditches
5 Major river crossings ( below scour level) 2.5

6 River with rocky bed (below scour level) 1.5

7 Area under influence of tides 1.5

8 Cased/ uncased road crossing 1.2

9 Cased railway crossing 1.7

314 of 896
In case, any private dwelling, industrial building or place of public assembly falls
within 15m of pipeline, additional cover of minimum 300 mm shall be provided
over and above the cover indicated in the above table. Additional soil cover other
than specified above shall be provided at locations indicated by statutory/ local
authorities as per agreements between COMPANY and authorities.

7.15 Crossings

7.15.1 Railway Crossings

Pipeline at railway crossings shall be provided with a casing pipe. The casing pipe
shall be three nominal pipe sizes larger than carrier and shall be installed by boring/
jacking. Internal of Casing pipe shall be coated with two-component epoxy coating
wherever required by statutory authorities. It should be noted that the extent of
casing pipe generally specified by Railways, is 14.0 m beyond centerline of the
outermost tracks on either side or 0.6 meter beyond the ROU limits of Railways on
either side, whichever is more. All railway crossings shall be cased crossings. The
railway crossing shall comply with the requirements of API 1102 and Indian Railways
regulations. The crossing angle shall be as close to 90° as possible. Cover of casing
pipe for railway crossings shall be minimum 1.7 m wherever railway track is on
embankment. Care shall be taken to isolate the pipeline crossing installation from
aerial electrical wires and shall be suitably insulated from underground conduits
carrying electrical wires. The casing pipe shall be provided with minimum 50 mm
diameter vent pipe. Casing vent pipe shall be at least 1.2 m away vertically from
aerial electrical wires and shall be suitably insulated from underground conduits
carrying electrical wires on railway land. Casing pipe should be so placed and
oriented so as to prevent any leakage inside railway boundary except through the
vent pipes. The casing pipes shall be installed with even bearing throughout the
length.

For all rail, road, canal, river & other water crossings, Contractor shall liaison with
relevant authorities and intimate them well in advance about the schedule and
methodology of crossing. It shall be obligatory on the part of the laying Contractor to
ensure that Authorized Representative of the authority under whose jurisdiction the
crossing falls should be made available at site by the Contractor at the time of
making crossing. After completion of works and complete restoration of ROU,
Contractor shall provide NOC from the relevant official pertaining to complete
restoration to their satisfaction and certification in respect of no other damage
caused to the their property outside the earmarked ROU.

7.15.2 Road Crossings

315 of 896
i. The method of crossing of roads such as open cut/ boring/ trench-less shall
be firmed up by CONTRACTOR in consultation with concerned authorities and
COMPANY. The CONTRACTOR shall also take due care to identify and take
due precautions so as not to disturb or damage the utilities like cables, water
lines and other structures.

ii. After laying the pipeline in a road crossing by open cut method, the
CONTRACTOR shall completely restore the road to its original condition.

iii. While laying the pipeline in road crossings by open cut method the
CONTRACTOR should ensure that the traffic is not stopped during the
execution of work. This may be done by cutting half of the road at a time so
as to enable the traffic to pass on the remaining half of the road.
Alternatively, the CONTRACTOR can provide diversion roads to maintain the
flow of traffic. For NH crossings, traffic of both sides shall not be disturbed.

iv. The CONTRACTOR shall provide proper caution boards during daytime and
danger lights during night time when the cutting operation of the road is
going on.

v. For cased crossings, the pipeline should be taken through the casing pipe, the
top of which should be at least 1.2 metres below the road top as specified or
as per the requirements of the local authorities, whichever is higher. All
National Highways as indicated in relevant drawings/ alignment sheets shall
be cased crossing installed by trenchless method. In state highways,
crossings shall be installed by open cut method, however, trenchless method
shall be used wherever required by authorities.

vi. For National Highways/ state highways, crossing shall not be too near the
existing structure on the NH maintaining a minimum distance of 15 meters or
as specified by Highway Authority.

vii. The National Highway crust shall be built to the same strength as the existing
crust on either side of the trench or to thickness and specification stipulated
by Highway Authority. Care shall be taken to avoid the formation of a dip at
the trench.

7.15.3 Canal/ Drain/ Other minor water crossings

i. Canal and other water crossings shall be carried out by open cut/ boring/
trench less technology method. CONTRACTOR shall firm the method of
crossing in consultation with concerned authorities and COMPANY.

316 of 896
ii. HDD method shall be adopted for river/water/ canal crossings that are
specifically mentioned in this document or decided at site by Engineer-in-
charge. These crossings shall be installed and paid separately as per
schedule of rates.

iii. No damage should be caused to any irrigation sources, while laying the
pipeline through canal crossings.

iv. The flood banks of the River/ Canal should be brought to the original
condition, if they are damaged by the laying of the pipeline. Stabilization of
banks shall be carried out as per requirements of concerned authorities.

v. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities having
jurisdiction over canals/ rivers. COMPANY shall provide assistance by
providing introductory letters.

7.16 Pipeline in Forest Areas

a. Contractor shall restrict the pipeline laying activities within the ROU
acquired. No additional land in forest area shall be used. Contractor shall
clear only the minimum width required for laying of pipeline. Number of
trees/ plants felled shall be kept a minimum based on construction
requirements. ROU width in forest area is 10 m.

b. Full care shall be taken to ensure that no damage is caused to the adjoining
forest area while carrying out the work. However, in case of any damage,
Contractor shall be liable to pay suitable compensation as per requirements
of Forest Department.

7.17 Installation of Conduits for Optical Fibre Cable at Crossings

At all crossing locations (viz., rail, road, canal and minor water course crossings) the
optical fibre cable shall be installed inside a HDPE Telecom Duct to be installed by the
CONTRACTOR.

At all such crossings where the carrier pipe is installed by open-cut of the facility
crossed, HDPE duct shall be installed along with the pipeline for installation of the
Optical Fibre Cable. At river crossings where anti buoyancy measures are provided for
the carrier pipe, HDPE duct shall be placed inside a CS casing pipe and shall be
strapped to the mainline at 5m interval using high strength PE straps. Net specific

317 of 896
gravity of pipe in empty condition should not be less than 1.2.

In no case OFC conduit shall be installed in casing of carrier pipe.

7.18 CATHODIC PROTECTION WORKS

Permanent Cathodic Protection (PCP) of respective pipeline sections shall be in the


scope of the CONTRACTOR. For details of Cathodic Protection works, refer the
enclosed Annexure – I: Cathodic Protection Works

7.19 Hydrostatic Testing

7.19.1 Pipelines

Hydrostatic testing of mainline shall exclude valves at terminals and facilities that are
to be installed as a part of the scrapper stations. Temporary test headers shall be
provided and the mainline shall be hydrostatically tested between the temporary test
headers only.

The highest point of the test section shall be subjected to the minimum test
pressure as specified below. The minimum hydrostatic test pressure in the pipeline
during testing shall be as follows:

• 1.5 times MOP (Design Pressure)

The maximum hydrostatic pressure shall not however exceed the pressure required
to produce hoop stress equal to 95% of SMYS of pipe material based on the
minimum wall thickness in the test section. The test duration shall be 24 hrs. Hydro
test shall be done with corrosion inhibitor, wherever required. Mainline valves shall
be installed after successful completion of hydrostatic pressure testing.

Station piping to be tested hydrostatically for minimum 6 hours at pressure 1.5 times
MOP (design pressure).

Control and instrumentation piping, actuators to be tested by Dry air or nitrogen at


pressure of 1.1 x MOP (design pressure), test time– soaping time.

Subsequent to separate hydro testing of pipeline and associated facilities, the


Contractor shall carry out tie-in/ hook up. Pipes/ prefabricated assembly used for
such tie-in shall be pre-tested to a test pressure specified for the pipeline. The
Contractor at no extra cost shall provide all materials required for the fabrication of
the test headers to Company. After successful completion of hydrostatic testing, the

318 of 896
Contractor shall de water the pipeline as per the directions of Engineer-in-charge.

For HDD, Pre-hydrotest, Post-hydrotest and pipeline final hydrotest, contractor has
to arrange soft water in view of alkalinity/ Salinity in the river water.

7.19.2 Dewatering and Swabbing

It is envisaged that dewatering and swabbing operations shall be carried out as a


part of pre-commissioning activities. Contractor shall take up dewatering of pipeline
after hydrostatic testing only when Contractor is ready for swabbing operations. Till
such time Contractor is ready to start pre-commissioning activities, the pipeline/
section of pipeline after hydrostatic testing shall be left filled with inhibited water. In
case, if contractor proposes to dewater any test section for any reason depending
upon site conditions (e.g. using test water for adjoining section due to non
availability of water), the Contractor shall swab such sections as per applicable
requirements of Contract and fill the section with nitrogen at a pressure of 2 bar (g)
with residual content of oxygen less than 1% v/v at no extra cost to the company.

In no case shall the pipeline be kept empty i.e. without nitrogen filling.

Transfer of test water from one test section to another section may be considered,
however dosing additional quantity of corrosion inhibitor shall be done.

Disposal of water (hydro testing) shall be done by Contractor after seeking


necessary permission from concerned authority/ land owner so that no liability on
this account comes on COMPANY.

7.19.3 Corrosion Inhibitor (Wherever applicable)

The products to be used for corrosion inhibition of the water used for hydro testing
and their dosage shall be as specified in Hydro test specification.
Contractor (not the inhibitor manufacturer) shall get the inhibitor tested for
corrosion inhibition and microbiological control efficiency from competent Govt/ PSU
Laboratory. The test report shall be submitted to COMPANY for approval prior to
undertaking hydro testing works.
The dosage as recommended by COMPANY shall only be adopted.
Necessary records for dosing of inhibitor should be maintained by the laying
Contractor and such records should be handed over to COMPANY.

7.19.4 Terminal Facilities

Piping facilities between the insulating joint and hook up point/ battery limit and all

319 of 896
above ground facilities installed by Contractor shall be hydrostatically tested to a test
pressure equivalent to 1.5 times design pressure as per “Flushing and Testing of
Piping System” enclosed with the Contract document. All valves in the piping
network being hydro tested shall be kept in the crack open position. Holding time
shall be minimum six hours.

7.19.5 Preservation

The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc. shall
be kept for maintenance of pressure in the pipeline during idle time.

7.20 Direction of Construction

The direction of construction shall be in the direction of flow, unless specified


otherwise. In case the contractor proposes to carry out construction in direction
opposite to direction of flow, the contractor may do so at no extra time and cost to
Company and subject to Company Approval.

7.21 Leak Detection

CONTRACTOR shall submit a detailed procedure for leak detection during hydro test.
Such method of detection shall consume minimum possible time to complete the
hydro test activity within contractual completion schedules. This procedure needs
approval of the Engineer-in-charge.

All works for locating and repair of major leak/ burst attributable to COMPANY
(occurred during hydrostatic testing) including necessary repairing/ replacing/ cutting
and removing out defective pipe length as defined in the specification and shall be
payable as per relevant items of schedule of rates.

All works for locating and repair of minor leak attributable to COMPANY (occurred
during hydrostatic testing) which require sectionalizing of pipeline shall be payable as
per relevant items of schedule of rates.

Contractor shall carry out repairing/ replacing of defective pipe length including
cutting and removing of defective pipes, pre testing of replacement pipe for 24 hours
and welding into main line, NDT of the welds, coating of the weld joints, clean up,
re-testing of pipeline including providing all equipments, manpower & consumables.

7.22 Pipeline Information Management System (PIMS)


A pipeline information management system shall be used to track construction
progress of the project on a real time basis. The progress shall be displayed

320 of 896
electronically on a web-based format for Company / Consultant to monitor
progress on a daily basis.

All works of Pipeline Information Management System shall be carried out as


per Specification enclosed in bid ( Refer the enclosed Annexure-X).

7.23 Magnetic Cleaning, Caliper Pigging

The individual contractor shall carry out magnetic cleaning and caliper pigging of the
pipeline system being installed by him. Contractor shall engage a specialized agency
that have previously carried out such operations (magnetic cleaning and caliper
pigging) and shall develop procedures, supervise and monitor the entire operations,
coordinate with other Contractor(s) as required. Rectification of defects observed
during caliper pig run, shall be carried out by individual section contractor including
digging, cutting, replacement, repair, welding, NDT etc.

7.24 Pre-Commissioning and Commissioning assistance of Pipeline

Pipeline Contractor shall be responsible for pre-commissioning and commissioning


assistance of the pipeline system being installed by him. The above shall include
P&ID checks (with respect to requirement of design/ operation/ safety and interlocks
of latest revision of P&IDs), flushing, tightness test, de-watering, as required and
supply of consumables required during pre-commissioning and commissioning
assistance. Contractor shall supply manpower, materials, equipment including
consumables along with necessary piping and instrumentation connections for
monitoring flow rate, pressure, temperature etc. temporary venting along with
necessary piping, valves and instrumentation as well as consumables.

7.25 Commissioning

Contractors shall mobilize all equipment, consumables and manpower for carrying
out pigging, drying, inertization and commissioning activities.

Whenever required, contractors shall provide commissioning assistance to other


section contractor.

Contractors shall engage a specialized team/ agency who have previously carried out
such operations and shall develop procedures, supervise and monitor the entire
operations, coordinate with other Contractor(s) as required till the time
commissioning operations are completed. Contractor shall mobilize all equipment,
materials, consumables including pigs, nitrogen and manpower etc for
commissioning activities. All necessary piping connection as required shall be carried
out.

321 of 896
Commissioning activities shall be carried out as per applicable specifications enclosed
with Contract.

7.26 Priorities

COMPANY may, at its sole option, assign priority of construction to any part of the
total pipeline or terminal works. Contractor shall comply with such priority of
execution without any time and cost implication to the COMPANY.

7.27 Terminal Piping Works

The construction work shall be carried out based on Issued for Construction (IFC)
drawings issued to Contractor at the time of construction. The final IFC drawings
issued during execution stage may vary to some extent from the drawings included
in the Bid Package. CONTRACTOR shall carry out all works in accordance with the
IFC drawings and reference specifications/ documents with the Contract at no extra
cost to the COMPANY.

The piping fabrication, erection, welding, flushing and hydro testing and painting
works shall be carried out as per standard piping specifications enclosed with
Contract. The hydro test duration shall be minimum 6 hours.

7.28 Working in Areas of Existing Facilities

For pipeline installation work within existing terminal facilities which are under
operation, Contractor shall obtain all necessary permissions for working in/ around
the facility including hot work permit as applicable and shall be fully responsible for
the safety of the existing facilities/ areas during all phases of work and shall fully
abide by and comply with the restrictions and conditions of COMPANY/ concerned
authorities imposed on Contractor from time to time. Providing all safety appliances,
gas detectors required during execution of the work, arranging of adequate fire
fighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities,
oxygen mask etc. for carrying out the work safely to the satisfaction of COMPANY
shall be done by the Contractor.

Contractor may be permitted to work for limited hours in such places. For working on
Sundays/ Holidays, the required permission may be obtained well in advance. During
any emergency, work shall be suspended till further permission is obtained by
Contractor. Idle period in case of interruption shall not be compensated to
Contractor.

The structure/ electric poles/ telegraph poles existing in the vicinity of proposed
pipeline shall be properly taken care so that the stability of structure is not affected

322 of 896
during construction.

7.29 Contractor's Responsibilities

Appraisal and taking cognizance of site-conditions, pipeline route, Central


Government / Odisha Govt., and Andhra Pradesh Govt. rules and regulations/ bye-
laws, applicable Indian Standards and Codes, authorities having jurisdiction over the
work site(s), environmental and pollution rules and regulations including conditions/
stipulations laid down by the concerned authorities etc. The CONTRACTOR is deemed
to have recognized any restrictive features and constraints of the site(s), pipeline
route and/ or specific requirements of the work and made due allowance for it in the
work to be performed by him. Furnishing and mobilizing at site(s) of all construction
equipment, manpower, tools and tackles, construction fronts, fully equipped and fully
manned with other required support facilities etc.

An onsite – offsite emergency plan shall be prepared and submitted to Disaster


Management Authorities under intimation to respective state authorities.

7.30Technical Requirement

The technical requirements for the pipeline laying as well as terminal works as
defined herein shall be read in conjunction with Schedule of Rates, specifications,
standards, drawings and other applicable documents enclosed with the Bid
document. All piping/pipeline works shall be carried out as per following:

a) Piping and Instrumentation Diagram (P&IDs) and line schedule.


b) Approved for construction Piping General Arrangement Drawing (GADs).
c) Approved for construction Alignment sheets/crossing drawings.
d) Piping Material Specifications.
e) Specifications.
f) Piping support standards/drawings and support index.

8.0 AS BUILT DOCUMENTS

Contractor shall prepare all documents as per the requirements indicated in


Specification for Documentation for Pipeline Construction enclosed with the Contract
document. In addition to the hard copy, three copies of final documents shall also be
submitted in electronic media i.e. CD ROM/ DVD ROM diskettes.
Software used for the presentation of these documents shall be as follows:
Type of document Software

a) Reports MS Office (Word / Excel)

323 of 896
b) Drawings AutoCAD

For the purpose of preparation of as-built drawings, Contractor shall update the
"Issued for Construction" drawings provided by the Company. For drawings where
electronic copies are available for IFC drawings, Contractor shall provide as built
drawings in electronic form as well as in hard copies. Where only hard copies are
available for IFC drawings, Contractor shall prepare and submit as built drawings in
hard copies.

9.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

No technical documents are required to be submitted at the time of bidding. Bidder


is advised to comply with all requirements of Bid document without any deviation.
Company reserves the right to reject any bid with deviation without making any
reference to the Bidder.

10.0 DOCUMENTS, SPECIFICATION, STANDARDS, DRAWINGS AND ADDITIONAL


CLAUSES

10.1 Owner shall furnish piping and Instrumentation diagrams (P & I D), preliminary plot
plan along with the tender. Owner shall also supply design & engineering drawings and
construction drawings including general arrangement drawings for piping, mechanical &
instrumentation systems and other related/ required systems, at appropriate times and
as requisitioned by contractor in his time schedule.

10.2 Contractor shall prepare isometric drawings & bill of materials and submit the same for
Owner/ Consultant’s approval/ record.

Contractor shall prepare drawing for utilities line as required as per SOR and submit
the same for Owner/ Consultant’s approval/ record.

10.3 No construction small or big shall be carried out without proper construction drawings
duly approved by Owner's Engineers at Delhi or site office or Owner's representative
duly authorized to do so.

For Mainline, route survey alignment sheets and crossing survey details shall be
furnished along with bid by Owner. However, detail-crossing drawings with crossing
methodology shall be submitted by Contractor for prior approval. Any additional survey
and data required to complete above should be done by Contractor without any extra
cost.

10.4 After completion of construction & commissioning of Terminal, Contractor shall


incorporate all the correction in drawings, prepare and issue the drawings "As-built
drawings" as listed below to Owner as final submission of drawings. For Mainline
pipeline alignment sheet, all X-ing details, all CP drawings, pipe book etc. and for

324 of 896
Terminals P&ID, layout drg., piping GAD, Isometric, all electrical & instrumentation drg,
all civil drawings. For final submission only 4 sets of documents plus the original
transparencies shall be handed over by Contractor. Any construction done by
Contractor without duly approved drawings shall be wholly at his risk and cost.
Contractor shall also submit soft copy of pipe book in excel along with hard copy.
Soft copy of all as-built drawings shall be also submitted in AutoCAD. Videography/
photograph of all major activities/ milestone achieved shall also be arranged and
submitted by the Contractor. For details of documentation to be submitted for
mainline and terminal refer enclosed specification for documentation for pipeline
construction Specification No. MEC/S/05/21/69 enclosed elsewhere with the tender.

10.5 Specifications

The work shall be carried out by CONTRACTOR strictly in accordance with the
specifications enclosed in Volumes II &III of this document.

10.6 Following amendments to Specifications shall be taken into account:

10.6.1 SPECIFICATION FOR FIELD JOINT COATING


(Onshore Pipelines – Specification No: MEC/S/05/21/13, R-0)

Sl. No. Clause No. Amendment


1. 3.3.2 (b) – Functional Peel Strength-To Pipe surface and to factory
Properties of field joint coating at Tmax.(N/mm) shall be read as 1.0
coating system N/mm instead of 0.3 N/mm.
2. 4.2.3--- Application of heat Upon pre-heating the pipe surface shall be
shrink wrap around sleeve applied with two pack epoxy primer of wet
film thickness 200 microns or as per
manufacturer’s recommendation…… Once
per shift.

10.6.2 SPECIFICATION FOR CASING INSULATORS AND END SEALS


(Specification No: MEC/S/05/62/12, R-0)

1. Clause No. 3.0 (Design- 1st para) shall be read as:

"Casing insulator shall be made of HDPE, modular type, offering a high impact
strength and low coefficient of friction. Each casing insulator element shall represent
a flexible section containing a toothed male butt strap at one end and an
appropriately toothed female slot on the other end. No metallic parts or attachments
should be considered in the casing insulator element assembly. The design of casing
insulator should allow for onsite adjustments for any variances within the allowable
O.D. range of pipeline and should grip the pipe firmly without any chances of
horizontal movement or breakage of the insulator rings during installation. The
insulator rings should be fastened onto the carrier pipe with the appropriate tool to
be provided by the casing insulator manufacturer."

325 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM- ANGUL PIPELINE
OIL & GAS SBU PROJECT (PART B) OF M/S GAIL (INDIA)
LIMITED MECON LTD,
DELHI

Particular Job Specification Page 58 of 88


TITLE
REVISION 0

2. Clause No.4.0 ( Material) shall be read as:

The Casing insulator Material should meet the following specifications:

Description Value Standard

Yield strength >22 N/mm2 UNI EN ISO 527-2


Tensile strength >16 N/mm2 UNI EN ISO 527-2
Elongation at break >400% UNI EN ISO 527-2

Hardness shore D 64 ASTM D 2240


Dielectric strength >37 kV/mm
UVL stabilization good
MVTR (Moisture Vapor
very low
Transmission Rate)
Density @ 23°C 960 kg/m3 ISO 1183/A
Melting point 136°C ISO 11357-3

In case of any conflict between the requirements for casing insulator as mentioned
above and technical specification enclosed elsewhere in the bid document, the
requirements mentioned above shall supersede.

10.6.3 SPECIFICATION FOR WELDING OF ONSHORE GAS PIPELINES


(Specification No: MEC/S/05/21/02), ANNEXURE-VIII, Sheet 1 of 1

COMPARISON OF FILMS FROM DIFFERENT MANUFACTURERS shall be read as:

CEN Classification KODAK AGFA FUJI


--- CX D8 ---
C5 AA400 D7 IX 100
C4 T200 D7 IX80
C3 MX125 D4 IX50
C2 M100 D3 ---
CI DR50 D2 IX25
--- SR** --- ---
**- Special films, extremely fine grain and very high resolution

Note: For X-Ray, D7/AA400/IX100 film shall be used.


For Gamma Ray, D4/MX125/IX50 film shall be used.

10.7 ADDITIONAL CLAUSES

326 of 896
10.7.1 Contractor to note that the minimum requirements of inspection and testing of the
bought-out items shall be governed by attached QAP with the tender document.
However, contractor shall submit their QAP in line with the requirement specified in
attached QAP for Owner’s/ PMC’s approval.

10.7.2 Contractor to note that all the documents/drawings submitted by them as a part of
bid shall be considered only to assess Bidder’s technical capability and shall in no
way absolve them from complying with all the requirements of the Tender. All works
to be performed by the Bidder shall be strictly in accordance with tender conditions.

10.7.3 Contractor shall submit duly signed & stamped hard copies of all required
documents/ drawings/ data sheets etc to MECON for their review & approval as per
terms & condition of tender documents. The date of receipt of these documents/
drawings/ data sheets etc at MECON shall be deemed as the date of submission. If
any documents/ drawings/ data sheets etc require re-submission due to any error/
deficiency noticed during review/ approval stage, in that event the additional time
required by the contractor to get the revised document/ drawing reviewed/approved
by MECON shall be solely to contractor’s account and in no case contractor shall be
entitled for any time or cost benefit.

10.7.4 The drawings/documents/ data sheets etc shall be reviewed, checked, approved and
duly signed/stamped by successful contractor before submission. Revision number
shall be changed and revisions shall be highlighted by clouds during submission of
revised documents/drawings/data sheets by the successful contractor. Whenever the
successful contractor require any sub-supplier drawings to be reviewed/approved by
MECON, the same shall be submitted by the contractor after review/ approval and
stamped by the Contractor. Direct submission of the sub-supplier’s
drawings/documents/data sheets etc without contractor’s approval shall not be
entertained.

10.7.5 Review/Approval of the contractor’s submitted drawings/ documents/ data sheets etc
by MECON would be only to review the compatibility with basic design and concepts
including mainline work procedure and in no way absolve the successful contractor
of his responsibility/contractual obligation to comply with tender requirements,
applicable codes, specifications and statutory rules/regulations. Any error/deficiency

327 of 896
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 MECON during the drawing review stage.

10.7.6 Contractor shall make & maintain their own suitable sized Storage yard/ area
(covered as well as open space) to store Free Issue Materials (FIM) in proper
manner. Contractor shall also maintain the FIM in good condition during entire
storage period by using all type of servicing/overhauling such as cleaning , greasing,
protecting from rusting/ pitting etc.

Storage Yard/ Area shall have proper motarable approach, adequate indoor &
outdoor area lighting, potable & service water, proper rack & wooden sleeper etc. for
staking/ storing the material, availability of material handling equipment of adequate
capacity etc.

Owner/PMC’s Site In-charge shall visit & inspect the Contractor’s Storage Yard/ Area
and upon his concurrence only, the FIM shall be stored by the Contractor at the
particular Storage Yard/ Area.

Delay in issuance of FIM due to non acceptance of Contractor’s Storage Yard/ Area
(i.e mainly because of non compliance of the minimum condition as mentioned
above for Storage Yard/ Area) shall not be attributable to Owner/PMC.

328 of 896
11.0 INDICATIVE CONSTRUCTION
MILESTONE -
(Appendix-I to Particular Job Specification of Work)

329 of 896
LAYING & CONSTRUCTION OF STEEL GAS PIPELINE ALONG WITH ASSOCIATED
FACILITIES FOR SRIKKAKULAM-ANGUL PIPELINE (SAPL) PROJECT (PART B)

INDICATIVE CONSTRUCTION MILESTONE FOR PIPELINE LAYING & ASSOCIATED WORKS


(APPLICABLE FOR ALL SECTIONS)

ZERO DATE
DURATION MONTHS
Sl.
Activity Description (IN
NO.
MONTHS)
1 2 3 4 5 6 7 8 9 10
AWARD OF CONTRACT

1 MOBILIZATION 1.0

TAKING/HANDING OVER ROU (DATE OF


2 6.0
PANCHNAMA), CLEANING AND GRADING

LIFTING OF COATED PIPES FROM COATING YARD AND


3 6.0
STRINGING

4 FIT-UP,WELDING,NDT 6.5

5 JOINT-COATING, TRENCHING, LOWERING 6.5

BACKFILLING, TIE-IN, INCLUDING CROSSINGS,


6 7.0
HYDROTESTING & DEWATERING (MAINLINE)

7 CIVILWORKS (ALL STATIONS) 4.0


330 of 896
SCRAPPER TRAP INSTALLATION, MECHANICAL,
8 3.0
INSTRUMENTATION, TELECOM & CP WORK

SWABBING, EGP, SV INSTALLATION,


9 GOLDENTIE-IN, RE-STORATION & PRE- 0.5
COMMISSIONING

10 DRYING & COMMISSIONING 1.0

Note:
1. The schedule of station work e.g. mechanical, civil & structural, telecom work shall be in line with the schedule indicated above meeting the
schedule requirement for mechanical completion and commissioning, as mentioned in bid document.
2. Commissioning shall include drying & commissioning of all associated works.

331 of 896
12.0 DATA SHEETS FOR MECHANICAL
ITEMS ETC.
(Appendix-II to Particular Job Specification of Work)

332 of 896
DATA SHEETS FOR MECHANICAL ITEMS

CONTENTS

I. Valves - Deleted
II. LR Bends

333 of 896
DATA SHEET FOR LONG RADIUS BENDS

1) LR BEND MFR.
2) PURCHASER SPECIFICATION NO. MEC/TS/05/21/015 Rev 0
3) MANUFACTURING CODE MSS-SP-75/ ASME B16.49
4) DIMENSIONAL TESTING REQUIRED AS PER SPEC.
Charpy V-Notch Test required at temp. 0 0C for set of three transverse specimen.
Value shall be Minimum Avg. - 55J, Individual Minimum - 44J
DESTRUCTIVE TESTING
5) YS: 485 - 605 MPa, TS: 570 - 760 MPa
(TENSILE / CHARPY /HARDNESS)
YS/TS = 0.9 Maximum, Elongation - 20% Minimum
Hardness Value shall be 248 HV10 Maximum
6) NON-DESTRUCTUVE TESTING Required as per Mecon's Technical Specification no. MEC/TS/05/21/012B
7) PIGGING Required as per Note-3 below
196 Kg/cm2 (for 18" OD x 11.13 mm WT Pipe)
8) HYDROSTATIC TEST PRESSURE (For PQT Bend) 215 Kg/cm2 (for 12" OD x 8.6 mm WT Pipe)

Note: All the inspection & tests shall be performed as per Tech. Spec. & QAP attached with the tender.
TABLE-I

Sl. Details of free issue P/L material Bend End Type Qty. Angle Straight
No. NB Thk. Material Radius (Nos.) Length
mm (R) after
curvature (mm)

1. 18" 11.13 mm API 5L Gr X -70 6D* PE Note-2 500

2 12" 8.6 mm API 5L Gr X -70 6D* PE Note-2 500

*
BE = "D" - denotes nominal dia. of pipe
@ = Bevel End
D = Vendor to indicate
= Straight length after curvature will be minimum 500mm.
Note:
1) Test Bend shall be of 90°
2) Quantity & angles of LR Bends shall be finalized during detailed engineering activities
3) A check shall be performed on each bend by passing gauging pig consisting of two discs of Aluminium/MS Plate having a diameter equal to 95% of the nominal internal
diameter of the pipe, connected rigidly together at a distance equal to 500mm. Details of the gauging pig, including its dimensions shall be approved by Purchaser.
4) Out of Roundness shall not exceed 2% of nominal OD
5) Tolerance in Bend Angle shall be ± 0.5° of the specified angle
6) Tolerance in Bend Radius shall be ±1% of the nominal bending radius.
7) Bend off-plane shall be maximum (θ/90) x 10 mm, where θ = Bend angle

REV. NO. APPRD


DATE ZONE DESCRIPTIONS BY REFERENCES DRG. NO.
SECTION: OIL&GAS REVISIONS

CLIENT : GAIL(INDIA) LIMITED MECON LIMITED


DSGN NAME DATE CHKD DATE
DRWN Sachin 10.09.2021 Harsh 10.09.2021
PROJECT :
SAPL SCALE : REV
APPROVED Indranil Sen DATA SHEET FOR DATA SHEET NO.: MEC/23VA/05/28/M/001/DS-015-R 0
Sr. GM LONG RADIUS BENDS

334 of 896
13.0 QAPs FOR BOUGHT-OUT ITEMS
(Appendix-III to Particular Job Specification of Work)

335 of 896
QAP FOR MECHANICAL ITEMS

CONTENTS

A. QAPs
I. Assorted Pipes
II. LR Bends

B. ITPs
I. Assorted Pipes
II. CS Conduit

336 of 896
FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR QUALITY ASSURANCE PLAN PROJECT : SRIKAKULAM-ANGUL PIPELINE PROJECT

ORDER NO. & DATE FOR PACKAGE NO. : 05/51/23VA/GAIL/015


SUB-CONTRACTOR STRUCTURAL AND MECHANICAL PACKAGE NAME : LR BEND
ORDER NO. & DATE EQUIPMENT MR NO. : TS No.: MEC/TS/05/62/015

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description Code DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment 1. Visual 20. Dust/ Water Ingress Test 36. Spark Test for Lining D1. Approved GA drawings
having same specification. 2. Dimensional 21. Friction Factor Test 37. Calibration D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 22. Adhesion Test 38. Safety Device Test reference drg/ stamped
submission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 23. Performance Test/Characteristic 39. Ease of Maintenance drgs released for mfg.
for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) Curve 40. Fire Test (Type Test) D3. Relevant catalogues
and equipment 6. Ultrasonic Test 24. No Load/ Free Running Test 41. Charpy V-Notch Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) 25. Load/ Overload Test 42. Operational Torque Test Identification
indicated wherever equipment having same specifications belonging 8. Radiography Test 26. Measurement of Speeds 43. ENP (Electroless Nickel Plating) D5. Matchmarks details
to different facilities are grouped together. 9. Dye Penetration Test 27. Accoustical Test Execution D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 28. Geometrical Accuracy 44. Painting D7. Approved erection
Estimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 29. Repeatability and Positioning 45. Anti-Static Test procedures
available. Weld Procedure Test Accuracy 46. Hydrostatic Double Block & D8. Unpriced sub P.O. with
12. Approval of Test and 30. Proving Test Bleed Test specification and amend-
Repair Procedure 31. Surface Preparation 47. Bend Angle ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 32. Manufacturer's Test Certificates 48. Pneumatic Double Block & D9. Calibration Certificate of
MFR : MANUFACTURER * : THIRD PARTY INSPECTION AGENCY APPOINTED BY VENDOR 14. Pressure Test for bought-out items Bleed Test all measuring instruments
H : HOLD # : TEST TO BE PERFORMED, AS APPLICABLE {UT(6*) - HFW/ERW, 15. Leakage Test 33. IBR/ Other Statutory agencies 49. Proof Test (Type Test) and gauges
R : REVIEW RT(8*) - LSAW} 16. Balancing compliance certificate 50. Dielectric Test D10. X-Ray Reports
W : WITNESS ** : Sample shall be drawn from intrados, extrados & transition zone of Bend 17. Vibration Test 34. Internal Inspection Report 51. Bending parameter
RW : RANDOM WITNESS ## : Test ring shall be removed from the centre of the Bend & Transiti 18. Amplitude Test by Contractor 52. All Weld Rensile Test
P : PERFORM Zone and test sample shall be drawn from each quadrant during MPQT 19. Sponge Test 35. Hardness Test 53. Guided Bend Test of weld
(Hardness Test for each bend shall be carried out at extrados
& intrados of each bend with the help pf portable hardness tester)
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates & Acceptance Criteria REMARKS/
Sl. Description (with equipment Identification Quantity Unit Manufacturer's Expected Manufacturing Procedure Qualification Test Final Inspection/ Test by Documents to be Standards/ IS/ BS/ SAMPLING PLAN
No. heading, place of use and brief No. No./M Weight Name and Address Schedule of (MPQT) submitted to MECON ASME/ Norms and
CLIENT/
MFR TPIA* CLIENT/MECON MFR TPIA*
specifications) (MR Item No.) (Kg) Final Inspn. MECON Documents
P W W P W RW
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 LR BEND As per 1, 2, 4**, 5, 1, 2, 4**, 5, 1, 2, 4**, 5, 1, 2, 6#, 1, 2, 6#, 1, 2, 6#, 1, 2, 4, 5, 6#, 7, D1, D2, MECON's 100%
MR/SOR 6#, 7, 8#, 10, 6#, 7, 8#, 10, 6#, 7, 8#, 10, 7, 8#, 35, 7, 8#, 35, 7, 8#, 35, 8#, 15, 35, 41, 47, Tech. Spec., Data (As per Technical
15, 35##, 41, 15, 35##, 41, 15, 35##, 41, 51 51 51 51, 52, 53, D9, D10 Sheets & Relevant Specification & Data
47, 51, 52, 53 47, 51, 52, 53 47, 51, 52, 53 Standards Sheets of LR Bends)

Special considerations for Bending Parameters during production with respect to MPQT: Notes: 1. Physical , Chemical, Impact & Hardness Test results shall conform to the requirements of Mecon's Technical Specification for Line Pipe.
1) Forming Temperature shall not vary more than ±25°C. 2. Manufacturer shall submit marking scheme along with the QAP for approval.
2) Forming velocity shall not vary more than ±2.5 mm/minute 3. Bending parameters established during MPQT shall be maintained for regular production of LR Bends.
3) Temperature of cooling water shall not vary more than ±15°C. 4. Visual, Dimensional and other parameters shall be complaint to Technical Specification & Data Sheets, MR & Notes to MR of LR Bends.
4) Flow rate of cooling water shall not vary more than ±10%. 5. Any indication observed on MPI shall be verified by MUT.
5) Induction Heating frequency shall vary more than ±20%. 6. Mettalographic Examination shall be performed in line with the requirements of mother Line Pipe.
7. Bends shall be dispatched with both ends provided with metallic bevel protectors.
Any change in above parameters shall be cause for rejection of that Bend and the cost towards the pipe used 8. If results of MPQT does not meet the requirements, vendor shall provide justification and remedial measures and reperform MPQT.
for fabrication of that rejected Bend shall be recovered from vendor's account with a rate specified elsewhere Repeated failure of MPQT shall be taken up by the purchaser to initiate suitable action. Cost towards using of additional pipe length for reperforming MPQT
in the Tender Document. shall be recovered from vendor's account with a rate specified elsewhere in the Tender Document.
9. The Bend number shall be placed by cold rolling or low stress dot marking on the outside surface of the Bend at an
approximate distance of 50 mmfrom both ends.
10. Bend ends shall be tested by MUT for any lamination at the ends.

QAP NO. MEC/23VA/05/21/M/001/QAP-015-R REV


For MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR 0
(Stamp & Signature) SHEET 1 OF 1

337 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
ASSORTED PIPES MEC/TS/05/62/59A
Page 1 of 3

INSPECTION AND TEST PLAN

FOR

ASSORTED PIPES

1 26.02.2020 ISSUED FOR IMPLEMENTATION Sachin Kumar Sachin Singhal A K Gupta

Rev.
Date Purpose Prepared Checked by Approved by
No.

ITP No. : 05/21/012E/001

338 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
ASSORTED PIPES MEC/TS/05/62/59A
Page 2 of 3

SCOPE OF INSPECTION

METHOD OF QUANTUM REFERENCE ACCEPTANCE


SL.NO. STAGE COMPONENT CHARACTERISTICS RECORD
CHECK OF CHECK DOCUMENTS NORMS
Manufacturer TPIA Client/Mecon

Relevant Code
As per code & Mill test
(i)Chemical One sample &
Testing Technical Certificate/ H R R
Composition: CE per heat Technical
Specification report
Raw material Plate/Sheet/ Specification
1.0
inspection Strip
Relevant Code
(ii)Mechanical As per code &
One sample & Inspection
properties Testing Technical H R R
per heat Technical report
YS,UTS,EL Specification
Specification
Welding Speed, Relevant Code
Manufacturing,
Current, Voltage, Record of 100% by & Internal
2.0 welding Pipe Approved WPS P R R
Frequency, Offset, Parameter Vendor Technical report
(HFW & SAW)
Height of Flash & Trim Specification

3.0 Product Testing

Tensile, Flattening,
Reverse Bend, Relevant Code
Mechanical Properties As per code &
Hardness, Impact One sample & Lab
3.1 Destructive Testing Pipe & Macro Technical W W W
per heat Technical Report
Specification
Chemical Specification
Chemical Properties
Composition
Inspection
UT/RT or as per Relevant Code As per code &
Non Destructive Surface & Internal 100% by Report/
3.2 Pipe code & & Technical Technical W R R
Testing Inspection Vendor Internal
specification Specification Specification
Record
ITP No. : 05/21/012E/001

339 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
ASSORTED PIPES MEC/TS/05/62/59A
Page 3 of 3

SCOPE OF INSPECTION
METHOD OF QUANTUM REFERENCE ACCEPTANCE
SL.NO. STAGE COMPONENT CHARACTERISTICS RECORD
CHECK OF CHECK DOCUMENTS NORMS
Manufacturer TPIA Client/Mecon

Stress Relieving,
Relevant Code & Relevant Code &
Heat Treatment Normalizing, Temperature
3.3 Pipe Each Pipe Technical Technical HT Chart P R R
(As Applicable) Tempering, Solution Recording
Specification Specification
Annealing etc.

Inspection
Relevant Code & As per code &
Report,
4.0 Hydrostatic test Pipe No leak Visual Each Pipe Technical Technical W W RW
Hydraulic
Specification Specification
Graph
Straightness, Outer
Diameter (Pipe Body,
Pipe Ends), Out of Relevant Code & As per code &
Visual, 100% by Inspection
5.0 Final inspection Pipe Roundness, Thickness, Technical Technical W W RW
dimensional vendor Report
Length, Surface Specification Specification
Lamination, Root Face,
Bevel Angle

Relevant Code & As per code &


Galvanizing Integrity of Galvanized Inspection
6.0 Pipe --- Each Pipe Technical Technical P R R
(If Applicable) Coating Report
Specification Specification

Legends/Notes:

. W-witness, R-Review, RW- Minimum 10% witness and 100% Review ,

ITP No. : 05/21/012E/001

340 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
CONDUIT PIPES MEC/TS/05/62/59A
Page 1 of 3

INSPECTION AND TEST PLAN

FOR

CONDUIT PIPES

1 05.05.2020 ISSUED FOR IMPLEMENTATION Sachin Kumar Sachin Singhal A K Gupta

Rev.
Date Purpose Prepared Checked by Approved by
No.

ITP No. : 05/21/012E/001

341 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
CONDUIT PIPES MEC/TS/05/62/59A
Page 2 of 3

SCOPE OF INSPECTION

METHOD OF QUANTUM REFERENCE ACCEPTANCE


SL.NO. STAGE COMPONENT CHARACTERISTICS RECORD
CHECK OF CHECK DOCUMENTS NORMS
Manufacturer TPIA Client/Mecon

Relevant Code
As per code & Mill test
(i)Chemical One sample &
Testing Technical Certificate/ H R R
Composition: CE per heat Technical
Specification report
Raw material Plate/Sheet/ Specification
1.0
inspection Strip
Relevant Code
(ii)Mechanical As per code &
One sample & Inspection
properties Testing Technical H R R
per heat Technical report
YS,UTS,EL Specification
Specification
Welding Speed, Relevant Code
Manufacturing,
Current, Voltage, Record of 100% by & Internal
2.0 welding Pipe Approved WPS P R R
Frequency, Offset, Parameter Vendor Technical report
(HFW & SAW)
Height of Flash & Trim Specification

3.0 Product Testing

Tensile, Flattening,
Reverse Bend, Relevant Code
Mechanical Properties As per code &
Hardness, Impact One sample & Lab
3.1 Destructive Testing Pipe & Macro Technical W W R
per heat Technical Report
Specification
Chemical Specification
Chemical Properties
Composition
Inspection
UT/RT or as per Relevant Code As per code &
Non Destructive Surface & Internal 100% by Report/
3.2 Pipe code & & Technical Technical W R R
Testing Inspection Vendor Internal
specification Specification Specification
Record

ITP No. : 05/21/012E/001

342 of 896
INSPECTION AND TEST PLAN
FOR
STANDARD SPECIFICATION NO.
CONDUIT PIPES MEC/TS/05/62/59A
Page 3 of 3

SCOPE OF INSPECTION
METHOD OF QUANTUM REFERENCE ACCEPTANCE
SL.NO. STAGE COMPONENT CHARACTERISTICS RECORD
CHECK OF CHECK DOCUMENTS NORMS
Manufacturer TPIA Client/Mecon

Stress Relieving,
Relevant Code & Relevant Code &
Heat Treatment Normalizing, Temperature
3.3 Pipe Each Pipe Technical Technical HT Chart P R R
(As Applicable) Tempering, Solution Recording
Specification Specification
Annealing etc.

Inspection
Relevant Code & As per code &
Report,
4.0 Hydrostatic test Pipe No leak Visual Each Pipe Technical Technical W RW R
Hydraulic
Specification Specification
Graph
Straightness, Outer
Diameter (Pipe Body,
Pipe Ends), Out of Relevant Code & As per code &
Visual, 100% by Inspection
5.0 Final inspection Pipe Roundness, Thickness, Technical Technical W RW R
dimensional vendor Report
Length, Surface Specification Specification
Lamination, Root Face,
Bevel Angle

Relevant Code & As per code &


Galvanizing Integrity of Galvanized Inspection
6.0 Pipe --- Each Pipe Technical Technical P R R
(If Applicable) Coating Report
Specification Specification

Legends/Notes:

. W-witness, R-Review, RW- Minimum 10% witness and 100% Review ,

ITP No. : 05/21/012E/001

343 of 896
14.0 SCHEMATIC ROUTE DIAGRAM
(Appendix-IV to Particular Job Specification of Work)

344 of 896
345 of 896
15.0 VIDEOGRAPHY SURVEY
(Appendix-V to Particular Job Specification of Work)

346 of 896
APPENDIX V – VIDEOGRAPHY SURVEY

1.0 INTRODUCTION

The purpose of video survey is to capture before starting construction activities the
ground realities along the pipeline route and to co-relate the same with digitized maps of
Survey of India. Moreover, during construction activities the Contractor shall video report
at least once a week all site activities.

2.0 PROJECT DESCRIPTION

Approximate Length and Size of Pipelines has been tabulated hereunder:

Sl. Part Description of pipeline State


No
.
1 Section I 18" x 48Km Approx. Laying , terminal & ANDHRA
Associated works from DT at Ch. 0.00 (Tap- PRADESH/O
off from IP-04 of Srikakula –Angul Pipeline - DISHA
Part A at Ch. 341.0 Km) to IP-01S ( Ch. 48.0
Km approx.)
2 Section II 12" x 142.8 Km Approx. Laying , terminal & ANDHRA
Associated works from IP-01S ( Ch. 48.0 Km PRADESH/O
approx.) to RT - Utkal Alumina ( Ch. 190.8 DISHA
Km approx.) but excluding terminal works at
IP-01S , Station Piping Works for Dispatch
Stations at SV-06S & SV-07S
3 Section III 12" x 68.3 Km Approx Laying, terminal & ODISHA
Associated works from SV-06S (Ch. 158.4
Km approx.) to Consumer Vedanta (Ch. 68.3
Km approx.) Including Station Piping works
for Dispatch station at SV-06S
4 Section IV 12" x 62.97 Km Approx Laying, terminal & ODISHA
Associated works from SV-07S (Ch. 178.4
Km approx.) to Consumer Nalco (Ch. 62.97
Km approx.) Including Station Piping works
for Dispatch station at SV-07S

3.0 SCOPE OF WORK

Contractor or the approved agency (by Owner / Engineer) shall carry out the videography
along the route of the pipeline.

The work will be subdivided in two phases:

347 of 896
Phase1: Videography of the entire pipeline route prior to any construction
activities

A) The contractor shall capture the video for the following areas but not limited to:

1. Pipeline route
2. Location of various Stations and Tap Off points.
3. Major features such as water bodies, plantation, flora & fauna, forest & rocky area
4. All Crossings like road, railways, river, canal, khadi as applicable
5. The photographs of the crossing both upstream and downstream of the pipeline. The
photographs and video should cover the type of soil and terrain condition, obstacles,
rocks etc.

B) The identified locations on digitised map of Survey of India shall be interfaced with
Videography through software whereby one can access both simultaneously and match
the two. The identified locations like
Crossings: National Highways, State Highways, Rivers, Major Canals, Hills, Major Khadi
Areas: Rocky, Marshy, Forest, Plantation.

The digitised map shall be procured from Survey of India by the Contractor. Digital the
odolite shall be used for all surveys. However, GAIL will provide all possible help in
collection of required map, and Authorisation letter required, if any to contractor.

C) There is no need to carry out videography of the route if there is no change in


topographical features. Such areas should highlight at end and starting point in
videography.

Phase 2: Videography during Construction activities

During construction, the Contractor shall video survey all distinct / main activities under
progress alongside the entire pipeline routing.

The purpose of this survey is to get a complete videography of the construction site at
different stages of the construction.

This includes all main activities as per phased working procedure. Each phase of the
construction shall be at least surveyed at 5 different locations distributed equally along
the pipeline routing.

Each Natural Gas station will be also surveyed on the same way. Contractor shall submit
his planning and his methodology to Owner /Engineer approval right after the LOA.

3.1 The proper log of the location, landmark, crossings, town, districts and important
comments will be embedded.

348 of 896
3.2 The search will be text based and it will retrieve the relevant video segment along with
textual / visual data for reference.

3.3 A special programme will be written which will help create interface through which the
video of important landmarks can be searched /viewed.

3.4 Narration in back side of video will be provided along the route.

3.5 The Contractor shall hand over

CDs : 6 Nos. Phase 1

CDs : 6 Nos. Phase 2

4.0 ASSISTANCE

The Contractor to indicate in detail the information and assistance as required from client
to execute the survey.

5.0 TIME OF WORK

One month for phase 1


Construction period for phase 2

6.0 PRICE SCHEDULE

Contractor to quote for each phase its lump sum fee on per Km of route survey basis.
The fees shall include all expenses and cost of facilities used to carry out the scope
covered in clauses above. Contractor to quote separate item as stated in Schedule of
Rates (SOR).Price will be indicated under Schedule of Rate (SOR).

349 of 896
16.0 THIRD PARTY INSPECTION AGENCY
(Appendix-VI to Particular Job Specification of Work)

APPENDIX - VI

350 of 896
THIRD PARTY INSPECTION AGENCY

Contractor shall appoint anyone of the following TPIA for inspection purpose, wherever required
as per tender document. Contractor has to propose minimum 4 nos. of below listed agencies to
be approved by GAIL / MECON:

a) Det Norske Veritas (DNV)


b) Germanischer Lloyd
c) Bureau Veritas (BV)- GAIL's surveillance TPI as on date
d) Moody International
e) ABS - GAIL's surveillance TPI as on date
f) SGS
g) Certification Engineer International Ltd(CEIL)
h) TechnischeUlierwachungsVerein (TUV)
i) Velosi
j) American Bureau Services
k) AB-Vincotte
l) Lloyd Register of Industrial Services
m) Meenar Global
n) VCS Quality Services Private Limited

Apart from inspection by TPIA, inspection may also be performed by MECON / GAIL’s personnel.

351 of 896
17.0 SUPPLY AND INSTALLATION OF
PORTA CABINS

(Appendix-VII to Particular Job Specification of Work)

352 of 896
APPENDIX- VII TO PARTICULAR JOB
SPECIFICATION
SCOPE OF WORK FOR SUPPLY & INSTALLATION
OF PORTA CABINS

353 of 896
ARCHITECTURAL WORKS

SCOPE OF WORK
M/s GAIL has awarded M/s MECON Limited project management consultancy (PMC) services
for Angul-Srikakulam pipeline. The brief scope of work for Part- B, broadly consist of Laying,
Testing and Commissioning of 18”NB x 48 Kms (approx) and 12”NB x 274 Kms (approx)
pipeline in the state of Odisha & Andhra Pradesh including all associated works for
transportation of Natural Gas (dry)/ R-LNG.
M/s MECON Ltd has been engaged by M/s GAIL to carry out design, engineering, procurement,
inspection & Project Management Consultancy Services required transportation and distribution
of Natural Gas.

The scope of work includes the design, fabrication, supply, loading, transportation
including unloading and installation at site Porta Cabins of following clear inside
dimensions and technical specifications as detailed below:
1. PCP cum Guard Room – 10.0 m (L) x 3.0 m (W) x 2.5 m (H) consists of
equipment room, battery room, guard room including toilet block & overhead
tank.
2. Guard room - 4.0 m (L) x 3.0 m (W) x 2.5 m (H) consists of guard room
including toilet block & overhead tank.

The porta cabins shall be as per Technical Specification and drawings, including
provisions of installation of air conditioning, mounted electrical work and required
furniture. The Porta Cabin shall have supporting structures for installation of solar
panels at SV stations only. Foundation base shall be constructed up to a height of
300mm (as mentioned in drawings) from finished ground level for installation of Porta
Cabin as per civil details.

No leakages, seepages through walls, roof shall be permitted. All joints between wall
panels, roof level shall be properly sealed by the successful bidder after erection of
walls to avoid ingress of water/insects/reptiles etc. PCC protection shall be provided
at base of Porta Cabin all around.

Pre-fabricated porta cabins comprising of MS structure, walls, roof, insulation, doors/


windows, chajja / canopy, flooring, ceiling, electrical installations, furniture,
plumbing works are part of successful bidder’s scope of work.

TECHNICAL SPECIFICATION

1.0 FLOOR

Base frame shall be as per structural TS.

354 of 896
The floor shall be covered with cement fiber board of 18-20 mm thickness fixed with
fasteners and finished neatly with:

• 600 mm X 600 mm vitrified tiles in Equipment Room and Guard Room. Vitrified
floor tile shall be 1st quality of approved make, size 600 X 600 X 9 mm (min.)
with water absorption less than 0.08% and conforming to IS:15622 of approved
quality, shade, range and pattern, fixed using chemical tile adhesive & epoxy and
joints pointed with tile jointing compound of approved make.

• 300 mm X 300 mm acid resistant tiles in Battery Room. Acid and/or alkali
resistant tiles shall be of approved make and colour, size 300 X 300 X 12 mm
conforming to IS:4457 fixed using chemical tile adhesive.

• 300 mm X 300 mm anti skid ceramic floor tiles in Toilet. Ceramic floor tiles shall
be anti-skid matt finish (300 X 300 X 7.7 mm minimum) conforming to IS:13754
and of approved quality, shade, range and pattern, fixed using chemical tile
adhesive & epoxy and joints pointed with tile jointing compound of approved
make.

2.0 WALLS

Wall frame, outer finish and insulation shall be as per structural TS.

Inner walls sections shall be bended sections made from 1.6 mm Corrugated GI
sheets. Inner wall paneling shall be done with 9 mm thick HMR grade pre-laminated
MDF (medium density fibre boards) confirming to IS: 14587 of approved make and
shade.
All partition walls shall have 9 mm thick HMR grade pre-laminated MDF boards duly
supported by structural steel members.

In Battery Room the internal walls shall have cement fiber board, on which acid /
alkali resistant tiles shall be fixed using chemical tile adhesive.

Internal walls in Toilet shall be finished with 4mm moisture resistant bakelite sheet
paneling.

All vertical & horizontal corners in all rooms shall be neatly finished with Anodized
Aluminum Angles / PVC beadings.

3.0 ROOF

Roof frame, outer finish and insulation shall be as per structural TS.

355 of 896
Roof shall be extended by minimum 300mm on all sides to provide rain/ sun
protection to doors and windows. Gutters shall be provided at eaves and connected
with uPVC rain water downtake pipes which shall be connected to nearest drain. Rain
water pipes shall be of 110 mm diameter conforming to IS: 13592 Type A fixed on
wall and jointing with seal ring.

MS catladder shall be provided for roof approach for Cleaning & Maintenance of
Solar panel.

Internal ceiling shall be provided with internal paneling 9mm HMR grade pre-
laminated MDF boards confirming to IS: 14587 of approved make and shade
supported by MS framework.

4.0 WINDOWS AND DOORS

ALUMINIUM DOORS & WINDOWS

Aluminium sections shall be extruded built up standard tubular sections/ appropriate Z


sections and other sections of approved make conforming to IS: 733 and IS: 1285,
fixing with dash fasteners of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene
gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, Aluminium snap beading for
glazing / paneling, C.P. brass / stainless steel screws, closing the gaps around the
frame and the adjoining surface with silicone sealant. All fitting shall be of matching
colour of powder coated aluminium sections. Colour powder coating shall be minimum
50 microns.

• Windows: Windows of size 1500 mm X 1200 mm shall be of aluminum extruded


sections, double shutter sliding type (Powder Coated) with minimum 5.5mm clear
glass snd SS mosquito net. The windows shall be horizontal sliding. Stainless steel
fly-proof mesh/ mosquito net in suitable frame work shall also be provided in the
windows. All aluminium windows / ventilators shall be complete with all bye
works including fittings and fixtures like stays, pushplates, fasteners, derailing
wheels with Nylon brackets trolley with S.S. pin, locking arrangements, etc.

• Fixed Glazing: Fixed glazing of size 1500 mm X 600 mm shall be of aluminum


extruded sections (Powder Coated) with 5.5mm clear glass with 3M / Garware
films of approved shade.

• Doors: All doors shall be of aluminum extruded sections (Powder Coated) with
partly glazed portion (from lock rail level to top rail; with 8 mm toughened glass)

356 of 896
and partly with 10mm thick cement bonded prelaminated particle board panel/
aluminium louvers and wire mesh (from bottom rail to lock rail level). Toilet door
shall be fully paneled with cement bonded laminated particle board.

The doors shall be complete with necessary fittings and fixtures like mortice lock,
handles, tower bolt, floor mounted double action floor spring hinges etc. The
peripheral edges of the door shall be provided with rubber seal to prevent ingress
of water and dust. The doors shall be provided with manually operating type
locking arrangements from both internal and external side. All aluminium doors
shall be complete with all bye works including fittings and fixtures like handles,
door springs, door closers, locking arrangements, etc.

Double shutter door size shall be 1500 mm X 2100 mm and single shutter door size
shall be 1000 mm X 2100 mm and 900 mm X 2100 mm as shown in drawing.

• Aluminium Sections

Description Section No. of Jindal Size (mm) Weight


(similar sizes and (approx.) (kg/m)
weights of equivalent
makes may be used)
Door
Frame 20032 89 x 32 x 2.75 1.787
Shutter Top 19503 47.62 x 44.45 x 3.18 1.501
Shutter 19501 47.62 x 44.45 x 3.10 1.509
Vertical
Shutter 19583 83.5 x 44.45 x 3.18 2.145
Middle
Shutter 19510 114.30 x 44.45 x 3.18 2.646
Bottom

Sliding window
2 track Frame Top 20829 61.85 x 31.75 x 1.5 0.784
and Side
2 track Frame 20830 61.85 x 31.75 x 1.5 0.909
Bottom
Shutter Top and 20736 40 x 18 x 1.55 0.547
Bottom
Shutter Side 20738 40 x 18 x 1.55 0.547
Shutter Interlock 20737 40 x 18 x 1.45 0.607

357 of 896
SUNSHADES/ CHAJJAS
Suitable sunshades made out of CGI/PGI sheets and angle iron frame shall be
provided to all external windows, ventilators and doors. The min projection for the
sunshades shall 600mm / 450mm (as mentioned in drawings) from the wall and 300m
wider than the opening as marked in the drawing supported over angle iron fame work
and fixed on wall using nut/bolts.

5.0 TOILET

Toilet shall be provided along with Guard Room. The toilet cubicle shall be having 1
No of western closet with flushing units, 1 No of wash Basin, 1 No of Urinal, mirror,
all faucets, liquid soap dispenser as shown in drawing & necessary water piping and
floor traps for outlet.
White glazed vitreous china sanitary fittings will be provided in toilet of approved
model and make. Standard chromium plated brass plumbing fittings and fixtures from
approved manufacturer will be provided. 18 mm thick granite stone slab of approved
shade, table rubbed, edges rounded and polished of size 75x50 cm deep and 1.8 cm
thick shall be fixed for urinal partitions.
All appliances, fixtures and fittings shall be provided with all such accessories as are required
to complete the item in working condition. Accessories shall include proper fixing
arrangements, brackets, nuts, bolts, washers, screws and required connection pieces.

Exhaust fan of suitable ventilation capacity shall be provided in toilet.


One 1000 liters overhead tank of Sintex or equivalent with necessary GI incoming and
outgoing pipes and fittings along with 0.5 HP pump for pumping water shall be provided for
supplying water in toilet.

For sewerage system, connection to soak pit and septic tank shall be made (construction of
soak pit and septic tank shall not be in the scope of bidder).

Plumbing fittings:

Item Model & Make

EWC with seat cover & CNS-WHT-755S220NPP + CNS-WHT-207 of Jaquar or


Flushing Cistern equivalent.
Urinal with flushing valve URS-WHT-13259 of Jaquar or equivalent.
Wash Basin with full CNS-WHT-801 + CNS-WHT-301 of Jaquar or equivalent.
pedestal

Health faucet ALD-CHR-573 of Jaquar or equivalent.

358 of 896
Pillar Cock CON-CHR-021KN of Jaquar or equivalent.
Angle Stop Cock CON-CHR-059KN of Jaquar or equivalent.
Liquid Soap Dispenser ACN-CHR-1135N of Jaquar or equivalent.
Coat Hook ACN-CHR-1161N of Jaquar or equivalent.
Mirror 5.5 mm thick float glass frameless mirror of size 600 mm
X 900 mm fixed with stainless steel studs
Wash basin drain pipe PVC
Floor Trap SS
Eye Wash in Battery Room S99 of Tobit Engineers or equivalent.

6.0 FURNITURE

GUARD ROOM

Table of size 900 mm (W) X 590 mm (D) X 750 mm (H) (approx.)


• The top shall be 18 mm thick pre- laminated board (PLB).
• All work surface edges shall be duly sealed with 2 mm thick beading.
• The Understructure shall be having tubular frame made of MS ERW 25.4 x 1.2
and made from 0.9 mm thick powder coated 50 microns CRCA MS .
• The storage parts shall be made up of 0.5 to 0.6 mm CRCA MS.
• Model No. T-31 drawer of Godrej or equivalent make.

Chair (Non - revolving Type)


• The seat and backrest shall be made up of 1.2 cm thick hot-pressed plywood,
upholstered with fabric and moulded polyurethane foam.
• The armrests shall be made of black integral skin polyurethane.
• The understructure shall be made from ms powder coated S type round tubular
pipe.
• Back Size 47.5cm (W) X 58cm (H) (approx.)
• Seat Size 47cm (W) X 48cm (D) (approx.)
• Model No. Bravo Visitor of Godrej or equivalent make.

359 of 896
Vertical Filing Cabinet (4-drawer)
• Size of 4 Drawer VFC shall be 1320mm(H) X 470mm(W) X 620mm(D) approx.
• It should have 1 Point Locking Mechanism and a Rigid Knock Down CRCA
Construction.
• Easy to grip Full length Recess Handle shall be integrated into Metal Drawer for
easy pull out convenience.
• There shall be a Snap on type plastic label holder on Drawer Fronts.
• The Centralized locking System shall be provided along with Shooting Bolt
Mechanism and 10 Lever Cam Lock.
• The VFC should have anti-tipping arrangement which ensures that when one
drawer is opened for use, it does not allow other drawers to be opened.
• The High Quality Precision Ball Slide shall be provided with Drawer Load
capacity of max 40 kg and UDL for 75,000 cycles (BS).
• Plain Triangular plate pop should be riveted at the bottom corners for rigidity.
• Model No. VFC-4 drawer of Godrej or equivalent make.

360 of 896
LIST OF APPROVED MANUFACTURERS / MAKES
The makes and manufactures shall be preferably from the following list. In case some of the items
not available in the market or some of the particular products are not producing by the following
manufacturer or in case of change in trade name etc. equivalent makes or re-designated product shall
be used conforming to the specific IS codes with the prior approval of Client/Consultant.

SL MATERIAL MAKES / MANUFACTURER


NO.

1 CEMENT FIBRE BOARD GYPROC / EVEREST / BIRLA AEROCON /


VISAKA / SAHYADRI
2 BAKELITE SHEET POLYCHEM INTERNATIONAL / KEVIN
POLYMERS / SIGMA LAMINATE / SUN
LAMINATE /
3 PLYWOOD/ BLOCKBOARD/ PLY CENTURY/ GREENLAM / ARCHIDPLY /
BOARD GREEN PLY / KITPLY/ DURO
4 PRE- LAMINATED PARTICLE CENTURY / GREENPLY / ARCHIDPLY /
BOARD MERINO / KITPLY/ DURO
5 MDF BOARD ARCHIDPLY/ CENTURY / MERINO /
KITPLY / GREENPLY
6 VENEERED PARTICLE BOARD CENTURY/ GREENPLY/ ARCHIDPLY /
KITPLY/ DURO
7 LAMINATES GREENLAM / ARCHIDPLY / MERINO /
KITPLY / CENTURY / DURO
8 VENEER CENTURY/ GREENLAM / ARCHIDPLY /
GREEN PLY / KITPLY/ DURO
9 ADHESIVE FOR FIXING FEVICOL SH / ARALDITE / VAMICOL /
LAMINATES & WOODWORK DUNLOP / ANCHOR/ 3M
10 ALUMINIUM SECTIONS/ HINDALCO / JINDAL/ BHORUKA
EXTRUSIONS
11 GLASS SISECAM FLAT GLASS / AIS /ST.GOBIAN
/ MODIGUARD
12 GLASS FILM 3M / GARWARE / AMCOR
13 HARDWARE DORMA / GEZE / GODREJ / OZONE
14 DOOR CLOSER / FLOOR SPRING DORMA / GEZE / GODREJ / OZONE /
HAFELLE / HETTICH / DORSET
15 LOCKS DORMA / GEZE / GODREJ / OZONE /
HAFELLE / HETTICH / DORSET
16 DASH FASTENERS HILTI /KONCEPT M / FISCHER / BOSCH /
RAWLPLUG
17 SILICON SEALANTS /WEATHER GE- SILICON / PIDILITE / CHOKSEY
SEALANT /WACKER / FORSOC / CICO/DOW
CORNING / SIKA/ RAWLPLUG
18 STAINLESS STEEL BOLTS, KUNDAN / PUJA / KONCEPT
WASHERS AND NUTS
19 STAINLESS STEEL SCREW FOR KUNDAN / PUJA / ATUL/KONCEPT

361 of 896
FABRICATION AND
FIXING OF WINDOWS
20 CERAMIC TILES KAJARIA/ HR JOHNSON/ ASIAN
GRANITO/ ORIENT BELL/ SOMANY
21 VITRIFIED TILES KAJARIA/ HR JOHNSON/ ASIAN
GRANITO/ ORIENT BELL/ SOMANY
22 ACID RESISTANT TILES HR JOHNSON ENDURA/
KAJARIA/UNITILE
23 TILE ADHESIVE BASF / SIKA / CICO / BELL / PIDILITE /
LATICRETE
24 STONE ADHESIVE FERROUS CRETE (FERRO-113)/ARDEX
ENDURA (DIANMOND STAR)/PIDILITE
(ROFF STONE ADHESIVE)
25 EPOXY GROUTING MYK LATIKRATE / DUBOND /
SEMITRONE
26 POLYSULPHIDE SEALANT BASF / PIDILITE/ FOSROC/ CHOKSEY/
CICO /SIKA
27 FURNITURE FEATHERLITE/GODREJ/ HNI-INDIA/
DURIAN
28 EYE WASH TOBIT ENGINEERS / EURONICS / HAWS
29 GLASS : MIRROR MODIGUARD / SAINT GOBAIN/ ASAHI
INDIA SAFETY / MODI FLOAT
30 SANITARYWARE JAQUAR / HINDWARE / CERA / ORIENT
BELL
31 C.P. FITTINGS & ACCESSORIES JAQUAR / HINDWARE / CERA / ORIENT
BELL
32 TOILET ACCESSORIES JAQUAR / HINDWARE / CERA / ORIENT
BELL
33 STAINLESS STEEL CP GRATING CHILLY / CAMRY / GMGR / SFMC
34 G.I. PIPES /M.S. PIPES IS 1239/3589 TATA STEEL / SAIL
35 G.I. FITTINGS (MALLEABLE CAST ZOLOTO-M / SWASTIK / JINDAL HISSAR
IRON) / UNIK
36 SOIL, WASTE WATER PIPES & NICO / SFMC PVC UPVC PIPE / KAGECO
FITTINGS- / FINOLEX
37 SOIL, WASTE & RAIN WATER SUPREME / SFMC / FLOW GUARD /
PIPES & FITTINGS –UPVC. FINOLEX
38 PVC WATER TANK SINTEX / SUPREME / FINOLEX

362 of 896
TECHNICAL SPECIFICATION FOR PORTA CABINS

1.0 STEEL STRUCTURAL WORKS.

This Specification of Porta Cabin shall apply to design, detail engineering,


preparation of design (GA) drawings and getting approval of design calculation
& (GA) drawings from consultant/client including supply, factory fabrication and
shall be brought to site in factory assembled condition and erection true to line
level and plumb.
Porta Cabin shall be design as per relevant I.S. codes, No leakages, seepages
through walls, roof shall be permitted. All joints between wall panels, roof level
shall be properly sealed after erection of walls to avoid ingress of
water/insects/reptiles etc.
Porta Cabin skid framed shall be rest on Civil Plate from and Base of porta cabin
shall be welded with insert plate casted on civil plate from for stability of the
cabin.
A PCC block shall be constructed all round the porta cabin to avoid ingress of
water or as per civil construction drawing.
The Design and Structural Stability shall be sole responsibility of the Contractor.
The Contractor shall furnish Stability Certificate by Certified Structural Engineer.
Water Tank supporting Structures to be Provided as per Architectural Drawings
to supply of water for Toilet at sufficient height
Cat Ladder for approaching on Roof of building to be Provided as per
Architectural Drawing for Cleaning & Maintenance

1.01 DESIGN OF STRUCTURES:


a. Calculation of basic loads for the primary load cases & load combinations on the
structures as per latest Indian codes (i.e. IS: 800-2007 (LSM), IS: 875 &IS: 1893) along
with Design basis, detail load calculation for STAAD input file

b. Frame analysis using software STAAD-Pro in 3D model.

c. Design of all structural members (columns, rafters, Floor and Roof Beams column
bracing system, base plate, anchor bolts, and any other components shall be provided in
excel sheet (editable form including formulas with ref. to relevant codal clauses) as per
relevant IS Codes.

d. Preparation and submission of 3 nos. (Three) hard & soft copies (editable excel form
including formulas with ref. to relevant codal clauses) of Design calculations &
drawings for approval of the Consultant.

e. Preparation and submission of design calculations for typical connection details etc. for
approval of the Consultant.

f. Preparation and submission of support reactions (forces at underside of column base


plate) as per primary load cases on the structures including layout of columns, detail of
anchor bolt and base plate in a detail drawing, including base plate and anchor bolts
design, to consultant for approval.

363 of 896
1.02 LOADING AND CODES:
a. All dead loads shall be considered in accordance with IS: 875 (Part-1)
-1987.
b All live loads shall be considered in accordance with IS: 875 (Part-2)-1987.
c. Wind loads shall be in accordance with IS: 875(Part-3) and any other
Consideration specific to the site.
d. Seismic loads shall be in accordance with IS: 1893 – 2002.
e. Electrical loads shall be as per Electrical Lighting Fixture drawing.
f. False Ceiling load as per architectural specification.

In absence of any other provision for design loads, any other recognized code of practice may
be followed with prior approval of the consultant.

1.03 COMBINATION OF LOADS


Primary design loads considered shall be combined in accordance with Table-4 of IS: 800-2007
and clause 8.0 of IS: 875(Part-5) -1987, as applicable, to give the most severe loading condition
for design strength and serviceability and stability against overturning (0.9DL+WL/EL
combination) of structures.

1.04 LIMITING DEFLECTION


The vertical deflection & horizontal deflection shall be limited in various elements of structures
as follows:
a) Floor Beam - Span/325
b) Rafters - Span/325
c) Columns - Span/325

1.05 MATERIAL:

The structure of prefabricated porta Cabin (i.e. Base frame, Top frame, Side
frame etc.) shall be tubular/Hot Rolled structural steel sections conforming to
IS:4923 & IS: 2062-2011.

Exterior Cladding on Wall shall be 1.2 mm thick and Roof 1.2 mm GI Sheets of
120 to 150 GSM duly corrugated of standard size confirming to IS/ASTM
Standard. This corrugation version acts as stiffeners and increase strength to
weight ratio. cladding sheet shall be welded to the external superstructure. All gaps
are sealed to avoid any water leakage, ingress of insects and moisture.
Insulation for Roof & Wall cladding shall be 80mm thick Bonded Mineral wool
(ROCKWOOL)of density 96-100 kg/m3 conforming to IS: 8183 -1993. Under side
of insulation shall be covered reinforced aluminum foil.
Gutter on roof shall be 0.5 thick CGI sheet and down take shall be heavy duty
uPVC pipe with all accessories.

1.06 PAINTING SYSTEM FOR STEEL STRUCTURES:

Surface preparation: All steel structures shall be cleaned with mechanical


device/wire brush to removed Mill scale, rust and foreign matter.

a. Primer paint: One coat of Inorganic Zinc Silicate (DFT 75µ)

b. Finishing paint: Two (2) coats of Acrylic Polyurethane (DFT 40µ) each coat

364 of 896
c. Skid Structures /Base Frame(Under Side) :Above a,b including Two
coats of wear resistant bituminous paint (DFT 75 μ /coat).

All painting shall be done by spray painting only. Paint damaged during transportation
and handling shall be repaired in good condition. Final colour of paint shall be approved
by client/Consultant

LIST OF APPROVED MANUFACTURERS/MAKES


The makes and manufactures shall be preferably from the following list. In case some of the items
not available in the market or some of the particular products are not producing by the following
manufacturer or in case of change in trade name etc. equivalent makes or re-designated product shall
be used conforming to the specific IS codes with the prior approval of Client/Consultant.
Items/Name of
Sl.No. Makes/Brands/Manufactures
Products
1 Structural Steel SAIL / RINL/TATA / ESSAR / JSPL/JSW
Structural Steel
2 Tubes/Hollow TATA / JINDAL / SURYA / SWASTIK,/APOLLO
Section

Galvanized Iron
3 TATA, JINDAL, ESSAR
(GI) Sheet

Insulation (Rock Lloyd Insulation, Minwool Rock Fibres Ltd, Insulation, Dhanbad
4
wool) rock wool Insulation pvt Ltd., Rock wood India Limited
5 Paint Akzo-Nobel, Asian Paint, Kansai Nerolac Paints, Berger Paints

365 of 896
GAIL (INDIA) LIMITED
SRIKAKULAM - ANGUL PIPELINE PROJECT

PARTICULAR JOB SPECIFICATION FOR


ELECTRICAL WORKS OF PORTA CABIN AT PCP STATIONS
(LCOATION: Part-A SV-1, SV-5,SV-9,SV-11, SV-17 and Part-B SV-1S)

(ELECTRICAL SECTION)

MECON LIMITED DELHI

Document No. Revision No. Date

MEC/23V9/05/E9/E/001 0 30.07.2021

© Copyright MECON Limited – All rights reserved.


THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

366 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 1 of 7

Contents
Sl. No. Description

1.0 GENERAL

2.0 SCOPE

3.0 TECHNICAL REQUIREMENT OF ELECTRICAL SYSTEM OF PORTA CABIN


AT PCP STATION

4.0 MAKE OF EQUIPMENTS AND MATERIALS

5.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION


STANDARDS

Rev. No. Date Prepared By Checked By Approved By

Aashis Moyal, Sr M.K.Jaiswara, A Bhowmic,


0 30.07.2021 Manager Sr. Manager GM (E&I)

© Copyright MECON Limited – All rights reserved.


THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

367 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 2 of 7

1.0 GENERAL

1.1 Introduction

The intent of this specification is to define the requirements for the supply of equipment and
materials (as required), erection, testing and commissioning of Porta cabin at PCP station
locations along the SAPL pipeline.

The work shall be carried out in the best workmanship – like manner, in conformity with these
specifications, approved drawings and the instructions of the Engineer-in-charge from time
to time.

1.2 Standards

The work shall be performed in conformity with, standard specifications and installation
standards enclosed and code of practices of the Bureau of India Standards. In case of any
conflict, the stipulations under this specification shall govern.

In addition, the work shall also conform to the requirements of the following:

The Indian Electricity Act, and the rules framed there under
The fire Insurance Regulations
The regulations laid down by the Chief Electrical Inspector of the state government / Central
Electricity Authority (CEA).
The regulations laid down by the Factory Inspector.
The regulations laid down by the Chief Inspector of Explosives.
Any other regulations laid down by the Central, State or Local Authorities from time to time
during the pendency of this contract.
M.B.Lal Committee recommendations for electrical design & installation.

1.3 Guarantee

The contractor/manufacturer shall guarantee the installation against any defects of


workmanship and materials (supplied by the contractor) for a period of 12 months from the
date of issue of the completion certificate. Any damage or defects connected with the erection
of materials, equipments or fittings supplied by the contractor that may be undiscovered at the
time of issue of the completion certificate, or may arise or come to light thereafter, shall be
rectified or replaced by the contractor at his own expense as deemed necessary and as per the
instruction of the Engineer-in-charge within the time limit specified by the Engineer-in-charge.

The above guarantee shall be applicable for the quality of work executed as well as for the
equipment / cable / fittings/ other material supplied by the contractor.

1.4 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions.

Max. / Min temperature : 480C/20C


Max. relative humidity : 95 %
Altitude : Less than 1000 m above MSL
368 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 3 of 7

Atmosphere : To withstand site conditions


(Dry, dust storms during summer, Humid & Heavy
Rainfall during Monsoon)

1.5 Power Supply Parameters :

i) For PCP STATIONS WITH PORAT CABIN

NORMAL POWER 415V AC, 3 Phase & Neutral


LIGHTING DISTRIBUTION (Normal) 230 V AC, 1 Phase

2.0 SCOPE

The scope of work includes the design, fabrication, supply, loading, transportation including
unloading and installation at site Porta Cabins of following clear inside dimensions and
technical specifications as detailed below:

1. Guard room – 4.0 m (L) x 3.0 m (W) x 2.5 m (H) consists of Guard Room & Toilet
2. PCP & Guard room – 10.0 m (L) x 3.0 m (W) x 2.5 m (H) consists of PCP room, Guard
Room & Toilet

The porta cabins shall be as per Technical Specification and drawings, including provisions of
installation of air conditioning, mounted electrical work and required furniture. Foundation base
shall be constructed up to a height of 300mm (as mentioned in drawings) from finished ground
level for installation of Porta Cabin as per civil details. No leakages, seepages through walls,
roof shall be permitted. All joints between wall panels, roof level shall be properly sealed by the
vendor after erection to avoid ingress of water/insects/reptiles etc. PCC protection shall be
provided at base of Porta Cabin all around. Pre-fabricated porta cabins comprising of MS
structure, walls, roof, insulation, doors/ windows, chajja / canopy, flooring, ceiling, electrical
installations, furniture, plumbing works are part of scope of work.

Location of Porta Cabin-

Part-A SV-1, SV-5,SV-9,SV-11,SV-17 and Part-B SV-1S (Refer


schematic diagram for the details Chainages /KM and location of the
SV stations)

3.0 TECHNICAL REQUIREMENT OF ELECTRICAL SYSTEM OF PORTA


CABIN AT PCP STATION -

Porta Cabin supplier scope-


3.1 Power distribution scheme for porta cabin –

a) Power shall be distributed from the main LDB (MLDB) located in the equipment/electrical
room. (This MLDB shall be supplied by the Main line contractor)

b) One additional wall mounted LDB shall be provided in the cabin to distribute the power to
Electrical room, Battery room, Guard room and Toilet. LDB shall consist of 32 RCCB (100mA
369 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 4 of 7

sensitive) and 10A DP MCB (4 nos.) and 16 A DB MCB (2 nos.). This LDB shall be prewired
and factory fitted in the Porta cabin.

c) LDB shall be pre installed in the Cabin (Make_ Havells or equivalent) and provision shall be
provided to terminate the cable from MLDB to the LDB through junction box, PVC conduit
shall be provided from LDB to junction box.

d) Cabin shall be supplied prewired from electrical points as per the drawings consist of wiring
from LDB to switch board, switch board to the electrical points and LDB to the Junction box.
Owner will provide only power connection (3 Phase+N) to the Junction Box/LDB.

e) Electrical Junction box with terminals (4+1 Power terminals rail mounted) shall be provided
near to the trench location to terminate the Cable from the Owner’s end (Cable size 4Cx 2.5
Sqmm)

f) Wiring Specification_ 1.5 Sqmm FRLS PVC Multi-stranded flexible wire in PVC conduits for
point wiring and 2.5 Sqmm from LDB to the SSB and SSB to the Power points.

g) Cabin shall be prewired for the electrical points.

h) PVC Conduits_ Recess mounted in the cabin wall & roof as per the location of electrical point
and switch sockets and junction boxes.

3.2 EQUIPMENT ROOM

a) Electrical Luminaries - 2x18W of LED luminary CG make or equivalent.


b) Exhaust Fan – 55W, 2 nos (MS) with shed on outside and AL shutter Havells/Bajaj or
equivalent.
c) Wall Mounted Fan/Cabin Fan- 80W, 02 nos., Havells/Bajaj make or equivalent.
d) Socket-5/15 Amps (2 nos) with 16A switch (Anchor make or equivalent)
e) Switch Board_ 10 nos- 6A Switch with 5A Socket (Anchor make or equivalent)

Electrical point wiring and conduits shall be done at the factory works with 1.5/ 2.5 Sqmm Cu wire
(FRLS-PVC Insulation) and PVC conduits shall be recess mounted with 1.0 Sqmm earth wire to all
the electrical points. (Refer electrical points details in the drawing)

3.3 BATTERY ROOM

f) Electrical Luminaries - 1x20W of LED EPFL 120 of M/s Baliga Make (Flame proof type) or
M/s Sudhir make or equivalent.
g) Exhaust Fan – 12” Flame proof type, 1 nos (MS) of M/s Baliga Make (Flame proof type) or
M/s Sudhir make or equivalent.
h) Switch Board_ Electrical points of Battery room shall be powered by Equipment room. (2 nos.
6A switch shall be provided in the switch board of equipment room)

Electrical point wiring and conduits shall be done at the factory works with 2.5 Sqmm Cu wire (FRLS-
PVC Insulation) and PVC conduits shall be recess mounted with 1.0 Sqmm earth wire to all the
electrical points and shall be terminated in switch board in equipment room. (Refer electrical points
details in the drawing)

3.4 GAURD ROOM WITH EQUIPMENT ROOM


370 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 5 of 7

a) Electrical Luminaries - 1x18W of LED luminary CG make or equivalent.


b) Wall Mounted Fan/Cabin Fan- 80W, 02 nos., Havells/Bajaj make or equivalent.
c) Socket-5/15 Amps (1 nos) with 16A switch (Anchor make or equivalent)
d) Switch Board_ 4 nos- 6A Switch with 5A Socket (Anchor make or equivalent)

Electrical point wiring and conduits shall be done at the factory works with 1.5/ 2.5 Sqmm Cu wire
(FRLS-PVC Insulation) and PVC conduits shall be recess mounted with 1.0 Sqmm earth wire to all
the electrical points and shall be terminated in switch board in Guard room. (Refer electrical points
details in the drawing)

3.5 GAURD ROOM (INDEPENDENT )

i) Electrical Luminaries - 1x18W of LED luminary CG make or equivalent.


j) Wall Mounted Fan/Cabin Fan- 80W, 02 nos., Havells/Bajaj make or equivalent.
k) Socket-5/15 Amps (1 nos) with 16A switch (Anchor make or equivalent)
l) Switch Board_ 4 nos- 6A Switch with 5A Socket (Anchor make or equivalent)
m) Junction Box- Electrical Junction box with terminals (4+1 Power terminals rail mounted) shall
be provided in the guard room to terminate the Cable from the Owner’s end (Cable size 4Cx
2.5 Sqmm)

Electrical point wiring and conduits shall be done at the factory works / pre-wired with 1.5/2.5 Sqmm
Cu wire (FRLS-PVC Insulation) and PVC conduits shall be recess mounted with 1.0 Sqmm earth
wire to all the electrical points and shall be terminated in Junction Box in Guard room. (Refer
electrical points details in the drawing)

3.6 TOILET

a) Electrical Luminaries - 1x18W of LED luminary CG make or equivalent.


b) Wall Mounted Fan/Cabin Fan- 80W, 02 nos., Havells/Bajaj make or equivalent.
c) Switch Board_ 3 nos- 6A Switch with 5A Socket (Anchor make or equivalent) inside
the toilet.

Electrical point wiring and conduits shall be done at the factory works with 1.5/2.5 Sqmm Cu wire
(FRLS-PVC Insulation) and PVC conduits shall be recess mounted with 1.0 Sqmm earth wire to all
the electrical points and shall be terminated in Switch board in Toilet. (Refer electrical points details
in the drawing)

Note_ Prices of all internal wiring including conduits, Switch sockets, Switch boards, Fixtures
and luminaries, Fans are included in the price quoted for the finished cabin by the Porta
Cabin Manufacturer.

3.7 MAIN LINE CONTRACTOR SCOPE-

Equipment room-

a) Supply, Installation, testing and commissioning of MLDB (I-LDB of existing SOR) in the
equipment room.

b) In the equipment room electrical trench of 800 mm width and 400mm depth shall be provided
to mount the electrical panels in the room as details provided in the civil drawings with one
371 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 6 of 7

300mm ladded type cable tray. MS angle, MS edge cover to trench and insert palate shall be
provided in the equipment room. (Refer attached drawing)

c) Cable entries to the equipment room shall be provided with cable pit (1000x1000mm)
adjacent to the building and all entries to be sealed properly with foam sealing to avoid the
insect and rodent movement in the trench. (Refer attached drawing)

d) 01 nos of GI conduits (150 mm) shall be laid from the trench of equipment room to the battery
room for Battery cable. (Refer attached drawing)

EARTHING AND LIGHTING PROTECTION (AS PER THE ENCLOSED DRAWINGS)

a) Earth Pit- 02 nos with each Cabin, Maintenance free, 3.0 mtr long earth electrode.
b) Lighting rod- 01 nos with each cabin and 01 no of earth pit, 1.0 mtr long on the corner of the
cabin (diagonal) with provision to connect 25x3 mm GI Strip and its termination to the earth
pit.
c) Supply, fixing, laying and termination of GI earth strip of 25x3mm in cable trench.
d) Supply, fixing, laying and termination of 300 mm ladder type Galvanised (min. 80 micron)
cable tray in cable trench.

CABLE AND CABLE LAYING

Supply, installation, laying, testing and commissioning of following cables-

a) 3.5Cx 35 Sqmm cable as per SOR from SFU to Electrical Power distribution panel in
Equipment room in Buried Cable trench.
b) 4Cx 2.5 Sqmm cable as per SOR from Electrical Power distribution panel to Junction box in
Porta Cabin Equipment room and from Electrical Power distribution panel to independent
Guard room.
c) Wall/Recess/Structure mounted Main Switch Fuse unit Box TPN, 63 Amp, 415 V to receive
power from Electricity board of M/s HPL/Havells/ANCHOR Make or equivalent with cable
gland to terminate 3.5Cx35 Sqmm Cable.

OTHER MISCELLANEOUS WORKS

a) Preparation of buried cable trenches, including, back filling, compacting providing of brick
protection by second-class bricks, spreading of fine river sand, including all supplies.

b) The job includes repairing of all civil works damaged during installation of electrical facilities.

c) The scope of work under this contract shall be inclusive of breaking of walls, floors and
chipping of concrete foundations necessary for the installation of equipment, materials, and
making good of the same.

d) Minor modifications wherever required to be done in the owner free supplied equipments /
devices to enable cable entry, termination, etc.

e) Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc using
acceptable practice and standards.
f) Supply and installation of all other accessories not specifically mentioned herein, but never
the less necessary for completion of the job.
372 of 896
ELECTRICAL WORKS FOR PORTA
MECON LIMITED CABIN AT PCP STATIONS
Electrical Section, Delhi
DELHI

PARTICULAR JOB SPECIFICATION-ELECTRICAL MEC/23V9/05/E9/E/001 Page 7 of 7

3.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments / materials supplied by the contractor shall be as per the list of approved makes
enclosed with this document subject to submission of Certification and approvals.

4.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

4.1 The equipments / materials to be supplied by the contractor shall conform to the requirements
of the applicable specifications. Also the installation of various material / equipment shall
conform to the installation standards /norms.

4.2 The drawings accompanying the tender documents when read with specification shall depict
the electrical system of the Terminal. These are indicative of the nature of work and issued for
tendering purposes only. Purpose of these drawings is to enable the tendered to make an offer
in line with the requirements of the Owner. Construction shall be as per drawings /
specifications issued / approved by the Engineer-in-charge during the course of execution of
work.

4.3 Conduit layout drawing in ceiling, wherever required, to be prepared by the contractor and shall
be submitted for approval.

4.4 After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit
catalogues/manuals (O&M) of major brought out items like Inverter, HT Substation, Lighting
fixture etc. Final certified as built drawings, documents and manuals etc shall be submitted by
the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.

-x-x-x-

373 of 896
DRAWINGS

374 of 896
SCHEDULE OF OPENINGS
S.NO. TYPE MASONRY LEVELS DESCRIPTION NO.
OPENING
WXH SILL LINTEL
aluminium section,partly glazed
1 D2 1000X2100 - 2100 partly panelled (with cement 3
bonded prelaminated particle
board), single leaf door
aluminium section,panelled (with
2 D3 900X2100 - 2100 1
cement bonded prelaminated
particle board), single leaf door

3 W 1500X1200 900 2100 2


aluminium section, glazed sliding
ELEVATION 'B' ELEVATION 'A' window with SS mosquito mesh
4 W1 1200X1200 900 2100 2
10000
5 LV 750X450 1650 2100 aluminium section with aluminium 2
1 2 C 3 4 5 louvres and exhaust fan
2000 4000 1500 2500
SCHEDULE OF FINISHES (INSIDE)

S. NO. ROOM NAME WALL / PARTITION WALL CEILING FLOORING SKIRTING/DADO


B
EQPMNT ROOM & 9mm HMR grade pre-laminated Vitrified Tiles Vitrified Tiles
1
GUARD ROOM MDF board paneling 9mm HMR grade (600X600) (150 mm high)
pre-laminated MDF
X X' board paneling
3000

2 4mm moisture resistant bakelite Anti-skid Ceramic Ceramic Tiles


TOILET
B sheet Tiles (300X300) (150 mm high)
9mm HMR grade pre-laminated Acid Resistant Acid Resistant Tiles
3 BATTERY ROOM MDF board paneling Tiles (300X300) (150 mm high)

A SCHEDULE OF FURNITURE SCHEDULE OF PLUMBING FIXTURES


SYMBOL TYPE NO. TYPE NO.

A Floor mounted European WC with flushing cisten 01


ROOF PLAN Table of size 900 mm X 590 mm 01
Urinal with flushing valve 01
10000 Visitor's Chair (non - revolving type) 01 Pedestal type Wash Basin with pillar cock, PVC
drain pipe, floor trap 01
1 2 C 3 4 5
2000 4000 1500 2500 4 drawer Vertical Filing cabinet of Mirror 01
size 1320mm(H) X 470mm(W) X 01
620mm(D) (approx.) Health faucet 01

Liquid soap dispenser 01


B
Urinal Partition 02

GUARD Angular Stop Cock 04


X BATTERY TOILET X'
3000

ROOM EQUIPMENT ROOM ROOM


LV 1000 litre PVC overhead tank 01
LVL .+450
B LVL .+450 All fixing arrangements, brackets, nuts, bolts, washers,
screws and required connection pieces.
D2
D2 D3 D2 Water supply pipes
A
Sewerage system
LVL .+300

ISSUED FOR TENDER PURPOSE ONLY


ELEVATION 'C'
up

LAYOUT PLAN A EXTERNAL FINISHES & ROOF - CORRUGATED GI SHEET OVER STRUCTURAL MEMBERS AS PER SPECIFICATIONS.
ALL VOIDS BETWEEN EXTERNAL WALL & INTERNAL WALL SHALL BE FILLED WITH INSULATION AS PER SPEC.
NOTES:-
SRIKAKULAM TO ANGUL NATURAL
GAS PIPELINE (PART - B)

PCP & GUARD ROOM

LAYOUT PLAN & ELEVATION

375 of 896
SCHEDULE OF OPENINGS
S.NO. TYPE MASONRY LEVELS DESCRIPTION NO.
OPENING
WXH SILL LINTEL
aluminium section,partly glazed
1 D2 1000X2100 - 2100 partly panelled (with cement 1
bonded prelaminated particle
board), single leaf door

aluminium section,panelled (with


2 D3 900X2100 - 2100 1
cement bonded prelaminated
particle board), single leaf door

ELEVATION 'A' ELEVATION 'B' aluminium section, glazed sliding


3 W 1500X1200 900 2100 window with SS mosquito mesh 2

4 LV 750X450 1650 2100 aluminium section with aluminium 1


SCHEDULE OF FURNITURE
louvres and exhaust fan
SYMBOL TYPE NO.
SCHEDULE OF FINISHES (INSIDE)
Table of size 900 mm X 590 mm 01
S. NO. ROOM NAME WALL / PARTITION WALL CEILING FLOORING SKIRTING/DADO

Visitor's Chair (non - revolving type) 01 9mm HMR grade pre-laminated Vitrified Tiles Vitrified Tiles
1 GUARD ROOM
MDF board paneling 9mm HMR grade (600X600) (150 mm high)
pre-laminated MDF
4 drawer Vertical Filing cabinet of
01 2 4mm moisture resistant bakelite board paneling Anti-skid Ceramic Ceramic Tiles
size 1320mm(H) X 470mm(W) X TOILET
sheet Tiles (300X300) (150 mm high)
ELEVATION 'C' 620mm(D) (approx.)

SCHEDULE OF PLUMBING FIXTURES


TYPE NO.
4000 4000
Floor mounted European WC with flushing cisten 01
1 2 3 1 2 3
Urinal with flushing valve 01
2500 1500 2500 1500
Pedestal type Wash Basin with pillar cock, PVC
drain pipe, floor trap 01
C C
Mirror 01

Health faucet 01
B B Liquid soap dispenser 01

Urinal Partition 02
GUARD TOILET
X X' X X'
3000

3000

ROOM Angular Stop Cock 04


B B
LVL .+450 1000 litre PVC overhead tank 01
All fixing arrangements, brackets, nuts, bolts, washers,
D2 D3 screws and required connection pieces.
A A
Water supply pipes
LVL .+300
Sewerage system

up
ISSUED FOR TENDER PURPOSE ONLY

A ROOF PLAN A
LAYOUT PLAN
EXTERNAL FINISHES & ROOF - CORRUGATED GI SHEET OVER STRUCTURAL MEMBERS AS PER SPECIFICATIONS.
ALL VOIDS BETWEEN EXTERNAL WALL & INTERNAL WALL SHALL BE FILLED WITH INSULATION AS PER SPEC.

NOTES:-
SRIKAKULAM TO ANGUL NATURAL
GAS PIPELINE (PART - B)

GUARD ROOM
LAYOUT PLAN & ELEVATION

376 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

10000
1 2 3 4 5
2500 1500 4000 2000

B
3000

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

1000
GUARD TOILET BATTERY
ROOM EQUIPMENT ROOM ROOM
2000

FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PCP & GUARD ROOM - TYPE-3A

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

377 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

10000
5 4 3 2 1
2000 4000 1500 2500

3000

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

A
1000

BATTERY TOILET GUARD


ROOM EQUIPMENT ROOM ROOM
2000

FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PCP & GUARD ROOM - TYPE-3B

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

378 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

6000
1 2 3
4000 2000

B 3000

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

BATTERY
EQUIPMENT ROOM ROOM
up

FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PCP ROOM

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

379 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

4000

1 2 3
2500 1500

GUARD
ROOM TOILET

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

3000

up

FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

380 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

200

X
X
X
X

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

X
X
2500

X
X
X
X
X
X
300

X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X

X
X

X
X
ELEVATION

X X
FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

381 of 896
PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

6000
1 4000 2 3
2000

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT


PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

3000

BATTERY
EQUIPMENT ROOM ROOM
up

2000

FOR TENDER PURPOSE ONLY

SRIKAKULAM TO ANGUL PIPELINE


PROJECT

PCP ROOM

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

382 of 896
ANNEXURE - A
Scheme for SAPL (Part A)
Type of Building for PCP Type of Building for Guard
PCP Room with
SN Station Type Station Name State Guard Room Size cum Guard Room (Civil / Room
Guard Room Size
Porta) (Civil / Porta)
1 DT Angul Odisha Existing - Existing
2 SV SV-01 Odisha 10m x 3m Porta
3 SV SV-02 Odisha 4m x 3m - Porta
4 SV SV-03 Odisha 4m x 3m Porta
5 SV SV-04 Odisha 4m x 3m - Porta
6 IP IP-01 Odisha 4m x 3m - Porta
7 SV SV-05 Odisha 10m x 3m Porta
8 SV SV-06 Odisha 4m x 3m - Porta
9 SV SV-07 Odisha 4m x 3m Porta
10 IP IP-02 Odisha 4m x 3m - Porta
11 SV SV-08 Odisha 4m x 3m - Porta
12 SV SV-09 Odisha 10m x 3m Porta
13 SV SV-10 Odisha 4m x 3m - Porta
14 IP IP-03 Odisha - 4m x 3m - Porta
15 SV SV-11 Odisha 10m x 3m Porta
16 SV SV-12 Odisha - 4m x 3m - Porta
17 SV SV-13 Andhra Pradesh - 4m x 3m - Porta
18 SV SV-14 Andhra Pradesh - 4m x 3m - Porta
19 IP IP-04 Andhra Pradesh - 4m x 3m - Porta
20 SV SV-15 Andhra Pradesh - 4m x 3m - Porta
21 SV SV-16 Andhra Pradesh - 4m x 3m - Porta
22 SV SV-17 Andhra Pradesh 10m x 3m Porta
23 RT Srikakulam Andhra Pradesh - 4m x 3m - Porta

Scheme for SAPL (Part B)


1 DT IP-4 Andhra Pradesh Existing - Existing
2 SV SV-01S Odisha 10m x 3m Porta
3 IP IP-01S Odisha 4m x 3m - Porta
4 SV SV-02S Odisha 4m x 3m - Porta
5 SV SV-03S Odisha 4m x 3m Porta
6 SV SV-04S Odisha 4m x 3m - Porta
7 SV SV-04SA Odisha 4m x 3m - Porta
8 SV SV-05S Odisha 4m x 3m Porta
SV-06S CUM TAP
9 SV Odisha 4m x 3m - Porta
OFF FOR VEDANTA
SV-07S CUM TAP
10 SV Odisha 4m x 3m Porta
OFF FOR NALCO
11 RT Utkal Alumina Odisha - 4m x 3m - Porta
12 SV SV-01N Odisha 4m x 3m Porta
13 SV SV-02N Odisha 4m x 3m Porta
14 SV SV-03N Odisha 4m x 3m Porta
15 RT Nalco Odisha 4m x 3m Porta
16 SV SV-01V Odisha 4m x 3m Porta
17 SV SV-02V Odisha 4m x 3m Porta
18 SV SV-03V Odisha 4m x 3m Porta
19 RT VEDANTA Odisha 4m x 3m Porta

For Station Details , Please refer Pipeline Schematic Route Diagram No. MEC/23V9/05/28/M/000/0021 & 0022 for SAPL - Part A & Part B
Note:
respectively enclosed with contract document.

383 of 896
18.0 LIST OF CROSSINGS INDICATING
PROPOSED CROSSING METHODOLOGY

(Appendix-VIII to Particular Job Specification of Work)

384 of 896
GAIL (INDIA) LIMITED
PROJECT: SRIKAKULAM ANGUL PIPELINE PROJECT (PART B)

Proposed Crossing Methodology


Sr. Type of Crossing Crossing ROW Width Tentative Crossing Remarks Listed Crossing
No. Crossing Chainage as Description (m) Methodology
Per Pipeline (m)

SECTION - I (SPURLINE TO UTKAL ALUMINA)


Asphalted Asphalted Road
1 Road 703.38 (Goppili - Rampa) 12.68 OPEN CUT
2 Nala 2234.65 Nala 41.88 OPEN CUT
Asphalted Asphalted Road (Devupuram -
3 Road 2367.54 Lavanyakota) 11.40 OPEN CUT

4 Nala 3187.06 Nala 21.17 OPEN CUT


5 Nala 4033.75 Nala 24.03 OPEN CUT
6 Nala 5568.27 Nala 31.66 OPEN CUT
Asphalted Asphalted Road
7 Road 6202.87 (Kotturu - Kottapeta) 13.28 OPEN CUT
8 Nala 6230.21 Nala 23.91 OPEN CUT
Asphalted Asphalted Road (Garabandha
9 Road 8358.46 To Kinchiling) 12.80 OPEN CUT

10 Canal 9335.66 Canal 22.12 OPEN CUT


Asphalted Asphalted Road (Sariapalli -
11 Road 9386.22 Chatrapuram) 7.18 OPEN CUT
12 Nala 12339.22 Nala 31.65 OPEN CUT
Asphalted Asphalted Road
13 Road 12906.92 (Gosani - Machhamarh) 14.17 OPEN CUT
14 Nala 13339.2 Nala 21.15 OPEN CUT
15 Nala 14766.08 Nala 20.98 OPEN CUT
Asphalted Asphalted Road
16 Road 17560.37 (Shradhapuram To Kottapeta) 9.12 OPEN CUT

Mahendra Tanaya HDD


17 River 18508.56
River
100.39 LISTED
Asphalted Asphalted Road
18 Road 20134.05 (Badagam - Bagusala 12.97 OPEN CUT
)
19 Nala 21354.38 Nala 11.44 OPEN CUT
National NH-326A (Parlakhemundi - As per Crossing permission from concerned
20 Highway 26118.72 Mohana) 20.42 HDD/CASED CROSSING
authority
Asphalted Asphalted Road (Parsurampur
21 Road 29006.29 - Tulasiparhu) 12.50 OPEN CUT

Asphalted Asphalted Road


22 Road 30870.3 (Parlakhemundi - 8.26 OPEN CUT
Rasikarayapur)
MDR-59 (Ranipeta - Gumma)
23 MDR 33313.1 13.96 OPEN CUT
Asphalted Asphalted Road (Gunabhadra-
24 Road 34715.36 Nilakanthapur) 9.44 OPEN CUT

Asphalted Asphalted Road (Sana


25 Road 36392.66 Puluru-Barha Poluru) 14.18 OPEN CUT
Asphalted Asphalted Road (Singapur-
26 Road 38096.39 Shribisnupur) 15.34 OPEN CUT
Asphalted Asphalted Road (Sunabhari-
27 Road 39417.58 Shribisnupur) 10.70 OPEN CUT

28 Nala 40002.75 Nala 25.84 OPEN CUT


Asphalted Asphalted Road (Sh4-
29 Road 43617.16 Bisiringi) 9.41 OPEN CUT
Asphalted Asphalted Road (Jambarha-
30 Road 44571.69 Lachchanagurha) 16.94 OPEN CUT

Asphalted Asphalted Road (Harhubhangi-


31 Road 47407.36 Chakali Jayapura) 9.97 OPEN CUT

State SH4 (Parlakhemundi- As per crossing permission from concerned


32 Highway 47771.49 Gunupur) 20.00 HDD/OPEN CUT
authority
HDD As per Crossing permission from concerned
33 Canal 47909.15 Line Canal 9.75
authority
SECTION - II (SPURLINE TO UTKAL ALUMINA)
34 Nala 48363.07 Nala 26.06 OPEN CUT
State SH4 (Gunupur- As per crossing permission from concerned
35 Highway 52412.2 Parlakhemundi) 19.97 HDD/OPEN CUT
authority
Asphalted Asphalted Road (Kaithapadar-
36 Road 53195.49 Sunkanapada) 10.46 OPEN CUT

37 Nala 53331.92 Nala 37.76 OPEN CUT


Asphalted Asphalted Road
38 Road 54789.61 (Rajapur-Sirirha) 11.18 OPEN CUT
Asphalted Asphalted Road (Sh4-
39 Road 59763.57 Peddamarhi Haripur) 13.37 OPEN CUT
40 Nala 60175.04 Nala 35.23 OPEN CUT
Asphalted Asphalted Road
41 Road 61409.3 (Karanibhadra- 21.80 OPEN CUT
Ramanagurha)
42 Nala 62058.48 Nala 35.53 OPEN CUT
Asphalted Asphalted Road (Siali-
43 Road 63822.82 Gariagurha) 16.89 OPEN CUT
44 Nala 67347.14 Nala 38.32 OPEN CUT
Asphalted Asphalted Road
45 Road 68228.43 (Longatagurha- Vallarha) 10.07 OPEN CUT
Asphalted Asphalted Road (Sh4-
46 Road 71435.48 Burtangurha) 9.80 OPEN CUT
Asphalted Asphalted Road (Sh4-
47 Road 73324.16 Naurha) 12.61 OPEN CUT
48 Nala 75381.03 Nala 35.66 OPEN CUT
49 Nala 75850.83 Nala 47.86 OPEN CUT
HDD As per Crossing permission from concerned
50 Canal 76770.96 Line Canal 8.04
authority
51 Nala 77706.28 Nala 25.77 OPEN CUT
State SH4 (Parlakhemundi- As per crossing permission from concerned
52 Highway 77790.41 Gunupur) 37.00 HDD/OPEN CUT
authority
53 Nala 77910.23 Nala 38.41 OPEN CUT
54 Nala 78471.89 Nala 48.91 OPEN CUT

385 of 896
Asphalted Asphalted Road
55 Road 79019.63 (Narasinghmunda- Gunupur) 30.16 OPEN CUT

56 Nala 80284.6 Nala 46.77 OPEN CUT


Asphalted Asphalted Road
57 Road 80415.18 (Ompra-Kharlingi) 12.72 OPEN CUT
Braud Gauge Railway As per Crossing permission from concerned
58 Railway 81802.81 (Naupada-Gunupur) 21.73 HDD/CASED CROSSING
authority
Asphalted Asphalted Road
59 Road 82924.32 (Gadiakhala-Gunupur) 13.62 OPEN CUT
60 River 84469.37 Banshadhara River 494.10 HDD LISTED
61 MDR 85436.13 MDR61 (Bathili- Gunupur) 20.01 OPEN CUT
Asphalted Asphalted Road
62 Road 87021.38 (Ambagurha-Bijayapur) 8.87 OPEN CUT
Asphalted Asphalted Road (Babulaparha-
63 Road 89647.08 Chintalagurha) 16.73 OPEN CUT

64 Nala 91504.27 Nala 21.96 OPEN CUT


65 Nala 92152.31 Nala 46.06 OPEN CUT
Asphalted Asphalted Road (Nalapanda-
66 Road 93205.14 Harhugurha) 12.54 OPEN CUT
Asphalted Asphalted Road (Nalapanda-
67 Road 94725.98 Nilamagurha) 8.62 OPEN CUT

68 River 95492.63 Nalapanda 41.90 HDD LISTED


Asphalted Asphalted Road (Subai-
69 Road 97366.6 Omrhing) 13.74 OPEN CUT
70 River 98202.54 Pedagurha River 79.95 HDD LISTED
Asphalted Asphalted Road (Sikila-
71 Road 100054.56 Jhallinggurha) 13.11 OPEN CUT
72 Nala 100157.27 Nala 33.48 OPEN CUT
Asphalted Asphalted Road (Sikila-
73 Road 100447.16 Sulurhi) 23.55 OPEN CUT
Asphalted Asphalted Road (Gota-
74 Road 101543.18 Sulurhi) 15.77 OPEN CUT
75 Nala 102020.96 Nala (Bandari Nala) 101.46 OPEN CUT
Asphalted Asphalted Road
76 Road 103284.94 (Karanadiguda- 16.26 OPEN CUT
Bodamulunga)
Asphalted Asphalted Road
77 Road 104140.06 (Labhagurha-Suludi) 13.01 OPEN CUT
State SH 80 (Gumma As per crossing permission from concerned
Highway Lakshmipuram-
78 105451.72 20.30 HDD/OPEN CUT authority
Ramannaguda)

79 Nala 107647.88 Nala 33.64 OPEN CUT


Asphalted Asphalted Road
80 Road 112238.82 (Shalibi-Pandratola) 11.74 OPEN CUT
Asphalted Asphalted Road (Bhoimarha-
81 Road 115317.41 Rekhapadar) 12.38 OPEN CUT
Asphalted Asphalted Road (Kudalima-
82 Road 119739 Mukundapur) 9.50 OPEN CUT
83 Nala 120913.81 Nala 33.53 OPEN CUT
Asphalted Asphalted Road (Kailashakota-
84 Road 121370.14 Mukundapur) 12.33 OPEN CUT

National NH 326 (Rayayagada - As per Crossing permission from concerned


85 Highway 124375.24 Mohana) 30.09 HDD/CASED CROSSING
authority
National NH326 (Mohana - Rayagada) As per Crossing permission from concerned
86 Highway 127560.19 28.66 HDD/CASED CROSSING
authority
87 Nala 129892.61 Nala (Ghorha Nala) 31.85 OPEN CUT
Asphalted Asphalted Road (Kuli-
88 Road 131174.79 Kolanara) 17.69 OPEN CUT
Asphalted Asphalted Road
89 Road 131954.93 (Mantrajhola-Kolanara) 18.80 OPEN CUT
90 Nala 132025.26 Nala 26.76 OPEN CUT
Asphalted Asphalted Road
91 Road 134769.38 (Kottagurha-Maligan) 12.80 OPEN CUT
Asphalted Asphalted Road
92 Road 135879.07 (Kottagurha-Maligan) 14.24 OPEN CUT
Asphalted Asphalted Road (Maligan-
93 Road 136873.93 Dhoninagurha) 9.48 OPEN CUT
Nagavali Or Langulya HDD
94 River 137253.94 River 160.55 LISTED
National NH326 (Rayayagada - As per Crossing permission from concerned
95 Highway 137554.94 Mohana) 21.84 HDD/CASED CROSSING
authority
96 Nala 138056.35 Nala 58.44 OPEN CUT
Asphalted Asphalted Road (Kothapeta -
97 Road 138717.77 Biranarayanpur) 16.09 OPEN CUT

Braud Gauge Railway (Raipur - As per Crossing permission from concerned


98 Railway 139600.33 Vizianagaram) 117.63 HDD/CASED CROSSING
authority
HDD As per Crossing permission from concerned
99 Canal 140516.83 Line Canal 11.40
authority
Concrete Concrete Road
100 Road 141837.56 (Barijola-Field) 16.07 OPEN CUT
National NH326 (Rayagada- Rafkana) As per Crossing permission from concerned
101 Highway 144944.84 20.05 HDD/CASED CROSSING
authority
102 River 144986.69 Sirikona River 64.26 HDD LISTED
Asphalted Asphalted Road (Tikarapada-
103 Road 145364.88 Digbasankesu) 16.91 OPEN CUT

Asphalted Asphalted Road (Jamulima-


104 Road 145730.37 Digbasankesu) 10.11 OPEN CUT

105 River 145949.57 Raniturga River 70.54 HDD LISTED


National NH326 (Rafkana - Rayagada) As per Crossing permission from concerned
106 Highway 149588.84 21.21 HDD/CASED CROSSING
authority
107 River 150547.4 Sirikona River 77.66 HDD LISTED
National NH326 (Rayagada- Koraput) As per Crossing permission from concerned
108 Highway 150997.17 21.01 HDD/CASED CROSSING
authority
109 River 151166.42 Sirikona River 49.80 HDD LISTED
110 River 152537.74 Sirikona River 100.73 HDD LISTED
111 River 153084.76 Sirikona River 57.30 HDD LISTED
112 Nala 154431.69 Nala 22.78 OPEN CUT
113 Nala 155159.27 Nala 34.82 OPEN CUT
National NH326 (Rayagada- Koraput) As per Crossing permission from concerned
114 Highway 155596.49 27.73 HDD/CASED CROSSING
authority
115 Nala 155654.81 Nala 45.54 OPEN CUT
116 River 156188.22 River 87.94 HDD LISTED

386 of 896
Asphalted Asphalted Road
117 Road 158446.62 (Rayagada-Dumapal) 16.07 OPEN CUT
118 River 158582.01 River 39.03 HDD LISTED
119 River 159400.45 River 51.23 HDD LISTED
Asphalted Asphalted Road
120 Road 159550.19 (Gumma-Kumang) 9.83 OPEN CUT
Asphalted Asphalted Road
121 Road 160020.86 (Gumma-Kumang) 19.71 OPEN CUT
Asphalted Asphalted Road
122 Road 160139.89 (Gumma-Kuakhal) 10.53 OPEN CUT
123 River 160336.57 River 64.82 HDD LISTED
Asphalted Asphalted Road
124 Road 160453.27 (Gumma-Lellibadi) 11.86 OPEN CUT
Asphalted Asphalted Road
125 Road 165180.65 (Gumma-Porhakana) 16.67 OPEN CUT
126 Nala 165475.46 Nala 28.45 OPEN CUT
Asphalted Asphalted Road
127 Road 166019.5 (Gumma-Minadurga) 11.48 OPEN CUT
128 Nala 168852.43 Nala 34.63 OPEN CUT
129 Nala 169407.22 Nala 24.64 OPEN CUT
Asphalted Asphalted Road (Dangasila
130 Road 174202.68 To Badapukel) 12.43 OPEN CUT
131 Nala 174570.35 Nala 39.52 OPEN CUT
State SH-44 (Rafkana- Kashipur) As per crossing permission from concerned
132 Highway 178433.23 16.75 HDD/OPEN CUT
authority
Asphalted Asphalted Road
133 Road 180349.55 (Anajora-Jarnugurha) 20.91 OPEN CUT
134 Nala 181497.21 Nala 21.97 OPEN CUT
Braud Gauge Railway (East As per Crossing permission from concerned
Cost Railway Line Koraput -
135 Railway 182118.87 209.83 authority
Rayagada)
HDD/CASED CROSSING
136 Nala 182180.47 Nala 209.83

Asphalted Asphalted Road


137 Road 182249.41 (Haridaspur-Tikiri ) 209.83 OPEN CUT
Asphalted Asphalted Road (Sana
138 Road 183297.2 Matikana-Sana Matikana) 10.13 OPEN CUT
Asphalted Asphalted Road
139 Road 184861.76 (Sorishapadara- Oshapada) 11.82 OPEN CUT

140 Nala 186715.61 Nala 35.42 OPEN CUT


Asphalted Asphalted Road
141 Road 187920.49 (Kampar-Tikiri) 11.88 OPEN CUT
Concrete Concrete Road (Asp
142 Road 190131.68 Road-Graveyard) 12.38 OPEN CUT
143 Nala 190300.4 Nala 67.95 OPEN CUT
Concrete Concrete Road (Asp Road -
144 Road 190635.47 Utkal Alumina Labour Union 9.55 OPEN CUT
Office)
Asphalted Asphalted Road (Tikiri-
145
Road
190769.19
Dangasil)
18.83 OPEN CUT
SECTION - III (SPURLINE TO VEDANTA)
1 Asphalted 3472.45 Kiaparhu-Bahakhalu 12.5 OPEN CUT
Road
2 Asphalted 6489.18 Kiaparhu-Seriguma 20.25 OPEN CUT
Road
3 Asphalted 7817.04 Lekhapai-Seriguma 9.22 OPEN CUT
Road
4 Asphalted 11068.41 Barja-Sariguma 19.22 OPEN CUT
Road
5 Nala 11180.31 Nala 21.85 OPEN CUT
6 Asphalted 11596.36 Daulbari-Guma 17.24 OPEN CUT
Road
7 Asphalted 11903.31 Sikarpai-Guma 16.99 OPEN CUT
Road
8 Concrete 11986.22 Sikarpai Guma Road- Balapal 6.23 OPEN CUT
Road
9 Broad Gauge 13749.66 Leliguma-Bhalumaska 195.01 HDD/CASED CROSSING As per Crossing permission from concerned authority
Railway Line

10 Nala 16663.45 Munda Nala 20.99 OPEN CUT


11 Asphalted 16872.33 Sikarpai -Siriguma 14.04 OPEN CUT
Road
12 Nala 17946.86 Kirakada Nala 21.44 OPEN CUT
13 Nala 19413.7 Kirakada Nala 30.66 OPEN CUT
14 Nala 19992.45 Kirakada Nala 25.78 OPEN CUT
15 Asphalted 21906.59 Guma-Serriguma Road- Kanjangajodi 28.61 OPEN CUT
Road
16 River 22390.55 Baldiya Nadi 94.73 HDD LISTED
17 Asphalted 23461.47 Serriguma-Sikarpai 17.12 OPEN CUT
Road
18 Asphalted 23699.77 Sikarpai-Gartali 11.86 OPEN CUT
Road
19 Canal 24052.28 Unline Canal 14.09 Open Cut
20 Canal 25410.17 Canal 12.34 OPEN CUT
21 Nala 26560.6 Nala 30.18 OPEN CUT
22 Asphalted 26821.67 Dimbiripadra - Badagurha 7.05 OPEN CUT
Road
23 Canal 28061.97 Canal 19.11 OPEN CUT
24 Asphalted 28100.88 Alanda- Kumbhargurha 8.63 OPEN CUT
Road
25 Nala 29071.12 Nala 22.47 OPEN CUT
26 Asphalted 29366.26 Patlaguma - Krishnapatraguda 33.41 OPEN CUT
Road
27 Nala 29651.39 Nala 41.8 OPEN CUT
28 Asphalted 29707.76 Kusumasila - Krishnapatraguda 18 OPEN CUT
Road
29 Canal 31162.42 Lined Canal 18 HDD As per Crossing permission from concerned authority

30 Canal 31284.99 Lined Canal 14.69 HDD As per Crossing permission from concerned authority

31 Canal 31357.69 Lined Canal 15.66 HDD As per Crossing permission from concerned authority

32 Nala 31925.05 Nala 50.55 OPEN CUT


33 Asphalted 32176.46 Duidulgurha - Bhatparsi 10.31 OPEN CUT
Road
34 Canal 33074.23 Canal 13.74 OPEN CUT
35 Asphalted 35361.24 Katikinala - Kalyansingpur 12.82 OPEN CUT
Road
36 Canal 35430.19 Lined Canal 13.79 HDD As per Crossing permission from concerned authority

37 Asphalted 36585.03 Kudabhatta - Kalyansingpur 20.95 OPEN CUT


Road
38 Nala 41100.19 Nala 23.51 OPEN CUT
39 Canal 42288.83 Canal 14.5 OPEN CUT
40 Concrete 42334.68 Surmabali-Hatimunda 9.01 OPEN CUT
Road
41 Asphalted 42718.72 Kangaseri-Kalyansinghpur 11.69 OPEN CUT
Road

387 of 896
42 River 43293.24 Barha Nadi 143.55 HDD LISTED
43 Asphalted 45655.35 Bijepur- Kalyansingpur 11.74 OPEN CUT
Road
44 Concrete 46040.68 Kharjorha-Tentikri 10.22 OPEN CUT
Road
45 River 46305.43 Sana Nadi 159.16 HDD LISTED
46 Nala 51495.2 Pitadar Nala 66.27 OPEN CUT
47 Nala 53832.37 Nala 26.54 OPEN CUT
48 Nala 57803.24 Nala 50.95 OPEN CUT
49 Asphalted 58223.25 Lanjigarh-Bijepur 9.7 OPEN CUT
Road
50 Asphalted 59390.73 Lanjigarh-Bijepur 17.64 OPEN CUT
Road
51 Asphalted 61448.73 Lanjigarh-Bijepur 11.37 OPEN CUT
Road
52 Asphalted 61835.68 Lanjigarh-Bijepur 13.96 OPEN CUT
Road
53 Asphalted 62882.2 Lanjigarh-Bijepur 15.58 OPEN CUT
Road
54 Asphalted 65003.53 Lanjigarh-Bijepur 11.61 OPEN CUT
Road
55 Asphalted 67014.76 Lanjigarh-Hatadahikhal 13.03 OPEN CUT
Road
56 Nala 67058.56 Nala 28.22 OPEN CUT
SECTION - IV (SPURLINE TO NALCO)
1 Asphalted 3128.67 Asphalted Road 25.80
Road (Anajor - Mailigurha) OPEN CUT
2 Nala 3948.26 Nala 24.69 OPEN CUT
3 Asphalted 5816.36 Asphalted Road (Kapatanga - 14.66
Road Harihabhata) OPEN CUT

4 River 7740.66 River (Patagarha Nadi) 31.49 HDD LISTED


5 Nala 7907.9 Nala 36.88 OPEN CUT
Asphalted 7929.58 Asphalted Road (Patagarha - 12.52
6 Road Phulajaba) OPEN CUT
7 Nala 8236.65 Nala 33.92 OPEN CUT
8 Nala 9170.12 Nala 26.38 OPEN CUT
9 Nala 11328.21 Nala 24.66 OPEN CUT
10 Nala 12649.33 Nala 22.07 OPEN CUT
11 Nala 12977.96 Nala 30.74 OPEN CUT
12 Nala 14950.97 Nala 36.97 OPEN CUT
13 Nala 15196.7 Nala 33.15 OPEN CUT
Asphalted Asphalted Road (Khalakana -
14 Road 15592.44 Ranjana Panasagurha) 11.47 OPEN CUT

15 Nala 15762.23 Nala 20.51 OPEN CUT


Asphalted 15862.96 Asphalted Road 10.52
16 Road (Sutigurha - Buruja) OPEN CUT
17 Asphalted Asphalted Road
Road 16016.02 (Khalakana - Buruja) 11.63 OPEN CUT
18 Nala 17333 Nala 38.75 OPEN CUT
19 Nala 17645.88 Nala 29.08 OPEN CUT
20 Nala 17896.33 Nala 27.58 OPEN CUT
21 Nala 19835.93 Nala 7.59 OPEN CUT
Asphalted 20293.03 Asphalted Road 19.15
22 Road (Buruja - Sutigurha) OPEN CUT
23 Asphalted Asphalted Road
Road 21652.57 (Buruja - Barhashanka) 10.07 OPEN CUT
24 Nala 22315.63 Nala 20.80 OPEN CUT
25 Nala 23289.62 Nala 24.60 OPEN CUT
Concrete Concrete Road (Laxmipur -
26
Road
24126.31 Laxmipur Rly.St) 10.15 OPEN CUT
27 Canal 24253 Canal 23.12 OPEN CUT
Concrete Concrete Road (Nisharu -
28
Road
24259.57 Laxmipur Rly.St) 23.12 OPEN CUT
29 Nala 24815.99 Nala 21.91 OPEN CUT
Concrete Concrete Road (Nh-
30
Road
25728.46 326 - Laxmipur Rly.St) 7.53 OPEN CUT
31 Broad Gauge Broad Gauge Railway As per Crossing permission from concerned
Railway 26023.92 (Kakirigumma - Laxmipur) 29.79 HDD/CASED CROSSING authority

Concrete Concrete Road (Field - Asp


32
Road
26521.25 Road) 13.54 OPEN CUT
33 Nala 27073.15 Nala 10.89 OPEN CUT
34 Nala 27126.63 Nala 29.78 OPEN CUT
35 Nala 27722.54 Nala 25.40 OPEN CUT
Asphalted 27868.39 Asphalted Road 18.29
36 Road (Laxmipur - Mins) OPEN CUT
37 Nala 28928.92 Nala 25.93 OPEN CUT
38 Nala 30636.66 Nala 21.45 OPEN CUT
39 Asphalted Asphalted Road (Tayaput -
Road 30807.82 Upara Champi) 13.56 OPEN CUT
40 Nala 32135.3 Nala 27.24 OPEN CUT
41 National National Highway-326 As per Crossing permission from concerned
Highway 32469.04 (Rayagada - Koraput) 24.95 HDD/CASED CROSSING
authority
Broad Gauge Broad Gauge Railway As per Crossing permission from concerned
42 Railway 32532.51 (Laxmipur - Kakirigumma) 97.84 HDD/CASED CROSSING authority

43 Asphalted Asphalted Road (Kakiriguma -


Road 38240.46 Khuripadar) 10.60 OPEN CUT
Asphalted 39781.47 Asphalted Road (Khuripadar - 26.02
44 Road Kakiriguma) OPEN CUT
45 Asphalted Asphalted Road (Luchhamani -
Road 40512.88 Kakiriguma) 16.92 OPEN CUT

46 River 42415.38 River (Debagarh Nadi) 11.16 HDD LISTED


47 Asphalted Asphalted Road (Motigurha -
Road 43104.94 Shirigurha) 11.02 OPEN CUT
48 Nala 44947.7 Nala 23.23 OPEN CUT
49 Asphalted Asphalted Road (Kapsiput -
Road 49191.15 Bhitaragurha) 11.72 OPEN CUT
Asphalted 50498.37 Asphalted Road 21.30
Road (Bhitarguda - Kapsiput)
50
OPEN CUT
51 Asphalted Asphalted Road
Road 50509.32 (Bhitarguda - Kapsiput) 21.30

Nala (Kandabindha
52 Nala 51293.78
Nala)
29.24 OPEN CUT
53 Asphalted 51881.05 Asphalted Road (Bhitaraguda - 15.22
Road Barigurha) OPEN CUT
Asphalted Asphalted Road (Morichomal -
54 Road 52780.98 Barigurha) 15.74 OPEN CUT
55 Nala 54374.56 Nala 29.00 OPEN CUT
56 Nala 54983.43 Nala 86.31 OPEN CUT

388 of 896
57 MDR Road (Damanjodi
MDR Road 57650 - Kakiriguma) 16.27 OPEN CUT
MDR Road (Kakiriguma -
58 MDR Road 59143.17 Damanjodi) 15.00 OPEN CUT
59 Nala 59640.07 Nala 20.05 OPEN CUT
MDR Road (Damanjodi
60 MDR Road 59802.19 - Kakiriguma) 12.09 OPEN CUT
61 Nala 60938.39 Nala 21.19 OPEN CUT
Asphalted Asphalted Road (Damanjodi -
62
Road
62443.89
Ambagan)
10.95 OPEN CUT
63 Asphalted Asphalted Road (Nalco
Road
62486.99
Plant - Ambagan)
12.15 OPEN CUT

Note:
1) Length of crossing shall be as per approved profile.
2) For all crossings, other than above, the proposed crossing methodology shall be by open cut method or as per instruction of EIC.

3) Above mentioned crossing methodology for respective crossing may vary depending upon site conditions during time of execution. In case of
such situation, GAIL/PMC has reserve right to inform contractor about revised crossing methodology to be adopted. The payment will be
regulated based on the actual crossing methodology executed.

389 of 896
19.0 LIST OF APPROVED PARTIES FOR
BOUGHT OUT ITEMS

(Appendix-IX to Particular Job Specification of Work)

390 of 896
Appendix-IX
To Particular Job Specification of Work

LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

A) Mainline & Mechanical

i) PIPE CARBON STEEL TO INDIAN STANDARDS

1. A.S.T. PIPES PVT. LTD. (AST GROUP)


2. ADVANCE STEEL TUBE LTD.
3. APL APOLLO TUBES LTD. (ER. BIHAR TUBES LTD.
4. ASIAN MILLS PVT. LTD.
5. ASRANI TUBES LIMITED
6. DADU PIPES (P) LTD.
7. ESSAR STEEL LIMITED(ER HAZIRA PIPES MILL)
8. GAURANG PRODUCTS PVT LTD. (AST GROUP)
9. GOODLUCK STEEL TUBES LTD.
10. HI‐TECH PIPES LIMITED
11. INDUS TUBE LIMITED
12. JINDAL INDUSTRIES LTD
13. JINDAL PIPES LTD.
14. JINDAL SAW LTD (KOSI WORKS)
15. JOTINDRA STEEL & TUBE LTD
16. LALIT PIPES AND PIPES LTD.
17. MAHARASHTRA SEAMLESS LTD.
18. MAN INDUSTRIES (INDIA) LTD. – PITHAMPUR
19. MAN INDUSTRIES (INDIA) LTD. ANJAR
20. MUKAT TANKS & VESSELS LTD.
21. NEZONE TUBES LIMITED
22. NORTH EASTERN TUBES LIMITED
23. PRATIBHA INDUSTRIES LIMITED
24. PRATIBHA PIPES & STRUCTURAL LTD.
25. PSL LTD (CHENNAI)
26. PSL LTD (V1, V2 & NC)
27. RAMA STEEL TUBES LTD.
28. RATNAMANI METALS AND TUBES LTD.
29. RAVINDRA TUBES LIMITED
30. SAMSHI PIPE INDUSTRIES LIMITED
31. SURYA ROSHNI LTD.
32. SWASTIK PIPES LTD.
33. UTKARSH TUBES & PIPES LTD. (FORMLY BMW)
34. WELSPUN CORP. LIMITED (DAHEJ)
35. ZENITH BIRLA (INDIA) LIMITED

ii) PIPE & TUBULARS TO A.P.I. STANDARDS

1. ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA, ROMANIA


2. BHEL (TRICHY),INDIA
3. DALMINE SPA (ENQUIRY TO TENARIS),UAE

391 of 896
4. EEWKOREA CO. LTD (GERMANY), KOREA
5. EEW KOREA CO. LTD. (KOREA), KOREA
6. EISENBAU KRAMER GMBH, GERMANY
7. HYUNDAI RB CO. LTD. SOUTH KOREA
8. ILVA LAMIERE E TUBI SRL (ENQ TO ILVA SPA, ITALY
9. INOX TECH. SPA, ITALY
10. ISMT LTD. AHMEDNGR, INDIA
11. ISMT LTD. BARAMATI, INDIA
12. JINDAL PIPES LTD., INDIA
13. JINDAL SAW LTD. (KOSI WORKS), INDIA
14. JINDAL SAW LTD. (NASHIK WORKS), INDIA
15. LALIT PIPES AND PIPES LTD. INDIA
16. MAHARASHTRA SEAMLESS LTD., INDIA
17. MAN INDUSTRIES (I) LTD. (PITHAMPUR), INDIA
18. MUKAT TANKS & VESSELS LTD., INDIA
19. PRATIBHA INDUSTRIES LIMITED, INDIA
20. RATNAMANI METALS AND TUBES LTD., INDIA
21. SIDERCA S.A.I.C (ENQUIRY TOTENARIS), UAE
22. SUMITOMO METAL IND. LTD., INDIA
23. SURYA ROSHNI LTD., INDIA
24. SWASTIK PIPES LTD, INDIA
25. TATA STEEL UK LIMITED (FORMERLY C702)
26. TUBOS DE ACERO DE MEXICO SA (ENQ. TENARIS), UAE
27. TUBOS REUNIDOS SA SPAIN
28. UMRAN STEEL PIPE INC (TURKEY), TURKEY
29. VALCOVNY TRUB CHOMUTOV, CZECH REPUBLIC
30. VALLOUREC AND MANNESMANN TUBES, FRANCE
31. WELSPUN CORP LIMITED (DAHEJ), INDIA

iii) PIPE/TUBE CS (SEAMLESS) TO ASTM STDS

1. ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA, ROMANIA


2. BHEL (TRICHY), INDIA
3. CHANGSHU SEAMLESS STEEL TUBE CO. LTD., CHINA
4. DALMINE SPA (ENQUIRY TO TENARIS, UAE
5. HEAVY METALS & TUBES LIMITED (MEHSANA), INDIA
6. ISMT LTD. AHMEDNGR, INDIA
7. ISMT LTD. BARAMATI INDIA
8. JFE STEEL CORPORATION, UAE
9. JINDAL SDAW LTD (NASHIK WORKS) INDIA
10. KLT AUTOMOTIVE AND TUBULAR PRODUCTS LTD., INDIA
11. MAHALAXMI SEAMLESS LIMITED, INDIA
12. MAHARASHTRA SEAMLESS LTD, INDIA
13. PRODUCTS TUBULARES S.A.U, SPAIN
14. RATNADEEP METAL TUBES LTD., INDIA
15. STAINEEST TUBES PVT LTD., INDIA
16. SUMITOMO METAL IND. LTD., INDIA
17. TUBOS REUNIDOS SA SPAIN
18. VALCOVNY TRUB CHOMUTOV, CZECH REPUBLIC
19. VALLOUREC ANDMANNESMANN TUBES FRANCE
20. YANGZHOU CHENGDE STEEL PIPE CO. LTD DUBAI (UAE)

392 of 896
iv) PIPE CARBON STEEL (WELDED) TO ASTM STDS

1. EEW KOREA CO. LTD. (GERMANY), KOREA


2. EEW KOREA CO. LTD. (KOREA), KOREA
3. EISENBAU KRAMER GMBH, GERMANY
4. HYUNDAI RB CO. LTD., SOUTH KOREA
5. INOX TECH. SPA, ITALY
6. JINDAL SAW LTD (KOSI WORKS), INDIA
7. LALIT PIPES AND PIPES LTD., INDIA
8. MAN INDUSTERIES (I) LTD.(PITHAMPUR), INDIA
9. MAN INDUSTRIES (INDIA) LTD. ANJAR, INDIA
10. MUKAT TANKS & VESSELS LTD., INDIA
11. RATNAMANI METALS AND TUBES LTD., INDIA
12. SUMITOMO METAL INDIA LTD., INDIA
13. TATA STEEL UK LIMITED

v) Valve

a) Globe Valves

1) M/s BDK (New Delhi)


2) M/s DatreCorpn (Calcutta)
3) M/s KSB Pumps (New Delhi)
4) M/s L&T (New Delhi)
5) M/s Neco Schuber & Salzer Ltd. (New Delhi)
6) M/s Niton Valve (Mumbai)
7) M/s Ornate Valves (Mumbai)
8) M/s Panchavati Valves (Mumbai)
9) AV Valves Ltd.
10) BHEL (Trichy), India
11) Econo Valves Pvt Ltd, India
12) FouressEngg (I) Ltd (Aurangabad)
13) Guru Industrial Valves Pvt Ltd
14) Leader Valves Ltd, India
15) NSSL Ltd. (Neco Schubert &SalzerLtd)
16) Oswal Industries Ltd, India
17) Petrochemical Engineering Enterprises, India
18) Sakhi Engineers Pvt Ltd
19) Shalimar Valves Pvt Ltd
20) Steel Strong Valves India Pvt Ltd, India
21) Petro Valves Pvt. Limited, Ahmedabad

b) Check Valves
1. M/s Advance Valves Pvt. Ltd., Noida

393 of 896
2. M/s Aksons& Mechanical Enterprises, Mumbai
3. M/s Larsen & Toubro Limited (M/s Audco India Limited, Chennai)
4. M/s AV valves Ltd., Agra
5. M/s BDK engineering India Ltd., Hubli
6. M/s BHEL,OFE&OE Group, New Delhi
7. M/s DatreCoroportion Limited, Calcutta
8. M/s Leader Valves Ltd., Jalandhar
9. M/s Necoschubert&Salzer Ltd., New Delhi
10. M/s Niton Valves Industries (P) Ltd., Mumbai
11. M/s Precision Engg.Co., Mumbai
12. Econo Valves Pvt Ltd, India
13. FouressEngg (I) Ltd (Aurangabad)
14. KSB Pumps Ltd (Coimbattore), India
15. NSSL Ltd. (Neco Schubert &SalzerLtd)
16. Oswal Industries Ltd, India
17. Panchvati Valves &FlangesPvt Ltd, India
18. Petrochemical Engineering Enterprises, India
19. Sakhi Engineers Pvt Ltd
20. Shalimar Valves Pvt Ltd
21. Steel Strong Valves India Pvt Ltd, India

c) Plug Valves

1. M/s BredaEnergia Sesto Industria Spa, Italy


2. M/s Fisher Sanmar Ltd., Chennai
3. M/s Larsen & Toubro Ltd., New Delhi
4. M/s Nordstrom Valves, USA
5. M/s Serck Audco Valves, UK
6. M/s Sumitomo Corporation India Pvt. Ltd., New Delhi
7. M/s Z Corporation, Korea
8. M/s Hawa Valves (India) Pvt. Ltd., Mumbai
9. M/s Steel Strong Valves India Pvt. Ltd., Navi Mumbai
10. M/s Econo Valves
11. M/s Flow-Serve PTE (Mfr. SERCK), India

d) Ball Valves

1. M/s Hawa Valves (India) Pvt. Ltd, Navi Mumbai


2. M/s Larsen & Toubro, Delhi
3. M/s Microfinish Valves Pvt. Ltd., Noida
4. M/s Oswal Industries Ltd., Gandhi nagar
5. M/s Virgo Engineers Ltd., Delhi
6. M/s Boteli Valve Group Co. Ltd., China
7. M/s Cameron (Malaysia) SDN BHD, Malaysia
8. M/s Dafram S.P.A., Italy
9. M/s Fangyuan Valve Group Co. Ltd., China

394 of 896
10. M/s Franz Schuck GmbH, Germany

vi) Flow Tee

1) M/s Coprosider SPA, Italy


2) M/s GEA Energy System India Limited, Chennai
3) M/s MultitexFilteration
4) M/s Pipeline Engineering, UK
5) M/s ScomarkEngg. Limited (U.K.)
6) M/s Skeltonhall Limited, Engaland(U.K.)
7) M/s Technospecial SPA, Italy
8) M/s Tectubi SPA, Italy
9) M/s RMA Germany
10) M/s Pipefit Engineers Pvt. Ltd.

vii) Split Tee

1) M/s Ipsco, Canda


2) M/s TD Willamsons, USA

viii) Flanges

1. M/s Aditya Forge Ltd., Vadodara


2. M/s Amforge Industries Ltd., Mumbai
3. M/s CD Engineering Co., Ghaziabad
4. M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
5. M/s Echjay Industries Ltd., Rajkot
6. M/s Forge & Forge Pvt. Ltd., Rajkot
7. M/s Golden Iron & Steel Works, New Delhi
8. M/s JK Forgings, New Delhi
9. M/s Metal Forgings Pvt. Ltd., Mumbai
10. M/s Perfect Marketings Pvt. Ltd., New Delhi
11. M/s Sky Forge, Faridabad
12. M/s S&G, Faridabad
13. Chaudhry Hammer Works Ltd, India
14. JAV Forgings (P) Ltd, India
15. Kunj Forgings Pvt Ltd, India
16. MS Fittings
17. R.N. Gupta & Co. Ltd, India
18. R.P. Engineering Pvt Ltd, India
19. Sanghvi Forgings & Engineering Ltd
20. Shri Ganesh Forgings Ltd., India
21. Uma Shankar Khandelwal& Co., India
22. Sawan Engineers, Baroda
23. Stewarts & Lloyds of India Ltd., Kolkata
24. Engineering Services Enterprises

395 of 896
25. Pipefit Engineers Pvt. Ltd.

ix) Fittings
1. M/s Commercial Supplying Agency, Mumbai
2. M/s Dee Development Engineers Ltd.
3. M/s Eby Industries, Mumbai
4. M/s Flash Forge Pvt. Ltd., Vishakhapatnam
5. M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
6. M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
7. M/s Stewarts & Lloyds of India Ltd., Kolkata
8. M/s Teekay Tubes Pvt. Ltd., Mumbai
9. M/s Pipe Fit,Baroda
10. M/s Sky Forge, Faridabad
11. M/s S&G, Faridabad
12. M/s Sawan Engineers, Baroda
13. Eby Fasteners, India
14. Leader Valves Ltd, India
15. R.N. Gupta & Co. Ltd, India
16. ExtenEnggPvt Ltd
17. Sivananda Pipe & Fittings Ltd

x) Gaskets
1. IGP Engineers (P) Ltd., Madras
2. Madras Industrial Products, Madras
3. Dikson& Company, Bombay
4. Banco Products (P) Ltd., Vadodara
5. Goodrich Gaskets Pvt Ltd
6. Starflex Sealing India Pvt Ltd, India
7. Teekay Meta Flex Pvt Ltd
8. UNIKLINGER Ltd
9. HEM Engg. Corp.
10. Unique Industrial Packing Pvt. Ltd.

xi) Fasteners

1. NirekaEngg. Co. (P) Ltd., Calcutta


2. Precision Taps & Dies, Bombay
3. AEP Company, VithalUdyoug Nagar
4. Fix Fit Fasteners, Calcutta
5. Precision Engg. Industries, Baroda
6. Echjay Forgings Pvt. Ltd., Bombay
7. Capital Industries, Bombay
8. Boltmaster India Pvt Ltd, India
9. Deepak Fasteners Limited, India
10. Fasteners & Allied Products Pvt Ltd, India
11. Hardwin Fasteners Pvt Ltd, India

396 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM- ANGUL PIPELINE
OIL & GAS SBU
PROJECT (PART B) OF M/S GAIL
MECON LTD,
(INDIA) LIMITED DELHI

Pipeline laying & Terminal Works Page 82 of 88


TITLE APPENDIX TO PJS
REVISION 0

12. J.J. Industries, India


13. Multi Fasteners Pvt Ltd, India
14. Nexo Industries, India
15. Pacific Forging & Fasteners Pvt Ltd, India
16. Pioneer Nuts & Bolts Pvt Ltd, India
17. Precision Auto Engineers, India
18. President Engineering Works, India
19. Sandeep Engineering Works, India
20. Syndicate Engineering Industries, India

xii) Welding Electrodes


1. For Mainline – Lincoln/ Bohler make
2. For Terminal – For root pass –Lincoln/Bohler make
For other passes – Lincoln, D&H or equivalent make

xiii) Miscellaneous

a) Heat Shrinkable Sleeves

1. Covalence Raychem (Berry Plastics Corporation)


2. Canussa – CPS

b) Cold Applied Tapes

1. Denso GmBH
2. Polyken (Berry Plastics Corporation)

c) PUR Coating

1. Powercrete (Berry Plastics Corporation)

d) Casing End Closure

1. Raci, Italy
2. Raychem RPG Limited

e) Casing Insulators

1. Raci, Italy
2. Raychem RPG Limited
3. VeekayVikram

f) Rockshield

1. Raychem RPG Limited

397 of 896
g) Warning mesh

1. Sparco Multiplast Pvt. Ltd., Ahmedabad


2. M/s Raychem RPG Limited
3. Singhal Industries Private Limited

h) High Build Epoxy Coating

1. Berry Plastics – Powercrete


2. Specialty Polymer Canada
3. Denso Protal, Canada

B) NDT AGENCY
1. NDT Services, Ahmedabad
2. GEECY Industrial Services Pvt. Ltd., Mumbai
3. Corrosion Control Services, Mumbai
4. Perfect Metal Testing & Inspection Agency, Calcutta
5. Inter Ocean Shipping Co., New Delhi
6. RTD, Mumbai
7. Sievert, Mumbai
8. X-Tech, Vizag
9. Industrial X Ray and Allied Radiographers (I) Pvt. Ltd.
10. Inspection Technology, Mumbai

C) LONG RADIUS BENDS

i) M/s BHEL, Trichy, Tamilnadu


ii) M/s Jindal SAW Limited, (Koshi Works), U.P.
iii) M/s PSL Limited, Gandhidham, Gujarat
iv) M/s Welspun, Gujarat
v) M/s Fabricon, Belgium
vi) M/s Sawan
vii) M/s Gujarat Infra
viii) M/s P K Tubes
ix) M/s DEE Development
x) Pipefit Engineers Pvt. Ltd.

For Suppliers’ list of other disciplines, refer Particular Job Specification/Technical


Specification of the respective discipline.

1) For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following: -

398 of 896
LAYING AND TERMINAL WORKS FOR
SRIKKAKULAM- ANGUL PIPELINE
OIL & GAS SBU
PROJECT (PART B) OF M/S GAIL
MECON LTD,
(INDIA) LIMITED DELHI

Pipeline laying & Terminal Works Page 84 of 88


TITLE APPENDIX TO PJS
REVISION 0

a) The vendor/ supplier of bought out item(s) is a manufacturer/ supplier of said


item(s) for intended services and the sizes being offered is in their regular
manufacturing/ supply range.

b) The vendor / supplier should not be in the Holiday list of GAIL / MECON / other
PSU.

c) Should have supplied at least one single random length (i.e. 5.5 meters to 6.5
meters) for item assorted pipes / tubes and for other items, which are to be
supplied in quantity on number-basis (other than assorted pipes / tubes) minimum
01 (One) number of same or higher in terms of size and rating as required for
intended services.

2) For any other item(s) for which the vendor list is not provided, contractor can supply
those item(s) from vendors/ suppliers who have earlier supplied same item(s) for the
intended services in earlier projects and the item(s) offered is in their regular
manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder, these
documents shall required to be submitted by them within 30 days from date of Placement
of Order for approval to GAIL / MECON.

3) The details of vendors indicated in this list are based on the information available with
MECON. Contractor shall verify capabilities of each vendor for producing the required
quantity. PMC does not guarantee any responsibility on the performance of the vendor. It
is the contractor’s responsibility to verify the correct status of vendor and quality control
of each parties and also to expedite the material in time.

399 of 896
20.0 MINIMUM CONSTRUCTION
EQUIPMENT TO BE DEPLOYED DURING
RE-MOBILISATION

(Appendix-X to Particular Job Specification


of Work)

400 of 896
APPENDIX - X to PJS

MINIMUM CONSTRUCTION EQUIPMENTS TO BE DEPLOYED DURING RE-MOBILIZATION

Total minimum equipment mobilization,


Nos.
Sl.
Equipment Detail
No.
Section-I Section-II , III & IV

1 Excavator / Back Hoe-Ex 200 & Above or Equivalent 1 0


2 Excavator / Back Hoe-Ex 100 & Above or Equivalent 1 2
3 Pipe Layer/Side Boom – 60 T & Above Capacity NIL NIL
4 Pipe Layer/Side Boom – 40 T & Above Capacity 1 1
5 Pipe Bending Machine as per line size 1 1
6 Dozer with Ripper – D7/D6 or Equivalent 1 1
7 DG Welding Machines 8 8
8 Semi Auto Welding Machines NIL NIL
9 Hydra (8 – 10 MT) 2 2
10 Pipe Clamp (Pneumatic/Hydraulic) – Internal 1 1
11 X-Ray M/C – Internal Crawler 1 1

12 X-Ray M/C – External 1 1

13 Gamma Source 1 1

14 Water Lifting Pump (400 m3/hr. & above) 1 1

15 Filling Pumps (400 TO 1000 M3/HR) 1 1

16 Pressurization Pump – Motorized 1 1


17 Air Compressor – (300CFM) 1 1
18 D.G. Sets : 62.5 KVA to 200 KVA (inclusive of generators) 3 3
19 Blast Cleaning Machine 1 1
20 Pipe Trailers (FB / Semi Low Bed) 2 2
21 Dozing Pump 1 1

Note : The above schedule shall be only considered for the Re-mobilization period of 1 month. Based on
site conditions, revised schedule shall be worked out by GAIL/PMC/Contractor for subsequent months.
The decision of EIC shall be final and binding.

401 of 896
21.0 MINIMUM NO. OF SKILLED
MANPOWER TO BE DEPLOYED
DURING RE-MOBILISATION

(Appendix-XI to Particular Job Specification


of Work)

402 of 896
APPENDIX - XI to PJS

MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED DURING


REMOBILISATION

Sl. REQUIREMENT REQUIREMENT


No DESCRIPTION IN SECTION I IN SECTION II ,
III & IV
1. Resident Construction Manager / Section In-charge 1 1
2. Planning engineer 1 1
3. QA/ QC engineer 1 1
4. Safety officer 1 1
5. Qualified Surveyor 1 1
6. Welding/ NDT engineer 2 2
7. Discipline Engineer's (Civil/ Mech.) 1/1 1/1
8. Foreman / Supervisor 4 4
9. Civil surveyor / liaison team consisting of 2 (two) 1 1
members
10. Document controller / Account Officer (for line 1 1
11. Store keeper / store in-charge 1 1
12. Welder 8 8
13. Fitter 2 2
14. Grinder 4 4
15. Machine operator 2 2
16. Blast cleaning crew consisting of 5 (five) persons 1 1
17. Electrician / Machine mechanic 1 1
18. Rigger 4 4
19. Pipe bending 1 1
20. X-ray / Gamma Ray crew 1/1 1/1
21. Hydro-testing crew 1 1
22. Field joint coating crew 1 1
23. Holiday testing crew 1 1
24. OFC jointing crew 1 1
25. Civil survey crew (with equipment) 1 1
26. Unskilled workers 5 5
27. Station mechanical, pre-fabrication / erection crew 1 1

The above proposed list of skilled manpower is the minimum to be deployed by Contractor.
NOTES:-
(1) The above schedule shall be only considered for the Re-mobilization period of 1 month.
Based on site conditions, revised manpower requirement shall be worked out by
GAIL/PMC/Contractor for subsequent months. The decision of EIC shall be final and binding.

403 of 896
LAYING AND TERMINAL WORKS FOR
OIL & GAS SBU SRIKKAKULAM- ANGUL PIPELINE
PROJECT (PART B) OF M/S GAIL MECON LTD,
(INDIA) LIMITED DELHI

TITLE APPENDIX TO PJS Pipeline laying & Piping Works

22.0 INSPECTION CATEGORIZATION PLAN

(Appendix-XII– to Particular Job Specification of Work)

404 of 896
INSPECTION CATEGORISATION PLAN

Sl. Item Description Unit Inspection Inspection Inspection


No. Category Category Category
TPIA Contractor PMC
1.0 Pipeline Works
1.1 Electrode Lot N/A C C
1.2 Joint Coating Material Lot N/A C C
1.3 Casing Pipe Mtrs. N/A C C
1.4 Casing Insulator Nos. N/A C C
1.5 Casing End Seal Nos. N/A C C

2.0 Instrumentation
Works
2.1 Instruments (PG, TG,
PT, TT, LEL Detectors, Nos. B B/C B/C
RTD etc)
2.2 Instrument cables Nos. B B/C B/C
2.3 Control panel Nos. B B/C B/C
2.4 Cable Trays Nos. N/A C C
2.5 Junction Boxes , Cable
Nos. N/A C C
Glands
2.6 Tube Fittings , Tube
LS N/A C C
manifolds
2.7 Instrumentation Valves Nos. N/A C C

3.0 Telecom Works


3.1 Jointing Closures Nos. N/A B/C C
3.2 Electronic Markers &
Nos. N/A B/C C
Locators
3.3 HDPE Duct and
Mtrs. B B/C B/C
Accessories
3.4 OFC Drum B B/C B/C

4.0 TCP
4.1 CP Cables B C C
(1Cx6Sqmm, 1Cx10
Mtrs.
Sqmm, 1Cx25Sqmm &
1Cx35 Sqmm)
4.2 Test Stations (Big &
Nos.
B C C
Small Type)
4.3 Sacrificial Mg & Zn
Nos.
B C C
Anodes
4.4 Spark Gap Arrestor
Nos.
N/A C C
(100 kA)
4.5 Polarisation Cell (Solid
Nos.
N/A C C
State)

405 of 896
4.6 External ER Probe Nos. N/A C C
4.7 CTSU (Computerised B C C
Test Station Unit) & Nos.
CTSU Reader
4.8 Permanent Reference
Nos.
B C C
Cell
4.9 Zinc Ribbon Anode Mtr/Nos. B C C

5.0 CMS
5.1 ER Probe, Access Nos.
Fitting Assembly For B C C
ER Probes
5.2 Transmitter & Receiver Nos. B C C
5.3 Corrosion coupons, Nos.
coupon holder, access
B C C
fitting assembly for
corrosion coupons
5.4 Retriever Kit, Service Nos.
B C C
Valve Kit

6.0 Electrical
6.1 PDB-1/2, I-E LDB, PP
Nos. N/A B B
LDB, OLDB
6.2 FLP Feeder Pillar
(Structure mounted) for Nos. N/A C C
outdoor lighting
6.3 Inverter with tubular
Nos. N/A C C
battery
6.4 Earthing material (Earth
pit with GI Electrode/Cu
plate Electrode,
GI/Copper Strips,GI Nos. B C C
wire, GI Lightning rod,
Advance Maintenance
free earthing system)
6.5 Power & Control Cables
Mtrs. B B C
(HT & LT)
6.6 Lighting fixtures (FLP &
Nos. N/A C C
Non-FLP type)
6.7 Street Light Pole (6Mtr
Nos. B C C
height)
6.8 High Mast & FLP
Feeder pillar panel for Set B C C
High Mast
6.9 Distribution Tranformers
Nos. N/A B B
(11/0.433kV)
6.10 MCCB Enclosure – WP
Nos. N/A B B
Outdoor type
6.11 ACSR weasel
Mtrs. N/A C C
conductor
6.12 Ceiling/Wall mounted
Fans, Exhaust Fans,Air Nos. N/A C C
conditioners,

406 of 896
6.13 Welding socket Nos. N/A C C
6.14 Cable Tray Mtrs. N/A C C
6.15 First Aid box Nos. N/A C C
6.16 Carbon-di-oxide(CO2)
Nos. N/A C C
type fire extinguisher
6.17 Insulating Mat Mtrs. N/A C C
6.18 Telephone/LAN socket,
Nos. N/A C C
LAN Switches
6.19 Telephone/LAN/UTP
Nos. N/A C C
cable
6.20 AVR Nos. N/A B B

LEGEND:

1. A - Stage-wise Inspection + Final Inspection + Document Review as per approved ITP /


MTC / QAP.
2. B - Final Inspection + Document Review as per approved ITP / MTC / QAP.
3. C - Document Review as per approved ITP / MTC / QAP.

Notes:

1. TPIA – Third party inspection agency


2. QAP shall be prepared by vendor / laying contractor and shall be submitted for approval.
3. All materials to be procured from MECON approved vendor.

407 of 896
Annexure-I
to
Particular Job Specification
(CATHODIC PROTECTION WORKS)

408 of 896
GAIL (INDIA) LIMITED
DESIGN BASIS FOR CATHODIC PROTECTION
SYSTEM

SRIKAKULAM - ANGUL PIPELINE PROJECT


(PART-B)

MECON LIMITED DELHI


(ELECTRICAL SECTION)

Document No. Revision No. Date


MEC/23VA/05/E9/CP/001 1 17.05.2021
MEC/23VA/05/E9/CP/001 0 11.02.2021
© Copyright MECON Limited – All rights reserved.
THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO
BE COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

409 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 1 of 16


System

Contents

Sl. No. DESCRIPTION

1. INTRODUCTION
2. SCOPE
3. CODES & STANDARDS
4. SITE CONDITIONS
5. AREA CLASSIFICATIONS
6. POWER SUPPLY DETAILS FOR CP SYSTEM
7. CATHODIC PROTECTION SYSTEM DESIGN
8. PROTECTION OF PIPELINE AT HT LINE CROSSING
9. CP AT CASED CROSSINGS
10. CATHODIC PROTECTION DESIGN CRITERIA
11. CP CABLES
12. STATUTORY APPROVAL
13. DRWINGS AND DESIGN DOCUMENTS
APPENDIX-I : LIST OF ABBREVIATIONS

Rev. No. Date Prepared By Checked By Approved By

Aashis Moyal, M.K.Jaiswara, A.Bhowmic,


1 17.05.2021 Sr.MGR Sr.MGR GM (Elect)

Aashis Moyal, M.K.Jaiswara, A.Bhowmic,


0 11.02.2021 Sr.MGR Sr.MGR GM (Elect)
© Copyright MECON Limited – All rights reserved.
THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

410 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 2 of 16


System

1.0 INTRODUCTION

GAIL (India) Limited a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul
(Odisha) Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra
Pradesh for industrial consumers as well as City Gas Distribution System (CGD).

This pipeline will connect various RLNG terminals like, Dhamra, Dahej, Ennore,
Gangavaram, FSRU etc. and domestic gas fields of K G basin, Off-shore/On-shore fields to
the customers in Eastern region through JHBDPL and Southern region through KSPL.
Therefore, it will provide connectivity to multiple sources to the en-route customers. In view of
the same it has strategic importance and part of National Gas Grid.

The tentative route of the main pipeline is Srikakulam-Ganjam-Nayagarh-Khordha-Cuttack-


Dhenkanal-Angul. The mainline route is proposed to pass through approximately 8 districts in
the two states (7 in Odisha and 1 in Andhra Pradesh).

This document presents design criteria for electrical TCP & PCP system for 3LPE Coated
18”/12”NB x 322 Kms (approx) Mainline & Spurlines (Part-B) from IP-4 cum DT (Ch 341.0km
of SAPL Part-A) to RT at Utkal Alumina (Ch 190.8 km) , RT at Vedanta (Ch 68.3 km) , & RT
at Nalco (Ch 62.97 km) for transportation and distribution of Natural Gas in the region.

Part-B pipeline mainly consist of 18”NBx48 Kms (approx) and 12”NBx274 Kms (approx)
pipeline in different districts of Odisha & Andhra Pradesh for transportation and distribution of
Natural Gas.

In case of any conflict between the codes and standards listed, the same shall be brought to the
notice of Owner for final decision, which shall be binding.

2.0 SCOPE

2.1 Survey, Design, detailed engineering, supply, packing, transportation to site, installation,
testing and commissioning of the temporary cathodic protection system using Mg/ Zn galvanic
anodes for design life of minimum 2 years or till the commissioning of PCP system whichever
is later, to protect the external surface of 18''/12” x 322 Kms. (approx.) pipeline from from IP-4
cum DT (Ch 341.0km of SAPL Part-A) to RT at Utkal Alumina (Ch 190.8 km) , RT at Vedanta
(Ch 68.3 km) , & RT at Nalco (Ch 62.97 km) in different districts of Odisha & Andhra Pradesh
against corrosion. ICCP based Permanent Cathodic Protection system is also envisaged for a
service life of 35 years to protect the external surface of Pipeline. TCP & PCP system shall be
designed as per MECON’s standard Specification No. MEC/S/05/E9/016A & 16B for
Temporary & Permanent cathodic protection system respectively & Scope of Work, Data
Sheets & Other relevant standards.
2.2 Electrical continuity between new pipeline segments and existing pipelines segments
(if any-applicable) shall be done by CP contractor to maintain the CP current from
existing CP anode bed/station).At all possible locations, the test stations for new
pipeline need to be installed matching with the test station of existing pipeline, for
bonding purpose.
2.3 The works related to TCP/PCP such as connection of cables to the pipeline, installation
of sacrificial anodes, laying of polarization coupons, reference cells, CTSU, surge
diverter etc. and laying of HDPE sheets between the pipeline under the scope of work
411 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 3 of 16


System

and other foreign pipelines at the crossing locations for providing electrical isolation
for minimizing the pickup and discharge of the CP System current between the
pipelines shall be completed before backfilling of the trench.
2.4 Disconnection of all the sacrificial anodes before PCP commissioning. After PCP
commissioning TCP may be reconnected, if required at some locations in the event of
detection of localized areas of inadequate protection (hot spot).This will be only as a
temporary measure, till the permanent measures are implemented by the Contractor to
increase the CP potential level at hot spot areas
2.5 CTSU:Computerized test station unit (CTSU) shall have the following feature:
i. Simultaneous recording of 3 No. analogue channels.
ii. Shall be able to generate +ve& -ve sign for recorded PSP values.
iii. Portable Laptop readers shall be supplied with CTSU for Field downloading of Data.
iv.Spare Battery Pack shall be supplied.
v. The CTSU shall provide Battery Low alarm.
The CTSU shall be housed in a PVC enclosure of dimensions 130mm X 130mm

3.0 CODES & STANDARDS

The system design, performance and materials to be supplied shall, unless otherwise
specified, conform to the requirements of the following latest relevant applicable
specifications:

I) NACE Standard SP-0169 : Standard Practice Control of External Corrosion


on Underground or Submerged Metallic Piping
Systems.

II) NACE Publication 10A190 : Measurement technique related to criteria for


CP of Underground or Submerged Steel Piping
System (as defined in NACE Standard RPO169-
83)
III) NACE Standard SP-0177 : Standard Practice Mitigation of Alternating
Current and Lightning Effects on Metallic
Structures and Corrosion Control System.
IV) NACE Standard SP-0186 : Application of cathodic protection for external
surface of steel well casings
V) NACE Standard SP-0286 : Standard Practice the electrical isolation of
Cathodically Protected Pipelines.

VI) NACE Publication No. 54276 : Cathodic Protection Monitoring for Buried
Pipelines
VII) NACE Standard SP-0572 : Standard Practice for Design, Installation &
Operation of Impressed Current Deep Ground
beds
VIII) NACE Standard SP-200 : Standard Practise for Steel Cased Pipeline
Crossings
IX) NACE Standard SP-0104 : The Use of Coupons for Cathodic Protection
Monitoring Applications
X) BS 7361 Part I : Code of Practice for Cathodic Protection for land
and Marine applications 412 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 4 of 16


System

XI) VDE 0150 : Protection against Corrosion due to Stray


Current from DC Installations
XII) IS: 7098 Part I : XLPE insulated cables.

XIII) IS: 1554 Part I & II : PVC Insulated heavy duty electrical cables.

XIV) IS: 8062 : Code of practice for cathodic protection of


steel structures
XV) NACE TM 0497 : Measurement Techniques Related to Criteria
for Cathodic Protection on Underground or
Submerged Metallic Piping Systems
XVI) NACE SP21424 : Alternating Current Corrosion on Cathodically
Protected Pipelines: Risk, assessment,
mitigation & monitoring
XVII) ISO 15589 : Petroleum, petrochemical and natural gas
industries — Cathodic protection of pipeline
systems —Part 1: On‐land pipelines
XVIII) OISD 113 : Classification of Area for electrical installations at
Hydrocarbon processing and handling facilities
XIX) OISD 141 : Cross Country Pipelines
XX) OISD 188 : Corrosion Monitoring of Offshore & Onshore
XXI) OISD‐STD 226 : NG Transmission Pipelines and CGD Networks
XXII) ASME B31.8 : Gas Transmission and Distribution Piping
Systems
XXIII) ASMEB31.8S : Managing System Integrity of Gas Pipelines
XXIV) PNGRB T4S & IMS Regulations
XXV) GAIL O&M Guidelines for Pipelines & Compressor/Booster Stations

- A.W. PEABODY- Book on control of pipeline corrosion

3.2 In case of imported equipments standards of the country of origin shall be applicable if these
standards are equivalent or stringent than the applicable Indian standards.
3.3 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country.

3.4 In case of any contradiction between various referred standards/ specifications/ data sheet
and statutory regulations the following order of priority shall govern.

 Statutory regulations.
 Data sheets.
 Scope of Work/ Job specification.
 Design Basis.
 Standard Specification.
 Codes and standards.

413 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 5 of 16


System

4.0 SITE CONDITIONS

The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions:

Ambient temperature : 50°C/ 2˚C (max./min)


Max relative humidity : 95%
Altitude : less than 1000 m
Atmosphere : To withstand site condition
(Humid & Heavy Rainfall during Monsoon)
Hazardous area : Zone-1 & 2, Gas group IIA & IIB, Temp. Class T3
Classification
5.0 AREA CLASSIFICATION

Classification of hazardous area will be in accordance with BIS and IS: 5572.

Following selection will be considered for proper selection of electrical equipment for use in
hazardous area:

a) Area Classification : Zone-1 & Zone 2

b) Gas Group : IIA and IIB

c) Temperature Classification : T3

All electrical equipment installed in hazardous area will be selected as per IS: 5571.

All the electrical equipment for hazardous areas shall be of Ex-d type suitable for temp
classification T3.

6.0 POWER SUPPLY DETAILS FOR CP SYSTEM

For Receiving, Intermediate Pigging & Despatch Terminals, Power supply to CP


system (TR unit)-

i) 230V AC, 50 Hz Supply.

For SV stations, Power supply to CP system (CPPSM unit)-

ii) 48V DC from DCDB Panel.

414 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 6 of 16


System

7.0 CATHODIC PROTECTION SYSTEM DESIGN

7.1 Temporary Cathodic Protection (TCP) system

A. Type Sacrificial

B. Protection to Pipeline (TCP) Immediately not beyond 15 days after


after lowering lowering
C. Design life 2 Year or till commissioning of PCP
whichever is later
D. Pipeline coating Three Layer Polyethylene

E. Protective current densities As mentioned in Table#1

F. Protective current Density As per specification

G. Low potential Magnesium (-1.55V w.r.t


Anode material (for sacrificial
CP System) Cu/ CuSO4) / Zn(-1.1V w.r.t Cu/Cuso4) -
preferentially Magnesium
a) The pipe to soil potential a) Between (-) 0.95 V (ON) and (-) 1.2 V
Measurements (ON), with respect to a Cu/CuSO4
reference electrode.
b) Minimum number of At least 1 anode must be provided for each
anodes (TCP) km of pipeline even if calculations show a
lower requirement.
c) Computerized test station Required
units
d) No. of magnet devices for One in each IP to IP segment of the
operation of magnetic reed pipeline
switch
H. Electrical resistance probes Shall be provided as per specification

a) Quantity of E/R probes As per scope of work/SOR


b) No. of E/R probe As per scope of work/SOR
reading instrument

I. Polarisation cell Solid state type (shall be provided as per


specification/scope of work)

J. Polarisation coupons Shall be provided as per


specification/scope of work

a) Size of exposed area of 25mm x 25mm in housing of 100x100 mm


coupon (as per the requirement of NACE
415 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 7 of 16


System

SP104:2014)

b) No. of coupons & magnetic As per scope of work (Min 1 at every 10


devise with reed switch KM) and additional locations in corrosion
prone area observed during the soil
survey. Location To be decided by CP
contractor in consultation with Owner/
Consultant

c) Proposed location of E/R To be decided by CP contractor during


probes / Polarisation Coupons detail engineering based on
specifications and in consultation with the
Owner/Consultant

K. No. of test stations At an average distance of 1Km interval


along the pipeline ROW and additional test
stations as per TCP specification. TLP/TS
should be concrete/non-metallic pillar.
L. Surge Arrestor (Spark-Gap Shall be provided at Insulating joints and
type)- Surge arrestor shall be shall be rated for the lightning and surge
suitable for the installation in protection (100kA for -10/350 uS lighting
explosion proof area current and 8/20 uS surge current). There
shall be no joints in Surge diverter cable
across the IJ.

TCP Pipeline Protection current density


Table#1
Pipeline surrounding Minimum Protection current density*@30
Resistivity deg C
Temporary CP
(µA/m²)
Normal Soil (10-100 40
Ohm-Mtr)
Marshy Area/ HDD (<10 75
Ohm-Mtr)
High Resistivity Area 25
(more than 100 ohm-mtr.
Resistivity)

Pipe to soil "ON" potential shall not be more negative than (-) 1.2V during TCP.

* Actual current density to be adopted shall be decided based upon soil and other
environmental conditions, proximity of foreign pipelines and structures affecting
interference. Where considered necessary for satisfactory protection of pipeline the
current density shall be suitably increased by contractor. Where operating temperatures
of U/G pipeline is above 30 deg. C, such as CP Stations located near Compressor
stations, protection Current Density shall be increased in minimum by 25% for every 10
416 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 8 of 16


System

°C rise in temperature over 30 °C up to a temperature of 60 deg.C.

7.2 Permanent Cathodic Protection (PCP) System

A. Type Impressed current type

B. Design life of protection 35 Years

C. Pipeline coating Three Layer Polyethylene

D. Design protection current As mentioned in Table#2


density

E. Pipeline specific coating 15000 Ohm-M2


resistance
F. Loop resistance of PCP system <01 Ohm
G. Type of Anodes for anode Tubular mixed metal oxide titanium
ground bed tubular or as per specification.

H. Anode bed configuration Deep well or Shallow bed (Perpendicular


to Pipeline)
I. Backfill material Carbonaceous back-fill [lubricated
calcined petroleum coke breeze]
J. Polarisation cell Solid state type (shall be provided as
per specification)

K. Permanent Ref Cell Permanent Ref cell for PCP system


shall be Cu-CuSo4 type.
L. Computerized test stations As per scope of work (Location of
(GSM based) computerized test station shall be
decided in detail engineering)
a) No. of computerised test As per scope of work & Location in
station readers / portable data consultation with owner/consultant
collection & storage
instruments.

b) Interval for data acquisition/ Once every day (Refer Note below)
storing
M. Acquisition of land or Lease (for By contractor, Installation location shall
99 years) for Anode bed, Anode be decided by CP system contractor
junction boxes and anode based on detailed engineering,
ground bed ROU for cable specification and at availability of power
laying. source & land.
N. Chain link fencing around the Shall be provided
ground Bed
O. Close interval potential logging Shall be carried out
survey
417 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 9 of 16


System

P. CAT Survey (Full Length of Shall be carried out


pipeline)
Q. Soil Survey and Chemical Shall be carried out
Analysis
R. Additional tests to be conducted DCVG or CAT with frame ‘A’ survey at
for identifying pipe coating Full length of pipeline
defects/ holidays
S. Coating conductance survey at Shall be carried out at Type B (Current
B type stations & Pipeline measurement test stations installed at
current mapping & its direction. every 10 KM pipeline and river
crossings) and also calibration of the
current measurement test stations for
same thickness pipeline span.
T. AC/DC Interference Detection & Shall be carried out through software
Its Mitigation simulations.
U. Proposed location of CP To be decided by CP contractor.
stations/Anode (However tentative location of CP
station are mentioned in the Scope of
Work, Exact location shall be decided in
detail engineering & approval of design
document in consultation with
Owner/Consultant)
V. Pipeline to anode bed Separation shall be such as to achieve
separation for remoteness maximum ground potential adjacent to
pipe of maximum 300mV to remote
earth for the given soil resistivity.
W. Installation of independent Shall be provided.
sacrificial type CP System
considering suitable number
ofMagnesium anode (20 Kg net
each) at all River crossings/
HDD/ Road/ Railway/ Nallah
Crossing/ railway crossing (in
addition to the ICCP system,
each 20 Kg Pre
packedMagnesium anode shall
be designed for five years
design life considering ICCP
System does not exist)

X. CP stations/ anode ground bed for Impressed current system:-

Y. Tentative locations of CP stations are mentioned in Scope of Work, actual numbers


of CP stations shall be finalized during the approval of design documents submitted
418 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 10 of 16


System

by the Contractor, Any other proposed location shall be included during detailed
engineering, if required without any cost implication. However PCP system shall be
designed in such a manner that CP stations & anode bed shall be located
coinciding with SV / IP stations, as far as possible.

* CP stations should be decided in such manner that Odd Number CP station


shall protect the full section whenever the Even number CP station between two
odd number CP station fails / not working. Similarly Even Number CP station shall
protect the full section whenever an Odd number CP station between Two Even
numbers CP station fails / not working. Basis for such calculation, yet again shall
be Theoretical Attenuation Calculations.

PCP Pipeline Protection current density


Table#2
Pipeline surrounding Minimum Protection current density*@30
Resistivity deg C
Permanent CP
(µA/m²)
Normal Soil (10-100 250
Ohm-Mtr)
Marshy Area/ HDD (<10
Ohm-Mtr)
High Resistivity Area
(more than 100 ohm-mtr.
Resistivity)

Note: - For computerized test station: Interval of data acquisition/storing may be kept
for once in every hour. This feature will be helpful for detecting/trouble shooting in
case of encountering any interference. However in normal case, one reading per day
is enough.

8.0 PROTECTION OF PIPELINE AT HT LINE CROSSING

Pipeline Interference study shall be carried out by modeling software’s for short term
and long term interferences for safe touch potentials along with AC corrosion study.
Remedial measures shall be implemented in accordance with codes & standards to
bring down the steady state touch voltage on pipeline below 15V (rms) for safety
reasons. In addition, any AC voltage indicating a current density of 30 mA/m2 or
above (assuming 1 cm2 sized area of holiday / defect) shall be grounded through
solid state DC de-coupling device to reduce the AC corrosion and touch potentials.

Where high voltage (66 KV and above) transmission line runs in parallel or crosses
the pipeline, the pipeline shall be grounded through polarisation cells of suitable rating
(solid state) & Grounding (a continuous length of Zn Ribbon Anodes/Copper
conductors with back fill material shall be laid along the pipeline) shall be done at
regular intervals of maximum 1 km where transmission lines run parallel within 1km of
419 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 11 of 16


System

the pipeline and have separation distance of 50 mtr on both side of the pipeline.
Mitigations resulted from interference study & mitigation report to ground any surges
on the pipeline that would appear in case of transmission line faults shall be
implemented.

If any AC interference is observed along the pipeline due to low voltage electric lines
(below 66kV), its mitigation will be carried out by means of earthing of pipeline through
polarization cell has also been considered.

Interference detection & mitigation due to DC sources (i.e. HVDC transmission lines.
DC traction etc) shall be carried out as per DIN 57150/VDE 0150:Protection against
corrosion due to stray currents from DC installations and other applicable standards.

9.0 CP AT CASED CROSSINGS

a) Casing shall be avoided as far as possible. If cased crossing is unavoidable, Bare


casing is always recommended with selecting higher thickness allowance as per API
1102.
b) Any type of Casing filler conductive or insulating (wax/bentonite etc) shall not be filled
between annular space of casing and carrier.
c) No sacrificial anodes (ribbon anodes) shall be used inside casing & carrier annular
space.

10.0 CATHODIC PROTECTION DESIGN CRITERIA

10.1 Cathodic Protection Design Criteria

Cathodic protection system shall be designed to meet the following criteria:

a) The pipe to soil potential measurements shall be between (-) 850 mV (Off) & (-) 1200
mV (Off) polarized potentials with respect to a copper/ copper sulphate reference
electrode.

b) A positive potential swing of 50 mill volts or above shall be considered as sufficient to


indicate the presence of an interaction situation (i.e. Interference on the pipeline)
requiring investigation and incorporation of mitigation measures by the
CONTRACTOR.

c) As such there is no limit for maximum "ON" negative potential; however, in general, it
should not be more negative than -2500 mV (Cu/CuSO4). If any special
circumstances exist where an “ON” potential of more than -2500 mV (Cu/CuSO4) is
required to be applied, then it shall be brought forward for GAIL approval with proper
justification supported by the pipeline coating Manufacturer's recommendations.

420 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 12 of 16


System

10.2 Monitoring and Control Signal For SCADA

Digital and analogue signals as required for monitoring of CP system shall be


provided in CPPSM/TR Unit for connection to SCADA system.

CPPSM/TR unit shall be properly interfaced with SCADA RTU through Hardwired link
for various analogue and digital signals. Details of SCADA monitoring signals are
given below-

Sl MONITERING/ ANALOUGE
DESCRIPTION
No. CONTROL /DIGITAL
1 CP TR/CPPSM OUT PUT M AI
VOLTAGE
2 CP TR/CPPSM OUT PUT M AI
CURRENT

3 PIPELINE OVER M DI
PROTECTED

4 PIPELINE UNDER M DI
PROTECTED

5 PIPE TO SOIL M AI
POTENTIAL

6 ALL REFERENCE CELLS M DI


FAILED

7 UNIT WORKING IN AUTO M DI


REF MODE

8 UNIT WORKING IN M DI
MANUAL MODE

9 AC INPUT FAIL M DI

10 Battey Low M DI For CPPSM


Only
11 CURRENT C DO
INTERRUPTER START
12 CURRENT C DO
INTERRUPTER STOP
13 CURRENT C DO
INTERRUPTER RESET

1 AI: Analogue monitoring signal from Equipment to PLC/Telemetry interface cabinet (TIC)
421 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 13 of 16


System

2 DI: Digital Monitoring signal from Equipment to PLC/(TIC)


3 M-Monitoring signal
4 C-Control signal
Control signal shall be provided only for remote operation of the current interrupter.

11.0 CP CABLES

TCP Cables

TCP Cables shall be annealed high conductivity, tinned, stranded copper conductor, XLPE
insulated 650/1100 V grade, armoured/un-armoured, PVC sheathed. The size of the copper
conductor shall be 6 sq mm for anode cable from anode to buried junction box, 10 sq mm
from junction box to test station, 10mm² from test station to pipeline. The size of the
conductor shall be 6 sq mm for potential measurement, 10 sq mm for current measurement
and 25mm² for bonding, polarization cell / grounding cell/Earthing and surge diverter
connection purpose. The anode cable from anode to junction box (buried) shall be
unarmoured. The length of anode tail cable shall be sufficient enough to reach junction box
(buried) in case of temporary CP anodes and up to test station in case of permanent CP
sacrificial anodes. PE Sleeves shall be provided for unarmoured cables.

Note- Underground buried junction box shall be provided only at locations where more
than two (02) nos. of anodes required for the pipeline protection.

PCP Cables

i) MMO Anode tail/lead cable (Size 1Cx10 Sqmm)-

Anode tail/lead cable shall be 1Cx10 Sqmm size, annealed high conductivity tinned stranded
copper conductor (7 Strands), PVDF insulated (Thickness 0.040 Inch), HMWPE
sheathed/Jacket (Thickness 0.065 Inch), un-armoured.
ii) Anode & Cathode Header Cable- (Size 1Cx35 Sqmm)-

Anode & Cathode Header Cable shall be 1Cx35 Sqmm size, annealed high conductivity
tinned stranded copper conductor, XLPE insulated, PVC sheathed, FRLS, 1.1kV Grade
armoured cable as per IS: 7098.

iii) TR/CPPSM Input Power Supply Cable - (Size 3Cx10 Sqmm)-

TR/CPPSM Input Power Supply Cable shall be 3Cx10 Sqmm size, annealed high conductivity
tinned stranded copper conductor, XLPE insulated, PVC sheathed, FRLS, 1.1kV Grade
armoured cable as per IS: 7098 for Single Phase TR Units and 4 core type for 3 phase TR
units.

iv) Measurement cable & Permanent Reference cell tail cable- (Size 1Cx6 Sqmm)-

Measurement cable & Permanent Ref cell tail cable from Pipe/Tank/Bullet/Vessel to CJB &
CJB to TR/CPPSM Unit shall be 1Cx6 Sqmm size, annealed high conductivity tinned stranded
copper conductor, XLPE insulated, PVC sheathed, FRLS, 1.1kV Grade armoured, screened
cable as per IS: 7098 or Multi-core signal cable of suitable pair shall be considered for the
measurement cable & reference cell cable from CJB to TR unit. (For this bidder may consider
8/12 pair, Multi-core, FRLS, 2.5 Sqmm, 8/12 pair, twisted pair, shielded, armoured, signal cables
422 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 14 of 16


System

as per IS/BS).

v) The colour of outer sheath of the cables shall be as per the PJS/Scope of work/Design Basis
and outer sheath should have marking of “CP system Cable” in each one meter interval by
black colour for identification purpose.

vi) The cables for connecting various transducers from TR unit/ CPPSM to telemetry interface
junction box shall be twisted pair with individual pair shielded and overall shielded with
aluminium backed by mylar/polyster tape, PVC sheathed, armoured, PVC over all sheathed
type.

CABLING SYSTEM

Cable laying philosophy


A. Paved area: Cable tray/RCC trench
B. Unpaved area: Directly buried with sand cushioning and brick covered,
warning tape and cable marker.
C. Type of cable trays: Galvanized prefabricated

12.0 STATUTORY APPROVAL

The submission of application on behalf of the Owner to Govt. Authority/ Central Electricity
Authority, if required along with copies of required certificates complete in all respects, shall
be done by the contractor well ahead of time so that the actual commissioning of project are
not delayed for want of approval from authority. The actual inspection of work by the Govt.
inspector shall be arranged by the Contractor and necessary coordination and liaison work in
this respect shall be the responsibility of the contractor. However any fee paid to the Govt.
Authority in this regard shall be reimbursed by the Owner on submission of bills with
documentary evidence.
The Inspection and acceptance of the work as above shall not absolve the Contractor from
any of responsibilities under this contract.

13.0 DRWINGS AND DESIGN DOCUMENTS

13.1 The following documents shall be submitted along with the offer:

a) Filled up data sheet/Checklist.


b) HSE Policy
c) Bar Charts & Project completion schedule
d) QAP
e) Approx. dimensions of the system
f) Catalogues for CP units, MMO & Sacrificial Anodes, polarization cells, spark gap arrestors,
ER Probe, reference cells etc.

13.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.

a) Pre‐design cathodic protection site survey shall which includes detailed layout drawings of
pipeline / facilities, reflecting all foreign pipeline / Overhead power transmission lines
crossings & parallelism, river, railway, existing CP facilities (such as transformer rectifiers,
anode ground beds, test facilities etc.), soil resistivity survey locations,423 road crossing
of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 15 of 16


System

locations, etc
b) Various Procedures of CP system Installation Like- Soil survey (TCP & PCP), Thermit
weld, Pin Brazing, Sacrificial anode (Zn/Mg/Ribbon) installations, Test stations & Junction
Boxes installation, Cable laying, Installation of polarization cell, External ER probe, Surge
diverter & grounding cell, connection & sealing of sacrificial anode, Earthing of above
ground pipeline, anode ground bed, CP units etc.
c) Soil survey report and chemical analysis report with marked location vulnerable area.
d) QA & QC Procedures.
e) List of two years operation and maintenance spare.
f) Basis of system design and design calculations, equipment selection criteria and sizing
calculations, formulae used
g) Detailed design calculations of TCP & PCP system (Complete Design Package).
h) Equipment layout, Cable layout & schedule.
i) Construction drawing for fencing of anode bed & AJB.
j) Colour code identification for the various CP System cables used in the system
k) Procedures for Various Post commissioning surveys (CPL, CAT, CAT Frame ‘A’ DCVG &
coating conductance etc).
l) Procedure for AC & DC interference detection & mitigation.
m) Procedure for field testing, pre-commissioning & commissioning of TCP & PCP.
n) Procedure for Monitoring & maintenance of CP system.
o) Detailed design of Anode ground bed, typical lay out drawings for Anode bed connection &
installation for CP system.
p) Equipment layout, Cable layout & schedule.
q) TLP’s & junction boxes installation & erection details drawings.
r) Incorporation of Anode bed, Polarisation cell, surge arrester, TLP, Junction boxes & other
relevant feature in CP system design in Alignment sheet, pipeline route diagram & Plot
plan.
s) G.A. of TR/CPPSM unit.
t) Schematic
u) Wiring diagram for reference.
v) Tentative Bill of Material

13.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints to owner & one set to
MECON..

Other drawings and documents shall be submitted by contractor along with AS-BUILT
Drawings/Datasheets-

a) Original deed OR Lease agreement for acquired/leased land (In favour of M/s GAIL) for Anode
Bed, ROU for cable laying etc shall be handed over to M/s GAIL.
b) Test documents & drawings for bought out items.
c) Detailed commissioning report of pipeline CP system (Both TCP and PCP).

-x-x-x-

424 of 896
MECON LIMITED Electrical Section, Delhi
SRIKAKULAM - ANGUL
DELHI PIPELINE PROJECT
(PART-B)

Basic Engineering Design Basis-Cathodic Protection MEC/23VA/05/E9/CP/001 Page 16 of 16


System

APPENDIX – 1

LIST OF ABBREVIATIONS

1) AC –Alternating current
2) CAT –Current attenuation test
3) CJB – Cathode Junction Box
4) CP-Cathodic Protection
5) CPPSM-Cathodic Protection Power Supply Module
6) DCVG –Direct Current Voltage Gradient
7) DC –Direct Current
8) FRLS-Fire Retardant Low Smoke
9) GSM –Global System for Mobile
10) HMWPE – High Molecular Weight Polyethylene
11) MMO–Mixed Metal Oxide
12) NACE- National Association of Corrosion Engineers
13) PCP–Permanent Cathodic Protection
14) PVC – Polyvinyl Chloride
15) PVDF– Polyvinylidene Difluoride
16) ROU – Right Of Use
17) RTU – Remote Terminal Unit
18) TCP–Temporary Cathodic Protection
19) TR- Transformer Rectifier
20) XLPE- Cross Linked Poly Ethylene

425 of 896
SCOPE OF WORKS
FOR
TEMPORARY CATHODIC PROTECTION
WORK

Srikakulam – Angul Pipeline Project (PART-B)

DOCUMENT NO. - MEC/23VA/05/E9/E/001, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092

426 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 1 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

CONTENTS

SL.NO. DESCRIPTION

1. General

2. Project Description

3. Standards

4. Guarantee

5. Site Conditions

6. Power Supply Parameters

7. Abbreviations

8. Scope of Work (TCP)

9. Statutory Approval of Works & Permissions

10. Quality Assurance, Inspection & Testing

11. Testing & commissioning

12. Drawings, Standard Specification And Installation Standards

13. Resources/ Facilities

14. Project Scheduling & Monitoring

15. Construction

16. Documentation

17. Make of Material/ Bought Out Items

18. Inspection of Supply Items

19. Escalation

20. Documents to be submitted/ produced along with R.A. Bills

427 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 2 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Appendix-I (List of Vendors for Bought out items)


Appendix-II (2 Years Operational & Maintenance Spares for Temporary Cathodic protection system)
Annexure-A (Format for Daily Progress Report for TCP system)
Annexure-B (Format for TCP system commissioning & Monthly Monitoring of TCP system)
Annexure-C Organogram for the CP work

Annexure-AA Compliance to the Technical Bid (CP Work).

PREPARED BY: CHECKED BY: APPROVED BY: ISSUE DATE :


(Aashish Moyal) (M.K.Jaiswara) (A Bhowmic) ISSUE DATE: Aug 2021 R-0

428 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 3 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

1.0 GENERAL

1.1 Introduction

Special Condition of Contract shall be read in Conjunction with the General Conditions of Contract,
specification of work, Drawing and any other documents forming part of this contract wherever the
context so requires.

Notwithstanding the sub-division of the documents into these separate sections and volumes every
part of each shall be deemed to be supplementary to and complementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.

Where any portion of the General Condition of Contract is repugnant, to or at variance with any
provisions of the Special Conditions of Contract, unless a different intention appears, the provisions
of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General
Condition of Contract and shall to the extent of such repugnancy, or variations, prevail.

The materials, design and workmanship shall satisfy the relevant INDIAN STANDARDS, the
TECHNICAL SPECIFICATIONS contained herein and CODES referred to. Where the technical
specification stipulate requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied.

Wherever it is mentioned in the specifications that the CONTRACTOR shall perform certain work
or provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost and the
VALUE OF CONTRACT shall be deemed to have included cost of such performance and
provisions, so mentioned.

It will be Contractor’s responsibility to bring to the notice any irreconcilable conflict in the contract
documents at the time of bidding during pre-bid stage. After award of contract, the stringent of
available technical/statutory/specifications/drawings shall be implemented at the no additional cost
to Owner.

In the absence of any specifications covering any material, design of work(s) the same shall be
performed/ supplied/ executed in accordance with Standard Engineering Practice as per the
instructions/ directions of the Engineer-in-charge, which will be binding on the Contractor at no
additional cost and time to Owner.
.

2.0 PROJECT DESCRIPTION

GAIL (India) Limited a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul
(Odisha) Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra Pradesh
for industrial consumers as well as City Gas Distribution System (CGD).

This pipeline will connect various RLNG terminals like, Dhamra, Dahej, Ennore,
Gangavaram, FSRU etc. and domestic gas fields of K G basin, Off-shore/On-shore fields to the
customers in Eastern region through JHBDPL and Southern region through KSPL.
Therefore, it will provide connectivity to multiple sources to the en-route customers. In view of the
same it has strategic importance and part of National Gas Grid.

429 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 4 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

M/s MECON Ltd has been engaged by M/s GAIL (India) Limited to carry out design, engineering,
procurement, inspection & Project Management Consultancy Services required for 18”/12” NB x
322 Kms. (approx.) pipeline (Part-B of SAPL Pipeline) from IP-4cum DT (of SAPL Part-A) at Ch
0.00km to Receiving Terminal at Utkal Alumina (Ch 190.8km), SV-6S cum DT at Ch 158.4km to
RT at Vedanta (Ch 68.3km) and .SV-7S cum DT at Ch 178.4km to RT at Nalco (Ch 62.97km).

This document presents brief scope of work for TCP system for external protection of the pipeline.
It indicates minimum requirements for detailed design of TCP system and equipment.

The above pipeline will be laid considering PNGRB’s guidelines.

2.1 PROJECT DETAIL

The work being tendered is covered as indicated below:

Details of Proposed Pipeline

I) Section-I: From DT at Ch. 0.00 (Tap-off from IP-04 of SAPL -Part A at Ch. 341.0 Km) to
IP-01S ( Ch. 48.0 Km approx.) (18”dia x 48 km approx)

II) Section-II: From IP-01S (Ch. 48.0 Km approx.) to RT - Utkal Alumina ( Ch. 190.8 Km
approx.)
(12”dia x 142.8 km approx)

III) Section-III: From SV-06S (Ch. 158.4 Km approx.) to Consumer Vedanta (Ch. 68.3 Km
approx.) (12”dia x 68.3 approx)

IV) Section-IV: From SV-07S (Ch. 178.4 Km approx.) to Consumer Nalco (Ch. 62.97 Km
approx.) (12”dia x 62.97 km approx)

– Material of Construction : Carbon Steel


– Line Size : 18”/12” NB
– Length, in km : ~ As mentioned above
– Pipe Specification : As per P&ID
– Thickness : As per P&ID
– Design pressure : As per P&ID
– Corrosion Allowance : As per Pipeline data
– External Coating : 3-LPE
– Internal Coating : Liquid epoxy
– Design Code : ANSI/ ASME B31.8 (Latest Edition)
– Major Water Crossings : As per Alignment Sheet
– Major Road Crossings : As per Alignment Sheet
– Rail Crossings : As per Alignment Sheet
– HT line crossing : As per Alignment Sheet

3.0 STANDARDS

3.1 The work shall be performed in conformity with this specification, standard specifications and
installation standards enclosed elsewhere in this tender and code of practices of the Bureau of
Indian Standards. In case of any conflict, the stipulations under this specification shall govern.

430 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 5 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0
In addition, the work shall also conform to the requirements of the following:

3.2 The Indian Electricity Act, and the rules framed there under.
The regulations laid down by the Chief Electrical Inspector of the state government/ Central
Electricity Authority (CEA).
The regulations laid down by the Factory Inspector.

The regulations laid down by the Chief Controller of Explosives.


Any other regulations laid down by the Central, State or Local Authorities from time to time
during the execution of this contract.
OISD Standards
PNGRB Regulations
GAIL’s Safety Standard

3.3 The design, selection and installation of equipment and materials shall also conform to the
requirements of the relevant latest standards of:
BS Specification and codes of practice
OISD Standard 138
IS: 8437 (Part-II)/ 8062 (Part-I)
NACE Standards
DNV Publications
IEEE Publications

4.0 GUARANTEE

4.1 The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period 12 months after successful commissioning (
As per DLP terms & conditions defined in the Contract volume). Any damage or defects
connected with the erection of materials, equipments of fittings supplied by the contractor that
may be undiscovered at the time of issue of the completion certificate, or may arise or come to
light thereafter, shall be rectified or replaced by the contractor at his own expense as deemed
necessary and as per the instruction of the Engineer-in-charge within the time limit specified by
Engineer-in-charge.

4.2 The above guarantee shall be applicable for the quality of work executed as well as for the
equipment/ cable/ fittings/ other materials etc supplied by the contractor.

Equipments installed or commissioned by others within the battery limit. This is for the purpose
of obtaining a comprehensive approval from competent authority.

5.0 SITE CONDITIONS

The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions:

Ambient temperature : 500C/20C (max./min)


Max. Relative humidity : 95 %
Altitude : less than 1000 m
Atmosphere : To withstand site condition
(Humid & Heavy Rainfall during Monsoon)
Hazardous area : Zone-I & II, Gas group IIA & IIB, Temp. Class T3
431 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 6 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0
Classification

6.0 Power Supply Parameters-VOID

7.0 Abbreviations

3LPE - Three layer Ploy Ethylene


AJB - Anode Junction Box
CJB - Cathode Junction Box
CPPSM - Cathodic protection power supply module
CTSU - Computerised Test Station Unit
CAT - Current Attenuation Test
DCVG - Direct Current Voltage Gradient
D/T - Despatch Terminal
ER Probe - Electrical Resistance Probe
ICCP - Impressed Current Cathodic Protection
IP - Intermediate Pigging
PCP - Permanent Cathodic Protection
PSP - Pipe to Soil Potential
R/T - Receiving Terminal
SV - Sectionalizing Valve
TCP - Temporary Cathodic Protection
TR Unit - Transformer Rectifier Unit
TLP - Test Location Point (Test Station)
QA/QC - Quality Assurance & Quality Control
XLPE - Cross Link Poly-Ethylene

8.0 CO-ORDINATION WITH OTHER CONTRACTORS

CP contractor shall entirely responsible for Co-ordination with other contractors & it should be
ensured that the CP work should be executed simultaneously with laying of pipeline. Contractor
shall mobilize necessary teams in each respective section as per the site organisation chart
(Annexure-C) enclosed with this tender with the key responsibility, education qualification,
designation, experience as defined and shall be responsible for the timely execution of CP work.

If the contractor fails to timely execution of the CP work, mobilization of teams as defined in
tender and it founds delay in the pipeline laying due to of CP work & poor co-ordination with
laying contractor necessary penalty clause shall be applied as per the direction of the Engineer-
in-Charge.

9.0 SCOPE OF WORK (SUPPLY, INSTALLATION, TESTING & COMMISSIONING)

General

Contractor shall execute TCP work simultaneously in coordination with laying contractor when
lowering of the -pipeline is going on. Activities like- Cable to pipe connection, installation of ER
probe, Polarisation cell, Polarisation coupon etc should be completed before the backfilling of the
trench.

432 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 7 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

9.1 Temporary Cathodic Protection System

Corrosion survey, design, detail engineering, fabrication, supply, installation, testing and
commissioning of the temporary cathodic protection system using Mg/ Zn galvanic anodes to
protect the external surface of 3LPE coated pipeline against corrosion for design life of minimum
2 years or till the commissioning of PCP system, whichever is later. The detailed length of
pipeline is as under-

Sl. Section Location Description Pipeline Length (KM)


No. Dia. (Approx.)
From DT at Ch. 0.00 (Tap-off from IP-04 of
1 I SAPL -Part A at Ch. 341.0 Km) to IP-01S 18” 48.0 Km
( Ch. 48.0 Km approx.)
From IP-01S ( Ch. 48.0 Km approx.) to RT -
2 II 12” 142.8 Km
Utkal Alumina ( Ch. 190.8 Km approx.)
From SV-06S (Ch. 158.4 Km approx.) to
3 III 12” 68.3 Km
Consumer Vedanta (Ch. 68.3 Km approx.)
From SV-07S (Ch. 178.4 Km approx.) to
4 IV 12” 62.97 Km
Consumer Nalco (Ch. 62.97 Km approx.))

Maintaining and keeping of PSP value as specified and monitoring at monthly basis of PSP
voltage & AC voltage of the temporary cathodic protection system (As per format Enclosed in
Annexure-B) till commissioning of the permanent cathodic protection system. All work shall be
carried out conforming to the Scope of work, Design Basis, Data Sheets, national & international
standard & as per standard specification No.- MEC/TS/05/E9/016A for temporary cathodic
protection system. Scope shall also include but not limited to the following for completion of
jobs:-

a) Temporary CP system shall be installed immediately of the any lowered section but not
later than 15 days from the time of lowering of pipeline segments. If TCP system is not
provided for any of the lowered section in the specified time, necessary deduction shall be
carried out from the contractor’s head as non-compliance of work. The deduction shall be
1000 rs per day per lowered section in each spread, example_ 1000x nos of days TCP
unprotected x lowered sections.

b) Measurement of soil resistivity along the right of way of the main pipeline (At 500mtr Interval) &
collection of soil & water samples along ROW at depth of 1M, 2M & 3M at every 5 km interval (Min
03 sample at each location) for its chemical & microbial analysis along the pipeline route as per
specification for corrosion survey MEC/TS/05/21/016C & NACE Standard TM0106-2006 for
detection of SRB, ARB, TDS, pH, Rx, Moisture & Total dissolved H2S etc. These sampled shall be
stored in sealed container and stored in the dark place.

c) Collection of additional data related to cathodic protection along the right of way of pipeline as per
standard specifications during the survey.

d) Design, Detailed Engineering, Preparation of Design Document, Preparation of Test station


schedule & Bill of Material as per the corrosion survey & Chemical analysis of Soil / Water samples
for Temporary Cathodic Protection system.

433 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 8 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

e) Total number of anode shall be calculated as per total anode weight requirement & total protection
current required.

f) Supply, Installation, Testing & commissioning of Test stations (Big Size & Normal Size) weather
proof (IP-55) as per specification & enclosed drawings. Selection of TLP size will be as per the nos.
of cables terminating at the station. TLP shall be sealed at both ends by means of foam
sealing/solid sealing. Termination plate inside the TLP should have high insulation level (FRP or
higher grade) to avoid drainage of CP current due to insulation leakage.

All the test-stations and junction boxes shall be provided with shrouded allen screws to avoid
vandalism

g) Supply, installation, testing & commissioning of Mg (Min 5.0 Kg)/ Zn Galvanic anodes/ Mg ribbon
anodes with backfill as per the standard specification- MEC/TS/05/E9/016A. The weight of the
Mg Anode & the total nos. of anodes shall be calculated as per the corrosion survey, soil chemical
analysis, total weight and current requirement of the pipeline section. However, Min one anode is
to be installed at every one KM with test station.

h) Supply, installation, testing and commissioning of 10kg Mg anodes at both side of River
crossings/ HDD, and Road/ Railway/ Nallah crossing (for casing pipe).

i) Cable to pipe connection by thermit welding/Pin brazing (for charged pipeline) for 35, 25, 10, 6
sq.mm copper cable including excavation and exposing piping, recoating with epoxy, testing etc.

j) Supply, laying of HDPE sheets (1200mm wide, 6mm thick) between the GAIL pipeline and
the other CP protected foreign pipelines at the crossing locations for providing electrical
isolation and discharge of the CP System current between the pipelines.

k) Earthing of above ground catholically unprotected pipeline at consumer station/DRS


station/Metering skid etc, the earth electrode shall be 65 mm dia, 4.5 mm thickness & 3000mm
long. Total grounding resistance shall be limited to 2-3 Ohm max.

l) Supply, installation, testing & commissioning of one set of Explosion proof type spark gap arrestor
(100 kA@ 10/350 uS rating for lightning protection and 8/20 uS 100kA for surge protection) across
each insulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & various
consumer terminals as per P&ID / specification.

All the monolithic insulating joints (MIJs) on the main line, on the tappings for the instruments viz.
pressure transmitter, densitometers etc. shall be provided with explosion proof surge divertors.

Note 1-Surge diverter cable needs to be terminated without any joints across the IJ. Surge diverter
with its pre‐wired connecting cables with suitable length & size should be provided and installed at
the Isolating joint.

m) CP AT CASED CROSSINGS

i) Casing shall be avoided as far as possible. If cased crossing is unavoidable, Bare casing is
always recommended with selecting higher thickness allowance as per API 1102.
ii) Any type of Casing filler conductive or insulating (wax/bentonite etc) shall not be filled
between annular space of casing and carrier.
iii) No sacrificial anodes (ribbon anodes) shall be used inside casing & carrier annular space.
434 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 9 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

n) Where high voltage (66 KV and above) transmission line runs in parallel or crosses the pipeline,
the pipeline shall be grounded through polarisation cells of suitable rating (solid state) & Grounding
(a continuous length of Zn Ribbon Anodes/Copper conductors with back fill material shall be laid
along the pipeline) shall be done at regular intervals of maximum 1 km where transmission lines
run parallel within 1km of the pipeline and have separation distance of 50 mtr on both side of the
pipeline.

The rating of the cell shall depend upon anticipated fault current & ground bed resistance at the
location of installation and the calculation of the same shall be furnished to MECON for review &
selection of rating of the Polarisation Cell. However, the rating of polarisation cell shall not be less
than 3.7 KA @ 30 Cycle & number of 20 kg net weight zinc anode shall not be less than two. Zn
Ribbon anode (Dia min. 12x14 mm with back fill in trench)/ pre-packed AC mitigator wire of
MATCOR make or equivalent also be used for the grounding purpose to get lower grounding
resistance (for soil resistivity higher than 25 Ohm-Cm) as per the direction of engineer in-charge.
The resistance of grounding shall be limited to 2-3 ohms max.

At any location of HT line crossing, zinc anodes (min 2 nos. & max 4 nos.) shall be provided to limit
the grounding resistance to 2-3 ohms max. If the same is not achieved, then Zn Ribbon anode (Dia
15mm with back fill trench) or Cu conductor with backfill shall be used for the grounding purpose.
Calculation for grounding resistance shall be submitted along with design document.

If any proposed additional line of voltage rating 66kV & above is envisaged during construction, the
same shall also be considered in the design document. Contractor shall supply polarization cell
along with necessary grounding system for the same.

If it is observed during the monthly monitoring that the source of the AC interference is due to the
HT lines less than 66kV or LT line, Contractor shall provide the grounding the pipeline through SSD
to lower impact of the AC interference on the pipeline.

o) Supply, installation, testing & commissioning of external electrical resistance Probe (02 nos. probe
with 1 no. ER probe reading instrument for each section) utilizing the electrical resistance
technique shall be provided along the pipeline at marshy / vulnerable locations to monitor the
external corrosion activity on the pipeline. Location of external ER probe shall be decided during
detail engineering.

Care shall be taken during installation of ER probes so that probe element is opposite to pipe (Not
facing the pipeline).

p) Supply, installation, testing & commissioning of Polarisation coupons (As per SOR & Min 1 at every
10 KM of pipeline) each having total area of 100mm x 100mm, one side exposed area of 25 mm x
25 mm with permanent reference cell shall be provided along the pipeline and at additional
vulnerable locations (River crossings, Marshy locations, Interference prone area, stray current
source locations, foreign pipeline crossings/parallel (at every KM in case of parallel), at CP
stations) to monitor the external corrosion activity on the pipeline as per enclosed standard
specification. Location of external Polarisation coupons & Number of magnetic devices for
operation of magnetic switch shall be decided during detail engineering in consultation with
GAIL/MECON.

Permanent Reference cell shall be manufactured & constructed in line with drawing no.
MEC/SD/05/E9/E/CP/1610 Rev-0.

435 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 10 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Care shall be taken during installation of polarization coupon so that bare face of polarisation
coupon is opposite to pipe & polarisation coupon shall not be installed between TLP & Pipeline.

The works related to collection of approximately 2-5 m of pipeline material (In pieces of 300 to
1000mm length) for fabrication of Polarisation coupons is in the scope of the Contractor.

q) Bonding in between pipelines running parallel or crossing as required including taking of


permission from the owner of the foreign pipeline. (Permission shall be taken by the Pipeline
Owner and any fee required for the same shall be paid by the Owner, however contractor shall
assist in all respect to get such permissions from foreign pipeline owner).

i) Bonding of pipelines shall be carried out through bonding stations (variable resistance of
suitable value + shunt + diode, if required). Polarization coupons shall be installed at every test
station in the parallel section and at crossings.

ii) The Contractor shall supply and install bonding stations as provision to bond the pipelines. For
the new pipeline as a provision for interference mitigation Bonding Junction box (BJB) shall be
installed as a minimum at the following locations-

- Where the new pipeline runs parallel to the existing pipelines, at start and end of parallelism
and at every five (5) km intervals. As a minimum, all existing parallel pipelines laid with a
separation distance of 10 m shall be provided with bonding provision.

- Where the pipeline crosses or intersects the existing buried pipelines or buried section of
pipelines / Piping.

iii) BJB shall have provision to terminate 25/35 mm2 bonding cables and a 6 mm2 potential
monitoring cables connected to each foreign pipelines as well as new pipelines. BJB shall be
provided with appropriately rated shunts and resistors for each circuit. Rating of the resistors
shall be calculated based on the mitigation requirement.

r) Supplying, laying, termination, Glanding, ferruling & testing of all the cables of TCP system, Cu-
Conductor, XLPE insulated, PVC sheathed, Armd/Unrmd (1Cx6 mm2, 1Cx10 mm2, 1Cx25 mm2,
1Cx35mm2) as required.

s) Cable coming from 60 Mtr for Current measurement test stations (Type_B) & cables for foreign
pipeline crossing shall be provided with black sleeves for the identification purpose.

t) Calibration factor of similar thickness pipeline section shall be carried out by the Bidder at each
B_Type test stations by arranging separate power source. Bidder shall refer pipe book for the
same.

u) PSP Monitoring on monthly basis of the TCP system till commissioning of the permanent cathodic
protection system including the coupon OFF psp.

v) All civil/ structural & other miscellaneous works related to TCP system including supply of bricks,
cement & steel etc. required for completion of the system.

w) Coating Integrity test of HDD section of the pipeline shall be conducted immediately after the
completion of the HDD of each HDD section by separate temporary power source and anode bed.

436 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 11 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Bidder shall submit the procedure as per the NACE requirements for approval along with the
design document.

x) Disconnection of all the sacrificial anodes before PCP commissioning. After PCP commissioning
TCP may be reconnected, if required at some locations in the event of detection of localized areas
of inadequate protection (hot spot).This will be only as a temporary measure, till the permanent
measures are implemented by the Contractor to increase the CP potential level at hot spot areas.

Note-

i) Additional protection of carrier pipe (By Zn ribbon anodes) inside the bare casing is not
required.

ii) 10 kg Mg anodes shall be provided for protection of Casing pipe (external side) wherever
required.

iii) Connection scheme of CP system in TLP boxes shall be permanently fixed inside the test
station box (TLP Box).

Note-1:- At saline soil Ag/Agcl Permanent Reference electrode shall be used.

Note-2:- Vendor list of Make of CP Materials is enclosed with the tender as appendix-I all CP
material shall be as per the make mentioned in the vendor list.

Note-3: - For chainages refer Pipeline Schematic Route Diagram

Note-4: - Localized soil resistivity at 1.5Mtr depth shall be considered for calculation of
number of Anodes.

9.2 Tentative Bill of Material

Tentative bill of material of TCP shall be prepared by the successful contractor for each section as
per the approved design and the same shall be submitted with the detail engineering package for
review.

9.3 Other Miscellaneous Works

i) The job includes all civil works including supply of bricks, cements steel etc. connected with
grouting of equipment to be installed. The job includes repairing of all civil works damaged during
installation of electrical and other facilities.

ii) Preparation of buried cable trenches including excavation, back filling, compacting, providing of
brick protection by second-class bricks, spreading of fine river sand, including all supplies.

iii) CP contractor shall provide Colour code identification for the various CP System cables used in the
system with design document for approval.

iv) The scope of work under this contract shall be inclusive of breaking of walls and floors, and
chipping of concrete foundations necessary for the installation of equipment, materials, and making
good of the same. Minor modifications wherever required to be done in the owner free supplied
equipments or devices to enable cable entry, termination, etc.
437 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 12 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

v) Checking of all connections, i.e. power, control, earthing and testing and commissioning of all
equipment erected and/or connected under this contract as per testing procedures and instructions
of Engineer-in-Charge.

vi) Armour of the cables of MOV or other cables which creates leakage of the CP currents shall be cut
to prevent the leakage of CP current.

vii) All electrical equipments are to be doubly earthed by connecting two earth wires from the frame of
the equipment to be earth grid. The cable armours will be earthed thro’cable glands.

The following shall be earthed:

 All non-current carrying metallic parts of electrical equipments such as lighting and power
panels, push button stations, cable trays etc.

viii) Supply and installation of all other accessories not specifically mentioned herein but nevertheless
necessary for completion of job.

ix) Engineering and preparation of specifications, data sheets, procedures and drawings etc required
for procurement & installation of CP System wherever applicable/required by Owner/ MECON and
submit to Owner/ MECON for approval/comments.

x) Correction and submission of all owners’ drawings for as-built status.

xi) Obtaining clearance for energising the complete electrical facilities covered under this tender and
approval of installation/drawings from Govt. authority if required.

xii) Test certificates, catalogues, vendor drawings, installation, operation and maintenance manuals for
all equipment/materials in contractor’s scope of supply.

xiii) All civil work related to the CP work is in scope of the CP contractor.

xiv) Co-ordination with other Contractors/Pipeline contractor.

9.4 WORK CONTRACT

The entire work as per Scope of Work covered under this contract shall be treated as “Works
Contract”.

All works included in the scope of CP work will be done simultaneously with main pipeline
construction by main pipeline Contractor. Bidder will supply all the materials required for completing
the system and organise manpower & equipments accordingly to meet the requirement of Cathodic
Protection work in time as per completion schedule given in Volume - I.

9.5 SCOPE OF SUPPLY

9.5.1 Owner’s Supply – NIL

Supply, testing, Packing, Forwarding, Delivery, Installation and commissioning of all the equipment
covered in this package are included in the scope of the contractor. No equipment will be free
issued by the owner to the contractor.
438 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 13 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

9.5.2 Contractor’s scope of supply shall be as mentioned in Cl. No. 9.1 & 9.3.

9.5.3 Bidder shall submit list of two year operational & maintenance spares along with offer.

O&M CP Spares/ Tool / Tackles for CP system like Multimeter, Clamp meter, Portable reference
cell, UT meter, Tool box Complete for each maintenance base etc.

List of O&M spares is enclosed with appendix-II.

All commissioning & start up spares are in bidder’s scope (Included in this package). Any
commissioning & startup spare consumed during the start up & commissioning is included in the
supply of this package, for which no extra payment is made.

1. Contractor to note that the exact cable routing shall be decided at site based on actual site
conditions. Exact cable quantities/sizes shall be based on actual measured route lengths at site by
Contractor in coordination with Engineer-in-Charge/Client. Contractor shall ensure that there is no
surplus or shortage of cables at site and procure cables accordingly.

2. Contractor to note that all cabling (including supply & laying) & other electrics for the CP System
shall be supplied along with the package and no separate payment shall be admissible for the
same. Owner shall provide only single point power supply for the same.

3. Job is lump-sump basis. Price breakup shall be submitted to the Engineer-In-Charger &
GAIL for approval for payment purpose for TCP work, however the work to be carried out &
material to be supplied for this project which is not covered under this contract the
payment shall be done as per unit price on submission of the back invoices documents &
GST bill.

10.0 STATUTORY APPROVAL OF WORKS

The submission of application on behalf of the Owner to Govt. Authority/ Central Electricity
Authority/State authority/Private bodies, if required along with copies of required certificates
complete in all respects, shall be done by the contractor well ahead of time so that the actual
commissioning is not delayed for want of approval from respective authority. The actual inspection
of work by the above mentioned authority inspector shall be arranged by the Contractor and
necessary coordination and liaison work in this respect shall be the responsibility of the contractor.

However any fee paid to these Authorities in this regard shall be reimbursed by the Owner on
submission of bills with documentary evidence.

The Inspection and acceptance of the work as above shall not absolve the Contractor from any of
responsibilities under this contract.

The necessary permissions required for the bonding etc for the interference mitigation
(From SEB’s, Water works Departments/ Boards, Railways & Other pipeline owners) shall
be obtain before taking mitigation measures in the scope of contractor & the same will be
hand over to GAIL after commissioning of CP system.

439 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 14 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

11.0 QUALITY ASSURANCE, INSPECTION AND TESTING

All the equipment supplied by the contractor shall be inspected by the Owner/MECON and/or their
approved inspection agency (TPI) at the manufacturer’s works prior to despatch. The equipment
will be inspected as per the tests pre-identified in the approved QAP to ensure conformity of the
same with relevant approved drawings, data sheets, specifications, National/International
standards. The TPI shall be arranged by the CP contractor for the testing of the
material/equipments at the vendor works.

11.1 Performance tests of any equipments which cannot be conducted/demonstrated either partially
of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be
obtained.

11.2 In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual obligations
towards subsequent satisfactory performance of the equipment at site. Should any equipment
be found defective, In whole or part thereof after receipt at site or during erection/commissioning
and testing shall be Rectified/Changed by contractor free of cost.

11.3 Contractor shall submit test plan for the equipments with four week advance notice.

11.4 The following equipment/items shall be tested and inspected by MECON/ owner at manufacturer’s
works before dispatch. Test certificates duly signed by MECON/ Owner shall be issued by the
contractor as part of the final document.

- Hazardous area equipment


- CP TR/ CPPSM units

12.0 TESTING & COMMISSIONING

12.1 The successful bidder shall submit detailed installation, site testing & commission procedure
with time schedules for Review/Approval to Owner/MECON.

12.2 The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and
tackles, testing equipment and instruments required for complete checking of installations and
testing and commissioning of all equipment and accessories.

12.3 All the tests shall be conducted in the presence of Owner/ MECON/Engineer-in/charge or his
authorized representative unless he waives this requirement in writing.

12.4 The testing and commissioning of all equipment under the scope of the bidder & shall be carried
out in accordance with the latest edition of relevant Indian Standards, International Standard
NACE standards and IE Rules.

12.5 Test reports shall be submitted in required number of copies duly signed by the Bidder to
MECON and OWNER.

440 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 15 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

12.6 On successful completion of erection of each item /equipment, a final inspection will be carried
out at site by Owner / MECON, for correctness and completeness of erection.

12.7 After the completion of all tests and rectification of all defects pointed out during final inspection,
start-up trials would be commenced. During the start-up trials contractor shall provide skilled /
unskilled personnel and supervision round the clock at his cost. The number and category of
workmen and duration up to which required, will be decided by the Engineer-in-charge. 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.

12.8 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.

12.9 After the operating conditions are fully achieved for CP system and the other requirements as
stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for
applying for a completion certificate.

13.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS

13.1 The drawings accompanying the tender document are indicative of the nature of work and issued
for tendering purposes only. Construction shall be as per drawings/specifications issued/ approved
by the Owner/ MECON during the course of execution of work.

After the job completion, contractor shall prepare ‘AS-BUILT’ drawings, final certified as built
drawings vendor drawings for bought out equipments shall be submitted by the contractor to owner
in bound volume with one set of reproducible original sepia plus five sets of prints & one set to
MECON.

The equipments/ materials to be supplied by the contractor shall conform to the requirements of
the applicable standard specifications. Also the installation of various material/ equipment shall
also conform to the standard specification.

The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings enclosed with the
tender is to enable the tenderer to make an offer in line with the requirements of the Owner.
These are indicative of the nature of work and issued for tendering purposes only. The bidders,
however, shall visit the site before bidding for proper information of site conditions. Construction
shall be as per drawings/ specifications issued/ approved by the Owner/ Consultant during the
course of execution of work and no additional payment shall be made for any changes made
and bidder shall supply the package at no additional cost and time to Owner.

A) SPECIFICATION

1. Specification for TCP system MEC/TS/05/E9/016A


2. Specification for Corrosion Survey MEC/TS/05/21/016C

B) DATA SHEETS & QAP

1. Quality Assurance Plan MEC/05/E9/23VA/QAP/082

441 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 16 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

C) STANDARD DRAWINGS

1.0 Prepacked Zinc Anode MEC/SD/05/E9/E/CP/1601

2.0 Prepacked Mg Anode MEC/SD/05/E9/E/CP/1602


3.0 Mg Ribbon anode for Grounding MEC/SD/05/E9/E/CP/1603
4.0 Details of Test Station for TCP MEC/SD/05/E9/E/CP/1604
5.0 Test Station Connection Schemes MEC/SD/05/E9/E/CP/1605
6.0 Galvanic Anode Installation MEC/SD/05/E9/E/CP/1606
7.0 Zinc Ribbon Anode for Cased Crossings with MEC/SD/05/E9/E/CP/1607
Coated Casings
8.0 Pipeline Grounding Through Polarisation Cell and MEC/SD/05/E9/E/CP/1608
Galvanic Anodes
9.0 Details of Zinc Grounding Cell MEC/SD/05/E9/E/CP/1609
10.0 Permanent Copper – Copper Sulphate Reference MEC/SD/05/E9/E/CP/1610
Cell & Installation Details
11.0 Casing Pipe Detail MEC/SD/05/E9/E/CP/1613
12.0 Test station for polarization cell MEC/SD/05/E9/E/CP/1614
13.0 Connection scheme for hooking through MEC/SD/05/E9/E/CP/1616
CJB/TLP
14.0 Details of thermit weld for cable to pipe joint MEC/SD/05/E9/E/CP/1618
15.0 Electrode for earthing system MEC/SD/05/26/23/01
16.0 Earth Electrode in Test Pit MEC/SD/05/26/23/02

13.2 Drawings for Tender purpose enclosed with construction tender

Schematic Route Diagram


P&ID
Plot Plan

13.3 Survey Drawings/ Details

a) Overall Schematic Route Diagram

14.0 RESOURCES FACILITIES

14.1 Recruitment of Personnel by Contractor

The Contractor shall not recruit personnel of any category from among those who are already
employed by the other agencies working at the sites but shall make maximum use of local
442 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 17 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0
labour available.

14.2 Construction Water and Power Supply

No water and power will be provided by the owner. It should be the responsibilities of the contractor
to arrange water and power at his own cost.

14.3 Land for Residential Accommodation

Owner shall not provide any land for residential accommodation of contractor’s staff and labour.
Space for storage of material is included in contractor’s scope. Contractor shall be responsible for
safety and security of his equipment, supplied material, etc.

15.0 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by the


Bidder/Contractor for review/approval at various stages of the contract.

15.1 Along with Bid

b) Time Schedule

The Completion Time Schedule for the work (including mobilization period) as given in VOL-I of in
all respect, from the date of issue of letter/Fax of Intent.

The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid.
The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the
Bid Document. The Owner interface activities shall be clearly identified with their latest required
dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the
Bidder is not in line with the over all Project requirement.

c) Scheduling & Monitoring System

The Bidders should describe their system of Project Scheduling and monitoring, the extent of
computerization, level of detailing, tracing methodology etc. with the name of computer package
and sample outputs.

15.2 After the Award of Contract

a) Overall Project Schedule

The Contractor shall submit within 2 week of Fax of Intent, a sufficiently detailed over all Project
Schedule in the activity network form, clearly indicating the major milestones, interrelationship/
interdependence between various activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and the comments if any shall
be incorporated in the network before issuing the same for implementation. The network thus
finalised shall form part of the contract document and the same shall not be revised without the
prior permission from Engineer-in- Charge during the entire period of contract.

443 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 18 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

b) Progress Measurement Methodology

The contractor is required to submit within 2 week of award of WORK, the methodology of progress
measurement of sub-ordering, manufacturing/ delivery, sub- contracting construction and
commissioning works and the basis of computation of overall services/physical progress informed.
Owner reserves the right to modify the methodology in part or in full.

c) Functional Schedules

The contractor should prepare detailed functional schedules in line with network for functional
monitoring and control and submit scheduled progress covers for each function viz. ordering,
delivery and construction.

15.3 Project Review Meetings

The Contractor shall present the programme and status at various review meetings as required.

Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/


Participation Site In-charge & Job Engineers.

Agenda : a) Weekly programme v/s actual achieved in the past week &
programme for next week.
b) Remedial Actions and hold up analysis.
c) Client query/ approval.

Venue : Site Office

Monthly Review Meeting

Level of : Senior Officers of GAIL/MECON and Participating


Contractors.

Agenda : a) Progress Status/ Statistics


b) Completion Outlook
c) Major hold ups/slippages
d) Assistance required
e) Critical issues
f) Client query/ approval

Venue : GAIL/MECON Office/ Site Office

15.4 Progress Reporting Proforma

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10 (ten) calendar days from cut-off date,
as agreed upon covering overall scenarios of the work. The report shall include, but not limited to
the following:

444 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 19 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

 Brief Introduction of the work.


 Activities executed/ achievements during the month.
 Schedule versus actual percentage progress and progress curves for Detail Engg. Sub-
ordering, Manufacturing/ Delivery, Sub-contracting, Construction, Commissioning and
Overall and quantum wise status & purchase orders against schedule.
 Area of concern/ problem/ hold-ups, impacts and action plans.
 Resources deployment status.
 Annexures giving status summary for drawings, MRs, deliveries, sub-contracting and
construction.
 Procurement status for items to be supplied by Contractor.

B) Weekly Reports

The report will be prepared and submitted by the Contractor on weekly basis and will cover
following items :

 Activities programmed and completed during the week.


 Resource deployed men and machines.
 Quantities achieved against target in construction
 Record of Mandays lost.
 Construction percentage progress schedule and actual.

C) Daily Repots

 Activity programme for the day


 Progress of the previous day and commutative progress.
 Manpower & machinery deployed.

Successful bidder shall submit DPR (Daily progress report) & Monthly Monitoring Report to
the owner/MECON as per the format in Annexure-A & B.

15.5 Progress Reports

15.5.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed as to the
progress of the WORK throughout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the construction schedule so
as to permit the OWNER to arrange for requisite inspection to be carried out in such a manner as
to minimize interference with progress of WORK. It is imperative that close coordination be
maintained with the OWNER during all phases of WORK.

15.5.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a detailed report
covering the progress as of the last day of the previous month. These reports will indicate actual
and scheduled percentage of completion of construction as well as general comments of interest or
the progress of various phases of the WORK. The frequency of progress reporting by the
CONTRACTOR shall be weekly.

15.5.3 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished during the
preceding week in form of percentage completion of the various phases of the WORK, to the
OWNER.
445 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 20 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

15.5.4 Progress reports shall be supplied by CONTRACTOR with documents such as chart, networks,
photographs, test certificate etc. Such progress reports shall be in the form and size as may be
required by the OWNER and shall be submitted in at least 3 (three) copies.

15.5.5 Contractor shall prepare daily progress report (DPR) in the desired format and submit it to
Engineer-in-charge alongwith schedule of next day to Engineer-in-charge.

16.0 CONSTRUCTION

OWNER reserves the right to inspect all phases of CONTRACTOR's operations to ensure
conformity to the SPECIFICATIONS. Owner will have Engineers, Inspectors or other duly
authorised representatives, made known to the CONTRCTOR present during progress of the
WORK and such representatives shall have free access to the WORK at all times. The presence
or absence of a OWNER's representative does not relieve the CONTRACTOR of the responsibility
for quality control in all phases of the WORK. In the event that any of the WORK being done by
the CONTRACTOR or any SUB-CONTRACTOR is found by OWNER's representatives to be
unsatisfactory or not in accordance with the DRAWINGS, procedures and SPECIFICATIONS, the
CONTRACTOR shall, upon verbal notice of such, revise the work in a manner to conform to the
relevant DRAWINGS, procedures and SPECIFICATIONS.

16.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective specification, all National
and Local Laws, Ordinances, Rules and Regulations and requirements pertaining to the WORK
and shall be responsible for extra costs arising from violations of the same.

16.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR during the


construction as required in the respective specifications shall be submitted to OWNER in due time
for APPROVAL. No such construction activity shall commence unless approved by OWNER in
writing.

16.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, a Competent
Superintendent on the premises. Any instruction given to such superintendent shall be construed
as having been given to the CONTRACTOR.

16.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and inspection as per quality
Assurance plan and furnish all assistance required by the OWNER in carrying out inspection work
during this phase. The OWNER will have engineers, inspectors or other authorised representatives
present who are to have free access to the WORK at all times. If an Owner’s representative notifies
the Contractor’s authorised representative not lower than a Foreman of any deficiency, or
recommends action regarding compliance with the SPECIFICATIONS, the CONTRACTOR shall
make every effort to carry out such instructions to complete the WORK conforming to the
SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best industry
practice.

446 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 21 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

16.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing the work, all requisite
Construction Equipments, Special Aids, Cranes, Tools, Tackles and testing equipments and
appliances. Such construction equipments etc. shall be subject to examination by owner and
approval for the same being in first class operating condition. Any discrepancies pointed out by
OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by
CONTRACTOR. OWNER shall not in any way be responsible for providing any such equipment,
machinery, tools and tackles.

The OWNER reserves the right to rearrange such deployment depending upon the progress and
priority of work in various sections.

Tie-end between main line and starting point of terminal is included in the scope of contract, as and
when main line section is available for Tie-ins.

16.6 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING SERVICES

The order in which the WORK shall be carried out shall be subject to the approval of the
Engineer-in-charge and shall be so as to suit the detailed method of construction adopted by the
CONTRACTOR, as well as the agreed joint programme. The WORK shall be carried out in a
manner so as to enable the other contractors, if any, to work concurrently.

OWNER reserves right to fix up priorities which will be conveyed by Engineer-in-Charge and the
CONTRACTOR shall plan and execute work accordingly.

Existing Service

Drains, pipes, cables, overhead wires and similar services encountered in course of the works shall
be guarded from injury by the CONTRACTOR at his own cost, so that they may continue in full and
uninterrupted use to the satisfaction of the Owners thereof, or otherwise occupy any part of the
SITE in a manner likely to hinder the operation of such services.

Should any damage be done by the CONTRACTOR to any mains, pipes, cables or lines (whether
above or below ground etc.), whether or not shown on the drawings the CONTRACTOR must
make good or bear the cost of making good the same without delay to the satisfaction of the
Engineer-in-Charge.

17.0 DOCUMENTATION

17.1 Drawings and design documents

17.1.1 The following documents shall be submitted along with the offer:

a) Filled up data sheets & Check lists


b) HSE Policy
c) QAP
d) Bar Charts & Project completion schedule
e) Bidder’s Compliance Report (Annexure-AA)
f) Un-priced List of two years operation and maintenance spare

447 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 22 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

17.1.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.

a) Various Procedures of CP system Installation Like- Soil survey (TCP), Thermit


weld, Pin Brazing, Sacrificial anode (Zn/Mg/Ribbon) installations, Test stations &
Junction Boxes installation, Cable laying, Installation of polarization cell, External
ER probe, Surge diverter & grounding cell, connection & sealing of sacrificial anode,
Earthing of above ground pipeline etc.
b) Soil survey report with marked location vulnerable area.
c) QA & QC Procedures.
d) Basis of system design and design calculations, equipment selection criteria and
sizing calculations, formulae used
e) Detailed design calculations of TCP system (Complete Design Package).
f) Equipment layout, Cable layout & schedule.
g) Colour code identification for the various CP System cables used in the system
h) Procedure for field testing, pre-commissioning & commissioning of TCP.
i) Procedure for Monitoring & maintenance of CP system.
j) Equipment layout, Cable layout & schedule.
k) TLP’s & junction boxes installation & erection details drawings.
l) Incorporation of Polarisation cell, surge arrester, TLP, Junction boxes & other
relevant feature in CP system design in Alignment sheet, pipeline route diagram &
Plot plan.
m) Schematic
n) Tentative Bill of Material

17.1.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints to owner & one set to
MECON..

Other drawings and documents shall be submitted by contractor along with AS-BUILT
Drawings/Datasheets-

a) Test documents & drawings for bought out items.


b) Detailed commissioning report of pipeline CP system (TCP).
c) Warranty certificates as per DLP (defect liability period).

18.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

An Appendix-I of approved vendors for various major items is enclosed with this tender
specification. The bidder shall consider such names only as indicated in the aforesaid list and
clearly indicate in the bid the name(s) as selected against these items. For any other item not
covered in the list enclosed with this tender document, prior approval shall be obtained by the
contractor for its make/ supplier’s name.

19.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming part of this
contract. Contractor shall advise Owner/ Consultant in writing at least 10 days in advance of the
date of final inspection/tests. Manufactures inspection or testing certificates for equipment and
448 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 23 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0
materials supplied, may be considered for acceptance at the discretion of Owner/ Consultant. All
costs towards testing etc. shall be borne by the contractor within their quoted rates. All inspection
of various items shall be carried out based on Quality Assurance Plan, which will be submitted by
the Contractor and duly approved by Owner/ Consultant.

20.0 ESCALATION

The Rates quoted shall be kept firm till completion of work and no price Escalation shall be paid.

21.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A. BILLS

a) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labour License No. printed
thereon.
b) ESI/ EPF clearance certificates for the last month alongwith R.A. Bills.
c) Insurance Policy as per relevant clauses of Contract Agreement.
d) Attendance Register and Salary Records.
e) Photocopy of the measurement book to be attached with R.A. Bills.
f) Any other document required for the purpose of processing the bills.
g) Registration Certificate with Sales tax authorities of state concerned.

-x-x-x-

449 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 24 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

APPENDIX-I
Sheet 1 of 2

1.0 APPENDIX-I (LIST OF SUPPLIER/S OF MAJOR BOUGHT OUT ITEMS)

1) CABLES

i) Brooks Cables
ii) Nicco Corporation Ltd
iii) CMI Ltd
iv) Delton Cables Ltd
v) KEI Industries
vi) Torrent Cables
vii) Universal cables
viii) Victor Cables
ix) Associated Flexible & Wires Pvt Ltd
x) Asain Cables (RPG Cables)
xi) Fort Gloster (Gloster Cables Ltd)
xii) Finolex Cable
xiii) Rediant Cables
xiv) NETCO Cables Pvt Ltd
xv) Chandresh Cables Ltd
xvi) RR Kabel Ltd,Vadodara

2) JUNCTION BOX (FLP Type)

i) Exprotecta, Beroda
ii) Baliga
iii) Flexpro
iv) FFLP Control Gears
v) Sterling
vi) Sudhir

3) SACRIICIAL ANODES

i) M/s Scientific Metals Engineers Pvt. Ltd., Karaikudi


ii) M/s PSL Holding Pvt. Ltd., Mumbai
iii) M/s BHEL, Bhopal
iv) M/s Nippon Corrosion, Japan
v) M/s AFIC, KSA
vi) M/s Platt Bros. and Company, USA
vii) M/s YUXI, CHINA
viii) M/s Wilson Walton International
ix) M/s XIANG METAL, CHINA
x) M/s SHUNRUI, CHINA
xi) M/s Impalloy International
xii) M/s Corrpro International
xiii) M/s HOCKWAY, UK
xiv) M/s NAKABOHTEC, Japan
xv) Shakti Enterprise, Ahmedabad

450 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 25 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

APPENDIX-I
Sheet 2 of 2

4) Portable Reference Cell : M/s MC Miller (USA) or Equivalent

5) Permanent Reference Cell : M/s Borin Manufacturer USA, M/s MC Miller USA , M/s Corrtech

6) AC operated : M/s Canara Electric (M/s Raychem RPG Ltd), M/s


Automatic Transformer Kriston systems
Rectifier Unit/DC operated
Automatic CPPSM Unit

7) Thermit Weld : M/s Erico, USA, M/s Cad Weld


Pin Brazing : M/s Safe Track, M/s BAC UK

8) Surge diverter (Ex-d) : M/s Dhen, M/s OBO, M/s Corrpro system, USA, M/s Sohne

9) Digital Multimeter : MOTWANE, Rishabh, Fluke or Equivalent

10) CTSU : M/s Kriston systems or equivalent

11) Solid state polaristation cell : M/s Dairyland, M/s Corrpro systems, USA

12) Anode (MMO Type) : 1) Titanor Component Ltd., Goa, India


2) Denora Permelic S.P.A (Italy) Oronzio De Nora S.A. Ingano,
Switzerland
3) CER Anode Technologies International USA
4) ACTEL, UK
5) ELTECH System Corporation, Texas
6) MAGNETO-CHEMIE, Netherlands
7) M/S MATCOR (USA)

14) Anode Backfill Material : 1) M/S Goa Carbon (Goa)


2) M/S India Carbon (Calcutta),
3) M/S Petrocarbon & Chemical Company (Haldia)

15) Heat Shrink Cap For Anode : M/s RAYCHEM, M/s MATCOR (USA)
To Cable Joint

16) MCCB/MCB for Power : Siemens, Indo Asian, L&T, Hager, Merlin Gerin
Distribution Board Schneider Electric, AEG, HAVELL’S, ABB, MDS

17) ER- PROBE (External Corrosion : M/s Rose Corrosion Services UK, M/s Metal Samples, USA M/s
Monitoring) Roharbak Cosasco, USA M/s Caproco, UK

17) ER- PROBE & Corrosion Coupon : M/s Rose Corrosion Services UK, M/s Metal Samples, USA
Assembly M/s Roharbak Cosasco, USA, M/s Caproco, UK

18) Proposed CP Contractor : M/s Corrtech (I) Pvt Ltd, Ahmedabad, M/s CCS (B) Pvt ltd,
M/s Raychem RPG Pvt ltd, M/s Consultech, Baroda, M/s
UNDTS, Noida, M/s SARK EPC Pvt Ltd, BSS Technologies
Corrosion Protection India Pvt Ltd, Thane

451 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 26 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Note-For any other brought out item(s) for which the vendor list is not provided in the tender , bidders can supply
those item(s) from vendors/ suppliers who have earlier supplied similar item(s) for the intended services in earlier
Oil and Gas projects and the item(s) offered is in their regular manufacturing/ supply range subject to submission
of following documents and their approval.

1) The vendor / supplier should not be in the Holiday list of GAIL/ MECON / other PSU

2) The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.)
along with their offer, however in case of successful bidder, these documents shall required to be
submitted by them within 30 days from date of Placement of Order for approval to GAIL/ MECON.

Appendix-II
Sheet 1 of 1

2 Years Operational & Maintenance Spares for Temporary Cathodic protection


system (One lot for each section)

Sl. Description Unit Total


No. Qty.
1 Multimeter- Fluke 87V Digital Multimeter Nos. 1
2 Clamp Meter (AC&DC)-Fluke Nos. 1
3 Portable Cu/CuSO4 Reference Cell –Mc-Miller/Tinkar Razor Nos. 1 nos.
/SV
Station
4 UT (Ultrasonic Thickness Tester) Meter –Olympus model 27MG or Nos. 1
equivalent
5 Tool Box-Taparia Make (Consisting of Screw Driver Set, Electrical screw Set 1
driver set, Adjustable Spanner 12”, Flat File 12”, Round File 12”, Plyer,
Chiesel, Hexa Frame, Hexa Blade, Hammer, Nose Plyer, DE Spanner
set 6-32, Ring spanner set 6-32”, Allen key set etc.)
6 Calibrated reference cell to calibrate portable half reference cell Nos. 1

Note-Price of these spares shall deemed to be considered in the total price of supply of CP system
quoted by the Bidder.

452 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 27 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Annexure-A
Format for Daily Progress report
DAILY PROGRESS REPORT – TCP SYSTEM

CLIENT: DPR NO.

CONSULTANT: MECON Limited PROGRESS DATE:

CONTRACTOR: REPORT DATE:

PROJECT: PLACE:
PROGRESS (Spreads A, B……)
S.No. ACTIVITY UOM SCOPE Remarks
PREVIOUS TODAY CUMULATIVE
Soil Resistivity &
1
Chemical Analysis
Additional Data
2
Collection
TCP design
3
Document
4 P/L LENGTH KM
5 P/L LOWERED KM
6 TCP PROVIDED KM
7 PSP LEVEL (-V)
S.No. Material Work Description
1 Test station Nos.
2 Mg anode Nos.
3 Zn anode Nos.
4 Zn Ribbon Anode Mtr.
5 No. of Thermit Nos.
5(a) No. of Pin Brazing Nos.
5 Surge Diverter Nos.
6 ER Probe Nos.
Polarisation
7 Nos.
Coupon
8 Polarisation Cell Nos.
9 Cased crossings Loc
10 TCP Cables
1Cx6 mm² Mtr.
10(a)
Armoured
1Cx6 mm² Un- Mtr.
10(b)
Armoured
10(c) 1Cx10 mm² Mtr.

10(d) 1CX25 mm² Mtr.


453 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 28 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Annexure -B

Format for TCP system Commissioning

Sr. TS Chainage TS Natural Instant Polarised Anode Anode AC Other Remarks


No No Type PSP PSP PSP Voltage Current Voltage Readings
(24 Hrs.) (V) (mA) (V) (If Any)

Format for Monthly Monitoring Report of TCP system

Sr. TS Chainage TS PSP (-) Voltage Anode Anode AC Other Remarks


No No Type Voltage current Voltage Readings
(V) (mA) (mV) (If Any)
Carrier Casing
Without Bonding
Bonding

454 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 29 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Annexure-C
Organogram for the TCP work

PROJECT OFFICE
Name:
Address:
Ph No:
E-Mail:

OVERALL PROJECT
INCHARGE

SPREAD SPREAD SPREAD SPREAD


INCHARGE INCHARGE INCHARGE INCHARGE
SECTION-I SECTION-II SECTION-III SECTION-IV

TEAM 1 TEAM 1 TEAM 1 TEAM 1

Note-

1. Overall Project In charge should have B.E. in (Electrical, Electronics and Metallurgical Engineering)
& atleast 10 year Experience in the Cathodic Protection Field.

2. Spread In-charge should have B.E. or Diploma in (Electrical, Electronics and Metallurgical
Engineering) & at least 5 year Experience in the Cathodic Protection Field and shall be available at
site office for entire time schedule of the project.

3. CVs including Experience & Qualification shall be submitted by successful bidder.

455 of 896
OIL & GAS SBU SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE TEMPORARY CATHODIC DOCUMENT NO. Page 30 of 30


PROTECTION WORK
MEC/23VA/05/E9/E/001 REVISION 0

Annexure-AA
Compliance to Technical Bid (CP System)

Sl Tender Description Documents Required for Qualification Submitted in E- Reference In E-Bid


No. Clause No. (Technical Part of Bid)/ Bidder’s Bid (Bidder to Document (Bidder
Compliance/Bidder’s Confirmation Indicate Yes/No) to indicate Place,
Page No. /Vol No.
In the Bid)
1 - Technical Compliance Bidder shall furnish “No Deviation
to the complete scope Certificate”.
of work Deviation if any, due to of
change/amendment/revision in design code
(vendor specific) shall not be considered at
this stage and subjected to review/approval
of Client/MECON. (For the acceptance of
the deviation in the design code suitable
justification is required during detail
engineering).
2 - Confirm No Deviation Confirm (Offer may be rejected if there is
in Technical Bid. any deviation).
3 Annexure Confirm No Deviation. Confirm (Offer may be rejected if there is
any deviation).
4 Installation, All the spares required Confirm.
Commissioning for Installation,
& Start-Up Commissioning & Start-
spares Up of the CP system
shall be included in the
scope of the bidder,
any spares required
permanently for the
Installation,
Commissioning & Start-
Up of the CP system
the same shall be
supplied free of cost.
5 16.1.1 All the required Confirm.
documents are
enclosed with the bid
document as per the
clause.
6 Tentative Tentative BOQ/BOM Confirm.
BOQ/BOM shall be prepared by
bidder and shall be
reviewed & approved
by MECON during the
detail engineering
stage. As this is a
Lump-Sump contract
for any change in
quantity mentioned in
the scope of work the
bidder’s compensation
for these changed
quantities shall remain
unchanged.

-X-X-X-

456 of 896
CONTRACTOR CLIENT: M/S GAIL (India) LTD.
QUALITY ASSURANCE PLAN
FOR PROJECT: Srikakulam – Angul Pipeline
ELECTRICAL EQUIPMENT Project (Part-B)
ORDER NO. & DATE PACKAGE NO. 23VA
SUB-CONTRACTOR PACKAGE NAME TCP system
ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment
having same specification. 1. Visual 12. Routine test as per relevant IS 23. Short time rating D1. Approved GA drawings
2. Use numerical codes as indicated for extent of inspection & tests and 2. Dimensional other standard 24. Operational & functional D2. Approved single line/
submission of test certificates & documents. Additional codes & description 3. Fitment & Alignment 13. Type test as per relevant IS/ check schematic diagram
for extent of inspection & tests may be added as applicable for the plant and 4. Physical Test (Sample) other standard 25. Over Speed Test D3. Approved
equipment 5. Chemical Test (Sample)
3. Separate identification number with quantity for equipment shall be (Review of test report only) 14. Impulse Test 26. Flame Proof Test data sheet
indicated wherever equipment having same specifications belonging to 6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance and creepage D4. Approved bill of materials
different facilities are grouped together. 7. Magnetic Particle Test (MPT) 16. Heat run risc test\tempr. Distance D5. Unpriced P.O. copy
4. Weight in tonnes (T) must be indicated under column 5 for each item. 8. Radiography Test 17. Enclosure Protection Test 28. Acceptance Test D6. Calibration Certificate
Estimated weights may be indicated wherever actual weights are not 9. Dye Penetration Test 18. Calibration 29. Material test of all measuring
available. instruments and gauges
ABBREVIATIONS USED : 10. Measurement of IR Value 19. Noise & Vibration 30. Coating Thickness (MMO Anode), Resistivity (MMO
a) Before HV Test 20. Test certificates for bought out Anode) & comsumption rate (For Mg, Zn & Zn Ribbon
CONTR : CONTRACTOR b) After HV Test components Anode only review of Test report)
11. High Voltage test/Dielectric 21. Tank Pressure Test / Pressure 31. Contact Resistance anode to cable Joint
MFR : MANUFACTURER test Test 32. Destructive testing
22. Paint shade verification & 33. Test Station Connection Scheme check, Name plate
Thichness check and terminal check
34. Chemical Composition & Open Circuit Potential (For Zn
Ribbon Anode, Review of Test report only)
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates Acceptance REMARKS /
Sl. Description (With equipment Indentificatuin Quantity Manufacturer’s Expected schedule of Raw Material and inprocess stage Final Inspection/Test by & documents to Criteria SAMPLING
No. heading, place of use, and No. Name and Address Final Inspection inspection be submitted to Standards /IS/ PLAN
Breif Specifications) No/M T MFR CONTR/ MECON/ MFR CONTR/ MECON/ MECON BS/ASME/
TPIA GAIL TPIA GAIL Norms and
Documents
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1. CP Cables (1Cx6Sqmm, Meters 1,2,28 - - 1,2,28 1,2,28 R D1, D2, D3, D4, I.S., Approved
1Cx10 Sqmm, 1Cx25Sqmm D5, D6, 20, 13 Data Sheet &
& 1Cx35Sqmm) Specifications

2. Test Stations (Big & Small Nos. 1,2,3,4,22 - - 1,2,3,4, 1,2,3,4, R D1, D2, D3, D4, I.S., Approved
Type) , 29 22,33 22,33 D5, D6, 20, 13 Data Sheet &
Specifications

3. Sacrificial Mg & Zn Anodes Nos. 1,2,5 - - 1,2,4, 5, 1,2,4, 5, R D1, D2, D3, D4, I.S., Approved * on 1%
30, 32* 30, 32* D5, D6, 20, 13 Data Sheet &
Specifications of total
nos. of
anodes

457 of 896
4. Spark Gap Arrestor (100 Nos. - - - - RW R Manufacturer Approved Data
kA) test certificates Sheet &
& Compliance Specifications
Report

5. Polarisation Cell (Solid Nos. - - - - RW R Manufacturer Approved Data


State) test certificates Sheet &
& Compliance Specifications
Report

6. External ER Probe & Probe Set 1,2,3,5, - - 1,2,3,5, 1,2,3,5, R D1, D3, D4, D5, Approved Data *on one no.
reader 13,29 13*,17*, 13*,17*, D6, 20,12,13 Sheet & of each
21*,24, 21*,24, Specifications
type
29 29

7. CTSU (Computerised Test Nos. 1,2,3 - - 1,2,3, 1,2,3, R D1, D3, D4, D5, Approved Data
Station Unit) & CTSU 22,24,33 22,24,33 D6, 20,12,13 Sheet &
Reader Specifications

8. Permanent Reference Cell Nos. - - - - RW R Manufacturer Approved Data


test certificates Sheet &
& Compliance Specifications
Report

9. Mg/Zinc Ribbon Anode Mtr - - - 1,2,30,34 1,2,30,34 R D1, D3, D4, D5, Approved Data
D6, 20,12,13 Sheet &
Specifications

R: Mecon shall issue Inspection Waiver certificate based on TPIA’s Inspection documents , which shall be uploaded by Contractaor in MECON IMS portal for
waiver. Q.A.P. NO.
RW : TPIA shall review MTC & Compliance reports & issued IRN & Inspection Reports. MEC/05/E9/23VA/ QAP/082
REV. 0
For Manufacturer For CONTR For MECON SHEET 2 OF 2
(Stamp & Signature) (Stamp & Signature) (Stamp & Signature)

458 of 896
Annexure-II
to
Particular Job Specification
(CORROSION MONITORING SYSTEM WORKS)

459 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL
PIPELINE PROJECT (PART-B)
GAIL (India) Ltd
MECON LTD, DELHI

TITLE DOCUMENT NO. Page 1 of 1


TABLE OF CONTENT
REVISION 0

TABLE OF CONTENT

Sl Description Document No./ Drawing No. Rev.


No. No.
VOL-I : SCOPE OF WORK & QAP OF CMS SYSTEM
1 Scope of Work for CMS system MEC/23VA/05/E9/E/CMS/001 Rev. 0
2 Quality Assurance Plan for CMS system MEC/05/E9/23VA/ QAP/CMS/001 Rev. 0

460 of 896
JOB SPECIFICATION
FOR
CORROSION MONITORING SYSTEM

Srikakulam - Angul Pipeline Project (PART-B)

DOCUMENT NO. - MEC/23VA/05/E9/E/CMS/001, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
461 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 1 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

CONTENT

SL. NO. DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 SPECIFICATION

4.0 INSPECTION & TESTING

5.0 PAINTING, MARKING & SHIPMENT

6.0 SPARE & ACCESSORIES

7.0 GAURANTEE

8.0 OTHER MISCELLANEOUS WORK

9.0 AREA CLASSIFICATION

10.0 JOB SPECIFICATION

11.0 MAKE OF EQUIPMENTS & MATERIALS

12.0 SOFTWARE’S & HARDWARE’s

13.0 DOCUMENTATION

14.0 DRAWING & DATA SHEET

Rev Description PREPARED BY: CHECKED BY: APPROVED BY: ISSUE DATE :

0 Issued For Tender (Aashish Moyal) (MK Jaiswara) (A.Bhowmic) ISSUE DATE: Nov 2021

462 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 2 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

1.0 INTRODUCTION

GAIL (India) Limited a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul (Odisha)
Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra Pradesh for industrial
consumers as well as City Gas Distribution System (CGD).

This pipeline will connect various RLNG terminals like, Dhamra, Dahej, Ennore,
Gangavaram, FSRU etc. and domestic gas fields of K G basin, Off-shore/On-shore fields to the
customers in Eastern region through JHBDPL and Southern region through KSPL. Therefore, it
will provide connectivity to multiple sources to the en-route customers. In view of the same it has
strategic importance and part of National Gas Grid.

M/s MECON Ltd has been engaged by M/s GAIL (India) Limited to carry out design, engineering,
procurement, inspection & Project Management Consultancy Services required for 18”/12” NB x 322
Kms. (approx.) pipeline (Part-B of SAPL Pipeline) from IP-4cum DT (of SAPL Part-A) at Ch 0.00km to
Receiving Terminal at Utkal Alumina (Ch 190.8km), SV-6S cum DT at Ch 158.4km to RT at Vedanta
(Ch 68.3km) and .SV-7S cum DT at Ch 178.4km to RT at Nalco (Ch 62.97km).

This document presents brief scope of work for ICMS system for internal corrosion monitoring of the
pipeline. It indicates minimum requirements for detailed design of ICMS system and equipment.

The above pipeline will be laid considering PNGRB’s guidelines.

1.1 Standards

1.1.1 The equipment/material shall be in conformity with this specifications, data sheet and code of
practices of the relevant Bureau of India Standards, IEC & NACE publications. In case of any
conflict, the stipulations under this specification/data sheet shall govern.

OISD STD: 188 (2000) Corrosion Monitoring Of Offshore & Onshore Pipelines

OISD STD: 233 (2013) Guidelines on inspection of Non-piggable pipelines

OISD-STD-105 (2004) Work Permit System

NACE SP0206:2006 Internal Corrosion Direct Assessment Methodology for


Pipelines Carrying Normally Dry Natural Gas

NACE SP0208:2008 Internal Corrosion Direct Assessment Methodology for


Liquid Petroleum Pipelines

NACE SP0110:2010 Wet Gas Internal Corrosion Direct Assessment


Methodology for Pipelines

NACE SP0106-2006 Control of Internal Corrosion in Steel Pipelines


and Piping Systems

463 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 3 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

NACE SP0775-2013 (Formerly RP0775) Preparation, Installation,


Analysis, and Interpretation of Corrosion
Coupons in Oilfield Operations

ASME B31.8 S Pipeline Integrity Management System

PNGRB Guideline’s

1.2 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions.

Max. / Min temperature : 500C/20C (max./min)


Max. Relative humidity : 95 %
Altitude : less than 1000 m
Atmosphere : To withstand site condition
(Humid & Heavy Rainfall during Monsoon)
Hazardous area : Zone-I & II, Gas group IIA & IIB, Temp. Class T3
Classification

2.0 SCOPE

2.1 SCOPE OF DESIGN & ENGINEERING

2.1.1 Submission of design package, drawings, QAP (Quality assurance plan), data sheets,
specification, equipment selection criteria, calculations & manuals for approval, various work
procedures. Preparation of site engineering drawings, procedures and details for installation works
wherever applicable or required by the Engineer-in-charge, and submits to the Engineer-in-charge
for review and approval.

2.1.2 Correction, updating and submission of all Owner’s drawings for as-built status.

2.2 LOCATIONS OF ER PROBE & CORROSION COUPONS

Refer P&IDs (Enclosed with Vol-IV of Bid Document) for the location of the ER Probe & Corrosion
Coupons.
Location/ Fluid Pressu Description of
Location Temp. Thickness
Line No. Flow re CMS
M3/Hr bar (g) °C mm
a. Corrosion
RT at Utkal Alumina Probe
b. Corrosion
Transmitter
Refer Refer Refer
RT at Vedanta Refer P&ID c. Receiver
P&ID P&ID P&ID Refer P&ID
(Corrosion
Meter)
RT at Nalco d. Corrosion
Coupon

464 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 4 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

Note: The above data is indicative only. The contractor shall get the necessary data from the
Owner/MECON before placing the order to the manufacturer of CMS system.

 The thickness of pipes mentioned in the above columns are tentative & the bidder shall
confirm the thickness of the pipe from MECON where the installation of CMS system take
place before the designing of the length & size of the ER probes, coupons & its fittings etc.

 Corrosion coupon & Probes shall be installed at 6 O’Clock position, Spacing & Width,
Length & Depth of pit shall be ensured accordingly for ease of retrieval of Coupons &
Probes.

 Minimum separation distance between Corrosion Coupon & ER Probe shall be 1.5 times the
pipeline diameter on which it is installed.

2.3 SCOPE OF SUPPLY INSTALLATION, TESTING & COMMISSIONING

Following electrical equipment and material are in the contractor’s scope of supply in this tender.

Supply, testing, Packing, Forwarding, Delivery, Installation and commissioning of all the equipment
covered in this package are included in the scope of the contractor. No equipment will be free
issued by the owner to the contractor.

Design, detail engineering, FAT, supply of all materials, preservation at site/storage at site,
fabrication, assembly, erection, installation, testing, commissioning, guarantee, performance
evaluation/test at site with all safety & Personnel protective equipments (PPEs), trained personnel
for installation, supervision & commissioning of corrosion monitoring system, submission of first
trial/commissioning reports and engineering drawings and obtaining approval from GAIL / MECON
for Corrosion Monitoring System as per system description, drawing, specification, standards etc
enclosed with the tender document and as per direction of Engineer-in-charge.

The ER probes and coupons shall be installed at suitable position on the pipeline as decided
during the detail engineering.

Construction of Pit as per Civil drawings (issued during detailed engineering) by GAIL/MECON
shall be in scope of Bidder.

O&M Spares/ Tools/ Tackles for CMS system is in the contractors scope of supply.

List of O&M spares/ Tools/ Tackles is enclosed with appendix-I, shall be supplied at GAIL’s
designated store as decided during detailed engineering.

All commissioning & start up spares are in bidder’s scope (Included in this package). Any
commissioning & start up spare consumed during the start up & commissioning is included in the
supply of this package, for which no extra payment shall be made.

465 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 5 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

2.3.1 MATERIALS AND SCOPE OF SUPPLY

The scope of supply shall consist as minimum requirement of the following components:

i) All the CMS items for SAPL Part-B project, shall be supplied, installed, tested & commissioned by
successful bidder of Section-II, as per SOR.

The Bidder shall be entirely responsible for Co-ordination with respective Laying Bidders & it
should be ensured that all works related to CMS systems should be timely executed.

ii) ER PROBE, TRANSMITTER AND ACCESS FITTING ASSEMBLY FOR ER PROBES

a) ER Probe: Total Quantity = As per SOR.

ER Probes shall be high-pressure retrievable type, flush mounted, body in SS316 with element of
carbon steel for installation with high-pressure hollow plug access fitting assembly. The probe shall
be suitable for measurement of corrosion rate in the range of 0-10 mpy. The probe element shall
be same as carbon steel of pipeline or API5L Grade B material and element thickness of 20 mils
minimum.

Probe life shall be at least 2-3 yrs. at 1 to 5 mpy corrosion rate.

Probe length is to be decided by the vendor as the pipe size varies from location to location.

Note- Thickness mentioned in SCOPE/ SOR is for bidding purpose only, Optimization of
thickness of probe to be done to get higher sensitivity of measurement, Vendor shall
furnish all design calculations for approval for selecting the size of probe. Accordingly the
suitable thickness probe shall be supplied.

b) Transmitter: As per SOR.

Panel Mounted Transmitters -The transmitter shall be panel mounted. The transmitter shall have
valid intrinsically safety certificate from authorized certifying agency for use in Hazardous area as
specified in design basis.

Type – 2 wire
IP-66
Input- ER probe
Output- 4-20 mA
Cable lead- 5’ for ER probe connection and as required for connection to receiver (corrosion meter
in control room).
Power Supply-24 VDC from receiver unit
Mounting-At site near probe by bracket/ yoke support
-Intrinsically safe for Hazardous area specified in area classification
-With safety barrier between transmitter and receiver.

466 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 6 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

c) Access Fitting Assembly for ER Probe –Total Quantity: As per SOR.

The access fitting shall be of flare weld Access Fitting Assembly (non-tee), body carbon steel, and
acme thread outlet with hollow-plug assembly in AISI-316 along with heavy duty protective C.S.
cover complete with essential spares. Rating 6000 psi and suitable up to design temperature of -
29 to 65 deg C.

The access fitting should have rust free design and less chances of damage of threads (thread
protection shall also be provided) and should be designed as per the operational & other data
collected in site visit.

All the offered Access fittings should be compatible for insertion of ER Probe/Corrosion Coupon
made by other manufacturers.

iii) CORROSION COUPONS:

a) Corrosion Coupon: The corrosion coupons shall be mild Steel flush disc coupons 1.25”
dia. x 1/8” thickness with one mounting hole of ID 0.312”- The corrosion coupon shall be
made of same pipeline material or API5L Grade B material. The corrosion coupon would be
replaced in every 90 days, after exposure to the fluid in the pipeline.

b) Coupon Holder: Installation locations as mentioned above. The coupon holder shall be
retrievable type made of SS 316.

c) Access Fitting Assembly for Corrosion Coupons –Total Quantity As per SOR.

The access fitting shall be of flare weld Access Fitting Assembly (non-tee), body carbon steel, and
acme thread outlet with solid plug assembly in AISI-316, along with heavy duty protective C.S.
cover complete with essential spares. Rating 6000 psi and suitable up to design temperature of -
29 to 65 deg C.

The access fitting should have rust free design and less chances of damage of threads (thread
protection shall also be provided) and should be designed as per the operational & other data
collected in site visit.

All the offered Access fittings should be compatible for insertion of ER Probe / Corrosion Coupon
made by other manufacturers.

iv) RECEIVER (CORROSION METER): Total Quantity: As per SOR, for ER probes, for locations
connected to UPS (Uninterrupted Power Supply)

- Resolution: ±0.01 mpy or better


- Measurement repeatability: ± 1 dial division
- Measurement range: 0-10 mpy
- Design Temperature -29ºC to 65ºC
- Complete with suitable safety barrier and two cable of required length between
transmitter and receiver (corrosion meter), operation and maintenance manual. -
Receiver (corrosion meter) shall be installed in the control room. Approximate
minimum distance of 250 meters between control room and field transmitter shall be
considered (The length may increased as per the site location & bidder shall provide
467 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 7 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

the single length cable for the Data Acquisition & Transmission). -Owner will provide
220V AC/24V DC power supply for this unit (Bidder must confirm first from the
MECON, before the submission of offer which type of power supply is
available for the operation of the receiver). The unit shall be suitable to provide
24VDC supply for powering the transmitter is 4-20 mA loop through the two wire
cable.
- The unit shall receive 4-20 mA signal proportional to corrosion rate in mils per year
(MPY) from the transmitter through the same two-wire cable and provide digital
display of corrosion rate through the same two-wire cable. 4-20 mA signals shall
also be available from the transmitter-receiver (corrosion meter) for interfacing with
DCS/SCADA.
- Have feature to download all logged data in disk/ Memory drives.
- The receiver (corrosion meter) shall have valid intrinsically safe certificate from
authorized certifying agency.

The receiver unit (Display unit for CMS system) shall be installed inside the pipeline control
room all the cables, software’s & hardware’s for communication b/w transmitter (installed
outside) are in the scope of vendor. All the required signals of CMS shall be interfaced with
station SCADA / PLC system with serial communication (ModBus RTU protocol) is in the
scope of the vendor including cables, software’s & hardware’s.

v) RETRIEVER KIT- : 6000 psi

Complete with repair and seal kit for ER probes & coupon holders – Rating: 6000 psi. The retriever
shall be manufactured from stainless steel and should have chromium plating for resistance to
mechanical / corrosion damage at high pressure. Retriever, shall works on a pressure-balanced
principle i.e. sudden released of pressure from the system, the retriever will not telescope.

vi) SERVICE VALVE KIT- Rating : 6000 psi

Service valve kit, complete with blanking plug, extension lever, and brass hammer, spare face-to-
access fitting O-ring, heavy duty field service box, essential repair & seal kit.

Retriever & service valve kit shall be designed for operation on all locations for ER probe and
coupons.

Bidder will carry out hydro-test, at Manufacturer’s works prior to dispatch, on all supplied service
valve and retriever tools at 9000psi for duration of min. 30 minutes and above. & the same shall be
witnessed by GAIL/MECON/TPIA.

vii) Access fitting assembly for ER Probes & Coupons, Retriever tool & Service Valve Hydrotest
Certification:

Bidder will carry out hydro-test, at Manufacturer’s works prior to dispatch, on all supplied Access
fitting assembly, service valve and retriever tools at 9000psi for duration of min. 30 minutes and
above. & the same shall be witnessed by GAIL/MECON/TPIA.

468 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 8 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

viii) Cables for ER Probe –Transmitter/Off line data logger:

All ER Probes must be supplied with minimum 5 meters length Cable for Connecting to Hand Held
Data Logger/Transmitter/Off line data logger. The Cable must have the required connectors for
connecting the ER Probe at one end & Hand Held Data Logger/Transmitter/Off line data logger at
the other end.

ix) Interchangeability of Coupon and Probe holders w.r.t. access fittings

It is must that the designed access fittings, coupons & Probe holders can be used with probes of
other manufacture’s as mentioned in the vendor list. Interchangeability must be guaranteed w.r.t.
Probe & Coupon holders, Probes, Coupons and access fittings.

Similarly it should be applicable to service valves, online retrieval kit, corrosion data logger, online
corrosion meters and hand held meters.

x) TRAINING

Successful bidder will provide classroom training as well as field training to the GAIL’s personnel
for at least of 3 Man days at site i.e. Maintenance base of M/s GAIL. The training will broadly
consist of operation of ICMS system, its working, insertion / re-insertion of Corrosion Coupons/ER
Probes/LPR Probes on the Access Fittings, Collection of corrosion related data, data analysis &
assessment, learning & operation of all software’s and hardware’s provided. The trainer will have
vast experience in corrosion monitoring field and corrosion data analysis and preferably from the
supplier of the ICMS system. The quoted prices are deemed to be inclusive of such charges for
training.

xi) All CMS equipment shall be supplied from the List of Preferred makes. In the interest of
standardization, the Employer reserves the right of selecting particular manufacturer of
CMS items and materials and the Bidder shall supply equipment and materials of the
particular make, if so required.

3.0 SPECIFICATION

Technical Requirements

The electrical resistance (ER) probes and corrosion coupons to be installed at the location as
mentioned above shall be retrievable from the line under the operating pressure and temperature.
The ER probes & coupons shall be flush mounted on the pipeline at suitable position. All the
materials in contact with fluid shall be in accordance with NACE Standard MR-0175. Pipeline inlet
pressure may vary according to pipeline pressure drop due to different flow rate, the corrosion
monitoring system shall be suitable for operation under this fluctuating pressure conditions.

4.0 INSPECTION AND TESTING

4.1 All the equipment supplied by the contractor shall be inspected by the Owner and/or their
inspection agency at the manufacturer’s works prior to despatch. The equipment will be
inspected as per the tests pre-identified in the approved QAP to ensure conformity of the
same with relevant approved drawings, data sheets, specifications, National/International
standards.

469 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 9 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

4.2 Performance test for CMS system

Vendor shall carry out performance test of CMS system after completion of the installation
& commissioning. The PG test to be demonstrated to Client / Client’s representative to
ensure the correctness of the installed system. If the system performance fails during PG
test the whole system will be rejected and all equipments installed shall be either re-
designed/modified is in the scope of the vendor.

The performance evaluation of corrosion monitoring system during commissioning shall be


calibrated as per manufacturer’s instruction for a period required for a complete cycle of parcel of
materials being transported such as crude oil in the pipeline. The contractor shall record and
tabulate the corrosion rates at known location of pipelines and submit to owner/MECON along with
their comments. The CMS system generated data should not vary over abnormally wide range.
CPBG (Contractor’s, Performance, Bank Guarantee) shall be released based on performance
evaluation.

Performance tests of any equipment which cannot be conducted/ demonstrated either partially of
wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be obtained.

4.3 In case of waiver category of items, the same shall be pre identified. For such items, the contractor
shall furnish necessary certificates, test reports etc for Review/Approval to Owner/Inspection
agency. The issue of Inspection Certificate/Waiver Certificate for any equipment or component
there of does not absolve the contractor from his contractual obligations towards subsequent
satisfactory performance of the equipment at site. Should any equipment be found defective, In
whole or part thereof after receipt at site or during erection/commissioning and testing shall be
Rectified/Changed by contractor free of cost.

4.4 In case of waiver category of items, the manufacturer shall carry out stage wise inspection and
testing as per relevant standard codes and service requirements of the specification, for all items
of his work prior to shipment. The Manufacturer/contractor shall submit stage wise inspection
documents for review/Approval to the Owner/MECON. Manufacturer’s third party inspector’s test
certificates for finished items in printed format must be sent with the despatch paper of all supply
items.

4.5 Contractor shall submit test plan for the equipments with four week advance notice.

5.0 PAINTING, MARKING & SHIPMENT

5.1 All items shall be painted and marked as per manufacturer’s standard before shipment. All items
shall be properly packed and protected to avoid damage during shipment. The manufacturer shall
ensure insurance during shipment. If any equipment found defective, In whole or part thereof after
receipt at site or during shipment/erection/commissioning and testing shall be
rectified/changed/supplied by contractor free of cost.

470 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 10 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

6.0 SPARES & ACCESSORIES

Supply of Two years O&M spares for CMS systems as per Annexure-II is in bidder’s scope.

Price of 2 years O&M spares (as mentioned in Annexure-II of this document) are inclusive of prices
quoted by the Bidder in the bid.

All commissioning & start up spares are in bidder’s scope (Included in this package). Any
commissioning & startup spare consumed during the startup & commissioning, is included in the
supply of this package, for which no extra payment shall be made.

7.0 GUARANTEE

7.1 The contractor shall guarantee the installation against any defects of workmanship and materials
(supplied by the contractor) for a period of 12 months after successful commissioning at site. Any
damage or defects connected with the erection of materials, equipments, fittings, meters supplied
by the contractor that may be undiscovered at the time of issue of the completion certificate, or
may arise or come to light thereafter, shall be rectified or replaced by the contractor at his own
expense as deemed necessary and as per the instruction of the Engineer-in-charge within the time
limit specified by Engineer-in-charge.

7.2 The above guarantee shall be applicable for the quality of work executed as well as for the
equipment/ cable/ fittings/meters/software’s/hardware’s other materials etc supplied by the
contractor.

8.0 OTHER MISCELLANEOUS WORKS

i) The job includes all civil works including supply of bricks, cements steel etc. connected with
grouting of equipment to be installed. The job includes repairing of all civil works damaged during
installation of electrical and other facilities.

ii) The job includes any mechanical works including supply of material, pipe, welding etc. required for
completeness of job. The job includes modification in existing pipeline required for completeness
of job. The job also includes repairing of all civil works damaged during installation of CMS system
and other facilities.

iii) Preparation of buried cable trenches including excavation, back filling, compacting, providing of
brick protection by second-class bricks, spreading of fine river sand, including all supplies.

iv) The scope of work under this contract shall be inclusive of breaking of walls and floors, and
chipping of concrete foundations necessary for the installation of equipment, materials, and
making good of the same. Minor modifications wherever required to be done in the owner free
supplied equipments or devices to enable cable entry, termination, etc.

v) Checking of all connections, i.e. power, control, earthing and testing and commissioning of all
equipment erected and/or connected under this contract as per testing procedures and instructions
of Engineer-in-Charge.

471 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 11 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

vi) Supply and installation of all other accessories not specifically mentioned herein but nevertheless
necessary for completion of job.

vii) Engineering and preparation of specifications, data sheets, procedures and drawings etc required
for procurement & installation of CMS System wherever applicable/required by Owner/ MECON
and submit to Owner/ MECON for approval/comments.

viii) Correction and submission of all owners’ drawings for as-built status.

ix) Obtaining clearance for energising the complete electrical facilities covered under this tender and
approval of installation/drawings from Govt. authority if required.

x) Test certificates, catalogues, vendor drawings, installation, operation and maintenance manuals
for all equipment/materials in contractor’s scope of supply.

xi) All civil work & Mechanical work related to the CMS work is in scope of contractor.

xii) Co-ordination with other Contractors.

9.0 AREA CLASSIFICATION

Hydrocarbon handling areas have been generally classified as zone 1 & 2, gas group IIA/IIB as per
IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these areas shall
be suitable for the area classification with temperature class T3 (200˚C), CMRI testing and
approved by CCOE, DGFAS and having BIS license.

10.0 JOB SPECIFICAITONS

a) The electrical resistance (ER) probes and corrosion coupons to be installed at the location as
mentioned above shall be retrievable from the line under the operating pressure and temperature.
The ER probes & coupons shall be mounted on the pipeline at suitable position. All the materials in
contact with fluid shall be in accordance with NACE Standard MR-0175. Pipeline inlet pressure
may vary according to pipeline pressure drop due to different flow rate, the corrosion monitoring
system shall be suitable for operation under this fluctuating pressure conditions.

b) Various works covered under this contract like equipment erection, welding, mechanical work, civil
work, cabling and grounding works etc shall be performed in accordance with applicable
specifications / standard practice.

c) The equipments/materials to be supplied by the contractor shall conform to the requirements of the
applicable specifications enclosed in the tender document.

d) Price of erection & commissioning spares and special tools shall be included in the quoted price by
the bidder.

e) The above location & no of ER probes, corrosion coupons, Transmitters & Receivers, Service
valve kit, Access Fitting Assembly for probe & coupon, Retriever Kit etc is indicative (Only for
tender purpose), actual no. of these equipments & their location may changed according to site
condition/in detail engineering, Contractor shall provided these changed no. of quantities as per
unit price quoted in SOR.

472 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 12 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

11.0 MAKES OF EQUIPMENTS AND MATERIALS

Suggested vendor list for CMS system enclosed with this specification. (See annexure-I)

12.0 SOFTWARE’S & HARDWARE’S

Bidder will supply and install all necessary software’s and hardware’s required for operation, data
collection, data storage & downloading to Personal computers from hand held meters and should
have features of data analysis, historical data storage & review, report generation etc.

All the software’s will be provided in CD’s with valid key and 02 user licences (Installed 02 nos. of
Personal Computers) and have free updates for future.

The same is inclusive of prices quoted by the Bidder in the bid, for which no extra payment shall
be made.

13.0 DOCUMENTATION

13.1 Drawings and design documents

13.1.1 The following documents shall be submitted along with the offer:

a) CMS equipments data sheets


b) Equipment selection criteria & drawings
c) QAP
d) List of two years operation and maintenance spare
e) Catalogues for various equipments in CMS system

13.1.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.

a) Procedures for installation, testing & commissioning of CMS system.


b) Detail engineering package of CMS system for approval includes the thickness
calculation of probe & selection of measurement instrument.
c) Data sheets of all component of CMS system
d) Equipment selection criteria & drawings (part no, material etc)
e) QAP
f) List of two years operation and maintenance spare for retriever and service valve kit.
g) Catalogues for various equipments in CMS system
h) O&M manuals of various equipments of CMS system
i) Intrinsically safe certificates with catalogue wherever applicable
j) Third party inspection, calibration certificates & manufacturer stage wise inspection
and testing for all the finished items

14.0 DRAWINGS AND DATA SHEET

14.1 Contractor shall submit drawings and data sheet as enumerated in this specification of the
equipments / materials to be supplied.

473 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 13 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

14.2 After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit
catalogues/manuals (O&M), datasheets, test certificates of major brought out items like
Transmitter & receiver, Service valve kit, Retriever service valve, Access fittings, service valve kit
etc of CMS system. Final certified as built drawings, documents and manuals etc shall be
submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets
of prints & One set to MECON.

Annexure-I

SUGGESTED VENDOR LIST FOR CORROSION COUPON & ER PROBE ASSEMBLY

The corrosion monitoring items shall be procured from one of the following manufactures:

1) Rohrback Cosasco System


2) Metal Sapmples
3) Teledyne Cormon Ltd, UK
4) Caproco International Ltd
5) PT korosi Specindo

All the components including spares shall be purchased from a single manufacturer.

VENDOR LIST FOR HOT TAPPING OF PIPELINE

1) M/s TD williamson
2) M/s Posco/Bhotika

Note: For procuring bought out items from vendors other than those listed above, the same may be
acceptable subject to the following-

a) The vendor of bought out item(s) should be manufacturer of said item(s) for intended
services and the sizes being offered is in their regular manufacturing range.
b) The vendor/supplier should not be in the holiday list of GAIL/MECON/ Other PSU.

The successful bidder should submit documentary evidence past track record of vendor (PTR) i.e.
detailed PO/WO copies with Schedule of Rates, Inspection Certificates, Completion certificate &
performance certificate issued by End User / Owner etc for approval.

474 of 896
SRIKAKULAM - ANGUL
OIL & GAS SBU PIPELINE PROJECT
(PART-B)
MECON LTD, DELHI

TITLE CORROSION DOCUMENT NO. Page 14 of 14


MONITORING SYSTEM
MEC/23VA/05/E9/E/CMS/001 REVISION 0

Annexure-II

List of Spares for 02 Yrs O&M

Sr. Item Description Quantity


no.
1 Retrievable type ER probes flush 01No.
mounting same as SOR
2 SS316 Solid Plug 01 No.
3 SS316 Hollow Plug 01 No.
4 Hollow Plug Seal Kit (1 Packet 01 Set
contains 10 Nos. of Primary Packing,
10 Nos. Probe Packing O-Ring & 10
no. Of each type of sealing ring/gaskit)
5 Solid Plug Seal Kit (1 packet contain 01 Set
10 nos. of Primary Packing, 10 nos. of
Viton packing O-Ring & 10 no. Of
each type of sealing ring/gaskit)
6 Retrieval Seal Kit (1 set consist of 2 01 Set
nos. Of each type seal)
7 Service valve Seal Kit (1 set consist of 01 Set
2 nos. Of each type seal)
8 Flush disc coupon holder 01 nos.
9 ER probe holder 01 nos.
10 Allen key set 02 nos.
11 Tool box set-Normal (Taparia make or 02 no. consist of following tools-
equivalent) Adjustable Spanner (Suitable for ICMS system)
Pliers 1 no. 6”, Screw Driver set 1 no.
Line Tester 01 no.,
Hammer & Soft (Nylon) Hammer 01 no. each
Double Ended Spanner Set 01 no.
Hacksaw with Blades 01 no.
Pipe wrench 01 no., Wire Cutter 01 no.
12 Tool box set-Non Sparking 02 no. consist of following tools -
Adjustable Hook Spanner (For Access fitting) 01 no.
Adjustable Spanner 01 no.
Hammer 01 no.
Pipe wrench 01 no.

-x-x-x-

475 of 896
Form No.11.20 (4.4) F-10

CONTRACTOR CLIENT: M/s GAIL


QUALITY ASSURANCE PLAN
FOR PROJECT: Srikakulam-Angul Pipeline
ELECTRICAL EQUIPMENT Project (PART-B)
ORDER NO. & DATE PACKAGE NO. 23VA
SUB-CONTRACTOR PACKAGE NAME Corrosion Monitoring Systyem
ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment
having same specification. 1. Visual 12. Routine Test as per relevant IS/other standards D1. Approved GA drawings &
2. Use numerical codes as indicated for extent of inspection & tests and 2. Dimensional 13. Type Test as per relevant IS/other standards Part Indentification No.
submission of test certificates & documents. Additional codes & description 28. Acceptance Test as per relevant IS/other standards D2. Approved single line/
for extent of inspection & tests may be added as applicable for the plant and 3. Fitment & Alignment schematic diagram
equipment 4. Physical Test D3. Approved
3. Separate identification number with quantity for equipment shall be 5. Part Identification data sheet
indicated wherever equipment having same specifications belonging to 6. Tagging & Marking D4. Approved bill of materials
different facilities are grouped together. 7. Pressure Test
4. Weight in tonnes (T) must be indicated under column 5 for each item. 8. Assemble of component
Estimated weights may be indicated wherever actual weights are not 9. Installation Check at workshop on sample D5. Unpriced P.O. copy
available. 10. Raw Material Test Cerificate D6. Calibration Certificate
ABBREVIATIONS USED : 11. Functional test for corrosion meter (Transmitter & receiver) instruments and gauges
12. Welding of all measuring
CONTR : CONTRACTOR 13. Hydrostatic test (@9000psi for 30 minutes)
MFR : MANUFACTURER 14. Packing
TPIA : THIRD PARTY INSPCETION AGENCY 15. Hardenss test
16. MOC
EQUIPMENT DETAILS INSPECTION AND TESTS Test Acceptance Criteria REMARKS /
Sl. Description (With equipment Indentificatuin Quantity Manufacturer’s Expected Raw Material and inprocess stage inspection Final Inspection/Test by Certificates & Standards /IS/ SAMPLING
No. heading, place of use, and No. No/M T Name and schedule of MFR CONTR/ MECON/ MFR CONTR/TPIA MECON/ documents to BS/ASME/ Norms PLAN
Breif Specifications) Address Final Inspection TPIA GAIL GAIL be submitted to and Documents
MECON /
GAIL
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
IWC Set 1,2,5,6, 10,13 - - 1,2,5,6, 10,13 1,2,5,6, 10,13 R D1, D3, D4,D5, Tech. Specification, 13-TPIA SHALL
ER PROBE, ACCESS (1 only),14,16 (1 nly),14,16 (1 only),14,16 D6, 10, 13,16 Approved Drawings WITNESS@9000P
SI AT MFR works
1 FITTING ASSEMBLY FOR & Data Sheets before dispatch-
ER PROBES For Access Fitting
Assembly only
IWC Set 1,2,5,6,8,9,11,1 - - 1,2,5,6,8,9,11,1 1,2,5,6,8,9,11,1 R Tech. Specification,
2 TRANSMITTER & 4 4 4 Approved Drawings
RECEIVER & Data Sheets
CORROSION COUPONS, IWC Set 1,2,5,6, 10,13 - - 1,2,5,6, 10,13 1,2,5,6, 10,13 R D1, D5, D6, 10, Tech. Specification, 13-TPIA SHALL
COUPON HOLDER, (1 only),14,16 (1 only),14,16 (1 only),14,16 12 Approved Drawings WITNESS@9000PSI
AT MFR works before
3 ACCESS FITTING & Data Sheets dispatch-For Access
ASSEMBLY FOR Fitting Assembly only
CORROSION COUPONS
IWC Set 1,2,5,6, - - 1,2,5,6, 1,2,5,6, R D1, D5, D6, 10, Tech. Specification, 13-TPIA SHALL
10,13,14,16 10,13,14,16 10,13,14,16 12,13 Approved Drawings WITNESS@9000PSI
RETRIEVER KIT, SERVICE AT MFR works before
4 & Data Sheets
VALVE KIT dispatch-For
Retreiever Tool &
Service Valve
IWC Mtr 1,2,28 - - 1,2,28 1,2,28 R D3, D4, D5, I.S., Approved Data
5 SIGNAL CABLE D6, 20, 13,12 Sheet &
Specifications
PG (Performance Gaurantee Perform Witness
6
test)
R: Mecon shall issue Inspection Waiver certificate based on TPIA’s Inspection documents , which shall be uploaded by Contractaor in MECON IMS
portal for waiver. Q.A.P. NO.
MEC/05/E9/ 23VA/ QAP/CMS/001
For Manufacturer For CONTR For MECON 476 of 896
REV. 0
(Stamp & Signature) (Stamp & Signature) (Stamp & Signature) SHEET 1 OF 1
Annexure-III
to
Particular Job Specification
(CIVIL WORKS)

477 of 896
SCOPE OF WORK
FOR
CIVIL WORKS

PREPARED AND ISSUED BY

(CIVIL SECTION)
MECON LIMITED
(A Govt. of India Undertaking)

MECON Limited, 13th& 15th Floor,


North Tower, SCOPE MINAR,
Laxmi Nagar District Centre Delhi-110092 (India)

478 of 896
I) GENERAL

M/s GAIL has awarded M/s MECON Limited project management consultancy (PMC)
services for Angul-Srikakulam pipeline. The brief scope of work for Part- B, broadly
consist of Laying, Testing and Commissioning of 18”NB x 48 Kms (approx) and 12”NB
x 274 Kms (approx) pipeline in the state of Odisha & Andhra Pradesh including all
associated works for transportation of Natural Gas (dry)/ R-LNG.

M/s MECON Ltd has been engaged by M/s GAIL to carry out design, engineering,
procurement, inspection & Project Management Consultancy Services required
transportation and distribution of Natural Gas.

The scope of work to be performed under this contract shall include complete civil
works as per plans, equipment layout, drawings & technical specifications.

The contractor shall maintain proper record of all the materials/equipment procured
with respect to their source & specifications with details of their manufacturing and
recycled content etc. and submits along with all supporting documents/
photographs to Client & PMC for record purpose.

The complete work has been divided into 04 (FOUR) Sections. Terminal / Stations
of various sections of the pipeline are as under:

SECTION-I:
 DT at Tap-off from IP-04 of SAPL Part-A (Control Room & Guard Room Only)
 SV-01S
 IP-01S

SECTION-II:
 SV-02S
 SV-03S
 SV-04S
 SV-04SA
 SV-05S
 SV-06S cum Tap Off for Vedanta P/L
 SV-07S cum Tap Off for Nalco P/L
 RT Utkal Alumina

SECTION-III:
 SV-01V
 SV-02V
 SV-03V
 RT VEDANTA

479 of 896
SECTION-IV:
 SV-01N
 SV-02N
 SV-03N
 RT NALCO

NOTE:-

1. Location and Chainage of Terminal/Station is tentative.

II) SCOPE OFSUPPLY

Contractor shall procure & supply to site all the materials including cement,
reinforcing steel, steel sections/plates other masonry materials, admixtures &
bonding agents, sealants, sand, etc. and any other construction material / item
required to complete the civil works.

All costs towards testing/inspection of materials/goods shall be borne by the


Contractor. No materials/items shall be supplied by the Owner.

III) SITE WORK

Complete construction work including supply of labour, construction materials,


construction equipment, survey, tools & tackles, dismantling &
modification/strengthening, supervision, testing etc. required to complete all the
structures, foundations, finishes, steel inserts, painting, including site
grading/earthwork in cutting & filling etc. as specified/applicable and required to
complete the civil works in all respect.

(All enabling works e.g. construction water tank, fabrication yard, electricity, site
stores & office, safety and security measures, coordination with other contractors
working at site etc. shall be Contractor’s responsibility.

Special permits to such as ‘Hot Permit”, “Fire Safety Permit” to work at project site,
if required, shall be contractor’s responsibility.)

IV) SCOPE OF WORK

The scope of work shall be broadly, but not limited to, the following:

a) Geotechnical and Topographical survey of the plot.


b) Site grading of the plot by removing 150 mm top soil including plot
development by filling good quality earth of size approx. 45 m x 45 m for

480 of 896
Remote SV stations, 40 m x 40 m for Manual SV Stations and 80m x 80m
for IP Stations, SV cum Tap-off Stations & RT’s as per requirement.
c) Construction of RCC framed Boundary Wall at an interval of 3.0 m or as
specified of height 2.4 m with infill brickwork, PCC Coping, MS Y Angle
Posts and Concertina coil with RBT fencing etc as per drawing.
d) Construction of RCC Framed Control room for Remote SV Stations, IP
Stations and Receiving Terminals.
e) Construction of Porta Cabin foundations for Guard Room and PCP Room
at SV Stations, IP Stations and other room/building as required.
f) RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS chequred
cover plate/ Pre cast concrete covers as per requirement.
g) Construction of Septic Tank along with Soak Pit and its connections.
h) Storm water drainage system in brick drains with complete civil works as
per requirement.
i) Interlocking / Grass jointed paver block of 60 mm thickness from
approved make over sand cushion over ground / on a PCC base at
locations as specified.
j) PCC Kerbstone of size 125 mm x 300 mm over 75 thick PCC base as
specified.
k) 150 mm thick RCC pavement for process area (Type-I) and construction of
external/internal RCC Roads.
l) Independent RCC foundations for pipe supports, Equipment, Crossovers
foundations etc.
m) Construction of Valve Pit in brick masonry (if required) and valve support
foundations in RCC for SV Stations.
n) Grouting of all base plates/frames of equipment foundations and structural
bases.
o) Construction of Bore well and Hand Pump as per specifications.
p) Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
q) Construction of approach road with embankments.
r) Boring and installing cast in situ skin friction/end bearing pile of 500
diameter of 30T capacity, if required as per recommendations in geo-
technical reports.
s) Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc.
t) Water body bank and bed stabilization as per requirement.
u) Clearing all construction debris and handing over completed work site.
v) Any other work not specifically mentioned but required to make the
terminal & pipeline functional.

481 of 896
w) Marking as-built details/drawings on one set of construction drawings and
return to owner.
x) Photographs during various stages of construction for documentary
evidence.

Civil works shall be carried out for the scope of work listed as above. Bidder
shall understand the scope of work by visiting the work site in advance at his
own expenses if required and required to complete all the civil works as per
specifications, SOR, drawings and as directed by Engineer-in-charge.

Work to be executed shall include but not limited to the following:

 All enabling works e.g. provision of site office for Contractor’s personnel,
temporary roads & drains, storage facilities for cement, steel & other
materials, provision of lights, survey work, workshop etc. which are required
for efficient working and timely completion of works.
 Testing laboratory at site which is required for carrying out routine tests of
Workmanship as part of Quality Assurance.
 Site leveling & micro-leveling after dismantling of all temporary works.
 Submission of all original test certificates & records of testing, all warranties,
performance guarantees in favour of GAIL.
Any other works which may be necessary for completion of Construction and
associated works.

PREAMBLE TO SCHEDULE OF ITEMS

1.0 GENERAL

This preamble to the schedule of items is an integral part of the schedule and
shall have as much force as though this is incorporated into the description of
the items themselves.

Contractor's rate for any items of work in the schedule of items shall, unless
otherwise stated, be held to include the cost of all materials, including wastages,
conveyance and delivery, unloading, storing, fabrication, hoisting, all labour for
finishing to required shape and size, tools and plants, power, fuel, consumables,
all taxes royalties, other revenue expenses, temporary facilities like roads, drains
etc., providing temporary storage facilities for cement, steel and other materials
and their subsequent dismantling, scaffolding and other temporary works, setting
out, fitting and fixing in position, site drainage, dewatering, offering samples for
approval, cost of all tests, rectification of all defects, replacement of defective
materials and work, interruptions to work required to accommodate the work of
other agencies working on the site, continuation of work beyond working hour, in

482 of 896
the night and holidays also if situation warrants so, site clearance on completion,
maintenance work during the period of maintenance, bye-work necessary to
complete any particular item of work as per specification and direction of the E-
I/C, overheads, profit and other incidental charges.

2.0 EARTH WORK


The rate of the related items shall include, but not limited to the following:

2.1 GENERAL

2.1.1 Setting out works, profiles etc. with reference pillars and their removal after
completion of work.
2.1.2 Taking levels and reference axes wherever necessary from reference lines and
bench mark, both for the original ground level as well as for the finished Work as
directed.
2.1.3 Unless otherwise specified site clearance such as clearing of shrubs, green
brush wood, under-growth and small trees not exceeding 30 cm. in girth at one
meter above ground including uprooting stacking the serviceable materials
within any lead and removal of all the rubbish unserviceable materials up to 1
Km lead.
2.1.4 Working in dry, wet and foul condition.
2.1.5 No distinction of rate between the work done manually or mechanically.
2.1.6 Dewatering, wherever necessary.
2.1.7 Costs of all tests necessary and/or directed for the compaction of the filling/back
filling of site leveling works.

3.0 EXCAVATION AND BACK FILLING

3.1.1 Planking and strutting to retain the excavated sides and to protect the adjoining
structures and services including removing the same.
3.1.2 Dewatering of accumulated water from any source till completion of all work
below ground level including provision of surface drains, catchment pits, etc.,
wherever necessary.
3.1.3 Providing adequate protection for safety of labour, materials, adjoining property,
services, structures and equipment and install barriers around the excavation
area, foundation, trenches, pits and red lights during night time, engage night
watchman for safety against risk or accident.
3.1.4 Stacking the excavated materials within the specified leads.
3.1.5 Forming (or leaving) suitable steps on the sides or/and providing adequate and
stable side slopes in case of deep foundation or soft, loose or slushy soil and
removal of steps after measurements.

483 of 896
3.1.6 Removing slips or falls in excavations.
3.1.7 Dressing and trimming to required level, profile and gradient.
3.1.8 Excavation to desired gradients in case of trenches.
3.1.9 Extra excavation beyond drawing/specification for necessary working space, for
safety requirements and other allied works including back filling and compacting
the same.
3.1.10 Removal of the surplus excavated earth, to the specified location as directed
and leveling the same.
3.1.11 Filling with cement concrete (with stone aggregate) and well rammed in position,
all excavation taken down below the proper levels due to carelessness of the
Contractor.
3.1.12 Sprinkling of sand and water over final bed and ramming the same before laying
soling and concrete.
3.1.13 Filling/Back filling with excavated earth or from spoil heaps shall include the
excavation/re-excavation from such sources all /re-handling and removing un-
wanted materials from the soil.
3.1.14 Compacting, leveling, watering, trimming to levels, profiles and gradient as per
drawing, specification and/or as directed.
3.1.15 Cost of all tests, as specified and/or as directed for the filling/back filling works.

3.2 TECHNICAL CLARIFICATION

3.2.1 Location for disposal of surplus excavated materials will be decided at site
during execution so as to avoid re-handling.
3.2.2 All kinds of soil shall mean ordinary, hard soil and soft/decomposed rock
(including laterite) as per classification of soil mentioned in the Tech. Speci-
fication excepting hard rock to be paid under separate Item.

4.0 CONCRETE (PLAIN AND REINFORCED)

The rate of the respective item shall also include, but not limited to the following
as described hereinafter in different Sub-Heads.

4.1 CONCRETE

4.1.1 Setting out all works from reference axes and bench marks.
4.1.2 Cleaning, washing and screening of aggregates whenever necessary.
4.1.3 Dewatering of all foundations and areas during concreting.
4.1.4 Cement slurry/cement mortar slurry at construction joints and cold joints.
4.1.5 Provision of Building paper and bearing plaster at bearing of slabs resting over
walls.

484 of 896
4.1.6 All the appropriate provisions as stipulated in the specification of concrete
chapter for materials, Design Mix, Preparatory works/surface preparation for
concreting, facilities for checking, batching, mixing, transportation, placing and
compaction of concrete, requirements in special cases of concreting, appropriate
finishes to exposed surface, curing by appropriate means, all types of testing
including hydraulic testing for Reservoirs, water tank etc. as directed.
4.1.7 Provision of construction joint (water bar excludes) and surface preparation of
construction joint and cold joint, before placement of concrete.
4.1.8 Provision of chases, holes/openings as per drawing and grouting with cement
mortar as directed.
4.1.9 Cleaning all anchor holes and keeping them, covered.
4.1.10 Protection of the structures/premises, foundations till final handing over and
keeping the premises, basement, etc. dry.
4.1.11 The hacking or roughening the exposed surface to receive plaster or where it is
to be joined with brick masonry wall.
4.1.12 Providing moulding, throating, drip course, etc. unless mentioned otherwise in
Schedule of Item.

4.2 REINFORCEMENT

4.2.1 Cleaning and protection of reinforcements and de-coiling and straightening of


bars, if required.
4.2.2 Provision of chairs, spacer bars, incidental welding, spacer blocks, binding
wires, etc.

4.3 CONCRETE PAVEMENT

Brief description of major items shall be as follows:

a) Earth Work in excavation including back filling and disposal of surplus earth.
b) Providing shuttering and strutting of all types.
c) RCC M25 as per drawing & specification along with reinforcement (supply of
cement, coarse aggregate, fine aggregate, reinforcement bars), reinforcement
bending, placement, binding/ welding all inclusive & testing of concrete and other
materials.
d) Providing and laying 150 mm thick reinforced cement concrete of (M-25 grade)
with 20mm and down grade crushed stone aggregate in pavement, including
preparation of base (i.e. compacted sub grade, supply and laying 200 thick sand
and 100 thick PCC M-10).
e) Providing pockets if necessary, making recesses, trenches with precast covers/
gratings, fixing inserts, conduit pipes (GI, PVC, HDPE, etc.) laying in alternate
panels, filling the gaps between the panels with bitumen sand mix etc.
f) Provision of chequered plates into permanent works as per SOR item of
Structural works.

485 of 896
g) Making slopes, finishing edges, leaving bars for pedestals & sleepers including
providing sand fill isolation.
h) Providing and fixing reinforcing steel (in one / two layers), curing, chipping and
modification works etc. as specified in any shape, thickness, position and
finishing the top surface smooth as per requirement etc. all complete as per
drawings, specifications and directions of the Engineer-in-charge.
i) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

Note: Payment shall be made as per net area in SQM as laid at site.

5.0 AAC BLOCK MASONARY WORKS

Complete works in AAC block masonry in superstructure is included in the scope.

5.1 SPECIFICATION TO ACC BLOCKS

Autoclaved Aerated Concrete (AAC) is a light weight cellular material which is formed
by a chemical reaction between fine grained calcareous and siliceous materials.
Calcareous materials include lime and/or cement whereas siliceous materials generally
used are natural or ground sand and/or industrial by products such as slag and
Pulverized Fuel Ash (PFA). The cellular structure which gives the product good thermal
properties and a high strength density ratio is produced by reaction between alkaline
lime/OPC component and added aluminum powder (foaming agent) to give bubbles of
hydrogen. The curing of this type of concrete is done at high temperature and pressure
in saturated steam (autoclaving).

AAC blocks are used in solid and cavity wall construction, partitions, panel walls, inner
leaf of cavity wall or a backing to brick masonry.

Speed of construction, saving in jointing mortar, attractive appearance, design


versatility, good and strong binding are some of the merits of AAC block masonry.

AUTO CLAVED AERATED CONCRETE (AAC) BLOCK PROPERTIES:

PROPERTIES VALUES

Density (Oven Dry) 551-750 Kg/Cum


Compressive Strength As per IS 2185 part (III) not less than 3Mpa

Relevant IS Standards:

BIS - 2185 (III) - 1984: Autoclaved Aerated Concrete Block.

486 of 896
BIS - 6041 - 1985: Construction of Autoclaved Aerated Concrete Block Masonry.
BIS - 6441 - 1972: Methods of Test for Autoclaved Cellular Concrete Product.

5.2 STORAGE OF MATERIAL

The blocks shall be stored on the site on a level ground and to be protected against rain
fall and snow fall. .

5.3 THIN BED MORTAR:

Polymer modified adhesive shall be used for laying of blocks with adhesive tensile
strength not less than 0.34Mpa as per ASTM C1660.The thickness of mortar bed is
around 2-3mm as per suppliers specification.

5.4 SOAKING AND WETTING OF BLOCKS:

These blocks shall not be soaked prior to laying in the wall. Only slight wetting is
required.

5.5 LAYING BLOCK MASONRY:

Laying of AAC Block masonry shall be in accordance with the recommendations of IS


6041 and IS 1905.

The laying of block may be started either at the corners first or it may be started from
one end and proceed to the other direction. The first course of the cellular block
masonry shall be laid with greater care, making sure that it is properly aligned, leveled
and plumbed, as this may assist the mason in laying succeeding courses to obtain a
straight and truly vertical wall.

The design of wall should be such that cutting of blocks is minimized when leaving
space for door and windows.

5.6 SLENDERNESS RATIO:

Design of AAC block masonry is based on the same parameters as that of brick
masonry, as Indian Standard BIS: 1905 (masonry code) applicable to brick masonry is
also applicable with the same provisions to AAC block masonry. Therefore slenderness
ratio of AAC masonry walls shall be as per guide lines of Indian Standard for masonry
walls.

5.7 CHASES

Guide lines for chases is masonry walls as per Indian Standard BIS:1905 need to be
followed. The cutting of chases, recesses etc. should be done with out damage to the
surrounding masonry. It is desirable to use such tools for cutting which depend upon
rotary motion not on heavy impact for cutting action.

487 of 896
5.8 FIXTURES IN AAC:

Doors and windows

To avoid Cracks in walls at the corner of doors and windows frames at lintel level or sill
level, it is desirable to provide nominal reinforced concrete bond beam at sill and lintel
level and vertical reinforced concrete stud at either side of vertical members of door &
windows frames which may provide additional anchorage for the holdfast.

5.9 PRECAUTIONS& MAINTAINENCE

Provision of nominal bond beams serves the means of crack control for AAC masonry
work. Nominal bond beam shall be built in the same manner as the structural bond
beam with a minimum reinforcement of two 8mm diameter mild steel bars. In walls
without openings they shall be placed 1200mm apart. In walls with opening it shall be
provided at sill and lintel level.

The laying of block may be started either at the corners first or it may be started from
one end and proceed to the other direction.

The first course of the cellular block masonry shall be laid with great care, making sure
that it is properly aligned, leveled and plumbed, as this may assist the mason in laying
succeeding courses to obtain a straight and truly vertical wall.

The exposed wall shall be inspected closely every year before monsoon and cracks if
any shall be sealed properly with a non-shrink cement grout and painted with two coats
of cement paint.

6.0 SOAK PIT, SEPTIC TANK & SEWARAGE SYSTEM

Complete works for the making and proper functioning of soak pit and septic tank is
included in the scope:

Brief description of major items shall be as follows:

a) Earth work in excavation, back filling, and disposal of surplus earth.


b) 150 thick PCC M-10
c) Brick work in 1:5
d) Plaster 12 mm thick 1:3 in coarse sand, finished with floating coat of neat
cement inside and rough plaster outside.
e) Brick bat filling in soak pit.
f) Honey comb brick work in soak pit.
g) RCC M-25 including reinforcement, shuttering etc in top slab.
h) Making all types of connections for sewerage collection (both internal and
external) and disposal.
i) Providing and fixing cast iron vent pipe up to required height as per drawing.

488 of 896
Note:

Soak pit and septic tank shall be provided inclusive of all related works, as per
approved detailed drawings to be issued to the successful tenderer. Offer to be
prepared by the tenderer based on the enclosed drawings and on lump sum
unit rate (per installation)

7.0 BRICK MASONRY

The rate of the respective items shall be for the complete finished work and shall also
include, but not limited to the following bye works/activities all complete at all levels and
locations and as per specification and as directed by the E-I/C.

a) Setting out the works as per drawings.


b) Dewatering during works in foundations and in some particular cases, if found
necessary.
c) Provision of scaffolding, platform, ladder, etc. including all necessary safety
measures and accessibility and removal of the same.
d) Necessary surface preparation of dissimilar materials for proper bonding with
masonry works as specified and as directed.
e) Providing opening/holes/voids/pockets for which no deduction is made in the
measurement.
f) Extra provision necessary in ends of beams, joints, slabs and the like, with
necessary leveling.
g) Raking of joints, as the work proceeds.
h) Bedding for plates, lintels, corrugated sheets and the like with necessary
leveling.
i) Extra provisions necessary for projection, string course, sills, jambs, soffits of
openings.
j) Curing by appropriate means.
k) Provision of metal pins, dowels, cramps, etc. for stone veneering.
l) Provision of necessary form work, template and centering in case of arches.
m) Removal of unused materials, dirts, debris, etc. and clearing the above after
completing the work in particular area, if required.
n) Provision for drainage holes and recesses for cement concrete blocks, to embed
holdfasts for door, windows, etc.
o) Chases and holes for sanitary and other service viz. sanitary and electrical
fittings, hangers for pipes and cables support and for call bells, clamps for light
and fans, etc. as shown in drawing or as directed.

489 of 896
SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

DESIGN BASIS
FOR
3 STAGE QUALITY ASSURANCE PLAN

Doc. No.: MEC / 05 / 11 /23V9/ C / 000 / 0001

Prepared & Issued by

CIVIL SECTION
MECON LIMITED
DELHI - 110 092

490 of 896
Table of Contents

1.0 Introduction
2.0 General Guidelines for Quality Construction
3.0 Stages of Quality Assurance Plan
3.1 Stage-1
3.2 Stage-2
3.3 Stage-3

491 of 896
1.0 INTRODUCTION:

The brief scope of work for Part- B, broadly consist of Laying, Testing and Commissioning of 18”NB x
48 Kms (approx) and 12”NB x 274 Kms (approx) pipeline in the state of Odisha & Andhra Pradesh
including all associated works for transportation of Natural Gas (dry)/ R-LNG.

M/s MECON Ltd has been engaged by M/s GAIL(India) Limited to carry out Design, Engineering,
procurement, inspection & Project Management Consultancy Services required for laying of above
mentioned Mainline Pipelines along with associated facilities.

The scope of work to be performed under this contract shall include complete civil works as per
SOR, technical specifications and drawings.

The basic execution of the civil woks shall be governed by the norms and requirements as per
relevant IS Codes of Practice.

2.0 GENERAL GUIDELINES FOR QUALITY IN CONSTRUCTION

Quality Control QC

Quality is defined as 'fitness to purpose', i.e. in terms of Construction it is providing an appropriate


quality for the purpose for which it is intended. The quality is also related to the timing i.e. when it
is delivered.

Like most other aspects of construction management, Quality control has to be planned. Planning
seeks 'order' and a quality control system for a construction project reflects this sense of order. It
may be seen to be in three basic stages:

• Setting the quality standard.


• Planning how to achieve the required quality.
• Construct right employing proper construction methods, equipments, materials, personnel,
workmanship, supervision and testing.

Quality Assurance QA

Quality assurance is a mechanism for ensuring that the construction process takes place within the
framework of a quality management system. This suggests that quality assurance defines the
tasks and duties for implementing quality management.

In general, the following guidelines shall be adhered to for achieving Quality Control and Quality
Assurance:
1. Making sure that a set of documents viz. Drawings and Specifications are available at site.
2. Always carrying one small measuring tape, a notebook and pen / pencil at site.
3. Daily reaching site few minutes early to the start of actual construction activities.

492 of 896
4. Making yourself available at site during the closing hour and spend few more time after the
workers have called it a day.
5. Ensuring the availability of construction water and power at site.
6. Checking of layout of whole complex and that of a particular unit before start of actual work.
7. Establishing of permanent benchmark & checking of levels at all important stages of
construction.
8. Special attentions to ensure safety norms are followed at site.
9. Every evening identifying the areas where next day work needs to be carried out.
10. Ensuring proper arrangement of curing is made and personnel identified to do the job.
11. Every morning checking that work / curing envisaged the previous evening is being / has
been carried out.
12. Regularly checking the availability of construction materials and making sure that
availability of material is regular.
13. Checking adequate storage space and making arrangement for proper storage of
materials, cement in particular.
14. Ensuring the incoming materials has been tested for the intended strength and quality.
Accepting the materials only if found OK on physical inspection subject to final approval
based upon lab test as required as per specification.
15. Ensuring that all activities carried out as per specification and established work schedule.
16. Checking of all measurements / dimensions of the various structural elements as per
drawing before executing the works.
17. Maintenance of all the records in a proper way.
18. Sum up all the activities at site during the day in the form of a daily progress report which
shall be forwarded to MECON at the end of the day/next day morning.
19. Always keeping client informed about the site developments by maintaining proper
channels of communication.
20. Be cheerful, sportive and supportive.

3.0 STAGES OF QUALITY ASSURANCE PLAN

3.1 STAGE-1: Quality Assurance and Control Mechanism for Construction materials

• The Contractor shall propose details of all the Construction materials along with their
source of procurement.
• The source of procurement of all the Construction materials shall have to be got
approved by Engineer-in-charge.
• All the Construction materials shall have to be got approved by Engineer-in-charge after
testing as per the Annexure-1 and 2 of Site Quality Plan (Appendix-1) to be witnessed
by Engineer-in-charge as per Inspection Test Plan.
• All rejected Construction materials shall be identified by Engineer-in-charge and
removed immediately from Site by the Contractor and a joint record in this regard shall
be maintained.

3.2 STAGE-2: Quality of Construction, Job procedure and Test Plan to be adopted

493 of 896
• The Contractor shall carry out regular Quality checks by inspection/testing during job
execution and prepare checklists for various Construction activities as per the
Annexure-3 and 4 of Site Quality Plan (Appendix-1) which shall be witnessed by
Engineer-in-charge.
• The same shall have to be got approved by Engineer-in-charge.
• The Contractor shall execute all the routine construction activities as specified in
Technical Specifications. Job Procedures may, however, be submitted for specialized
activities which shall be got approved by Engineer-in-charge.
• The Contractor shall prepare Inspection Test Plans as per the format given in
Annexure-4. The same shall be approved by Engineer-in-charge.

3.3 STAGE-3: Quality Assurance and Control Mechanism

• The Contractor shall carry out recording of workmanship/finish details as per the
Annexure- 4 of Site Quality Plan (Appendix-1) which shall be witnessed by Engineer-
in-charge.
• The same shall be approved by Engineer-in-charge.
• In case of any deficiency in Quality, the same shall be redone / rectified to the
satisfaction of Engineer-in-charge without any additional cost.

494 of 896
APPENDIX-1

QUALITY ASSURANCE & QUALITY CONTROL

SITE QUALITY PLAN

CIVIL ENGINEERING DIVISION

th
MECON LIMITED
13 FLOOR, SCOPE MINAR, NORTH TOWER
LAXMI NAGAR, DISTRICT CENTRE,
DELHI-110 092

495 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

A: MATERIALS
1.0 COARSE AGGREGATE
1.1 Specific To be done once per Labora Weigh IS:2386 Package These tests will be
Gravity, source or once for each tory balance, Part III, Contractor carried out while
Density, Voids mix design Test Oven, Jar IS:456, establishing design mix.
IS:383
1.2 Sieve Analysis One sample per 200 M3 Field Sieve set & IS:2386 As per L-04 -do- Mandatory Site Test/OR
(or part thereof) or change Labora weigh Part I, requirement of RMC Manufacturer’s
of source whichever is tory balance IS:383 design mix Report for batch test is
earlier. Test within the limits acceptable.
specified in
relevant IS
Codes.
1.3 Deleterious To be done once per Lab Balance IS:2386 -do- Test will be carried out
Chemicals source Test Sieve & Part II, while establishing mix
Container IS:383 design
(for
acceptanc
e limits)
1.4 Soundness To be done once per -do- Sieve IS:2386 -do- Test will be carried out
source Scales & Part V, while establishing mix
Drying IS:383 design

496 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

Oven (for
acceptanc
e limits)
1.5 Acid & Alkali To be done once per Lab Weigh IS:2386 -do- Test will be carried out
Reactivity source Test balance Part VII, while establishing mix
IS:383 design
1.6 Flakiness To be done once per -do- - IS:2386 -do- -do-
source Part-I,
IS : 383
1.7 Bulk Density To be done once per Oven, Jar & IS:2386 -do- -do-
source or once for each Weigh
mix design balance
2.0 FINE AGGREGATE ( TO BE USED FOR CONCRETE)
2.1 Bulkage One sample for pour Routin Oven, Jar IS : 2386 -do- Mandatory Site Test.
3
Moisture greater than 50 m e and weigh Part-III, IS Volume of sand and
Measu balance : 383 weight of water shall be
rement adjusted as bulkage &
moisture contents.
2.2 Sieve Analysis One sample per 200 m3 Routin Sieve Set, IS : 2386 As per L – 03 -do- Mandatory Site Test.
(or part thereof) or change e Weigh Part-I, IS : requirement of
of source whichever is balance 383 design mix
earlier. within the limits

497 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

specified in
relevant IS
Codes
2.3 Particle Size To be done once per Routin -do- IS : 2386 Particle size -do- To be carried out during
and Shape source and to be repeated e Part-I, IS : shall be mix design.
if source is changed 383 maximum 4.75
mm. Grading
shall be within
the limits of
grading zone –
III for concrete
work and for
mortar and
grout within the
limits of grading
zone III & IV.
2.4 Deleterious -do- -do- Balance, IS : 2386 -do- To be carried out during
Chemicals sieve & Part-II, mix design.
Container IS : 383

498 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

2.5 Soundness -do- -do- Sieve, IS : 2386 - -do- To be carried out during
Scales & Part-V, IS mix design.
Drying : 383 ( for
Oven acceptanc
e limit)
2.6 Acid and Alkali To be done once per -do- Weigh IS : 2386 - -do- To be carried out during
Reactivity source and to be repeated Balance Part-VII, mix design.
if source is changed IS : 383
2.7 Specific To be done once per Measu Weigh IS : 2386 These tests will be
Gravity, source or once for each rement Balance Part-III carried out while
Density, Voids mix design establishing design mix.
2.8 Check Silt and Every 50M3 (or part Measu Jar & Oven IS : 2386 Deleterious - Mandatory Site Test
Clay Content thereof) rement Part-II, IS material not to
: 383 exceed 5%

3.0 CEMENT
3.1 Fineness For each consignment of Labora IS : 4031, Manufactur Manufacturer’s
100T (or part thereof). tory IS : 269, er/ OR certificate to be
Test IS : 1489, Package furnished.
IS : 456 Contractor

499 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

3.2 Normal -do- Labora Vicat IS : 4031, Manufactur -do-


consistency tory needle IS : 269, er/ OR
Test IS : 1489, Package
IS : 456 Contractor
3.3 Initial and -do- Labora Vicat IS : 4031, Depending on Manufactur -do-
Final setting tory needle IS : 269, the type of er/ OR
Test IS : 1489, cement and as Package
IS : 456 per relevant IS Contractor
3.4 Soundness, -do- Labora IS : 4031, Manufactur -do-
Specific tory IS : 269, er/ OR
Gravity Test IS : 1489, Package
IS : 456 Contractor
4.0 CONCRETE
4.1 Workability, Once a day for each Measu IS : 456, Degree of Package Mandatory Site Test
Slump test batching/ mixing plant rement IS : 1199, workability Contractor
Client’s adopted
specificati depending on
on the type of
structure and
type of
compaction
equipment.

500 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

4.2 Crushing One set of 6 cubes of 150 Measu Compressi IS : 516, Shall be as per Package Three specimens shall
Strength cm. Size per 35 Cum. of rement on Test IS : 1199, IS: 456 Contractor be tested at 7 days and
concrete or part thereof Machine IS : 456 remaining at 28 days.
for each grade of concrete and Mandatory Site Test.
per 8 hours of work or Client’s
portion thereof. specificati
on
4.3 Water Cement At random at the time of Measu Visual As per Package
Ratio batching rement observation approved Contractor
design
mix
5.0 WATER
5.1 Tests for Once for each source of -do- Lab Test IS : 3026 Package During mix design stage
ascertaining supply and Soil Contractor
limits of solid investigati
on record.
5.2 Test of pH -do- -do- PH meter IS : 456 PH value shall Site log -do-
value be less than 6. book
6.0 BRICK

501 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

6.1 Compressive For designation 100, Compr Compressi IS: 1077 As per brick Mandatory Site Test
Strength Every 50,000 or part essive on Testing designation.
thereof. strengt Machine
For designation up to 75, h
Every 100,000 or part
thereof.
6.2 Shape, Size, -do- Visual IS: 3495 Mandatory Site Test
Colour &
measu
rement
for
size.

502 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

6.3 Water One test for each source Lab IS: 3495 Water Lab Test Report shall be
absorption and of manufacturer and every Test absorption: a) submitted by the
efflorescence lot of 200,000. after 24 hours contractor.
not less than
20% by weight
b) after 6 hours
not less than
10% by weight.
c) moderate
degree of
efflorescence
7.0 REINFORCEMENT STEEL
7.1 Tensile (A). Every 20T or every Measu Universal IS : 1608 Manufactur Manufacturer test
Strength consignment purchased rement Testing IS : 2062 er/OR certificate must be
by Package Contractor Machine IS : 1786 Package submitted
Contractor
(B). For procurement of Copy of Manufacturer’s
quantity less than 20T Test Certificate &
------- Certificate No. to be
mentioned in the
invoice.
7.2 Bend Strength -do- -do- IS: 1599 -do- -do-

503 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

7.3 Surface Random Visual Visual


cracks, Rusts
etc.
IS: 73 Lab Test Report shall be
submitted.

504 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

8.0 STORAGE OF MATERIALS


8.1 Cement 100% Visual IS: 4082 Covered
Storage storage.
 Clear gap of
min. 15cm
from the
floor.
 Space of
min. 45cm
around the
exterior wall.
 Stacking not
more than
15 bags
high
arranged
alternately
lengthwise
and
crosswise.

505 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test


Width of the
stack shall not
be more than 3
meters
8.2 Reinforcement 100% Visual IS: 4082 Open storage.
Storage  Bars of
different
classification
, sizes and
length will
be stacked
separately.

506 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

8.3 Brick Storage 100% Visual IS: 4082 Open storage.


 Bricks shall
be stacked
on dry firm
ground.
 Stacks shall
be 50 bricks
long and 10
bricks high.
 Bricks shall
be placed
on edge.

507 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

8.4 Aggregates 100% Visual IS: 4082  Shall be


Storage stored at
site on a dry
ground/
platform of
planks/ old
corrugated
iron sheets/
floor of
bricks/ thin
layer of lean
concrete.
 Stacks of
fine
aggregate
and coarse
aggregate
shall kept in
separate
stockpiles.

508 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 1 MATERIAL TESTS FOR SITES

SL. Component/ Sampling plan with Type Instru- Refer- Acceptance Format Testing Remarks
No Operation basis of ment ence Norm of agency
and check docu- Record
Description ment
of test

8.5 Other Bought 100% Visual IS: 4082 Covered


Out Items storage/ OR
open yard.
Materials shall
be stored as per
manufacturer's
specification.

509 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 2 TESTING EQIPMENT FOR SITES

SL BROAD CLASS NOMENCLATURE UTILITY TEST PROCEDURE REFERENCE TO BE AVAILABLE


NO DESCRIPTION DOCUMENT AT SITE

1.0 ROUTINE TEST 1.1 Concrete Cube mould Concrete Cubes - IS : 10086 Yes
LAB EQUIPMENT ( 150x150x150) mm
1.2 Compressive strength Concrete Cube Test Crushing strength of cube IS : 2505 Yes
Testing machine
1.3 Concrete slump cone Workability Check Drop in cone height of IS : 7320 Yes
concrete
1.4 Coarse aggregate sieves Sieve analysis Sieving IS : 383 Yes
1.5 Soil Core cutter To test compaction of soil Core cut out of soil and IS : 2720 Yes
density measured
1.6 Fine aggregate sieves Sieve analysis Sieving IS : 383 Yes
2.0 DIMENSIONAL & 2.1 Total Station Levelling, Distance, Angular Measurement and Yes
ALLIED Measurements, Coordinates recording
MEASURING 2.2 Theodolite & levelling Levelling and centre line Measurement and - Yes
EQUIPMENT staff marking and verticality recording
measurement
2.3 Measuring Tape Dimension - - Yes
2.4 Laser Beam apparatus Verticality of structures Centre line alignment - Optional

3.0 PROCESS 3.1 Oven Material Drying for moisture Material to be kept for - Yes
CONTROL control specific duration
ACCESSORIES 3.2 Physical balance Weighing - - Yes

510 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

1 Earth work (a) Classification of Soil, for payments, if required.


(b) Line & level.
(c) Disposal lead, for payments, if required.
(d) Levelling at Disposal Yard, for payments, if required.
(e) Initial & Final level in Level Book.
(f) Rolling/Tamping/Compaction of Fills, as per IS : 2720
(g) Arrangement for de-watering.
(h) Shoring & Strutting.
(i) Safety (side slopes, ramps, working space around foundation, dumping
at safe distance beyond top edge).
(j) Excess excavation depth properly filled for foundation works.
(k) Foundation bed level and ensure virgin hard surface.

511 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

2 Concreting (a) Check quality and size of coarse aggregate with special reference to
Works undersize/oversize materials, disintegrated/self materials, earth and
other foreign materials beyond limit, organic impurities.
(b) Silt content, bulkage, foreign materials in sand and verify test report
for fineness modulus.
(c) Check formwork.
(d) Line, level of concrete.
(e) Honeycombed surface in concrete.
(f) Strength of Concrete.
(g) Check Mix Boxes.
(h) Mixing of concrete by hand/machine.
(i) Use of Vibrator.
(j) Slump of concrete.

512 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

3 Formwork a) Line, level and dimensions as per drawing.


b) Cross bracing of supporting framework.
c) Diagonal bracings.
d) Ground support rigidity to avoid settlement.
e) Plumbness of shores.
f) Wedge tightening of shores.
g) Thickness of shutter to withstand pressure of wet concrete.
h) Leakproofness of shutter ( IS : 457 )
i) Demoulding agent/Oiling of shutter.
j) Facility for removal of formwork in proper sequence.
k) Avoid premature removal.

513 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

4 Reinforced a) Sieve analysis of coarse aggregate to check oversize, undersize,


Concrete improperly graded aggregate.
Works b) Check presence of disintegrated/soft or foreign materials in aggregates.
c) Quality of sand, Silt content, Bulkage test.
d) Quality of Cement and age of Cement ( 1st in 1st OUT system )
e) Quality of water for mixing and curing.
f) Slump test.
g) Cube Tests.
h) Cover Block thickness and integrity (cover not reduced more than 2mm
or increased by more than 10mm).
i) Whether reinforcement exposed on removal of forms.
j) Physical verification of grade of steel reinforcement, as required.
k) Gauge of binding wire and its use at all joints.
l) Reinforcement placement as per drawing and top reinforcement to be
supported by chairs etc.

514 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

m) Spacing of laps and staggering and length of lap.


n) Mix design record/requirements.
o) Rigidity and evenness of centring & shuttering.
p) Finish requirement of surface.
q) Throating and moulding requirements as per drawings.
r) Line and level requirements as per drawing.
s) Expansion joint contraction, joint provisions.
t) Fixing of inserts, conduits, bolts to proper alignment.
u) Hacking of green concrete for future plastering.
v) Adequate curing.
w) Drainage provisions on roof surface ( slope & spout )
x) Gangway placement for concreting to be independent of
reinforcement.
y) Rigidity of reinforcement cage to avoid distortion during concreting

515 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

z) Compaction requirements of concrete by needle vibrators/Form


vibrator etc.
aa) Provisions at construction joint – Waterbar – Nozzles etc.
bb) Provision of dowel bars 12mm  300 long ( 400mm either side ) at 250
C/C on construction joint surface.

516 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

5 Brickwork (a) Quality of bricks for strength, dimensional accuracy, efflorescence


water absorption and evenness of backing as per QAP.
(b) Sand quality for fineness modulus and Silt content.
(c) Cement quality.
(d) Mixing of Mortar to structural space.
(e) Thickness of joint not exceeding 10mm.
(f) Raking of joints in green stage by raking tool ( 15mm deep )
(g) Filling of vertical joints properly.
(h) Soaking of bricks.
(i) Line and level of brickwork.
(j) Plumbness.
(k) Brick corners are provided with proper brick closer not by brick bat.

517 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

(l) Type of scaffolding.


(m) Filling of scaffolding potholes.
(n) Brick coarses are in level.
(o) Proper bonding of main wall with cross wall ( No toothing joints )
(p) Brickwork taken-up in layers not exceeding 1 Metre.
(q) Proper provision of reinforcement in brick-wall.
(r) Lateral bonding of brick-wall to steel/concrete columns.
(s) Filling-up voids between brick –wall and door/windows shutter.
(t) Adequate curing of brickwork.

518 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

6 Flooring Work
6.1 Cement (a) Aggregates, Sand – refer PCC Works.
Concrete Floor (b) Strength.
(c) Thickness.
(d) Hardener type and mix.
(e) Panel size.
(f) Curing arrangement.
(g) Polishing requirement.

519 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 3 WORKMANSHIP CHECKS FOR DIFFERENT SITE ACTIVITIES

SL. Description of Workmanship Checks to be undertaken Remarks


No Site Activity

7 Painting Work (a) Name of Manufacturer, Specification, Batch Number, Colour, Date of
Manufacture, ISI Marking on Paint Container.
(b) Cracks, voids, pores on masonry surface properly filled.
(c) Soundness and adherence of Old Paint.
(d) Paint quality ( No. adulteration by thinner ) and quality of Primer.
(e) Application of each coat of Paint for uniformity, paint drop, dabs,
brush-marks, waves and variation of colour.
(f) Difficult to reach areas like edges, corners, nuts, bolts etc. are
properly painted.
(g) Spilled Paints on floors & walls properly cleaned.
(h) Painting of fan hooks and exposed surfaces of inserts as per
Specification.

520 of 896
QUALITY ASSURANCE CIVIL ENGINEERING DIVISION
MECON LIMITED, DELHI-110 092
& QUALITY CONTROL
(SITE QUALITY PLAN)
ANNEXURE – 4 FORMATS FOR SITE RECORDS

A) INSPECTION TEST PLAN


1. INSPECTION TEST PLAN FOR EARTHWORK IN EXCAVATION
2. INSPECTION TEST PLAN FOR RCC WORKS
3. INSPECTION TEST PLAN FOR BRICK MASONRY WORKS

B) INSPECTION REPORTS/REGISTER
1. INSPECTION REPORT FOR EXCAVATION
2. SEIVE ANALYSIS FOR FINE AGGREGATE
3. SEIVE ANALYSIS FOR COARSE AGGREGATE
4. SLUMP TEST REPORT
5. INSPECTION REPORT FOR REINFORCEMENT BBS
6. ANTI TERMITE TREATMENT CHEMICAL APPLICATION CHECKLIST
7. INSPECTION REPORT FOR CONCRETING
8. TEST REPORT FOR BRICKS
9. INSPECTION REPORT FOR BRICK MASONRY
10. INSPECTION REPORT FOR PLASTERING
11. INSPECTION REPORT FOR PAINTING
12. CUBE TEST REGISTER
13. CEMENT STOCK REGISTER
14. STEEL CONSUMPTION REGISTER
15. LEVEL BOOK
16. MATERIAL TEST REGISTER
17. HINDRANCE REGISTER
18. SITE ORDER BOOK
19. MEASUREMENT SHEET

521 of 896
INSPECTION TEST PLAN FOR
EARTH WORK IN EXCAVATION

CLIENT:GAIL
CONSULTANT : MECON LIMITED
CONTRACTOR:
DOCUMENT NO:

FREQUENCY OF INSPECTION
S.No ACTIVITY REMARKS
CONTRACTOR GAIL/ EIC
1 Ground Levels W RM

2 Final levels verification W RM

3 Water table Record W RM

LEGEND:

A - Approval H - Hold Point W - Witness Point R - Review Documents RM - Random Inspection

FOR CONTRACTOR FOR Engineer-in-charge

SIGN

NAME

DATE

522 of 896
GAIL
ITP
FOR RCC WORK

CLIENT:GAIL Job Id:


Consultant : MECON LIMITED Doc. Id:
Contractor : Rev:
DOCUMENT NO:
INSPECTION AND TEST PLAN FOR RCC WORK

Frequency
of Inspection Category
Sr. No. Activity
Inspection/
Testing Contractor GAIL/ EIC

Approval of Materials, cement,


At the
1 Reinforcement steel, anchor H AP
beginning
bolts, Insert plates.

2 Design of concrete mix Every work P AP


At the
3 Pour card P AP
beginning
Checking of Lines, level, plumb
4 Every work P RM
of form work / shuttering
Checking of Placing,binding,
Placing binding
5 E
Every k
work P W
fixing of reinforcement steel
Inserts,Anchor bolts conduit
6 Every work P RM
fixing
Expansion/ construction
7 joints,Grouting,pockets,opening Every work P RM
if any
8 Slump/ workability of concrete Every work P RM
9 compaction of Concrete Every work P RM
10 Taking slump cubes Every work P RM
11 Cube testing Every work P W
12 Curing of concrete Every work P RM

Legend
P Perform R Review of Reports
H Hold Point AP Approval
W Witness
RM Random

For Contractor For Engineer-in-charge


NAME:
SIGN:
DATE:

523 of 896
GAIL
ITP
FOR BRICK MASONRY
Report No.
Date:
Location:
CLIENT:GAIL
Consultant : MECON LIMITED
Contractor :
DOCUMENT NO:
INSPECTION AND TEST PLAN FOR BRICK MASONRY

Sr. No. Activity Inspection by Verification by GAIL/ Record to be submitted by


contractor EIC contractor

Check dimensions & strength of bricks where brickwork is to be


Lab testing report of brick &
1 carried out. Quality of brick as per IS 1077 Testing as per IS W W
sand.
d
5454.Approved by GAIL/ EIC.
2 Check mixing of mortar W RM Test certificate of cement
3 Check whether bricks are thoroughly soaked W RM
4 Check during laying of bricks, level plumb and joint thickness W RM
5 Check embeddment of fixtures W RM
6 Curing W RM
7 Reinforcement provided W W
8 Raking of joint & keys of brick W RM
9 Check if scaffolding/ staging is properly erected or not W RM

10 Check for safety W RM


Scaffolding safe for use
Legend
R Review of document I Implementation
RM Random Inspection H Hold
W Witness
For Contractor For Engineer-in-charge
NAME:
SIGN:
DATE:

524 of 896
GAIL

INSPECTION REPORT FOR EXCAVATION

CLIENT: GAIL
REPORT NO:

CONSULTANT: MECON LIMITED DATE:

CONTRACTOR:
DOCUMENT NO:

DIMENSION (M)
Sr. No DATE LOCATION BOTTOM LEVEL REMARKS

L B D

REMARKS

FOR CONTRACTOR FOR Engineer-in-charge

SIGN

NAME

DATE

525 of 896
GAIL

SIEVE ANALYSIS OF SAND/FINE AGGREGATES

Client : GAIL Name of the Work :

Consultant : MECON LIMITED Report No.

Contractor : Date

DOC. NO. :

Contractor : ______________________ Report No. : _____________________

Date of Testing: ______________ Sampled By : __________________

Weight of Sample : ____________

IS SIEVE SIZE WEIGHT RETAINED % WEIGHT CUMULATIVE % CUMULATIVE % GRADING ZONE, % PASSING
(gms) RETAINED RETAINED PASSING AS PER IS 383-1970

10 mm 100

4.75mm 90-100

2.36 mm 75-100

1.18 mm 55-90

600 micron 35-59

300 micron 8-30

150 micron 0-10

RESULTS : Conform to grading zone

FOR CONTRACTOR FOR GAIL/EIC

SIGN

NAME

DATE

526 of 896
GAIL

Client : GAIL

Consultant : MECON LIMITED Report No.

Contractor : Date

DOC. NO. :

SIEVE ANALYSIS FOR STONE AGGREGATES

For 20 mm nominal size graded aggregate

Contractor: Report No.:

Date of Testing: Sampled by :

Weight of Sample :

WEIGHT % Passing as per


RETAINED % WEIGHT CUMULATIVE CUMULATIVE Mix design or

IS SIEVE gms RETAINED % RETAINED % PASSING IS 383 - 1970

40 mm
100

20mm
95-100

10mm
25-35

4.75mm
0-10

RESULTS :

FOR CONTRACTOR FOR GAIL/EIC

SIGN

NAME

DATE

527 of 896
MECON LIMITED, DELHI

SLUMP TEST

Owner : GAIL Date :


Consultant : MECON LIMITED
Contractor :

Item of Work Mix Vibrator Water / Bag Height of Specimen after Mould
Removed (mm) Acceptability Slump
Date and Nominal or Used of Cement
(mm) (mm)
Location Design Yes / No (Ltr.)
Sample - I Sample - II Sample - III

CONTRACTOR FOR GAIL/EIC

528 of 896
GAIL
INSPECTION REPORT FOR
REINFORCEMENT BBS
CLIENT :GAIL
CONSULTANT : MECON LIMITED.
CONTRACTOR:
DOCUMENT NO:
BBS NO: REPORT NO.:
Location / Type of Structure:
Drawing No.: DATE
Total Unit Total Weight in kg.
Cut Length Total No.
Sl.No. Description Bar Dia Shape of Bar Length Weight Remarks
(m) of Bar
(m) (kg/m) 8mm 10mm 12mm 16mm 20mm 25mm

FOR CONTRACTOR FOR GAIL/EIC

SIGN SIGN

NAME NAME

DATE DATE

529 of 896
GAIL

Anti Termite Treatment Chemicals application checklist

Client : GAIL Name of Work:


Consultant : MECON LIMITED Report No.
Contractor : DATE

Qty required
S. No. Description of Item Oty used Prepared by Checked by Verified by
theoretically
For bottom surface and sides of
excavation upto height of 300 mm 5 litres/ sqm of
1
for cloumn pits, walls, trenches surface area
and basements
15 litres/ sqm of
2 Backfill around columns and walls
vertical surface
Rodding of earth @150 mm 5 litres/ sqm of
3
centres close to the wall surface surface area
Top surface of plinth filling to mm
5 litres/ sqm of
4 to 75 mm deep @ 150 mm
surface area
centres with chemical emulsion

FOR CONTRACTOR FOR GAIL/EIC


Signature
Name
Date

530 of 896
GAIL

INSPECTION REPORT FOR CONCRETING

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:
CONCRETE POUR CARD

Date : Time : Location : Mix used :

SL. No. Description Contractor GAIL/EIC Remark

1 Alignment
2 Level
3 Plumb
4 Shuttering
5 Reinforcement
6 Concrete quantity
Theoretical cement
7
consumption
8 Availability of material at site
I)   Cement
II)   Sand
III)  Metal no. 1
IV) Metal No. 2
V) Water
9 SIR content in sand
10 % Bulkage in sand
11 Others

Whether passed for construction YES/NO


Remarks if any:………………………

Contractor FOR GAIL/EIC

531 of 896
GAIL

BRICK TEST REPORT

Client :GAIL Report No.


Consultant : MECON LIMITED Date:
Contractor :

TEST REPORT

Sr. No. Description Observation Requirement


1 Compressive Strength (75 Kg/Cm2)
a)
b)
c)
d)
e)
2 Water Absorption % 20 % Max
a)
b)
c)
d)
e)
3 Efflorescence Nil to moderate
a)
b)
c)
d)
e)
For Contractor FOR GAIL/EIC
NAME:
SIGN:
DATE:

532 of 896
GAIL

INSPECTION REPORT
FOR BRICK MASONRY

CLIENT:GAIL
Consultant : MECON LIMITED Date:
Contractor : Location:
Bottom Level:
Top Level:

Sr. No. Description Observation Remarks


1 a) Size of bricks
b) Water absorption
c) Strength of brick
d) Efflorescence
e) Soaking of brick
f) Mortar ratio
2 Type of brick work
a) One or more brick thickness
b) Half brick thickness
MS reinforced bars used in half brick
3
thickness
4 Thickness of mortar
5 Gradation of sand
6 Slit Content
7 DPC

For Contractor FOR GAIL/EIC


NAME:
SIGN:
DATE:

533 of 896
GAIL

INSPECTION REPORT
PLASTERING

Client : GAIL
Consultant : MECON LIMITED Report No.
Contractor : Date:

Location:

Sr. No. Description Observation Remarks


1 Cleaning of Area of Plastering
2 Ratio of Cement Mortar
3 Staging / Scaffolding
4 Thickness of Plastering Plum & True Level
5 Fixing of 24 SWG Chicken wire mesh
6 Cement Sand & Water Proofing Compound
7 Curing

CONTRACTOR FOR GAIL/EIC


NAME:
SIGN:
DATE:

534 of 896
GAIL

INSPECTION REPORT
WHITE WASHING , COLOUR WASHING, DISTEMPERING,PAINTING & POLISHING

CLIENT:GAIL
Consultant : MECON LIMITED Report No.
Contractor : Date:

Location:

Sr. No. Description Observation Remarks

1 Area of White washing / Painting

2 Material used

3 Evenness of Surface

4 1st Coat Completion

5 2nd Coat Completion

6 Cleaning of surface of doors, Windows / Floor etc.

CONTRACTOR FOR GAIL/EIC


NAME:
SIGN:
DATE:

535 of 896
GAIL
CUBE TESTING REGISTER

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

Location Total Qty. of l-st Test


Age of Average of Final test Average of Signature
Date of Grade of where Concreting Weight of Result 7 Action
SI. No. cube in First Test Results 28 Final Lab. Ref.
Casting Concrete Concrete is done during cube in Kg. days N/M Taken
days 2 Results days Results Contractor EIC
used the day in M

536 of 896
GAIL
CEMENT STOCK REGISTER

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

Date of Source & Qty. Cumulative Date of Qty. Item of Qty. Total Cumulative Balance Contractor EIC Remarks
Receipt Invoice Received Qty. Issue Issued work for Returned Issues Consumptio (4-10) Sign. Sign. Periodical Checks
1 Ref. 3 Received 5 6 which at the end (6-8) n 11 12 13 HQO-IC
2 4 issued of day 9 10 EIC 14a
14b
7 8

537 of 896
GAIL
STEEL REGISTER / CONSUMPTION STATEMENT

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

DATE OF SOURCE &


QTY. RECEIVED QTY. CONSUMED AS PER RA BILL NO. 1 REMARKS
RECEIPT INVOICE
10 12 16 20 25 32 10 12
6 MM 8 MM 6 MM 8 MM 16 MM 20 MM 25 MM 32 MM
MM MM MM MM MM MM MM MM
*
CARRIED FROWARD
FROM

RA BILL NO.

TOTAL (MT)

BALANCE QTY. AS PER RA BILL NO.

6 MM 8 MM 10 MM 12 MM 16 MM 20 MM 25 MM 32 MM

(MT)
* Previous RA bills receipt and consumption to be recorded as carried forward

538 of 896
GAIL
LEVEL BOOK

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

SERIES OF LEVEL FROM: NEAR:


FOR THE PROJECT:

Height of Difference Reduced


Date Station Name Back Sight Fore Sight Back Bearing Fore Bearing Back Level Fore Level Remarks
Instrument Level
1 2 3 4 5 6 8 9 12
7 Rise Fall 11

539 of 896
GAIL
MATERIAL TEST REGISTER

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

Periodical Checking
Date Sent Date of Lab Report Signature of
SI. No. Material Description Result Remarks Signature of EIC Office
to Lab Testing Ref. Site-Engineer
1 2 6 7
3 4 5 8
EIC
9a HQO-IC

540 of 896
GAIL
HINDRANCE REGISTER

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

Date of Period
Date of Overlapping Net Extension
SI. No. Nature of Hindrance Removal Hindrance Remarks
Occurrence Period Extension Recommended
1 2 4 5 9
3 6 7 8

541 of 896
GAIL
SITE ORDER BOOK

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

NAME OF THE WORK PO No


DATE OF COMMENCEMENT CONTRACTORS NAME:
PERIOD OF COMPLETION

Remark of the Inspecting Officer of Contractor Action Taken & by Whom Remarks
SI. No.
2 3 4
1

542 of 896
GAIL
MEASUREMENT SHEET

NAME OF THE PROJECT:


PURCHASE ORDER NO:
CLIENT:
CONSULTANT:
CONTRACTOR:

NAME OF THE WORK_______________________________________ PO No


ITEM
NAME OF PARTY__________________________________________ REF.
DATE

S.No. Description of item No. Length Breadth Depth Quantity Total

CONTRACTOR FOR Engineer-in-charge

543 of 896
Annexure-IV
to
Particular Job Specification
(ARCHITECTURAL WORKS)

544 of 896
SCOPE OF WORK

FOR

ARCHITECTURAL WORKS

545 of 896
I) GENERAL

M/s GAIL has awarded M/s MECON Limited project management consultancy (PMC)
services for Angul-Srikakulam pipeline. The brief scope of work for Part- B, broadly
consist of Laying, Testing and Commissioning of 18”NB x 48 Kms (approx) and 12”NB x
274 Kms (approx) pipeline in the state of Odisha & Andhra Pradesh including all associated
works for transportation of Natural Gas (dry)/ R-LNG.
M/s MECON Ltd has been engaged by M/s GAIL to carry out design, engineering,
procurement, inspection & Project Management Consultancy Services required
transportation and distribution of Natural Gas.

The scope of work to be performed under this contract shall include complete architectural
works as per plans, equipment layout, drawings & technical specifications.

The contractor shall maintain proper record of all the materials/equipment procured with
respect to their source & specifications with details of their manufacturing and recycled
content etc. and submits along with all supporting documents/ photographs to Client & PMC
for record purpose.

The complete work has been divided into 04 (FOUR) Sections. Terminal / Stations of
various sections of the pipeline are as under:

SECTION-I:
 DT at Tap-off from IP-04 of SAPL Part-A (Control Room & Guard Room Only)
 SV-01S
 IP-01S

SECTION-II:
 SV-02S
 SV-03S
 SV-04S
 SV-04SA
 SV-05S
 SV-06S cum Tap Off for Vedanta P/L
 SV-07S cum Tap Off for Nalco P/L
 RT Utkal Alumina

SECTION-III:
 SV-01V
 SV-02V
 SV-03V
 RT VEDANTA

546 of 896
SECTION-IV:
 SV-01N
 SV-02N
 SV-03N
 RT NALCO

NOTE:-

1. Location and Chainage of Terminal/Station is tentative.

II) SCOPE OF WORK

1. The scope of work shall be broadly, but not limited to, the following:

Architectural works envisaged in this tender involve plastering, painting, flooring works,
doors/windows, false ceiling, sanitary & plumbing works, and associated works as per
specifications, BOQ, drawings and instructions of engineer in charge required for the completion
of building works.

The works being considered as part of this tender are:


a. Control Room Building at IP Stations of size 23m X 6 m.
b. Guard Room Building at SV Stations of size 19m X 6m.
c. Boundary walls at all SV, IP and DT/RT Stations

2. Architectural works shall be carried out for the scope of work listed as above. Bidder shall
understand the scope of work by visiting the work site in advance and required to complete
all the works as per specifications, SOR, drawings and as directed by Engineer-in-charge.

3. Documents and Submittals:

3.1 The drawings included in the Bidding Document provide a general idea about the work to be
performed under the scope of this contract. These are preliminary drawings for bidding
purposes only and are by no means the final drawings or show the full range of the work
under the scope. Work has to be executed according to latest drawings prepared/approved by
the Consultant.

3.2 All specimens and approved samples shall be retained with the Consultant for reference
unless handed over to Contractor for safe custody. The Contractor shall make arrangements
for proper storage of the same.

3.3 Submission of all original test certificates & records of testing, all warranties, performance
guarantees in favour of GAIL (India) Limited.

547 of 896
III) DRAWINGS

The work shall be executed in accordance with the specification and the drawings issued for
construction. Drawings will be issued in stages in close coordination with the availability of data
and sequence of construction. Only latest revisions of the drawings shall be followed. All old
revisions shall be clearly marked ‘SUPERCEEDED’ and kept separately or destroyed as directed
by Consultant.

IV) SITE RECORDS

All works shall be recorded in appropriate proforma to be firmed up by the contractor in


consultation with the Consultant. Where ever required reference to drawings and clauses of
specification shall be recorded in the correspondence.

Records of cement and steel receipts, issue, and consumption shall be scrutinized from time to
time by consultants and Owner. Statement of cement and steel receipts, statement of theoretical
consumption and reconciliation accompany every bill. Records of spot levels jointly recorded
before the start of the work shall form the basis of all measurements.

V) APPROVAL AND TESTS

A high standard of quality is required for all materials and workmanship in construction work.
They shall be best of the kind obtainable indigenously in each case and shall be procured from
manufacturers of repute in order to ensure uniformity of quality and timely supply.

All materials shall be subjected to inspection and testing. The Contractor shall submit samples for
testing as may be required by the Consultant. Sampling and testing shall be carried out in
accordance with relevant IS Standards.

Wherever IS codes are referred, they shall be latest edition/ publication as on date irrespective of
the date of finalisation of the work.

VI) REJECTION OF MATERIALS

Any material brought to site which, in the opinion of the Consultant is damaged, contaminated,
deteriorated or does not comply with the requirement of this specification shall be rejected.

If the routine tests or random site tests show that any of the materials, brought to site, do not
comply in any way with the requirements of this specification or of IS codes as applicable, then
that material shall be rejected.

The Contractor at his own cost shall remove from site any and all such rejected material within
the time specified by the Consultant.

548 of 896
VII) PREAMBLE TO SCHEDULE OF ITEMS

1.0 GENERAL

This preamble to the schedule of items is an integral part of the schedule and shall have as much
force as though this is incorporated into the description of the items themselves.

Contractor's rate for any items of work in the schedule of items shall, unless otherwise stated, be
held to include the cost of all materials, including wastages, conveyance and delivery, unloading,
storing, fabrication, hoisting, all labour for finishing to required shape and size, tools and plants,
power, fuel, consumables, all taxes royalties, other revenue expenses, temporary facilities like
roads, drains etc., providing temporary storage facilities for cement, steel and other materials and
their subsequent dismantling, scaffolding and other temporary works, setting out, fitting and
fixing in position, site drainage, dewatering, offering samples for approval, cost of all tests,
rectification of all defects, replacement of defective materials and work, interruptions to work
required to accommodate the work of other agencies working on the site, continuation of work
beyond working hour, in the night and holidays also if situation warrants so, site clearance on
completion, maintenance work during the period of maintenance, bye-work necessary to complete
any particular item of work as per specification and direction of the E-I/C, overheads, profit and
other incidental charges.

2.0 PLASTERING AND FINISHING

The rate of the respective item shall be for the complete finished work and shall also include, but
not limited to, the following bye-works/activities all complete at all level and locations and as per
specification and as directed by the E-I/C.

2.1 Preparation of surface to receive plaster/finish etc. cleaning of masonry/concrete surface of all
dust, loose mortar dropping, traces of algae efflorescence and other foreign matter and
roughening by wire brushing or hacking as may be required and raking out of joints where
required.
2.2 Provision for scaffolding wherever required and removing the same.
2.3 Extra provision necessary to provide plastering /finishing in layers, when required.
2.4 All extra provisions necessary for plastering/surface finish in arises, bonds, bends, closing chases,
rounded angles, drip courses, string courses, around openings/holes, and around dissimilar
materials like metallic/timber/asbestos.
2.5 Nominal sprinkling of the cement slurry on the surface for proper grip and satisfactory finishing
of the plaster work, if required.
2.6 Providing richer mortar 1:3 in a width of 75 mm on either sides of arises of all doors and
windows.
2.7 All provisions necessary to achieve levels and true profiles.
2.8 Curing by appropriate means.
2.9 Removal of unused materials, dirts and debris and cleaning of area thoroughly, after completion
of the work in particular area, if required.

549 of 896
3.0 PAINTING

The rate of the respective items shall be for the complete finished work and shall also include, but
not limited to, the following bye-works/activities at all levels and locations and complete in all
respects as per specification and as directed by the E-I/C.

3.1 Preparing the base surface including necessary rectification and treatment.
3.2 Provision of surface ladders, scaffolding etc., wherever necessary.
3.3 Provision of prime coat wherever applicable.
3.4 Curing by appropriate means wherever applicable.
3.5 Cleaning the splashes and drippings on floors, equipments, pipelines, etc.
3.6 Additional work to rectify the improper workmanship especially if final finish is not satisfactory.
3.7 Protection of painted surface during application and till final handing over.
3.8 Provision of brushes, abrasive papers, indigo (neel) and gum.

4.0 FLOORING, PAVING AND FACING

The rate shall include, but not limited to the following:

4.1 Preparation of the base/sub grade before laying the flooring.


4.2 Provision of the under course (where applicable) including the required surface preparation.
4.3 Provision of dividing strips wherever required.
4.4 Provision of necessary covers, chambers, edging, roundings, and the like in the junction of floors
with dado/skirting/other vertical surfaces, around the pipes/openings/ends and other types of like
cases.
4.5 Provision of small channels, grooves and the like.
4.6 Curing by appropriate means.
4.7 Provision of backing in case of linoleum/rubber/PVC/or similar flooring.
4.8 Working in isolated areas.
4.9 Provision of grinding and polishing when specified.
4.10 Necessary rectification to damages.
4.11 Protecting the floor till final handing over and maintaining the same within the maintenance
period.
4.12 Additional thickness, the thickness mentioned shall be finished and minimum.
4.13 Applying cement slurry on the sub-base/structural slab before flooring to have a proper grip.
4.14 Provision of necessary panels to prevent construction cracks.
4.15 Finishing the surface ribbed or chequered or laid to falls if so desired.
4.16 Flooring in discontinuous strips or areas to suit the needs.
4.17 Providing necessary slopes as desired and rectification wherever any flooring is antislope.
4.18 Providing nosing at plinths, sills and steps etc. of so desired.

550 of 896
5.0 WOOD WORKS

The rate shall include, but not limited to, the following:

5.1 Frames and Scantlings

5.1.1 Making necessary holes/openings in masonry/concrete for fixing and jamming the same with
appropriate materials.
5.1.2 Provision of bituminous coatings or other anticorrosive paint coatings on the surface in contact
with concrete/masonry.
5.1.3 Provision of rawl plugs, screws, nails, pins, adhesives and the like, necessary for joinery and
fixing.
5.1.4 Provision of temporary wooden bracings and their removal.
5.1.5 Provision of rebates, roundings and other type of curvings as per drawing.

5.2 Shutters

5.2.1 Provision of necessary wooden cleats, wooden blocks, with necessary screws, nails, adhesives,
etc.
5.2.2 Provision for mouldings, rebates, roundings and other types of curvings as per drawings.
5.2.3 Provision of all necessary nails, screws, washers, holts, nuts, putties, adhesives, etc.

5.3 General

5.3.1 Provision of finishing as desired and directed by the E-I/C.


5.3.2 Rectification of damages and/or replacement of defective/rejected works.
5.3.3 Provision of protection till final handing over and maintaining the same within the maintenance
period.

6.0 METAL DOORS, WINDOWS, VENTILATORS, ROLLING SHUTTERS

The rate shall include, but not limited to, the following:
6.1 Making necessary holes/openings in masonry/concrete for fixing and jamming the same with
approved materials.
6.2 Shop fitting, assembly and shop coat of primer.
6.3 Doors, windows, gates, rolling shutters, glazed doors and windows and other items which are
measured in Sq.m shall include all the necessary frames, angles, plates, sheets, holdfasts or lugs,
locking arrangements, handles, bolting devices on both sides, hinges, pivots, guide rails and guide
channels (wherever applicable), roller (wherever applicable), hood (wherever applicable), rubber
linings, gaskets and the similar other fixtures necessary for fixing and locking arrangements
(locks shall be separately paid unless otherwise mentioned in particular schedule of items).

551 of 896
6.4 Glazed doors/windows shall also include the glazing/glass panes glazing beads, glazing clips,
putty, gasket and the like.
6.5 Rectification of damages and/or replacement of defective/rejected works.
6.6 Provision of protective measures till final handing over and protection/maintenance of the same
within the maintenance period. Protection of glass panes/glazing after final hand over shall be the
responsibility of the E-I/C.
6.7 Keeping the entire steel work free from corrosion and scrapping off and cleaning the rust, if any.

VIII) GENERAL ARCHITECTURAL CONSIDERATIONS

This part deals with the general norms/standards requirements of materials for use in
construction work with regard to quality, testing, approval and storage, before they are used on
work.

1. Standard

A high standard of quality is required for all materials used in construction work. They shall
be the best of the kind obtainable indigenously in each case and shall be procured from
m a n u f a c t u r e r s of repute in order to ensure uniformity of quality and assurance of timely
supply.

2. Space Requirements
• Buildings shall accommodate spaces to meet the functional requirements as well as
security/safety, maintenance, statutory (stairs/fire exits etc.), utilities & services
(toilets/AC/Electrics/LAN/health etc.)/ environmental requirements and incorporated in
design & detail engineering drawings/documents.
• Space requirements as indicated are not exhaustive and subjected to finalization by client
during detail engineering stage with modifications required to meet the building
requirements.

3. Design Requirements
• Entry to be provided at proper location.
• Toilet & Overhead water tank to be provided as per NBC guidelines.
• 600 mm projection to be provided over each window & ventilator.
• False ceiling to be considered in toilets for concealing pipes.
• Skirting shall be of same finish as that of floors. Panel dividers shall be provided in
IPS/Heavy Duty flooring.
• All Air-Conditioned areas shall have false ceiling.
• Painting on Internal walls shall be done over wall putty.
• All steel frames, Shutters, Grills etc shall be painted with two or more coats of
approved quality Synthetic Enamel Paint of Approved shade over a coat of
Approved quality red oxide Zinc Chromate Primer.

552 of 896
• False flooring shall be provided in IT/ Server Rooms.
• Samples, colour, finish and make of all materials should be approved by client.

4. Natural Ventilation

The area of windows will be a minimum 17% of the floor area to ensure adequate natural
lighting and ventilation.

5. FLOORING

5.1 Vitrified / Ceramic Tile Flooring

Polished / glazed Vitrified floor tiles of approved make/ shade/ design/range of size 600mm X
600mm shall be provided in SCADA & Control Room, Telecom Room,Office spaces and
corridors.
Heavy Duty Vitrified floor tiles of approved make/ shade/ design/range of size 300mm X 300mm
and 12mm thickness shall be provided in Electrical Room and Fire Fighting Room.
Ceramic glazed/matte finish wall tile of size 600mm x 300mm of approved make shall be
provided in toilet dado and matt finish/ anti-skid ceramic tiles of size 300mm x 300mm for toilet
flooring.

5.2 Kota Stone Flooring

Kota stone slab flooring of 25mm thickness shall be provided in guard rooms, utility areas, stores,
staircases, window sills, etc.

5.3 Acid-resistant Tile Flooring

Acid resistant tiles shall be provided in floor and dado upto lintel level of battery rooms of size
300mm x 300mm.
Acid Resistant Tiles are used in flooring and lining to prevent corrosion of surface by acids and
other chemicals as well as to resist abrasion on floors. These tiles are made up of materials like
clay, feldspar, quartz, and talc and vitrified at high temperatures in ceramic kilns and kept
unglazed to prevent slipperiness when laid on floor. Chemical resistant mortars as per IS 4832 are
used for laying these tiles. Laying and finishing procedure similar to the other glazed ceramic
tiles.

5.4 False Flooring

Telecom Room and Control Room may have false flooring as per requirement.

Providing and fixing noncombustible 600mm high false flooring / cavity floor of modular 600 x
600 size and min thickness of 35mm approximate with pre moulded (USF 1000 grade) in filled
access floor tile made from steel and cementitious infill material (M/S Unitile or equivalent), with
edge beading and faced with 2 mm thick antistatic high pressure laminates. The Panels shall

553 of 896
confirm to Class O & Class 1 Fire Ratings tested as per BS 476 and ASTM E84. The panel shall
be designed for minimum concentrated load of 450 kgs, ultimate concentrated load of 1050 Kgs,
Rolling load of 225 kgs.
The other components such as stringers, pedestals, supports, check nuts, etc shall be designed
suitable in-line with the design parameter of the false floor panel.
The panels shall be placed on GI snap lock grid system stringers channels supported over MS
galvanized pedestal supports at 600mm c/c approximate both ways.
Jack heads shall be die formed, out of min 4mm thick galvanized M.S. plate out of 90 mm X 90
mm, electroplated, with die cut notches to hold stringers ‘snap on’ and threaded holes, in addition,
to hold the rigid grid type stringers. The jack heads shall have stud for housing into the pedestal.
The pedestal head shall consist of an anti-vibrational conductive cap
Stringers shall be M.S. rigid grid type minimum 30 mm X 20 mm X 1.2 mm thick tubes and shall
rest on the jack heads notches and shall be fixed by means of screws. The stringers shall be spray
painted with conductive paint or galvanized to prevent rust & corrosion.
The pedestal supports shall be rigidly fixed on to the floor with glue and mechanical fasteners and
shall be made of 150 x 150 mmx 8mm thick base plate with CRC pipe of size 32mm dia X 3mm
and minimum 19 mm thick MS stools with a coupling and check nut for level adjustment. The
sub structure assembly shall be suitably anchored to the floor.
The work includes necessary opening for cables and panel mounting and cutting of tiles to
required size and strengthening of pedestals with 300 x 300 mm RCC pedestal at location of
panals. The floor panels and stringers shall be completely removable and shall remain in position
without screwing. The shade of the flooring material shall be as specified in the drawing or as
directed by Engineer.

6. Finishing

6.1 Plastering on masonry structures shall be of thickness 15 mm on either faces, 12mm on internal
faces & 6mm on concrete faces. The cement mortar shall not be leaner than 1:4.
6.2 Inside surfaces of walls /Ceiling will be provided with 1.5 mm thick plaster of paris / Wall putty
of approved brand over the plastered surfaces.
6.3 All painting on masonry or concrete surface shall preferably be applied by roller. If applied by
brush then same shall be finished off with roller.
6.4 All paints shall be of approved make including chemical resistant paint.
6.5 All internal walls shall be finished with Premium Acrylic Smooth Interior Paint
Minimum 2 finishing coats of paint shall be applied over a coat of primer. Providing and
Applying of painting on internal plastered surfaces with two coats of acrylic emulsion - Eco
friendly paint with low Volatile Organic Compounds ( not exceeding 50 g/L ) of approved
shade & make, over one coat of approved cement primer consisting of volatile organic
compounds less than 50g/L, including preparing the surfaces by applying Wall Care Putty (Fine
finish) or approved equivalent make 1.5 mm thick, surface preparation, cleaning and all bye
works, filling hair cracks with putty approved filler wherever 'required, scaffolding &
cleaning, cost of all materials, labour etc. at all heights and lifts, all as per drawing,
specifications and as directed by Engineer In-charge etc. complete.
6.6 All external walls shall be finished with Premium Acrylic Smooth Exterior Paint

554 of 896
The paint should be applied in minimum 2 coats (Eco friendly paint with low Volatile Organic
Compounds not exceeding 50 g/L) @1.67 litre/10 sqm over and including priming coat of
exterior primer applied @ 2.20 kg/10 sqm, on new plastered surfaces inclusive of all
required tools, material, scaffolding and other painting accessories etc. The paint shall be applied
as per the manufacturer’s specifications and instructions and to the entire satisfaction of
engineer-in-charge. The paint shall have excellent water resistant property.
6.7 For painting on concrete, masonry and plastered surface IS: 2395 shall be followed.
6.8 Surfaces of handrails, balustrades, steel / wooden door frames, rolling shutters, etc. shall be
finished with synthetic enamel paint (eco-friendly paint with low Volatile Organic Compounds)
over a coat of primer of approved shade & make.
For painting on steel work and ferrous metals, BS: 5493 and IS: 1477 shall be followed.
The type of surface preparation, thickness and type of primer, intermediate and
finishing paint shall be according to the painting system adopted.
6.9 For painting on wood work IS: 2338 shall be followed.
6.10 Bitumen primer used in acid/alkali resistant treatment shall conform to IS: 158.

7.0 DOORS AND WINDOWS

7.1 Aluminium Doors, Windows and Ventilators

Glazed anodized Aluminium door with Aluminium frame of approved sections at specified areas.
8 - 12 mm thick toughened glass with Etching shall be considered with top & bottom Aluminium
frame. Doors of the building shall be anodized aluminium environmentally compatible products
containing minimum of 15 to 25 % of recycled content of approved coating (colour to be
approved by Designer) fully / partially glazed (float glass panes with thickness as per opening
with/without SHGC 0.25 to 3 and required U Value as per design. Doors shall have 8.0mm
minimum thick float glass(with or without etching design) panels or prelaminated board panels
with decorative lamination on both sides of approved make fixed with C.P. brass / stainless steel
screws hydraulic door closer/ etc. complete as per directions of E-I/C ; frames as per approved
manufacturer's detail. The item shall include heavy duty double action hydraulic floor springs
with stainless steel cover plate of approved make with IS: 6315 mark, pivoting and all other
arrangements including cost of cutting floors, S.S cover Plates with brass pivots etc., complete
and other necessary accessories required for the works to facilitate smooth operation of the door
shutter at all leads and lifts, all as directed by the Engineer- in- charge.
All windows/ ventilators shall be aluminium glazed (min. 5mm thick glass with/without SHGC &
U Value as per design) with anodized aluminium hardware & aluminium grill as per requirement.
The windows/ ventilators shall be partially/ fully openable or sliding windows as per requirement.
All openings for door with aluminium louvers, windows & ventilators shall have high grade wire
mesh/mosquito net. The fixtures like handles, stoppers, stays, etc. shall be of approved make. All
aluminium sections/sheets including louvers shall be of standard make. Aluminium alloy used in
the manufacture of extruded sections shall correspond to IS Designation H E 9 WP of IS 733.
Hollow aluminium alloy sections used shall conform to IS Designation HV9 WP of IS 1285. The
sections shall be polished and anodized with approved colour. The average thickness of anodic
coating shall not be less than 20 microns as per IS: 1868-1982. All work shall be fitted and shop

555 of 896
assembled to a first job, and ready for erection. EDPM performed profiles shall be used for
inserting into extruded pockets of sections. Glazing beads shall also be of EDPM performed
profiles to hold the glass in frame under pressure. Non-metallic setting blocks shall be used to
centralize the glass in frame. All work shall be adequately braced and reinforced as necessary for
strength and rigidity. Stainless steel ball bearings, housed in nylon type nylon rollers, shall be
used. All mechanical connections shall be sealed with silicon sealant. Around all windows,
approved quality sealants shall be run down to make sure of total weather/water sealing.
Casement windows / ventilators, single or composite units with 6.0mm thick float/frosted glass,
frame size of 44mm x 46mm x 1.1mm, weight 0.522 kg/m min. amd middle frame (horizontal &
vertical) 59mm x 38mm x 1.4mm, weight 0.729 kg/m min(approx.), as per approved
manufacturer’s detail. Openable portion, section size 44mm x 46mm x 1.4 mm, weight 0.575
kg/m min. as per approved drawing and as per approved manufacturer’s specification.
Composite sliding windows with fixed and openable portion, fixed to frame size min. 101.6mm
X 44.45mm x 2.01mm, weight 1.605 kg/m (approx.) and 63.5mm x 38.1mm x 1.5mm, weight
0.861 kg/m min. as per requirement. Sliding shutters fixed to frame size 92mm X 31.75mm x
1.5mm min. & weight 1.060 kg/m min and 61.85mm x 31.75mm x 1.5mm, wt. 0.784 kg/m min as
per requirement. Shutter side, bottom and interlock shall be 40mm x 18mm x 1.55mm wt.
0547kg/m min., as per approved drawing and as per approved manufacturer’s detail.

7.2 PVC Doors


All toilets to have PVC doors of premium quality with solid PVC foam profile door frame.
PVC door frame shall be factory made (single rebate) made out of single piece extruded solid
PVC foam profile with homogenous fine cellular structure having smooth outer integral skin
having 62 mm width & 32 mm thickness, frame will be mitred & jointed with self-driven self-
tapping screws of size 38 mm x 4 mm & PVC solvent cement, including fixing the frame to wall
with suitable dia & length anchor fastener as per manufacturer's specification and direction of
Engineer-in-charge.
The door shutter shall be factory made 30 mm thick non decorative finish made of solid PVC
foam profile. The styles & rails shall be of size 75 mm x 30 mm having wall thickness 5 mm. The
styles, top & bottom rails shall have one side wall thickness of 15 mm integrally extruded on the
hinge side of the profile for better screw holding power. The styles and rails shall be reinforced
with M.S. tubes of size 33 mm x 17 mm x 1 mm, painted with primer, all four corners of
reinforcement to be welded or sealed. Solid PVC extruded bidding (push fit type) will be set
inside the styles and the rails with a cavity, to receive single piece extruded 5 mm PVC sheet as
panel. The styles and rails will be mitred cut and joint with the help of PVC solvent cement &
self-driven self-tapping screws. Single piece extruded solid PVC lock rail of size 100 mm x 30
mm with wall thickness 5 mm & 15 mm integrally extruded in the middle of the lock rail & fixed
with styles with the help of PVC solvent cement & self-driven self-tapping screws of size 100
mm x 8 mm complete as per manufacturer's specifications and direction of Engineer-in-charge.

7.3 Rolling Shutter

M.S. Rolling Shutter as required to be provided as per IS code and finished with synthetic
enamel paint.

556 of 896
8. FALSE CEILING

All specified spaces shall have false ceiling of eco friendly light weight calcium silicate tiles and
gypsum board false ceiling.

8.1 Calcium Silicate False Ceiling

Material
Frame:
The frame work shall consist of G.I. Pre-coated Silhouette Profile ' T ' Sections for Main runners /
Cross runners of size & thickness specified in the item with galvanization of 120 gsm
(minimum),and perimeter w-profile of 0.40mm (minimum thickness) having flanges of size 7mm
+ 7mm+19mm made from precoated polyester baked Coil length of 3.0/3.60M.fixed to the wall
with the help of rawl plugs at 450mm centre to centre with 35x8mm long dry wall wooden screws
with virgin plastic rawl plugs@ 450mm interval. The frame work shall be executed in a manner
so as to form a grid of 600mm x 600mm as specified in the item. The frame work shall be
suspended from ceiling by L shape adjuster hangers made of G.I. sheet of size 85x25x25x2mm
having die cut slit for sliding into main T section, also having precut hole so as the 6mm fully
threaded MS rod can be inserted and pierces into M 6 dash fasteners of 6 mm dia 40mm long,
fixed to the slab/beam and then tightened with check nuts, subsequently the bottom of 6 mm rod
will be tightened with check nuts, for adjusting the line & level, in true horizontal plane.
Ceiling Tiles:
Ceiling Tiles shall be of 15 mm thick Integral densified microlook edged, semi perforated / fully
perforated or with design/ texture as mentioned in item, eco friendly light weight calcium silicate
false ceiling tiles and made from hydrated calcium silicate, reinforcing fibres, natural fillers free
from formaldehyde and other harmful materials, & shall not contain any toxic ingredients and
shall have 52% recycled material, including 23% fly ash.
The tile shall be of size 595 x 595mm having Integral densified reinforced edges of 15 mm
thickness all around with a collar of width 24 mm and 10mm thickness at the centre. The tiles
shall have overall density of 350 kg/m3 in the body and 450kg/m3 at the edges. The tiles shall be
primer coated on both sides and the fair surface shall be having factory finish in two coats of
white dispersion type solvent free paint.
The calcium silicate tiles should be eco-friendly light weight, characterized with 100% relative
humidity resistance, non-combustibility as per BS 476 Part IV, thermal conductivity of < 0.043
w/m°kc as per ECBC Code-2007, light reflectance> 85°/0,and Noise Reduction Coefficient
(NRC) of 0.50 for Spintone / Cosmos /Fine Fissured and NRC of 0.15 for Hexa/Quadra , and
NRC of 0.65 to 0.75 for Globe fully perforated tiles, as per IS-8225-1987. Sound attenuation
STA- 32 dB. The tiles should weigh approx 5.0--5.5 kg/m2.

Suspension Material

G.I. Fully threaded galvanized rod of 6 mm dia. having hot dip coating of zinc 80g/ Sqm, and
tensile strength of 344-413 MPa. The rod should be used in conjunction with L- adjuster, bent at
90°, and check nuts, so as to ensure that there is no disengagement, both at the bottom of rod and

557 of 896
at the top portion which is tightened to M- 6 metal dash fastener, suitably drilled into the
slab/beam.

Fixing of frame work and tiles

The main runner of size 42mmx15mmx0.40mm thickness 3.00m/3.60m length having a


black/white reveal in silhouette profile spaced at 1200 mm centres, shall be securely suspended
with G.I. Fully threaded rod of 6 mm dia. with L- type adjusters of 85x25x25x2mm made from
G.I Sheet. The rod is to be be suspended from the soffit of slab/ beam at 1200 mm centre to centre
with the aid of M6 dash fasteners, suitably drilled into the slab. The last hanger at the end of each
main runner should not be greater than 600mm from the adjacent wall. Then flush fitting cross
tees, also having a black/white reveal in silhouette profile of size 42mmx15mmx0.40mmthickness
& 1.20m length are to be inserted in the main tees at 600mm centres at right angles to the main
tees to form a grid of 600mm x 1200mm modules, Shorter cross tees of 42mmx15mmx0.40mm
thickness & 600mm length are then to be centrally inserted in the longer cross tees in direction
parallel to the main tee so as to form a grid of module 600mm x 600mm. The frame system shall
rest on periphery walls/ partition on the w-profile of section 0.40 mm thick gauge having flanges
of 7mm+7mm+19mm made from G.I coil length 3.0m/3.60m,.The entire grid system shall be
designed to bear a distributed load of minimum 15kg/Sqm having galvanisation of 120 gsm
(minimum). All tees shall be rotary stitched double-webbed and powder coated in white shade.
The ceiling tiles shall be placed directly over the G.I 'T ' Section frame and not to be cemented
nor glued to the surface of any other materials.

Precautions

a) All wet trades such as plastering, conduiting, and painting etc be completed prior to start of
false ceiling works.
b) Air Conditioning duct work is to be completed, preferably even before the suspension of the
grid sections.
c) Electrical chasing or drawing lines & cables, etc. are to be in place before start of false
ceiling works.
d) No unauthorized weight is put on false ceiling. Lighting fixtures, diffuser are to be
suspended independently with proper chains/ wire & dash fasteners as directed by Engineer
in Charge.
e) The area should be completely dry, prior to ceiling installation work.

Measurements

Length & breadth of the finished ceiling shall be measured correct to a centimetre. The area shall
be calculated in square meter correct to two decimal places. No deduction shall be made for
making openings for electrical, air conditioning, fire fighting fixtures, nor shall extra payment be
made either for extra materials or labour involved in making such openings.

558 of 896
8.2 Gypsum Board False Ceiling

Providing and fixing 12.5 mm thick moisture resistant gypsum board suspended false ceiling with
M/F Suspended Ceiling Regular System (Single Layer GS-MFSC-4.1) which includes providing
and fixing G.I. Perimeter channels of size 0.55 thick having one flange of 20 mm and another
flange of 30 mm and a web of 27 mm along with perimeter of ceiling, screwed fixed to
brickwall/partition with the help of nylon sleeves and screws, at 610 mm centres. Then supending
G.I. intermediate channels of size 45 mm, 0.9 mm thick with two flanges of 15 mm each from the
soffit at 1200 mm centres with ceiling angle of width 25mmx 10mm x 0.55mm thick fixed to
soffit with G.I. cleat and steel expansion fasteners.
Finally the board are to be jointed and finished so as to have a flush look which includes filling
and finishing the tapered and square edges of the board with jointing compound, paper tape of
best quality and two coats of primer suitable for Gypsum board (as per recommended practices of
Gypsum board or equivalent).The rate shall be inclusive for making necessary opening for light
fittings, grills 15 and cutouts etc. with the frame of perimeter channels of size
20mmx27mmx30mmx0.55mm thick supported suitably and painting the exposed surface of
Gypsum board two coats with plastic emulsion paint of approved brand and shade including
making necessary service door complete in all respect as per manufacturer’s specification as
directed by E-IC.

9. ROOF AND ROOF DRAINAGE

9.1 Roof drainage system will be provided for quick and efficient draining of rainwater from roof to
avoid seepage and damage to roof. The roof gradient for the roof will not be less than 1 in 100.
Roof System will be designed to handle design requirements for the specific site and will be
in accordance to stipulations of IS:1742 and IS:2527. Roof drains will conduct water to storm
drains through uPVC down take pipes. UPVC Rain water conform to IS : 13592 Type A
including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal
expansion Single socketed pipes.

9.2 All exposed RCC roofs shall have waterproofing treatment of acrylic base flexible liquid applied
Waterproof cum Insulation Membrane. The surface shall then be finished with crazy ceramic
tiles.

Method of Application
Surface Preparation
Prior to application of Waterproof cum Insulation Membrane, all surfaces must be prepared
properly to avoid failure. The surface shall be cleaned to remove all dust, foreign materials/loose
particles or any deposits of contaminants, which could affect the bond between the original
substrate and the membrane system. This can be done by scarifying, grinding, water blasting,
sand blasting, acid washing or any other approved method. Rectify depression / honey-comb (if
any) in the surface, use mortar ( 1part mortar, 2part cement, 4 part medium washed sand) and
leave it for at least 24 hours before application of Waterproof cum Insulation Membrane.

559 of 896
Treatment of Cracks
If there is any crack up to 2 mm, clean those cracks with vacuum cleaner, to open cracks, pour
waterproof acrylic primer followed by a coat of acrylic along the crack line and leave it to dry for
overnight.

Application of Primer
Though the membrane adheres strongly with most of building materials like cement concrete,
mortar, bricks, woods, metal etc, use of acrylic primer provide better performance of final coating
system. Stir well the Primer and apply it with soft nylon brush or roller over the dry surface.
Generally, one coat is sufficient. If the surface is too porous apply two coats of primer. Time gap
between two coats should be 2-3 hours.

Application of Membrane
After the application primer coat allow it to reach touch dry for 2-3 hours. Stir the material to a
homogeneous smooth consistency and apply it horizontally with soft nylon brush, roller or
squeeze to thickness of 125-150 microns in single coat. Allow it to dry for approx. 4-5 hours.
When the applied coat becomes sufficiently dry (no foot print observed) apply second coat
vertically. Two coats are sufficient for general application (150-200 microns DFT) but for severe
conditions, three or more coats are required to achieve desired results.

Precautions
• Reinforcement rods and other sharp materials should not be dragged over the membrane,
as this can puncture the same. The material shall always be used without dilution.
• Do not apply coating thickness more than 200 microns in one go. For higher coating
thickness apply multiple coats.
• There should not be any rain during and after application of final coating for at least 6-8
hours.
• 24 Hours pond test shall be carried out after 72 hour of final coating application

10. MISCELLANEOUS WORKS

10.1 All staircases and corridors shall have m.s. railings. Handrail shall be of 66x33x3.6 M.S. hollow
section. Balusters shall be 16x16 M.S. square bar and mid rail shall be 25x6 M.S. square bar.
10.2 Polished granite/ kota stone of 250mm wide of approved shades shall be provided for window
sills, coping, etc.
10.3 Drip mould of size 20mm x 8mm shall be provided over cement plastering of chajjas, roof
projections etc.
10.4 Grooves of uniform size 10x10mm shall be formed in plastered surface as per approved pattern.
10.5 The work tops in pantry / basin counters in toilets will be of granite.
10.6 Urinal partitions shall be of granite.
10.7 Providing and fixing 24 gauge Chicken Wire mesh in junction of block work & RCC works at
corner/wall surface as per direction of Engineer-In-Charge.

560 of 896
10.8 Apron 0.90M wide of PCC M-10 grade and PCC peripheral Storm water drains around building
(as per requirements).
10.9 One or more 1000 liters overhead tank “Sintex” or equivalent with necessary GI incoming and
outgoing pipes and fittings along with 0.5 HP pump for pumping water shall be provided for
supplying water in toilets / other areas.
10.10 Providing and installation plastic garbage bins(FRP/HDPE) of min 120l capacity of approved
model of Sintex/Swift/Nutech/Sheetal or approved equ.make, design & spec as per
standard/norms complete with all fitting,fixtures,lids,wheels etc.
10.11 Supplying and fixing min.18 mm thick smooth finish black granite inauguration stone of superior
quality with overall size of 1000X750mm or 2000X1000(as per requirement of client/MECON),
with ornamental edge moulded granite / marble / cement plaster band of approved shape. The
prepared block shall be fixed with cement mortar 1:3 (1 Cement: 3 Coarse sand) in brick
wall/block work with tiles/stone after chased, including finishing and painting all-round the stone
and making aesthetically beautiful. The inauguration stone should contain engraved letters with
chemically printing /stainless steel of approved matter in Hindi & English of required colour and
size etc. and provision of curtain raising/sliding, light and landscaping/area development all
around, complete as approved by GAIL/MECON.
10.12 Providing and making GAIL logo on boundary wall (on alternate panels) with prefabricated
mould to be pressed on the plastered surface within a recess (1200mm x 1500mm x 30mm thk.
deep) while it is green. Necessary, touch ups, etching, chiseling to be done as per requirement for
depicting the exact logo. The dimensions of the logo shall be 900mm X 600mm. The logo shall
be painted with external acrylic emulsion paint in GAIL corporate colours.

11. LANDSCAPING

Areas considered for plantation shall be road / pathway side planting of hedges and organized
planting in vacant areas in front of buildings.

561 of 896
Annexure-V
to
Particular Job Specification
(STRUCTURAL WORKS)

562 of 896
PARTICULAR JOB SPECIFICATION
STRUCTURAL STEEL WORKS

563 of 896
SCOPE OF WORK FOR STRUCTURAL STEEL WORKS

1.0 This Specification shall apply to supply, fabrication and erection of steel structures in
Terminal & laying works and general structural work.

The steel structures shall consist of but not limited to columns, column bracing,
portals, sheds, platforms, crossovers, walkways, stairs, ladders, handrails,
chequered Plate/Grating for platforms, MS Gate for Boundary wall, wicket gate,
emergency gate, monorail beams, chequered Plate on cable trench, chain link
fencing and fencing gate (if required), display sign boards for terminal etc.

This Specification covers the structural steel work mainly mentioned below. The
structural work shall not be limited to the following description but shall be guided by
technical/ technological aspects for the total scope of work.

Brief description of major works is as follows:

1.1 Supply, Fabrication and Erection of Mild Steel Gates for Boundary wall

Supply, Fabrication and erection of mild steel gates-


a) - 4.0m wide & 3.0 m high,
b) - 5.5m wide & 3.0 m high with wicket gate 1.2m wide and
c) - 1.2m wide & 3.0 m high (emergency gate)

Gate shall be fabricated and erected as per detailed construction drawing to be


issued to the successful tenderer.
Painting of MS Gate as per specification and drawing.

1.2 Supply, Fabrication and Erection of Miscellaneous steel structural works.

Brief description of major items shall be as follows:

a) Supply, Fabrication and erection of columns, column bracing, portals, platforms,


crossovers, walkways, stairs, ladders, handrails, chequered Plate/Grating for
platforms, chequered Plate on cable trench, display sign boards and any other
structures required for completion of terminal works, etc. fabricated from rolled
Steel section and built up section conforming to IS:2062 and pipes conforming to
IS:1161,as per requirement.
b) Painting of steel structure as per specification and drawing.
c) Sign board and other steel structure works shall be fabricated and erected as per
detailed construction drawings to be issued to the successful tenderer.

1.3 Supply, Fabrication and Erection of Chain Link Fencing and Gate (as required)

Brief description of major items shall be as follows

564 of 896
a) Supply, Fabrication and erection of 2.4 m high chain link with 600 mm at top
barbed wire supported on steel posts with other accessories all work as per
specification and drawing.
b) Painting of steel structure as per specification and drawing.
c) Gate of suitable width shall be provided in the direction of chain link fencing. The
mesh and barbed wire used for the fabrication of gate shall be identical in all
respects to that of chain link fencing the door may be single leaf or double leaf
depending on the width of the gate.
d) The gate frame shall be an angle frame with stiffeners at mid height and mid
width. The mesh shall be welded to the gate frame/stiffeners, all work as per
specification and drawings.

e) Painting of steel structure as per specification and drawing.

The cost & weight of MS bolts (permanent and service), washers, electrodes, putty,
gases, cost of straightening the raw materials, cutting of flats from plates and providing
splices, paints, tools, plants, electric power, water, other consumables, as required for
the work shall be deemed to be included in the quoted rates.

All handling and transport charges of raw materials and fabricated structures including
double handling, as required, for completion of work in accordance with time schedule,
are deemed be included in the quoted rates.

565 of 896
Annexure-VI
to
Particular Job Specification
(INSTRUMENTATION WORKS)

566 of 896
SCOPE OF WORK

FOR

INSTRUMENTATION WORK

567 of 896
CONTENTS

1. INTRODUCTION

2. GENERAL

3. SCOPE OF WORK

4. FREE ISSUED ITEMS

5. INSPECTION CATEGORIZATION PLAN

6. LIST OF ATTACHMENTS

568 of 896
1. INTRODUCTION:

The Scope of Instrumentation work shall be Installation, field testing/ calibration &
commissioning of the complete instrumentation and control system and supply of materials in
accordance with the “SOR” and other technical documents attached with this Tender
Specification.

2. GENERAL:

2.1.0 The Contractor shall be responsible for complete activities involving all subcontractors under
him and also instrument sub-contractor (if applicable) works under him for the complete
instrument works, as part of his scope.

2.1.1. Scope of work shall be read in conjunction with the SOR, drawings, specifications and other
documents forming a part of the Contract document. Wherever there is a contradiction between
the above, matter shall be referred to CLIENT / MECON and their decision in this regard shall
be final and binding to contractor.

2.1.2. In the control room, the contractor's scope shall include laying, tagging and identification of all
cables connected between the field and the control room, dressing of the same inside the control
room. It is the responsibility of the contractor for proper routing, dressing of cables, terminations
in panels inside the control room and also for loop checking.

2.1.3. Contractor shall quote unit rates for all items covered in the “SOR”.

2.1.4. Contractor shall be responsible for co-ordination during installation, pre commissioning and
commissioning with his Mechanical and other sub contractors for proper installation of line
mounted instruments.

2.1.5. Contractor shall be responsible for installation, field testing, calibration, pre-commissioning and
commissioning.

2.1.6. Contractor shall be responsible for coordination with the various instrumentation vendor for all
kind of works inside the control room i.e. cable laying, tray erection, if any, and for proper cable
terminations and loop checking.

2.1.7. Drawings and Installation Standards enclosed with the tender are only for reference and
indicative of general nature for scope of work. Actual installation shall be carried out based on
final installation standards, Bill of material and vendor’s drawings / documents issued to site and
as per instructions of Engineer-in-Charge.

2.1.8. Instrument items such as tubes, tube fitting, valves & manifold, junction boxes, cables, cable
glands, plugs, adapters, pipe and pipe fittings etc., as required for installation & hook-ups of
instrument listed under SOR shall be supplied from the attached list of Approved Vendor’s only.
Contractor shall take prior approval of make and specification of such items before placement of
order.

569 of 896
2.1.9. Sealing of cable entries into the control room after laying and testing of all cables using MCT
Blocks.

2.1.10. During trial run/start up/commissioning at all the locations, the contractor shall provide skilled
personnel and supervision round the clock at contractor’s cost. Any defect or changes of setting,
recalibration, etc., if any during the above activity shall be rectified/done immediately to the
satisfaction of engineer-in-charge or his representative. The number and category of the
personnel shall be as decided by the engineer-in-charge. The cost of the above is deemed to be
included by the contractor in the rate quoted.

2.1.11. Contractor's scope shall include making holes in the RCC for fixing up of supports for
instrumentation items, trays etc.

2.1.12. Contractor shall note that elbows (if required) shall be installed on the impulse line wherever
required as per instructions of the Engineer-in-Charge even if it is not indicated in the
installation standards.

2.1.14 The methodology of cable supports shall be as follows:-

a) Perforated/Angle/Ladder Trays (Contractor’s supply) for all the cables from the individual
instruments to the respective junction boxes.

b) Perforated/Angle/Ladder Trays (Contractor’s supply) or Trenches (Prepared by contractor)


as per the layout drawings (and any subsequent site adjustments as deemed necessary by
the engineer-in-charge) from the junction boxes to the control room(s), the same
supports/routes will have to be used for direct run cables from the individual instruments
to the control room.

2.1.15 The field work shall be carried out under strict safety regulations and work permits as laid
down by the client. The contractor shall take extreme care regarding safety and all safety gear
like helmets; hand gloves, safety belts, spectacles etc. shall have to be provided by the
contractor.

2.1.16 The single pvc sleeve type printed ferule shall be supplied. Ferruling for cables shall be done
with tag no. of instruments for individual pair. Cross ferruling shall be done for cable ferruling
in field and panels as per instruction of the Engineer in charge.

2.1.17 The contractor shall have to assess the actual site conditions/requirements before placement of
order for cable/trays as per the actual site condition. Contractor has to prepare a cable routing
layout as per actual site requirements from field to existing control room and get the approval
before placement of procurement.

2.1.18 Allowable minimum bending radius of multipair / multicore cable shall be 6 times the outside
diameter for unshielded cables and 8 times the outside diameter for shielded cables unless
otherwise recommended by the supplier.

2.1.19 Location and flow direction of on-line instruments shall be checked by the contractor and to be

570 of 896
rectified in case of any discrepancy as per the instruction of Engineer -In-Charge

2.1.20 The cable entry to the Control room shall be through MCT Blocks for all the control rooms,
which shall be installed by the contractor. The installation of the pipe sleeves shall be as
approved by the Engineer-in-charge. Contractor shall run all cables from field to Control
Room. The cables shall run through Tray / Trench / IRC (instrument road crossings) from field
to the control room as per Instrument Layout Drawings (to be furnished during execution).

2.1.21 Wherever trenches of longer/ smaller dimension than the maximum dimension identified in the
SOR, the rate shall be considered as pro-rata basis for increase/ decrease in floor area change.

2.1.22 Welding/NDT, Charpy V-notch, QA/QC requirement etc. shall be as per Piping Material
Specification (PMS), MECON standards & specifications and other requirement attached /
mentioned elsewhere in the tender document. Contractor to also note that 100% MPI shall be
carried out in the entire socket weld joints in the installation of instruments. The SOR price
shall include all the above in the installation of respective instrument/item.

2.1.23 Welding shall be as per welding standard attached elsewhere in the tender document.

3. Scope of Work :

The instrumentation works shall include, but not limited to the following to complete the works
(Scope of work is common for all the terminals of Section I, Section II, Section III & Section
IV and shall be read in conjunction with SOR, Std. drawings, Std. TS and other attachments of tender
document.) :

a) Supply, Installation, testing, calibration & commissioning of all field instruments (as
applicable) like Pressure Gauges, Temperature Gauges, Pressure Transmitters,
Temperature Transmitters, RTD (skin type & Thermowell type), etc. as per P&ID,
Technical Specifications, drawings & Datasheets attached with tender documents.
b) SS Tube Connection, Electrical Termination, Testing and Commissioning of Gas Actuated
Ball Valves (AV) / GOV including the Supply and installation of SS tubes and fittings
along with supports for impulse lines (wherever required), hydraulic testing, hydraulic oil
(if required), painting of supports as per std, manifold/ isolation valves, sockolets etc as
required for tubing of each Valve, as per the direction of Engineer-In Charge but exclusive
of supply of Valves with actuator.
c) Testing & Commissioning of Metering Skids (alongwith Metering Panels, free issued
cables, etc.) including all manpower, tools & tackles, equipments, consumables, etc.
required as per direction of Engineer-in-charge. Scope also includes installation of metering
panel & laying of free issued cables.
d) Testing , Commissioning , Electrical termination, calibration of Non-Intrusive Pig

Page 5 of 9
571 of 896
Signallers including all manpower, tools & tackles, equipments, consumables, etc. required
as per direction of Engineer-in-charge.
e) Calibration of Pressure Safety Valves as detailed in SOR.
f) Design, Engineering, inspection, Supply, Installation, testing & commissioning of Fully
wired Control Panel cum TIC Panel (Free standing type, 2115 (mm) H (including 100 mm
base + 15 mm anti-vibration pad) x 1200 (mm) W x 800 (mm) D) alongwith all accessories
including valve auto-closure as per tender Document s. All the signals of electrical,
instrumentation, RTU/SCADA, CP, metering skid, etc. are to be interfaced through this
Panel and necessary TBs alongwith accessories shall be provided for the same.
g) Design, Engineering, inspection, Supply, Installation, testing & commissioning of LEL
Detection System comprising of Monitoring card (in Control Panel) & LEL Detectors (in
the field) as per tender document (inclusive of supply of yoke, supports, calibration kit, etc)
h) Supply, Installation, testing of instrument valves & manifolds, mounting accessories,
impulse piping/ tubing, pipe/tube fittings, cable glands, identification tags, conduits,
structural material required for instrument and junction box supports, trays and painting
etc. as per P&ID, Technical Specifications , drawings & Datasheets attached with tender
documents.
i) Supply, Laying, testing of earthing cables / strips for instrument cases & junction boxes to
earth grid, GI / copper strips for grounding of racks/ cabinets/ panels in the control room
with earth pit. Separate earthing to be provided for electrical & instrumentation system.
Copper conductor to be considered for lightning arrestor. Earthing of transformer neutral
shall have double earthing.
j) Supply, Installation , testing and commissioning of Multi cable Transit blocks for all the
cables entering in control room of all the stations
k) Supply, Installation, testing and commissioning of Insulated cable glands for all the
instruments and AV of all the SV Terminals. Size of cable gland shall be as per site
requirement.
l) Supply, Installation, testing and commissioning of dielectric fittings for tubing works at all
SV stations.
m) Excavation of trenches for burring the cables, filling with sand, laying of bricks, back
filling and compacting of the excavated earth. Removal of pre-cast concrete slabs (If
required) and sand on the existing concrete trench, and re-filling of RCC cable trenches
with sand & re-fixing back the concrete slabs after laying of new cables.
n) Supply, Laying, testing of all interconnection cabling (single pair & multi pair signal,

572 of 896
alarm, control and power cables and system cables etc.) between instrument items and
junction boxes, instrument items/ junction boxes to Panel & between panels / cabinets /
racks.
o) Dressing, Tagging, lugging, ferruling, glanding, pair/core identification and termination of
all field cables (single pair & multi pair signal, alarm, control, power and system cables
etc.) in the instrument items, junction boxes, Control Panel & other panels / cabinets /
racks.
p) Complete loop checking and megger testing of cables.
q) Supply, Installation, testing of junction boxes, cable glands, plugs and adapters.
r) Supply, Installation of canopies for instruments.
s) Supply, Fabrication, erection, laying & painting of cable trays, perforated/angle trays
including clamping, identifying tags.
t) Calibration of all field instruments.
u) Hydraulic testing of instrument impulse lines (piping/tubing).
v) Commissioning.
w) Documentation.
x) As built drawings.
y) Supply & installation of yoke supports for instruments and junction boxes.
z) Supply & installation of canopies fabricated out of 2 mm thick MS sheet for instruments.
aa) Supply & installation of pipe sleeves for instrumentation cable entry to the control room.
bb) Supply & installation of Rodent repellers.
cc) The quantities given in SOR against individual items are indicative and shall not be
considered to be binding. The quantities may be increased, decreased or deleted at site at
the time of actual execution and as per discretion of owner/engineer-in-charge. The unit
rate shall be operated to work out the final payment due to contractor. The procurement
shall done as per actual site condition, Approved construction drgs. and Instruction of EIC.
dd) All the items required to complete the work shall be the scope of supply of contractor only.
ee) Supply means supply of instruments including all erection accessories as defined elsewhere
in tender document.
ff) Contractor to note that wherever stainless steel is specified it refers to austenitic and / or
ferrite steel.
gg) All cable glands shall be double compression type and shall be provided with PVC hood.
Cable glands shall be suitable for the cable dimensions with ±2 mm tolerance.
hh) For all electrical items supplied by the contractor including junction boxes, cable glands

573 of 896
and accessories supplied for projects in India, certification from CMRS for explosion
proof to IS 2148 suitable for NEC Class -I, Div-1, Group C & D and Weatherproof to IP
55 as per IS 13947 and approval from CCOE (Chief Controller of Explosives, India) shall
be furnished irrespective of place of manufacture.
ii) For instrument material supplied by Contractor such as cables, junction boxes, pipe, pipe-
fittings, tube, tube-fittings, Instrument valves and Manifolds; drawings, data from vendor
shall be furnished as required as per the respective standard specification. Also Contractor
shall furnish:

i. Specification / Datasheet of Junction Boxes, Cable Glands, Plugs and adaptors.


ii. Complete catalogues with part list for all contractor supplied instruments.
iii. GA drawing of Junction boxes and canopies
iv. Certificates from statutory body for hazardous area for junction boxes, cable glands,
plugs, adaptors.
v. Material test certificates.
vi. Vendor List for all items
vii. As-built Drawings / Documents. Earthing layout drawing to be submitted indicating
instrument earthing, electrical earthing & lightening earthing. Lightning earthing shall
be isolated from instrument earthing.
viii. Site Calibration report for all instruments.

Note: This list indicates the minimum drawings and document requirements. However, vendor shall
submit a complete list of document and drawing schedule listing all the drawings and
documents to be submitted by them during the course of execution of the job. The schedule
shall list all drawings and documents along with their number and expected date of
submission.

4. FREE ISSUED ITEMS:

The following instrument item shall be free issued to contractor:


a) Gas Actuated Valves AV / GOV.

b) Metering Skids

c) Pig Signaller

574 of 896
5. INSPECTION CATEGORIZATION PLAN FOR INSTRUMENTATION ITEMS

Sl. Item Description Unit Inspection Inspection Inspection Remarks


No. Category Category Category
TPIA Contractor PMC
Instruments (PG, TG, PT, TT, LEL
1 Nos. B B/C C
Detection System, RTD, etc)

2 Instrument cables Nos. B B/C C


Control panel (including
3 Nos. B B/C C
barriers/SDC/panel indicator,etc)
4 Cable Trays Nos. N/A B/C C *

5 Junction Boxes , Cable Glands Nos. N/A B/C C *


Tube Fittings , Tube
6 manifolds/valves, Tubes, MCT LS N/A B/C C *
Blocks, Earthing wires, Canopy

Inspection Characterization Legend

1 A - Stage-wise Inspection + Final Inspection + Document Review as per QAP / specification / Drg.
2 B - Final Inspection + Document Review as per QAP / specification / Drg.
3 C - Document Review as per QAP / specification / Drg.

TPI - Third Party Inspection Agency


QAP shall be prepared by vendor / contractor and shall be submitted for approval.

* Items shall be accepted at site based on the TC/IR review as per specification/Drg. Hence, IWC not
required.

6. LIST OF ATTACHMENTS:

Refer the List of datasheets, Standard Specifications, vendor list, standard QAP’s and Standard
Drawings enclosed elsewhere in the tender document.

575 of 896
DATASHEET OF PRESSURE GAUGE
Project :- *
Client :- *

Contractor :- *
FOA No. :- *
1 Type Direct Wetted parts ---
material
2 Mounting Local Element ---
3 Dial size 150 mm Lower body ---
Colour White (Non rusting plastic Non wetted ---
with black engraving) parts
4 Case material SS Process ---
connection
5 Bezel ring Screwed / Bayonet Size ---
6 Window material Shatter proof glass Rating ---
7 Enclosure Min. IP 65 / 66 Facing &Finish ---
8 Pressure element Bourdon tube Capillary ---
material
9 Element material SS 316 Capillary ---
length
10 Socket material SS 316 Flushing & ---
Filling
11 Accuracy  1% FSD Over range 130% of range
16
protection
12 Zero adjustment Micrometer pointer Blow out Required
17
(Internal) protection
18 Options
13 Connections ½” NPT (M) a) Snubber
Conn. Location Bottom b) Syphon
14 Movement SS 304 c) Gauge saver
15 Diaphragm seal --- d) Liquid filled casing
Type --- 19 2-valve, 3-way Required
manifold
20
Make & *
Model
Pressure Design
Tag No. Range Fluid Location Options
Operating Design Temp.
Refer Instrument Index / P&ID
NOTES:

1) ‘*’ Information to be supplied by the Vendor / Contractor.


2) Make of the PG shall be from approved vendor list of Mecon /Client.
3) Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
4) Offered Model shall meet the tender requirement.

576 of 896
DATASHEET OF PRESSURE TRANSMITTER
Project :- *
Client :- *
Contractor :- *
FOA No. :- *
GENERAL MEASURING UNIT
1 Function Transmit & Indicate 15 Service Pressure
Electronic Smart P
2 Type 16 Element Diaphragm
Based
3 Case Mfg. Std. 17 Body Material Carbon Steel or better
4 Mounting Yoke 18 Element Material SS 316L
Weather proof to
IS2147 Process
5 Enclosure 19 ½” NPT(F)
Explosion proof to Connections
IS2148
Process Conn.
Enclosure class Min. IP 65 / 66 Mfg. Std.
Locn.
Zone-I, Gr.IIA & IIB, Over Range
6 Elec. Area Class. 20 130% of Range
T3, CCOE certified Protection
Intrinsically safe &
7 Required
Flameproof
8 Air supply N.A 21 Output Meter Required (W.P. & Intr. Safe )
22 Mounting Required for 2” Pipe Mounting –
9 Power supply 24 VDC
Accessories Material (SS 316)
Zero elevn. & Required
10 Cable entry ½” NPT(F) 23
suppression
2-valve, 3-way Required
11 Accuracy + 0.075% of SPAN 24
manifold
12 Repeatability + 0.05% 25 Make & Model *
TRANSMITTER
4 – 20 mA DC, Two
13 Output
wire
14 Trans. Power supply 0 - 24 V DC

Design Design
Tag No. Operating Pressure Range Fluid Options
Press. Temp.

Refer Instrument Index / P&ID


NOTES:
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the PT shall be from approved vendor list of Mecon /Client.
3. CCOE Certificate for offered transmitter to be submitted by the Vendor / Contractor during approval.
4. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
5. Offered Model shall meet the tender requirement.
6. PT shall be with HART PROTOCOL

0 NB VJ RKS
INSTRUMENTATION DATASHEETS
MECON LTD. DELHI
DS No: MEC/STD./
Rev. Prpd. By : Chkd. By : Appd. By : 577 of 896
05/E5/I/DS
Page 2 of 13
DATASHEET OF TEMPERATURE GAUGE (with Thermowell)
Project :- *
Client :- *
Contractor :- *
FOA No. :- *
GENERAL FILLED SYSTEM
1 Type FILLED SYSTEM / BIMETALLIC 15 SAMA Class VB
2 Well REQUIRED Compensation CASE
ADJUSTABLE
3 Mounting LOCAL 16 Bulb type
UNION
4 Dial size 150 mm Bulb material 316SS
WHITE (Non rusting plastic with
5 Colour 17 Bulb union threaded to ½” NPT(M)
black figs.)
DIE CAST ALUMINIUM
6 Case material 18 Extension type RIGID
(EPOXY PAINTED)
7 Window material SHATTER PROOF GLASS 19 Bulb dia 8 mm (Min)
8 Conn. Location BOTTOM 20 Capillary material
9 Accuracy 1% FSD Armour Flexible
WEATHER PROOF
10 Enclosure Armour material
TO IS2147
Enclosure class Min. IP 65 / 66 Capillary length
MICROMETER POINTER
11 Zero adj. Screw 21 Overrange protection 130% OF RANGE
(Internal)

BIMETAL THERMOWELL
12 Stem: 22 Material SS 316
DRILLED BAR
Type 23 Construction
STOCK
Material 24 Process connection 1 ½” FLANGED

Size 25 Gauge connection ½” NPT (F)


13 Stem diameter 26 Thermowell as per drg Drg enclosed
14 27 Options a) LIQUID FILLED
28 Make & Model *
Well
Temperature ( C)
Tag No. Range Dimensions Flange rating Location Remarks
Operating Design U T
Refer Instrument Index / P&ID
Note:
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the TG shall be from approved vendor list of Mecon /Client.
3. Wake frequency calculation of offered Thermowell to be submitted by the Vendor / Contractor during approval.
4. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
5. Offered Model shall meet the tender requirement.

578 of 896
DATASHEET OF TEMPERATURE GAUGE (SKIN TYPE)
Project :- *
Client :- *

Contractor :- *
FOA No. :- *
GENERAL FILLED SYSTEM
1 Type FILLED SYSTEM / BIMETALLIC 15 SAMA Class VB
2 Well REQUIRED Compensation CASE
ADJUSTABLE
3 Mounting LOCAL 16 Bulb type
UNION
4 Dial size 150 mm Bulb material 316SS
WHITE (Non rusting plastic with
5 Colour 17 Bulb union threaded to ½” NPT(M)
black figs.)
DIE CAST ALUMINIUM
6 Case material 18 Extension type RIGID
(EPOXY PAINTED)
7 Window material SHATTER PROOF GLASS 19 Bulb dia 8 mm (Min)
8 Conn. Location BOTTOM 20 Capillary material
9 Accuracy 1% FSD Armour Flexible
WEATHER PROOF
10 Enclosure Armour material
TO IS2147
Enclosure class Min. IP 65 / 66 Capillary length
MICROMETER POINTER
11 Zero adj. Screw 21 Overrange protection 130% OF RANGE
(Internal)

BIMETAL THERMOWELL
12 Stem: 22 Material -
Type 23 Construction -
Material 24 Process connection -
Size 25 Gauge connection -
13 Stem diameter 26 Thermowell as per drg -
14 27 Options a) LIQUID FILLED
28 Make & Model *
Well
Temperature ( C) Flange
Dimensions
Tag No. Range Location Remarks
Rating/Face/
Operating Design U T Material
Finish
Refer Instrument Index / P&ID
Note:
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the TG shall be from approved vendor list of Mecon /Client.
3. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
4. Mounting Pad to be provided with TG.
5. Offered Model shall meet the tender requirement.

579 of 896
DATASHEET OF RTD (SKIN TYPE)
Project :- *
Client :- *

Contractor :- *
FOA No. :- *
GENERAL 13 Cable entry ½” NPT (F)
1 Assembly as per Drg. enclosed 14 No. of entries Single
drg. 15 Enclosure type Weather proof to Min. IP 65 / 66, Ex-
proof (CCOE certified)
ELEMENT THERMOWELL
3 No. of elements Simplex 16 Material --
4 Calibration As per DIN 43760 17 Construction --
5 Element material Platinum (Pt 100) 18 Process --
connection
6 Resistance at 0C 100 ohms 19 Inst. connection --
7 Leads Standard 20 Thermowell as --
8 Sheath per drg
O.D. 6 mm TRANSMITTER
Material SS 316 21 Quantity -
9 Nipple & Union SS 316 22 Input
-
Material
10 No. Of wires 4 Wire 23 Output --
HEAD 24 Power Supply --
11 Head Cover type Screwed cap & SS chain 25 Mounting --
12 Material Cast Aluminium 26 Enclosure class --
27 Make & Model
*
No.

Temperature Well Flange


Dimensions
Tag No. Range Service REMARKS
MaterialRating/Face/
Nor Design U T
Finish
Refer Instrument Index / P&ID

NOTES:

1. ‘*’ Information to be supplied by the Vendor / Contractor.


2. Make of the RTD shall be from approved vendor list of Mecon /Client.
3. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
4. RTD offered shall be of highest accuracy (4 wire, 1/5 DIN)
5. Mounting Pad alongwith accessories to be provided with RTD.
6. CCOE Certificate for offered RTD to be submitted by the Vendor / Contractor during approval.
7. Offered Model shall meet the tender requirement.

580 of 896
DATASHEET OF RTD (with Thermowell)
Project :- *
Client :- *

Contractor :- *
FOA No. :- *
GENERAL 13 Cable entry ½” NPT (F)
1 Assembly as per Drg. enclosed 14 No. of entries Single
drg. Enclosure type Weather proof to Min. IP 65 / 66, Ex-
15
proof (CCOE certified)
2 Type RTD (4 wire, 1/5 DIN)
THERMOWELL
ELEMENT
3 No. of elements Simplex 16 Material SS 316
4 Calibration As per DIN 43760 17 Construction Drilled bar stock
5 Element material Platinum (Pt 100) 18 Process connection 1 ½” Flanged
6 Resistance at 0C 100 ohms 19 Inst. connection ½” NPT (F)
7 Leads Standard Thermowell as per Drg. Enclosed
20
8 Sheath drg
O.D. 8 mm TRANSMITTER
Material SS 316 21 Quantity
9 Nipple & Union SS 316
22 Input
Material
10 No. Of wires 4 Wire 23 Output
HEAD 24 Power Supply
11 Head Cover type Screwed cap & SS chain 25 Mounting
12 Material Cast Aluminium 26 Enclosure class
27 SS Tag Plate Required
Make & Model *
28
No.

Well
Temperature Flange
Dimensions
Tag No. Range Fluid Qty
Rating/Face/
Nor Design U T Material
Finish
Refer Instrument Index / P&ID

NOTES:
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the RTD shall be from approved vendor list of Mecon /Client.
3. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
4. Wake frequency calculation of offered Thermowell to be submitted by the Vendor / Contractor during approval.
5. CCOE Certificate for offered RTD to be submitted by the Vendor / Contractor during approval.
6. Offered Model shall meet the tender requirement.

581 of 896
DATASHEET OF TEMPERATURE TRANSMITTER
Project :- *
Client :- *
Contractor :- *
FOA No. :- *
GENERAL
1 Function Transmit & Indicate
Electronic Smart P
2 Type
Based
3 Case Mfg. Std.
4 Mounting Yoke
Dual Chamber, Weather
proof to IS2147
5 Enclosure
Explosion proof to
IS2148
Enclosure class Min. IP 65 / 66
Zone-I, Gr.IIA & IIB,
6 Elec. Area Class.
T3, CCOE Certified
Intrinsically safe &
7 Required
Flameproof
8 INPUT FROM RTD
9 RFI / EMI Protection Required
10 Cable entry ½” NPT(F)
11 Accuracy + 0.1% of FSD
12 Linearisation Upscale
13 Load Driving Capability 600 Ohms at 24 V DC
4 – 20 Ma DC, Two
14 Output
wire
15 Trans. Power supply 0 – 24 V DC
16 Cold Junction Compensation *
17 Required (W.P. & Intr.
Output Meter
Safe)
18 Required for 2” Pipe
Mounting Accessories Mounting –
Material (SS 316)
19 Make & Model *

Design Design
Tag No. Operating Pressure Range Fluid Options
Press. Temp.

Refer Instrument Index / P&ID

NOTES :

1. ‘*’ Information to be supplied by the Vendor / Contractor.


2. Make of the TT shall be from approved vendor list of Mecon /Client.
3. CCOE Certificate for offered transmitter to be submitted by the Vendor / Contractor during approval.
4. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
5. Offered Model shall meet the tender requirement.
6. TT shall be with HART PROTOCOL.

582 of 896
DATASHEET OF LEL DETECTION SYSTEM
Project :- *
Client :- *
Contractor :- *
FOA No. :- *
SERVICE To detect the presence of Natural Gas in the various
locations in Terminal area.
Qty. of Detectors with single channel Refer SOR / MR
Monitoring cards
Qty. of Controller Rack Refer SOR / MR
ALARMS To be available in the respective Control Rooms.
RELAY CONTACT FOR EACH Required
CHANNEL
RELAY CONTACT FOR GROUPING Required
SENSOR
Make *
Model No. *
TYPE Poison resistant, infrared absorption type for combustible
gas or vapours. (Non-selective)
CONSTRUCTION Explosion proof, SS 316 body with stainless steel flame
arrestors, dust cover, weather proof as per NEMA 4X or
Min. IP 65 / 66 (NOTE-3).

Sensor element shall be replaceable type / plug in type.


Terminal box shall be provided for further cabling.
Flying leads shall not be offered. Cable entry shall be ¾”
NPT (F) (NOTE-4).
ELECTRICAL AREA Zone –1, Gr. II A & II B, T3, CCOE Certified
CLASSIFICATION
RANGE 0 –100 % LEL
OUTPUT 3 wire (4-20 mA)
ACCURACY ± 1 % of gas reading @ 50% LEL, ± 5 % of gas
reading @ > 50% to 100% LEL
MOUNTING ACCESSORIES *
GAS MONITOR / CONTROLLER
Make *
Model No. *
TYPE Solid state electronic, panel mounted plug in modular
construction
NO. OF CHANNELS 16 Nos. (With Common Indicating Meter). However,
single loop integrity shall be maintained by one
monitoring card per sensor. Single Channel Monitors

0 NB VJ RKS
INSTRUMENTATION DATASHEETS
MECON LTD. DELHI
DS No: MEC/STD./
Rev. Prpd. By : Chkd. By : Appd. By : 583 of 896
05/E5/I/DS
Page 8 of 13
shall be offered.
POWER SUPPLY 24 V DC Monitor / Controller shall supply power to
sensor.
RANGE AND METER Adjustable between 0-100 % LEL
CALIBRATION
INDICATORS Required 0 –100 % LEL
INDICATOR LIGHTS Power on by a confidence flash for every 2 seconds.
(Separate for each channel) 20 % LEL
40 % LEL
Malfunction (malfunction shall include short cut. Line
breaking, over range and earth fault.)
OTHER FEATURES a) Dual adjustable set points for gas level alarm.
b) SPDT latching type relay contacts shall be provided
for following:
i) 20 % LEL (each channel)-alarm high (adjustable)
ii) 40 % LEL (each channel)-alarm very high (adjustable)
iii) Malfunction (common)
iv) High (Common)
v) High High (Common)
c) Relay contacts shall be suitably rated for the specified
power requirements.
d) Reset push button (common)
e) Sensor calibration without alarm outputs shall be
achieved by inhibit switch on relevant channel.
MOUNTING Monitors / Controllers shall be supplied mounted in 19”
racks with screwed terminals at the back. However 19”
racks shall be fully wired-up in ready to use condition.
Dummy plates shall be provided on spare channel slots
wherever required (20 % spare slot shall be provided
wherever applicable).
CALIBRATION KIT Set of fully equipped calibration gas kit consisting of at
least a cylinder / bottle of calibration gas for minimum 6
months use (of known mixture of air and gas ) , a
pressure regulator with gauge , flexible tube / hose ,
adapter cap (to fit sensing head ) shall be supplied to
enable online calibration of LEL detectors.

NOTE :
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the LEL Detection System shall be from approved vendor list of Mecon /Client.
3. Splash guard & weatherproof cap for protection against dust and rain shall be provided.
4. The junction box shall be weatherproof to IP 55 and certified to Explosion proof.
5. CCOE Certificate for offered LEL Detection System to be submitted by the Vendor / Contractor during approval.
6. Detailed technical catalogue for offered model to be submitted by vendor/contractor during approval.
7. RS-485 port shall be provided for provision of interfacing with RTU/SCADA.

584 of 896
8. Offered Model shall meet the tender requirement.

585 of 896
DATASHEET OF INSTRUMENTATION CABLES
Project :- *
Client :- *
Contractor :- *
FOA No. :- *
Description 1PX1.50SQ.MM- 1TX1.50SQ.M 1QX1.50SQ.MM-ARM 6TX1.50SQ.MM- 6PX0.50SQ.MM- 3CX1.50SQ.MM- 12CX1.50SQ.MM-
ARM CABLE M-ARM CABLE CABLE ARM CABLE ARM CABLE ARM CABLE ARM CABLE
Make * * * * * * *
As per site / As per site /
As per site / tender As per site / tender As per site / tender As per site / tender As per site / tender
Order Quantity(M) tender tender
requirement requirement requirement requirement requirement
requirement requirement
General Cable Type Armoured Armoured Armoured Armoured Armoured Armoured Armoured
Voltage Grade(V) 1100 1100 1100 1100 1100 1100 1100
No of Cores NA 3 4 18 NA 3 12
No of Pairs 1 NA NA NA 6 NA NA
No of Triads NA 1 NA 6 NA NA NA
CONDUCTOR

Conductor Size (SQMM) 1.5 1.5 1.5 1.5 0.5 1.5 1.5
Electrolytic Electrolytic Electrolytic Electrolytic Electrolytic Electrolytic
Electrolytic Annealed
Conductor Material Annealed Tinned Annealed Annealed Tinned Annealed Tinned Annealed Tinned Annealed Tinned
Tinned Copper
Copper Tinned Copper Copper Copper Copper Copper
Conductor Type Multi Strand Multi Strand Multi Strand Multi Strand Multi Strand Multi Strand Multi Strand
Core Dia of Strand 0.53 0.53 0.53 0.53 0.2 0.53 0.53
(Before Stranding)(mm)
Core No of Strands 7 7 7 7 16 7 7
AS PER IS AS PER IS AS PER IS AS PER IS AS PER IS AS PER IS
Conductor Ref Standard AS PER IS 8130/1984
8130/1984 8130/1984 8130/1984 8130/1984 8130/1984 8130/1984
Insulation

Insulation Material Extruded HR


Extruded HR PVC Extruded HR PVC Extruded HR PVC Extruded HR PVC Extruded HR PVC
PVC Type C As Extruded HR PVC Type
Type C As per IS Type C As per IS Type C As per IS Type C As per IS Type C As per IS
per IS 5831- C As per IS 5831-1/84
5831-1/84 5831-1/84 5831-1/84 5831-1/84 5831-1/84
1/84
Insulation thickness 0.5 0.5 0.5 0.5 0.5 0.5 0.5
(min) (mm)
Insulation color BLUE BLACK &
BLUE & BLACK with
BROWN with cores GREY with
cores of each pair
BLUE BLACK & BLUE BLACK RED & of each triad RED YELLOW & numbering on each
BLACK & BLUE numbered within
BROWN YELLOW numbered within BLUE cores for core
250 mm interval for
250 mm interval for identification
triad identification
triad identification
Number of Twist /
10 10 10 10 10 NA NA
Meter
INDIVIDUAL SHIELDING
DETAILS
Individual Shielding
Yes Yes Yes Yes Yes NA NA
requirement
Individual Drain wire Annealed Tinned Annealed Annealed Tinned Annealed Tinned Annealed Tinned
NA NA
Material Copper Tinned Copper Copper Copper Copper
Individual Drain Wire 0.5 0.5 0.5 0.5 0.5
NA NA
Size (SQMM)
Individual Drain Wire
Multi Multi Multi Multi Multi NA NA
Type
Individual Drain Wire No
7 7 7 7 7 NA NA
of Strand
Individual Drain Wire 0.3 0.3 0.3 0.3 0.3
Dia of Strand (Before NA NA
Stranding)
Individual Shielding Al Mylar Tape Al Mylar Tape Al Mylar Tape Al Mylar Tape
Al Mylar Tape (Helical) NA NA
Tape Type (Helical) (Helical) (Helical) (Helical)
Individual Shielding
0.05 0.05 0.05 0.05 0.05 NA NA
Tape Thickness (mm)
Individual Shielding 25 & 100 25 & 100 25 & 100 25 & 100 25 & 100
NA NA
Overlap (%)& Coverage

586 of 896
(%)
COMMUNICATION PAIR

Communication Pair NA NA NA Yes Yes NA NA


CP Conductor Size
NA NA NA 0.5 0.5 NA NA
(SQMM)
Annealed Tinned Annealed Tinned
CP Conductor Material NA NA NA NA NA
Copper Copper
CP Conductor Type NA NA NA Multi Multi NA NA
CP Conductor Diameter
of Strand (Before NA NA NA 0.3 0.3 NA NA
Stranding) (mm)
CP Conductor No of
NA NA NA 7 7 NA NA
Strand
Extruded HR PVC Extruded HR PVC
Communication Pair
NA NA NA Type C As per IS Type C As per IS NA NA
Insulation Material
5831-1/84 5831-1/84
Communication Pair
Insulation Thickness NA NA NA 0.4 0.4 NA NA
(mm)
Communication Pair
NA NA NA Red & Green Red & Green NA NA
Insulation Color
OVERALL SHIELDING

Overall Shielding
NA NA NA Yes Yes NA NA
Requirement
Overall Drain wire Annealed Tinned Annealed Tinned
NA NA NA NA NA
Material Copper Copper
Overall Drain Wire Size NA NA NA 0.5 0.5 NA NA
(SQMM)
Overall Drain Wire Type NA NA NA Multi Multi NA NA
Overall Drain Wire No of
NA NA NA 7 7 NA NA
Strand
Overall Drain Wire NA NA NA 0.3 0.3 NA NA
Diameter of Strand
(Before Stranding) (mm)
Overall Shielding
Overlap (%) & Coverage NA NA NA 25 & 100 25 & 100 NA NA
(%)
Overall Shielding Tape
NA NA NA Al Mylar Tape Al Mylar Tape NA NA
Type
Overall Shielding Tape NA NA NA 0.075 0.075 NA NA
Thickness (mm)
Inner Sheath

Inner Sheath Material Extruded HR FRLS Extruded HR Extruded HR FRLS PVC Extruded HR FRLS Extruded HR FRLS Extruded HR FRLS Extruded HR FRLS
PVC ST2 FRLS PVC ST2 ST2 PVC ST2 PVC ST2 PVC ST2 PVC ST2
Inner Sheath Ref. AS PER IS AS PER IS AS PER IS 5831/1984 AS PER IS AS PER IS AS PER IS AS PER IS
Standard 5831/1984 5831/1984 5831/1984 5831/1984 5831/1984 5831/1984
Inner Sheath Thickness
* * * * * * *
(Minimum) (mm)
Dia Over Inner Sheath
* * * * * * *
(mm)(Nominal)
Inner Sheath Color BLACK BLACK BLACK BLACK BLACK BLACK BLACK
Rip Cord PROVIDED PROVIDED PROVIDED PROVIDED PROVIDED PROVIDED PROVIDED
Armour

Armour Material Galvanized steel Galvanized Galvanized steel AS Galvanized steel AS Galvanized steel AS Galvanized steel AS Galvanized steel AS
AS PER IS-3975 steel AS PER PER IS-3975 PER IS-3975 PER IS-3975 PER IS-3975 PER IS-3975
IS-3975
Armour Type & size * * * * * * *
Extruded HR FRLS Extruded HR Extruded HR FRLS PVC Extruded HR FRLS Extruded HR FRLS Extruded HR FRLS Extruded HR FRLS
PVC ST2-Anti FRLS PVC ST2- ST2-Anti Rodent and PVC ST2-Anti PVC ST2-Anti PVC ST2-Anti PVC ST2-Anti
Rodent and Anti Rodent Termite PROPERTIES Rodent and Rodent and Rodent and Rodent and
Outer Sheath Material
Termite and Termite Termite Termite Termite Termite
PROPERTIES PROPERTIES PROPERTIES PROPERTIES PROPERTIES PROPERTIES
Outer Sheath Material AS PER IS AS PER IS AS PER IS AS PER IS AS PER IS AS PER IS
AS PER IS 5831/1984
Ref. Standard 5831/1984 5831/1984 5831/1984 5831/1984 5831/1984 5831/1984
Outer Sheath thickness * * * * * * *
(Minimum) (mm)

587 of 896
Outer Sheath Color LIGHT BLUE LIGHT BLUE LIGHT BLUE LIGHT BLUE LIGHT BLUE BLACK BLACK
Dia Over Outer Sheath
* * * * * * *
(mm)(Nominal)
ADDITIONAL DETAILS

SEQUENTIAL SEQUENTIAL SEQUENTIAL SEQUENTIAL SEQUENTIAL SEQUENTIAL


SEQUENTIAL MARKING
Additional Requirement MARKING FOR MARKING FOR MARKING FOR MARKING FOR MARKING FOR MARKING FOR
FOR EVERY METRE
EVERY METRE EVERY METRE EVERY METRE EVERY METRE EVERY METRE EVERY METRE
BS 5308-II, IS BS 5308-II, IS BS 5308-II, IS 1554 BS 5308-II, IS 1554 BS 5308-II, IS 1554 IS 1554 Part I, IS 1554 Part I,
Applicable Standard 1554 Part I, 1554 Part I, Part I, Part I, Part I, MEC/TS/05/E9/073 MEC/TS/05/E9/073
Generally confirming to MEC/S/05/26/07 MEC/S/05/26/ MEC/S/05/26/07 MEC/S/05/26/07 MEC/S/05/26/07 A A
07
ELECTRICAL
PARAMETER
Conductor
Resistance(Ohms / 12.3 12.3 12.3 12.3 40.4 12.3 12.3
Km)at 20 Deg.C (Max.)
Insulation Resistance
100 100 100 100 100 100 100
(min) M.Ohms-Km
HV Test Core to Core KV 1KV for 1 Minutes 1KV for 1 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes
for 1 min Minutes
HV Test Core to Screen 1KV for 1
1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes 1KV for 1 Minutes
KV for 1 Min Minutes
Capacitance-Core to
250 250 250 250 250 250 250
Core (Max) nF/Km
Capacitance-Core to 400 400 400 400 400 400 400
Shield-Max nF/Km
Inductance @ 1 KHZ
1 1 1 1 1 1 1
mH/Km
L/R Ratio (Max.) micro
40 40 40 40 25 40 40
Henry / Ohm
Drain Wire 30 30 30 30 30 30 30
Resistance(Ohms /
Km)at 20 Deg.C (Max.)
Electrostatic Noise Better than 76 dB Better than 76 Better than 76 dB Better than 76 dB Better than 76 dB Better than 76 dB Better than 76 dB
Rejection Ratio (dB) dB
Spark Test Required Required Required Required Required Required Required
TEST PARAMETERS

Oxygen Index As Per


ASTM D 2863-77 at 20 30 30 30 30 30 30 30
Deg % (Min.)
Temperature Index @ 250 250 250 250 250 250 250
21% of O2 As Per ASTM
D
Flammability as per IEC-
50 50 50 50 50 50 50
60332 Part-I (Min.)
HCL Gas Emission As Per
20 20 20 20 20 20 20
IEC-754-1 % ( Max.)
Smoke Density rating As 60 60 60 60 60 60 60
Per ASTM D 2843-
77(Less Than)
CABLE PRINTING TEXT

1T 1.5SQMM
1P 1.5SQMM 1Q 1.5SQMM 1100V 6T 1.5SQMM 6P 0.5SQMM 3C 1.5SQMM 12C 1.5SQMM
1100V FRLS
Printing Text 1100V FRLS MFR. FRLS MFR. YEAR OF 1100V FRLS MFR. 1100V FRLS MFR. 1100V FRLS MFR. 1100V FRLS MFR.
MFR. YEAR OF
YEAR OF MFG. MFG. YEAR OF MFG. YEAR OF MFG. YEAR OF MFG. YEAR OF MFG.
MFG.
NOTES :-
1. ‘*’ Information to be supplied by the Vendor / Contractor.
2. Make of the Cables shall be from approved vendor list of Mecon /Client.

588 of 896
INSTRUMENTATION SECTION

TECHNICAL SPECIFICATION
FOR
CONTROL PANEL & ACCESSORIES

TS. No. : MEC/05/E5/TS /CP - 030

MECON LIMITED
DELHI - 110 092

0 20.01.10

Revision Date Description Prepared by Checked by Approved by

589 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 2 of 11

SPECIFICATIONS
FOR
CONTROL PANEL & ACCESSORIES

GENERAL
Site of Installation

1. Plant and Location : As per P & ID

2. Client : As per P & ID

3. Consultant : MECON LIMITED.

4. Location of control panel : Control Room and accessories.

5. Floor : Concrete (By client)

6. Air Conditioning : Yes (By client)

7. Control Panels Quantity : As per SOR

Scope of Work :

a) Supply of Control Panel (free standing, cubicle type) along with all accessories like
Power Supply Distribution Box (PDB), Lamps, MCBs, Relays, Barriers / Isolators,
Selector Switch, Signal Multipliers (SDC), etc. as per this Technical specification.

b) Client will provide 230 VAC, 50 Hz. at control room for Control panel and utilities
respectively. Further distribution and necessary surge protection device shall be part of
panel vendor.

c) Separate Terminal Blocks shall be provided for RTU signals with 20% spare
terminals. All the signals shall be available at RTU TBs.

d) Quantities of control panel accessories (Push Buttons, Lamps, Relays, Zener Barriers,
and SDC Cards etc.) shall be as per the Technical Requirements during drawing
approval/detail engineering.

e) Mounting heights :

i) Miniature and subminiature Bottom row 1100mm


instruments (3 rows ) Middle row 1350mm
Top row 1600mm
ii) Electric push buttons --
700mm

590 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 3 of 11

INST CONTROL PANEL CONSTRUCTION

1. Type : Self-supported, Free Standing, enclosed cubicle and Non-


graphic.

2. Lighting : Required for inside panel with door switch.

3. Ventilation : Required with louvers backed by wire fly screen & fan. Fan
Failure alarm required

4. Doors : Required.

5. Door width : Each max. of 600mm and shall suit width of the panel.
Panel width is indicative only. The sizes shall be sufficient
to accommodate the required hardware specified in MR.
However the depth and height shall be 800 & 2200
respectively.

6. Cable Entry : Bottom, Cable Glands shall be double compression type for
external armoured cables. All unused entries shall be
plugged.

7. Receptacles : Required for 230VAC (UPS).

8. Painting : The finish shall include sand blasting, grinding, chemical


cleaning, surface finishing by suitable filter and two coats of
high grade lacquer with wet sanding between coats.. Two
coats of paint in panel colour shall be given for Non-glossy
high stain finish. Panel face final colour shall be of the
following:
a) Siemens Grey (RAL 7032)
b) Panel internal shall have a finish color of pale cream –
IS 352
c) Channel Base shall have a finish color of black

9. Channel Base : 100X50X6 MM, MS material

10. Name Plates : Front of Panel Instrument name plates shall be black
laminated plastic with white core. Nameplate shall be
provided on the rear of the panel also.

Page 3 of 11
591 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 4 of 11

11 Dimensions & Material of Construction

a) Panel dimension : 2115 (mm) H (including 100 mm base + 15 mm anti-vibration


pad) x 1200 (mm) W x 800 (mm) D (Finalized during detail
engineering).

b) Control Panel : 3 mm thick CRCA steel/5.0 mm thick HRCA steel, Welded


to frame

c) Side & Top plates : 2 mm thick CRCA steel, Welded to frame

d) Door panel : Required

e) Cable gland plate : 3 mm thick CRCA steel

f) Anchor Bolt Size : By vendor

g) Lifting Eye Bolt : Required

h) Anti Vibration Pad : Required (15mm thick rubber pad).

Note :

*Panel shall be electrically isolated from base frame.

Page 4 of 11
592 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 5 of 11

12 WIRING

a) Type : General purpose, Intrinsically safe

b) Wiring details

110 VAC UPS Wiring


External to Cabinet : Min. 3x2.5 mm²/copper conductor PVC insulated
armoured
Inside the cabinet : Min. 19 Strands, 16 AWG copper conductor PVC
insulated
230 VAC Wiring (Non UPS) : 3x2.5mm² copper conductor PVC insulated
armoured
Low Voltage internal : Min. 19 Strands, 16 AWG copper conductor PVC
insulated to cabinet

c) Signal Wiring

External to Cabinet : 1.0 mm² twin twisted individual shielded overall


shielded with overall drain PVC insulated armoured
Inside the cabinet : Multi stranded min. 1.0 mm² copper conductor PVC
insulated twin twisted and shielded.

d) Terminal type : Screw clamp type with Pressure Plate


Terminal size for signal : Suitable for min. 2.5 mm² size conductor
Terminal size for power dist. : Suitable for min. 4.0 mm² size conductor and higher
as per actual cable sizes.
Terminal block : Clip-on type

e) Wiring colour code

Power Supply : Hot – Red, Neutral - Black, Earth – Green


DC Wiring : Positive – Red, Negative – Black
Alarm System : White
Control & shutdown : Yellow
Analog signals (IS) : Light blue
Identification of Cable
Termination : Criss – Crossing PVC tube ferruling.

f) Power Indication Lamps : 230VAC UPS – Red color, 230VAC NUPS – Red Color
24VDC – Green Color

Note: Dedicated terminal for SCADA has to be Provided

593 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 6 of 11

A) POWER SUPPLY DISTRIBUTION BOXES FOR PANELS

1. Function : Distribute power to


Individual instruments

2. Mounting : Mounted at the panel inside

3. Door : Front single door

4. Painting : As per panel painting specifications.

5. Dimensions and material construction

Box dimension : By vendor.

5.2 Box plate thickness : 3mm hot rolled steel.

6. Cable entry : By vendor

7. Accessories : 600V Grade DPST MCB for power


Distribution and SP MCB for barriers &
Suitable MCB for Control panel Instruments

8. Special requirements : MCBs for incoming feeder.

B) BULK POWER SUPPLY UNIT

1. Input : 230 V AC, 50 Hz.

2. Output : 24 V

3. Rating : By Vendor

4. Quantity : Dual Redundant as per requirement

594 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 7 of 11

SPECIFICATIONS FOR ACCESSORIES

1. MCB
Make : HAVELL’S/ INDO ASIAN/ MDS.
Qty. : As required + 20% spare

2. Lamps
Type : LED Clustered Type
Voltage : 24 VDC
Make / Model No. : SIEMENS / L & T
Quantity : As required + 20% spare

3 Relays
Type : Plug in relays
Contact Type : Potential free contact
Contact No. : 3 NO. + 3 NC
Rating : 24V DC, 5.0 A
Make / Model No. : OEN/ OMRON.
Quantity : As required + 20% spare

4. Space Heater
Rating : 60W, 230 V AC with Thermostat.
Make : KEC

5 Power Supply Unit:

Make / Model No. : ELNOVA/ APLAB

595 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 8 of 11

SPECIFICATION FOR SIGNAL DISTRIBUTION CARDS

SL.NO. DESCRIPTION DETAILS


1. TYPE DUAL OUTPUT CURRENT ISOLATOR
2. INPUT 4-20 mA D.C
3. OUTPUT TWO NOS. 4-20 mA ISOLATED OUTPUTS AS MINIMUM
4. ISOLATION BETWEEN INPUT & OUTPUT, BETWEEN INPUT &
OUTPUT WITH POWER SUPPLY, BETWEEN OUTPUT &
OUTPUT
5. ACCURACY ± 0.1%
6. POWER SUPPLY 24 V D.C
7. TRANSMITTER POWER SUPPLY 24 V D.C
8. OUTPUT LOAD DRIVING CAPACITY 600 Ohms MINIMUM FOR EACH OUTPUT
9. MOUNTING DIN RAIL (BACK OF THE PANEL)
10. MAKE MTL / P&F
11. MODEL NO *
NOTES:-

* - BY VENDOR

596 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 9 of 11

SPECIFICATION FOR ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS


1. TYPE SHUNT DIODE SAFETY BARRIER
2. APPLICATION INSTRUMENT TYPE & (i) 4-20 mA Analog I/P from 2 wire transmitter–
QUANTITY As required + 20% Spare
(ii) 4-20 mA Analog O/P to I/P Converter – As
required +20% Spare

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3


4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS
5. SUPPLY VOLTAGE 24 V DC
6. FUSE RATING *
7. END TO END RESISTANCE *
8. POLARITY *
9. MOUNTING DIN RAIL (BACK OF THE PANEL)
10. OPERATING TEMP 0 TO 60 C
11. OPEN CIRCUIT VOLTAGE *
12. SHORT CIRCUIT CURRENT *
14. MAKE MTL/P&F
15. MODEL NO *

NOTES:- * --By Vendor

597 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 10 of 11

SPECIFICATION FOR ISOLATING BARRIERS


SL.NO. DESCRIPTION DETAILS
1. TYPE SHUNT DIODE SAFETY BARRIER
2. APPLICATION INSTRUMENT TYPE & 4-20 mA Analog I/P from Temperature Transmitter
QUANTITY

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3


4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS
5. SUPPLY VOLTAGE 24VdC
6. FUSE RATING *
7. END TO END RESISTANCE *
8. POLARITY *
9. MOUNTING DIN RAIL (BACK OF THE PANEL)
10. OPERATING TEMP 0 TO 65 C
11. OPEN CIRCUIT VOLTAGE *
12. SHORT CIRCUIT CURRENT *
13. MAKE MTL/P&F
14. MODEL NO *

NOTES:- * --By Vendor

598 of 896
MECON LIMITED SPECIFICATION FOR CONTROL PANEL & ACCESSORIES
DELHI

SPEC. No. : MEC / 05 / E5 / TS/ CP - 030


INSRUMENTATION
SECTION Rev. 0 Page 11 of 11

SPECIFICATION FOR ISOLATING BARRIERS


SL.NO. DESCRIPTION DETAILS
1. TYPE SHUNT DIODE SAFETY BARRIER
2. APPLICATION INSTRUMENT TYPE & Limit switches (SPDT snap action Micro type) - As
QUANTITY required + 20% Spare

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3


4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS
5. SUPPLY VOLTAGE 24 V DC
6. FUSE RATING *
7. END TO END RESISTANCE *
8. POLARITY *
9. MOUNTING DIN RAIL (BACK OF THE PANEL)
10. OPERATING TEMP 0 TO 60 C
11. OPEN CIRCUIT VOLTAGE *
12. SHORT CIRCUIT CURRENT *
14. MAKE MTL/P&F
15. MODEL NO *
NOTES:- * --By Vendor

599 of 896
LIST OF VENDORS FOR BOUGHT-OUT ITEMS

I) L.E. L DETECTION SYSTEM

1) Chemtrols Engineering Ltd., India


2) Crowcon Detection Instruments Ltd
3) Detection Instruments (I) Pvt Ltd
4) Detector Electronics Corporation
5) Drager Safety AG & Co. KGAA
6) General Monitors Ireland Ltd
7) Mine Safety Appliances Company
8) MSA – Mines safety appliances.
9) Oldham France S.A.
10) Riken Keiki Co Ltd
11) Simrad Optronics Icare
12) Honeywell

II) CONTROL AND SIGNAL CABLES

1) M/s Associated Cables


2) M/s Associated Flexibles
3) M/s Universal Cables Ltd,India
4) M/s Delton Cables Ltd, India
5) M/s BROOK
6) M/s KEI Industries Ltd INDIA
7) M/s CMI Limited
8) M/s Cords Cable Industries Ltd, India
9) M/s Elkay Telelinks (P) Ltd., India
10) M/s Fine Core Cables Pvt Ltd, India
11) M/s Goyolene Fibres (I) Pvt Ltd, India
12) M/s Netco Cable Industries Pvt Ltd, India
13) M/s NICCO Corporation Ltd, India
14) M/s Paramount Communications Ltd, India
15) M/s Polycab Wires Pvt Ltd, India
16) M/s Radiant Cables Pvt Ltd, India
17) M/s Reliance Engineers Ltd., India
18) M/s Suyog Electricals Ltd, India
19) M/s Thermo Cables Ltd
20) M/s Udey Pyrocables Pvt Ltd, India
21) M/s TC Communication

III) ZENER BARRIERS/ISOLATORS

1) M/s MTL
2) M/s P & F
Page 1 of 4
600 of 896
IV) PRESSURE TRANSMITTERS & TEMPERATURE TRANSMITTERS

1) M/s Fisher Rosemount (Emerson)


2) M/s Yokogawa
3) M/s Fuji
4) M/s Honeywell

VII )A SS TUBE

1) M/s Sandvik, Sweden


2) M/s Choksy Tube Co Ltd.
3) M/s Heavy Metals & Tubes Ltd.
4) M/s Nuclear Fuel Complex, India
5) M/s Ratnamani Metal & Tubes Ltd
6) M/s Jindal Saw

VII)B SS TUBE FITTINGS


1) M/s Swagelok (USA)
2) M/s Parker (USA)
3) M/s Excellsior
4) M/s Reliance
5) M/s Multimetal
6) M/s Aura Inc
7) M/s Arya Crafts
8) M/s Swastic

VII)C SS VALVES & MANIFOLDS


1) M/s Swagelok (USA)
2) M/s Parker (USA)
3) M/s Excellsior
4) M/s Aura Inc
5) M/s Arya Crafts
6) M/s Swastic

VIII) JUNCTION BOXES AND CABLES GLANDS

1) M/s EX-Protecta
2) M/s Flameproof Control Gears
3) M/s Baliga
4) M/s Flexpro Electricals

Page 2 of 4
601 of 896
IX) PUSH BUTTONS/LAMPS:

1) M/s L&T
2) M/s Siemens

X) MCB’S:

1) M/s Havell’s
2) M/s Indo Asian
3) M/s MDS

XI) RELAYS:

1) M/s OEN
2) M/s Jyoti

XII) POWER SUPPLY UNIT:

1) M/s Elnova
2) M/s Aplab

XIII) MCT BLOCKS:

1) M/s MCT Brattberg


2) M/s Roxtec

XIV) INDICATORS

1) M/s ABB
2) M/s Eurothern
4) M/s Tata Honeywell
5) M/s Masibus

XV) CONTROL ROOM EQUIPMENT, CONTROL PANEL & ACCESSORIES

1) M/s Keltron Controls Ltd., Kerala


2) M/s RITTAL
3) M/s Pyrotech
4) M/s Positronics Pvt. Ltd.
5) M/s ABB Instruments Ltd., New Delhi
6) M/s Emerson Process Management (I) Pvt. Ltd.
7) M/s Rockwell Automation (I) Ltd., Ghaziabad
8) M/s Siemens Ltd.
9) M/s Tata Honeywell Ltd.

XVI) RTDs :

1) M/S General Instruments Ltd., Mumbai


2) M/s Nagman Sensors Pvt. Ltd.
3) M/s Pyro Electric , Goa

Page 3 of 4
602 of 896
XVII) PRESSURE GAUGES, TEMPERATURE GAUGES :

1) M/S General Instruments Ltd., Mumbai


2) M/s AN Instruments Ltd., New Delhi
3) M/s WIKA

Note-1

For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following: -

a) The vendor/ supplier of bought out item(s) is a regular and reputed


manufacturer/ supplier of said item(s) for intended services and the sizes being
offered is in their regular manufacturing/ supply range.
b) The vendor/ supplier should not be in the Holiday list of Client/MECON.
c) Should have supplied at least 50% of required quantity or minimum 1 number
whichever is higher of maximum size and rating of item(s) as required for
intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection


Certificate etc. for the above, along with their bids.

Note-2

For any other item(s) for which the vendor list is not provided, bidders can supply
those item(s) from reputed vendors/ suppliers who have earlier supplied same item(s)
for the intended services in earlier projects and the item(s) offered is in their regular
manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder these
documents shall be required to be submitted by them within 30 days from date of
Placement of Order.

Page 4 of 4
603 of 896
QUALITY ASSURANCE PLAN QAP OF PRESSURE GAUGE General Instrument Consortium
Sub Contractor:-M/s.
Project :- * Alpha Instrumentation & Allied Services Ref No:-PO NO. GENERAL-TOLANI-CAUVERY/PO-VEND/18-19/350 Dtd: 22.02.2019
Project :
Client :- * EVACUATION OF GAS FROM ONGC MADANAM FIELD & INJECTION INTO
W.O.No. DFDAPG13475
GAIL'S CAUVERY BASIN NETWORK AT SV-2 (MEMATHUR)
Contractor :- *
End Client :M/s. GAS AUTHORITY OF INDIA LIMITED
FOA
PMC: M/s.
No.Mecon
:- * Ltd.
Contractor : M/s. TOLANI PROJECTS (PVT.) LTD.
Item Description : Bourdon Sensing Pressure Gauges SHEET : 1 OF 1 DOC NO. QR/QC/014-PG
REFERENC
Srl. COMPONENT CHARACTERISTICS CATE- TYPE/METHOD EXTENT OF CHECK ACCEPTANCE FORMAT Agency REMARKS
E
No. OPERATION CHECKED GORY OF CHECK DOCUMENT NORM OF PLAN
P W P W R

1 Raw material a) Chemical Analysis MA Chemical / PMI sample - Spec. / Drg Spec. / Drg T.C 3 - 4,1
2,1

P.O.
2 Final Assembly b) Dimensions MA Mechanical 100% 5%
10% P.O. Approved T.C 2 1 4,1
2,1
Approved
c) Marking, Tagging, MA Visual 100% 100%
10%
5% Approved Approved T.C 2 1 4,1
2,1
Name Plate, Tag Plate, Spec. / PO Spec. / PO
Workmanship, Sr. No.,
Make, Model No.

3 Routine Test Accuracy, CR Measurement 100% 10%


5% EN 837 EN 837 Calibartion 2 1 2,1
4,1
Hysterisis, 5 Points Report
Repeatability
Over Range CR Visual 100% 10%
5% EN 837 EN 837 Test Report 2 1 4,1
2,1
protection

Category CR : Characteristics affecting safety of equipment & personnel For Purchaser Approved by
MA : " " Performance *Contractor to provide the details. Checked by
Note :-
MT : " " Appearance 1. W/R by Contractor for all tests. Prepared by
P - Perform 1] Purchase
TPI / Insp. Authority 2. All the Internal Test reports, etc. shall be reviewed by TPI. Rev II
W - Witness Manufacturer
2] General Instruments Consortium For  Instrument Consortium Rev I
R - Review 3] Lab Report / PMI Report Rev 0 26.02.2019
4] End User / MECON Plan No. QAP-13475

604 of 896
QUALITY ASSURANCE PLAN
QAP OF TEMPERATURE GAUGE GENERAL INSTRUMENTS CONSORTIUM
Sub Contractor:-M/s.
Project :- * Alpha Instrumentation & Allied Services     
    
Project
Client: EVACUATION
:- * OF GAS FROM ONGC MADANAM FIELD & INJECTION INTO GAIL'S CAUVERY
BASIN NETWORK AT SV-2 (MEMATHUR)
WO. NO. DFDAGT02688
Contractor :- *
End Client :M/s. GAS AUTHORITY OF INDIA LIMITED
FOA No. :- *
PMC: M/s. Mecon Ltd.
Contractor : M/s. TOLANI PROJECTS (PVT.) LTD.
Item Description : Tempearture Gauges SHEET : 1 OF 1 DOC NO. QR/QC/014-TG

Srl. COMPONENT CHARACTERISTICSCATE- TYPE/METHOD EXTENT REFERENCE ACCEPTANCE FORMAT Agency REMARKS
No. OPERATION CHECKED GORY OF CHECK OF CHECK DOCUMENT NORM OF PLAN P W R

1.0 Rawmaterial Chemical MA Lab Chemical /PMI Sample App. Spes. / App. Spes. / T.C. 3 - 4,1
1,2
(Case, Tube etc) Composition Drg. Drg.

2 Final Assembly Visual & Dimensions MA Measurement 2-100% App. Spes. / App. Spes. / T.C. 2 1 4,1
1,2
1-10% Drg. Drg.
Name Plate, Tag Plate, 2-100% APP. SPEC/
DRG.
2 1 4,1
Workmanship, Sr. No., 1-100%
Make, Model No.

3 Calibration Accuracy & MA Testing 2-100% App. Spes. / App. Spes. / T.C. 2 1 4,1
1,2
Over Range 1-10% Drg. Drg.

Catagory CR : Characteristics affecting safety of equipment & personnel *Contractor to provide the details. Approved by
Note :-
MA : " " Performance 1. W/R by Contractor for all tests. General Checked by
MT : " " Appearance 2. All the Internal Test reports, etc. shall be reviewed by TPI.
Instruments Prepared by
Legend : P-Perform 1) Client
TPI / Consultant / Inspection agency/TPI Consortium Rev II
R - Review Manufacturer
2) M/s. GIC. Rev I
W-Witness 3) Lab Report / PMI Report Rev 0 26.02.2019
4] End User / MECON Plan No. QAP-02688

605 of 896
QUALITY PLAN GENERAL INSTRUMENTS CONSORTIUM
QAP OF THERMOWELL
Sub Contractor:-M/s. Alpha Instrumentation & Allied Services     
    
Project :- *
Project : EVACUATION OF GAS FROM ONGC MADANAM FIELD & INJECTION INTO GAIL'S CAUVERY BASIN
NETWORK AT SV-2 (MEMATHUR)
WO. NO. DFDAGT02688
Client :- *
End Client :M/s. GAS AUTHORITY OF INDIA LIMITED
Contractor :- *
PMC: M/s. Mecon Ltd.
Contractor
FOA No. : M/s. TOLANI
:- * PROJECTS (PVT.) LTD.
Item Description : THERMOWELL SHEET : 1 OF DOC NO. QR/QC/014-TW

Srl. COMPONENT CHARACTERISTICS CATE- TYPE/METHOD EXTENT REFERENCE ACCEPTANCE FORMAT Agency REMARKS
No. OPERATION CHECKED GORY OF CHECK OF CHECK DOCUMENT NORM OF PLAN P W R

1 RAW MATERIAL CHEMICAL MA ANALYSIS RANDOM APP. SPEC. TO APP. TEST 3 - 4,1
2,1
OF THERMOWELL COMPOSITION SAMPLE SPECS. REPORT

2 THERMOWELL a) DIMENSIONS MA MEASURMENT 2-100% APP. SPEC. TO APP. TEST 2 1 4,1


2,1
10%
1-5% SPECS. REPORT

b) HYDRO TEST MA TESTING 2-100% APP. SPEC. TO APP. TEST 2 1 2,1


4,1
(Internal) 10%
1-5% SPECS. REPORT

c) VISUAL MA/MT OBSERVATION 2-100% APP. SPEC. TO APP. TEST 2 1 2,1


4,1
1-5%
10% SPECS. REPORT
d) WORKMANSHIP MA/MT OBSERVATION 2-100% APP. SPEC. TO APP. TEST 2 1 2,1
4,1
'/FINISH 1-5%
10% SPECS. REPORT

e) SPEC/TAGGING MA VISUAL 2-100% APP. SPEC. TO APP. TEST 2 1 2,1


4,1
1-5%
10% SPECS. REPORT

f) THREADING " THREAD 2-100% APP. SPEC. TO APP. TEST 2 1 2,1


4,1
GAUGE 1-5%
10% SPECS. REPORT

g) SURFACE FINISH MT VISUAL 2-100% APP. SPEC. TO APP. TEST 2 1 2,1


4,1
1-5%
10% SPECS. REPORT
h) Tag Plate,
Workmanship, Sr. 2-100% 2 1 4,1
No., Make, Model 1-100%

For TPI Approved by


Catagory CR : Characteristics affecting safety of equipment & personnel *Contractor to provide the details. Checked by
MA : " " Performance Note :- General Prepared by
MT : " " Appearnce 1. W/R by Contractor for all tests.Instruments Rev II
2. All the Internal Test reports, etc. shall be reviewed by TPI.
Legend : P-Perform 1) Client
TPI / Consultant / Inspection agency/TPFor CA Consortium Rev I
R - Review 2) M/s. General Instrument Consortium
Manufacturer Rev 0 26.02.2019
W-Witness 3) Lab Report / PMI Report Plan No. QAP-02688
4] End User / MECON

606 of 896
QAP OFQUALITY
RTD PLAN
Project :- *
RECEIVING TERMINAL AT PANKHAITI, GUWAHATI FOR BARAUNI (BIHAR) TO
P.O.No.: GENERAL/TGSPL-PRECISION/PO-VEND/19-20/064 dtd 22/06/2019.
Client :-Project
* GUWAHATI (ASSAM) PIPELINE

End Client
Contractor :- * M/s. GAIL (India) Ltd. W.O.No. DFDBRT03784

FOA No.PMC :- * M/s. Mecon Ltd. SHEET : 1 of 1 DOC. NO.: QR/QC/F/14-RTD


Contractor TECHNO GLOBAL SERVICES PVT. LTD.

Item Description : RTD ASSEMBLIES


Srl. COMPONENT CHARACTERISTICS CATE- TYPE/METHOD EXTENT OF CHECK REFERENCE ACCEPTANCE FORMAT Agency REMARKS
no. OPERATION CHECKED GORY OF CHECK DOCUMENT NORM OF PLAN
BY 1 (GBIPL) BY 2 BY 1 (GBIPL) BY 2 BY 3

1 RTD a) ACCURACY TEST MA TESTING 100% 10% IEC 751 IEC 751 TEST REP. P W R See note below * *
ASSEMBLIES

b) IR AT AMB & MA TESTING 100% 10% Mfg. STD. To Mfg. STD. TEST REP. P W R I.R. at Amb
AT 500 VDC * greater than
100 M Ω

c) N2 TEST MA TESTING 100% 10% Mfg. STD. To Mfg. STD. TEST REP. P W R No leakage at
40 Kg/cm2
for 30 seconds

d) RESPONSE MA TESTING 100% 10% Mfg. STD. To Mfg. STD. TEST REP. P W R Less than 15 sec.
TIME TEST *** for 6mm dia sheath
without thermowell

e) DIMENSIONS/ MA MEASUREMENT 100% 10% APP. SPEC/ TO APP SPEC TEST REP. P W R
CONNECTION DRG. / DRG.

f) Name Plate, Tag 100%


100% APP. SPEC/ P W R
Plate, Workmanship,
DRG.
Sr. No., Make, Model
No.
*Contractor to provide the details.
Category CR : Characteristics affecting safety of equipment & personnel Note :- For Purchaser Approved by
MA : Characteristics affecting Performance 1. W/R by Contractor for all tests. Guages Checked by
MT : Characteristics affecting Appearance 2. All the Internal Test reports, CCOE certificate, etc.Bourdon
shall be (I) Prepared
reviewed by TPI.by
Legend : P - Perform. GBIPL
1) Manufacturer Pvt Ltd Rev II
V - Verify. 2) Third party Inspection agency For Gauges Bourdon (I) Pvt Ltd Rev I
W - Witness. 3) GAIL/MECON Rev 0 26.06.19
R - R eview Plan No. QAP-3784
* For RTD dia Less than 3mm , only 50 V DC voltage will be applied as per standard.
**Two point calibration at 0°C & 100°C will be applied as std. Co.Mfg. Std. Practice for RTD
*** Response time can be varied according to sheath dia & material of construction, it is only measurement , No any std. Specifies the value of response time
Response time for 6mm dia < 15 Sec., 8mm dia <20 sec, 10mm dia < 25 sec. Without thermowells

607 of 896
QAP OF TEMPERATURE TRANSMITTER
Project :- *
Client :- *

Contractor :- *
FOA No. :- *

Activity Characteristics Checked Type of Quantum of Reference of Documents Scope of Inspection Remarks
check Check GAIL/
1 2 *Contractor to
MECON
provide the details.
1) Visual Name Plate, Tag Plate, 100%
Workmanship, Sr. No., Make, Visual Approved Data Sheet P W R Note :- W/R by
Model No. Contractor for all
100% by
1) Cable Entry vendor & 10% tests.
Mmt by TPI Approved Data Sheet P W R
100% by
2) Power On check vendor & 10%
Mmt by TPI Approved Data Sheet P W R
2) Functional
100% by
3)Configuration/Calibration/Accu vendor & 10%
Mmt by TPI Approved Data Sheet P W R
racy/Linearity/

1) Internal Reports, Calibration 100%


Visual Approved Data Sheet P R R
Certificates, CCOE
3) Documents Review
As Applicable
2) Certification Reviews Visual Approved Data Sheet R R R

Abbreviations Agencies Terms used for verification


1 : QA – Quality Assurance 1 : Supplier P : Perform
2 : Mmt – Measurement 2 : Third party Inspection W : Witness
R : Review

608 of 896
QAP OF PRESSURE TRANSMITTER
Project :- *
Client :- *

Contractor :- *
FOA No. :- *

Activity Characteristics Checked Type of Quantum of Reference of Documents Scope of Inspection Remarks
check Check GAIL/
1 2 *Contractor to
MECON
provide the details.
Name Plate, Tag Plate, 100%
1) Visual Workmanship, Sr. No., Make, Visual Approved Data Sheet P W R Note :- W/R by
Model No. Contractor for all
100% by
1) Cable Entry vendor & 10% tests.
Mmt by TPI Approved Data Sheet P W R
100% by
2) Power On check vendor & 10%
Mmt by TPI Approved Data Sheet P W R
2) Functional
100% by
3)Configuration/Calibration/ vendor & 10%
Mmt by TPI Approved Data Sheet P W R
Accuracy/Linearity/

1) Internal Reports, Calibration 100%


Visual Approved Data Sheet P R R
Certificates, CCOE
3) Documents Review
As Applicable
2) Certification Reviews Visual Approved Data Sheet R R R

Abbreviations Agencies Terms used for verification


1 : QA – Quality Assurance 1 : Supplier P : Perform
2 : Mmt – Measurement 2 : Third party Inspection W : Witness
R : Review

609 of 896
QAP OF LEL DETECTION SYSTEM
Project :- *
Client :- *
Contractor :- *
FOA No. :- *

Inspection
S. No. Description of inspection or Test Quantam Check Reference
Vendor TPIA GAIL/MECON
Visual check of all material including Make, Model
1 100% Approved datasheet P W R
No. , Sr. No., Tag Plate Marking of Gas Detectors

2 Dimensional, Cable Entry 100% by vendor & 10% by TPI Approved datasheet P W R

Functional Check, Calibration Check of gas


3 Detectors, Integration check with controller , RS-485 100% by vendor & 10% by TPI Approved datasheet P W R
& Relay ouput of controller

Internal Reports, Statuatory Approval Certificate for


4 Gas Detector (CCOE/PESO), Review of Test 100% Approved datasheet R R R
Certificates & Calibration Certificates

5 Inspection Certificate /Release Note 100% Approved datasheet R P R

Legend W: Witness Point P : Perform R : Review Point


*Contractor to provide the details.

Note :- W/R by Contractor for all tests.

610 of 896
QAP OF CABLES
Project :- * QUALITY ASSURANCE PLAN (QAP) QAP No. : TCL/18-19/TSPL/267621-266000/
QAP for : PVC Insulated, FRLS Sheathed Cables (Signal & Screened Control cables) QA/0374
Client :- * THERMO CABLES LIMITED Date : 08.02.2019
Contractor
Address ::- * Contractor : M/s. Thermosystems Pvt. Ltd., Hyderabad Rev No. :2
Unit-I : D-44, 45, 48, 49 & 50, Phase V, IDA, F.O.A. No. : 05/51/23QB/GAIL/DIBIYAPUR/001/SS/FOA, dated 23.12.2017 Rev date : 01.03.2019
FOA No. :- *Jeedimetla, Hyderabad-500 055 Project : REVAMPING OF FIRE FIGHTING SYSTEM AT DIBIYAPUR COMPRESSOR STATION,
Email : kmurali@thermocables.com & Client : GAIL (India) Limited, Consultant : Mecon Limited
achinababu@thermocables.com
Unit-II : Plot No G1, G2, (A), Green Industrial Park, Jadcherla, Mahaboobnagar (Dt)-509 301
Email : csurendra@thermocables.com & bsavairam@thermocables.com
Inspection
p Agency
g y
Quantum of Format of
Sl. No. Components Characteristics Class Type of check Reference documents Acceptance norms TD GAIL/ Remarks
check record V VQC TPI
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
1.0 Raw materials & bought out items
1.1 Copper rod 1 Dimensions Major Measurement Each Coil ASTM B-49 ASTM B-49 FF 143 √ H P R R
2 Conductivity Major Electrical 1 Sample in ASTM B-49 ASTM B-49 FF 143 √ H P R R
3 Tensile strength Major Mechanical every 10 coils ASTM B-49 ASTM B-49 FF 143 √ H P R R
4 Elongation Major Mechanical ASTM B-49 ASTM B-49 FF 143 √ H P R R
5 Purity of copper Major Chemical Each Coil ASTM B-115 ASTM B-115 Supplier T.C √ - R R R
6 Chemical composition Major Chemical ASTM B-115 ASTM B-115 Supplier T.C √ - R R R
12
1.2 PVC Compound 1 Tensile strength Major Mechanical 1 Sample per 5831-1984
IS 5831 1984 5831-1984
IS 5831 1984 FF 144 √ H P R R
2 Elongation at break Major Mechanical each batch IS 5831-1984 IS 5831-1984 FF 144 √ H P R R
3 Thermal stability Major Thermal IS 5831-1984 IS 5831-1984 FF 144 √ H P R R
4 Volume resistivity Major Electrical IS 5831-1984 IS 5831-1984 Supplier T.C √ - R R R
Fire performance 5 Oxygen index test Major Fire ASTM D2863 - 2017 Approved data sheet Supplier T.C √ R R R R
tests 6 Temperature index test Major Fire ASTM D2863 - 2017 Approved data sheet Supplier T.C √ R R R R
FR-LSH 7 Smoke density rating Major Fire ASTM D2843 - 2016 Approved data sheet Supplier T.C √ R R R R
8 Test for halogen acid gas evolution Major Chemical IEC 60754-1 - 2011 Approved data sheet Supplier T.C √ R R R R
1.3 Aluminium mylar 1 Tape thickness Major Measurement 1 Sample Approved data sheet Approved data sheet FF 146 √ H P R R
tape 2 Tape width Major Measurement Approved data sheet Approved data sheet FF 146 √ H P R R
1.4 Galvanised 1 Dimensions Major Measurement 3 Samples/lot IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
steel armour 2 Tensile strength Major Mechanical IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
3 Elongation at break Major Mechanical IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
4 Torsion test on wires Major Mechanical IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
5 Winding test on strips Major Mechanical IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
6 Uniformity of zinc coating Major Chemical IS 2633 - 1986 / IS 3975 IS 2633 - 1986 / IS 3975 FF 145 √ H P R R
7 Mass of zinc coating Major Chemical IS 4826 - 1979 / IS 3975 IS 4826 - 1979 / IS 3975 FF 145 √ H P R R
8 Resistivity test Major Electrical IS 3975 - 1999 IS 3975 - 1999 FF 145 √ H P R R
1.5 Wooden drums 1 Dimensions Major Measurement 1 Sample Mfr T.D Mfr T.D TCL/F/15 - H P - -
flanges 2 Surface finish Major Visual Mfr T.D Mfr T.D TCL/F/15 - H P - -
2.0 In process inspection
2.1 Conductor 1 Wire diameter Major
j Measurement 1 Sample
p per
p Approved
pp data sheet Approved
pp data sheet Mfr ITR - - P - -
2 Annealing test Major Mechanical each setting Plant standard Plant standard Mfr ITR - - P - -
3 Persulphate test (Tinning) Major Chemical Plant standard Plant standard Mfr ITR - - P - - If applicable
4 Direction of lay Major Visual Plant standard Plant standard Mfr ITR - - P - -
5 Lay length Major Measurement Plant standard Plant standard Mfr ITR - - P - -
6 Conductor resistance Minor Measurement Approved data sheet Approved data sheet Mfr ITR - H P - -
7 Cross sectional area Major Measurement Approved data sheet Approved data sheet Mfr ITR - H P - -
Legends : V - Vendor(Thermo cables), VQC - Vendor Quality Control, W - Witness, R - Review, P - Perform, TPI - Third party inspection agency,
H - Hold point (Vendor/VQC may not proceed the work until it has been inspected by the VQC/C/TPI) √-Documents to be submitted

For Thermo Cables Limited, Hyderabad

611 of 896
Page 1 of 5
QAP OF CABLES
Project :- * QUALITY ASSURANCE PLAN (QAP) QAP No. : TCL/18-19/TSPL/267621-266000/
QAP for : PVC Insulated, FRLS Sheathed Cables (Signal & Screened Control cables) QA/0374
Client :- * THERMO CABLES LIMITED Date : 08.02.2019
Contractor
Address ::- * Contractor : M/s. Thermosystems Pvt. Ltd., Hyderabad Rev No. :2
Unit-I : D-44, 45, 48, 49 & 50, Phase V, IDA, F.O.A. No. : 05/51/23QB/GAIL/DIBIYAPUR/001/SS/FOA, dated 23.12.2017 Rev date : 01.03.2019
FOA No. :- *Jeedimetla, Hyderabad-500 055 Project : REVAMPING OF FIRE FIGHTING SYSTEM AT DIBIYAPUR COMPRESSOR STATION,
Email : kmurali@thermocables.com & Client : GAIL (India) Limited, Consultant : Mecon Limited
achinababu@thermocables.com
Unit-II : Plot No G1, G2, (A), Green Industrial Park, Jadcherla, Mahaboobnagar (Dt)-509 301
Email : csurendra@thermocables.com & bsavairam@thermocables.com
Inspection
p Agency
g y
Quantum of Format of
Sl. No. Components Characteristics Class Type of check Reference documents Acceptance norms TD GAIL/ Remarks
check record V VQC TPI
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
2.2 Insulation system 1 Type of material Major Physical 1 Sample per Approved data sheet Approved data sheet Mfr ITR - - P - -
2 Surface finish Major Visual each setting - - Mfr ITR - - P - -
3 Core identification i.e; Major Visual Approved data sheet Approved data sheet Mfr ITR - - P - -
colour & number printing
4 Thickness of insulation Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
5 Dia over insulation Minor Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
6 Volume resistivity test Major Electrical Approved data sheet Approved data sheet Mfr ITR - H P - -
7 Spark test Major Electrical 100% Approved data sheet Approved data sheet Mfr ITR - H P - -
2.3 Pairing & 1 No. of twists per metre Major Measurement 1 Sample per Approved data sheet Approved data sheet Mfr ITR - - P - -
Pair 2 Drain wire size Major Measurement each setting Approved data sheet Approved data sheet Mfr ITR - - P - -
shielding 3 Aluminium mylar tape thickness Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
4 Tape coverage & overlap Major Measurement Approved data sheet Approved data sheet Mfr ITR - H P - -
5 Dia over twisted pair Minor Measurement Plant standard Plant standard Mfr ITR - - P - -
2.4 Overall shielding 1 Lay length Minor Measurement 1 Sample per Plant standard Plant standard Mfr ITR - H P - -
& Laying 2 Lay direction Major Measurement each setting Plant standard Plant standard Mfr ITR - - P - -
3 Drain wire size Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
4 Aluminium mylar tape thickness Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
5 Tape coverage & overlap Major Measurement Approved data sheet Approved data sheet Mfr ITR - H P - -
6 Dia over laid up cable Minor Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
7 Insulation resistance test Major Electrical Approved data sheet Approved data sheet Mfr ITR - H P - -
8 High voltage test at room temperature Major Electrical Approved data sheet Approved data sheet Mfr ITR - H P - -
2.5 Inner sheathing 1 Type of material Major Physical 1 Sample per Approved data sheet Approved data sheet Mfr ITR - - P - -
2 Surface finish Major Visual each setting - - Mfr ITR - - P - -
3 Rip cord provision Major Visual Approved data sheet Approved data sheet Mfr ITR - - P - -
4 Colour Major Visual Approved data sheet Approved data sheet Mfr ITR - - P - -
5 Thickness Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
6 Dia over inner sheath Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
7 Insulation resistance test Major Electrical Approved data sheet Approved data sheet Mfr ITR - H P - -
2.6 Armouring 1 Size of armour wire / strip Major Measurement 1 Sample per Approved data sheet Approved data sheet Mfr ITR - - P - -
2 No.
No of wires / strips Major Count each setting Approved data sheet Approved data sheet Mfr ITR - - P - -
3 Dia over armour Major Measurement Approved data sheet Approved data sheet Mfr ITR - - P - -
4 Lay direction Major Visual Plant standard Plant standard Mfr ITR - - P - -
5 Armour coverage Major Measurement Plant standard Plant standard Mfr ITR - - P - -
6 Insulation resistance test Major Electrical Approved data sheet Approved data sheet Mfr ITR - H P - -
2.7 Outer sheathing 1 Type of material Major Physical 1 Sample per Approved data sheet Approved data sheet Mfr ITR - - P - -
2 Surface finish Major Visual each setting - - Mfr ITR - - P - -
3 Colour Major Visual Approved data sheet Approved data sheet Mfr ITR - H P - -
4 Thickness Major Measurement Approved data sheet Approved data sheet Mfr ITR - H P - -
Legends : V - Vendor(Thermo cables), VQC - Vendor Quality Control, W - Witness, R - Review, P - Perform, TPI - Third party inspection agency,
H - Hold point (Vendor/VQC may not proceed the work until it has been inspected by the VQC/C/TPI) √-Documents to be submitted

612 of 896
For Thermo Cables Limited, Hyderabad

Page 2 of 5
QAP OF CABLES
Project :- * QUALITY ASSURANCE PLAN (QAP) QAP No. : TCL/18-19/TSPL/267621-266000/
QAP for : PVC Insulated, FRLS Sheathed Cables (Signal & Screened Control cables) QA/0374
Client :- * THERMO CABLES LIMITED Date : 08.02.2019
Contractor
Address ::- * Contractor : M/s. Thermosystems Pvt. Ltd., Hyderabad Rev No. :2
Unit-I : D-44, 45, 48, 49 & 50, Phase V, IDA, F.O.A. No. : 05/51/23QB/GAIL/DIBIYAPUR/001/SS/FOA, dated 23.12.2017 Rev date : 01.03.2019
FOA No. :- *Jeedimetla, Hyderabad-500 055 Project : REVAMPING OF FIRE FIGHTING SYSTEM AT DIBIYAPUR COMPRESSOR STATION,
Email : kmurali@thermocables.com & Client : GAIL (India) Limited, Consultant : Mecon Limited
achinababu@thermocables.com
Unit-II : Plot No G1, G2, (A), Green Industrial Park, Jadcherla, Mahaboobnagar (Dt)-509 301
Email : csurendra@thermocables.com & bsavairam@thermocables.com
Inspection
p Agency
g y
Quantum of Format of
Sl. No. Components Characteristics Class Type of check Reference documents Acceptance norms TD GAIL/ Remarks
check record V VQC TPI
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
5 Dia over outer sheath Major Measurement 1 Sample per Approved data sheet Approved data sheet Mfr ITR - H P - -
6 Printing / Embossing Major Visual each setting Approved data sheet Approved data sheet Mfr ITR - H P - -
7 Sequential length marking Major Visual Approved data sheet Approved data sheet Mfr ITR - H P - -
3.0 Final inspection
Approved data sheet /
3.1 Routine tests 1 Conductor resistance test Major Electrical 100% Approved data sheet Routine test √ H P R R
IS 8130 - 2013
2 Drain wire resistance test Major Electrical 100% Approved data sheet Approved data sheet report √ H P R R
100%
Approved data sheet/
3 High l
i h voltage test at room temperature j
Major l i l
Electrical dd
Approved h
data sheet √ H P R R
BS 5308 Part 2
BS 5308 (Part 2) - 1986 /
4 Insulation resistance test Major Electrical Approved data sheet √ H P R R
Approved data sheet
BS 5308 (Part 2) - 1986 /
5 Mutual capacitance (Between core-core) Major Electrical Approved data sheet √ H P R R
Approved data sheet
BS 5308 (Part 2) - 1986 /
6 Capacitance between core-screen Major Electrical Approved data sheet √ H P R R
Approved data sheet
BS 5308 (Part 2) - 1986 /
7 L/R Ratio Major Electrical Approved data sheet √ H P R R
Approved data sheet
8 Inductance Major Electrical Approved data sheet Approved data sheet √ H P R R
Approved data sheet /
3.2 Acceptance tests 1 Conductor resistance test Major Electrical 1 Sample per Approved data sheet Acceptance √ H P W W/R
IS 8130 - 2013
2 Drain wire resistance test Major Electrical each size Approved data sheet Approved data sheet test report √ H P W W/R
3 Test for thickness of insulation and Major Measurement Approved data sheet Approved data sheet √ H P W W/R
sheaths
4 Dia over inner, outer sheath & armour Major Measurement Approved data sheet Approved data sheet √ H P W W/R
5 Colour of Insulation & Sheaths Major Visual Approved data sheet Approved data sheet √ H P W W/R
6 Tensile strength and elongation at Major Mechanical √ H P W W/R
IS 5831 -1984 IS 5831 -1984
break of insulation and sheath
BS 5308 (Part 2) - 1986 /
7 Insulation resistance test Major Electrical Approved data sheet √ H P W W/R
Approved data sheet
BS 5308 (Part 2) - 1986 /
8 Mutual capacitance (Between core-core)
core core) Major Electrical Approved data sheet √ H P W W/R
Approved data sheet
BS 5308 (Part 2) - 1986 /
9 Capacitance between core-screen Major Electrical Approved data sheet √ H P W W/R
Approved data sheet
BS 5308 (Part 2) - 1986 /
10 L/R Ratio Major Electrical Approved data sheet √ H P W W/R
Approved data sheet
11 Inductance Major Electrical Approved data sheet Approved data sheet √ H P W W/R
Approved data sheet/
12 High voltage test at room temperature Major Electrical Approved data sheet √ H P W W/R
BS 5308 Part 2
Legends : V - Vendor(Thermo cables), VQC - Vendor Quality Control, W - Witness, R - Review, P - Perform, TPI - Third party inspection agency,
H - Hold point (Vendor/VQC may not proceed the work until it has been inspected by the VQC/C/TPI) √-Documents to be submitted

For Thermo Cables Limited, Hyderabad

613 of 896
Page 3 of 5
QAP OF CABLES
Project :- * QUALITY ASSURANCE PLAN (QAP) QAP No. : TCL/18-19/TSPL/267621-266000/
QAP for : PVC Insulated, FRLS Sheathed Cables (Signal & Screened Control cables) QA/0374
Client :- * THERMO CABLES LIMITED Date : 08.02.2019
Contractor
Address ::- * Contractor : M/s. Thermosystems Pvt. Ltd., Hyderabad Rev No. :2
Unit-I : D-44, 45, 48, 49 & 50, Phase V, IDA, F.O.A. No. : 05/51/23QB/GAIL/DIBIYAPUR/001/SS/FOA, dated 23.12.2017 Rev date : 01.03.2019
FOA No. :- *Jeedimetla, Hyderabad-500 055 Project : REVAMPING OF FIRE FIGHTING SYSTEM AT DIBIYAPUR COMPRESSOR STATION,
Email : kmurali@thermocables.com & Client : GAIL (India) Limited, Consultant : Mecon Limited
achinababu@thermocables.com
Unit-II : Plot No G1, G2, (A), Green Industrial Park, Jadcherla, Mahaboobnagar (Dt)-509 301
Email : csurendra@thermocables.com & bsavairam@thermocables.com
Inspection
p Agency
g y
Quantum of Format of
Sl. No. Components Characteristics Class Type of check Reference documents Acceptance norms TD GAIL/ Remarks
check record V VQC TPI
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
13 Printing / Embossing on cable Major Visual 1 Sample per Approved data sheet Approved data sheet Acceptance √ H P W W/R
14 Continuity check Major Electrical each size - - √ H P W W/R
test report
15 Dimensional check Major Measurement Approved data sheet Approved data sheet √ H P W W/R
16 Visual check Major Visual Approved data sheet Approved data sheet √ H P W W/R
17 Uniformity of galvanisation on armour Major Chemical 1 Sample per Type IS 2633 - 1986 / IS 3975 IS 2633 - 1986 / IS 3975 √ H P W W/R
18 Hot deformation Major Thermal IS 5831 -1984 IS 5831 -1984 √ H P W W/R
1 Sample per lot
19 Heat h k
H t shock Major Thermal 1984
IS 5831 -1984 1984
IS 5831 -1984 √ H P W W/R
20 Shrinkage Major Thermal IS 5831 -1984 IS 5831 -1984 √ H P W W/R
21 Spark test Major Electrical BS 5099 BS 5099 √ H P W W/R
22 Bending radius Major Mechanical Approved data sheet Approved data sheet √ H P W W/R
23 Electrostatic noise rejection ratio Major Electrical 1 Sample per P.O. Approved data sheet Approved data sheet √ H P R R
24 Anti rodent & termite repulsion test Major Chemical 1 Sample per lot Mfr. Procedure Mfr. Procedure √ H P W W/R
Fire performance 25 Oxygen index test Major Fire ASTM D2863 - 2017 Approved data sheet √ H P W W/R
tests on sheath 26 Temperature index test Major Fire ASTM D2863 - 2017 Approved data sheet √ H P W W/R
FR-LSH 27 Test for smoke density Major Fire ASTM D2843 - 2016 Approved data sheet √ H P W W/R
28 Test for halogen
g acid gas
g evolution Major
j Chemical IEC 60754-1 - 2011 Approved
pp data sheet √ H P W W/R
/
29 Flammability test Major Fire IEC 60332 (Part 1) Approved data sheet √ H P W W/R
3.3 Type tests a For Conductor 1 Sample per Type test
(As applicable) 1 Conductor resistance test Major Electrical P.O. Approved data sheet Approved data sheet report √ H P R R
2 Persulphate test (Tinning) Major Chemical IS 8130 - 1984 IS 8130 - 1984 √ H P R R If applicable
3 Annealing test Major Mechanical IS 1554 (Part 1) - 1988 IS 8130 - 1984 √ H P R R
b For Armour Wires / Formed Wires
4 Measurement of dimensions Major Measurement IS 3975 - 1999 IS 3975 - 1999 √ H P R R
5 Tensile test Major Mechanical IS 3975 - 1999 IS 3975 - 1999 √ H P R R
6 Elongation test Major Mechanical IS 3975 - 1999 IS 3975 - 1999 √ H P R R
7 Torsion test Major Mechanical IS 3975 - 1999 IS 3975 - 1999 √ H P R R
8 Winding
Wi di test
t t M j
Major M h i l
Mechanical IS 4826 - 1979 IS 4826 - 1979 √ H P R R
9 Uniformity of zinc coating Major Chemical IS 2633 - 1986 / IS 3975 IS 2633 - 1986 / IS 3975 √ H P R R
10 Mass of zinc coating test Major Chemical IS 4826 - 1979 / IS 3975 IS 4826 - 1979 / IS 3975 √ H P R R
11 Resistivity test Major Electrical IS 3975 - 1999 IS 3975 - 1999 √ H P R R
Legends : V - Vendor(Thermo cables), VQC - Vendor Quality Control, W - Witness, R - Review, P - Perform, TPI - Third party inspection agency,
H - Hold point (Vendor/VQC may not proceed the work until it has been inspected by the VQC/C/TPI) √-Documents to be submitted

For Thermo Cables Limited, Hyderabad

614 of 896
Page 4 of 5
QAP OF CABLES
Project :- * QUALITY ASSURANCE PLAN (QAP) QAP No. : TCL/18-19/TSPL/267621-266000/
QAP for : PVC Insulated, FRLS Sheathed Cables (Signal & Screened Control cables) QA/0374
Client :- * THERMO CABLES LIMITED Date : 08.02.2019
Contractor
Address ::- * Contractor : M/s. Thermosystems Pvt. Ltd., Hyderabad Rev No. :2
Unit-I : D-44, 45, 48, 49 & 50, Phase V, IDA, F.O.A. No. : 05/51/23QB/GAIL/DIBIYAPUR/001/SS/FOA, dated 23.12.2017 Rev date : 01.03.2019
FOA No. :- *Jeedimetla, Hyderabad-500 055 Project : REVAMPING OF FIRE FIGHTING SYSTEM AT DIBIYAPUR COMPRESSOR STATION,
Email : kmurali@thermocables.com & Client : GAIL (India) Limited, Consultant : Mecon Limited
achinababu@thermocables.com
Unit-II : Plot No G1, G2, (A), Green Industrial Park, Jadcherla, Mahaboobnagar (Dt)-509 301
Email : csurendra@thermocables.com & bsavairam@thermocables.com
Inspection
p Agency
g y
Quantum of Format of
Sl. No. Components Characteristics Class Type of check Reference documents Acceptance norms TD GAIL/ Remarks
check record V VQC TPI
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
c For PVC insulation & PVC Sheath 1 Sample per Type test
12 Test for thickness Major Measurement P.O. Approved data sheet Approved data sheet report √ H P R R
Tensile strength & elongation tests before
13 Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
ageing & after ageing
14 Ageing in air oven Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
15 Shrinkage test Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
16 Hot deformation test Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
17 Loss of mass test Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
18 Heat shock test Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
19 Thermal stability test Major Thermal IS 5831 - 1984 IS 5831 - 1984 √ H P R R
20 Oxygen index test Major Fire ASTM D2863 - 2017 Approved data sheet √ H P R R
21 Temperature index test Major Fire ASTM D2863 - 2017 Approved data sheet √ H P R R
22 Smoke density test Major Fire ASTM D2843 - 2016 Approved data sheet √ H P R R
23 Test for halogen acid gas evolution Major Chemical IEC 60754-1 - 2011 Approved data sheet √ H P R R
d For completed cables
Insulation resistance test (volume resistivity
24 Major Electrical IS 5831-1984 IS 5831-1984 √ H P R R
method)
25 High voltage test at room temperature Major Electrical IS 1554 (Part 1) - 1988 IS 1554 (Part 1) - 1988 √ H P R R
26 High voltage test (Water immersion) Major Electrical IS 1554 (Part 1) - 1988 IS 1554 (Part 1) - 1988 √ H P R R
27 Electrostatic noise rejection Major Electrical Approved data sheet Approved data sheet √ H P R R
e Flammability test √ H P R R
28 Flammability test (Bunched cable) Major Fire IEC 60332 (Part 3) Cat B IEC 60332 (Part 3) Cat B √ H P R R
29 Fire resistance As per Swedish Std Major Fire SS 424 1475 (F3) SS 424 1475 (F3) √ H P R R
4.0 Packing and preservation : Cables are packed in suitable wooden drums
Legends : V - Vendor(Thermo cables), VQC - Vendor Quality Control, W - Witness, R - Review, P - Perform, TPI - Third party inspection agency,
H - Hold point (Vendor/VQC may not proceed the work until it has been inspected by the VQC/C/TPI) √-Documents to be submitted

 
  

Note :-
1. W/R by Contractor for all tests.

For Thermo Cables Limited, Hyderabad

615 of 896
Page 5 of 5
Annexure-VII
to
Particular Job Specification
(TELECOMMUNICATION WORKS)

616 of 896
SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

PARTICULAR JOB SPECIFICATION (PJS)

FOR
TELECOMMUNICATION WORKS

PREPARED & ISSUED BY

MECON LIMITED
(A Govt. of India Undertaking)
DELHI - 110092

0 19.05.2021 Namita Ratnadeep Pankaj Shrivastava

Rev. Date By Chkd Appd

Page 1 of 9 617 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

SCOPE OF WORK FOR TELECOMMUNICATION

1.0 Brief Scope

Supply and laying of 40mm Dia HDPE duct as per the specification Optical Fiber Cable laying, jointing &
termination. Optical Fiber Cable 24 fiber as per ITU-T 652D shall be laid by blowing technique in  40 mm PLB
HDPE Telecom duct to be laid along with pipeline in same pipeline trench. At crossing, rivers, canals additional
duct has to be provided for future use.

2.0 EXECUTION METHODOLOGY

The entire pipelines Scope of work will be distributed refer mechanical main line work for details.

24 fibers armored Optical fiber cable shall be laid in self-lubricated 40mm HDPE Telecom Duct / Conduit
along with the pipeline to facilitate proper operational & management control of the pipeline and dedicated
Telecommunication system. The entire work related to OFC & HDPE Duct Supply, laying, Termination,
Testing and Commissioning will be in the scope of the Bidder.

Bidder has to lay the OFC inside the HDPE duct. At each SV / IP / DT/ RT location, spare 30 mtrs OFC loop
shall be kept inside Control room in wire mesh after laying and terminate to FTC .

As per terminal philosophy all even numbered SVs shall be remotely operated whereas, all odd
numbered SVs shall be manually operated. At manually operated SVs, control room is not envisaged,
hence, OFC will not be terminated in the FTC and shall be through in respective SV without any
termination. However a loop of at least 150 meters shall be kept in a blowing Pit /jointing Pit. The
blowing Pit/ Jointing Pit shall be provided at each manually operated SVs as per planning or to be
installed near entry of the SV with identification jointing / blowing post for any future termination of
OFC in control room if required. In addition, blowing Pit/ Jointing Pit shall be provided at each station
(SV, IP, DT, RT). At the stations where control room is available, the length of OFC loop in blowing Pit/
Jointing Pit shall be provided such that it is sufficient to take the OFC from the blowing Pit/ Jointing Pit
to the control room and terminate the OFC in the FTC.

End to End OFC testing shall be done by installing the FTC in control room (if available) or installing FTC in
field in weather proof Junction Box (if control room is not available) as applicable or as per the direction of
Engineer In-charge. FTC, if required, shall be supplied and installed as per the direction of EIC. In case of
any conflict, decision of the Engineer In-charge shall be final and binding.

3.0 SCOPE OF WORK :-

3.1 Telecommunication work : -

The Scope defined in this document covers the Complete Telecommunication Scope of work for all the SECTIONS.
The scope of work related to telecommunication work (but not limited to) shall include all the necessary work for
supply and laying of self – lubricated HDPE duct (including HDPE Duct accessories as required) along with new
pipeline in same pipeline trench (As mentioned in SOR), OFC supply and laying by blowing technique in HDPE Duct
and Termination of OFC (24 fiber) for all terminal stations as per the scope of pipeline laying plan in same pipeline
trench and in separate trench inside the terminals (as applicable) including supply of OFC, Blowing of OFC in
Duct, Supply of OFC accessories like Joint Closure, Electronic marker, Electronic marker locator, Erection of
OFC accessories, supply and erection of Blowing Pit/Jointing Pit, Supply of FTC, wire mesh, Erection of FTC,
wire mesh, Testing of HDPE duct, Termination & Testing of OFC, including any minor civil work,

Page 2 of 9 618 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

commissioning, Quality assurance and Control, Documentation and any other job as per direction of Engineer In-
charge required for completion and hooking up of OFC based telecom system. The GPS location and the chainage of
all the Blowing and Jointing pits shall be indicated in the OFC blowing report as well as Blowing/ Jointing Pit
installation report. The GPS location and the chainage of all the HDPE duct couplers shall be indicated in the HDPE
duct installation report as well as HDPE duct coupler installation report.

Locations Where CONTROL ROOM IS AVAILABLE - Installation of FTC in control room, installation of wire
mesh below FTC, Loop of 15 Mtrs OFC in wire mesh etc including all the items required for installation of
FTC, Termination of OFC on FTC with Zero Db connector (including supply) and all work as
required(including Civil work) for complete termination of OFC on FTC, splicing with street fibre, Jointing
of OFC as per channeling plan, test of the fibre for the smooth operation system on wavelength,
preparation of reports etc work complete in all respect with all necessary accessories for all location, final
acceptance / Handing over of the same to other contractor and as per the direction of Engineers in charge.
Drawings and documentation shall be as per specification & contract agreement.

For Section – II, the scope of the Section – II contractor also includes installation of blowing pit/
Jointing pit at IP-1S for the OFC laid by the contractor in Section – II, Laying of OFC from blowing Pit/
Jointing pit to the control room, testing and commissioning of the OFC (laid by the contractor in
Section – II) as per the Technical Specification, drawings and documents provided in the tender.
Section – I contractor shall supply and install FTC in the control room at IP-1S. Section – II contractor
shall bring the OFC (laid by the Section – II contractor) till the FTC in the control room, supply and
install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh. Similarly, Section –
I contractor shall bring the OFC (laid by the Section – I contractor) till the FTC in the control room,
supply and install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh. The
OFC (laid by the Section – I contractor as well as Section –II contractor) shall be terminated in the FTC
by Section – I contractor. After termination of OFC in FTC, OFC testing (as per the PJS, TS, drawing and
documents provided in the tender) of respective sections shall be carried out by the respective section
contractor. The methodology described is indicative and shall be subject to change based on site
conditions. Decision of EIC in this regard shall be final and binding.

For Section – III, the scope of the Section – III contractor also includes installation of blowing pit/
Jointing pit at IP-2S for the OFC laid by the contractor in Section – III, Laying of OFC from blowing Pit/
Jointing pit to the control room, testing and commissioning of the OFC (laid by the contractor in
Section – III) as per the Technical Specification, drawings and documents provided in the tender.
Section – II contractor shall supply and install FTC in the control room at IP-2S. Section – III contractor
shall bring the OFC (laid by the Section – III contractor) till the FTC in the control room, supply and
install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh. Similarly, Section –
II contractor shall bring the OFC (laid by the Section – II contractor) till the FTC in the control room,
supply and install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh. The
OFC (laid by the Section – II contractor as well as Section –II contractor) shall be terminated in the FTC
by Section – II contractor. After termination of OFC in FTC, OFC testing (as per the PJS, TS, drawing and
documents provided in the tender) of respective sections shall be carried out by the respective section
contractor. The methodology described is indicative and shall be subject to change based on site
conditions. Decision of EIC in this regard shall be final and binding.

For Section – IV, the scope of the Section – IV contractor also includes installation of blowing pit/
Jointing pit at SV-06S for the OFC laid by the contractor in Section – IV, Laying of OFC from blowing
Pit/ Jointing pit to the control room, testing and commissioning of the OFC (laid by the contractor in
Section – IV) as per the Technical Specification, drawings and documents provided in the tender.
Section – III contractor shall supply and install FTC in the control room at SV-06S. Section – IV
contractor shall bring the OFC (laid by the Section – IV contractor) till the FTC in the control room,

Page 3 of 9 619 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

supply and install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh.
Similarly, Section – III contractor shall bring the OFC (laid by the Section – III contractor) till the FTC
in the control room, supply and install wiremesh (near FTC) in the control room and loop the OFC in
the wiremesh. The OFC (laid by the Section – III contractor as well as Section – IV contractor) shall be
terminated in the FTC by Section – III contractor. After termination of OFC in FTC, OFC testing (as per
the PJS, TS, drawing and documents provided in the tender) of respective sections shall be carried out
by the respective section contractor. The methodology described is indicative and shall be subject to
change based on site conditions. Decision of EIC in this regard shall be final and binding.

For Section – V, the scope of the Section – V contractor also includes installation of blowing pit/
Jointing pit at SV-07S for the OFC laid by the contractor in Section – V, Laying of OFC from blowing Pit/
Jointing pit to the control room, testing and commissioning of the OFC (laid by the contractor in
Section – V) as per the Technical Specification, drawings and documents provided in the tender.
Section – III contractor shall supply and install FTC in the control room at SV-07S. Section – V
contractor shall bring the OFC (laid by the Section – V contractor) till the FTC in the control room,
supply and install wiremesh (near FTC) in the control room and loop the OFC in the wiremesh.
Similarly, Section – III contractor shall bring the OFC (laid by the Section – III contractor) till the FTC
in the control room, supply and install wiremesh (near FTC) in the control room and loop the OFC in
the wiremesh. The OFC (laid by the Section – III contractor as well as Section – V contractor) shall be
terminated in the FTC by Section – III contractor. After termination of OFC in FTC, OFC testing (as per
the PJS, TS, drawing and documents provided in the tender) of respective sections shall be carried out
by the respective section contractor. The methodology described is indicative and shall be subject to
change based on site conditions. Decision of EIC in this regard shall be final and binding.

At all the junction location / branching location; jointing pit has to be considered irrespective of distance. At
all locations of Jointing Pit, Joint closures and electronic markers have to be installed as per the
specification or as per direction of Engineer- In charge.

4.0 Detail Scope of Work :

A. HDPE Telecom Duct :

1. Supply and Laying of 40 mm diameter self lubricated HDPE Telecom Ducts & accessories, making records of
test report of material, estimation of quantity, including Storage, Transportation, and unloading at site,
submission of HDPE alignment sheets, planning and schedule preparation for HDPE laying.

2. Erection, testing commissioning and making the work complete in all respect as per specification.

a) Permanently solid Lubricated 40mm diameter HDPE Conduit as per specification along entire
underground pipeline in the same trench including cased crossing for installation of OFC in future.

b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road Crossing as directed by
Engineer-in-charge wherever required and as directed by Engineer-in-charge in all type of soils
and terrain. Two ducts as per the schematics have to be laid in cased crossing; one duct shall be
used for the present OFC blowing and other will be spare for future use.

c) At all the junction location / branching location; blowing pit has to be considered irrespective of
distance and HDPE duct has to be laid / terminated as per the requirement of site.

3. Supply and erection of cable Blowing pit (RCC pit as per dwg) at every 1 KM distance for BP and every
02 km for JP(Jointing Pit), at every SV location and at every location of FTC installation, at 450mm (min)

Page 4 of 9 620 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

away from the main pipeline (the outer wall of Pit shall be min 450mm away from the outer wall of the
pipe); for river crossing and HDD crossing, additional blowing/ jointing pit at both end of the river bank
shall be provided; joint of HDPE conduit, scaling of conduit, HDPE conduit testing after laying as defined
in specification, sealing of HDPE conduit, cased crossing, separate trench & conduit near the terminals,
joints locations marking, back filling, sealing of conduit, providing cable markers, joint markers,
Warning mat/mesh(as procured for Pipeline under mechanical works) etc. as per the MECON
specification. All the accessories must be suitable of 6-8 Kg/cm2 (min.) pressure rating. Testing,
commissioning and handing over of system, drawings & documentation as per contract. The blowing pit
/ jointing pit have to be provided as per the site requirements / at all junction – branching locations.

4. Supply of HDPE accessories required including Plastic Couplers, End Plugs, Cable Scaling Plugs, End
Caps, etc suitable & sufficient for supplied Duct as defined in SOR.

B. OFC Laying / Blowing:


1. Supply of armoured 24 fibre composite Optical fibre cable (G-652D) of 4000 Meter and ± 2.5 % cable drums
(Qty as per pipeline length) (Shorter length drum (less 4 KM - 2.5 %) shall be strictly treated as per the clause no .
4.3 (e) of OFC TS No. MEC/TS/05/E5/T/096. Any additional necessary requirements (for shorter length supply -
such as Jointing closure, pit, marker etc) due to shorter length as per TS /Scope of work are in vendor scope; not
paid separately.

2. Submission of OFC alignment sheets based on the pipeline alignment sheet, planning and OFC
laying schedule preparation, OFC (24 Fiber) testing before and after laying, Laying of armored OFC 24
fiber by blowing technique, Jointing of OFC by jointing closures, all cable sealing, padding backfilling etc.
using all material including supply and laying of warning mats/mesh(as procured for Pipeline under
mechanical works) etc., termination of cables at FTC with all accessories, cable jointing, commissioning
and making the work complete in all respect as per specification, drawings & documentation as per
contracts & other relevant work specified by Engineer-in-charge.

3. All activities pertaining to Blowing / Laying of optical fiber cable in same pipeline trench inside 40 mm
HDPE telecom duct (after testing of OFC drum at site), through CS/ HDPE conduits at crossing, testing of
OFC before and after Blowing/laying, cable sealing etc. using all materials required complete as per
specifications and drawing provided in the bid document & as per direction of EIC. Spare loop of 10
Meter in Blowing Pit at each KM, 150 Meters in Blowing Pit installed at each manual operated SV
location, 20 Meter at Jointing Pit (from each end, total 40 mtrs) & 15 Meter at each station on wire-mesh
(as applicable) shall be provided- No payments for laying shall be made for these spare loops. For OFC
blowing across HDD, OFC shall be laid in both the HDPE ducts for HDD length of 500 mtrs and above.
Also, in that case, 2 different Blowing/ Jointing Pits shall be provided at each end; one each for each run
of OFC.

4. Termination of cables at FTC (24F, 48F, 96F as applicable)(with post in field at locations where Control
Room is Not Available ) with all accessories, cable jointing, commissioning and making the work
complete in all respect as per specification, drawings & documentation as per contract & other relevant
work specified by Engineer-in-charge. The FTC shall be supplied as per the number of OFC runs to the
FTC. At all intermediate locations, min 48F FTC shall be supplied (if 2 nos. of OFC run is there). If more
than 2 runs of OFC is there (for eg. at stations SV-06S and SV-07S), then 96F FTC shall be supplied.
Similar philosophy shall be followed for end stations.

5. If, under the instructions of the EIC, FTC is not required to be supplied (as per the SOR), in that case, the
bidder shall bring his own FTC for testing of OFC. In such scenario, bidder shall terminate the OFC in his
FTC, do complete OFC testing as per the specification, hand over the OFC to client/ other contractor after
successful testing and take back his FTC.
Page 5 of 9 621 of 896
SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

6. Testing and commissioning of the laid OFC as per specification, testing before and after laying,
identification of fault, rectification of fault, all cable sealing, padding, backfilling etc. using all material
including termination of cables at FTC with all accessories, cable jointing, commissioning and making the
work complete in all respect as per specification, Drawings & documentation as per contracts & other
relevant work specified by Engineer-in-charge. OFC testing shall be done as per the specifications
provided in the tender. If any fault is observed before testing or during testing, the same has to be
rectified. Also, if the test results are not within acceptable limits, the same has to be rectified and
complete OFC shall be re-tested until the test results are obtained within acceptable limits. The OFC shall
be handed over to other contractor (the contractor responsible for executing Telecommunication tender
works) after successful testing. The OFC testing shall be done in the presence of other contractor (the
contractor responsible for executing Telecommunication tender works) . The OFC shall be deemed
handed over only after other contractor (the contractor responsible for executing Telecommunication
tender works) takes over the OFC and accepts the OFC testing. All the responsibility of OFC till handing
over lies with the bidder.

7. The complete responsibility of the OFC lies with the bidder till the handing over of the OFC to client/ other
contractor. Hence, if any fault or damage happens in the laid OFC before handing over, the same shall be
rectified by the bidder without any implication to the client.

C. Other related work for OFC Laying:


1. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline warning Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.

2. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC” (24F, 48F , 96F) as per
standard specification.

3. Supply of jointing pit. Jointing / splicing of OFC after properly placing it in manholes and providing
protection to spare OFC loop in the jointing chamber.

4. Testing including power testing complete cable section between two stations at 1310 nm & 1550 nm and
testing of end sealing.

5. Providing necessary Testing Tools and power supply at site for end to end splicing and testing etc.

6. All necessary civil works related to laying of cable.

7. The Scope of laying contractor for OFC is upto handing over (after successfully testing as per
specification) to the other contractor. Any rectification work required related to laid OFC during defect
liability period will be in the contractor’s scope as specified in the contract documents.

8. Preparations and submission of As-built drawings with soft copy as per define in the specification.

9. After testing, reports has to be prepared in the format provided in Specification / Procedure for the
Testing of Optical Fiber Cable enclosed with tender, CD (3 sets) of all fiber OTDR traces, power test
results, identification of fiber, loss etc has to be provided.

D. General guidelines for laying of HDPE Duct / OFC for telecommunication system:

1. The procurement of supply items will be done only after taking approval from client/ consultant
/EIC as per the project requirements. SOR quantities may vary as per the actual requirements.

Page 6 of 9 622 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

2. Vendor must submit the details of specific experience of the party responsible for OFC, HDPE Duct
laying, jointing, splicing and testing. Sufficient documentary evidences also to be submitted at the
time of submission of bid. The parties having proven experience and track record in respective
field shall be allowed to execute the job.

3. After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower and
machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures for different
type of activities, for review and approval by the Engineer-in-charge within 15 days from the date of FOI
(Fax of Intent) or 7 days of mobilization of work.

4. The OF cable & HDPE Duct alignment sheets (CAS) to be submitted 15 days before final laying to the
Engineer-in-charge for approval which shall indicate various rail, road, canal, river & utility crossing,
location of high tension lines running in parallel with the route of OFC, location of each of jointing
locations & type of cable etc. If contractor will start the work without taking approval of the OFC /
duct alignment sheet then EIC / Client has full right not to accept laying work. The OFC drum
length will be 4 KM + 2.5 %. Same should be cross checked with actual drum length before
finalizing the location of Jointing Pit in CAS preparation. Shorter length drums (less 4 KM - 2.5 %)
if any shall be updated in CAS. After completion of laying vendor shall submit “As Built Drawing” as
define in the specification.

5. Testing of the complete cable section (end to end between two stations) to the satisfaction of CLIENT as
per test schedule mentioned elsewhere in the tender document.

6. The contractor shall bring all duct & OFC laying, jointing, splicing equipment, tools as deemed necessary
for the timely implementation of the work.

7. The Vendor shall use the data provided in the tender for reference purpose only. It shall be the Vendor’s
responsibility to check accuracy and utility of this data.

8. Special care should be taken to avoid any twist or damage of duct / OFC while laying Optical Fiber Cable
under road, Nallah, Railway line, culvert as specified elsewhere in the tender document. At all river
crossing locations, Blowing pit with proper OFC loop length at both the wide river bank end shall be
provided. The jointing of OFC near river bank should be avoided.

9. For payment purpose HDPE casing /CS pipe casing for Nallah, River / Canal, railways, Major Road
Crossing shall be referred in main line section SOR. Two ducts as per the schematics have to be laid in
cased crossing; one duct shall be used for the present OFC blowing and other will be spare for future use.
For payment purpose two ducts for supply measurements and single length for erection measurements
shall be considered. This activity will be done along with the Main line.

10. The cable-blowing pit similar to jointing pit shall be provided at every one KM distance, SV
locations and FTC location. Payment will be made separately for cable blowing pit/ jointing pit as
per SOR. The blowing pit cost at End Locations (in field FTC) shall be included in price of SOR.

11. Jointing, Splicing of OFC in jointing pit, testing, end sealing etc. has to be done. OFC loop should not be left
without proper protection at any place. The OFC loop or surplus cable should be accommodated within
the jointing pit / chamber. At each end the OFC & Duct shall be placed inside the pit with proper care. No
payments (for erection) will be done for the spare loops placed in the Blowing - Jointing pit /
chamber etc. For supply; payment will be made as per SOR rate.

12. If during the course of execution of work any discrepancy or inconsistency error or omission in any one
of the provision of the contract is discovered which needs to be clarified, the same matter shall be
referred to the EIC / Consultants who shall give his decision in the matter and issue instruction then
Page 7 of 9 623 of 896
SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

accordingly the work is to be carried out. The decision of the EIC / Consultant will be final and binding to
contractor.

13. The payments of supply & erection portion for HDPE Duct and OFC will be done as per contractual
payment terms based on the payment’s milestone defined in the pipeline laying work of the
contract.

14. For the payment for laying, the payable length of optical fiber cable will be the length of pipeline as
per pipeline chainages. As applicable for inside Terminal the actual laid length in separate trench upto
control room will be considered for measurement. Separate rate will be payable for terminal work as
per SOR. OFC route marker has to be provided inside the terminal area. No payments of OFC for erection
will be done for the spare loops placed in the wire mesh etc.

15. Wastage is allowed as defined elsewhere in the tender documents.

16. Contractor shall take all safety measures required to prevent damage to the cable and accessories. The
contractor shall be responsible for any damage to the cable, accessories and all other free issue items and
existing underground services in route, if any.

17. Inspection of HDPE/ OFC has to be carried out by bidder or bidder’s third party agency before dispatch of
the material as per the approved QAP. Client / Consultant will witness the testing and inspect the
material as per QAP at manufacturer works for respective vendor.

18. As applicable near terminal OFC shall be laid inside duct upto telecom room in separate trench. The entry
point & DUCT has to be properly sealed after laying of OFC to avoid entry of rodent, insect etc.)

19. At Tie – In locations:

At all pipeline tie – in locations, the trench shall be excavated further and duct shall be laid approx 1
meter away from the pipeline to avoid damage to the duct.

20. The Battery limit for the Telecommunication work shall be as defined above in the pipeline
sections covered. This is only for the information purpose, may vary as per pipeline network.

Refer Pipeline Schematic Route Diagram refer mechanical main line works / schematics .Any work not
defined below but required for the completion of Telecommunication work related to OFC laying within
the scope of contractor & as per the instruction of Engineer In charge will be in laying contractor scope of
the particular part.

HDPE Telecom duct and OFC shall be laid in all the sections along the pipelines. At all the intermediate
points / junction points blowing pit / jointing pit has to be provided as required. For HDPE duct testing
and OFC testing as per the scope, planning has to be done as per the requirement at sites.

As applicable in general the laying of OFC will start from the Control room of first station (Ch:0 Km)] to
control room of end station ( Ch : xxx Km)] routed through all the intermediate station control room & SV
stations. Where control room is not available, the scope of OFC work start from blowing pit installed near
to start of pipeline location including termination on field FTC to end location of pipeline upto blowing pit
and termination on field FTC covering all the intermediate station as applicable.

Enclosures:

Page 8 of 9 624 of 896


SCOPE OF WORK FOR TELECOMMUNICATION

GAIL (India) Limited MECON LIMITED

LIST OF STANDARDS SPECIFICATIONS

Sl.No. Standard Specification No. Description Remarks


Technical Specification for Optical
1. MEC/TS/05/E5/T/096
Fibre Cable & Accessories
Technical Specification PLE HDPE
2. MEC/TS/05/E5/T/037
Telecom Duct and Accessories
Technical specification of Warning
Refer documents enclosed with Mats/mesh(as procured for Pipeline
3.
Mechanical works under mechanical works) (common
for pipeline & OFC)
Specification for Optical Fibre Cable &
4. MEC/S/05/E5/T/001
HDPE Duct Laying & Associated Work
Specification / Procedure for the
5. MEC/S/05/E5/T/002
Testing of Optical Fibre Cable

LIST OF STANDARD DRAWINGS

S. No. Standard Specification No. Description Remarks


Standard Sketch for OFC laying (OFC
1. MEC/05/E5/T/002
through HDPE) (Normal Terrain) ***
Standard Sketch for OFC laying (OFC
2. MEC/05/E5/T/002A
through HDPE) (Rocky Terrain) ***
Standard Drawing OFC Laying (Separate
3. MEC/05/E5/T/005
Trench) (OFC through HDPE)
OFC Laying (Cased Crossing)
4. MEC/05/E5/T/008
(2 Nos. HDPE Duct)
MEC/05/E5/T/009 &
5. Standard Sketch OFC Joining / Blowing Pit
MEC/05/E5/T/009A
6. MEC/05/E5/T/010 OFC Joint Marker

The common warning mat/ mesh, as provided for Main Pipeline, shall be used for the OFC. Same is
applicable for all the terrain for lying of OFC.

Page 9 of 9 625 of 896


Annexure-VIII
to
Particular Job Specification
(ELECTRICAL WORKS)

626 of 896
DESIGN BASIS
(ELECTRICAL SYSTEM)

627 of 896
GAIL (INDIA) LIMITED
DESIGN BASIS FOR ELECTRICAL SYSTEM

SRIKAKULAM - ANGUL PIPELINE PROJECT


(PART-B)

MECON LIMITED DELHI


(ELECTRICAL SECTION)

Document No. Revision No. Date


MEC/23VA/05/E9/E/001 1 17.05.2021
MEC/23VA/05/E9/E/001 0 11.02.2021
© Copyright MECON Limited – All rights reserved.
THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

628 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 1 of 16

Contents
Sl. No. Description

1.0 INTRODUCTION

2.0 CODES AND STANDARD

3.0 OPERATING REQUIRMENT

4.0 LIGHTING SYSTEM

5.0 SITE CONDITIONS

6.0 AREA CLASIFFICATION & EQUIPMENT SELECTION

7.0 ENCLOSURE PROTECTION OF EQUIPMENT

8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM

9.0 CABLES

10.0 UPS AND SOLAR SYSTEM

11.0 SPLIT AC SYSTEM

12.0 415V SWITCH BOARD

13.0 POWER SUPPLY DETAILS

14.0 TRANSFORMER AND ITS MOUNTING ON DOUBLE POLE STRUCTURE WITHIN


DT/RT/IP/SV TERMINAL

15.0 STATUTORY APPROVAL

16.0 DRWINGS AND DESIGN DOCUMENTS

Rev. No. Date Prepared By Checked By Approved By

Aashis Moyal, M.K.Jaiswara, A.Bhowmic


1 17.05.2021 Sr.MGR Sr.MGR GM (Elect)

Aashis Moyal, M.K.Jaiswara, A.Bhowmic


0 11.02.2021 Sr.MGR Sr.MGR GM (Elect)
© Copyright MECON Limited – All rights reserved.
THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

629 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 2 of 16

1.0 INTRODUCTION

GAIL (India) Limited a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul
(Odisha) Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra
Pradesh for industrial consumers as well as City Gas Distribution System (CGD).

This pipeline will connect various RLNG terminals like, Dhamra, Dahej, Ennore,
Gangavaram, FSRU etc. and domestic gas fields of K G basin, Off-shore/On-shore fields to
the customers in Eastern region through JHBDPL and Southern region through KSPL.
Therefore, it will provide connectivity to multiple sources to the en-route customers. In view of
the same it has strategic importance and part of National Gas Grid.

The tentative route of the main pipeline is Srikakulam-Ganjam-Nayagarh-Khordha-Cuttack-


Dhenkanal-Angul. The mainline route is proposed to pass through approximately 8 districts in
the two states (7 in Odisha and 1 in Andhra Pradesh).

This document presents design criteria for electrical system for the Dispatch Station, IP
stations, SV stations & Receiving Station. It indicates minimum requirements for detailed
design of electrical system and equipments for laying of 18”/12”NB x 322 Kms (approx)
Mainline & Spurline (Part-B) from IP-4 cum DT (Ch 341.0km of SAPL Part-A) to RT at Utkal
Alumina (Ch 190.8 km) , RT at Vedanta (Ch 68.3 km) , & RT at Nalco (Ch 62.97 km) for
transportation and distribution of Natural Gas in the region.

Part-B pipeline mainly consist of 18”NBx48 Kms (approx) and 12”NBx274 Kms (approx)
pipeline in different districts of Odisha & Andhra Pradesh for transportation and distribution of
Natural Gas.

In case of any conflict between the codes and standards listed, the same shall be brought to
the notice of Owner for final decision, which shall be binding.

1.1 SYSTEM DESIGN PHILOSPHY : Basic Consideration


The Electrical design basis broadly outlines the minimum requirements for the design,
selection, sizing and installation of the electrical equipments and associated systems.

The electrical system shall be designed to ensure:


- Safety to personnel and equipment both during operation and maintenance
- Reliability of Service
- Minimal fire risk
- Ease of maintenance and convenience of operation
- Automatic protection of all electrical equipment through selective relaying system
- Electrical supply to equipment and machinery within the design operating limits
- Suitability for applicable environment factors
- Initial Cost
- Outdoor lighting control through synchronizing timer
- Outdoor Solar lighting

630 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 3 of 16

1.2 The following electrical equipments / systems are envisaged for:

1.2.1 IP STATIONS/ SV CUM DT STATIONS

I) Pole mounted HT substation (11/0.433 KV, LA, DO fuse, Metering etc) for receiving
Grid power from State Electricity Board.

II) 100KVA/63KVA, 11/0.433 kV ONAN distribution transformer with HT cable termination


box on primary side & LT cable termination box on secondary side.

III) 415V Switch Board/PDB for receiving normal power at IP stations / SV cum DT
stations with Energy Saving device, phase selection logic, timer for AC etc.

IV) Parallel Redundant UPS system (7.5kVA /5 kVA) with static by - pass with Ni-Cd type
(Pocket Plate type with 2x50% battery banks) battery bank (for 12 Hours back-up) for
Instrumentation, SCADA and PCP loads at IP terminals / SV cum DT stations with
ACDB for CPTRU, emergency lighting etc.
Size of the UPS shall be considered as per UPS sizing calculations to be submitted
during details engineering to Consultant / Owner for review /approval

V) HT Power cables, HT Termination kit for HT system.

VI) Split AC system, stabilizer with 12 hrs timer.

VII) LT Power and Control cables.

VIII) AC- DC converter 230V AC to 48V-0-(-) 48V DC and 24V DC power for telecom &
instrumentation load.

IX) Indoor & Outdoor lighting (Classified and Non-Classified type area & Buildings).

X) Emergency and Critical lighting.

XI) 20Mtr High Mast (8nos. 150W LED Light fixtures) for Area lighting near Process area/
Pole Mounted LED flood lights.

XII) Earthing and Lightning protection system

XIII) Local Control Stations (Classified and Non-Classified type)

XIV) Lighting Distribution board (LDB).

XV) Automatic Voltage Regulator outdoor type.

XVI) Structural steel, cable tray, erection accessories etc as required.

XVII) All panels like Solar Charger, UPS, Switch board shall be equipped for mod bus
communication for remote monitoring.

631 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 4 of 16

1.2.2 SV STATIONS:

I) Pole mounted HT substation (11/0.433 KV, LA, DO fuse, Metering etc) for receiving
Grid power from State Electricity Board.

II) 63KVA, 11/0.433 kV ONAN distribution transformer with HT cable termination box on
primary side & LT cable termination box on secondary side.

III) 415V Switch Board/PDB for receiving normal power at SV stations with Energy Saving
device, phase selection logic, timer for AC etc.

IV) Hybrid Solar power system shall be considered with Ni-Cd type battery bank (Pocket
Plate type with 2x50% battery banks) with 2 days autonomy (for 48 Hours back-up)
for critical load (PCP, Instrumentation, SCADA and telecom) and solar based stand
alone Type Street lighting system for outdoor emergency lights at SV stations.

V) A stand-alone dusk-down, solar photovoltaic street lighting system comprising of solar


PV module, LED lamp, Maintenance Free Lead acid battery, control electronics, inter-
connecting wire/cables, battery box, module mounting hardware & GI pole. Battery
box shall have locking facility.

VI) HT Power cables, HT Termination kit.

VII) Split AC system, stabilizer with 8 hrs timer.

VIII) LT Power and Control cables.

IX) Indoor & Outdoor lighting (Classified and Non-Classified type area & Building).

X) DC- DC converter (85-135V DC to 24V DC & (+) 48V-0V- (-) 48V DC) required for
supplying various critical load like critical lighting, Telecom, SCADA, Instrumentation
etc.

XI) Emergency and Critical lighting.

XII) Earthing and Lightning protection system

XIII) Local Control Stations (Classified and Non-Classified type)

XIV) Lighting Distribution board (LDB).

XV) Automatic Voltage Regulator outdoor type.

XVI) Structural steel, cable tray, erection accessories etc as required.

XVII) All panels like Solar Charger, Switch board shall be equipped for mod bus
communication for remote monitoring.

632 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 5 of 16

1.2.3 RECEIPT STATION AT UTKAL ALUMINA / VEDANTA / NALCO TERMINALS:

I) Pole mounted HT substation (11/0.433 KV, LA, DO fuse, Metering etc) for receiving
Grid power from State Electricity Board.

II) 63 KVA, 11/0.433 kV ONAN distribution transformer with HT cable termination box on
primary side & LT cable termination box on secondary side.

III) 415V Switch Board/PDB for receiving normal power at Receipt stations with Energy
Saving device, phase selection logic, timer for AC etc.

IV) Parallel Redundant UPS system (5 kVA) with static by - pass with Ni-Cd type (Pocket
Plate type with 2x50% battery banks) battery bank (for 12 Hours back-up) for
Instrumentation, SCADA and PCP loads at Receipt terminals with ACDB for CPTRU,
AMF panel, emergency lighting etc.

Size of the UPS shall be considered as per UPS sizing calculations to be submitted
during details engineering to Consultant / Owner for review /approval

V) HT Power cables, HT Termination kit.

VI) Split AC system, stabilizer with 12 hrs timer.

VII) LT Power and Control cables.

VIII) AC- DC converter (230V AC to -48V DC and 24V DC) with UPS system

IX) Indoor & Outdoor lighting (Classified and Non-Classified type area & Building).

X) Emergency and Critical lighting.

XI) 20Mtr High Mast (8nos. 150W LED Light fixtures) for Area lighting near Process area

XII) Earthing and Lightning protection system

XIII) Local Control Stations (Classified and Non-Classified type)

XIV) Lighting Distribution board (LDB).

XV) Automatic Voltage Regulator outdoor type.

XVI) Structural steel, cable tray, erection accessories etc as required.

XVII) All panels like Solar Charger, UPS and Switch board shall be equipped for mod bus
communication for remote monitoring.

Note-1-Spacing of the Electrical panels, Battery Banks shall as per CEA/OISD/IS rules
from the wall as well as spacing with other adjacent equipments.

Note-2-Silent DG set of suitable rating shall be considered for the charging of the
Battery bank charging in case of larger power outage at IP stations.
633 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 6 of 16

2.0 CODES AND STANDARDS

Electrical equipment and system design, manufacture, testing, installation and commissioning
will comply with all the latest applicable standards, regulations and codes as mentioned
below:

BIS - Bureau of Indian Standards

CMIFR - Central Mining Institute & Fuel Research

DGMS - Director General Mines Safety

OISD - Oil Industrial Safety Directives

IEEE - Institute of Electrical & Electronics Engineer

IER - The Indian Electricity Rules

ANSI - American National Standards Institute


BEE - Bureau of Energy Efficiency, India

IEC - International Electro technical Commission

Note- M.B. Lal Committee recommendation to be followed in all electrical design &
installations.

2.1 In case of imported equipments standards of the country of origin shall be applicable if these
standards are equivalent or stringent than the applicable Indian standards.

2.2 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country.

2.3 In case of any contradiction between various referred standards/ specifications/ data sheet
and statutory regulations the following order of priority shall govern.

 Statutory regulations.
 Data sheets.
 Scope of Work/ Job specification.
 Design Basis.
 Standard Specification.
 Codes and standards.

3.0 OPERATING REQUIRMENT

A.C. Power Supply

a) Voltage - 415 V +10 %, -15%

b) Frequency - 50 Hz +/- 5 %

c) Phases and Wire - 3 Ph & N (4W)


634 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 7 of 16

1 Ph & N (2W)

d) Fault level - 30 KA for 1 Sec. For 3 Ph ckt.


10 KA for 1 Sec. For 1 Ph ckt.
e) Neutral Earthing - Solidly Earth

Critical Power (UPS/Charger) Supply Parameters:

Sr Description/Terminal IP/RT/SV cum DT Station SV station


No.
1 INSTRUMENTATION 230 V AC UPS, 230 V AC NON- UPS
24 V DC 24 V DC
2 TELECOM SYSTEM 230 V AC UPS, 230 V AC NON- UPS
(-)48 V DC (-) 48 V DC
3 SCADA 230 V AC UPS, 230 V AC NON- UPS
24 V DC 24V DC
4 CP SYSTEM 230 V AC UPS 48 V DC

5 FA & CO2 Flooding 230 V AC UPS 230 V AC NON UPS


system
6 MOV/Actuator 230 V AC UPS 230 V AC NON UPS
7 Critical Lighting 230V AC by Inverter 230 V AC by Inverter
8 FEP/CCTV/EPABX 230 V AC UPS N/A

3.1 Power System Design


The distribution system shall be designed in accordance with project specification taking into account
all possible factors affecting the choice of the system to be adopted such as required continuity of
supply, flexibility of operation, operational costs, and reliability of supply from available power
sources, total load and the concentration of individual loads.

Capacity of Electrical System


All the components of the electrical system shall be sized to suit the maximum load, under the most
severe operating conditions. Accordingly, the maximum simultaneous consumption of power,
required by continuously operating loads shall be considered and an additional margin shall be taken
into account for intermittent service loads, if any. The amount of electrical power consumed by each
process unit shall be calculated for its operation at the design capacity.

Total Running load of a Station = 100% of Continuous Load + 50% of the Intermittent Load + 20% of
the Stand-by Load.

Protection and Metering Schemes


The protective system shall be selected and coordinated to ensure the following:
a) Protection of equipment against damage, which can occur due to internal or external short
circuits or atmospheric discharges.
b) Uninterrupted operation of those parts of the system, which are not affected by the fault.
c) Personnel and plant safety.
635 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 8 of 16

Metering shall be provided to keep a record of power consumption and supervision of all concerned
parameters like current, voltage, power, frequency, power factor etc.
Electrical Control

UPS system, Solar charger panels, PDB panels & Generator APFC panels shall be provided with
Hardwired (4-20mA) as well as on serial communication (RS-485 Modbus) . CP Unit shall be
provided with Hardwired (4-20mA) connectivity only, as double monitoring will cause early failure of
Reference cell of CP unit. Different panels will be provided with above mentioned capabilities for
interconnection with OWNER'S Control System at the terminals and RTU at the remote station via
Modbus protocol or TCP / IP communication

4.0 LIGHTING SYSTEM

4.1 Lux level in the plant area for calculation of lighting fixture is as follow:

Area Required Lux Level (As per Lighting Technology


M.B. Lal Committee)
Primary Roads 10-20 LED street lights (Except
Hazardous Area)

Secondary Roads 5-10 LED street lights (Except


Hazardous Area)

Pump Houses (Product Pump 100-150 LED lights With flame proof
Houses), T/W Pumps, Sheds fittings

Main Operation Platform & 60-80 LED lights With flame proof
access stairs (within tank farm) fittings

Ordinary Platforms 20-50 LED Pole Mounted fittings

Parkinng Area 20-50 LED Pole Mounted fittings

Process Ares 60-100 LED With flame proof fittings

Switchgear Bldg/ MCC Room/ 150-200 9W, 12W, 18W, 36W LED
DG Room/Shed Lights (Recessed/Surface
fixtures)
Transformer Bay/ Switchyard 100-200 LED Pole Mounted fittings

Battery room 150-200 1x40W FTL/LED Flame Proof


lighting fixture Recessed/
Surface mounting and flame
Proof type Exhaust fan. (All
switching outside the battery
room)

636 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 9 of 16

Control Room bldg/ Laboratory 400-500 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Charger/UPS room 150-200 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Warehouse 100-150 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Office room 300-400 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Watch room/ Watchman Booth 100-150 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Stairs 50-70 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Corridors 70-100 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)
Fire House/ Garage 100-150 9W, 12W, 18W, 36W LED
Lights (Recessed/Surface
fixtures)

Factor of Safety-
CFL/LED/Induction - 10%

All electrical fixtures for Hazardous area shall be classified type (Flame proof) as per the Area
Classification given in this document and have approval of respective statutory agency as per
the petroleum Act, 2002.

Security Gate Lighting - Integral LED Post Top Lantern

4.2 Emergency lighting system for indoor & outdoor lighting by separate Inverter system.

5.0 SITE CONDITIONS

a) Max / Min Temperature : 50 / 2 ˚C (max/min)

b) Relative Humidity : 95 %

c) Altitude above sea level : Less than 1000 M above mean sea level
d) Atmospheric condition : To withstand site condition
(Dry, dust storms during summer, Humid & Heavy
Rainfall during Monsoon)
e) Hazardous area
Classification : Zone-I & II, Gas group IIA & IIB, Temp. Class T3

f) Control Room/Electrical : Safe Area


/D.G Area/Transformers Yard etc 637 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 10 of 16

6.0 AREA CLASIFFICATION AND EQUIPMENT SELECTION

Classification of hazardous area will be in accordance with BIS and IS: 5572.

Following selection will be considered for proper selection of electrical equipment for use in
hazardous area:

a) Area Classification : Zone-I & II

b) Gas Group : IIA and IIB

c) Temperature Classification : T3

All electrical equipment installed in hazardous area will be selected as per IS: 5571.

All electrical equipment for hazardous area will have CMRI certification

Electrical equipment installation in zone 0 area shall be avoided. Switchgear, DG shall be


located in safe area. Overhead power line passing through hazardous area shall be avoided.
As far as possible equipment including Power source, test stations, anodes, junction boxes,
TLP etc. shall be located in safe area. All equipment to be located in Hazardous area should
conform to and comply with BIS 2148 and IEC 79 (or equivalent) code requirements. All
flameproof equipment of indigenous origin should also be BIS marked.

7.0 ENCLOSURE PROTECTION OF EQUIPMENT

7.1 Enclosure Protection:-

The electrical equipment installed outdoor will have the following enclosure Protection
- IP 65

The equipment installed indoors will have the following enclosure:


UPS - IP 31
PDB – IP 54
CP Unit – IP 42
Solar Panels – IP31

The above enclosure protection will be in accordance with Indian standard.

7.2 Enclosure Protection in hazardous areas:-

The type of enclosure in the plant / process area shall be Flame proof (Ex-d)

8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM

8.1 No. of earth pit will be provided as per IS: 3043 and as per site requiement.

8.2 All equipment earthing to be carried out as per IS: 3043, minimum size of GI/Copper earth
conductor to be used will be as given below.
Equipments Earthing Conductor size 638 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 11 of 16

Utility building PDB, MLDB, 50 x 6 mm GI/16 sq. mm GI rope


Switch Socket DB, UPSDB, Lighting DB etc.

FLP – WP lights/control station 6 sq mm solid GI Wire

Product pipe line 16 sq mm flexible copper wires


Mechanical equipment / Vessels, 50 x 6 mm GI Flat
Tanks, Pipe/cable racks, structure, fencing

RTU, Telecom, UPS 25 x 3 mm copper Strip

Field Instruments 2.5 sq mm Cu Wire PVC

Jumper for flanges 25 x 3 mm Copper Strip

8.3 Earthing Electrode will be GI pipe for electrical system & Copper plate for instrument/ SCADA
& Telecom system.
8.4 Minimum 10 Nos. GI Pipe electrodes for each station will be provided as per IS- 3043 and as
per site requirement. (6 Nos. for equipment , 2 Nos transformer body earthing, 2 Nos.
Transformer neutral earthing).
8.5 Minimum 2 Nos. Copper Plate Electrodes will be provided for RTU / Control Panel at each
station.
8.6 Minimum 2 Nos. Copper Plate Electrodes will be provided for Telecommunication System at
each station.
8.7 Minimum 2 Nos. Copper Plate Electrodes will be provided for UPS system at each station.
8.8 Minimum 2 nos. near Control room building
8.9 Lightning protection system shall be provided as per IEC 62305 and with class II lighting
protection system (LPS) and LPL –II or minimum 2 nos..
8.10 Advanced maintenance free earthing with carbon backfill for process area (min 2 or 4nos )
and non-maintenance free for other than process area.
8.11 Earthing system shall cover electronic equipment earthing system, neutral earthing system,
static & lightning protection. Earthing shall be carried out as per IS-3043

The resistance value of Earthing and Lightning System shall be less than 5 ohm for electrical
earthing and 1 ohm for instrumentation earthing

The following equipment to be earthed:


a. Metallic non-current carrying parts of all electrical equipment such as, Electrical Distribution
Boards, Lighting Fixtures.
b. Electronic Earthing for Instrument panel, Metering Panel, Telecom Panel, RTU & UPS.
c. Steel structure, cable tray, lighting poles.
d. Fencing and Main Gate.

9.0 CABLES

Power & Control cables will have the following specification:

Conductor Size and material : Copper cable upto 25sqmm


Minimum size of cable for power and control cables
639 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 12 of 16

a) Medium voltage power cable : 2.5 mm² (Copper)


b) Control cables : Twisted pair 1.5 mm² (Copper)
c) Lighting : 2.5 mm² (Copper)

9.1 HT Power Cable (11 KV- UE)

 XLPE insulation
 Inner sheath will be ST2
 Inner and outer sheath will be extruded.
 Steel strip / wire armoured.
 Outer sheath of cable will be FRLS PVC, ST2 type.
 Voltage grade – 11000 V (UE)
 Applicable standard: IS-7098 Part I & II.

9.2 LT Power Cable (1.1 KV)

 XLPE insulation
 Inner sheath will be ST2
 Inner and outer sheath will be extruded.
 Steel strip / wire armoured.
 Outer sheath of cable will be FRLS PVC, ST2 type.
 Voltage grade – 1100 V
 Applicable standard: IS-7098 Part I & II.

9.3 Control Cable (1.1kV grade)

 Stranded Annealed Copper Conductor 2.5 sq mm


 XLPE insulation.
 Inner sheath will be ST2
 Steel strip/wire armored
 Outer sheath of cable will be FRLS PVC, ST2 type.
 Voltage grade – 1100 V
 Applicable Standard: IS-7098 Part I.

9.4 Lighting Cable / Wire in conduit

 1.5 mm2 stranded Copper PVC insulated wire in concealed PVC conduit will be
used in lighting fixtures.
 3 core 2.5 mm2 stranded copper cable (YWY) will be used for flameproof
fixtures.
 3 core 2.5 mm2 stranded copper cable (YWY) will be used from outdoor lighting
DB to junction box on the lighting poles.
 3 core 2.5 mm2 stranded copper cable (YWY) will be used from junction box on
the lighting poles to lighting fixture.
 4 core 2.5 mm2 stranded copper cable (YWY) will be used for lighting in shed area.
 4mm2 stranded Copper PVC insulated wire in concealed PVC conduit for 5/15 amp
switch socket, 20A Industrial switch socket.

640 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 13 of 16

CABLING SYSTEM

Cable laying philosophy

A. Paved area: Cable tray/RCC trench


B. Unpaved area: Directly buried
C. Type of cable trays: Galvanized prefabricated

9.5 Criteria for Cable Sizing:


All cables shall be sized based on below criteria.
- System Voltage, Current carrying capacity, laying of conductor.
- Load current and cable derating factors (Temperature derating factor, Laying Derating
Factors and Group derating factors).
- Short Circuit Current for Incomers only.
- Maximum allowable Voltage Drop shall be as below

Voltage Drops
Maximum allowable Voltage Drop for feeder under steady state condition at full load as mention
below:
Cable between transformers secondary to PDB - 0.5%
Cable between PDB to Sub DBs - 0.5%
Cable between sub DBs to motors - 5.0%
Cable between Lighting DB to Lighting points - 4.0%
DC Circuit - 3.0%
During Motor start-up - 15.0%

10.0 U.P.S. SYSTEM AND SOLAR SYSTEM

Rating - 7.5/5 KVA, 320 V-460V- TPN (184-265V/Ph) INPUT


and 230 V AC +/-1% UPS with Static stabilizer for
DT/RT/IP
&
Hybrid Solar System (800W/1200W continuous load) for
SV stations

Redundancy - Parallel redundant


Battery Bank - Ni-Cd (2 x 50%)

Back – up Time of Ni-Cd Battery - 12 Hrs for UPS/48 Hrs for Solar PV system

Solar Photo Voltaic System - Photovoltaic System (System Capacity Min 10kWp)

11.0 SPLIT A.C. SYSTEM

11.1 All A.C. will be supplied power 230V, 50 Hz, 1 Ph & N and Control room temperature will be
maintained 24˚ C±2˚C with 8 hrs timer.

641 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 14 of 16

12.0 415V SWITCH BOARD

Switch board shall be equipped with energy saving device, and Meters with mod bus
communication. Insulating mats shall be provided in front & rear side of panels

Switchgear and associated equipment fed from generators and transformers shall have rating
at least equal to the rating of respective generators and transformers feeding it, under any
circuit configuration. Generator incomer shall be rated w.r.t. maximum power output of the
generator set over entire operating temperature range. Transformer Incomer feeder’s rating
shall be decided by respective State Electricity Board

Bus tie circuit breakers shall have same rating as the incomer
All other switchgears/switchboards not directly fed from generator and transformers shall have
rating at least equal to the maximum demand under any circuit configuration. Incomers of
these switchgears/switchboards shall be designed to cater to the complete load.
Spare outgoing feeders shall be provided in all LV switchgear/switchboards. For other
switchboards (and where not specifically indicated in SLD), at least one number of each type
of outgoing feeder or 20% of same feeder type.

The following protections shall be provided for safety of electrical system and personnel but
not limited to as below:

- RCBO protection for sensitive earth leakage protection for lighting circuit.
- RCBO shall be provided in AC circuits
- MCB protection for overload and short circuit for UPSDB and SSDB.
- MCCB based incomer for MEDB for short circuit, over current and earth fault release/shunt
trip.
- Bore well pump motor (if any) starter feeder shall incorporate thermal overload, short circuit
protection.
- Outgoing feeders of MEDB incorporating shall have MCCB over current, short circuit and
earth fault leakage protections.
- The Switchboard shall be suitable for bottom entry, if not specifically mentioned in any other
place of the document and shall be provided with removable gland plate.

13.0 POWER SUPPLY DETAILS

For SV stations of pipeline, a hybrid solar power system with battery back-up of 48 hours (2
days) considered for power supply to Critical loads (i.e. PCP system, Instrument, SCADA,
Telecom).

A servo stabilizer (Automatic Voltage regulator) is also considered to improve the voltage
level of rural feeder of SEB.

For RT, IP & SV cum DT stations, UPS system (7.5 KVA / 5 KVA) with 12 hr battery backup
has been considered for power supply to Critical loads (i.e. PCP system, Instrument, SCADA,
Telecom).

642 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 15 of 16

14.0 TRANSFORMER AND ITS MOUNTING ON DOUBLE POLE STRUCTURE WITHIN


DT/RT/IP/SV TERMINAL

14.1 Power connectivity from nearest available power source through Overhead Conductor/Cables
(O/H or U/G) alongwith all requisite materials upto Double Pole structure of GAIL terminal
shall be executed by SEB on depositary basis or by the Contractor (If SEB permits to execute
this work by the Contractor). All the payments towards works executed on depositary basis
shall be paid by the Owner.

14.2 Supply, Installation, Testing & Commissioning works of Distribution Transformer & Double
Pole structure at GAIL terminal shall be executed by SEB on depositary basis or by the
Contractor (If SEB permits to execute this work by the Contractor). All the payments towards
works executed on depositary basis shall be paid by the Owner.

14.3 Contractor shall carry out all the required liasioning with concerned authorities for the above
mentioned works (Sr. no.14.1 & 14.2) including all works related to statutory approvals of the
complete installation, from competent authority like CEA, DGMS, State electricity
Authority/Board etc .

15.0 STATUTORY APPROVAL

The submission of application on behalf of the Owner to Govt. Authority/ Central Electricity
Authority, if required along with copies of required certificates complete in all respects, shall
be done by the contractor well ahead of time so that the actual commissioning of are not
delayed for want of approval from authority. The actual inspection of work by the Govt.
inspector shall be arranged by the Contractor and necessary coordination and liaison work in
this respect shall be the responsibility of the contractor. However any fee paid to the Govt.
Authority in this regard shall be reimbursed by the Owner on submission of bills with
documentary evidence.

The Inspection and acceptance of the work as above shall not absolve the Contractor from
any of responsibilities under this contract.

15.1 Regulation :

CEA - Central Electricity Authority regulations.


IFA - The Indian Factories Act
Any other State Regulations in force

All necessary drawings, calculations, test certificates, etc. as required by Electrical Inspector
/Competent Authority shall be furnished.

16.0 DRWINGS AND DESIGN DOCUMENTS

16.1 The following documents shall be submitted along with the offer:
a) Filled up data sheet/Checklist.
b) HSE Policy
c) Bar Charts & Project completion schedule
d) QAP
643 of 896
SRIKAKULAM-ANGUL
MECON LIMITED Electrical Section, Delhi PIPELINE PROJECT
DELHI (PART-B)

Basic Engineering Design Basis-Electrical System MEC/23VA/05/E9/E/001 Page 16 of 16

e) List of two years operation and maintenance spare.


f) Approx. dimensions of the system

16.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.

a) Soil survey report with marked location vulnerable area.


b) Various Installation & Commissioning Procedures- Earthing, Lighting, PDB
Panels, LDB Panels, Outdoor & Indoor lighting, UPS, Solar PV System, Battery
Bank, Cable laying & termination etc.
c) QA & QC Procedures.
d) Various Data Sheets & Design for Approval- Lighting, PDB Panels, LDB Panels,
Outdoor & Indoor lighting, UPS, Solar PV System, Battery Bank, Cable’s, wiring,
earthing & lightning etc along with basis of system design and design
calculations, equipment selection criteria and sizing calculations, formulae used
e) Equipment layout, Cable layout & schedule.
f) Colour code identification for the various cables/ wires used in the system.
g) G.A. of various electrical equipments.
h) Schematic diagrams of various equipments.
i) Wiring diagram for reference.
j) Tentative Bill of Material

16.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints to owner & one set to
MECON..

Other drawings and documents shall be submitted by contractor/MECON along with AS-BUILT
Drawings/Datasheets-

a) Test documents & drawings for bought out items.


b) Detailed commissioning report of each station.
c) As-built Earthing & lightning layout with commissioning report.
d) As-built lighting layout with lux level at each point.
e) Installation, Testing & commissioning documents.
f) Displaying of Hazardous area classification, Earthing layout drawings at SV/IP/DT
& RT
-x-x-x-

644 of 896
SCOPE OF WORK
(ELECTRICAL SYSTEM)

645 of 896






*$,/ ,1',$ /,0,7('
ELECTRICAL SCOPE OF WORKS


65,.$.8/$0$1*8/3,3(/,1(352-(&7 3$57% 


7(50,1$/:25.6




(/(&75,&$/6(&7,21 

0(&21/,0,7(''(/+,





'RFXPHQW1R 5HYLVLRQ1R 'DWH
  
0(&9$((  

‹&RS\ULJKW0(&21/LPLWHG±$OOULJKWVUHVHUYHG
7+,6'2&80(17,67+(62/(3523(57<2)0(&21$1',668(')257+(63(&,),&352-(&70(17,21('+(5(,17+,6,612772%(
&23,('2586(')25$1<27+(5352-(&7681/(66(;3/,&,7/<3(50,77('%<0(&21


646 of 896

SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


 
&RQWHQWV
Sl. No. Description

1.0 GENERAL

2.0 SCOPE

3.0 OTHER MISCELLENEOUS WORKS

4.0 AREA CLASSIFICATION

5.0 JOB SPECIFICATIONS

6.0 STATUATORY APPROVAL OF WORKS

7.0 MAKE OF EQUIPMENTS AND MATERIALS

8.0 INSPECTION, TESTING AND COMMISSIONING

9.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS



10.0 TECHNICAL CRITERIA FOR ACCEPTANCE ( ELECTRICAL) OF ELECTRICAL
CONTRACTOR












5HY1R 'DWH 3UHSDUHG%\ &KHFNHG%\ $SSURYHG%\
  

  

  
 $DVKLV0R\DO 0.-DLVZDUD $%KRZPLF
  6U0JU 6U0JU *0 (OHFW 
    
‹&RS\ULJKW0(&21/LPLWHG±$OOULJKWVUHVHUYHG
7+,6'2&80(17,67+(62/(3523(57<2)0(&21$1',668(')257+(63(&,),&352-(&70(17,21('+(5(,17+,6,612772%(

&23,('2586(')25$1<27+(5352-(&7681/(66(;3/,&,7/<3(50,77('%<0(&21

647 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


1.0 GENERAL

1.1 Introduction

GAIL (India) Limited a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul
(Odisha) Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra
Pradesh for industrial consumers as well as City Gas Distribution System (CGD).

This pipeline will connect various RLNG terminals like, Dhamra, Dahej, Ennore,
Gangavaram, FSRU etc. and domestic gas fields of K G basin, Off-shore/On-shore fields to the
customers in Eastern region through JHBDPL and Southern region through KSPL.
Therefore, it will provide connectivity to multiple sources to the en-route customers. In view of
the same it has strategic importance and part of National Gas Grid.

M/s MECON Ltd has been engaged by M/s GAIL (India) Limited to carry out design,
engineering, procurement, inspection & Project Management Consultancy Services required for
18”/12” NB x 322 Kms. (approx.) pipeline (Part-B of SAPL Pipeline) from IP-4cum DT (of SAPL
Part-A) at Ch 0.00km to Receiving Terminal at Utkal Alumina (Ch 190.8km), SV-6S cum DT at
Ch 158.4km to RT at Vedanta (Ch 68.3km) and .SV-7S cum DT at Ch 178.4km to RT at Nalco
(Ch 62.97km).

The intent of this specification is to define the requirements for the supply of equipment and
materials (as required), erection, testing and commissioning of the electrical power distribution
system.

The work shall be carried out in the best workmanship – like manner, in conformity with these
specifications, approved drawings and the instructions of the Engineer-in-charge from time
to time.

In case of any conflict between the codes and standards listed, the same shall be brought to
the notice of Owner/Consultant for final decision, which shall be binding.

1.2 Standards

The work shall be performed in conformity with, standard specifications and installation
standards enclosed and code of practices of the Bureau of India Standards. In case of any
conflict, the stipulations under this specification shall govern.

In addition, the work shall also conform to the requirements of the following:

The Indian Electricity Act, and the rules framed there under
The fire Insurance Regulations
The regulations laid down by the Chief Electrical Inspector of the state government / Central
Electricity Authority (CEA).
The regulations laid down by the Factory Inspector.
The regulations laid down by the Chief Inspector of Explosives.
Any other regulations laid down by the Central, State or Local Authorities from time to time
during the pendency of this contract.
M.B.Lal Committee recommendations for electrical design & installation.
,Q FDVH RI DQ\ FRQWUDGLFWLRQ EHWZHHQ YDULRXV UHIHUUHG VWDQGDUGV VSHFLILFDWLRQV GDWD VKHHW
648 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


DQGVWDWXWRU\UHJXODWLRQVWKHIROORZLQJRUGHURISULRULW\VKDOOJRYHUQ

ƒ 6WDWXWRU\UHJXODWLRQV
ƒ 625
ƒ 6FRSHRI:RUN-REVSHFLILFDWLRQ
ƒ 'HVLJQ%DVLV
ƒ 6WDQGDUG'DWDVKHHWV
ƒ 6WDQGDUG6SHFLILFDWLRQ
ƒ &RGHVDQGVWDQGDUGV

1.3 Guarantee

The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period of 12 months from the date of issue of the
completion certificate. Any damage or defects connected with the erection of materials,
equipments or fittings supplied by the contractor that may be undiscovered at the time of
issue of the completion certificate, or may arise or come to light thereafter, shall be rectified or
replaced by the contractor at his own expense as deemed necessary and as per the instruction
of the Engineer-in-charge within the time limit specified by the Engineer-in-charge.

The above guarantee shall be applicable for the quality of work executed as well as for the
equipment / cable / fittings/ other material supplied by the contractor

1.4 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions.

a) Max / Min Temperature : 50 / 2 ˚C (max/min)

b) Relative Humidity : 95 %

c) Altitude above sea level : Less than 1000 M above mean sea level
d) Atmospheric condition : To withstand site condition
(Dry, dust storms during summer, Humid & Heavy
Rainfall during Monsoon)
e) Hazardous area
Classification : Zone-I & II, Gas group IIA & IIB, Temp.
Class T3

f) Control Room/Electrical : Safe Area


/D.G Area/Transformers Yard etc

1.5 Power Supply Parameters :



i) For RT, SV cum DT & IP STATIONS station:

NORMAL POWER 415V AC, 3 Phase & Neutral


LIGHTING DISTRIBUTION (Normal) 230 V AC, 1 Phase
CRITICAL LIGHTING 230 V AC, 1 Phase
649 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


BY INVERTER
INSTRUMENTATION 230 V AC, 1 Phase
(UPS) 24 V DC
TELECOM SYSTEM (UPS) 230 V AC, 1 Phase
-48 V DC
SCADA (UPS) 230 V AC, 1 Phase
24 V DC
CP SYSTEM (UPS) 230 V AC, 1 Phase
FA & CO2 FLOODING SYSTEM (UPS) 230VAC
)(3&&79(3$%; 230 V AC, 1 Phase

ii) For ALL SOLAR POWERED SV STATIONS

NORMAL POWER 415V AC, 3 Phase & Neutral


LIGHTING DISTRIBUTION (Normal) 230 V AC, 1 Phase
230 V AC, 1 Phase
CRITICAL LIGHTING
BY INVERTER
,167580(17$7,21 9$&121836
9'&
7(/(&206<67(0 9$&121836
 9'&
6&$'$ 9$&121836
 9'&
&36<67(0 9'&
)$ &2)ORRGLQJV\VWHP 230VAC
)(3&&79(3$%; N/A

 6&23(

The contractor’s scope of work includes following:

)RU6HF,$OOHOHFWULFDOZRUNVIRUIROORZLQJSLSHOLQHWHUPLQDOVLVLQVFRSHRIFRQWUDFWRU
D 696 0DQXDOO\RSHUDWHG 
E ,36

)RU6HF,,$OOHOHFWULFDOZRUNVIRUIROORZLQJSLSHOLQHWHUPLQDOVLVLQVFRSHRIFRQWUDFWRU
D 696 5HPRWHO\RSHUDWHG 
E 696 0DQXDOO\RSHUDWHG 
F 696 5HPRWHO\RSHUDWHG 
G 696$ 0DQXDOO\RSHUDWHG 
H 696 5HPRWHO\RSHUDWHG 
I 696FXP'7IRU&RQVXPHU9HGDQWD
J 696FXP'7IRU&RQVXPHU1DOFR
K 57DW8WNDO$OXPLQD


650 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


)RU6HF,,,$OOHOHFWULFDOZRUNVIRUIROORZLQJSLSHOLQHWHUPLQDOVLVLQVFRSHRIFRQWUDFWRU

D 699 0DQXDOO\RSHUDWHG 


E 699 5HPRWHO\RSHUDWHG 
F 699 0DQXDOO\RSHUDWHG 
G 57DW9HGDQWD

)RU6HF,9$OOHOHFWULFDOZRUNVIRUIROORZLQJSLSHOLQHWHUPLQDOVLVLQVFRSHRIFRQWUDFWRU

D 691 0DQXDOO\RSHUDWHG 


E 691 5HPRWHO\RSHUDWHG 
F 691 0DQXDOO\RSHUDWHG 
G 57DW1DOFR

 6&23(2)'(6,*1 (1*,1((5,1*



 6XEPLVVLRQ RI YDULRXV HOHFWULFDO HTXLSPHQW¶V GDWDVKHHWGUDZLQJVGRFXPHQWVFDOFXODWLRQV HWF
IRU UHYLHZ DQG DSSURYDO SUHSDUDWLRQ RI %20 SUHSDUDWLRQ RI VLWH HQJLQHHULQJ GUDZLQJV DQG
GHWDLOV IRU LQVWDOODWLRQ ZRUNV ZKHUHYHU DSSOLFDEOH RU UHTXLUHG E\ WKH (QJLQHHULQFKDUJH DQG
VXEPLWVWRWKH(QJLQHHULQFKDUJHIRUUHYLHZ

 &RUUHFWLRQXSGDWLQJDQGVXEPLVVLRQRIDOO2ZQHU¶VGUDZLQJVIRUDVEXLOWVWDWXV

 2EWDLQLQJ FOHDUDQFH IRU HQHUJL]LQJ WKH FRPSOHWH HOHFWULFDO IDFLOLWLHV FRYHUHG XQGHU WKLV WHQGHU
DQG DSSURYDO RI LQVWDOODWLRQ DQG GUDZLQJV IURP WKH &KLHI (OHFWULFDO ,QVSHFWRU RI WKH 6WDWH
*RYHUQPHQW&HQWUDO(OHFWULFLW\$XWKRULW\DQGRWKHUVWDWXWRU\DXWKRULW\DVUHTXLUHG7KLVLQFOXGHV
HTXLSPHQWVLQVWDOOHGRUFRPPLVVLRQHGE\RWKHUVZLWKLQWKHEDWWHU\OLPLW7KLVLVIRUWKHSXUSRVH
RIREWDLQLQJDFRPSUHKHQVLYHDSSURYDOLQRQHJR

 7RWDOQRV69WHUPLQDOVDUHPDQXDOO\RSHUDWHGLQ6$3/3DUW%SURMHFWDVPHQWLRQHGLQ
FODXVHQR

a) 2QHQR0DQXDO69WHUPLQDOV 696 VKDOOKDYHSRUWDFDELQIRUKRXVLQJ)&%&%DWWHU\VHW
2/'% &38QLWVSupply, installation, testing & commissioning of CP units are not in scope of
this contract. Same shall be supplied, installed, tested & commissioned by other contractor
through separate tender.

+RZHYHU6XSSO\,QVWDOODWLRQWHVWLQJ FRPPLVVLRQLQJRI33/'%/7'%2/'%,QYHUWHU6RODU
0RGXOHV6RODU&KDUJHU)&%& %DWWHU\VHWIRU3&3V\VWHPDWWKLVWHUPLQDOLQVLGHSRUWDFDELQ
LVLQVFRSHRIWKLVFRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH,QFRPLQJSRZHUWR/7'%VKDOOEHSURYLGHG
WKURXJK 7KUHH SKDVH /7 FRQQHFWLRQ UDWLQJ DV SHU 625  LQVWDOOHG QHDU *XDUGURRP%RXQGDU\
ZDOODQGVXSSO\ LQVWDOODWLRQRIWKHVDPHLVLQVFRSHRIWKLVFRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH
$OO WKH (OHFWULFDO ZRUNV DW WKHVH WHUPLQDO HDUWKLQJ  OLJKWQLQJ SURWHFWLRQ RXWGRRU OLJKWLQJ
V\VWHPFDEOLQJZRUNVLQVLGHWHUPLQDOHWF LVXQGHU&RQWUDFWRU¶VVFRSH

b) 6L[QRV0DQXDO69WHUPLQDOV 696696$699699691 691 VKDOO
QRWKDYH&RQWUROURRPEXLOGLQJ /7'%FXP2/'%VKDOOEHPRXQWHGLQVLGH*XDUGURRP 3RUWD
FDELQW\SH 

651 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


6XSSO\,QVWDOODWLRQWHVWLQJ FRPPLVVLRQLQJRI/7'%FXP2/'%LQVLGHSRUWDFDELQLVLQVFRSH
RIWKLVFRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH,QFRPLQJSRZHUWR/7'%FXP2/'%VKDOOEHSURYLGHG
WKURXJK 7KUHH SKDVH /7 FRQQHFWLRQ UDWLQJ DV SHU 625  LQVWDOOHG QHDU *XDUG URRP%RXQGDU\
ZDOODQGVXSSO\ LQVWDOODWLRQRIWKHVDPHLVLQVFRSHRIWKLVFRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH

$OOWKH(OHFWULFDOZRUNVDWWKHVHWHUPLQDO HDUWKLQJ OLJKWQLQJSURWHFWLRQRXWGRRUOLJKWLQJ
V\VWHPFDEOLQJZRUNVLQVLGHWHUPLQDOHWF LVXQGHU&RQWUDFWRU¶VVFRSH

 7RWDOQRV69WHUPLQDOVDUHPDQXDOO\RSHUDWHGLQ6$3/3DUW$SURMHFW UHIHU6FKHPDWLF
GLDJUDPIRU6$3/3DUW$ 

a) )LYHQRV0DQXDO69WHUPLQDOV 69696969 69 VKDOOKDYHSRUWDFDELQIRU
KRXVLQJ )&%& %DWWHU\ VHW 2/'%  &3 8QLWV Supply, installation, testing & commissioning of
CP units, PPLDB, LTDB, OLDB, Inverter etc are not in scope of this contract. Same shall be
supplied, installed, tested & commissioned by other contractor through separate tender.

+RZHYHU6XSSO\,QVWDOODWLRQWHVWLQJ FRPPLVVLRQLQJRI6RODU0RGXOHV6RODU&KDUJHU)&%&
 %DWWHU\ VHW IRU 3&3 V\VWHP DW WKHVH ILYH WHUPLQDOV LQVLGH SRUWD FDELQ LV LQ VFRSH RI WKLV
FRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH3OHDVHUHIHU3-6RI6RODUV\VWHPVIRUPRUHGHWDLOV

,QFRPLQJSRZHUWR/7'%VKDOOEHSURYLGHGWKURXJK7KUHHSKDVH/7FRQQHFWLRQ UDWLQJDVSHU
625 LQVWDOOHGQHDU*XDUGURRP%RXQGDU\ZDOODQGSame shall be supplied, installed, tested &
commissioned by other contractor through separate tender.

$OO RWKHU (OHFWULFDO ZRUNV DW WKHVH WHUPLQDO HDUWKLQJ  OLJKWQLQJ SURWHFWLRQ RXWGRRU OLJKWLQJ
V\VWHPFDEOLQJZRUNVLQVLGHWHUPLQDOHWF shall be supplied, installed, tested & commissioned by
other contractor through separate tender.

6XSSO\LQVWDOODWLRQWHVWLQJ FRPPLVVLRQLQJRI,QYHUWHUIRU)LUHV\VWHP 5HFWLILHUIRU


7HOHFRPV\VWHPVLVLQVFRSHRIWKLVFRQWUDFWXQGHU&RQWUDFWRU¶VVFRSH3OHDVHUHIHU3-6RI
6RODUV\VWHPVIRUPRUHGHWDLOV

2.2 SCOPE OF SUPPLY



Following electrical equipment and material are in the contractor’s scope of supply in this
tender.

2.2.1 415V, 30 KA Single Front Indoor LT Panel to receive and distribute power for all stations, LDBs
etc as per SLD no. MEC/23VA/05/E9/E/1081 (A to I).

 09 SRZHU DQG FRQWURO FDEOH ;/3( ± LQVXODWHG DUPRXUHG $O&X FRQGXFWRU  FRUH
FDEOHV 

 *, SLSHV *, &DEOHWUD\V DQG DFFHVVRULHV FDEOH PDUNHUV LGHQWLILHU WDJV *, VDGGOHV DQG DOO
RWKHUDVVRFLDWHGDFFHVVRULHVIRUFDEOHOD\LQJ

 )/3 &05, 3(62 DSSURYHG  W\SH GRXEOHFRPSUHVVLRQ QLFNHOSODWHG EUDVV FDEOH JODQGV
WLQQHGFRSSHUOXJVFODPSLQJPDWHULDOHWFIRUFDEOHWHUPLQDWLRQ

 6WUXFWXUDO VKHG WR KRXVH $95  W\SH  UDWLQJ DV SHU 625  FRPSOHWH LQ DOO UHVSHFW DW DOO
WHUPLQDOV H[FHSW0DQXDO69VWDWLRQV 
652 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


 )RU57,369FXP'769 5HPRWHO\RSHUDWHG  696WHUPLQDOV

,QGRRU /LJKWLQJ   /LJKWLQJ V\VWHP  (OHFWULFDO ILWWLQJV ^OLJKWLQJ IL[WXUHV QRUPDO DV ZHOO DV
FULWLFDOH[KDXVWIDQVFHLOLQJIDQVZDOOPRXQWHGIDQVWHOHSKRQHVRFNHWV/$1VRFNHWV0')V
VZLWFKHVVRFNHWVVZLWFKERDUGVDOOWKHZLULQJ FRQGXLWLQJZRUNV 39&FRQGXLWWREHODLGLQWKH
FRQFUHWHVODERWKHUFLYLOFRQVWUXFWLRQHWFLQVDIHDQGKD]DUGRXVDUHD IRUILWWLQJVFRPSOHWHLQ
DOOUHVSHFWHWF`LQVLGHRQ&RQWURO5RRPEXLOGLQJ 5&&W\SH 6WRUHURRPEXLOGLQJ *XDUGURRP
3RUWD FDELQ W\SH  VKDOO EH VXSSOLHG LQVWDOOHG WHVWHG  FRPPLVVLRQHG  E\ OD\LQJ FRQWUDFWRU 
WKHVDPHis considered in this tender under scope of laying contractor. 

2XWGRRU /LJKWLQJ  6XSSO\ RI RXWGRRU VWUHHW OLJKWLQJ V\VWHP ERXQGDU\ OLJKWLQJ WUDQVIRUPHU
\DUGDUHDOLJKWLQJ$95VKHGDUHDOLJKWLQJ SURFHVVDUHDOLJKWLQJVWRUHDUHDOLJKWLQJFRPSOHWH
LQDOOUHVSHFWis considered in this tender under scope of laying contractor.

 )RU0DQXDOO\RSHUDWHG69WHUPLQDOV

,QGRRU/LJKWLQJ/LJKWLQJV\VWHP (OHFWULFDOILWWLQJV^OLJKWLQJIL[WXUHVQRUPDODVZHOODVFULWLFDO
H[KDXVW IDQV FHLOLQJ IDQV ZDOO PRXQWHG IDQV WHOHSKRQH VRFNHWV /$1 VRFNHWV0')V
VZLWFKHVVRFNHWVVZLWFKERDUGVDOOWKHZLULQJ FRQGXLWLQJZRUNV 39&FRQGXLWWREHODLGLQWKH
FRQFUHWHVODERWKHUFLYLOFRQVWUXFWLRQHWFLQVDIHDQGKD]DUGRXVDUHD IRUILWWLQJVFRPSOHWHLQDOO
UHVSHFW HWF` LQVLGHRQ *XDUG URRP 3RUWD FDELQ W\SH  VKDOO EH VXSSOLHG LQVWDOOHG WHVWHG 
FRPPLVVLRQHGE\OD\LQJFRQWUDFWRU WKHVDPHis considered in this tender under scope of
laying contractor.

2XWGRRU /LJKWLQJ  6XSSO\ RI RXWGRRU VWUHHW OLJKWLQJ V\VWHP ERXQGDU\ OLJKWLQJ  SURFHVV DUHD
OLJKWLQJ HWF FRPSOHWH LQ DOO UHVSHFW is considered in this tender under scope of laying
contractor.

 (DUWKLQJ DQG OLJKWQLQJ SURWHFWLRQ V\VWHP LQFOXGLQJ HDUWKLQJ SLWV HDUWK HOHFWURGHV HDUWKLQJ
VWULSVJURXQGLQJFRQGXFWRURIYDULRXVVL]HV&XVWULSIRUIODQJHMXPSHUDQG&XHDUWKSODWHVHWF

 6DIHW\HTXLSPHQWLQWKHVWDWLRQVWHUPLQDOVOLNHVKRFNWUHDWPHQWFKDUWVFDXWLRQERDUGVILUVWDLG
HTXLSPHQWUXEEHUPDWVSRUWDEOHILUHH[WLQJXLVKHUVVDQGEXFNHWHWF

 (OHFWULFLOOXPLQDWHGVWDWLRQGHWDLOERDUGDORQJZLWKPRXQWLQJVWUXFWXUH

 $PS)ODPHSURRIW\SHZHOGLQJUHFHSWDFOHVHWF

 $ VWDQG DORQH GXVNGDZQ VRODU SKRWRYROWDLF VWUHHW OLJKWLQJ V\VWHP IRU RXWGRRU HPHUJHQF\
OLJKWLQJDWYDULRXVVWDWLRQVDVSHUHQFORVHG6253-6 6RODUV\VWHP DQGVSHFLILFDWLRQ

2.2.13 5/7.5/15KVA UPS system, Rectifier, Battery Bank, ACDB / DCDB & interconnecting cables are
not in scope of this contract. Same shall be supplied, installed, tested & commissioned by other
contractor through separate tender.

However, Contractor scope of work includes incoming cables for UPS & all outgoing cables &
cabling work from various ACDB & DCDBs.

2.2.14 For Remotely Operated SV stations only : Hybrid Solar system (for 800W DC Load), grid
Charger & associated Solar Array/Panels, Anodised Al/Hot dip galvanized MS mounting
structure, Junction boxes, Charge controller, DCDB, Battery bank, DC-DC converter,
653 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


interconnecting cables among - arrays, charge controller, DC-DC Converter, DCDB, Battery
bank, 3Ph charger etc are not in scope of this contract. Same shall be supplied, installed,
tested & commissioned by other contractor through separate tender.

However, Contractor scope of work includes incoming cables for Solar system & all outgoing
cables& cabling work from various DBs.

2.2.15 For Manually Operated SV stations only : Solar system (for PCP system load at locations as
mentioned in Solar PJS), Solar Charger & associated Solar Array/Panels, Anodised Al/Hot dip
galvanized MS mounting structure, Junction boxes, Charge controller, DCDB, Battery bank,
DC-DC converter, interconnecting cables among - arrays, charge controller, DC-DC Converter,
DCDB, Battery bank, 3x1Ph charger etc are in scope of this contract under Contractor’s scope.
Same shall be supplied, installed, tested & commissioned by contractor as per SOR & Solar
PJS as briefed at Clause no. 2.1.4 & 2.1.5 of this document.
The work shall be completed in all respect.

 ,QYHUWHUIRUHPHUJHQF\FULWLFDOOLJKWLQJ

 ,QYHUWHUIRU)LUHV\VWHPDWYDULRXVWHUPLQDOVDVSHU625 6RODU3-6



 5HFWLILHUIRU7HOHFRPV\VWHPDWYDULRXVWHUPLQDOVDVSHU625 6RODU3-6

 2XWGRRUW\SHSROHPRXQWHGN97UDQVIRUPHUVXEVWDWLRQ

2.2.20 N9.9$FRSSHUZRXQG'LVWULEXWLRQ7UDQVIRUPHU

 'LVWULEXWLRQ7UDQVIRUPHUZLWK'RXEOH3ROH*DQJVZLWFKRYHUKHDG&RQGXFWRURIVXLWDEOHUDWLQJ
DQG DOO QHFHVVDU\ DFFHVVRULHV IRU FRPSOHWLRQ RI ZRUN LQFOXGLQJ WDSSLQJ IURP H[LVWLQJ +7 OLQH
HWF FRPSOHWH DV SHU VSHFLILFDWLRQ 625 DQG UHTXLUHPHQW RI DSSURYDO IURP UHVSHFWLYH
HOHFWULFLW\VWDWXWRU\ DXWKRULW\ $OO HOHFWULFDO ZRUN LH FKDUJLQJ RI WUDQVIRUPHU SROH PRXQWHG
VXEVWDWLRQ WDSSLQJ IURP EDWWHU\ OLPLW RI HOHFWULFLW\ ERDUG VKDOO EH FDUULHG RXW LQ VXSHUYLVLRQ RI
UHVSHFWLYHDXWKRULW\LQFOXGLQJQHFHVVDU\DSSURYDOLIUHTXLUHG

 'RXEOHSROHVWUXFWXUHZLWK$%6ZLWFK/LJKWQLQJDUUHVWRUVKRUQJDSIXVHFRSSHUZLUHMXPSHUV
XSWRWUDQVIRUPHU+7WHUPLQDOV

 $&65 FRQGXFWRU P 06 MRLQWSROH 3LQ LQVXODWRU DQG *, KDUGZDUH HWF DV UHTXLUHG IURP
UHVSHFWLYHVWDWHHOHFWULFLW\ERDUGEDWWHU\OLPLWXSWRGRXEOHSROHVWUXFWXUHLQVLGH*$,/7HUPLQDO

 &DEOHV EHWZHHQ WUDQVIRUPHU /7 WHUPLQDOV RI WUDQVIRUPHU  ORDG EUHDN IXVH VZLWFK XQLW FDEOH
VXSSRUWVGRXEOHFRPSUHVVLRQFDEOHJODQGVOXJVHWFDVUHTXLUHG

 6XSSO\RI$731$&GXW\0&&%LQRXWGRRUW\SHGXVW ZHDWKHUSURRIVWHHOHQFORVXUH

 6XSSO\RI+LJK0DVW/LJKWLQJV\VWHPRQPKLJKSROHFRQVLVWLQJIRUQRVRIOLJKWLQJIL[WXUHV
:/('/DPS  )/3W\SH)HHGHU3LOODUSDQHO

 7KUHH3KDVH/7'LVWULEXWLRQERDUGFXP2/'% UDWLQJDVSHU625 DW0DQXDO69WHUPLQDOVQHDU
ERXQGDU\*XDUGURRP LQVLGH*$,/WHUPLQDO 


654 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


 6XSSO\RIN9$$95 $XWRPDWLF9ROWDJH5HJXODWRU )ORRUPRXQWHG2XWGRRUGXW\ ,3 ,3
FRQWUROJHDU UDWLQJVDVSHU625FRPSOHWHLQDOOUHVSHFW

 )DEULFDWLRQ DQG VXSSO\ RI 06 IUDPHV VXSSRUWV FDQRSLHV DQG EUDFNHWV IRU PLVFHOODQHRXV
HOHFWULFDO HTXLSPHQWV LQFOXGLQJ ZHOGLQJ VXSSO\ RI EROWV QXWV HWF IRU PRXQWLQJ DQG RWKHU
QHFHVVDU\VXSSOLHVDOOLQFOXVLYHRISDLQWLQJDVVSHFLILHG

 &DEOH JODQG SODWH RI VXLWDEOH VL]H  RI PLQ PP WKLFNQHVV VKDOO EH SURYLGHG IRU FDEOH
WHUPLQDWLRQZKHUHYHUUHTXLUHGIRUDOOWKHHOHFWULFDOSDQHOV 3'%/'%2/'%836HWF 

2.2.31 CO-ORDINATION WITH OTHER CONTRACTORS

Contractor shall be entirely responsible for Co-ordination with other contractors of


UPS/Solar/Battery & it should be ensured that the terminal work should be timely executed.

If the contractor fails to timely execution of the terminal work, necessary penalty clause shall
be applied as per the direction of the Engineer-in-Charge.

 $OOZRUNVUHODWLQJWRVWDWXWRU\DSSURYDOVRIWKHFRPSOHWHLQVWDOODWLRQIURPFRPSHWHQWDXWKRULW\
OLNH&($'*066WDWHHOHFWULFLW\DXWKRULW\%RDUGHWFVKDOOEHLQWKHVFRSHRIFRQWUDFWRU

1RWHSLDs (MEC/23VA/05/E9/E/1081A to I) attached with tender documents are for tender purpose
only. Detailed SLD shall be furnished by the bidder as per the requirements of the system. Any
change, Modifications, Addition/deletion occurs later due to system requirements shall deem to be
inclusive in the price quoted by the bidder, No extra cost shall be paid for the same.

2.3 SCOPE OF INSTALLATION, TESTING & COMMISSIONING

2.3.1 Laying & termination of all MV/HV power and control cables laid in concrete-lined trenches,
buried cable trenches, pipes, road crossings, pipe-racks etc.

2.3.2 Installation testing & commissioning of 415 V switch boards/PDBs/MLDBs/LDBs.

2.3.3 Installation, testing & commissioning of Outdoor type pole mounted 11/0.433 kV Transformer
substation.

2.3.4 Installation, testing & commissioning of Distribution Transformer with Double Pole, Gang
switch, over head Conductor of suitable rating and all necessary accessories for completion of
work including tapping from existing HT line etc. complete as per specification & SOR.

2.3.5 Installation, testing & commissioning of 11/0.433 kV, 100/63 KVA copper wound Distribution
Transformer.
2.3.6 Installation, testing & commissioning of Double pole structure with AB Switch, Lightning
arrestors, horn gap fuse, copper wire jumpers upto transformer HT terminals.

2.3.7 Installation, testing & commissioning of ACSR conductor, 7m MS joint/pole, Pin insulator and GI
hardware etc. as required from respective state electricity board battery limit upto double pole
structure inside GAIL Terminal.

655 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


2.3.8 Installation, testing & commissioning of Cables between transformer, LT terminals of
transformer & load break fuse switch unit, cable supports, double compression cable glands,
lugs etc as required.

2.3.9 Installation, testing & commissioning of 250 A TPN, AC-23 duty MCCB in outdoor type dust &
weather proof steel enclosure.

2.3.10(UHFWLRQRIVWUXFWXUDOVKHGWRKRXVH$95 W\SH UDWLQJDVSHU625 FRPSOHWHLQDOOUHVSHFW
DWDOOWHUPLQDOV H[FHSW0DQXDO69VWDWLRQV 

2.3.11 Installation, testing & commissioning of High Mast Lighting system on 20m high pole consisting
for 8 nos. of lighting fixtures (200W LED Lamp) and FLP type Feeder Pillar Panel.

2.3.12 Installation, testing & commissioning of Three Phase LT Distribution board cum OLDB (rating
as per SOR) at Manual SV terminals near boundary/Guard room (inside GAIL terminal)

2.3.13 Installation, testing & commissioning RI N9$ $95 $XWRPDWLF 9ROWDJH 5HJXODWRU  )ORRU
PRXQWHG 2XWGRRU GXW\ ,3  ,3 FRQWURO JHDU  UDWLQJV DV SHU 625 FRPSOHWH LQ DOO
UHVSHFW

2.3.14 Installation, testing and commissioning of outdoor street lighting system & lighting system for
process area.

2.3.15 Installation, testing & commissioning of earthing system & complete lightning protection
system.

2.3.16 Installation, testing and commissioning of the contractor supplied materials.

2.3.17 Installation testing & commissioning of Oil filled transformer and pole mounted HT substation.

2.3.18 Installation testing & commissioning of Inverter for emergency power

 ,QYHUWHUIRU)LUHV\VWHPDWYDULRXVWHUPLQDOVDVSHU625 6RODU3-6



 5HFWLILHUIRU7HOHFRPV\VWHPDWYDULRXVWHUPLQDOVDVSHU625 6RODU3-6

2.3.21 Installation testing & commissioning of Electric illuminated station detail board

2.3.22 Installation, testing & commissioning of Solar system for 200W DC load at Manual SV stations
having PCP units , as per Scope of work, Solar PJS & SOR.

2.3.23 )RU57,369FXP'769 5HPRWHO\RSHUDWHG  696WHUPLQDOV
2XWGRRU /LJKWLQJ  ,QVWDOODWLRQ WHVWLQJ  FRPPLVVLRQLQJ RI RXWGRRU VWUHHW OLJKWLQJ V\VWHP
ERXQGDU\OLJKWLQJWUDQVIRUPHU\DUGDUHDOLJKWLQJ$95VKHGDUHDOLJKWLQJ SURFHVVDUHDVWRUH
DUHDOLJKWLQJFRPSOHWHLQDOOUHVSHFW is considered in this tender under scope of laying
contractor.

)RU0DQXDOO\RSHUDWHG69WHUPLQDOV
2XWGRRU /LJKWLQJ  ,QVWDOODWLRQ WHVWLQJ  FRPPLVVLRQLQJ RI RXWGRRU VWUHHW OLJKWLQJ V\VWHP
ERXQGDU\ OLJKWLQJ  SURFHVV DUHD OLJKWLQJ HWF FRPSOHWH LQ DOO UHVSHFW is considered in this
tender under scope of laying contractor.
656 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


2.3.25 All works relating to statutory approvals of the complete installation, from competent authority
like CEA, DGMS, State electricity authority/Board etc, shall be in the scope of contractor

 27+(50,6&(//$1(286:25.6

 3UHSDUDWLRQ RI EXULHG FDEOH WUHQFKHV LQFOXGLQJ EDFN ILOOLQJ FRPSDFWLQJ SURYLGLQJ RI EULFN
SURWHFWLRQE\VHFRQGFODVVEULFNVVSUHDGLQJRIILQHULYHUVDQGLQFOXGLQJDOOVXSSOLHV

 7KHMRELQFOXGHVUHSDLULQJRIDOOFLYLOZRUNVGDPDJHGGXULQJLQVWDOODWLRQRIHOHFWULFDOIDFLOLWLHV

 7KH VFRSH RI ZRUN XQGHU WKLV FRQWUDFW VKDOO EH LQFOXVLYH RI EUHDNLQJ RI ZDOOV IORRUV DQG
FKLSSLQJ RI FRQFUHWH IRXQGDWLRQV QHFHVVDU\ IRU WKH LQVWDOODWLRQ RI HTXLSPHQW PDWHULDOV DQG
PDNLQJJRRGRIWKHVDPH

 0LQRU PRGLILFDWLRQV ZKHUHYHU UHTXLUHG WR EH GRQH LQ WKH RZQHU IUHH VXSSOLHG HTXLSPHQWV 
GHYLFHVWRHQDEOHFDEOHHQWU\WHUPLQDWLRQHWF

 6HDOLQJ RI RSHQLQJ PDGH LQ WKH ZDOOV  IORRUV IRU FDEOHV WUD\V FDEOHV EXV GXFWV HWF XVLQJ
DFFHSWDEOHSUDFWLFHDQGVWDQGDUGV

 6XSSO\DQGLQVWDOODWLRQRIDOORWKHUDFFHVVRULHVQRWVSHFLILFDOO\PHQWLRQHGKHUHLQEXWQHYHUWKH
OHVVQHFHVVDU\IRUFRPSOHWLRQRIWKHMRE

 $5($&/$66,),&$7,21

Hydrocarbon handling areas have been generally classified as zone 1 & 2, gas group IIA/IIB as
per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these
areas shall be suitable for the area classification with temperature class T3 (2000C), CMRI
testing and approved by CCOE, DGFAS and having BIS license.

 -2%63(&,),&$,7216

Various electrical works covered under this contract like equipment erection, cabling, lighting
and grounding works, etc. shall be performed in accordance with specifications attached with
this tender. (Certain clauses of specifications, which are applicable to equipments or system not
covered under this contract, shall not be applicable).

Erection and commissioning of certain special equipments shall be performed in accordance


with supplier’s instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.

The equipments/materials to be supplied by the contractor shall conform to the requirements


of the applicable specifications enclosed in the tender document.

 67$78725<$33529$/2):25.6

All works relating to statutory approvals of the complete installation, from competent authority
like CEA, DGMS, State electricity Authority/Board etc, shall be in the scope of contractor.

The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along
with copies of required certificates and drawings, complete in all respects, shall be prepared by
657 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of
time so that the actual commissioning of equipment are not delayed for want of inspection by
the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor
and necessary coordination and liaisons work in this respect shall be responsibility of the
contractors. However, the Owner on submission of bills along with documentary evidence shall
reimburse any fee paid to the statutory Authority in this regards.

 0$.(62)(48,30(176$1'0$7(5,$/6

$OOHTXLSPHQWVPDWHULDOVVXSSOLHGE\WKHFRQWUDFWRUVKDOOEHDVSHUWKHOLVWRIDSSURYHGPDNHV
HQFORVHGZLWKWKLVGRFXPHQWVXEMHFWWRVXEPLVVLRQRI&HUWLILFDWLRQDQGDSSURYDOV

 ,163(&7,217(67,1* &200,66,21,1*



D $OOWKHHTXLSPHQWVXSSOLHGDQGLQVWDOOHGE\WKHFRQWUDFWRUVKDOOEHWHVWHGDQGFRPPLVVLRQHGDV
UHTXLUHGDQGQRVHSDUDWHSD\PHQWVVKDOOEHPDGHIRUWKHVDPH$Q\GDPDJHRUGHIHFWQRWLFHG
VKDOOEHEURXJKWWRWKHQRWLFHRIWKHHQJLQHHULQFKDUJHDQGZLOOEHUHFWLILHGZLWKRXWDQ\GHOD\
DQGQRSD\PHQWVVKDOOEHPDGHIRUUHFWLILFDWLRQ

E $Q\ ZRUN QRW FRQIRUPLQJ WR WKH H[HFXWLRQ GUDZLQJV VSHFLILFDWLRQV RU FRGHV VKDOO EH UHMHFWHG
IRUWKZLWKDQGWKHFRQWUDFWRUVKDOOFDUU\RXWWKHUHFWLILFDWLRQDWKLVRZQFRVW

F 7KHFRQWUDFWRUVKDOOFDUU\RXWDOOWKHWHVWVDVHQXPHUDWHGLQWKHWHFKQLFDOVSHFLILFDWLRQVDQGDV
SHUDSSOLFDEOHFRGHVDQGVWDQGDUGV

G %HIRUHWKHHOHFWULFDOV\VWHPLVPDGHOLYHWKHHOHFWULFDOFRQWUDFWRUVKDOOFDUU\RXWVXLWDEOHWHVWV
WRHVWDEOLVKWRWKHVDWLVIDFWLRQRIHQJLQHHULQFKDUJHWKDWWKHLQVWDOODWLRQRIHTXLSPHQWVZLULQJ
DQG FRQQHFWLRQV KDYH EHHQ FRUUHFWO\ GRQH DQG DUH LQ JRRG ZRUNLQJ FRQGLWLRQ DQG WKDW LW ZLOO
RSHUDWHDVLQWHQGHG

H $OOWKHWHVWVVKDOOEHFRQGXFWHGLQWKHSUHVHQFHRI2ZQHU(QJLQHHULQFKDUJHRUKLVDXWKRUL]HG
UHSUHVHQWDWLYH XQOHVV KH ZDLYHV WKLV UHTXLUHPHQW LQ ZULWLQJ 7KH FRQWUDFWRU VKDOO DUUDQJH DOO
WHVWLQJ HTXLSPHQW QHFHVVDU\ WR FDUU\ RXW WKH WHVW 7KH WHVWV VKDOO EH UHFRUGHG RQ DSSURYHG
3HUIRUPDDQGFHUWLILHGUHFRUGVRIWKHWHVWVVKDOOEHVXEPLWWHGWR2ZQHU(QJLQHHULQFKDUJH

I $IWHU WKH FRPSOHWLRQ RI DOO WHVWV DQG UHFWLILFDWLRQ RI DOO GHIHFWV SRLQWHG RXW GXULQJ ILQDO
LQVSHFWLRQSODQWVWDUWXSWULDOVZRXOGEHFRPPHQFHG'XULQJWKHVWDUWXSWULDOVFRQWUDFWRUVKDOO
SURYLGH VNLOOHG  XQVNLOOHG SHUVRQQHO DQG VXSHUYLVLRQ URXQG WKH FORFN DW KLV FRVW 7KH QXPEHU
DQGFDWHJRU\RIZRUNPHQDQGGXUDWLRQXSWRZKLFKUHTXLUHGZLOOEHGHFLGHGE\WKH(QJLQHHULQ
FKDUJH$Q\GHIHFWVQRWLFHGGXULQJWKHVWDUWXSWULDOUHODWLQJWRWKHHTXLSPHQWVXSSOLHGDQGZRUN
FDUULHGRXWE\WKH&RQWUDFWRUZLOOEHUHFWLILHGE\WKHFRQWUDFWRUDWKLVRZQFRVW

J (QJLQHHULQFKDUJHVKDOOKDYHWKHULJKWWRJHWWKHVHGHIHFWVUHFWLILHGDWWKHULVNDQGFRVWRIWKH
FRQWUDFWRULIKHIDLOVWRDWWHQGWRWKHVHGHIHFWVLPPHGLDWHO\DVGHVLUHG
K $IWHU WKH RSHUDWLQJ FRQGLWLRQV DUH IXOO\ DFKLHYHG LQ WKH SODQW DQG WKH RWKHU UHTXLUHPHQWV DV
VWDWHG LQ WKH *HQHUDO &RQGLWLRQV RI &RQWUDFW DUH IXOILOOHG WKH FRQWUDFWRU ZRXOG EH HOLJLEOH IRU
DSSO\LQJIRUDFRPSOHWLRQFHUWLILFDWH

658 of 896



SRIKAKULAM - ANGUL
MECON LIMITED (OHFWULFDO6HFWLRQ'HOKL PIPELINE PROJECT (PART-B)
DELHI

SCOPE OF WORK (ELECTRICAL) 0(&9$(( 3DJHRI


 '5$:,1*667$1'$5'63(&,),&$7,216$1',167$//$7,2167$1'$5'6

 7KHHTXLSPHQWVPDWHULDOVWREHVXSSOLHGE\WKHFRQWUDFWRUVKDOOFRQIRUPWRWKHUHTXLUHPHQWV
RI WKH DSSOLFDEOH VSHFLILFDWLRQV $OVR WKH LQVWDOODWLRQ RI YDULRXV PDWHULDO  HTXLSPHQW VKDOO
FRQIRUPWRWKHLQVWDOODWLRQVWDQGDUGVQRUPV

 7KH GUDZLQJV DFFRPSDQ\LQJ WKH WHQGHU GRFXPHQWV ZKHQ UHDG ZLWK VSHFLILFDWLRQ VKDOO GHSLFW
WKHHOHFWULFDOV\VWHPRIWKH7HUPLQDO7KHVHDUHLQGLFDWLYHRIWKHQDWXUHRIZRUNDQGLVVXHGIRU
WHQGHULQJSXUSRVHVRQO\3XUSRVHRIWKHVHGUDZLQJVLVWRHQDEOHWKHWHQGHUHGWRPDNHDQRIIHU
LQ OLQH ZLWK WKH UHTXLUHPHQWV RI WKH 2ZQHU &RQVWUXFWLRQ VKDOO EH DV SHU GUDZLQJV 
VSHFLILFDWLRQV LVVXHG  DSSURYHG E\ WKH (QJLQHHULQFKDUJH GXULQJ WKH FRXUVH RI H[HFXWLRQ RI
ZRUN
 &RQGXLWOD\RXWGUDZLQJLQFHLOLQJZKHUHYHUUHTXLUHGWREHSUHSDUHGE\WKHFRQWUDFWRUDQGVKDOO
EHVXEPLWWHGIRUDSSURYDO

 $IWHUWKHMREFRPSOHWLRQFRQWUDFWRUVKDOOSUHSDUH$6%8,/7GUDZLQJVDQGGRFXPHQWVVXEPLW
FDWDORJXHVPDQXDOV 2 0  RI PDMRU EURXJKW RXW LWHPV OLNH ,QYHUWHU +7 6XEVWDWLRQ /LJKWLQJ
IL[WXUHHWF)LQDOFHUWLILHGDVEXLOWGUDZLQJVGRFXPHQWVDQGPDQXDOVHWFVKDOOEHVXEPLWWHGE\
WKHFRQWUDFWRUWRRZQHULQERXQGYROXPHZLWKRQHVHWLQVRIWFRS\ &' SOXVILYHVHWVRISULQWV

 7(&+1,&$/ &5,7(5,$ )25 $&&(37$1&( (/(&75,&$/  2) (/(&75,&$/
&2175$&725

 &RS\RI(OHFWULFDO&RQWUDFWRU¶VOLFHQVH±*UDGH$IURP(OHFWULFDO/LFHQVLQJ%RDUGIRUN9RU
DERYHHQFORVHG

 &UHGHQWLDO RI (OHFWULFDO &RQWUDFWRU ZKLFK VKRZV FRPSOHWLRQ RI +7 3DQHO .9 7UDQVIRUPHU
'*VHW/7SDQHOVOLJKWLQJHDUWKLQJHWF

 7KH 0DLQ(OHFWULFDO &RQWUDFWRU VKDOO EH WKH VLQJOH SRLQW UHVSRQVLEOH YHQGRU IRU DOO HOHFWULFDO
HTXLSPHQWVOLNH/7SDQHO7UDQVIRUPHU'*6HWHWF

[[[

659 of 896


OIL & GAS SBU
SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

GAIL (I) LTD


MECON LTD, DELHI

TITLE Electrical Check List Document No. Page 1 of 1

REVISION 0

TO BE FILLED-UP BY TENDERER

Sl. Description Remarks


No.

1. No deviation from the Electrical Specification/


SOR

Unpriced schedule of rate (SOR) enclosed.


2.

3. List of similar electrical job undertaken during


last three years has been enclosed with the
offer.

4. List of electrical personnel employed, with their


qualification & experience, has been enclosed
with the offer.

5. Credential of electrical sub-contractor, enclosed


with the offer.

6. Photocopy of Electrical Contractor’s license –


grade A has been enclosed with the offer.

660 of 896
OIL & GAS SBU
SRIKAKULAM – ANGUL
PIPELINE PROJECT (PART-B)

GAIL (I) LTD


MECON LTD, DELHI

TITLE LIST OF TOOLS KITS AND ANNEXURE-A Page 1 of 1


INSTRUMENTS
REVISION 0

ANNEXURE-A

LIST OF TOOLS KITS AND INSTRUMENTS

S. No. ELECTRICAL INSTRUMENTS Qty.

1 500 V Hand Driven Insulation Resistance tester 01 No.


(Make-Fluke, Megger, Motwane)
2 Earth Tester Kit, complete with electrodes and 01 No.
connector (Make-Fluke, Megger, Motwane)
3 Digital Tong Tester for A.C. & D.C. current 01 Nos.
measurement (Make-Rishabh, Fluke, Matwane)
4 Digital Multimeter (Make-Rishabh, Fluke, Motwane) 01Nos.
4 Hand Drill Machine (Make-Bosch) 01 No.

5 Fuse Puller 01Nos.

6 Manual Crimping Tool with accessories for cable size 01 No.


up to 185 mm ²
One no. of tool box to be provided at each control room building. Tool box should
contain at least the following tools.

A) Slides wrench -2 Nos. (12” & 8”)


B) Ring Spanner-1Set
C) DE Spanner-1Set
D) Pipe wrench-1Set (14”)
E) Screw Driver-1Set
F) Electrician screw driver-1 Set
G) Millimeter -1No
H) Allen Key - 1Set
I) Drilling machine (1000 Watt) with multipurpose toolkit-1Set
J) Industrial Electric Extension Board. (Make-Anchor or equivalent) -1 No.

661 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

(/(&75,&$/
LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

Air Conditioner
1. O General
2. Daikin
3. Hitachi

Batteries (Lead Acid)


1. Amco Batteries Ltd.
2. Exide Industries Ltd.
3. HBLNIFE Power System Ltd.
4. Amara Raja Batteries Ltd.

Batteries (Nickel Cadmium)


1. Amco Batteries Ltd.
2. HBLNIFE Power Systems Ltd.

Batteries Charger-FCBC/DC-DC Converter/DCDB

1. HITACHI HI-REL POWER ELECTRONICS PVT LTD


2. STATECON ENERGIAA PVT LTD
3. HBL POWER SYSTEMS LTD.
4. UNIVERSAL INSTRUMENT MFG CO PVT LTD, BANGALORE
5. SIGNOTRON (INDIA) PVT. LTD KOLKATA
6. DUBAS ENGINEERING PVT LTD
7. AMARA RAJA POWER SYSTEM (P) LTD.
8. CHHABI ELECTRICALS PVT. LTD.
9. CHLORIDE POWER SYSTEMS & SOLUTIONS LTD.

Batteries Charger-FCBC-Bidirectional (Charger with PCU)


1. STATECON ENERGIAA PVT LTD
2. Enertech UPS Pvt ltd
3. Consul Neowatt
4. OPS, India
5. Schneider

Bidirectional meters for Net Metering


1. MNRE –Approved/State Renewal Energy department approved

Page 1 of 9

662 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

Solar Charge Controller


1. HBL POWER SYSTEMS LTD.
2. UNIVERSAL INSTRUMENT MFG CO PVT LTD, BANGALORE
3. SIGNOTRON (INDIA) PVT. LTD KOLKATA
4. STATECON ENERGIAA PVT LTD

Solar PCU/Inverter
1. DELTA ELECTRONICS
2. ABB LTD
3. KACO
4. SMA
5. SCHNEIDER
6. STATECON ENERGIAA PVT LTD

Cable – Fire Alarm & Communication Cables


1. Cords Cable Industries Ltd.
2. CMI
3. Delton cables Ltd.
4. ELKAY Telelinks
5. KEI Industries Ltd.
6. Reliance Engineers Ltd.

Cable – HT(XLPE)
1. Universal Cable Ltd.
2. KEI Industries Ltd.
3. Industrial Cables
4. NICCO Corporation Ltd.
5. Uniflex
6. Polycab.
7. Torrent cables Ltd.

Cable – LT Power and Control


1. Cords Cable Industries Ltd.
2. Universal Cable Ltd.
3. KEI Industries Ltd.
4. Havells.
5. Delton
6. Elkay Telelinks
7. Evershine Electricals
8. Ecko

Page 2 of 9

663 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

9. Ravin
10. Rallison.
11. Suyog
12. Netco
13. Uniflex
14. Paramount
15. Gloster
16. Associated cables Pvt Ltd.
17. CMI
18. Gemscab
19. Industrial cables
20. NICCO
21. Polycab
22. Torrent

Cable – Gland
1. .Baliga
2. .Comet
3. Flexpro
4. Flameproof
5. FCG
6. Electro Werke
7. Dowels
8. CCI

Cable – Lugs
1. Dowels
2. Jainson
3. Ismal

Cable – Tray
1. Ercon Composites
2. Yamuna Power & Infrastructure Ltd.

Cable Termination and Jointing Kit


1. CCI
2. Raychem
3. M-Seal

Page 3 of 9

664 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

Ceiling/Exhaust/Pedestal Fans & Circulators


1. Bajaj Electricals Ltd.
2. Crompton Greaves Ltd.
3. Khaitan Electricals Ltd.
4. Havell’s

Contractors – AC Power
1 Andrew Yule
2 ABB
3 BHEL
4 C&S
5 Havell’s
6 L&T
7 Schneider
8 Siemens Ltd.
9 Telemechanique

Control Transformer
1. AE
2. Indushree
3. Intra Vidyut
4. Kalpa Electrikals
5. Transpower Industries Ltd.
6. Siemens

DG Set
1. Sterling and Wilson.
2. GD ankalesaria.
3. Deev Genset.
4. Jackson
5. Sudheer Gensets.
6. Power Engineering(India) Pvt Ltd.

Earthing Materials
1. Rukmani Electrical & Components Pvt Ltd.
2. Indiana Grating Pvt Ltd.
3. Jef Techno Solutions Pvt Ltd

Flame proof LDB’s/ JB,s/Control Station/ switches


1. FCG

Page 4 of 9

665 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

2. Sudhir
3. Prompt Engineering Works
4. Flame Proof equipments pvt. Ltd.
5. Baliga Lighting Equipments Pvt. Ltd.
6. Flexpro Electricals Pvt. Ltd.

High Mast
1. Bajaj Electricals Limited
2. Crompton Greaves Limited.
3. Philips India Limited
4. Surya Roshani

High Voltage PCC/ MCC panels


1. BHEL
2. Control and Switchgear
3. Siemens
4. Tricolite Electrical Industries
5. Schneider
6. CGL
7. L&T

Indicating Lamps
1. Alstom Ltd.
2. BCH
3. L&T Ltd.
4. Siemens Ltd.
5. Vaishno Electricals

Indicating Meters
1. ABB
2. AMCO
3. AE
4. Alstom Ltd. (EE)
5. Conzerv/Schneider
6. Elecon Measurement Pvt. Ltd.
7. HPL Electric & Power Pvt. Ltd.
8. MECO Instruments Ltd.
9. Minilec
10. Rishabh Instruments Pvt. Ltd.
11. Trinity energy system

Page 5 of 9

666 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

12. kaycee
13. Salzer

Lighting Fixtures
1. GE Lighting Pvt. Ltd.
2. Bajaj Electricals Ltd.
3. Crompton Greaves Ltd.
4. Philips India Ltd.

Lighting Fixtures – Flameproof


1. Bajaj Electricals Ltd.
2. Baliga Lighting Equipment Pvt. Ltd.
3. Crompton Greaves Ltd.
4. CEAG Flameproof Controlgear Pvt. Ltd.
5. Flexpro Electricals Pvt. Ltd.
6. Philips India Ltd.
7. Sudhir Switchgears Pvt. Ltd.
8. FCG.

Miniature Circuit Breakers (MCBs) and Lighting DB


1. ABB
2. Hagger
3. Havell’s India Ltd.
4. Indo Asian Fusegear Ltd.
5. Legrand
6. MDS Switchgear Ltd.
7. Schneider
8. Siemens Ltd.
9. HPL

Moulded Case Circuit Breaker (MCCBs)


1. ABB
2. Andrew yule
3. Larsen & Toubro
4. Schneider
5. Siemens
6. Control and Switchgear

Page 6 of 9

667 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

Protection Relays – Thermal


1. BCH
2. L&T Ltd.
3. Siemens Ltd.
4. Telemenchanique & Controls (India) Ltd.

Low Voltage Power Control Center (PCC)/ MCC/ PDB/ MLDB/ LDB
1. ABB
2. BCH
3. C&S
4. Elecmech Switchgear & Instrumentation
5. KMG ATOZ
6. L&T
7. Pyrotech Electronics Pvt. Ltd.
8. Risha control Engineers Pvt. Ltd.
9. Siemens
10. Tricolite Electrical Industries
11. Unilec Engineers ltd.
12. Vidyut Control India Pvt. Ltd.
13. Control and Schematic
14. Zenith Engineering

Push Buttons
1. BCH
2. Alstom Ltd.
3. L&T
4. Siemens Ltd.
5. Telemenchanique & Controls (India) Ltd.
6. Vaishno Electricals

Switches-Control
1. BCH
2. Easum Reyrolle Relays & Devices Ltd.
3. Alstom
4. Kaycee Industries Ltd.
5. L&T
6. Siemens Ltd.

Page 7 of 9

668 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

Switches – 5/15A Piano/ Plate, Switch Socket


1. Anchor Electronics & Electricals Pvt. Ltd.
2. Kingal Electricals Pvt. Ltd.
3. North-West Switchgear Ltd.

Switch Socket Outlets (Industrial)


1. Alstom Ltd.
2. Best & Cromption Engineering Ltd.
3. BCH
4. Crompton Greaves Ltd.
5. Essen Engineering Company Pvt. Ltd.

Solar Modules
1. Tata BP Solar (I) Ltd.
2. REIL, Jaipur.
3. CEIL, Sahibabad.
4. HBL Power

Solar Street Lighting


1. Tata BP Solar (I) Ltd.
2. REIL, Jaipur.
3. CEIL, Sahibabad.
4. HBL.

Terminals Blocks
1. Connectwell
2. Controls & Switchgear Co. Ltd.
3. Elmex Controls Pvt. Ltd.
4. Essen Engineering Co. Pvt. Ltd.

Tranformers
1. ABB
2. Andrew Yule
3. Areva
4. BHEL
5. Bharat Bijlee
6. Crompton Greaves
7. EMCO Ltd.
8. Intra Vidyut

Page 8 of 9

669 of 896
SRIKAKULAM – ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

9. Indushree
10. Indcoil
11. Kirloskar
12. Skippers Electricals
13. Transformers & Rectifiers (I) Ltd.
14. Voltamp

UPS System and Inverter


1. DB POWER
2. APLAB
3. KELTRON
4. HI-REL
5. DUBAS
6. Toshiba Corporation
7. Fuzi Electric Co Ltd

GI-Octogonal Pole
1. Bajaj
2. Transrail
3. Wipro

Servo Transformer / Automatic Voltage Regulator


1. Jindal Rectifier
2. Dubas

127(,WHP9HQGRUZKLFKDUHQRWOLVWHGDERYHVKDOOEHVXEMHFWWRSULRUDSSURYDOIURP
&OLHQW&RQVXOWDQW

-x-x-x-

Page 9 of 9

670 of 896
QUALITY ASSURANCE PLAN
(ELECTRICAL)

671 of 896
CONTRACTOR CLIENT: M/s GAIL (i) Limited
QUALITY ASSURANCE PLAN
SRIKAKULAM-ANGUL PIPELINE
FOR PROJECT:
PROJECT(PART-B)
ORDER NO. & DATE ELECTRICAL EQUIPMENT PACKAGE NO. 23VA
SUB-CONTRACTOR PACKAGE NAME Electrical System
ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment
having same specification. 1. Visual 12. Routine test as per relevant IS 23. Short time rating D1. Approved GA drawings
2. Use numerical codes as indicated for extent of inspection & tests and 2. Dimensional other standard 24. Operational & functional D2. Approved single line/
submission of test certificates & documents. Additional codes & description 3. Fitment & Alignment 13. Type test as per relevant IS/ check schematic diagram
for extent of inspection & tests may be added as applicable for the plant and 4. Physical Test (Sample) other standard 25. Over Speed Test D3. Approved
equipment 5. Chemical Test (Sample) 14. Impulse Test 26. Flame Proof Test data sheet
3. Separate identification number with quantity for equipment shall be 6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance and creepage D4. Approved bill of materials
indicated wherever equipment having same specifications belonging to 7. Magnetic Particle Test (MPT) 16. Heat run risc test\tempr. Distance D5. Unpriced P.O. copy
different facilities are grouped together. 8. Radiography Test 17. Enclosure Protection Test 28. Acceptance Test D6. Calibration Certificate
4. Weight in tonnes (T) must be indicated under column 5 for each item. 9. Dye Penetration Test 18. Calibration 29.Harmonics measurement . of all measuring
Estimated weights may be indicated wherever actual weights are not 10. Measurement of IR Value 19. Noise & Vibration instruments and gauges
available. a) Before HV Test 20. Test certificates for bought out
ABBREVIATIONS USED : b) After HV Test components
11. High Voltage test/Dielectric 21. Tank Pressure Test
CONTR : CONTRACTOR test 22. Paint shade verification

MFR : MANUFACTURER
EQUIPMENT DETAILS INSPECTION AND TESTS Test Acceptance Criteria REMARKS /
Sl. Description (With equipment Indentificatuin Quantity Manufacturer’s Expected schedule Raw Material and inprocess stage inspection Final Inspection/Test by Certificates & Standards /IS/ SAMPLING
No. heading, place of use, and No. No/M T Name and Address of Final Inspection MFR CONTR MECON MFR CONTR/ MECON/ documents to BS/ASME/ Norms PLAN
Breif Specifications) TPIA GAIL be submitted to and Documents
MECON
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1. Power & Lighting Set 1,2,3,4, 24, 27 - - 1,2,3,12, 22, 1,2,3,12, 1,2,3,12, D1, D2, D3, I.S,,Data Sheet, 13* for similar
Distribution Board 24,27 22, 24,27 22, 24,27 D4, D5, D6, 20, Specification, rating
12,13*,16 Approved Drawings

2 LT Power and Control Mt. - - - 1,10,11, 1,2,10,11, R 12,13,28 I.S., Data Sheet, 13* for similar
Cable 12,13, 28 12, 28 D3, D5, D6, Specifications & rating, Inspection to
be done by TPI
Test Certificate

3 Distribution Transformer No. 1,2,3,4, 21,27 - - 1,2,10,11, 12 1,2,10,11, 1,2,10,11, 12,13,20 I.S., Data Sheet, 13* for similar
12,22,27 12,22,27 D3, D5, D6 Specifications & rating, Inspection to
be done by TPI
Test Certificate
4. AVR (AUTOMATIC Set 1,2,3,4, 21,27 - - 1,2,10,11, 12 1,2,10,11, 1,2,10,11, 12,13,20 I.S., Data Sheet, 13* for similar
VOLTAGE REGULATOR) 12,22,27 12,22,27 D3, D5, D6 Specifications & rating,
Test Certificate
5 DG SET with Engine and all Set 1,2,3,4, 24, - - 1,2,3,12,16,2 1,2,3,12, 1,2,3,12, D1, D2, D3, Tech. Specification, 100%
accessories 27,28 4, 28,19, 16,24,28, 16,24, D4, D5, D6, 20, Approved drawings
25,22 19,25,22 28,19, 16, 12,13,19 & Data Sheets
25,22
6 AMF Panel Set 1,2,3,4, 24 - - 1,2,3, 12,24, 1,2,3, 1,2,3, D1, D2, D3, Tech. Specification, 100%
28, 22 12,24, 28, 12,24, 28, D4, D5, D6, 20, Approved drawings
22 22 12,13 & Data Sheets

Q.A.P. NO. MEC/05/E9/23VA/QAP/01

For Manufacturer For CONTR For MECON


SHEET 1 OF 1 R-0
(Stamp & Signature) (Stamp & Signature) (Stamp & Signature)
R – Review & issue Inspection Waiver Certificate
Page 1 of 1

672 of 896
SRIKAKULAM - ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

Inspection Categorization plan for Electrical Items


Inspection of various Electrical items shall be carried out as per following categorization
plan :

S.No. Item description Site Inspection at Inspection at


Acceptance Manufacturer’s Manufacturer’s
based on works by TPIA works by
Manufacturer (IWC by GAIL/MECON
Test Mecon based
Certificate on TPIA’s
review at Inspection
site(In line doc)
with
Approved
documents)
1 PDB-1/2, I-E LDB, X X ✓
PP LDB, OLDB
2 FLP Feeder Pillar X ✓ X
(Structure mounted)
for outdoor lighting
3 Inverter with ✓ X X
tubular battery
4 Earthing material ✓ X X
(Earth pit with GI
Electrode/Cu plate
Electrode,
GI/Copper Strips,GI
wire, GI Lightning
rod, Advance
Maintenance free
earthing system)
5 Power & Control X ✓ X
Cables (HT & LT)
6 Lighting fixtures ✓ X X
(FLP & Non-FLP
type)
7 Street Light Pole ✓ X X
(6Mtr height)

Page 1 of 2

673 of 896
SRIKAKULAM - ANGUL PIPELINE PROJECT
(PART-B)
GAIL (I) Ltd MECON LIMITED

8 High Mast & FLP X ✓ X


Feeder pillar panel
for High Mast
9 Distribution X X ✓
Tranformers
(11/0.433kV)
10 MCCB Enclosure – X ✓ X
WP Outdoor type
11 ACSR weasel ✓ X X
conductor
12 Ceiling/Wall ✓ X X
mounted Fans,
Exhaust Fans,Air
conditioners,
13 Welding socket ✓ X X
14 Cable Tray ✓ X X
15 First Aid box ✓ X X
16 Carbon-di- ✓ X X
oxide(CO2) type fire
extinguisher
17 Insulating Mast ✓ X X
18 Telephone/LAN ✓ X X
socket, LAN Swithes
19 Telephone/LAN/UTP ✓ X X
cable
20 AVR X X ✓
21 DG Set & AMF Panel X X ✓

-x-x-x-

Page 2 of 2

674 of 896
PARTICULAR JOB
SPECIFICATION
(ELECTRICAL SYSTEM)

675 of 896
GAIL (INDIA) LIMITED

PARTICULAR JOB SPECIFICATION


FOR
11kV HT WORKS

SRIKAKULAM - ANGUL PIPELINE PROJECT


(PART-B)

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092

Document No. Revision No. Date

MEC/23VA/05/E9/E/004 0 17.08.2021

© Copyright MECON Limited – All rights reserved.


THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE
COPIED OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

676 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 1 of 15


MEC/23VA/05/E9/E/004 REVISION 0

CONTENT

SL. NO. DESCRIPTION

1 GENERAL.

2 SCOPE

3 11KV GANG OPERATED AIR BREAK SWITCH

4 DROP OUT FUSES

5 LIGHTNING ARRESTORS

6 AREA CLASSIFICATION

7 JOB SPECIFICATION

8 STATUTORY APPROVAL OF WORKS

9 MAKES OF EQUIPMENTS AND MATERIALS

10 QUALITY ASSURANCE, INSPECTION & TESTING

11 TESTING AND COMMISSIONING

12 DRAWINGS, STANDARD SPECIFICATIONS AND


INSTALLATION STANDARDS

Rev. No. Date Prepared By Checked By Approved By

Aashis Moyal, M.K.Jaiswara, A.Bhowmic,


0 17.08.2021 Sr.Mgr Sr.Mgr GM (Elect)
© Copyright MECON Limited – All rights reserved.
THIS DOCUMENT IS THE SOLE PROPERTY OF MECON AND ISSUED FOR THE SPECIFIC PROJECT MENTIONED HEREIN. THIS IS NOT TO BE COPIED
OR USED FOR ANY OTHER PROJECTS UNLESS EXPLICITLY PERMITTED BY MECON.

677 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 2 of 15


MEC/23VA/05/E9/E/004 REVISION 0
1.0 GENERAL

1.1 Introduction

The intent of this specification is to define the requirements for the supply of equipment and
materials (as required), erection, earthing, testing and commissioning of the double pole
mounted 11/0.433kv substation with transformer.

The work shall be carried out in the best workmanship – like manner, in conformity with these
specifications, approved drawings and the instructions of the Engineer-in-charge from time to
time.

The contract shall include clearing of temporary construction, waste materials and loose earth,
which might get collected in and nearby the work site consequent of the execution of work under
this contract.

1.2 Standards

The work shall be performed in conformity with, standard specifications and installation
standards enclosed and code of practices of the Bureau of India Standards. In case of any
conflict, the stipulations under this specification shall govern.

In addition, the work shall also conform to the requirements of the following:

The Indian Electricity Act and the rules framed there under
The fire Insurance Regulations
The regulations lay down by the Chief Electrical Inspector of the state government / Central
Electricity Authority (CEA).
The regulations lay down by the Factory Inspector.
The regulations lay down by the Chief Inspector of Explosives.
IS-9920 Part-I to V
IS-2544/1973- Porcelain post insulators
IS-2633- Galvanization of ferrous parts
IS-9921 Part I to IV
IS-5340 Part-III
M.B.Lal committee recommendations for electrical installations.
PNGRB guidelines (as applicable)
OISD standard (as applicable)

Any other regulations lay down by the Central, State or Local Authorities from time to time
during the pendency of this contract.

1.3 Guarantee

The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period of 12 months from the date of issue of the
completion certificate. Any damage or defects connected with the erection of materials,
equipments or fittings supplied by the contractor that may be undiscovered at the time of issue
of the completion certificate, or may arise or come to light thereafter, shall be rectified or
replaced by the contractor at his own expense as deemed necessary and as per the instruction
of the Engineer-in-charge within the time limit specified by the Engineer-in-charge.

678 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 3 of 15


MEC/23VA/05/E9/E/004 REVISION 0

The above guarantee shall be applicable for the quality of work executed as well as for the
equipment / cable / fittings/ other material supplied by the contractor.

1.4 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions.

Max. / Min temperature : 50˚C/ 2˚C


Max. Relative humidity : 95 %
Altitude : Less than1000 M above mean sea level.
Atmosphere : To withstand site conditions
(Dry during summer, Humid & Heavy Rainfall during
Monsoon)
1.5 Power Supply Parameters :

11kV Power supply is considered available at IP terminal, SV terminal & Receiving terminals.

NORMAL POWER 11kV, 3Ph


VARIATION As per SEB
FREQUENCY 50 Hz ± 5%
FAULT LEVEL HT SIDE OF
26.3 kA for 3 sec or As per SEB(Whichever is higher)
TRANSFORMER
FAULT LEVEL LT SIDE OF 10kA for 1 sec for Single Phase
TRANSFORMER 30kA for 1 sec for Three Phase

2.0 SCOPE

2.1 SCOPE OF DESIGN & ENGINEERING

2.1.1 Submission of electrical equipments selection criteria & respective design calculations,
inspection & test plan, installation & commissioning procedures, drawings for Review/Approval,
preparation of site engineering drawings and details for installation works wherever applicable
or required by the Engineer-in-charge & final commissioning reports, submit to the Engineer-in-
charge for Review/Approval.

2.1.2 Selection & design of all HT electrical equipment shall be as per relevant Indian & International
standards & contractor shall submit installation & commissioning drawings for 2-Pole structure &
associated equipments approval.

2.1.3 Correction, updating and submission of all Owner’s/Tender’s drawings for as-built status.

2.1.4 Obtaining clearance for energizing the complete electrical facilities covered under this tender
and approval of installation and drawings from the Chief Electrical Inspector of the State
Government/Central Electricity Authority and other statutory authority as required. This includes
equipments installed or commissioned by others within the battery limit. This is for the purpose
of obtaining a comprehensive approval from competent authority.

679 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 4 of 15


MEC/23VA/05/E9/E/004 REVISION 0

3.0 11kV GANG OPERATED AIR BREAK SWITCH

This section covers Design, manufacturing, testing at manufacturer works and supply of 11 KV,
200 Amps, 50HZ triple pole gang operated, outdoor type, single throw, single break tilting type
manually operated AB Switches suitable for vertical mounting. The A. B. Switches offered shall
be complete with all components necessary for its effective and trouble-free operation along
with associated equipment etc. such components shall be deemed to be within the scope of
supplier’s supply, irrespective of whether those are specifically brought out in the specification
and/or in order or not. Also similar parts particularly removable ones shall be interchangeable.

3.1 Description of the materials

The 11KV A.B. Switch (3 Pin Type) sets shall confirm to the following parameters

a. Number of poles 3
b. Number of Post insulator per pole 3 nos. 12KV post insulator.
c. Nominal system voltage 11KV
d. Highest system voltage 12KV
e. Rated frequency 50Hz
f. System earthing effectively Unearthed.
g. Rated nominal current 200 amps
h. Altitude of installation Not exceeding1000M

The post insulators used in the A.B. Switches shall have the following ratings:-

a) One minute power frequency withstand voltage between

I) Earth & poles 28 KV (rms)


II) Across terminal of open switch 32 KV (rms)

Rated lightning impulse withstand voltage between

b) Poles & Earth 75 KV (Peak)


c) Across terminal of open switch 85 KV (Peak)

Short time current 26.2 KA for 1 second

3.2 General

The 11 KV A.B. Switch Set shall be the gang operated rotating single air break type having 3
post insulators per phase. The operating mechanism shall be suitable for manual operation from
the ground level and shall be so designed that all the three phases shall open or close
simultaneously. The Switches shall be robust in construction, easy in operation and shall be
protected against over travel or staining that might adversely affect any of its parts. The required
base M.S. Channel (hot dip galvanized) phase coupling rod, operation rod with intermediate
guide braided with flexible electrolytic copper, tail piece of required current carrying capacity and
operation mechanism with ‘ON’ & ‘OFF’ positions shall be provided. The operation rod shall be
medium gage of 32mm diameter nominal bore G.I. pipe single length 6 meters. The phase
coupling rod for gang operation shall be of medium gauge 25mm dia nominal bore G.I. pipe.

680 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 5 of 15


MEC/23VA/05/E9/E/004 REVISION 0

The Rating post insulators shall be provide with suitable bearing mounted on a base channel
with 8mm dia thrust collar and 6mm split pin made out of stainless steel. The operating down
rod shall be coupled to the spindle (minimum dia – 32mm) for gang operation through another
suitable bearing by two numbers 10mm dia stainless steel bolts with double nuts. All the
bearings shall be provided with grease nipple. All metal (ferrous) parts shall be galvanized an
polished. The pipe shall be galvanized in accordance with IS-4736/1968.The post insulators
should be fixed with the base channel using Galvanized Nuts and Bolts.

3.3 Mounting

The A.B. Switches shall be suitable for Vertical mounting in double pole sub-station structures.

3.4 Switching Blades

It shall be made out of electrolytic copper with silver plated. Contractor shall submit its size for
approval. The Switch shall have such a spring mechanism so as to ensure that the speed of the
opening of contact is independent of speed of manual operation.

3.5 Fixed Contracts

The Fixed Jaw type female contacts shall be made of electrolytic copper (minimum 99% copper
composition) duly silver coated controlled by stainless steel high pressure spring housed in
robust G.I. Cover. It is essential that provision shall be made in fixed female contracts to take
the shock arising from the closing of move contract blade without the same being transmitted to
the post insulator.
The male and female contacts assemblies shall be of sturdy construction and design to ensure

I) Electro dynamic withstand ability during short circuits.


II) Thermal withstand-ability during short circuits.
III) Constant contact pressure even when the live parts of the insulator stacks are subject to
tensile stresses due to linear expansion of connected bus bar of flexible conductors
either because of temperature variation or strong winds.
IV) Self-wiping action during closing and opening.
V) Self-alignment assuring closing of the switch without calling for any adjustment.

3.6 Arcing Horn

A set of adjustable arcing horns made from 2 SWG G. I. Wire shall be mounted on each
insulator stack of G.O. Switch. The supplier shall supply a graph showing impulse and power
frequency spark over voltage for various gap settings of arcing horns.

3.7 Terminal Connectors

Terminal connectors shall be robust in design. The fixed connector & movable connector shall
be shall be of copper casting with uniform machine finishing duly silver plated made out of
minimum 95% copper composition with 2 nos. 12mm dia holes provided with suitable brass
bolts and double nuts, flat washers & 2 nos. bimetallic solder less sockets suitable upto 80 mm2
conductor.
Contractor shall submit size of fixed connector & movable connector for Approval.

681 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 6 of 15


MEC/23VA/05/E9/E/004 REVISION 0

3.8 Spacing

The minimum clearance between phases to the switch shall be 760mm. The operation down rod
shall be at a transverse distance of 300mm from the outer limb of the switch. The centre
spacing between two post insulator of the same phase shall be 380mm. In the open position of
the A.B. switches the moving blade shall rotate through 90o. This shall be exhibited in the
drawing.

3.9 Name Plates

The switches shall be provided with a nameplate, which contains the information in accordance
with IS-9921 (part I to V). The name plates will be weather & rust proof.

3.10 Completeness of Equipment

All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of G.O. switches shall
be deemed to have been included in the scope of supply.

3.11 Packing & Transportation

The supplier shall be responsible for suitable packing of all the material and marking on the
consignment to ensure correct dispatch to the destination. All G.O. Switches shall be packed
suitably capable of withstanding rough handling for transportation to the various consignees so
as to avoid any shortage and damage occurring during transit. Separators shall be fixed
between the post insulators and other breakable parts of GO Switch and also between
individual GO Switches so as to prevent relative movement to avoid damage. All the labels used
on each packing shall be of tin securely bounded with wire and shall have the descriptive
marking stamped thereon. All GO Switches damaged during transportation shall be to the
suppliers account.

3.12 TEST & TEST CERTIFICATE

Type Test

Certificate for the following type tests conducted on a prototype set of A.B. Switch in a NABL
approved test house/CPRI shall have to be submitted along with offer.

Dielectric Test (impulse and one minute were power frequency withstand voltage test.)

• Temperature rise test (for contracts and terminals)


• Shorts Time current and peak withstand current test.
• Mainly active load breaking capacity test.
• Transformer off-load breaking capacity test.
• Line charging breaking capacity test.
• Cable charging breaking test.
• Operation and mechanical endurance test.
• Mechanical strength test for post insulator, as per IS-2444/1937 shall be furnished.
• Test for galvanization of metal (ferrous) parts.

682 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 7 of 15


MEC/23VA/05/E9/E/004 REVISION 0

Routine /Acceptance Test

The following routine tests shall have to be conducted on each set by Owner/Third Party agency
of the materials at the works of the manufacturer as per relevant IS/IEC. The supplier shall give
fifteen days advance intimation to the Purchaser to enable him to depute his representative for
witnessing the tests.

1. Power frequency voltage dry test.


2. Measurement of resistance of main circuit.
3. Tests to prove satisfactory operation.
4. Dimension Check
5. Galvanization test.
6. Operational test.

4.0 DROP OUT FUSES

The D.O. Fuses are intended for use on Distribution transformers for protection/isolation of the
same during overload or fault conditions of lines. The drop out fuse shall conform to IS: 9385
(Part-I to III) as amended from time to time.

The drop-out fuses shall be expulsion type. The equipment offered by the tenderer shall be
suitable for 11KV, 3 Ph 50 Hz solidly grounded earthed neutral systems. It shall be designed for
a normal current rating of 200 Amps.

The drops out fuses are required with Post Insulators. These shall be suitable for mounting on
the structure. The bracket/channel hardware’s for D.O. Fuses shall be provided with adequate
sizes of nuts, bolts and washer for mounting on the structures of the purchaser.

4.1 POST INSULATORS

Each 11 KV D.O. Fuse shall have two nos. 11 KV Post Insulators. The insulators shall conform
to IS: 2544 of 1973 with latest amendments. The porcelain used for manufacture of D.O. Fuse
shall be homogeneous, free from flaws or imperfections that might effect the mechanical or
dielectric strength adversely. They shall be thoroughly vitrified tough and impervious to
moisture. The glazing of the porcelain shall be of uniform brown colour free from blisters, burns
and other similar defects. Insulators of the same rating and type shall be interchangeable.

The porcelains and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through range of temperature
variation shall not loosen parts or create undue internal stresses which may affect the electrical
or mechanical strength and rigidity. Each cap and base pin shall be made of high grade cast
steel or malleable steel casting and they shall be machine faced and smoothly galvanized. The
cap and base shall be properly cemented with insulators to give perfect grip. Excess use of
cement shall be avoided.

Each 11KV Post Insulators should have technical particulars as detailed below:-

11KV
(i) Nominal system voltage KV (rms) 11
(ii) Highest system voltage KV (rms) 12

683 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 8 of 15


MEC/23VA/05/E9/E/004 REVISION 0
(iii) Dry Power Frequency one KV (rms) minute 35
Withstand voltage
(iv) Power Frequency puncture KV (rms) Voltage 1.3 times the actual dry
Flashover voltage
(v) Impulse withstand voltage KV (rms) 75
(vi) Visible discharge voltage KV (rms) 9
(vii) Creepage distance in mm (minimum) 320
(viii) Cantilever strength (KN) 6.60

As stated above unless otherwise modified in this specification the drop out fuse shall conform
to IS: 9385 (Part-I to III) and as amended from time to time.

The rated lightning impulse withstand voltage for positive and negative polarities shall be as
given below:-
11KV

a) To earth and between pole 75 KV Peak


b) Across the isolating distance of fuse base 85 KV Peak

Rated one minute power frequency withstand voltage (dry and wet) values for the fuse base-
11KV

a) To earth and between pole 28 KV Peak


b) Across the isolating distance of fuse base 32 KV Peak

4.2 RATED BREAKING CAPACITY

The rated breaking capacity shall be 8KA (symmetrical). Bidder shall submit type test
reports/certificates of DO fuses along with offer.

4.3 MAIN CONTACTS

The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned, made
from Brass material. These shall have good finish and smooth surface and shall be silver plated.
All the sharp edges shall be rounded off. These contacts shall be so designed to withstand
highest short circuit breaking current that may be encountered during service. In nut-shell the
contact assembly shall ensure:-

i. Electrodynamic withstand ability during short circuit without any risk of repulsion of contact.
ii. Thermal withstand ability during short circuits.
iii. Constant contact pressure even when the lower parts of the insulator stacks are subjected
to tensile stresses due to linear expansion of connected bus bar or flexible conductors either
because of temperature variation or strong winds.
iv. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment.

4.4 CONNECTORS

The connectors shall be made from Brass suitable for ACSR/AAAC Squirrel/Weasel & Rabbit,
Raccoon & Dog. The connectors should be bolted type having 4 bolts & groove to hold the
conductor. All brass parts should be silver plated for corrosion resistance and efficient current
flow. All ferrous parts should be hot dip galvanized as per the latest version of IS: 2633. Nuts

684 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 9 of 15


MEC/23VA/05/E9/E/004 REVISION 0
and bolts shall conform to IS: 1364 and should be hot dip galvanized. Spring washer should be
electro galvanized.

4.5 FLY NUTS

These shall be provided at both the ends of Epoxy Resin Fiber Glass (ERFG) tube for tightening
the fuse element. The nut shall be provided with one flat washer of 1 mm thickness. The
arrangement shall be made to ensure that the fuse wire runs centrally inside the ERFG tube
after tightening. The fly nuts should have at least 4 threads with adequate wall thickness.

4.6 SPRING STRIPS

The spring strips shall be of phosphor bronze multi line brush type having a high pressure
contacts and should retain its tension under minimum continuous service current of 200 Amps
at 90◌ْ C.

4.7 Completeness of Equipment

All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of DO fuses shall be
deemed to have been included in the scope of supply.

4.8 D.O. BARRELS (CARRIER TUBES):-

The carrier tube made of Epoxy Resin Fibre Glass (ERFG) and conforming to the following
specification shall be used for 11KV D.O Sets:-

GENERAL:-

This specification governs the requirement for an electrical grade tube with good mechanical
and high heat resistance properties, made from fine woven glass fibre cloth, impregnated with
epoxy resin. Tube shall be well consolidated of circular cross section and uniform wall thickness
with ends trimmed smoothly at right angles to the axis of the tube. The external surfaces shall
be brown in colour and shall be uniformly finished with polyuret and varnish or epoxy resin. The
tube has a temperature index of at least 155˚C.

APPLICATION- Used as fuse carrier in 11KV Drop out Fuses.

COMPLIANCE WITH- Indian Standard Specification no.10192

5.0 LIGHTNING ARRESTOR

The section covers the design, manufacture, shop testing before dispatch, supply, delivery,
erection, testing & commissioning of 9 KV, static class heavy rating, gapless, metal (zinc) oxide
lighting arrestors complete along with clamps, complete fitting and accessories for installation
on outdoor type 11 kV Double pole structure.

System parameters

(i) Nominal system voltage 11Kv


(ii) Highest system voltage 12Kv

685 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 10 of 15


MEC/23VA/05/E9/E/004 REVISION 0
(iii) System earthing Effectively earthed system
(iv) Frequency (Hz) 50
(v) Lightning Impulse withstand Voltage (kVP) 75
(vi) Power frequency withstand Voltage (kv rms) 28
(vii) Arrestors duty

-Connection to system Phase to earth


-Type of equipment to be protected 11 KV transformers & Switchgear

5.1 Lighting Arrestors

(i) Type Gapless Metal oxide – outdoor


(ii) Arrestor rating (KV rms) 9
(iii) Continuous Operating voltage (kV rms) 7.65
(iv) Nominal discharge Current: 5 Rating (KA)
(v) Long Duration discharge class Distribution Class
(vi) Degree of protection IP 55
(vii) Maximum residual voltage at 5 KA (KV peak) 32
(viii) Maximum switching lighting residual 24 Voltage (kVp) at 1Ka
(ix) Partial discharge at 1.05 COV not greater than (PC) 50
(x) High current impulse withstand voltage 100 at 65 kA (kVp)

5.2 Insulator Housing

(i) Power frequency withstand test voltage (Wet) (kV rms) 28


(ii) Lighting impulse withstand / tests voltage (kVP) 75
(iii) Creep age distance not less than 320
(iv) Pressure relief class B

5.3 General Requirement

The equipment along with all accessories shall be capable of performing intended duties under
specified conditions. The Contractor shall guarantee the reliability and performance of the
individual equipment as well as of the complete system as specified in the bid documents.

The lighting arrestor shall be provided with line and earth terminals of suitable size & lightning
counter. The line side terminal shall be suitable for AAA conductor or ACSR weasel / rabbit
conductor.

i) The metal oxide gap less Lighting Arrestor without any series or shunt gap shall be suitable for
protection for 11KV side of Distribution Transformers, associated equipment from voltage
lightings resulting from natural disturbance like lightning as well as system disturbances.

ii) The lighting arrestor shall draw negligible current as operating voltage and at the same time
offer least resistance during the flow or lighting current.

iii) The lighting arrestor shall consist of non-linear resistor elements placed in series and housed in
electrical grade porcelain housing / silicon polymeric of specified creep age distance.

iv) The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing
system arrangement to prevent ingress of moisture.

686 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 11 of 15


MEC/23VA/05/E9/E/004 REVISION 0

v) The lighting arrestor shall be provided with line and earth terminal of suitable size. The ground
side terminal of lighting arrestor shall be connected with 25x6 mm galvanized strip.

vi) The lighting arrestor shall not operate under power frequency and temporary over voltage
conditions but under lighting conditions, the lighting arrestor shall change over to the conducting
mode.

vii) Lighting arrestors shall have a suitable pressure relief system to avoid damage to the porcelain /
silicon polymeric housing and providing path for flow of rated fault currents in the event of
arrestor failure.

viii) The reference current of the arrestor shall be high enough to eliminate the influence of grading
and stray capacitance on the measured reference voltage.

ix) The Lighting Arrestor shall be thermally stable and the supplier shall furnish a copy of thermal
stability test along with the bid.

5.4 Arrestor Mounting

The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for plinth mounted
transformer and for incoming and outgoing lines.

5.5 Fittings & Accessories

x) The lighting arrestor shall be complete with insulating bases, fasteners for stacking units along
with clamp & terminal connectors and inbuilt disconnector.

xi) The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be
so located that incoming and outgoing connections are made with minimum possible bends.
The top metal cap and base of lighting arrestor shall be galvanized. The line terminal shall have
a built in clamping device, which can be adjusted for both horizontal and vertical take off.

5.6 Drawings, Documents and Design Calculations

Bidder to submit followings along with the bid:

i) Sectional drawings
ii) Mounting arrangement

5.7 Completeness of Equipment

All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of Lightning Arrestor
shall be deemed to have been included in the scope of supply.

5.8 Name Plate

The nameplate attached to the arrestor shall carry the following information:

- Rated Voltage

687 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 12 of 15


MEC/23VA/05/E9/E/004 REVISION 0
- Continuous Operation Voltage
- Normal discharge current
- Pressure relief rated current Manufacturer Trade Mark
- Year of Manufacture
- Name of Scheme

DANGER CAUTION BOARDS: The danger of caution boards shall have to be displayed on
pole and transformer

5.9 Tests

Test on Lighting Arrestors

The lighting Arrestors offered shall be type tested from NABL accredited laboratory. Copies of
test certificates shall be furnished by the bidder for scrutiny. Routine and Acceptance tests shall
be carried out in accordance with IS: 3070 (Part-3)-1993. The purchaser representative will
witness the acceptance test at the works of manufacturer. The suitability of the Lighting
Arrestors shall also be established from the following:

- Residual voltage test


- Reference voltage test
- P.D. test
- Sealing test
- Thermal stability

Metal oxide block shall be tested for guaranteed specific energy capability in addition to routine /
acceptance test as per IEC / IS.

i) The maximum residual voltages corresponding to nominal discharge current of 5 kA for steep
current, impulse residual voltage test, lightning impulse protection level and switching impulse
level shall generally conform to relevant IS.

ii) The suppliers shall furnish the copies of the type tests and the characteristics curves between
the residual voltage and nominal discharge current of the offered lighting arrestor and power
frequency voltage v/s time characteristic of the lighting arrestor subsequent to impulse energy
consumption as per clause 6.6 of IS ; 3070 (Para-3) offered along with the bid.

iii) The lighting arrestor housing shall also be type tested and shall be subjected to routine and
acceptance tests in accordance with IS: 2071.

6.0 AREA CLASSIFICATION

Hydrocarbon handling areas have been generally classified as zone 1&2, gas group IIA/IIB as
per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these
areas shall be suitable for the area classification with temperature class T3 (2000C), CMRI
testing and approved by CCOE, DGFAS and having BIS license.

688 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 13 of 15


MEC/23VA/05/E9/E/004 REVISION 0

7.0 JOB SPECIFICAITONS

Various electrical works covered under this contract like equipment erection, cabling and
grounding works, etc. shall be performed in accordance with specifications attached with this
tender. (Certain clauses of specifications, which are applicable to equipments or system not
covered under this contract, shall not be applicable).

Erection and commissioning of certain special HT equipments shall be performed in accordance


with supplier’s instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.

The equipments/materials to be supplied by the contractor shall conform to the requirements of


the applicable specifications enclosed in the tender document.

8.0 STATUTORY APPROVAL OF WORKS

All works relating to statutory approvals of the complete installation, from competent authority
like CEA, DGMS, State Electricity Authority/Board etc, shall be in the scope of contractor.

The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along
with copies of required certificates and drawings, complete in all respects, shall be prepared by
the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of
time so that the actual commissioning of equipment are not delayed for want of inspection by
the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor
and necessary coordination and liaisons work in this respect shall be responsibility of the
contractors. However, the Owner on submission of bills along with documentary evidence shall
reimburse any fee paid to the statutory Authority in this regards.

9.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments / materials supplied by the contractor shall be as per the list of approved makes
enclosed with this document subject to submission of Certification and approvals.

10.0 QUALITY ASSURANCE, INSPECTION AND TESTING

10.1 The equipment shall be inspected by the Owner and/or their inspection agency at the
manufacturer’s works prior to despatch. The equipment will be inspected as per the tests pre-
identified in the approved QAP to ensure conformity of the same with relevant approved
drawings, data sheets, specifications, National/International standards.

10.2 Performance tests of any equipments which cannot be conducted/demonstrated either partially
of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be
obtained.

10.3 In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual obligations
towards subsequent satisfactory performance of the equipment at site. Should any equipment

689 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 14 of 15


MEC/23VA/05/E9/E/004 REVISION 0
be found defective, In whole or part thereof after receipt at site or during erection/commissioning
and testing shall be Rectified/Changed by contractor free of cost.

10.4 Contractor shall submit test plan for the equipments with four week advance notice.

11.0 TESTING & COMMISSIONING

11.1 The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.

11.2 The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and
tackles, testing equipment and instruments required for complete checking of installations and
testing and commissioning of all equipment and accessories.

11.3 All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized
representative unless he waives this requirement in writing.

11.4 The testing and commissioning of all equipment under the scope of the tenderer shall be carried
out in accordance with the latest edition of relevant Indian Standards and IE Rules.

11.5 Test reports shall be submitted in required number of copies duly signed by the TENDERER to
MECON and OWNER.

11.6 All equipment after testing shall be energized only after certification by the qualified testing
engineer that the equipment is ready for energisation and with \ the concurrence of OWNER /
MECON.

11.7 After the completion of all tests and rectification of all defects pointed out during final inspection,
plant start-up trials would be commenced. During the start-up trials contractor shall provide
skilled / unskilled personnel and supervision round the clock at his cost. The number and
category of workmen and duration up to which required, will be decided by the Engineer-in-
charge. 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.

11.8 On successful completion of erection of each item /equipment, a final inspection will be carried
out at site by Owner / MECON, for correctness and completeness of erection.

11.9 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.

11.10 After the operating conditions are fully achieved in the plant and the other requirements as
stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for
applying for a completion certificate.

12.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

12.1 Following minimum information shall be furnished with bid:

a) Type test reports of GO-AB, DO Fuse, Lightning arrestors, Insulators etc.

690 of 896
OIL & GAS SBU SRIKAKULAM - ANGUL PIPELINE
PROJECT (PART-B)

GAIL (India) Ltd MECON LTD, DELHI

TITLE 11kV HT WORKS DOCUMENT NO. Page 15 of 15


MEC/23VA/05/E9/E/004 REVISION 0

12.2 Following Drawings & Documents shall be submitted after award of contract for approval:

a) Filled-Up Data sheet


b) GA of Double pole structure with equipment mounting arrangement with dimensions.
c) Earthing schedule of DP structure.

12.3 The equipments / materials to be supplied by the contractor shall conform to the requirements of
the applicable specifications. Also the installation of various material / equipment shall conform
to the installation standards /norms.

12.4 The drawings accompanying the tender documents when read with specification shall depict the
electrical system of the Terminal. These are indicative of the nature of work and issued for
tendering purposes only. Purpose of these drawings is to enable the tendered to make an offer
in line with the requirements of the Owner. Construction shall be as per drawings / specifications
issued / approved by the Engineer-in-charge during the course of execution of work.

12.5 After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit
catalogues/manuals (O&M) of major brought out items like HT Substation, Transformers, LA,
AB switch etc. Final certified As-Built drawings, documents and manuals etc shall be submitted
by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of
prints.

Training

Contractor shall train the work force of Owner with his technical and supervisory personnel for
safe, efficient operation and maintenance of the equipment and system installed by the
contractor. The Number of personnel to be trained and the duration and structure of the training
shall be mutually discussed and finalized.

-x-x-x-

691 of 896
PARTICULAR JOB SPECIFICATION
FOR
SPV (SOLAR PHOTOVOLTAIC) SYSTEM

SRIKAKULAM-ANGUL PIPELINE PROJECT


200W SOLAR SYSTEM FOR PCP STATION (PART_A & B)

DOCUMENT No. - MEC/23VA/05/E9/E/003

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092

692 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 1 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

TABLE OF CONTENT

Sl. No. Description Page No


1 General.
2 Scope
3 Other Miscellaneous Work.
4 Area Classification.
5 Job Specification.
6 Makes of equipments and materials.
7 Inspection, testing and commissioning.
8 Drawings and data sheet.

Annexure - I Stationwise solar system details


Annexure –II 02 years O&M spare list

PREPARED BY: CHECKED BY: APPROVED BY: ISSUE DATE :

(A.Moyal, SM) (M.K.Jaiswara, SM) (A Bhowmic, GM) R-0, Oct, 2021

693 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 2 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

1.0 GENERAL

The intent of this specification is to define the requirements of SPV solar power supply
system and the associated battery sets, charge controller, Grid charger, DCDB etc for Off-
Grid system at PCP stations along the pipeline to feed power to the PCP system. Tenderer's
scope of work includes design, manufacture, testing, packing, delivery to site, installation,
earthing, testing & commissioning of the complete Solar system with solar array, charge
controller, battery banks, Grid Charger for charging battery bank from grid supply/DG supply,
Distribution boards, interconnecting cables etc as per enclosed specification, data sheets
and SOR for Off-grid system.

1.1 Standards

1.1.1 The equipment/material shall be in conformity with standard specifications, data sheet and
code of practices of the relevant Bureau of India Standards & IEC. In case of any conflict,
the stipulations under specification/data sheet shall govern. Refer Technical specification of
Solar PV system for the applicable codes and standards.

1.2 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions.

Max. / Min temperature : 500C/20C


Max. Relative humidity : 90 %
Installation Location :
Altitude : less than 1000 m above MSL
Atmosphere : Hydrocarbon handling
Industrial atmosphere

1.3 Power Supply Parameters:

1 CP SYSTEM 48 V DC

2.0 SCOPE

2.1 SCOPE OF SURVEY, DESIGN & ENGINEERING

2.1.1 Submission of solar array sizing calculations, MPPT charge controller size calculations, PCU
sizing calculations, battery size calculations and FCBC Grid Charger (unidirectional/bi-
directional) size calculation for approval Preparation of site engineering drawings and details
for installation works wherever applicable or required by the Engineer-in-charge, and
submits to the Engineer-in-charge for review.

The system shall be designed on the daily Ah requirement considering the max. 30
day cycle i.e. two No SUN DAYS in four weeks, However this cycle depends upon the
Geo Graphical location of the installation & may go below the above consideration.
The excess Ah shall be determined accordingly apart from the daily Ah requirement.

694 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 3 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0
The Bidder shall survey the particular locations & accordingly determine the geo
graphical data required for the installation of solar system & its design (i.e Avg.
/High/Low Insolation throughout year, wind velocity Avg. /High/Low throughout year,
Solar Radiation Avg. /High/Low throughout year (Radiation data of each month from
9AM to 5 PM of each location), sun path diagram etc as required for designing &
installation of the PV system.

The result of the survey shall be presented in the graphical format & accordingly the
optimised tilt angle for the installation PV system shall be calculated of each location
for max power output through out the year.

The required nos. of array shall be calculated from the max. Current requirement by the
battery bank during charging & the nos. of series modules shall be calculated as per the
boost voltage of the battery bank.

All solar calculations shall be done on PVsyst 6 software and Bidder shall have valid licence
of the software for the same at the time of Bidding. Bidder shall submit all the reports as per
the software simulations.

2.1.2 The photovoltaic solar array, charge controller shall be sized to meet through battery back-up,
load cycle requirement of connected load with availability of solar energy. However the rating of
solar system & equipments shall not be less than as specified in SOR/MR.

2.1.3 Grid Connected system shall be designed to as per the KWp rating mentioned in the SOR
and the minimum annual generation capacity guaranteed (Mentioned in SOR).

2.1.4 Correction, updating and submission of all Owner’s drawings for as-built status.

2.2 SCOPE OF SUPPLY

Following electrical equipment and material are in the contractor’s scope of supply in this
tender.

2.2.1 Solar Array/Panels, Anodised Al/Hot dip galvanized MS mounting structure on parta cabin/
civil building or on ground, Junction boxes, Charge controller, DCDB, Ni-Cd Battery bank,
DC-DC converter, FCBC Grid charger, interconnecting cables among - arrays, charge
controller, DC-DC Converter, DCDB, Battery bank, Grid charger etc as per enclosed SOR
and specification.

2.2.2 Offered solar PV cells & Modules shall be from existing regular manufacturer’s plant/unit and
have BIS certification of the Solar Photovoltaic Module. IEC/UL/CE certification is also
accepted in case BIS is exempted as per the Indian Gazette order dated 13/07/2018 issued
by MNRE.

2.2.3 A stand alone dusk-dawn solar photovoltaic street lighting system for outdoor emergency
lighting as per enclosed specification and SOR.

2.2.4 MV power and control cable (Cu-Conductor, XLPE – insulated, PVC sheathed,
armoured/unarmoured, FRLS cables as required). Solar grade cable shall be used for the
Module wiring & outdoor cables.

695 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 4 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

2.2.5 GI pipes, GI Cable-trays and accessories, cable markers, identifier tags, GI saddles and all
other associated accessories as required for cable laying.

2.2.6 FLP (CMRI, PESO approved) type double-compression nickel-plated brass cable glands,
tinned-copper lugs, clamping material etc. for cable termination.

2.2.7 Earthing including earthing pits, earth electrodes, earthing strips, grounding conductor of
various sizes, Cu strip for flange jumper and Cu earth plates etc as per
specification/standard drawing.

2.2.8 Lightning & Lighting surge protection must be provided for the SPV array and other solar
system components, MPPT/PCU/Charger Input side and Output side as per IEC 62305.

2.2.9 Fabrication and supply of MS frames, supports, canopies and brackets for miscellaneous
electrical equipments, including welding, supply of bolts, nuts etc for mounting and other
necessary supplies, all inclusive of painting etc as required.

2.2.10 Two years operational spares as per list provided in this document.

2.3 INSTALLATION, TESTING & COMMISSIONING

2.3.1 Delivery to site, storage, Transportation from storage to site, Installation, earthing, testing,
commissioning and performance test at site (full load test) of the complete Solar system with
solar array, charge controller, FCBC Grid Charger, Ni-Cd battery banks, DC-DC Converters,
PCU, Distribution boards, junction boxes, interconnecting cables etc as per enclosed
specification, data sheets and SOR. Tenderer shall submit the sizing calculations for SPV
array, charge controller, battery bank and Grid charger & PCU. However the rating of each
subsystem shall not be less than as indicated in SOR.

2.3.2 Battery capacity test shall be carried out at site of complete bank with arrangement of the
DG sets and resistance load bank as per requirements and all such materials shall be
arranged by the contractor for the commissioning of the battery bank.

2.3.3 Installation, earthing, testing & commissioning of the stand alone dusk-dawn solar
photovoltaic street lighting system including all civil work etc as required for outdoor
emergency lighting as per enclosed specification and SOR.

2.3.4 Installation of earthing material and lightning system, testing and commissioning of complete
earthing and lightning system as per specification and requirement.

2.3.5 Laying, Termination, Glanding, Ferruling of all interconnecting cables between sub array
JBs, Main JBs, Charge controller, Grid charger, Battery Bank and DCDB.

2.3.6 Suitable trench/route/cable-tray shall be made by the solar power system contractor for laying
of cables from solar array to Charge controller/ PCU and PCU to Grid Power connection and
required for all interconnecting cables of the system.

696 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 5 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0
2.3.7 Interconnecting cables among modules shall be laid in PVC conduits & tied with UV
resistance cable ties. Cables from JB to control room shall be laid in Cable tray/PVC pipe of
suitable size.

3.0 OTHER MISCELLANEOUS WORKS

3.1 Preparation of buried cable trenches, including, back filling, compacting providing of brick
protection by second-class bricks, spreading of fine river sand, including all supplies.

3.2 Bidder scope shall also include taking permission from respective state renewal energy
authority for the SPV system installation and inspection to meet their technical requirements
including all works related to laisioning with the authority & fee as required for completion of
the work including liasioning, net metering system including bi-directional meters, Inspection
etc. Bidder shall provide complete on-grid system with all approvals from authorities and
agreements for same.

3.3 The job includes repairing of all civil works damaged during installation of electrical facilities
and complete solar system.

3.4 The scope of work under this contract shall be inclusive of breaking of walls, floors and
chipping of concrete foundations necessary for the installation of equipment, materials, and
making good of the same.

3.5 Minor modifications wherever required to be done in the owner free supplied equipments /
devices to enable cable entry, termination etc.

3.6 Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc. using
acceptable practice and standards.

3.7 Supply and installation of all other accessories not specifically mentioned herein, but never
the less necessary for completion of the job.

4.0 AREA CLASSIFICATION

Hydrocarbon handling areas have been generally classified as zone 1 & 2, gas group IIA/IIB
as per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in
these areas shall be suitable for the area classification with temperature class T3 (200˚C),
CIMFR testing and approved by CCOE/PESO, DGMS and having BIS license.

5.0 JOB SPECIFICAITONS

5.1 Various electrical works covered under this contract like equipment erection, cabling,
outdoor lighting (Solar) and grounding works, etc shall be performed in accordance with
specifications attached with this tender. (Certain clauses of specifications, which are
applicable to equipments or system not covered under this contract, shall not be applicable).

5.2 Erection and commissioning of certain special equipments shall be performed in accordance
with supplier’s instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.

697 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 6 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0
5.3 The equipments/materials to be supplied by the contractor shall conform to the requirements
of the applicable specifications enclosed in the tender document.

5.4 Price of erection & commissioning spares and special tools shall be included in the quoted
price by the bidder.

6.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments / materials supplied by the contractor shall be as per the list of approved
makes enclosed with this document.

7.0 INSPECTION, TESTING & COMMISSIONING

The contractor shall carry out all the tests as enumerated in the technical specifications and
as per applicable codes and standards and QAP.

8.0 DRAWINGS AND DATA SHEET

8.1 Contractor shall submit drawings and data sheet as enumerated in the technical
specification of the equipments / materials to be supplied.

8.2 After the job completion, contractor shall prepare AS-BUILT drawings and documents,
submit catalogues/manuals (O&M) of major brought out items like solar system, charge
controller, DCDB, battery bank, DC-DC Converter, junction boxes, Grid charger etc. Final
certified as built drawings, documents and manuals etc shall be submitted by the
contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.

Annexure – I
STATIONWISE SOLAR SYSTEM DETAILS (SAPL_PART-A)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-1 Odisha State 200 W 1 No.
2 SV-5 200 W 1 No.
3 SV-9 200 W 1 No.
4 SV-11 200 W 1 No.
Andhra Pradesh
5 SV-17 Andhra Pradesh 200 W 1 No.

STATIONWISE SOLAR SYSTEM DETAILS (SAPL_PART-B)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-1S Odisha State 200 W 1 No.

698 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 7 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

STATIONWISE SYSTEM DETAILS OF INVERTER FOR FIRE SYSTEM (SAPL_PART-A)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-02,04,06,08,10,12 Odisha State 500VA 6 Nos.
Andhra Pradesh
2 SV-14,16 Andhra Pradesh 500VA 2 Nos.

STATIONWISE SYSTEM DETAILS OF INVERTER FOR FIRE SYSTEM (SAPL_PART-B)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-02S,04S,05S,02V & Odisha State 500VA 5 Nos.
02N

STATIONWISE SYSTEM DETAILS OF RECTIFIER SYSTEM FOR TELECOM SYSTEM (PART-A)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-02,04,06,08,10,12 Odisha State 500VA 6 Nos.
Andhra Pradesh
2 SV-14,16 Andhra Pradesh 500VA 2 Nos.

STATIONWISE SYSTEM DETAILS OF RECTIFIER SYSTEM FOR TELECOM SYSTEM (PART-B)

S. REQUIRED
No. STATION DESCRIPTION LOCATION LOAD NO. OF SOLAR
SYSTEM
Odisha State
1 SV-02S,04S,05S,02V & Odisha State 500VA 5 Nos.
02N

699 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 8 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

STATIONWISE SOLAR STREET LIGHT SYSTEM DETAILS (PART-A)

S. REQUIRED
No. NO. OF
STATION DESCRIPTION LOCATION LOAD
SOLAR
SYSTEM
Odisha State
1 SV- Odisha State - 15 Nos.
01,02,03,04,05,06,07,08,09,10,11,12
& IP-1,2,3
Andhra Pradesh
2 SV-13,14,15,16,17, IP-4 & RT Andhra Pradesh - 7 Nos.
Srikulam

STATIONWISE SOLAR STREET LIGHT SYSTEM DETAILS (PART-B)

S. REQUIRED NO. OF
No. STATION DESCRIPTION LOCATION SECTION LOAD SOLAR SYSTEM
Odisha State
1 SV-01S & IP-1S Odisha SEC-I - 2 Nos.
State
2 SV- SEC-II 8 Nos.
02S,03S,04S,04SA,05S,SV-
06S cum TOP for
Vedanta,SV-07S cum TOP
for Nalco & RT Utkal
Alumina
3 SV-01V,02V,03V & RT SEC-III 4 Nos.
Vedanta
4 SV-01N,02N,03N & RT SEC-IV 4 Nos.
Nalco

Note: For chainages kindly refer Schematic Diagram of SAPL _ Part-A & Part-B.

700 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT
(PART- B)
GAIL (India) Ltd MECON LTD, DELHI

TITLE PJS-SPV SYSTEM (200W DOCUMENT NO. Page 9 of 9


SYSTEM)
MEC/23VA/05/E9/E/003 REVISION 0

Annexure – II

LIST OF TWO YEAR OPERATION & MAINTENANCE SPARES

Sl Description UOM Quantity


No.
Odisha Andhra
Pradesh
1 Solar Module Nos. 3 2
2 FCBC Card* (unidirectional Sets 1 1
type)_ Consist of each type of
card in each set.
4 SCC Card*_ Consist of each Sets 1 1
type of card in each set.

5 DC-DC Converter card*_ Sets 1 1


Consist of each type of card in
each set.
6 MCB's & MCCB's (consist of one Sets 1 1
no. of each rating MCCB &
MCCB)**
7 Fuse of all ratings** Sets 1 1
8 Push button, toggle switches, Sets 1 1
Rotary switches
9 Indicating lamp Sets 1 1
10 Battery Cells (Ni-Cd) Nos. 1 1
11 Battery Cell Solar Street Light Nos. 1 1
System
12 Relays -10% with min. 1 No. for Sets 1 1
each type of relay
13 Sets 1 1
Contactors (AC, DC & Aux.)
14 IGBT, Diodes, SCR- 1 no. of Sets 1 1
each rating & type

1) * 1 Set=One of card of each rating & type


(2) ** 1 Set= 10% of each rating (minimum one number)
(Prices of 02 years O&M spares are deemed to be inclusive of total prices of supply of
system quoted by the Bidder for the complete solar system package.)

-x-x-x-

701 of 896
CONTRACTOR CLIENT: M/s GAIL (i) Limited
QUALITY ASSURANCE PLAN Srikakulam-Angul Pipeline Line
FOR PROJECT: (Part-A & B)
ORDER NO. & DATE SOLAR SYSTEM EQUIPMENT PACKAGE NO. 23VA
SUB-CONTRACTOR PACKAGE NAME SOLAR SYSTEM
ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Description Code Description DOCUMENTS:
of assembly/sub-assembly & part/component or for group of equipment
having same specification. 1. Visual 12. Routine test as per relevant IS 23. Short time rating D1. Approved GA drawings
2. Use numerical codes as indicated for extent of inspection & tests and 2. Dimensional other standard 24. Operational & functional D2. Approved single line/
submission of test certificates & documents. Additional codes & description 3. Fitment & Alignment 13. Type test as per relevant IS/ check schematic diagram
for extent of inspection & tests may be added as applicable for the plant and 4. Physical Test (Sample) other standard 25. Over Speed Test D3. Approved
equipment 5. Chemical Test (Sample) 14. Impulse Test 26. Flame Proof Test data sheet
3. Separate identification number with quantity for equipment shall be 6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance and creepage D4. Approved bill of materials
indicated wherever equipment having same specifications belonging to 7. Magnetic Particle Test (MPT) 16. Heat run test\temp rise. Distance D5. Unpriced P.O. copy
different facilities are grouped together. 8. Radiography Test 17. Enclosure Protection Test 28. Acceptance Test D6. Calibration Certificate
4. Weight in tonnes (T) must be indicated under column 5 for each item. 9. Dye Penetration Test 18. Calibration 29.Harmonics measurement . of all measuring
Estimated weights may be indicated wherever actual weights are not 10. Measurement of IR Value 19. Noise & Vibration instruments and gauges
available. a) Before HV Test 20. Test certificates for bought out
ABBREVIATIONS USED : b) After HV Test components
CONTR : CONTRACTOR 11. High Voltage test/Dielectric 21. Tank Pressure Test
MFR : MANUFACTURER test 22. Paint shade verification
EQUIPMENT DETAILS INSPECTION AND TESTS Test Certificates Acceptance Criteria REMARKS /
Sl. Description (With equipment Indentificatuin Quantity Manufacturer’s Expected schedule of Raw Material and inprocess stage Final Inspection/Test by & documents to Standards /IS/ SAMPLING
No. heading, place of use, and No. Name and Address Final Inspection inspection be submitted to BS/ASME/ Norms PLAN
Breif Specifications) No/M T MFR CONTR MECON MFR CONTR/ MECON MECON / and Documents
TPI ONGC
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.0 LT Power and Control Mtr - - - 1,10,11, 1,2,10,11, 1,2,10,11, 12,13,28 I.S., Data Sheet, 12, 13
Cable 12,13, 28 12, 28 12, 28 D3, D5, D6, Specifications & Document to be
reviewed by
Test Certificate MECON
2.0 Solar Array/Module with Nos. 1,2,3,4, - - 1,2,3,12, 1,2,3,12, 1,2,3,12, D1, D2, D3, D4, Tech. Specification, 12, 13
complete hardware (JBs, 24, 27 13, 29 28, 29 28, 29 D5, D6, 20, Approved Document to be
reviewed by
Mounting Structure etc) 12,13,17,29 Drawings, BIS MECON
14286 & Applicable
IS & IEC standards
3.0 Solae charge controller, Set 1,2,3,4, 1,2,3,12, 1,2,3,12, 1,2,3,12, D1, D2, D3, D4, Tech. Specification, ( * ) 12 hour
Grid Charger (FCBC), PCU 24, 27 16, 22, 16, 22, 16*, 22, D5, D6, 20, 12,13 Approved heat run test
12, 13
23,24,27 23,24,27 23,24,27, Drawings & Data Document to be
Sheets applicable IS reviewed by
& IEC standards MECON
4.0 Battery Set-Solar system Set 1,2,3,4, - - 1,2,3,12, 1,2,28 1.2,28 D1, D3, D4, D5, Tech. Specification, 12, 13
24,27 13 D6, 12,13,20 Approved Document to be
reviewed by
Drawings & Data MECON
Sheets Test
certificates
applicable IS &
IEC standards

Q.A.P. NO.
MEC/05/E9/QAP/23VA/078/001
For Manufacturer For CONTR For MECON
SHEET 1 OF 1 R-0
(Stamp & Signature) (Stamp & Signature) (Stamp & Signature)

702 of 896
STANDARD DATA SHEETS
(ELECTRICAL SYSTEM)

703 of 896
OIL & GAS SBU
SRIKAKULAM-ANGUL
PIPELINE PROJECT (PART-B)

MECON LTD, DELHI

TITLE LIST OF ELECTRICAL DOCUMENT NO. Page 1 of 1


DATA SHEETS
REVISION 0

LIST OF DATA SHEETS/ANNEXURES (ELECTRICAL)

Sl. Description of Data Sheets Data Sheet No.


No.
1 LV SMALL POWER DISTRIBUTION MEC/DS/05/E9/076A
BOARD
2 HIGH MAST MEC/DS/05/E9/077A
3 DISTRIBUTION TRANSFORMER MEC/DS/05/E9/080

704 of 896
REV. : 0
Edition : 1

DATA SHEET
FOR
LV SMALL POWER DISTRIBUTION BOARD

DATA SHEET NO. - MEC/DS/05/E9/076A

(OIL & GAS SBU)


MECON LIMITED

705 of 896
MECON LIMITED STANDARD DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 1 of 4


LV SMALL POWER
TITLE MEC/DS/05/E9/076A REVISION : 0
DISTRIBUTION BOARD
EDITION : 1

ANNEXURE - I

Switch Board
1.1 Rated voltage and frequency 415V, 3phase, 4 wire, 50Hz
1.2 Maximum voltage 500V
2.0 Continuous current rating at design ambient As per approved SLD at 45˚C
temperature with IP 52 enclosure
3.0 Type of enclosure as per IS 2147 IP 52
3.1 Minimum thickness of sheet steel 2mm
4.0 Applicable standards IS 2147, 8623
5.0 Design ambient temperature 45˚C
6.0 One second short time rating of switch board with As per SLD
minimum busbars, feeder busbars, kA(RMS)
7.0 Dynamic through fault current with complete
busbars, kA (peak)
8.0. The formation (Max.) Max 6
9.0 Maximum No. of cable terminations in each type of
cubicle
9.1 Size and no. As per SLD
10.0 Incoming termination of LT switch board As per SLD
11.0 Incoming termination top/bottom Bottom for cable
Top for busduct
12.0 Outgoing feeder cable entry top/bottom Bottom
13.0 Minimum clearances at front and back of board 1.5m/1m
14.0 Dimensions LxBxH
15.0 Maximum Dimensions of shipping sections 2.5 x 1.5 x 2.4M
LxBxH
16.0 Min. clearances in air in mm
16.1 Between phases 25.4mm
16.2 Between live parts and ground 19.0mm
17.0 One minute PF withstand voltage 2.5kV
18.0 Paint shade 631 of IS-5
Busbars
1.0 Busbar material & cross section

706 of 896
MECON LIMITED STANDARD DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 2 of 4


LV SMALL POWER
TITLE MEC/DS/05/E9/076A REVISION : 0
DISTRIBUTION BOARD
EDITION : 1

1.1 Main busbars E91E aluminium’ Max.


current density 0.6A/mm2
1.2 Bus connections to circuit breakers
2.0 Continuous rating at design ambient
2.1 tMain busbars
t As per SLD
2.2 Bus connections to circuit breakers As per rated current of
3.0 Temperature rise at rated continuous current 40deg.C over 45deg.C
of the busbar in the busbar chamber
4.0 Type of busbar insulators Resin cast/fibre glass
Breakers/SFU
1.0 Type of breakers As per SLD
2.0 Standards applicable IS 13947-2/IEC947 – part-II
3.0 Rated service voltage 415V, 3ph., 50Hz
3.1 Highest system voltage 500V, 3ph., 50Hz.
4.0 Rated current at design ambient for breakers As per SLD
4.1 Rated with breaker in IP 52 enclosure in two As per SLD
tier formation in the LT switch board
5.0 Symmetrical breaking capacity im kA (RMS)
-at 415V, 0.25 PF 50 kA RMS
-at 440V, 0.25 PF 50 kA RMS
6.0 Making capacity kA (Peak) 105kA Peak
7.0 Capacitor breaking capacity at 440V Incomer: 600A (min.)
Outgoing: 300A(min.)
8.0 1 sec. Short time rating, kA (RMS) 50kA RMS
8.1 With release in any setting 50kA RMS
9.0 Thermal release setting ranges (temperature As per SLD
compensated)
10.1 Short circuit release range As per SLD
10.2 Short circuit release timer setting range 0.1 to 0.6 sec. mechanical
Note All the releases O/L, S/C and E/F shall be
Static/microprocessor based.

707 of 896
MECON LIMITED STANDARD DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 3 of 4


LV SMALL POWER
TITLE MEC/DS/05/E9/076A REVISION : 0
DISTRIBUTION BOARD
EDITION : 1

ANNEXURE – II

PREFERRED MAKES

LIST OF EQUIPMENTS PREFFERED MAKES

SFU SIEMENS/ABB/L&T/ GEC ALSTOM


ACB SIEMENS/ABB/GEC ALSTOM/ L&T
MCCB GEC ALSTOM/CROMPTON
GREAVES/L&T/ SIEMENS
CONTROL VOLTAGE SIEMENS/SOUTHERN
TRANSFORMER ELECTRIC/KAPPA/SWAMY
TRADERS
LT BUS DUCT C&S/ BEST&CROMPTON /
STARDRIVE
CONTACTORS SIEMENS/TELE-MECHANIQUE
BCH/ABB/ L&T
OVERLOAD RELAYS WITH SPP SIEMENS/L&T/TELE-MECHANIQUE
BCH/ABB
MINIATURE CIRCUIT BREAKERS SIEMENS/MDS/INDO KOPP/
HAVELLS
AMMETER AE/IMP/MECO/ RISHAB
VOLTMETER AE/IMP/MECO/ RISHAB
PUSH BUTTONS, INDICATION VAISHNO/CONCORD/SIEMENS/L&T/
LAMPS TTTEKNIC/SALZER
CT’S SIEMENS/AE/INDCOIL/KAPPA/
INTRANS
TERMINAL BLOCKS ELMEX/ESSEN/ CONNECT WELL/
WAGO/ PHOENIX
CABLES INCAB/RPGCABLES/UNIVERSAL/CC
I/NICCO/ SPECIAL CABLES /
POLYCAB
SELECTOR SWITCHES SIEMENS/EE/KAYCEE/SALZER
CABLE LUGS DOWELLS
FLAMEPROOF EQUIPMENT Baliga/ CEAG/ FCG/ Sudhir /
Flamepack
PROTECTIVE RELAYS Alstom / ABB / GE Multiline / Easun
Reyrolle / Siemens

708 of 896
MECON LIMITED STANDARD DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 4 of 4


LV SMALL POWER
TITLE MEC/DS/05/E9/076A REVISION : 0
DISTRIBUTION BOARD
EDITION : 1

ANNEXURE – III

List of Mandatory Spares

The spare parts as listed below shall be quoted for the Electric Panel along with the
offer with item wise unit prices:

1. Contractor 1 No. of each rating


2. Fuses 10% of each rating
3. Overload Relay with 1 No. of each rating
single phasing preventer
4. Indication Lamps 10% of total installed
installed quantity

5. MCB &MCCB One no. of each rating.

6. Control Switches One no. of each rating.

7. Height adjustable circuit breaker trolley one number


For removal and replacement of the
Withdraw able circuit breaker carriage

8. Meters one no. of each type

NOTE: All spare parts shall be identical to the parts used in the distribution boards.

709 of 896
Rev.: 0
Edition: 1

DATA SHEET
FOR
HIGH MAST

DATA SHEET NO. - MEC/DS/05/E9/077A, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
710 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 1 of 4


TITLE HIGH MAST MEC/DS/05/E9/077A REVISION: 0

EDITION: 1

Annexure-I
PURCHASER’S DATA FOR HIGH MAST

1. HIGH MAST SYSTEM


a) Height of mast Min 20 m OR As per SOR
b) Make Bajaj or equivalent
c) No. of Sections As per manufacturer standard
d) Material construction BS-EN10 025, grade S-355
e) Thickness As per manufacturer standard
f) No. of longitudinal welds /section One
g) No. of circumferential welds/ section None
h) Length of individual sections As per manufacturer standard
(approx.)
i) Cross section of Mast Polygonal
j) Base dia and top diameter (A/F) As per manufacturer standard

k) Type of joints Stress slip fit joints


l) Length of overlap 700 mm
m) Metal protection treatment for Mast Hot Dipped Galvanized
Section As per BS 729 or Equivalent

n) Method of hot dipping Single Dipping


o) Average thickness of galvanization Bottom : 85 Micron
(As per BS EN ISO 1461) Top : 70 Micron

p) Size of opening door at base Min. 1000 x 300 mm


q) Type of locking arrangement Vandal resistant with pad locking/Allen key locking
suitable reinforcement to avoid bucking at base of
Mast
r) Details of slack board inside the base PVC Board – 305mm x 500mm x 10mm
compartment (approx.)

s) Provision for cable termination MCB


t) Diameter of base plate As per manufacturer standard
u) Thickness of base plate As per manufacturer standard
v) Size of anchor plate and thickness As per manufacturer standard
w) Details of template As per manufacturer standard

711 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 2 of 4


TITLE HIGH MAST MEC/DS/05/E9/077A REVISION: 0

EDITION: 1

x) Weight of Mast (c/w accessories) As per manufacturer standard


y) Lightning protection G.I single spike of length 1200 mm
2 DYNAMIC LOADING AS PREVAILING AT SITE
a) Max. wind speed As per IS 875 part 3
b) Max. gust speed time 3 seconds.
c) Height above ground level these two 10 Mt.
factors are measured
d) Factor of safety for wind load 1.25
e) Factor of safety for other load 1.15

3. FOUNDATION DETAILS
a) Type of foundation Open raft shallow footing
b) Size of foundation As per Design
c) Soil bearing capacity at site To be confirmed by Owner
d) Design safety factor As per IS-456
e) Considered wind pressure (Kg/Mt2) As per IS-875-1987
f) Depth of foundation Min. 1.5 m below FGL
g) Number of foundation bolts As per manufacturer standard
h) PCD of foundation bolts As per manufacturer standard
i) Type of foundation bolts As per manufacturer standard
j) Bolt diameter As per manufacturer standard

4. LANTERN CARRIAGE
a) Material of construction M. S. IS 2062
b) Diameter of carriage ring (mm) As per manufacturer standard
c) Construction As per manufacturer standard
d) Number of joints As per manufacturer standard
e) Buffer between carriage & mast Rubber Padded guide ring provided
f) Load carrying capacity As per manufacturer standard
g) Total weight of assembly with fittings As per qty of luminaries
h) Number of fittings Suitable for up to 12 nos.
i) No. of fittings As per SOR
i) Type of fittings/fixture 400W HPMV/HPSV as per SOR

5. CABLE

712 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 3 of 4


TITLE HIGH MAST MEC/DS/05/E9/077A REVISION: 0

EDITION: 1

a) Type Trailing Cable


b) Material Copper conductor, EPR insulated & PCP sheathed

c) Current carrying capacity Min 22 Amp


d) Conductor size 2.5 sq. mm
e) No. of cores 5 nos.
f) No. of circuits One

6. WINCH
a) Make of winch Bajaj or equivalent
b) Number of drums/winch Double drum type
c) Gear Ratio 53 : 1
d) Capacity As per manufacturer standard
e) Method of operation Manual/ Electrical
f) Lubrication arrangement Permanent oil bath
g) Type of lubricant SAE 90 /SAE 140

7. STAINLESS STEEL WIRE ROPE


a) Make B.W.LTD/SAFELIFT ENGG.
b) Grade AISI 316 (non corrosive marine grade)Stainless Steel
c) Number of ropes 2 continuous ropes
d) Construction 7/19
e) Centre core material Stainless steel core
f) Diameter (mm) 6 mm
g) Thimbles & Talurit SS Thimble
h) Braking load capacity Minimum. 2400kgs. X 2
i) Factor of safety >5 for system at full load

8. POWER TOOL
a) Model Integral
b) Input supply 3 Ph 415V AC
c) Wattage/HP As per manufacturer standard
d) Number of speeds Single speed
e) Operating speed.(Average) 2 M/minute

9. TORQUE LIMITER

713 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 4 of 4


TITLE HIGH MAST MEC/DS/05/E9/077A REVISION: 0

EDITION: 1

a) Lifting capacity As per manufacturer standard


b) Adjustable/ Non-adjustable Adjustable
c) Tripping device Mechanical

714 of 896
Rev.: 1
Edition: 1

DATA SHEET
FOR
DISTRIBUTION TRANSFORMER

DATA SHEET NO. - MEC/DS/05/E9/080

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
715 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 1 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

ANNEXURE – I

PURCHASER'S DATA DISTRIBUTION TRANSFORMER

GENERAL DATA
1 Type of Transformer ONAN, Hermetically sealed type
2 Quantity As per SOR

4 Continuous Rating As per SOR

5 Type of cooling ONAN

6 Oil type Mineral and comply the requirements of IS: 335.

7 Climate Humid & Heavy Rainfall during Monsoon

8 Altitude As per design basis

9 System earthing Solidly earthed

10 Ambient temperature Max.


As per design basis
Min.

11 Temperature rise Oil measured by As per IS 1180 latest


thermometer amendment
Windings measured by As per IS 1180 latest
resistance method amendment
12 Paint shade 631 of IS – 5

13 Name Plate As per IS: 1180

15 Oil Included

16 Duty Continuous

17 No of Phases 3

18 Energy Efficiency Level II

19 Losses As per IS 1180 latest amendment

20 Tap Changer As per IS 1180 latest amendment

716 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 2 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

Electrical data

21 Frequency 50 (± 3%)

22 Phase Three
23 Winding Conductor Copper

24 Voltage ratio 11/ 0.433KV

25 Winding Connection Δ/ λ
26 Vector group DYN 11
27 % impedance 4.5 % (Tolerance as per IS:1180)
28 Insulation class Class A

29 Neutral Grounding Solidly Earthed/ As per SOR

30 Tap Changer on primary side N/A

31 One minute dry & wet power


frequency withstand voltage
HV side 10kV for 3.3 kV incoming supply
20kV for 6.6 kV incoming supply
28 kV for 11kV incoming supply
LV side 3kV

Impulse Withstand voltage 45kV for 3.3 kV incoming supply

32 60kV for 6.6 kV incoming supply


75 kV for 11kV incoming supply

33 Withstand time without injury 3 Sec


for 3 Phase Short circuit in
transformer
34 Short circuit levels on HV Min 26.2 kA for 3 sec or As per SEB regulation
terminal
35 Short circuit levels on LV 25 kA for 3 Sec
terminal of transformer
36 Auxiliary Supply Voltage 230V AC

37 Over load capacity As per IS: 1180 and 2026

38 Max. Permissible Flux As per IS: 1180


density

717 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 3 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

39 Magnetizing Currents As per IS: 1180

40 Winding insulation Uniform

41 Neutral CT rating As per manufacturer standard

42 Radiators Detachable type on tank as applicable

43 Marshalling box Shall be provided with OTI & WTI

44 HV Termination, LV Primary Cable box/Suitable


Termination details
Connector Provided for
connection of ACSR
conductor.
Cable size/ Conductor
Size/ Type: Decided
During detail Engg.
Secondary Cable box
Cable size / Type:
Decided During detail
Engg.
Neutral Termination Through NCT to Neutral Bushing at Cable Box
45 Primary fault level 500 MVA

718 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 4 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

Annexure-II

TECHNICAL DATA TO FURNISH BY CONTRACTOR

1. % Reactance at rated current &


frequency
2. % Resistance at rated current &
frequency
3. Total loss at rated voltage &
frequency
Component Loss
4.
a) No load loss at rated voltage
& frequency
b) Load loss at rated current at
75˚C
No load current
5.
At 10 % V
At 110 % V
Efficiency at 75˚C and unity pf
6.
At full load
At ¾ load
At ½ load
7. Efficiency at 75˚C and 0.8 pf lag
At full load
At ¾ load
At ½ load
8. % Regulation at full load at 75˚C
At unity pf
At 0.8 pf lag
9. Efficiency at 0.9 pf @ 40% load
Mechanical data

A) Weights in kg

719 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 5 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

1. Core & Winding

2. Tank, fittings & accessories

3. Radiator W /O oil

4. oil

5. Total Mass

6. Oil quantity required for first fill


ltrs.
B) Overall Dimension (mm)

1. Length

2. Breadth

3. Height

4. Paint

5. Paint Shade

6. Roller

720 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 6 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

Annexure – III

LIST OF SPARES — FOR 2 YEARS OPERATION & MAINTENANCE

1. Set of gasket 1 Set


2. Bushing
HV 1 Set
LV 1 Set
LV Neutral 1 Set
3. Breather 1 Set
4. Oil temperature Thermometer 1 Set

721 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 7 of 7

TITLE DISTRIBUTION TRANFORMER MEC/DS/05/E9/080 REVISION: 1

EDITION: 1

Annexure-IV

CHECK LIST (To be filled up by Tenderer)

Sl.No Description Remarks

1 Deviation from specification Offer may be rejected if there is any


deviation.
2 Filled-Up Data sheet
3 Transformer Mounting Arrangement
4 List of bought out items
5 General arrangement Drawing showing overall
transformer dimensions with radiator &
conservator
6 Unpriced item wise break up for two years
operation & maintenance spares for
transformers.
7 Unpriced schedule of rate (SOR) enclosed.

722 of 896
Rev.: 2
Edition: 1

DATA SHEET
FOR
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM
(200W SOLAR SYSTEM AT PCP STATION)

DATA SHEET NO. - MEC/DS/05/E9/078 (1)

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092

723 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 1 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

ANNEXURE – I

PURCHASER’S DATA FOR SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM
1.0 SOLAR SYSTEM

1.1 Type Solar Photovoltaic (SPV)

1.2 System/Application Cathodic Protection (48 V DC)

1.3 Daily load demand of system 200W continuous load


1.4 System rating (KWp) As Per SOR
1.5 Earthing system Two wire isolated system (No system Earthing
provided for PV system)
1.6 Battery Back up 48 Hrs (2 Days Autonomy)
1.7 Location SAPL Pipeline
Min 55 m/s or as Per Site Condition/Survey data.
It may be ensured that the design has been
1.8 Wind Velocity certified by a recognized Lab/ Institution in this
regard and submit wind loading calculation sheet
to MECON.
1.9 Ambient Temperature Max. 50 deg C, Min 2 deg C
2.0 SOLAR PANEL

2.1 Module output Watts (Wp) ≥300Wp BIS approved


2.2 Insolation data As per site condition, However average insolation
value shall not be higher than 5.2 kWH/Sq.M/Day
2.3 Number of no sun days 03 days
2.4 Nominal voltage of solar array 60-96V DC

2.5 PV Array mounting Structure mounting on roof/porta cabin or ground


2.6 De-rating Factors to be considered
a) Solar array- 0.7
(Module deterioration x dust deposit x
Module mismatch x line resistance of
cable x Array wiring x panel orientation
x Rise in temp. x Charge controller eff.)
c) Ageing factor
b) DC-DC converter efficiency 0.80
c) Battery Efficiency 0.80

724 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 2 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

0.9
2.7 Solar module framing material Withstand up to Min 55 m/s wind velocity and
Temp Range as specified.
2.8 Material of bird spikes N/A

2.9 Degree of protection of Solar Array and IP65


junction box
2.10 Supporting structure Anodized AL/Hot dipped Galvanized MS
2.11 Expected life span 20 years @ 80% of initial power rating
2.12 Structure Design 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.

Structural material shall be corrosion resistant


and electrolytically compatible with the materials
used in the module frame, its fasteners, nuts and
bolts. Necessary protection towards rusting need
to be provided either by coating or anodization.
2.13 Fasteners The fasteners used should be made up of
stainless steel
3.0 SOLAR CHARGE CONTROLLER-MPPT Charger

3.1 Type of charge Controller Parallel Redundant (2x100%), Automatic


changeover through static switch, MPPT type
FCBC (Automatic & Manual Float cum Boost
Charging) type
3.2 Enclosure degree of protection IP 31
3.3 Mounting Wall / floor
3.4 Cable entry From Bottom
3.5 Rating (Amp)/KW As per design calculation
3.6 Charger I/O a) Transducer for telemetering battery voltage &
current, load Voltage & current, solar array Voltage
& current (4-20 mA Output) Compatible I/o for
SCADA system
b) Potential free contact & static switch-
For deep discharge of battery bank (up to 70%) for
annunciation through SCADA
For status of charging of battery bank from Solar
charge controller or grid charger through SCADA
Various Fault Status
Alarm for bank voltage becomes 88V DC
725 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 3 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

(Adjustable).
c) Interlocking logic between solar charger
controller & FCBC Grid charger to enable
automatic changeover as specification.
4.0 415V 3x1 Ph FCBC CHARGER (Refer Charger Data sheet for more details)

4.1 Type of charger DSP controlled PWM, FCBC (Automatic Float cum
Boost Charging) type
4.2 Rating As per design calculation @ C10 rating
4.3 Arrangement As per drawing
4.3 Charger I/O Potential free contact for charger ‘ON’ and
available power supply Feedback for SCADA
system and other as per charger specification
a) Grid Supply of individual phases
b) Charger ON/OFF
c) I/P Current (R,Y,B)
d) I/P Voltage (R,Y,B)
e) O/P Current
f) O/P Voltage
g) Charger Fail
4.4 Output Voltage 60V/96V DC/ As per design
4.5 Enclosure protection IP 42
4.6 Mounting Floor
4.7 Cable entry From Bottom

4.8 Efficiency >90% @ 100% load


4.9 Remote monitoring for all operating RS485-ModBus protocol
data of charger along with alarms on
serial communication
5.0 BATTERY BANK

5.1 Make As per approved vendor


5.2 Type Ni-Cd type battery bank
5.3 Mode of arrangement 2x50% (Provision made to isolate individual bank
from Charge controller/grid charger for preventive
maintenance) & Charging of individual battery bank
from individual charger.
5.4 AH Rating As per SOR
5.5 Self discharge of battery <3% per month at 20 deg C

726 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 4 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

<6% per month at 30 deg C


5.6 Battery Sizing:
i) Battery end cell voltage 1.1 V/Cell (As Calculated/ As per Manufacturer
(Min) Standard)
ii) Battery De-rating factor to
be considered: 0.8
Aging As per min. site temp (0 deg C)
Temp. Correction 70%
DOD (Depth of discharge) 80%
DC-DC conversion efficiency

Battery stands in double row/ double tier


iii) Battery stand formation formation
5.7 Charge efficiency >95% up to 70% state of charge

6.0 DCDB

6.1 Type Non draw-out type, Front operation & maintenance


type with Voltmeter and Ammeter.
6.2 Degree of protection IP 31
6.3 Mounting Wall mounted
6.4 Cable entry From bottom
5 (a) DCDB (With suitable fuses)-48V
1) No. of I/C feeder (DC MCB –DP 16A) - 2 No.
2) No. of O/G feeders
(DC MCB –DP 10A) - 2 No.
(DC MCB –DP 6A) - 2 No.
20% Spare Feeder to be provided.
7.0 PCU (MMPT-Inverter)

7.1 Switching Device IGBT/MOSFET

7.2 Applicable standards Applicable IEC/BIS

7.3 Control DSP type, Dual MPPT


PCU/inverter shall be capable of complete
automatic operation including wake-up,
synchronization & shutdown
7.4 AC Output Voltage 415V AC +/- 2% (Range 320-480V), Pure sine
wave

727 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 5 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

7.5 Operating voltage range +/-20%

7.6 Output Frequency 50 Hz

7.7 Operating frequency range 47-53 Hz

7.8 Enclosure Protection IP-65 for Outdoor


IP-42 for Indoor
7.9 Full Load THD < 3%

7.10 Power factor (adjustable) +/-0.8

Efficiency

7.11 Peak Efficiency Min 98%

7.12 EURO Efficiency Min 97%

7.13 No Load Loss Less than 1% of rated power

7.14 Remote Monitoring Built-in meter and data logger to monitor plant
performance through external computer/Laptop
shall be provided.
7.15 Display/User interface LCD

8.0 JUNCTION BOXES

8.1 Type FRP/Thermo Plastic, Dust vermin and water proof

8.2 Degree of protection IP65

8.3 Mode of arrangement Sub array JBs than Main JB with facility for test
point for quick fault location
9.0 DC-DC CONVERTER (48V)

9.1 Type Each convertor shall be parallel redundant


(2x100%) with Galvanic Isolation
9.2 Input Voltage 40-75V DC (As per design)

9.3 Output voltage 48V DC

9.4 Accuracy +/-1%

9.5 Efficiency >90%

10.0 SOLAR STREET LIGHTING SYSTEM


10.1 Type Stand alone, Dusk-Dawn type
10.2 PV Module 150 Wp
10.3 Lamp 20 W LED (As per SOR)

728 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 6 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

10.4 Voltage 50-60 V AC


10.5 Battery Rating 150 Ah (3 Day Autonomy) (2x75AH arrangement)
10.6 Battery Type Tubular Low maintenance type lead acid for solar
application
10.7 Indications Green LED-Charging in progress
Red LED- For deep discharge
11.0 CABLE AND ACCESSORIES
11.1 Interconnecting Cables Type Cu- conductor XLPE Insulated, PVC sheathed,
armoured/unarmoured FRLS type
11.2 Cable gland type Double compression type

11.3 Lugs-type Tinned Cu

11.4 Other accessories As required

12.0 SPACE AVAILABLE FOR MOUNTING OF SOLAR ARRAY IN EACH EXISTING


TERMINAL
12.1 On Building top -----------
12.2 On ground -----------
13.2 Total plot size SV station-45mx45m, IP station-75mx75m

729 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 7 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

ANNEXURE – II
TECHNICAL DATA FOR SPV POWER SUPPLY SYSTEM
(To be submitted up by the successful bidder)

1.0 SOLAR ARRAY

1.1 Manufacturer’s Ref. No./ Model No.


1.2 Size of solar system Sizing calculation after award of bid
1.3 No. of Solar panel/array Sizing calculation after award of bid
1.4 Applicable codes/standards
1.5 Steady state output volt

1.6 Mode of Arrangement


1.7 Peak power output of each module (Pmax, Watts)
1.8 Current at Pmax (Imax)
1.9 Voltage at Pmax (Vmax)
1.10 Short circuit current (Isc)
1.11 Open circuit voltage (Voc)
1.12 Dimensions (in mm)
1.13 Degree of protection of the panel.
1.10 Tilt factor
1.11 Loss factor
1.12 Efficiency at 100% load
1.13 Type of control circuit
1.14 No. of days autonomy 48 Hrs (2 Days autonomy)

1.15 Total space requirement of the Arrays (Sq-m)

2.0 CHARGE CONTROLLER-MMPT

2.1 Rating (Amp.) / kW Sizing calculation after award of bid


2.2 Output voltage under float/boost charging
condition
2.3 Type / Mode DSP type PWM Charger
Refer Block Diag. No.
MEC/SD/05/E9/E/078/01 & 02

3.0 GRID CHARGER (415V, 3x1Ph)

730 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 8 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

3.1 Rating (Amp.)/KW Sizing calculation after award of bid


3.2 Output volt under float/boost charging condition

3.3 Type/Mode
3.4 Interlocking with SPV charge controller
4.0 BATTERY

4.1 Make
4.2 Type (Enclose catalogue) Ni-Cd
4.3 Type of construction
4.4 AH rating Sizing calculation after award of bid
4.5 Battery charge eff.
4.6 Mode of arrangement 2X50%
4.7 Nominal cell voltage 1.2 V / Cell

4.8 End cell volt. At specified discharge rate (V/ cell)

4.9 No. of cells

4.10 Recommended Float charging voltage per cell

4.11 Maximum Float charging voltage per cell

4.12 Recommended Boost charging voltage per cell

4.13 Maximum Boost charging voltage per cell

4.14 Accessories for battery Included.


4.15 Dimension of battery bank stand (WXDXH)
5.0 INDICATIONS AND ALARM

5.1 METERING & INDICATION–


i) Voltage and Current from Solar Array.
ii) Load Voltage and current
iii) Battery current and voltage with indication
of status – “in charge” or “discharge”.
iv) Solar array Voltage and Current.
v) Annunciation for battery deep discharge of
battery.
vi) Indication for charging of battery from solar
charge controller or grid charger

731 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 9 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

5.2 Confirmation on Remote Monitoring of the solar


system through SCADA as per specification
(Protocol shall be ModBus).

6.0 DIMENSIONS FOR EACH SYSTEM

6.1 Solar Array

6.2 Battery Bank

6.3 Charge Controller

6.4 3x1Ph Grid Charger-FCBC

7.0 PCU/Inverter

7.1 Manufacturer Name

7.2 Model No.

7.3 Rating

7.4 Peak Eff.

7.5 Euro Eff.

7.6 Degree of Protection

7.7 Remote Monitoring

7.8 Make of Laptop with software supplied with the


PCU
7.9 Nos. of MPPT

732 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 10 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

ANNEXURE – III
TECHNICAL DATA FOR SOLAR STREET LIGHITING SYSTEM
(To be submitted up by the successful bidder)

1.0 SOLAR MODULE

1.1 Peak Power (Wp)


1.2 Peak Voltage
1.3 Peak Current
1.4 Open Circuit Voltage

1.5 Short Circuit Current


1.6 Nominal Voltage
2.0 BATTERY
2.1 Make
2.2 Type
2.3 Ah rating
2.4 System Autonomy
2.5 Nominal Voltage
2.6 Depth of discharge

3.0 LUMINARY ASSEMBLY


3.1 Type of lamp
3.2 Luminous Efficiency
4.0 DIMENSIONS: (Enclose Catalogue)

733 of 896
MECON LIMITED STANDARD TECHNICAL DATA SHEET
REGD. OFF: RANCHI
834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 11 of 11


SOLAR PHOTO VOLTAIC (SPV)
TITLE MEC/DS/05/E9/078 REVISION: 2
POWER SUPPLY SYSTEM
EDITION: 1

ANNEXURE – IV

CHECK LIST (To be submitted by the Bidder)

Sl. Description Remarks


No
1 Deviation from specification Offer may be rejected if there is
any deviation
2 Solar Array sizing calculation enclosed After award

3 Charger sizing calculation enclosed (both solar After award


and grid charger)
4 Battery sizing calculation enclosed After award

5 PCU Model no. & Rating After award

6 PCU Sizing calculation After award

7 List of spares, tools & tackles for PCU system. Yes/No

7 Solar Array, Battery catalogue enclosed Yes/No

8 Confirmation for Inspection of Solar Array, Yes/No


charge controller, PCU and battery as per
Specification/QAP.
9 Confirmation for Remote monitoring of the Yes/No
parameters through SCADA system (Hook-up
with Owner’s SCADA system through
RS232/485) and automatic changeover between
grid charger & solar Charger.
10 Confirmation that Solar System Offered can be Yes/No
accommodated in plot area (Refer enclosed plot
plan).
11 Confirmation on Dimension of Solar Array, Yes/No
Charge Controller, 3Ph Charger and Battery Bank
as per the available space and can be
accommodated in the available space in electrical
room.
12 Unpriced schedule of rate (SOR) enclosed. Yes/No
13 Confirmation on submission of design on PVSyst. Yes/No
Bidder shall have valid Licence for the same.
(Submit the details along with Bid)
14 Guaranteed Energy Generation For 25 Years Yes/No
(year-wise) of 20kWp On-grid system.

734 of 896
Rev: 2
Edition: 1

DA
ATA SHEET
S T
FOR
B
BATTE
ERY CHAR
C RGER
(2
200W
W SOL
LAR SY M AT PCP S
YSTEM STAT
TION)

S
SPECI TION NO.: MEC/DS/05/E9/28
FICAT

(OIL
L & GAAS SBU)
MECCON LIMITE
L ED
DELHI 110 0992

735 of 896
MEECON LIMITTED STANDARD TECH
HNICAL SPE
ECIFICATIO
ON
REGD. OFF: RA
ANCHI
4002
834 ELECTRICA
AL SECTION
N, DELHI

DOCUMENT NO. Page


e 5 of 5
BATTER
RY CHARGERR
TITLE (20
00W SOLAR
R SYSTEM AT
A PCP MEC/DS/0
05/E9/28 REVISION : 2
STA
ATION)
EDIT
TION : 1

AMEN
NDMENT STATUS
S
Sl. Clause / Paragraph
P h/ Pa
age Rev
vision Date By Verified
d
No. Annexure e / Exhibit / No
o. (Name) (Name))
Drawing Amended d
1 Bidirectional FCBC
F - 1 Aug AM MKJ
spe
ecification provided
p 2019

2 Revvised for 20
00W syste
em - 2 Ja
an 2021 AM MKJ

PREPARE
ED BY: CH
HECKED BY: APPROV
VED BY: IS
SSUE DATE :

(A.Moy
yal) (M.K.Jaiswara
a) (D.G.Majumder) ISSUE DATE : Aug. 2018
2

(A.Moy
yal) (M.K.Jaiswara
a) (D.G.Majumder) ISSUE DATE : Aug. 2019
2

(A.Moy
yal) (M.K.Jaiswara
a) (A Bho
owmic) ISSUE DATE : Sept. 2021
2

736 of 896
MEECON LIMITTED STANDARD TECH
HNICAL SPE
ECIFICATIO
ON
REGD. OFF: RA
ANCHI
4002
834 ELECTRICA
AL SECTION
N, DELHI

DOCUMENT NO. Page


e 5 of 5
BATTER
RY CHARGERR
TITLE (20
00W SOLAR
R SYSTEM AT
A PCP MEC/DS/0
05/E9/28 REVISION : 2
STA
ATION)
EDIT
TION : 1

PURCH
HASER’S DA
ATA FOR BATTERY
B C
CHARGER
1
1.0 415V
V, 3Ph FCB
BC -BATTERY CHARG
GER-Unidire
ectional

1
1.1 Type of cha
arger 415VV 3 Phase Charger
C worrking on Ind
dividual Phasse
with DSP contro
oller
1
1.2 Input Power Supply Line
e voltage - 415Vac ,3 Ph
hase with Neutral,
N 50 Hz
H
330 ~ 460 Vac, 47 ~ 53 Hzz.
Phase Voltage-- 230Vac, 1P
Phase (variiations)
1
1.3 Rating (KW
W) As per
p design calculation
c @ C10 rating g
1
1.4 Output Voltage Booost Mode: Constant
C currrent chargin
ng up to
Vbooost (Voltage level setta
able from 455V – 75 V)
(use e), followed by constant voltage at
er selectable
Vbooost.

Floaat Mode: Coonstant Volta


age chargin
ng, in the rag
ge
of 45V
4 – 60 V (user
( selecta mum current
able). Maxim
shaall be 30 A/P
Phase (user selectable)..

Thee above valuues of charg ging shall be


e decided
duriing the deta
ail engineerin
ng as per thhe
reco
ommendatio on of the battery manuffacture.
1
1.5 Output Currrent C100 @ when 3-phase su upply is ava ailable at in
nput
term
minals and voltage
v is 33
30Vac.

Chaarger shall be
b designed d to deliver current
c not less
thann C10/3 wh hen at-leastt single pha ase (180 ~ 250
Vacc) supply is available
a at input terminnals.
Chaarger shall be
b designed d to charge the single bank
b
of Ni-
N Cd batte eries of in b
both manua al boost & auto
a
floa
at mode (useer selectablee).
1
1.6 Battery Spe
ecification Sin
ngle banks of
o 36-40 cellls as per SO OR.

1
1.7 Indications /Annunciatio
ons a) 'R" Phase
P ON
b) 'Y' Phase
P ON
c) 'B' Phase
P ON
d) Charger ON
e) Charger Fail
f) Currrent limit / S
System overr load
g) Boosst charge
h) Floaat charge
1
1.3 Arrangement In 1X
X100%, sha all be conne
ected to both
h battery ban
nks
with provision to
o charge eaach battery bank
b
indiv
vidually.
1
1.4 Charger I/O
O a) Is
solated 4-20
0 MA signals for
i) DC oltage : 0 to 100V DC
C output Vo

737 of 896
MEECON LIMITTED STANDARD TECH
HNICAL SPE
ECIFICATIO
ON
REGD. OFF: RA
ANCHI
4002
834 ELECTRICA
AL SECTION
N, DELHI

DOCUMENT NO. Page


e 5 of 5
BATTER
RY CHARGERR
TITLE (20
00W SOLAR
R SYSTEM AT
A PCP MEC/DS/0
05/E9/28 REVISION : 2
STA
ATION)
EDIT
TION : 1

ii) DC Output Current : 0 too 75A


b) Potential
P free
e contacts fo
or
i) AC
A power avvailability
ii) Syystem Faultt
iii) Charger
C ON (All Chargeers)
1
1.5 Meters /Insttruments a) Grid
G Side: Phase V Voltage, Phase Currrent,
Frequency,
F Power, Power Factor of each Phase
b) DC D O/P Voltage (Digita al)
c) DC D O/P Current (Digita al)
d) Leakage
L Cuurrent (Analog)
e) BATTERY
B CURRENT T AND VO OLTAGE WITH
W
INDICATIOON OF STAT TUS - "IN CHARGE"
C O
OR
"DIS SCHARGE"". (Analog)
f) Load
L Side:
AC Side—O/P P Phase V Voltage, Phase
P Currrent,
Frequency,
F Power, Power
Facttor
DC
D Side-O//P Voltage & Current ofo each charrger

g) System
S leve
el: Mode off Operation, Active Fau
ults,
Heat
H Sink/ IGBT tempeerature, Sysstem Mimicc.

1
1.6 Graphical User
U Interfacce(LCD Disp
play) a) Battery
B Side
e: Voltage, Current
b) Grid
G Side: Phase V Voltage, Phase Currrent,
Frequency,
F Power, Power Factor
c) System
S leve
el: Mode off Operation, Active Fau
ults,
Heat
H Sink/ IGBT tempe erature, Sys
stem Mimicc

1
1.7 Protectionss & Alarms (With
( LCD a) Over voltage
b) Under Voltage
V
Display)
c) Over Cuurrent
d) Over Teemperature T Trip (Heat Sink
S Temp.)
e) Over cha arging prote
ection
f) Short cirrcuit
g) Over Teemperature T Trip (Heat Sink
S Temp
h) Earth fault
i) Lightningg surges (in
n both input & output)
j) Manual selection off Float & Boo ost Mode
k) Fuse Faailure

1
1.8 Monitoring signal for re
emote SCA
ADA Alll parameteers of FCBCC shall be available
a allong
monitoring with Solar charge
c conntroller parrameters on a
single MODB BUS RS-48 85 bus. Min nimum required
signals are as
a below-
i) DC output Voltage:
V 0 tto 100V DCC or as per the
t
deesign
ii) DC Outputt Current: 0 to 100A orr as per dessign
iii)) FCBC Input Voltage & Current of
o each phasse
iv) SPV Inputt voltage & Current.
738 of 896
MEECON LIMITTED STANDARD TECH
HNICAL SPE
ECIFICATIO
ON
REGD. OFF: RA
ANCHI
4002
834 ELECTRICA
AL SECTION
N, DELHI

DOCUMENT NO. Page


e 5 of 5
BATTER
RY CHARGERR
TITLE (20
00W SOLAR
R SYSTEM AT
A PCP MEC/DS/0
05/E9/28 REVISION : 2
STA
ATION)
EDIT
TION : 1

v)) Load volta


age and currrent.

b) Potential
P free
e contacts ffor

i) AC power availability
a o
of each pha
ase (R, Y, B)
B
ii) Charger ON
O

1
1.9 Output Voltage 40-7
75 V DC/ Ass per design
n/Recommen
nded by
Batttery Manufacturer
1
1.10 Enclosure protection
p IP 42
1
1.11 Mounting Floo
or
1
1.12 Cable entryy From
m Bottom

1
1.13 Efficiency >90% (Over all)) @100% lo
oad
1
1.14 Material ussed inside ch
harger All the
t materials for connecctions, cable es, bus bar,
tran
nsformer win nding etc sh
hall be of cop
pper with
suittable rating.
2
2.0 CAB
BLE AND ACCESSOR
A RIES
2
2.1 Interconneccting Cabless Type Cu- conductor XLPE
X Insula
ated, PVC sh
heathed,
armo
oured FRLS S type
2
2.2 Cable gland
d type Double compresssion type

2
2.3 Lugs-type Tinn
ned Cu

2
2.4 Other accesssories As re
equired

739 of 896
Annexure-IX
to
Particular Job Specification
(FIRE PROTECTION SYSTEM)

740 of 896


FIRE PROTECTION SYSTEM
FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

GAIL (India) Limited)


A Maharatna Company
NEW DELHI, INDIA

PARTICULAR JOB SPECIFICATION

FOR

DESIGN, ENGINNERING, SUPPLY, ERECTION,


TESTING, COMMISSIONING OF FIRE
DETECTION & ALARM SYSTEM & CLEAN AGENT
FIRE SUPPRESSION SYSTEM

FOR

SRIKAKULAM - ANGUL PIPELINE PROJECT (PART-


B)

PREPARED AND ISSUED BY


MECON LIMITED
(A Govt. of India Undertaking) Delhi, India

741 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

CONTENTS

SL.NO. DESCRIPTION

1.0 BRIEF PROJECT DETAIL

2.0 INTENT OF SPECIFICATION

3.0 METEOROLOGICAL DATA OF SITE

4.0 SCOPE OF WORK AND SERVICES

5.0 BRIEF FUNCTIONAL DESCRIPTION

6.0 VOID

7.0 DESIGN CRITERIA

8.0 STATUTORY REGULATIONS, LICENCES & PERMITS

9.0 HANDING OVER THE WORK ON COMPLETION

10.0 SCHEDULE OF RATES / BILL OF MATERIALS

11.0 SCOPE OF SUPPLY

12.0 DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS

13.0 RESOURCES FACILITIES

14.0 CONSTRUCTION

15.0 SURVEY AND LEVEL/SETTING OUT WORK

16.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING SERVICES

17.0 INSPECTION OF SUPPLY ITEMS

18.0 ESCALATION

19.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A. BILLS

20.0 INSPECTION AND QUALITY ASSURANCE

APPENDIX-I: (LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS)

APPENDIX-II: ((QAPS FOR BOUGHT OUT ITEMS)

APPENDIX-III: (DATA SHEETS FOR MECHANICAL ITEMS)

APPENDIX-IV: INSPECTION CATEGORIZATION PLAN

APPENDIX-V: THIRD PARTY INSPECTION AGENCY

APPENDIX-VI: DATASHEET/DRAWING/DOCUMENTS NEED TO BE SUBMITTED BY THE


VENDOR FOR OUR REVIEW AND APPROVAL FOR FIRE PROTECTION SYSTEM.

APPENDIX-VII: DRAWINGS

742 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

1.0 BRIEF PROJECT DETAIL

The job includes design, engineering, supply, erection, testing and commissioning of
clean agent system, fire detection & alarm system with associated civil, electrical and
instrumentation facilities, portable extinguishers, Fire Protection Equipment, First Aid
& Safety Equipment for Terminal works for Srikakulam- Angul Pipeline Project (Part-
B)

2.0 Intent of Specification

The intent of the specification is to cover the design, engineering, supply, manufacture
/ fabrication, procurement, packing, forwarding to site, unloading at site, receipt,
storing, erection, testing, shop painting, commissioning and guaranteed performance of
the following and as outlined in various chapters of the technical specification:

A. Clean Agent System for Ceiling void, Room void & Floor void/cable trenches.

B. Fire Detection & Alarm System

C. Associated Piping, supports, MCPs, nozzles etc.

D. Associated Civil & structural works, electrical & instrumentation works including
supply of all materials.

E. Supply of Fire & Safety equipments, portable fire extinguishers.

The Control room sizes for clean agent system are indicated in SOR.

The contractor shall include all supports, inserts etc. required for the above system,
instrumentation & electrics of the system and all necessary operating platforms and
ladders, if required, for the safety and maintenance of the equipment and the system
as a whole. Contractor shall consider Clean Agent Suppression System for Cable
Trenches/ Floor void apart from the dimensions mentioned above without additional
cost to the company.

2. 2 The delivery of the items shall be made at site of M/s GAIL at various locations of the
project as elaborated elsewhere in the specification.

2.3 Any additional item/ component that are not specifically mentioned in the specification
but are required to make the system/ equipment complete in all respects for safe
operation and guaranteed performance shall be under the scope of this specification.

2.4 The contractor shall furnish the names of the sub-suppliers, if any, along with the units
/ quantity intended to be procured from them. List of approved makes of materials is
enclosed in the tender document. Only those vendors shall be acceptable for whom the
names are specified against the items. For any other item not mentioned in the list, the
successful party will take prior approval before placement of order.

2.5 Provision shall be made for tripping off the ventilation and A/C system and power

743 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

supply to the fire affected zone automatically along with the discharge of the
extinguishing media after getting the confirm fire signal.

2.6 The fire fighting measures are of paramount importance to safeguard the material,
product / information stored manpower and property from the fire hazards. Fire may
occur inside the plot premises consisting of general technological unit areas, metering &
filtration area, buildings (office block, control room, gate areas, non plant building etc.)
as per the layout drawing at any location or unmanned rooms due to any mishap or
sudden abnormal rise of temperature due to abnormal operating condition. Gas based
fire suppression system has been considered for control room buildings and portable
extinguishers has been envisaged for other area protection.

2.7 Technological Part

Depending upon the nature of the units to be protected from fire, fire protection
systems viz. clean agent based Fire suppression system; automatic fire detection-
cum-alarm system, portable fire extinguishers & fire fighting accessories shall be
provided.

However, automatic fire detection-cum-alarm system & fire suppression system shall
be provided in all the electrical rooms, Control / Scada rooms and Battery room as
per Specification.

2.8 The system as a whole along with equipments, components, flow calculation
software etc. shall be approved by UL / FM / ULC / LPCB/VDS.

2.9 WORK TENDERED

The work tendered in this bid package consists of Design, supply of materials as
required, installation, testing and commissioning of Fire Protection system including all
Associated Mechanical, Civil, Structural, Electrical, Instrumentation etc.

The work being tendered is covered as indicated below:

744 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Sl. No Description Scope of Work

Fire Alarm System, - Design, Supply, installation & commissioning of fire


detection & Alarm system.
Clean Agent System,
- Design, Supply, installation & commissioning of High
Portable Pressure Inert gas based clean agent system.
1 Extinguishers,
- Civil & structural, Electrical & Instrumentation works
Fire Protection including supply of all materials
Equipment
& - Supply and installation of fire fighting equipments viz.
First Aid & safety portable extinguishers, hand appliances etc.
Equipment.
- Supply of First Aid & Safety Equipments

Locations as Described in the Tender Documents.

2.9 All works of the pipeline & other works included in the scope will be done
simultaneously from the date of issue of FOA. Bidder will organize equipment and
manpower accordingly to meet this requirement as per instruction of Engineer-in-
charge.

3.0 METEOROLOGICAL DATA OF SITE

The fire protection systems shall be designed taking into account the meteorological
data prevailing at the project site.

4.0 SCOPE OF WORK AND SERVICES

4.1 General & Technical Qualification Criteria.

The scope of work of the Tenderer shall include supply, erection, testing and
commissioning of clean agent Flooding system and fire alarm system in the control
room, associated civil, electrical and instrumentation facilities at various stations of
the Project.

The tenderer shall furnish the list of commissioning and two (2) years maintenance and
operational spares in the offer. Complete details of all spare parts, their relation to the
equipment and their itemized prices shall be furnished in the tender. Prices shall be
mentioned in the price envelope and item wise list of spares without price shall be
furnished in the unpriced bid.

The bidder must include in the quoted price for the following mandatory spares to be
supplied with the Clean Agent system at each location: The Price for the same shall be
included in the Lump sum price of clean agent system & Fire Alarm system in SOR.

745 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

S.No. Item Quantity

Automatic and Manual release One of each type/size used in the systems
1
system supplied
Cylinder Valve with safety pressure One of each type / size used in the systems
2
relief device supplied.
10% of total nozzles used in each size / type
3 Clean Agent Nozzles
with minimum drill holes.
4 Clean Agent Release Push Buttons 10% of total used of each type etc. (Min, 2 nos)
20 % (Subject to Minimum of 1) of each type,
5 Pressure Gauges
range, MOC, and rating, whichever is higher
6 Solenoid Valves 20% or Minimum 2 numbers of each type used
10% of Panel Mounted items like pushbuttons,
7 Panel Mounted Instruments
lamps, switches
10% or Minimum of 1, whichever is higher of
8 Transmitters
each type, range

In addition to above mandatory spares, BIDDER must recommend list of spares


required for 2 years trouble free operation, with unit rates and quantity, along with the
offer.

4.2 The scope of work and services to be rendered by the Tenderer for installation of fire
fighting system shall include but shall not be limited to the following activities.

i) Design, engineering, manufacture/fabrication, assembly, shop testing and shop


painting, sequential packing, delivery FOR site, unloading, unpacking, storage at site,
site handling, preparation of erection drawings, erection as per approved drawings, site
testing, painting, commissioning and fulfillment of guarantee of fire protection systems,
sub-systems and integrated systems as described above and also covered under this
tendering specification.

ii) Miscellaneous materials and services, if not otherwise specifically asked for, shall
include the following:

- Constructing site office, covered store, open storage at designated place including
supply of construction material and removal of the same on completion of work.

- Site cleaning, removal and disposal of debris, maintaining clean condition in and around
the working place and as instructed by authorized representative of MECON / Owner.

- Distribution of electric power supply for erection work through licensed electrical
contractor / licensed electrician. Construction power shall be made available by Owner
at one place.

- All piping integral to or between any equipment furnished under this specification,
except as otherwise specified.

746 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

- All necessary isolation valves fitting at the tapping points and branch pipes.

- Coupling guards for all exposed shafts and couplings.

- Base plates, thrust blocks, duck-foot bends, matching flanges, supporting materials and
shims.

- All necessary instruments, power and control wiring integral to any equipment furnished
under this specification. This shall include terminal blocks and integral wiring to these
terminal blocks for equipment requiring external connection.

- All erection accessories, consumables and miscellaneous materials, though not


specifically indicated in this specification, but actually required for completing the job in
all respects.

- Erection, testing and commissioning of materials and system as a whole.

- Initial fill of gas in the cylinder and other fire extinguishing media.

- All necessary fixtures, supports.

4.3 Formats for Work Permit System:

4.3.1 Work permit system in line with OISD: 105 as per GAIL’s HSE Management System
shall be followed.

4.3.2 Permits shall be issued in SAP system and shall be issued to EIC as per GAIL’s
procedure.

4.4 Technical Qualification Criteria for Equipments which are pre-requisite to qualify
technically in the bid are as follows:

4.4.1 All the high pressure Cylinders to be used for the clean agent system shall have
PESO approval in the name of GAIL as per IS: 7285-2 and also shall have approval
from UL/FM/LPCB/VDS as part of complete system in addition to approval from
PESO.

4.4.2 Support letter from OEM from whom the bidder intends to take authorization for the
system, authorizing the bidder for Clean Agent System, for Control Room for design/
engineering/ execution, commissioning & after sales service for specialized systems
such as Clean Agent Suppression system, Fire Detection & Alarm System compatible
to the specifications shall be submitted along with the bid.

4.4.3 System / equipment / component offered shall be strictly in line with technical
specifications defined in the tender document. No deviation to technical specification
shall be permitted. Bidders must note that offer of bidders not matching the

747 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

technical specification of their item / system / component with the tender


specifications shall be rejected.

5.0 BRIEF FUNCTIONAL DESCRIPTION

5.1 Automatic Addressable Fire Detection-Cum-Alarm System: Manual Push


Button Type Fire Alarm System
5.1.1 Manual Push Button Type Fire Alarm System

Automatic fire detection-cum-alarm system shall be provided for service building. In


addition to detection system, manual push button fire alarm system (manual call points)
shall be provided for all the premises / bays within the scope of the Tenderer. These
areas shall be protected from Fire using State-of-the-art Automatic Smoke/ Heat
Detection/ Alarm & Fire Control mechanism using Code of Practices approved by
agencies such as Bureau of Indian Standards (BIS), British Standards Institute (BSI)
or National Fire Protection Association (NFPA). Relevant certificate of approval shall
be enclosed. The alarms need to be monitored on a 24 x 7 basis & logged for
providing reports.

The Fire system shall deploy High Sensitivity Smoke/ Heat Detectors to allow swift
detection of heat and/or smoke.

The fire alarm should be designed to cut power to air-conditioning system. Second
alarm should cut all the power supply to the control room excluding supply to critical
equipments and the fire suppression system should be triggered off after a pre-set
time interval.
The fire detection & alarm system shall comprise of the following items /
equipments:

 Automatic Fire Detectors and Accessories comprising of:

- Heat Detectors
- Ionization Type Smoke Detectors
- Photo Electric / Optical Type Smoke Detector

 Manual Break Glass Boxes / Manual Call Points (MCP)


 Response Indicators
 Exit Signs
 Hooters
 Flashing Lights
 Clean Agent Release And Inhibit Switches
 Any other item(s) required for the completeness of the system

Signal and control shall also be provided on main fire alarm control panel from gas
based fire extinguishing system.

5.1.2 Detection system for cable Trenches, below false flooring:

748 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

In cable trenches and below false floors, detection of fire shall be by a highly
accurate & sensitive mechanism which can detect direct & indirect fire exposures.

LHS shall be used for detecting heat from a fire over its entire length. The sensor
cable shall consist of a twisted pair of copper coated steel conductors covered by a
temperature sensitive insulation. The LHS shall be UL/FM/LPCB/VDS approved and
shall be designed for open area as well as proximity detection. LHS shall be
compatible with any fire control panel that is capable of accepting contact closure
type initiating devices.

Linear Heat Detection System shall be used for effective activation of a warning or
alarm signal indicating a condition of excessive heat or fire. In this system, each
discrete addressable LHS cable zone shall report an individual alarm to the
addressable fire control panel. The detector should be capable of detecting fire even
under harsh conditions. The response behavior of the detector shall be precisely
adjustable to suit the environment & small temperature variations caused due to
environmental fluctuations and shall not result in false alarms. The detector unit shall
send fault signal when the LHS is damaged (Cut or damaged).

The detector specification shall be as follows:

 Rated Activation Temperature Tolerance : ± 5%


 Temperature Rating : 68 deg C
 Min. Installation operating temperature : 5`C
 Application : Indoor/Outdoor
 Outer Jacket Material : PVC
 Conductor Material : Tinned copper clad steel
 External Diameter Typical :0.15" nominal (3.8 mm nominal)
 Conductor Diameter :0.035"nominal(.89 mm nominal)
 Outer sheath Thickness :0.020"nominal(0.5 mm nominal)
 Tensile Strength : 245K PSI/Conductor
 Bend Radius (Minimum) : 2.5 inches (63.5 mm)
 Weight nominal per length : 0.016 lbs/ft (24 grams/m)
 Conductor Resistance at 20 °C (max) : 0.058 ohms/ft 2 conductor

The parameters as mentioned against each requirement are indicative and bidder
has to submit the data sheet of LHS for approval of MECON during detailed
engineering.

5.1.3 The system shall operate on 230 VAC input and 24 VDC SMF Lead acid batteries for
standby supply with battery backup of 48 hours in normal condition & 1 hour in case of
fire condition.

5.2 Clean Agent Fire Suppression System (Inert Gas High Pressure System)

Fire in strategically important places like computer rooms, control rooms, switch gear
rooms, data storage rooms, server rooms, data storage archives, libraries, laboratories

749 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

etc. is a serious hazard to highly precious and irretrievable items and properties.
Occurrence of fire besides leading to personnel injuries and property damage also leads
to loss of productivity and precious time. The primary cause of fire may be due to short
circuit / overheating of certain components somewhere in the areas. Since most of the
areas are unmanned and completely closed, fire inside is not visible and accessible from
outside till it becomes too big, dangerous and unmanageable.

Fire suppression with water-based systems such as hydrant or sprinkler system can
damage the assets permanently. Therefore for these costly & critical areas, the Fire
Protection System envisaged calls for early detection of fire and quenching the same by
flooding the area with gas based fire suppression system besides giving out an audio
visual alarm. The design shall be strictly as per NFPA standard NFPA 2001.

The suppression system shall provide for high-speed release of Gas based on the
concept of total Flooding protection for enclosed areas with High Pressure clean
agent gas (Inert Gas). A Uniform extinguishing concentration shall be as applicable
and approved by NFPA 2001 of the gas for 70 deg F. The system discharge time shall
be in accordance with NFPA standard 2001.

The Fire Suppression System shall include a detection and control system provision for
both pre-alarm and automatic agent release.

The detection and control system that shall be used to trigger the Fire suppression shall
employ cross zoning of Multi-criteria smoke detectors and other detectors. A single
detector in one zone activated, shall cause in alarm signal to be generated. Another
detector in the second zone activated, shall generate a pre-discharge signal and start
the pre-discharge condition.

The discharge nozzles shall be located in the protected volume in compliance to the
limitation with regard to the spacing, floor and ceiling covering etc. The nozzle locations
shall be such that the uniform design concentration will be established in all parts of the
protected volumes. The final number of the discharge nozzles shall be according to the
OEM’s patented and certified software, which shall also be certifiers such as UL /
FM/LPCB/VDS.

The Gas shall be stored in seamless storage containers complying with the SMPV Rules
set out by Chief Controller of Explosives, Nagpur, India. The Bidder shall be required to
produce a NOC for the Chief Controller of Explosives, Nagpur for the storage containers
against the cylinder identification numbers punched on them. Welded cylinders for
agent storage will not be acceptable

The Gas shall be discharged through the operation of an Electric (solenoid) operated
device or pneumatically operated device, which releases the agent through the
pneumatic operated pressure valve. Systems that employ explosive or pyrotechnic
devices for the discharge shall not be permitted.

The Gas discharge shall be activated by an output directly from the Gas Release control

750 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

panel, which will activate the solenoid valve.


5.3 Interlocking with A/C & Ventilation system
There will be interlocks to shut off the exhaust fans and simultaneous tripping of A/C
and ventilation system. The fire signal from first detector will operate the audio-
visual alarm whereas on confirmation of fire signal from the other detector the
ventilation/air conditioning system shall be switched off automatically. Appropriate
tripping relays and their contacts shall be provided by the tenderer for this purpose
considering zone wise operation, partitions in cable gallery/ basement and number of
fans/ system operating in the electrical rooms.
Potential free contacts (Relay modules) shall be made available for each zone for
tripping of respective ventilation/air conditioning system. Location of above relay
module shall be as finalized during detailed engineering stage. Tenderer to consider
all accessories such as cabling/ wiring, contact multiplication etc required to achieve
the system requirement. Contact of auxiliary relays shall be made available in relay
auxiliary panel of the above mentioned places and shall be suitable to wire directly in
MCC/starter panel control circuit. The relay modules shall be considered as part of fire
alarm panel. Only cost of cabling on per meter basis shall be payable as per SOR item
rate.
5.4 Portable Fire Extinguishers
In order to combat any occurrence of fire in any corner of the premises/area,
adequate number of first aid portable and heavy-duty trolley mounted fire
extinguishers shall be provided. Selection of the fire extinguishers shall be done
depending upon the hazard, equipment to be protected, etc. Selection of fire
extinguishers shall be done as per latest BIS2190 and as summarized in the table.
However, all the computer/automation/PLC/microprocessor rooms shall be provided
with CO2 type fire extinguishers (both portable and trolley mounted type). The fire
extinguishers selected for each location will be based on the fire hazard class present
in that area.

Class Combustible Hazard Extinguisher Type

A Ordinary combustibles such as wood, cloth, Water, Dry Powder


paper, rubber, plastics etc.

Flammable liquids, oils, greases,


B CO2, Dry Powder
oil based paints, lacquers and flammable gases
Electrical equipments where it is dangerous to
C Dry Powder,CO2
use a conductive medium.

All the extinguishers shall conform to relevant IS and also bear ISI marking on their body. All
the extinguishers shall be supplied with mountings, accessories and initial fill. The extinguishers
supplied shall be of reputed make having approval of the Purchaser. Relevant BIS and TAC
approval certificate for all the extinguishers shall be furnished. In addition to the above

751 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

certificates, a certificate from Chief Inspector of Explosives shall be furnished for carbon dioxide
type fire extinguishers.

All the portable extinguishers shall be installed along the column/walls near entry/exit/suitable
locations and at a. height of approx. 1200 mm from the finished floor level and also in
accordance with the requirements laid down in OISD: 189 & 214. The design ,construction
and testing of all types of fire extinguishers shall be specified in accordance with
recognized standards as mentioned below.

Carbon-dioxide type ( 4.5 & 22.5 Kg. Cap.) : IS:15683-2006


Dry chemical powder ( 5.0 & 22.5 Kg Cap.) : IS:15683-2006
Mechanical foam type- AFFF ( 9.0 & 50.0 Ltr. ): IS:15683-2006
Water type (gas cartridge) : IS:15683-2006

All types of fire extinguishers shall ,as far as possible, have a standard & simple
method of operation. Portable fire extinguisher sizes will be selected as small as practical to be
effective and for ease of operator deployment.

Co2 extinguisher sizes will be determined to ensure that leakage or accidental discharge
will not cause a hazardous CO2 concentration.

Dry powder portable and wheeled fire extinguishers shall use potassium based agents and be
compatible with AFFF.

Portable extinguishers located in exposed and naturally ventilated locations shall be stored in
suitable weather proof cabinets as protection from the effects of wind and rain.

Trolley mounted dry powder extinguishers shall be provided in addition to portable


extinguishers for protection to all areas where primary risk is from a liquid hydrocarbon
fire.

5.4.1 General Requirements for Portable Fire Extinguishers

a) All portable extinguishers shall be supplied along with mounting accessories, wall
brackets and with initial fill of gas or powder in fully assembled condition.

b) All extinguishers shall be treated with lead tin alloy for anti rust, anticorrosive
treatment by electrolytic process.
c) The extinguishers shall conform to the relevant Indian Standards and shall bear the IS
certification mark on their body.

d) Test certificates shall be furnished along with the equipment.

e) All components shall be manufactured with materials of approved quality and of best
workmanship.
f) All eextinguishers shall be welded construction.

752 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

g) The cylinders of Carbon dioxide extinguishers shall be of cold drawn steel.

h) All the components / parts of extinguishers viz. Unions, Caps, inner containers etc
shall be metallic and made of bronze or gunmetal.

i) The Out door extinguishers shall be placed on a fixed or portable stand which can be
firmly placed on the ground. The stand shall have hood above, to protect the
extinguisher against Sun & Rain. The size of the stand and the hood shall be
sufficient enough to keep 1 to 2 extinguishers at any point according to their size &
capacity.

5.4.1.1 9 Kg DCP Fire Extinguisher

a) The extinguisher shall conform to IS: 15683-2006.

b) The welding process shall be per IS: 2825 and shall have the certification for every
extinguisher.

c) In addition to the IS marking, the following permanent markings by punching at


the bottom ring shall be done.

i. Manufacturer’s name.
ii. Year of manufacturing.
iii. Manufacturer’s serial number.

5.4.1.2 4.5 Kg C02 Fire Extinguisher

a) The C02 extinguisher shall conform to the latest IS: 15683-2006 with
amendments.

b) The complete assembled / manufactured extinguisher shall be as per IS:15683,


and fitted with high pressure wire braided discharge hose of one meter length
with horn, wall mounting bracket and carrying handle. The cylinder shall be fully
charged with C02 Gas., The design, performance of extinguisher, anticorrosive
treatment and the painting shall be as per IS.

c) In addition to the IS marking, the following permanent markings by punching at


the bottom ring shall be done.

i. Manufacturer’s name.
ii. Year of manufacturing.
iii. Manufacturer’s serial number.

5.4.1.3 Fire (Sand) Bucket with Steel Stand

a) Portable Supporting Stand: The stand shall be fabricated out of 50x50x5 angle

753 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

and painted fire red as per painting spec, and the frame shall be designed to
support 4 Nos buckets filled with sand. The stand frame shall have a top hood,
and sufficient enough to protect the buckets against Rain & Sun and paint finished

b) The fire (Sand) bucket shall be fabricated of MS galvanized sheet 0f 1.0 mm thick
and the size shape & profile shall be as per IS 2546-1974 RA2000 and shall have
10lts capacity. The leakage test shall be as per IS. The painting shall be fire red
externally, white inside and black color for ears & handle etc.

5.5 Fire & Safety Equipment

5.5.1 Safety Helmet.

The Safety helmet shall be suitable for personal protection against head injuries
by falling objects and also for firefighting purposes. Helmet shall have suitable
adjustable strap by which it can be secured firmly on the head. The helmet shall
be made of HDPE material. Helmet shall be fitted with suitable cushion inside for
comfortable wearing. The helmet shall conform to IS-2925-1984 RA2000, and
shall bear IS mark on the body. As per purchasers requirement all the helmets
shall be numbered on the front and rear sides. The white in color for the captain
and bright yellow for rest of the crewmembers shall be considered.

5.5.2 Stretcher with Blanket:

Stretcher suitable for an adult of size approx 6 feet x 2 feet and made of
wooden/MS poles/bars and adult size blanket and other features generally
conforming to IS-4037-1967 RA-2001. The canvas shall conform to Variety No. 3
of IS : 1424 –1983 RA2000. The color would be as specified by the purchaser,
The carriers shall conform to channels size 80 x 30 mm of IS : 811-1987.
Spreader and Runner are manufactured from mild steel strips. The wooden poles
shall be given a coat of protective varnish and spray painted to any shade as
required by the purchaser. The testing and QA requirements are as per IS.

5.5.3 First Aid Box: (Kit to be handled by medical / paramedical staff)


HDPE/ Hard plastic carry case containing the First Aid accessories portable type,
compartmentalized storage slots with locking arrangement and containing the
required first aids as below:

The expiry of these items shall be at least 18/12 months from the date of supply.

1. First aid for cuts, buns, sprains (instant relief sprays) – 1 each.
2. Antiseptic lotion, liquids (Dettol / Savlon tincture iodine) - 1 bottle
3. Pain relieving medicines, anti vomiting medicines etc. -2 strips of 10 each.
4. 500 mg Paracetamol I.P - 100 tablets.
5. Anti snake serum bottle - 2 Nos.
6. Band-Aids - 20 pcs.

754 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

7. 25 gms of Soda Bi-Carb. I.P. - 1 pkt.


8. Wound dressing small (for fingers) - 12 pcs.
9. Wound dressing medium (for hands and feet) - 6 pcs.
10. Wound dressing large (for body) - 6 pcs.
11. Burn dressing large (for body) - 6 pcs.
12. Absorbent cotton wool 13 gms each - 6pcs.
13. Dressing instruments (scissors / blade etc.) - 1. set.
14. Eye pad with bandage in separate pkt. - 08 pcs.
15. Tourniquet cotton with belt & buckles. 1 No.
16. Polythene wash bottle 500 c.c. - I. No.
17. Book of instruction on first aid to injured- I. No.

5.5.4 Rubber Hand Gloves:

Hand gloves suitable for handling electrical jobs up to 1100 volts type -2 and
conforming to IS-4770 –1991 RA-2001 shall be supplied.

The gloves shall be made from best quality natural rubber or synthetic rubber or
from a mixture there of. The gloves shall have a smooth finish and the edges
shall be finished with a roll or a reinforcing strip of rubber, unless specified
otherwise. The size & thickness of the glove as specified in IS. The gloves shall
be colour coded as Blue for Type 2 application of the rated potential. The gloves
shall be marked indelibly at the back with the following information:
a) Size and type of glove;
b) Maximum working potential in volts, followed by the word ‘working’
c) Identification mark of manufacture and month and year of manufacture.

5.5.5 Portable Multi Gas Detector / Explosimeter cum Oxygen Meter.

The Portable Multi Gas detector supplied shall confirm to the following Data sheet:

General : 4 Multi-Gas detector with advanced microprocessor based


operation
Power : Rechargeable Nicad / Lithium Polymer standard charge time : 3
hours. Rechargeable choices 110/240v AC line 12 V DC
Vehicle, 12/240 V charge cables shall be provided
Diffusion Mode : 12-16 hours, Continuous Active Sampling Mode : 8-9 hours
expected.
Operating : 5 to 95% RH non-condensing
Humidity
Operating : -20 0 C to +58 0 C
Temperature
Full function self : Automatic when the detector is turned ON.
test
Calibration : Methane
Battery : Continuous type.

755 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

PHYSICAL : Size - 4.2” X 2.4” X 1.4”.


Features Weight - Less than 160 gms. Including battery
Enclosure Case - Rugged, high impact resistant, non corrosive
composite material
Handling: Unit shall be easily attached to the pocket or belt.
Ingress : IP 66 / 67
Protection
Records & : On Demand:
Displays a) TWA (Time Weighed Average) Exposures
b) Peak Exposure Encountered (PEE)
Automatic : Fully Automatic Zero and span
Calibration
Auto Zero : Initiate at any time in the field without gas
Password : Field selectable access protection to calibration and alarm set
Security points.
Confidence Beep : Field selectable operational beep and flashing LED indicator
( for every 10 seconds when enabled )
SENSORS : Combustible: Plug in catalytic (Toxic & Oxygen ) type &
Oxygen: Plug-in electrochemical cell
Calibration / : Automatic to give valid calibration with respect to ambience
and Diagnostics air & gas levels
Enclosure : Ex e rating
Operating Measuring Response Detectable Operating
Specification Range Second accuracy Temperature
Resolution Range
Combustibles 0-100 %LEL <_5 1% LEL -40 to +90 oC
Oxygen 0-30 % by Vol. <_2 0.1% by Vol -20 to+50 oC
0.500 ppm
Carbon
0-1000 <_7 1 ppm -20 to +50 oC
Monoxide
expandable
Hydrogen
0-100 ppm <_5 1 ppm -40 to +50 oC
Sulfide
DISPLAYS : Extra large gas specific alpha-numeric: LCD around 0.40 inch
high.
Alarm Set points : Displayed each time the unit is turned ON.
Display Backlight : Push Button timed ON. Automatic ON in Alarm Condition.
ALARMS : Low and High Gas Alarm Set points, Over-Range Multiple Gas
Exposure, Sensor Removed, Calibration Air, Low Battery, Low
flow.
Audible : 90 db @ 1ft. Variable pulsed beeper.

756 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Visuals : a) Two (2) flashing “Sun bright” LEDs


b) Gas specific LCD flashes in alarm advising which hazard
present.
c) ICON Alarm readout advises alarm level present LOW,
HIGH and /or Multiple Gas / Alarms
d) Fan ICON indicator.
Alarm Levels : Two set points per sensor (User Adjustable)
TOXICS - TWA (Low) and Instantaneous High
OXYGEN - Deficiency & Enrichment
COMBUSTIBLES - Low & High
SAMPLING : Integral Motorized sampling Turbine type pump.
PUMP
Pump flow : 300 to 350 ml/min with 10 foot hose and filters (dependent on
Rate pump)
Watertrap (Built- : Hydrophobic Teflon field replaceable filter
in)
APPROVALS : Certified Intrinsically safe to comply to U.S.& Canadian
Standards.
Accessories : The following accessories shall be supplied along with the
explosimeter:
a) A manual aspirator pump with sampling hose / probe

b) A motorized pump with sampling hose or probe.

c) A Confined space entry kits in a hard sided carrying case.

d) Automatic test & calibration and calibration station, that


shall have:

i. Bump test & calibration instruments in the field without


requiring the use of a desk top PC or Laptop be fully
portable and available in a variety of portable kit
options.
ii. Provide simultaneous management of up to 10
instruments docking models
iii. Include battery and 110 / 240 V AC line power options.
iv. Include software for downloading evaluating archiving
and monitoring results.

Authorization : Indian vendors, representing their foreign manufacturer shall


submit valid Authorization certificates from the original
manufacturer to market their product in India.

757 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

5.5.6 Fire Proximity Suit:

The Fire Proximity Suit used for firefighting purposes envisaged in close proximity
with the burning oil fire. The suit shall be supplied as per the following
specification:

a) Imported fire proximity suit having approval from any of these agencies:
- U L of USA, U.S. Coast Guard Spec, U.S. Military, NFPA spec,

- Standards / specifications and the copy of the same shall be submitted


along with the offer.

b) The fire suit shall be stitched with imported stainless steel thread and
fabricated from imported impermeable aluminized glass fiber fabric, which
shall neither burn nor melt during fire fighting operation and along with
imported thermal insulation felt lining to sustain very high temperature.

c) Fabric shall not react chemically with water, and shall not absorb oil, grease,
petrol etc.

d) The suit shall be flexible, with minimum discomfort fireman shall be able to
climb a ladder or to carry running a pressurized hosepipe when he puts on
the suit.

e) The fire suit shall consist of detachable chest length drape buttoned head
gear with built in industrial helmet and heat reflective dual layer visor,
aluminized gloves.

f) The suit shall include hood, coat, pants, boots, mitts/gloves. Metal zip
fasteners shall be provided for easy donning and removal of the suit.

g) The size of suit shall be of adjustable such that any adult fireman of height
approximately 5’6” to 6’2” can use. The suit must have the provision for
keeping the breathing apparatus at the back. The time required for donning
the suit shall not be more than 1.5 minutes.

h) High-aluminized boots shall be of standard size with adjustable strap, with


proper insulation and leather lining with non-skid type sole.

i) The suit shall protect & sustain against proximity ambient heat up to 2600 C
and the radiant heat up to 10000 C .

j) The self life of the suit shall be around 10-12years.

k) Authorized Indian vendors representing their foreign manufacturer shall have


to submit valid authorization certificates from original manufacturer, at the
time of submission of offer.

758 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

5.5.7 Electrical Siren

The Electrical Siren used for firefighting & general purposes shall be supplied
complying to IS: 1941-1976-RA2002 (Part 1)

a) Siren shall consist of 3 phase electric motor, siren head.

b) Starter for on/off operations.

c) Shall match to the Power rating 3 phase, not > 3.75kw, 50Hz, 415 volts.

d) Acoustic power out put shall comply with IS.

e) The Siren shall have a minimum range of 3.0 Kms.

f) Shall be suitable for the power line specification available in the state.

g) Siren shall be horizontal mounting type complete with base fittings.

h) The electric motor shall be enclosed totally, with sealed greased ball
bearing system and shall conform to IS: 325.

i) The operation controls shall be available both at local point & central
locations.

j) The siren shall be clearly and permanently marked with the following
information:

i. Name of manufacturer or trademark if any,


ii. Type of siren as mentioned under
iii. Year of manufacture
iv. Speed of motor
v. Motor rating in kW.

5.5.8 Hand Operated Siren

The Hand Operated Siren used for firefighting & general purposes shall comply
to IS:6026-1985-RA1995.

a) The shape, components, material, design and construction shall comply


with IS:6026-1985-RA1995.

b) It shall have Siren body inbuilt disc and handle, guard & portable stand.

c) The Siren shall have a minimum. range of 1.6 Kms.

d) Workmanship

759 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

e) The performance test & QAP requirements are as per IS

f) The markings shall have the manufacturers name, trademark, date of


manufacture, etc as per IS

5.5.9 Red and Green Flag

Red and green bright colored flags suitable for the fire drill. Handle shall be made
of hard aluminum tube of size not less than 20 mm dia. The edges shall smooth
finish and have rubber caps. The flag shall have minimum dimensions of 0.6m x
0.4m. The cloth shall be of thick poly mixed cotton & color shall be bright and
long lasting. The flag shall be firmly secured to the handle by the shorter side.

5.5.10 Trolley ( General Purpose):

In order to carry the following fire & safety equipment to the place of emergency,
a trolley shall be provided to carry the following items:

i. Stretcher with Blanket


ii. Fire Proximity Suit
iii. Breathing Apparatus
iv. Water Gel Blanket
v. Resuscitator
vi. First Aid Box
vii. Explosimeter(Gas Detector)
viii. Portable Public address (PA) System
ix. Special Purpose Nozzles.
x. Spare Fire Hoses.

The trolley shall be fabricated by using MS channels & angles. The body frame
shall be minimum size of 6.0’x 3.0’ (feet x feet) Supplier can also indicate
different suitable size for the trolley. The compartments shall be fabricated type
by using MS sheets and MS tubes or angles. The compartments shall be sufficient
enough to carry all the above items at one go at any point of time. The inflated
tyre & tube wheels assembly unit shall be fitted to the trolley to pull & push
manually or by towing vehicle. For this purpose the handle and hook
arrangement shall be made. The painting shall be as per painting spec. and
shade shall be fire red color.

6.0 VOID

7.0 DESIGN CRITERIA

7.1 Codes and Standards:

STANDARDS

760 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

7.1.1 All materials, equipments, piping, valves, fittings etc. dimensional standards, tolerance,
prices of manufacture and testing procedure shall be in accordance with the latest
revision of relevant Indian, British, American standards wherever applicable.

7.1.2 The material used and equipment supplied shall be new and the best of their kind and
shall comply with the latest revisions of all relevant standards. The tenderer shall
indicate in his tender the relevant standards to which the equipment, piping, fittings,
etc. offered by him shall comply with. The latest revisions of applicable standards
indicated in the technical specification shall be used for the design, manufacture,
inspecting and testing of the items covered in this specification. The following codes
and standards shall be considered for design: -

 OISD-113: Classification of areas for electrical installations at hydrocarbon processing


and handling facilities.

 OISD-226

 OISD – 179 & OISD - 214

 National Fire Protection Association, USA (NFPA) codes

 Standard for installation of centrifugal pumps (NFPA-20)

 Standard for water spray systems (NFPA- 15)

 Standard for sprinkler systems (INFPA-13)

 API-25 10 A: Fire protection considerations for design and operation of LPG storage
facilities.

 Auto start system with bypass arrangement for jockey pumps in case of pressure
drop in the fire hydrant line.

 Foam and Dry Chemical Power extinguishers of capacity as per SOR shall also be
provided and located along with other fire fitting facilities.

 Standard for Horizontal Centrifugal Pumps for clear, cold, fresh water IS: 1520-1980

 Technical requirement for roto-dynamic special purpose pumps IS: 5120-1971

 Horizontal Centrifugal self priming pumps IS:8418-1977

 Code of acceptance tests for centrifugal, mixed flow and axial flow pumps IS: 9137-
1978, BS-5316-latest edition, ISO-2548-1973

 Technical specification for centrifugal pumps ISO:9908-1993

761 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

 End suction centrifugal pumps ISO: 2858-1995

 Single faced sluice gates IS:3042-1965

 Single faced cast iron thimble mounted sluice gates IS:13349-1992

 Sluice valves for water works purpose (50-300mm size) IS: 780-1984

 Copper alloy gate, globe and check valves for general purpose. IS:778-1984

 Specification for cast iron check valves BS 5153-1991

 Foot valves for water works purposes IS:4038-1986

 Landing valves IS:5290-1993

 Valve inspection & test IS:6157-1981

 Specification for inspection and test of steel valves BS:6755-1986

 Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 & Part-
2-1992

 Seamless or electrically welded steel pipes for water, gas and sewage IS:3589-1991

 Steel pipe flanges for water, oil, steam etc. IS:6392-1971

 Butt welded fittings ANSI B16.9

 Circular flanges for pipes, valves and fittings BS1560-latest editions

 Code for pressure piping ANSI B31.1

 Steel pipe flanges ANSI B 16.5

 Code of practice for laying of electrically welded steel pipes for water supply
IS:5822-1994

 Excavation work-code of safety IS: 3764-1992

 Criteria for design of anchor blocks for penstock with expansion joints IS:5330-
1984

 Covered electrode for manual metal arc welding of carbon and carbon
manganese steel IS:814-1991

 Approved tests for welding procedure IS: 7307 (Part-I)-1974

762 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

 Approved tests for welders working to approved welding procedures


IS:7310(Part-I)-1974

 Specification for arc welding of carbon and carbon manganese steels BS:5135-
1984

 Code of practice for coating & wrapping IS:10221

 Code of practice for radiographic testing IS:2595-1978

 Recommended practice for radiographic inspection of fusion welded butt joints


in steel pipes IS:4853-1982

 Recommended practice for radiographic inspection of fusion welded butt joints


in steel pipes IS:1182-1983

 Safety code for industrial radiographic practice IS:2598-1966

 Ready mixed paint, stoving, red-oxide-zinc chrome priming IS:2074-1992

 Code of practice for painting of ferrous metals in building IS:1477-1971

 Colors for ready mixed paints and enamels IS:5-1994

 Steel for general structural purposes IS:2062-1992

 Fire safety of industrial building: electrical generating & distributing stations


IS 3034:1993

8.0 STATUTORY REGULATIONS, LICENCES & PERMITS

8.1 The contractor shall adhere to all applicable statutory requirements including TAC,
OISD, Inspectorate of Factories, Indian Electricity Rules and other statutes of Govt. of
India and state government. The contractor shall himself ascertain all applicable
requisite regulations.

8.2 The contractor shall be solely responsible for obtaining necessary clearances from
various statutory bodies including those of Govt. of India / State Govt. and as applicable
during the course of manufacture/ fabrication, testing, transportation and delivery of
plant and equipment.

8.3 Contractor shall keep constant liaison with the local Fire Authority, Electrical Authority
and all other Statutory Authorities whose approval and permissions/ sanctions before
execution of the work are required to be obtained.

8.4 It shall be the Contractor's responsibility to obtain the approvals and permissions,
sanctions, No Objection certificates from relevant Fire Authorities during construction by
him to enable owner to take up the operation of plant. Contractor shall comply with all

763 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

requirements of the appropriate authorities, submit documents, test reports and


conduct such tests as may be required by the concerned authority to its full satisfaction.

9.0 HANDING OVER THE WORK ON COMPLETION

The contractor shall be responsible for handing over the work complete in all respects
and in proper finished condition, on completion of the work. If there is any damage or
disfiguration/ stains on the finished surfaces including on wall, floors, ceiling, columns,
beams etc. due to contractors use, damage or any other reason during the period of
construction, the same shall be rectified suitable by the contractor without any extra
payment.

10.0 SCHEDULE OF RATES / BILL OF MATERIALS

The quantities of different material, pipes/ fittings, valves, flanges, erection, accessories
etc. Mentioned in the specification and SOR are approx. quantities and any
change in requirements will be as per the finally approved drawings. Any item,
instrument which is not specifically mentioned in the SOR, but required for the
completeness of the system, will have to be supplied and erected by the
contractor and the financial implication shall be built in the testing and
commissioning item.

10.1 Procurement

10.1.1 CONTRACTOR shall procure and supply all the materials other than OWNER
supplied materials, required for permanent installation of terminals in sequence
and at appropriate time. All equipment, materials, components etc. shall be
suitable for the intended service. Approved vendor list has been indicated in the
bid package for various items. For items, which are not covered in the vendor
list, CONTRACTOR shall obtain Owner’s prior approval for the vendor.
Equipment requiring specialized maintenance or operation shall be avoided as
far as possible. Equipment offered shall be field proven.

10.1.2 CONTRACTOR shall procure all materials, components, equipment, consumable


etc. required for successful completion of the pipeline system. CONTRACTOR
shall also procure and supply spares required for pre-commissioning and
commissioning/ start up as recommended for all items supplied by him as per
specifications provided in the bid package. Where no specification is available in
the contract, the same shall be prepared by the CONTRACTOR based on the
piping material specification and shall be subject to Owner’s approval.

10.1.3 Material take-off with complete description of size, rating, material, thickness
and specifications.

10.1.4 Only single offer shall be provided by the bidder fully complying with the
specifications/ drawings/ requirements for Owner’s review and approval.
CONTRACTOR shall provide for inspection of the items at vendor's works by the
OWNER/ Owner’s REPRESENTATIVE or by a reputed inspection agency and

764 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

shall submit inspection reports for Owner’s clearance.

10.1.5 Stores management for contractor supply items as well as free issue materials
including receipt, warehousing, preserving the material in good condition, issue
of material to construction site, reconciling/ handing over surplus material to
OWNER for OWNER supplied items at Owner’s store.

10.1.6 Carryout proper documentation of inspection and quality assurance


programmes for all equipment and bulk materials duly approved by OWNER.
CONTRACTOR shall maintain an accurate and traceable listing of procurement
records for the location, quality and character of all permanent materials in the
Project.

10.1.7 CONTRACTOR shall immediately report to the OWNER of all changes, which will
affect material quality, and recommend any necessary corrective actions to be
taken.

10.1.8 Submit periodic manufacturing progress reports highlighting hold ups and
slippages, if any, to OWNER and take remedial measures.

10.1.9 Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as
necessary and arrange for transportation of the materials under his scope of
supply to site.

10.1.10 All purchase requisitions including purchase orders shall be approved by


OWNER/ Owner’s REPRESENTATIVE.

10.1.11 Compliance with vendor's and supplier's instructions and recommendations for
transportation, handling, installation & commissioning.

10.2 Construction

10.2.1 General

10.2.1.1 All construction works shall be carried out as per Approved drawings,
procedures, specification and applicable codes and standards. Any changes at
site shall also need prior approval from the OWNER and revision of drawings.
Based on system to be proposed by bidder, the contractor shall submit detailed
engineering execution drawings with all calculations for approval of PMC.
.
10.2.1.2 Providing schedules, progress reporting, organization chart at construction site,
quality assurance plan and developing quality control procedures, as per
requirements indicated elsewhere in the bid package.

10.2.1.3 Coordination and supervising the work of sub-contractors.

10.2.1.4 Transportation of appropriate materials and taking delivery of Company supply


materials, store, worksite, intermediate storage points, maintaining and

765 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

operating an adequate material control procedure at worksite.

10.2.1.5 Fabrication of all piping, structural components as per approved drawings.

10.2.1.6 All Civil / Structural Works, Electrical, Instrumentation Works, laying and
commissioning works shall be performed in accordance with relevant
specifications and requirements enclosed elsewhere in the bid package.

10.2.1.7 CONTRACTOR shall provide complete details of manpower, equipment etc. to


be deployed. Mobilising and providing all equipments, manpower (skilled and
unskilled), consumable and other resources etc. for each spread as required for
the execution of the complete job defined herein and thereafter demobilising
the same upon completion of work.

10.2.1.8 Provide, maintain and operate all temporary facilities required for the
construction related works and remove after completion of work.

10.2.1.9 Hook up/ tie-in of piping system with terminal facilities.

10.2.1.10 All works related to testing, dewatering, swabbing, drying pre-commissioning


and commissioning of the work tendered.

10.2.1.11 Idle time preservation of pipeline, if required.

10.2.1.12 All incidental and associated works and any other works not specifically listed
therein but are required to be carried out to complete entire work related to
pipelines and terminals.

10.2.1.13 Loading, unloading, handling, stacking, storing and shifting to workshop / work
site of all materials that may be used for the construction of ITEMS either
supplied by OWNER at their designated stack yard/ dump site / store and / or
by CONTRACTOR as the case may be.

10.2.3 Laying Works

10.2.3.1 Void

10.2.3.2 VOID

10.2.3.3 Painting

• Painting (including supply of all materials) of all equipment, piping,


structural steel elements for pipe supports, and all structural
miscellaneous items as required and as directed by Company. Paint shall
be suitable for highly corrosive environment as per specification.
Painting shall include primer and finish coats as per specifications. Prior
to painting surface shall be sand blasted as per instruction of Engineer-
in-charge.

766 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

10.2.3.3 Other Works

• Obtaining all necessary approvals and work permits, as applicable, for


performing the work.
• Carrying out all additional surveys, test and collection of data not
furnished by company but required for construction of facilities.
• Any other work not specifically listed herein but required for completion
of the system and making it ready for the operation.

11.0 SCOPE OF SUPPLY

11.1 Material to be supplied by Company as Free Issue

Nil

11.2 VOID

11.3 VOID

11.3.1 VOID
11.3.2 VOID
11.3.3 VOID

11.3.4 Openings of equipment, machinery etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.

11.3.5 All valves, instruments, control valves, actuated valves, pressure gauges,
thermometers etc. supplied alongwith equipment and machinery shall be stored
separately, inside the covered godown on racks.

11.3.6 As far as possible materials shall be transported to the erection site, just prior to
their actual erection and shall not be left laying around indefinitely. Instructions
for the Engineer-in-charge shall be followed strictly in this regard.

11.4 Material to be supplied by Contractor

The procurement and supply, in sequence and at the appropriate time, of all
materials and consumables required for completion of the work as defined in
this Bid document except the materials shall be entirely the CONTRACTOR'S
responsibility and item rates quoted for the execution of the CONTRACT shall be
inclusive of supply of all these materials. The material to be supplied by the
Contractor shall be as per specification and preferred make as indicated in
Appendix-I or duly approved / recommended for use by GAIL/ MECON.

767 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

11.5 General

11.5.1 All safety tools/tackles, devices / apparatus / equipment etc. including ladders
and scaffoldings etc. complete as required.

11.5.2 Any other material not specifically listed herein, but required for the execution
of
the work.

11.5.3 List of materials required to be supplied and quantities indicated in SOR is


tentative. These quantities can vary during execution to any extent and the
same unit rate shall be applicable for payment. Quantities covered in SOR are
for as erected quantities.

Bidder will procure additional materials as required to cover cutting, scraps,


wastages and damages during erection, testing and commissioning. For these
extra quantities no additional payment will be made.

12.0 DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS

12.1 Owner shall approve design & engineering drawings and construction drawings
including general arrangement drawings for piping, electrical, mechanical &
instrumentation systems and other related/ required systems, at appropriate
times and as requisitioned by contractor in his time schedule based upon
submission of those drawings by the contractor..

12.2 Contractor shall prepare Basic engineering Drawings, Detailed Drawings,


isometric drawings & bill of materials and submit the same for Owner/
Consultant’s approval/ record.

12.3 No construction small or big shall be carried out without proper construction
drawings duly approved by Owner's Engineers at Delhi or site office or Owner's
representative duly authorized to do so.

12.4 After Completion of construction & commissioning, Contractor shall incorporate


all the correction in drawings, prepare and issue the drawings "as-built
drawings" as listed below to Owner as final submission of drawings. P&ID,
layout drawing, piping GAD, Isometric, all electrical & instrumentation drawing,
all civil drawings. For final submission only 4 sets of documents plus the original
transparencies shall be handed over by Contractor. Any construction done by
Contractor without duly approved drawings shall be wholly at his risk and cost.
Contractor shall also submit soft copy of consumption of materials in excel
along with hard copy. Soft copy of all as-built drawings shall be also
submitted in AutoCAD.

12.5 Drawing and Documents

12.5.1 The drawings accompanying the Bid document are indicative of scope of work and

768 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

issued for tendering / bidding purpose only. These drawings indicate the general
scheme as well as the layout to enable the contractor to make an offer in line with
the requirements of the owner. Final construction shall be done as per Approved
Drawings.

12.5.2 Basic/Detailed drawings shall be made by the contractor and shall be submitted
for Approval.

13.0 RESOURCES FACILITIES

13.1 Recruitment of Personnel by Contractor

The Contractor shall not recruit personnel of any category from among those
who are already employed by the other agencies working at the sites but
shall make maximum use of local labor available.

13.2 Land for Residential Accommodation

Owner shall not provide any land for residential accommodation of contractors
staff and labor.

14.0 CONSTRUCTION

OWNER reserves the right to inspect all phases of CONTRACTOR's operations to


ensure conformity to the SPECIFICATIONS. Owner will have Engineers, Inspectors
or other duly authorized representatives, made known to the CONTRCTOR present
during progress of the WORK and such representatives shall have free access to the
WORK at all times. The presence or absence of a OWNER's representative does not
relieve the CONTRACTOR of the responsibility for quality control in all phases of the
WORK. In the event that any of the WORK being done by the CONTRACTOR or any
SUB-CONTRACTOR is found by OWNER's representatives to be unsatisfactory or not
in accordance with the DRAWINGS, procedures and SPECIFICATIONS, the
CONTRACTOR shall, upon verbal notice of such, revise the work in a manner to
conform to the relevant DRAWINGS, procedures and SPECIFICATIONS.

14.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective


specification, all National and Local Laws, Ordinances, Rules and Regulations
and requirements pertaining to the WORK and shall be responsible for extra
costs arising from violations of the same.

14.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR


during the construction as required in the respective specifications shall be
submitted to OWNER in due time for APPROVAL. No such construction activity
shall commence unless approved by OWNER in writing.

769 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

14.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, a
Competent Superintendent on the premises. Any instruction given to such
superintendent shall be construed as having been given to the CONTRACTOR.

14.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and


inspection as per quality Assurance plan and furnish all assistance
required by the OWNER in carrying out inspection work during this phase.
The OWNER will have engineers, inspectors or other authorized
representatives present who are to have free access to the WORK at all
times. If an OWNER’s representative notifies the CONTRACTOR's authorized
representative not lower than a Foreman of any deficiency, or recommends
action regarding compliance with the SPECIFICATIONS, the CONTRACTOR
shall make every effort to carry out such instructions to complete the WORK
conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest
degree consistent with best industry practice.

14.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing the
work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles
and testing equipments and appliances. Such construction equipments etc.
shall be subject to examination by owner and approval for the same being in
first class operating condition. Any discrepancies pointed out by OWNER shall
be immediately got rectified, repaired or the equipment replaced altogether, by
CONTRACTOR. OWNER shall not in any way be responsible for providing any
such equipment, machinery, tools and tackles.

The OWNER reserves the right to rearrange such deployment depending upon
the progress and priority of work in various sections.

15.0 VOID

16.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF


EXISTING SERVICES

16.1 The order in which the WORK shall be carried out shall be subject to the
approval of the Engineer-in-charge and shall be so as to suit the detailed
method of construction adopted by the CONTRACTOR, as well as the agreed
joint programme. The WORK shall be carried out in a manner so as to enable
the other contractors, if any, to work concurrently.

OWNER reserves right to fix up priorities which will be conveyed by


Engineer-in-Charge and the CONTRACTOR shall plan and execute work
accordingly.

770 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

16.2 Existing Service

16.2.1 Drains, pipes, cables, overhead wires and similar services encountered in course
of the works shall be guarded from injury by the CONTRACTOR at his own cost,
so that they may continue in full and uninterrupted use to the satisfaction of the
Owners thereof, or otherwise occupy any part of the SITE in a manner likely to
hinder the operation of such services.

16.2.2 Should any damage be done by the CONTRACTOR to any mains, pipes, cables
or lines (whether above or below ground etc.), whether or not shown on the
drawings the CONTRACTOR must make good or bear the cost of making good
the same without delay to the satisfaction of the Engineer-in-Charge.

17.0 INSPECTION OF SUPPLY ITEMS


All inspections and tests shall be made as required by the specifications forming
part of this contract. Contractor shall advise Owner/ Consultant in writing at
least 10 days in advance of the date of final inspection/tests. Manufactures
inspection or testing certificates for equipment and materials supplied, may be
considered for acceptance at the discretion of Owner/ Consultant. All costs
towards testing etc. shall be borne by the contractor within their quoted rates.
All inspection of various items shall be carried out based on Quality Assurance
Plan, which will be submitted by the Contractor and duly approved by Owner/
Consultant.

18.0 ESCALATION

The Unit Rates quoted shall be kept firm till completion of work and no price
Escalation shall be paid.

19.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A.


BILLS

i) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labor License
No. printed thereon.

ii) ESI/ EPF clearance certificates for the last month alongwith R.A. Bills.

iii) Insurance Policy as per relevant clauses of Contract Agreement.

iv) Attendance Register and Salary Records.

v) Photocopy of the measurement book to be attached with R.A. Bills.

vi) Any other document required for the purpose of processing the bills.

vii) Registration Certificate with Sales tax authorities of state concerned.

771 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

21.0 INSPECTION AND QUALITY ASSURANCE

20.1 General

Inspection & testing of plant & equipment shall be carried out by Purchaser /
Consultant at the works of successful Bidder (Contractor/Sub-contractor)
during manufacturing and on final product to ensure conformity of the same
with the acceptable criteria of technical specifications, approved drawings,
authenticated manufacturing drawings and reference National / International
standards.

20.2 Quality System Requirements

Contractor must follow defined quality program in all manufacturing and quality
control activities of the product. Contractor must define and implement the tasks
and controls that will provide needed assurance in case manufacturing of product
is sub-contracted either partly or fully and/or for the procured components of the
product. All bought-out equipment or component shall be procured from approved
list of vendors issued by the project authority.

Purchaser/Consultant reserves the right to verify the quality program and entire
product characteristics to assure the intended and specified quality of the product.

20.3 Quality Assurance Plan (QAP)

20.3.1 Contractor shall furnish Quality Assurance Plan (QAP) for respective equipment after
completion of detailed engineering and finalization of billing schedule / equipment
identification number for Purchaser / Consultant's approval at least two months
prior to start of manufacturing.

20.3.2 Contractor shall indicate procurement source and furnish to Purchaser/Consultant


during discussions on QAP, copies of P.O., Sub-P.O. T.S., approved GA
drawings/data sheets & detailed manufacturing drawings, as backup reference
materials for scrutiny & finalization of QAP.

2.3.3 Detailed QAP shall be prepared & furnished in formats in consultation with his Sub-
contractors / Manufacturers to avoid any complication later.

20.3.4 Inspection and test requirements shall be decided with due consideration of factors
like safety, duty cycle, operating conditions, equipment life, environmental
conditions, place of installation and statutory regulations, as applicable, for a
particular equipment. Any additional, special tests & routine tests if found necessary
to establish the intended quality, shall be incorporated in the QAP.
20.3.5 QAP shall clearly indicate the following in the appropriate columns:
a) Range of inspection & tests to be done by Manufacturers and cross

772 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

checked by Contractor during manufacture of equipment from raw


materials to finishing stage.
b) Suggestive check/ hold points for Purchaser / Consultant Inspection
and witnessing of tests during the manufacturing and final product
inspection.
c) Details of test certificates, internal inspection reports and calibration
certificates to be furnished by Contractor / Manufacturers to Purchaser
/ Consultant.
d) Inspection documents to be furnished by Contractor/ Manufacturers to
Purchaser/Consultant for reference during inspection.
20.3.6 Sampling method for lot inspection of similar bulk items, if any, shall be indicated
with linkage to applicable standard.
20.3.7 While submitting the QAP, Contractor shall indicate the acceptance criteria
regarding check parameters for all equipments. Acceptance criteria shall have
reference of documents viz. P.O., Sub-P.O. T.S., approved drawings and
manufacturing drawings.
20.4 Indicative Surveillance by Purchaser / Consultant
20.4.1 Surveillance level by Purchaser/Consultant shall vary from equipment to equipment
as per product characteristics.
However, indicative extents of inspection for a few classified items / products are
furnished below for guidance of Contractors in developing QAP.

Extent of Inspection (as applicable from


Categories of equipment to equipment)
Equipment

i) Forged, cast, Material test certificates to be submitted by the


lined products Contractor at the time of giving inspection call for the
and piping main equipment in the final stage. Following
checks/tests will be carried out in final stage:
- Visual inspection
- Alignment and fitment checking
- Dimensional checking
- Witnessing of NDT as per design
requirements.

ii) Manufactured Material and manufacturer's test certificates to be


items Mechanical, submitted by the Contractor at the time of giving
fabricated and inspection call for the main equipment in the final
welded stage.

Scrutiny of welding procedure and welder's


qualification record shall be carried out if required as
per governing code.

773 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Following checks/tests will be carried out in the final


stage:

- Visual inspection
- Alignment and fitment checking
- Dimensional checking
- Weld inspection - visual and NDT as per design
requirements. Radiographs are to be shown
and reports to be submitted to
Purchaser/Consultant for review during
inspection, if applicable.
- Witnessing of other tests like pneumatic,
hydraulic, no-load running, functional,
balancing, performance, vibration, noise level,
etc. depending upon criticality of the part
item/equipment.

iv) Bought-out items Following standard bought-out items shall be accepted


on the basis of manufacturer's test certificates:

Mechanical

- Flowmeters
- Insulation materials
- Bolts, nuts & washers (Grade 4.6).

20.5 Calibration of Measuring Equipment

20.5.1 All the measuring equipment used for inspection & testing shall be calibrated
and appropriate accuracy class of measuring equipment shall be used.

20.5.2 Calibration Certificate of All Measuring Equipment

20.6 Test Certificates and Documents

20.6.1 For each of the items being manufactured, following test certificates and
documents duly endorsed by the manufacturer / contractor shall be
submitted to Inspection Agency.

i) Raw materials identification & physical and chemical test certificates


for all materials used in manufacture of the equipment (except IS
2062-1992 Gr.A & IS 210-1993, FG-150).

ii) WPS, PQR & WPQ Documents as per applicable code.

iii) Details of stage-wise inspection & rectification records for fabricated


items, castings, forging and machined articles.

774 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

iv) Control dimension chart with records of alignment, squareness etc.

v) Manufacturer's material test certificates and performance / relevant


test certificates for all bought - out items.

vi) Details of heat-treatment and stress relieving charts as per


specification.

vii) Non-Destructive Test reports as per respective code.

viii) Static/dynamic balancing certificate for rotating


components/machines.

ix) Hardness test certificate.

x) Pressure Test Certificates.

xi) Performance Test Certificates for all characteristics.

xii) Geometric accuracy and repeatability test reports of machine tools.

xiii) Routine / type / calibration / acceptance / special test certificates for


electrical items.

xiv) Diagnostic features of NC/CNC system and test certificates for


electrical items.

xv) Surface preparation and painting certificates.

xvi) Certificates from competent authority for the items coming under
statutory regulations.

20.6.2 Where physical and chemical test certificates of material are not available,
the Contractor/Sub-contractor shall arrange to have specimens and test
samples of the materials, tested in his own laboratory at his cost and submit
the copies of test results to Inspection Agency for scrutiny and approval.
Number of test samples against each heat/cast/lot or batch of materials shall
be as per relevant Indian or International Standards.

20.6.3 Where facilities for testing do not exist in the Contractor/Sub-contractor's


laboratories or in case of any dispute, samples and test pieces shall be drawn
by the Contractor/Sub-contractor in presence of Inspection Agency and
sealed sample shall be sent to any approved laboratory for necessary tests at
Contractor/Sub-contractor's cost.

20.6.4 The Inspection Agency shall have the right to be present and witness all tests
being carried out by the Contractor/Sub-contractor at their own laboratory or

775 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

approved laboratories. Also, the Inspection Agency shall reserve the right to
call for confirmatory test on samples, at his discretion.

20.7 Manufacturing and Inspection Schedule

20.7.1 All contractors shall submit the schedule for manufacturing and inspection
indicating equipment/ components/ sub-assembly/ assembly, date of
approval of drawings/data sheets, address of manufacturer with contact
person and scheduled date of inspection. Such reports shall be submitted to
Purchaser/Consultant's respective Inspecting Offices with a copy to
Inspection Co-ordinating Office once in a month. These monthly reports shall
state the planning for next three months. Submission of first report must
commence one month prior to commencement of manufacturing activities of
the product.
20.8 Internal Inspection by Contractor / Manufacturer
20.8.1 Inspection and tests shall be carried out by Contractor/ Manufacturer in
accordance with approved drawings, T.S., P.O., and approved QAP.
Contractor/ Manufacturer shall maintain record of each inspection and test
carried out and signed documents shall be submitted to Purchaser/Consultant
for verification.

20.8.2 Contractor shall carry out their internal inspection & obtain clearance from
statutory bodies e.g. IBR, CCE, TAC, Weights & Measures, Safety, IE rules
etc. Prior to offering any equipment for Purchaser/Consultant's inspection in
accordance with approved QAP wherever required.

20.8.3 Contractor/manufacturer shall ensure use of appropriate calibrated measuring


equipment during their internal inspection, as well as, make available the
same during Consultant's/ Purchaser's inspection and tests.

20.8.4 Contractor / Manufacturers shall identify all the inspected equipment/


component/ raw materials & shall maintain the record of status of inspection
viz. inspected & found acceptable, require rectification/ rework, rejected etc.

20.8.5 The Contractor shall establish and maintain procedures to ensure that non-
conforming product are prevented from inadvertent use or installation. The
description of non-conformity that has been accepted subsequently by
Designer /Purchaser by concession and/or of repairs shall be recorded.

Repaired and reworked product shall be offered for re-inspection to


Consultant/Purchaser along with records of corrective action taken.

20.8.6 Contractor / Manufacturer shall not dispatch any equipment before inspection
and issue of Inspection Certificate & dispatch clearance from Purchaser /
Consultant.

20.9 Method of Undertaking Inspection & Testing by Purchaser/

776 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Consultant:

20.9.1 Method of Issuing Inspection Call to Purchaser / Consultant:

(i) Inspection call shall be given only on readiness of the equipment/


assembly/ sub-assembly and approval of all relevant drawings and QAP. In
case, equipment/ assembly/ sub-assembly offered for inspection are found not
ready, all the cost of visit of Purchaser / Consultant's engineer shall have to be
borne by the Contractor. Also, if the equipment/assembly/sub-assembly after
inspection found not acceptable, require rework and involve Consultant's
re-inspection, all the cost of such re-inspections shall also be borne by the
Contractor.

(ii) Inspection call shall be floated enclosing all documents like test
Certificates, Internal Inspection Reports, P.O., Sub-P.O., T.S., Approved QAP,
approved GA drawings/ data sheets and manufacturing drawings with a copy
of call letter. Inspection calls without above documents shall be ignored.

(iii) The supplier shall offer substantial quantities for economical


inspection consistent with the size of order.

20.10 Obligations of Contractor

20.10.1 The Contractor shall provide all facilities and ensure full and free access of
the Inspection Engineer of Purchaser/Consultant to the Contractor's or their
Sub-Contractor's premises at any time during contract period, to facilitate him
to carry out inspection & testing during or after manufacture of the product.

20.10.2 The Contractor shall delegate a Representative / Co-ordinator to deal with


Purchaser/Consultant on all inspection matters. Also, Contractor's
Representative shall be present during all inspection at Sub-Contractor's
works.

20.10.3 The Contractor shall comply with instructions of the Inspection Engineer fully
and with promptitude.

20.10.4 The Contractor / Sub-Contractor shall provide all instruments, tools,


necessary testing & other inspection facilities to Inspection Engineer free of
cost for carrying out inspection.
20.10.5 The cost of testing welds by ultrasonic, radiographic and dye penetration
tests etc. in the fabrication workshop shall be borne by the Contractor.
20.10.6 The Contractor shall ensure that the equipment/assembly/ component of the
plant and equipment required to be inspected, are not dismantled or
dispatched before inspection.

20.10.7 The Contractor shall not offer equipment for inspection in painted condition
unless otherwise agreed to in writing by Purchaser/Consultant.

777 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

20.10.8 The Contractor shall ensure that the equipment and materials once rejected
by the Inspection Engineer are not re-used in the manufacture of the plant
and equipment. Where parts rejected by the Inspection Engineer have been
rectified as per agreed procedures laid down in advance, such parts shall be
segregated for separate inspection and approval, before being used in the
work.

20.10.9 Performance test of any particular equipment which cannot be conducted /


demonstrated either partially / wholly at the manufacturer’s works, shall be
conducted after erection at site in presence of Purchaser / Consultant. In
such cases, prior approval of the Purchaser shall be obtained.

20.11.0 Stamping and Issue of Inspection documents

20.11.1 Inspection Memo

For stage inspection & for rejected items/items which do not conform to
Technical Specification in one or more quality characteristics requiring
rectification /rework, Inspection Memo shall be issued in standard form
indicating therein the details of observation & remarks. All the
non-conformities with respect to specification of the product shall be
indicated in the Inspection Memo for further control by Manufacturer.

20.11.2 Inspection Certificate

On satisfactory completion of final inspection & testing, all accepted plant &
equipment shall be stamped suitably and Inspection Certificate in standard form
shall be issued by the Inspection Engineer for the accepted items.

20.11.3 Inspection Waiver Certificate

For the waiver category of items pre-identified in the approved QAP, after
scrutiny of Contractor's Internal Inspection Report, Test Certificates and other
Documents as identified in QAP Consultant shall issue Inspection Waiver
Certificate after taking due consent of Purchaser.

20.12 General Clauses

20.12.1 Inspection & tests carried out by Purchaser / Consultant shall not absolve the
responsibility of the Contractor/Manufacturer to provide acceptable product
nor shall it preclude subsequent rejection.

Purchaser/ Consultant reserve the right to inspect any product at any stage of
manufacturing without prior notice to Contractor/Manufacturer beyond
pre-identified stages & hold points of approved QAP.

778 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

LIST OF SUPPLIERS OF MAJOR


BOUGHT-OUT ITEMS
(Appendix-I to Particular Job Specification of Work)

779 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Appendix-I

To Particular Job Specification of Work

LIST OF PROBABLE SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

A) Mainline & Mechanical

i) Pipes (1239/3589)

1. TISCO, Calcutta
2. Jindal Pipes, New Delhi
3. Ajanta Tubes, New Delhi
4. Gujrat Steel Tubes
5. Khandelwal

ii) Valve

a) Globe Valves

1) M/s BDK (New Delhi)


2) M/s Datre Corpn (Calcutta)
3) M/s KSB Pumps (New Delhi)
4) M/s L&T (New Delhi)
5) M/s Neco Schuber & Salzer Ltd. (New Delhi)
6) M/s Niton Valve (Mumbai)
7) M/s Ornate Valves (Mumbai)
8) M/s Panchavati Valves (Mumbai)
9) BHEL (Trichy), India
10) Econo Valves Pvt Ltd, India
11) Fouress Engg (I) Ltd (Aurangabad)
12) Guru Industrial Valves Pvt Ltd
13) Leader Valves Ltd, India
14) NSSL Ltd. (Neco Schubert & SalzerLtd)
15) Oswal Industries Ltd, India
16) Petrochemical Engineering Enterprises, India
17) Sakhi Engineers Pvt Ltd
18) Shalimar Valves Pvt Ltd
19) Steel Strong Valves India Pvt Ltd, India

b) Ball Valves

1. Larsen & Toubro, Chennai

780 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2. Virgo, Pune
3. Microfinish Valves, Hubli
4. Flow Chem, Ahmedabad

c) Check Valves

1. M/s Advance Valves Pvt. Ltd., Noida


2. M/s Aksons & Mechanical Enterprises, Mumbai
3. M/s Larsen & Toubro Limited (M/s Audco India Limited,
Chennai)
4. M/s AV valves Ltd., Agra
5. M/s BDK engineering India Ltd., Hubli
6. M/s BHEL,OFE&OE Group, New Delhi
7. M/s Datre Coroportion Limited, Calcutta
8. M/s Leader Valves Ltd., Jalandhar
9. M/s Neco schubert &Salzer Ltd., New Delhi
10. M/s Niton Valves Industries (P) Ltd., Mumbai
11. M/s Precision Engg.Co., Mumbai
12. Econo Valves Pvt Ltd, India
13. Fouress Engg (I) Ltd (Aurangabad)
14. KSB Pumps Ltd (Coimbattore), India
15. NSSL Ltd. (Neco Schubert & SalzerLtd)
16. Oswal Industries Ltd, India
17. Panchvati Valves & Flanges Pvt Ltd, India
18. Petrochemical Engineering Enterprises, India
19. Sakhi Engineers Pvt Ltd
20. Shalimar Valves Pvt Ltd
21. Steel Strong Valves India Pvt Ltd, India

d) Plug Valves

1. M/s Breda Energia Sesto Industria Spa, Italy


2. M/s Fisher Sanmar Ltd., Chennai
3. M/s Larsen & Toubro Ltd., New Delhi
4. M/s Nordstrom Valves, USA
5. M/s Serck Audco Valves, UK
6. M/s Sumitomo Corporation India Pvt. Ltd., New Delhi
7. M/s Z Corporation, Korea
8. M/s Steel Strong Valves India Pvt. Ltd., Navi Mumbai

iii) Flanges

1. M/s Aditya Forge Ltd., Vadodara

781 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2. M/s Amforge Industries Ltd., Mumbai


3. M/s CD Engineering Co., Ghaziabad
4. M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
5. M/s Echjay Industries Ltd., Rajkot
6. M/s Forge & Forge Pvt. Ltd., Rajkot
7. M/s Golden Iron & Steel Works, New Delhi
8. M/s JK Forgings, New Delhi
9. M/s Metal Forgings Pvt. Ltd., Mumbai
10. M/s Perfect Marketings Pvt. Ltd., New Delhi
11. M/s Sky Forge, Faridabad
12. M/s S&G, Faridabad
13. Chaudhry Hammer Works Ltd, India
14. JAV Forgings (P) Ltd, India
15. Kunj Forgings Pvt Ltd, India
16. MS Fittings
17. R.N. Gupta & Co. Ltd, India
18. R.P. Engineering Pvt Ltd, India
19. Sanghvi Forgings & Engineering Ltd
20. Shri Ganesh Forgings Ltd., India
21. Uma Shankar Khandelwal & Co., India

iv) Fittings

1. M/s Commercial Supplying Agency, Mumbai


2. M/s Dee Development Engineers Ltd.
3. M/s Eby Industries, Mumbai
4. M/s Flash Forge Pvt. Ltd., Vishakhapatnam
5. M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
6. M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
7. M/s Stewarts & Lloyds of India Ltd., Kolkata
8. M/s Teekay Tubes Pvt. Ltd., Mumbai
9. M/s Pipe Fit,Baroda
10. M/s Sky Forge, Faridabad
11. M/s S&G, Faridabad
12. M/s Sawan Engineers, Baroda
13. Eby Fasteners, India
14. Leader Valves Ltd, India
15. R.N. Gupta & Co. Ltd, India
16. Exten Engg Pvt Ltd
17. Sivananda Pipe & Fittings Ltd
18. Tube Products Incorporated

v) Gaskets

782 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

1. IGP Engineers (P) Ltd., Madras


2. Madras Industrial Products, Madras
3. Dikson & Company, Bombay
4. Banco Products (P) Ltd., Vadodara
5. Goodrich Gaskets Pvt Ltd
6. Starflex Sealing India Pvt Ltd, India
7. Teekay Meta Flex Pvt Ltd
8. UNIKLINGER Ltd

vi) Fasteners

1. Nireka Engg. Co. (P) Ltd., Calcutta


2. Precision Taps & Dies, Bombay
3. AEP Company, Vithal Udyoug Nagar
4. Fix Fit Fasteners, Calcutta
5. Precision Engg. Industries, Baroda
6. Echjay Forgings Pvt. Ltd., Bombay
7. Capital Industries, Bombay
8. Boltmaster India Pvt Ltd, India
9. Deepak Fasteners Limited, India
10. Fasteners & Allied Products Pvt Ltd, India
11. Hardwin Fasteners Pvt Ltd, India
12. J.J. Industries, India
13. Multi Fasteners Pvt Ltd, India
14. Nexo Industries, India
15. Pacific Forging & Fasteners Pvt Ltd, India
16. Pioneer Nuts & Bolts Pvt Ltd, India
17. Precision Auto Engineers, India
18. President Engineering Works, India
19. Sandeep Engineering Works, India
20. Syndicate Engineering Industries, India

vii) Welding Electrodes

1. For Mainline – Lincoln make


2. For Terminal – Lincoln & D&H or equivalent

viii) Fire Fighting Equipments

a) Fire Extinguishers

1. Avon Services (Production & Agencies) Pvt. Ltd., Bombay


2. Kooverji Devshi & Co., Bombay
3. Zenith Fire Services, Bombay

783 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

4. Safex Fire Services, Bombay


5. Reliable (Fire Protection) India Ltd., Bombay
6. Brij Basi Hi
7. tech Udyog
8. Bharat Engg Works, India
9. Gunnebo India Ltd
10. Nitin Fire Protection Industries Ltd, India
11. Supremex Equipments, India
12. Vimal Fire Controls Pvt Ltd., India

b) Fire Hydrants, Monitors, Deluge Valve, Nozzles

1. Zenith
2. Minimax
3. Newage
4. HD Fire
5. Vijay Fire
6. Asco Strumech Pvt Ltd, India
7. Brij Basi Hi
8. tech Udyog
9. Gunnebo India Ltd
10. Nitin Fire Protection Pvt Ltd
11. Shah Bhogilal Jethamal & Brothers
12. Venus Pumps & Engineering Works

c) RRL Hose

1. Jayshree
2. Newage

d) Hoses

1. Ashit Sales Corporation, Bombay


2. Royal India Corporation, Bombay
3. Gayatri Industrial Corporation
4. Simplex Rubber Products Ltd., Ahmedabad
5. Zaverchand Marketing Pvt. Ltd., Baroda
6. Presidency Rubber Mill, Calcutta
7. The Cosmopolite, Calcutta
8. Simplex Rubber Products, Thane

e) Hose Delivery

1. Chhatarya Rubber & Chemical Industries,

784 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2. Nitin Fire Protection Industries Ltd, India

f) Fire Hose Accessories

1. Asco Strumech Pvt Ltd


2. Brij Basi Hi-tech Udyog
3. Gunnebo India Ltd
4. Shah Bhogilal Jethamal & Brothers
5. Vimal Fire Controls Pvt Ltd., India

g) Fire Water Pumps (Main & Jockey)

1. Mather & Platt, Pune


2. Kirloskar Brothers Limited, Pune
3. Flowmore Limited, Gurgaon
4. KSB Pumps Limited, Pune
5 Beacon Weir Limited, Chennai

h) Diesel Engines

1. Cummins India
2. Greaves Cotton Limited
3. Kirloskar Oil Engines Limited

“T” TYPE STRAINER

1) M/s Gujarat Otofilt, Ahmedabad


2) M/s Genius Filters & Systems (P) Ltd., Vishakapatnam
3) M/s Delta Filters & Separators (P) Ltd., Navi mumbai
4) M/s Multitex Filters (P) Ltd., New Delhi
5) M/s Bhagwati Filters (P) Ltd., Ahmedabad
6) M/s Patel Filters Ltd., Ahmedabad
7) M/s Industrial Filtration Services
8) M/s Forum Filters & fabricators, Ankleshwar
9) M/s Filteration & Separation, Kalpavruksh
10) M/s Grand Prix Fab. (P) Ltd., New Delhi

B) Instrumentation

I) PRESSURE CONTROL VALVE

1) Fisher Xomox Sanmar Ltd.

785 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2) Mil Controls Limited


3) Samson Controls Pvt. Ltd.
4) Forbes Marshall, Pune
5) Instrumentation Ltd. Palghat.
6) L&T
7) Virgo

II) L.E. L DETECTION SYSTEM

1) Crowcon Detection Instruments Ltd


2) Detection Instruments (I) Pvt Ltd
3) Detector Electronics Corporation
4) MSA – Mines safety appliances.
5) Oldham France S.A.

III) CONTROL AND SIGNAL CABLES

1) M/s ASSOCIATED CABLES


2) M/s ASSOCIATED FLEXIBLES
3) M/s DELTON Cables Ltd, India
4) M/s BROOK
5) M/s KEI Industries Ltd INDIA
6) M/s Suyog Electricals Ltd, India
7) M/s Thermo Cables Ltd
8) M/s Udey Pyrocables Pvt Ltd, India

IV) ZENER BARRIERS/ISOLATORS

1) M/s MTL
2) M/s P & F

V) RTDs
1) M/s General Instruments Ltd., Mumbai
2) M/s Nagman Sensors (Pvt.) Ltd.
3) M/s Pyro Electric, Goa

VI) PRESSURE TRANSMITTERS & DIFF PRESSURE TRANSMITTER

1) M/s Fisher Rosemount (Emerson)


2) M/s Yokogawa
3) M/s Fuji

786 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

4) M/s Honeywell

VII) PRESSURE GAUGES, D. P. GAUGES & TEMPERATURES GAUGES

1) M/s AN Instruments Pvt. Ltd., New Delhi


2) M/s General Instruments Ltd., Mumbai
3) M/s WIKA

VIII) SS VALVES, SS TUBE & SS TUBE FITTINGS

1) M/s Swagelok (USA)


2) M/s Parker (USA)
3) M/s Sandvik, Sweden

IX) JUNCTION BOXES AND CABLES GLANDS


1) M/s EX-PROTECTA
2) M/s FLAMEPROOF CONTROL GEARS
3) M/s BALIGA
4) M/s FLEXPRO ELECTRICALS

X) PUSH BUTTONS/LAMPS:

1) L&T
2) SIEMENS

XI) MCB’S:

1) HAVELL’S
2) INDO ASIAN
3) MDS

XII) RELAYS:

1) OEN
2) JYOTI

XIII) POWER SUPPLY UNIT:

1) ELNOVA
2) APLAB

787 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

XIV) CONTROL ROOM EQUIPMENT / CONTROL PANEL &


ACCESSORIES

1) M/s Keltron Controls Ltd., Kerala


2) M/s RITTAL
3) M/s Pyrotech
4) M/s Positronics Pvt. Ltd.
5) M/s ABB Instruments Ltd., New Delhi
6) M/s Emerson Process Management (I) Pvt. Ltd.
7) M/s Rockwell Automation (I) Ltd., Ghaziabad
8) M/s Siemens Ltd.
9) M/s Tata Honeywell Ltd.

XV) INDICATORS/CONTROLLERS/RECORDERS

1) M/s ABB
2) M/s YBL
3) M/s EUROTHERN
4) M/s TATA HONEYWELL
5) M/s MASIBUS

XVI) ALARM ANNUNCIATOR

1) PROCON
2) IIC

XVII) PLC

1) M/s Siemens
2) M/s Yokogawa
3) M/s ABB
4) M/s Rockwell
5) M/s GE

XVIII LEVEL TRANSMITTERS cum GAUGES

1) M/s Emerson
2) M/s Yokogawa
3) M/s Fuji
4) M/s Honeywell
5) M/s SB Electronics
6) M/s LEVCON

788 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

7) M/s CHEMTROL

C) ELECTRICAL

Air Conditioner
1. O General
2. Daikin
3. Hitachi
4. Carrier
5. Voltas

Air Circuit Breaker


1. ABB
2. Siemens
3. Schneider
4. L&T
5. GE

Batteries (Lead Acid)


1. AMCO Batteries Ltd.
2. Exide Industries Ltd.
3. HBLNIFE Power System Ltd.
4. Amara Raja Batteries Ltd.

Batteries (Nickel Cadmium)


1. Amco Batteries Ltd.
2. HBLNIFE Power Systems Ltd.

Batteries Charger/DC-DC Converter


1. Amara Raja Power System(P)Ltd.
2. Chhabi Electricals Pvt. Ltd.
3. Caldyne Automatics Limited
4. HBL Nife Power Systems Ltd.

Cable – Fire Alarm & Communication Cables


1. Cords Cable Industries Ltd.
2. CMI
3. Delton cables Ltd.
4. ELKAY Telelinks
5. KEI Industries Ltd.
6. Reliance Engineers Ltd.

Cable – HT(XLPE)

789 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

1. Universal Cable Ltd.


2. KEI Industries Ltd.
3. NICCO Corporation Ltd.
4. Uniflex
5. Polycab.
6. Torrent cables Ltd.

Cable – LT Power and Control


1. Cords Cable Industries Ltd.
2. Universal Cable Ltd.
3. KEI Industries Ltd.
4. Havells.
5. Uniflex
6. Industrial cables
7. NICCO
8. Polycab
9. Torrent

Cable – Gland
1. Baliga
2. Comet
3. Flexpro
4. Flameproof
5. FCG
6. Electro Werke
7. Dowels

Cable – Lugs
1. Dowels
2. Jainson
3. Hex

Cable – Tray
1. Ercon Composites
2. Yamuna Power & Infrastructure Ltd.

Cable Termination and Jointing Kit


1. CCI
2. Raychem
3. M-Seal

Ceiling/Exhaust/Pedestal Fans & Circulators


1. Bajaj Electricals Ltd.
2. Crompton Greaves Ltd.

790 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

3. Khaitan Electricals Ltd.


4. Havell’s

Contractors – AC Power
1 Andrew Yule
2 ABB
3 BHEL
4 C&S
5 Havell’s
6 L&T
7 Schneider
8 Siemens Ltd.
9 Telemechanique

Control Transformer
1. AE
2. Indushree
3. Intra Vidyut
4. Kalpa Electrikals
5. Transpower Industries Ltd.
6. Siemens

DG Set
1. Sterling and Wilson.
2. GD ankalesaria.
3. Deev Genset.
4. Jackson
5. Sudheer Gensets.
6. Power Engineering(India) Pvt Ltd.

Earthing Materials
1. Rukmani Electrical & Components Pvt Ltd.
2. Indiana Grating Pvt Ltd.

Flame proof LDB’s/ JB,s/Control Station/ switches


7. FCG
8. Sudhir
9. Prompt Engineering Works
10. Flame Proof equipments pvt. Ltd.
11. Baliga Lighting Equipments Pvt. Ltd.
12. Flexpro Electricals Pvt. Ltd.

High Mast
1. Bajaj Electricals Limited

791 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2. Crompton Greaves Limited.


3. Philips India Limited
4. Surya Roshani
5. Transrail

High Voltage PCC/ MCC panels

1. BHEL
2. Siemens
3. Tricolite Electrical Industries
4. Schneider
5. CGL
6. L&T

High Voltage Vacuum Circuit Breaker

1. ABB
2. SIEMENS
3. L&T
4. Schneider
5. CGL
6. BHEL

Indicating Lamps
Alstom Ltd.
BCH
L&T Ltd.
Siemens Ltd.
5. Vaishno Electricals

Indicating Meters
1. ABB
2. AMCO
3. AE
4. Alstom Ltd. (EE)
5. Conzerv/Schneider
6. Elecon Measurement Pvt. Ltd.
7. HPL Electric & Power Pvt. Ltd.
8. MECO Instruments Ltd.
9. Minilec
10. Rishabh Instruments Pvt. Ltd.
11. Trinity energy system
12. kaycee
13. Salzer

792 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Lighting Fixtures
1. GE Lighting Pvt. Ltd.
2. Bajaj Electricals Ltd.
3. Crompton Greaves Ltd.
4. Philips India Ltd.

Lighting Fixtures - Flameproof


1. Bajaj Electricals Ltd.
2. Baliga Lighting Equipment Pvt. Ltd.
3. Crompton Greaves Ltd.
4. CEAG Flameproof Controlgear Pvt. Ltd.
5. Flexpro Electricals Pvt. Ltd.
6. Philips India Ltd.
7. Sudhir Switchgears Pvt. Ltd.
8. FCG.

Miniature Circuit Breakers (MCBs) and Lighting DB


1. ABB
2. Hagger
3. Havell’s India Ltd.
4. Indo Asian Fusegear Ltd.
5. Legrand
6. MDS Switchgear Ltd.
7. Schneider
8. Siemens Ltd.
9. HPL

Motors
1. Siemens
2. ABB
3. CGL
4. Alstom
5. BHEL
6. WEG

Moulded Case Circuit Breaker (MCCBs)


1. ABB
2. Andrew yule
3. Larsen & Toubro
4. Schneider
5. Siemens
6. GE

793 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

Protection Relays – Thermal


BCH
L&T Ltd.
Siemens Ltd.
4. Telemenchanique & Controls (India) Ltd.

Low Voltage Distribution Board PDB/ MLDB/ LDB/SLDB


1. ABB
2. Siemens
3. BCH
4. Havells
5. C&S
6. L&T
7. Tricolite Electrical Industries Ltd.
8. Pyrotech Electronics Pvt. Ltd.
9. Vidyut Control India Pvt. Ltd.
10. Adroit Control Engineers (P) Ltd.
11. Risha Control Engineers Pvt. Ltd.

Low Voltage Power and Motor Control Center PMCC/MCC Panel


1. ABB
2. BCH
3. C&S
4. L&T
5. Siemens
6. GE.
7. Tricolite Electrical Industries.

Low Voltage Power and Motor Control Center PMCC/MCC Panel(Upto


1000Amp)
1. Siemens
2. ABB
3. BCH
4. C & S
5. L&T
6. Tricolite Electrical Industries Ltd.
7. Pyrotech Electronics Pvt. Ltd.
8. Vidyut Control India Pvt. Ltd.
9. Adroit Control Engineers (P) Ltd.

Low Voltage Power and Motor Control Center IMCC/VFD Panel

794 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

1. ABB
2. Rockwell Automation
3. L&T
4. Siemens
5. Tricolite Electrical Industries
6. GE

Push Buttons
1. BCH
2. Alstom Ltd.
3. L&T
4. Siemens Ltd.
5. Telemenchanique & Controls (India) Ltd.
6. Vaishno Electricals

Switches-Control
1. BCH
2. Easum Reyrolle Relays & Devices Ltd.
3. Alstom
4. Kaycee Industries Ltd.
5. L&T
6. Siemens Ltd.

Switches – 5/15A Piano/ Plate, Switch Socket


1. Anchor Electronics & Electricals Pvt. Ltd.
2. Kingal Electricals Pvt. Ltd.
3. North-West Switchgear Ltd.

Switch Socket Outlets (Industrial)


1. Alstom Ltd.
2. Best & Cromption Engineering Ltd.
3. BCH
4. Crompton Greaves Ltd.
5. Essen Engineering Company Pvt. Ltd.

Solar Modules
1. Tata BP Solar (I) Ltd.
2. REIL, Jaipur.
3. CEIL, Sahibabad.
4. HBL.

Solar Street Lighting


1. Tata BP Solar (I) Ltd.

795 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

2. REIL, Jaipur.
3. CEIL, Sahibabad.
4. HBL.

Terminals Blocks
1. Connectwell
2. Controls & Switchgear Co. Ltd.
3. Elmex Controls Pvt. Ltd.
4. Essen Engineering Co. Pvt. Ltd.

Tranformers
1. ABB
2. Andrew Yule
3. Alostom
4. BHEL
5. Bharat Bijlee
6. Crompton Greaves
7. EMCO Ltd.
8. Intra Vidyut
9. Indushree
10. Kirloskar
11. Transformers & Rectifiers (I) Ltd.
12. Voltamp

UPS System and Inverter


1. EMERSON
2. APLAB
3. KELTRON
4. HI-REL
5. DUBAS

VAIRIABLE FREQUENCY DRIVE


1. ABB
2. Schneider
3. Allan Bradley (Rockwell Automation)
4. Siemens
5. L&T (Yaskawa)
6. Ansaldo

NOTE:- Item/Vendor, which are not listed above, shall be subject to prior
approval from Client/Consultant.

1) For procuring bought out items from vendors other than those listed

796 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

above, the same may be acceptable subject to the following: -

a) The vendor/ supplier of bought out item(s) is a manufacturer/ supplier


of said item(s) for intended services and the sizes being offered is in
their regular manufacturing/ supply range.

b) The vendor / supplier should not be in the Holiday list of GAIL /


MECON / other PSU.

c) Should have supplied at least one single random length (i.e. 5.5 meters
to 6.5 meters) for item assorted pipes / tubes and minimum 01 (One)
number for other item(s) (other than assorted pipes / tubes) of same
or higher in terms of size and rating as required for intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection


Certificate etc. for the above, along with their bids.

2) For any other item(s) for which the vendor list is not provided, bidders can
supply those item(s) from vendors/ suppliers who have earlier supplied same
item(s) for the intended services in earlier projects and the item(s) offered is
in their regular manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies,


Inspection Certificate etc.) along with their offer, however in case of
successful bidder, these documents shall required to be submitted by them
within 30 days from date of Placement of Order for approval to GAIL /
MECON.

3) The details of vendors indicated in this list are based on the information
available with MECON; Contractor shall verify capabilities of each vendor for
producing the required quantity with. PMC does not guarantee any
responsibility on the performance of the vendor. It is the contractor’s
responsibility to verify the correct status of vendor and quality control of each
party and also to expedite the material in time.

797 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

APPENDIX-II

QAP FOR BOUGHT OUT ITEMS

798 of 896
CONTRACTOR

ORDER No. & DATE


QUALITY ASSURANCE PLAN PROJECT

FOR
SUB-CONTRACTOR STRUCTURAL & MECHANICAL PACKAGE No.

EQUIPMENT
ORDER No. & DATE
Annexure-1 PACKAGE NAME

INSTRUCTIONS FOR FILLING UP: CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break-up of assembly / sub-
assembly & part / component or for group of equipment having the same specification. Code Description Code Description Code Description DOCUMENTS
2. Use numerical codes as indicated for extent of inspection & tests and submission of test certificates &
documents. Additional codes & description for extent of inspection & tests may be added as 1. Visual (Welding etc. ) 15. Leakage Test 30. Proving Test D1. Approved GA drawings
applicable for the plant & equipment. 2. Dimensional 16. Balancing test 31. Surface preparation & Painting D2. Information and other
3. Fitment & Alignment 17. Vibration Test 32. Manufacturer’s Test Certificates reference drg. / stamped
3. Separate identification number with quantity for equipment shall be indicated wherever equipment 4. Physical Test (sample) 18. Amplitude Test for bought out items drgs. Released for mfg.
having same specifications belonging to different facilities are grouped together. 5. Chemical Test (sample) 19. Sponge Test 33. IBR / Other Statutory agencies D3. Relevant catalogues
6. Ultrasonic Test 20. Dust / Water Ingress Test Compliance certificate D4. Bill of matl. / Item No. /
4. Weight in tonnes (T) must be indicated under column 5 for each item. Estimated weights may be
indicated wherever actual weights are not available. 7. Magnetic Particle Test (MPI) 21. Friction Factor Test 34. Internal Inspection Report by Identification
8. Radiography Test 22. Adhesion Test Contractor D5. Match mark details
9. Dye Penetration Test 23. Performance Test / 35. Hardness Test D6. Line / Layout diagram
10. Metallographic Exam Characteristic curve 36. Spark Test for Lining D7. Approved Erection
11. Welder’s Qualification & weld 24. No Load / Free running Test 37. Calibration procedures
ABBREVIATIONS USED : procedure Test 25. Load / overload Test 38. Safety Device Test D8. Unpriced sub P. O. with
12. Approval of Test and Repair 26. Measurement of speeds 39. Ease of Maintenance specification and
CONTR : CONTRACTOR procedure 27. Acoustical Test amendments, if any.
MFR : MANUFACTURER 13. Heat Treatment 28. Geometrical Accuracy D9. Calibration Certificates of
14. Pressure Test 29. Repeatability & Positioning all measuring Instruments
Accuracy and gauges

EQUI P MENT DETA ILS I N S P E C T I O N AND T E S T S


Acceptance Criteria
Test Certificates & REMARKS/
Description (with Expected Raw Material and inprocess Standards/IS/ BS/
Quantity Final Inspection / Test by documents to be SAMPLING
Sl. equipment heading, Identification Manufacturer’s Schedule stage inspection ASME/ Norms and
submitted to Mecon PLAN
No. place of use & brief No. Name & address of Final Documents
No./M T MFR CONTR. MECON MFR CONTR. MECON
specifications) Inspection

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

(QAP No. TO BE ALLOTED BY MECON)


No. Rev No.
For CONTRACTOR / SUB-CONTRACTOR
For MECON (Stamp & Signature) (Stamp & Signature) SHEET OF

799 of 896
ONTINUATION SHEET FORM No. 11.20(DQM) F-09 REV.
0

EQUIPMENT DETAILS INSPECTION AND TESTS


Acceptance Criteria
Test Certificates & REMARKS/
Description (with Expected Raw Material and inprocess Standards/IS/ BS/
Quantity Final Inspection / Test by documents to be SAMPLING
Sl. equipment heading, Identification Manufacturer’s Schedule stage inspection ASME/ Norms and
submitted to Mecon PLAN
No. place of use & brief No. Name & address of Final Documents
No./M T MFR CONTR. MECON MFR CONTR. MECON
specifications) Inspection

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

(QAP No. TO BE ALLOTED BY MECON)


No Rev No.
For CONTRACTOR / SUB-CONTRACTOR .
For MECON (Stamp & Signature) (Stamp & Signature) SHEET OF

800 of 896
CONTRACTOR

PROJECT
ORDER No. & DATE QUALITY ASSURANCE PLAN
FOR
SUB-CONTRACTOR ELECTRICAL EQUIPMENT PACKAGE No.
Annexure-2
ORDER No. & DATE PACKAGE NAME

INSTRUCTIONS FOR FILLING UP: CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break-up of assembly / sub-
assembly & part / component or for group of equipment having the same specification. Code Description Code Description Code Description DOCUMENTS
2. Use numerical codes as indicated for extent of inspection & tests and submission of test
certificates & documents. Additional codes & description for extent of inspection & tests may be 1. Visual 12. Routine test as per relevant 23. Short time rating D1. Approved GA drawings
added as applicable for the plant & equipment. 2. Dimensional IS / other standard 24. Operational & D2. Approved single line /
3. Fitment & Alignment 13. Type tests as per relevant IS / functional check schematic diagram
3. Separate identification number with quantity for equipment shall be indicated wherever 4. Physical Test (sample) other standard 25. Over speed Test D3. Catalogues / Approved
equipment having same specifications belonging to different facilities are grouped together. 5. Chemical Test (sample) 14. Impulse Test 26. Flame proof Test data sheet
6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance & creepage D4. Approved bill of materials
4. Weight in tonnes (T) must be indicated under column 5 for each item. Estimated weights may be
indicated wherever actual weights are not available. 7. Magnetic Particle Test (MPI) 16. Heat run test / temp. Rise Test distance D5. Unpriced P.O. copy
8. Radiography Test 17. Enclosure protection Test 28. Internal Inspection D6. Calibration Certificates of
9. Dye Penetration Test 18. Calibration report all measuring instruments
10. Measurement of IR value : 19. Noise & Vibration 29. Acceptance Test and gauges
ABBREVIATIONS USED :
a) Before HV Test 20. Test certificates for bought out
b) After HV Test components
CONTR : CONTRACTOR 11. High Voltage test / 21. Tank pressure Test
MFR : MANUFACTURER Dielectric test 22. Paint shade verification

EQUI PMENT DETA ILS I N S P E C T I O N AND T E S T S


Acceptance Criteria
Test Certificates & REMARKS/
Description (with Expected Raw Material and inprocess Standards/IS/ BS/
Quantity Final Inspection / Test by documents to be SAMPLING
Sl. equipment heading, Identification Manufacturer’s Schedule stage inspection ASME/ Norms and
submitted to Mecon PLAN
No. place of use & brief No. Name & address of Final Documents
No./M T MFR CONTR. MECON MFR CONTR. MECON
specifications) Inspection

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

(QAP No. TO BE ALLOTED BY MECON)


No.
For CONTRACTOR / SUB-CONTRACTOR REV.
For MECON (Stamp & Signature) (Stamp & Signature) SHEET OF

801 of 896
CONTINUATION SHEET
EQUIPMENT DETAILS INSPECTION AND TESTS
Acceptance Criteria
Test Certificates & REMARKS/
Description (with Expected Raw Material and inprocess Standards/IS/ BS/
Quantity Final Inspection / Test by documents to be SAMPLING
Sl. equipment heading, Identification Manufacturer’s Schedule stage inspection ASME/ Norms and
submitted to Mecon PLAN
No. place of use & brief No. Name & address of Final Documents
No./M T MFR CONTR. MECON MFR CONTR. MECON
specifications) Inspection

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

(QAP No. TO BE ALLOTED BY MECON)

No.
For CONTRACTOR / SUB-CONTRACTOR REV.
For MECON (Stamp & Signature) (Stamp & Signature) SHEET OF

802 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

APPENDIX-III

DATA SHEETS FOR MECHANICAL ITEMS

803 of 896
DATA SHEET FOR FOR SCHEDULE 80 SEAMLESS PIPE FOR 80 mmø

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION

1.01 ITEM DESCRIPTION PIPES

1.02 TYPE SCHEDULE 80

2.00 MANUFACTURING DETAILS

2.01 MAKE

2.02 BODY MATERIAL ASTM A106 GR. B

2.03 MAIN DIMENSION O.D. (mm) : 88.90

2.04 HYDROSTATIC TEST 2500 PSI

3.00 MATERIAL

3.01 PROCESS OF MANUFACTURE ELECTRIC ARC FURNACE

3.02 FULLY KILLED / RIMMED / SEMI-KILLED FULLY KILLED

CHECKED BY APPROVED BY REV. 0

804 of 896
DATA SHEET FOR FOR SCHEDULE 80 SEAMLESS PIPE FOR 40 mmø

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION

1.01 ITEM DESCRIPTION PIPES

1.02 TYPE SCHEDULE 80

2.00 MANUFACTURING DETAILS

2.01 MAKE

2.02 BODY MATERIAL ASTM A106 GR. B (2002)


O.D. (mm) : 48.30
2.03 MAIN DIMENSION
THICK (mm) : 5.08
2.04 HYDROSTATIC TEST 2500 PSI

3.00 MATERIAL

3.01 PROCESS OF MANUFACTURE ELECTRIC ARC FURNACE

3.02 FULLY KILLED / RIMMED / SEMI-KILLED FULLY KILLED

CHECKED BY APPROVED BY REV. 0

805 of 896
DATA SHEET FOR OPTICAL SMOKE DETECTOR

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
1.01 NAME OF EQUIPMENT PHOTO ELECTRIC SMOKE DETECTOR
1.02 TYPE INTELLIGENT ADDRESSABLE
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 DETECTOR MODEL
2.03 MANUFACTURING STD. IS/BS/OTHER EN 54 PART 7 (2000)
2.04 BASE MODEL
3.00 PRINCIPLE
3.01 DETECTION PRINCIPLE LIGHT SCATTERING
4.00 OPERATING
4.01 MAXIMUM STAND BY CURRENT (TYPICAL) 120 —A
4.02 MAIXIMUM PERMISSIBLE ALARM CURRENT(LED ON) 50 ma OR 24 VDC (LIMITED BY PANEL)
4.03 OPERATING VOLTAGE 8 to 30 VDC (Nominal 12/24 VDC)
5.00 MATERIAL OF CONSTRUCTION
5.01 BODY BAYBLEND FR110
6.00 OTHER FEATURES
6.01 TYPE OF MOUNTING SURFACE
6.02 DIMENSIONS
6.03 COLOUR PANTONE, WARM GREY 1C
6.04 WEIGHT
6.05 APPLICATION INDOOR
6.06 INDICATION ALARM : RED LED
6.07 HUMIDITY RANGE 5% TO 95% RH (Non condensing)
6.08 TEMPERATURE RANGE -30°C TO + 80°C
6.09 BI-COLOR LED GREEN : NORMAL , RED : ALARM

CHECKED BY APPROVED BY REV. 0

806 of 896
DATA SHEET FOR MULTI CRITERIA PHOTOELECTRIC SMOKE THERMAL DETECTOR

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
MULTI CRITERIA PHOTOELECTRIC
1.01 NAME OF EQUIPMENT
SMOKE OR THERMAL DETECTOR
1.02 TYPE INTELLIGENT ADDRESSABLE
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 DETECTOR MODEL
2.03 BASE MODEL
2.04 MANUFACTURING STANDARD EN54 5:2000
3.00 PRINCIPLE
3.01 DETECTION PRINCIPLE LIGHT SCATTENING & TERMISTOR
4.00 OPERATING
4.01 STAND BY CURRENT 65—A @ 24VDC(LED NO BLINK)
4.02 ALARM CURRENT MAX 80mA @ 24VDC (Limited by panel)
4.03 OPERATING VOLTAGE 8 TO 30 VDC (Nominal 12/24 VDC)
5.00 OTHER FEATURES
5.01 TYPE OF MOUNTING SURFACE
5.02 DIMENSIONS VTA
5.03 APPLICATION INDOOR
5.04 INDICATION ALARM CONDITION RED LED
5.05 HEALTHY CONDITION GREEN LED
5.06 HUMIDITY RANGE 5 % TO 95% (NON CONDENSING)
5.07 TEMPERATURE RANGE -30°C TO + 70°C
5.08 WEIGHT
5.09 MAX. WIRE GUAGE FOR TERMINALS 0.75mm2 TO 2.5mm2
6.00 MATERIAL OF CONSTRUCTION
6.01 BODY BAYBLEND FR110
6.02 COLOR PANTONE WARM GREY 1C

CHECKED BY APPROVED BY REV. 0

807 of 896
DATA SHEET FOR MANUAL CALL POINT

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
1.01 NAME OF EQUIPMENT MANUAL CALL POINT
1.02 TYPE CONVENTIONAL
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 MODEL
2.03 MANUFACTURING STANDARD EN54 PART-11
3.00 PRINCIPLE
3.01 MANUAL CALL POINT PRINCIPLE PRESS-TYPE RE-SETTABLE
4.00 OPERATING
4.01 OPERATING VOLTAGE 30VDC MAX
4.02 CURRENT CONSUMTION 2 Amps
5.00 OTHER FEATURES
5.01 TYPE OF MOUNTING SURFACE
5.02 WEIGHT 110G FLUSH , 160G SURFACE
5.03 DIMENSION HEIGHT : 93 MM, BREATH : 89 MM
5.04 OPERATING TEMPRATURE -10Û&72Û&
5.05 HUMIDITY 0-95% NON CONDENSING
5.06 COLOR RED
6.00 APPROVALS / ACCEPTANCES TEST CERTIFICATE

APPROVED REV. 0
CHECKED BY
BY

808 of 896
DATA SHEET FOR MANUAL ABORT

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
1.01 NAME OF EQUIPMENT MANUAL ABORT
1.02 TYPE CONVENTIONAL / DEAD MAN TYPE
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 MODEL
2.03 MANUFACTURING STANDARD EN54 PART-11
3.00 PRINCIPLE
3.01 MANUAL CALL POINT PRINCIPLE PRESS-TYPE RE-SETTABLE
4.00 OPERATING
4.01 OPERATING VOLTAGE 30VDC MAX
5.00 OTHER FEATURES
5.01 TYPE OF MOUNTING SURFACE
5.02 WEIGHT 110G FLUSH , 160G SURFACE
5.03 OPERATING TEMPRATURE -10Û72Û&
5.04 HUMIDITY 0-95% NON CONDENSING
5.05 COLOR YELLOW
6.00 APPROVALS / ACCEPTANCES TEST CERTIFICATE

APPROVED REV. 0
CHECKED BY
BY

809 of 896
DATA SHEET FOR HOOTER WITH FLASHER

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
1.01 NAME OF EQUIPMENT HOOTER WITH FLASHER
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 MODEL
3.00 OTHER FEATURES
3.01 DIMENSIONS
3.02 OPERATING VOLTAGE 16 TO 33 VDC
3.03 INPUT TERMINAL WIRE GUAGE 12 AWG TO 18AWG
3.04 CABLE ENTRY 20MM DIA
3.05 STROBE FLASH RATE 1 FLASH PER SEC
3.06 COLOUR RED
3.07 TYPE OF MOUNTING WALL MOUNT
3.08 STANDARD OPERATING TEMPRATURE 0Û&72Û&
3.09 HUMIDITY RANGE 10% TO 93 NON CONDENSING
3.10 LOCATION IN DOOR
3.11 AUDIABLE RANGE 88+ dba AT 16 volts
4.00 APPROVALS / ACCEPTANCES TEST CERTIFICATE

APPROVED REV. 0
CHECKED BY
BY

810 of 896
DATA SHEET FOR
FIRE ALARM AND GAS RELEASE PANEL

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
FIRE ALARM AND GAS RELEASE
1.01 NAME OF EQUIPMENT
PANEL
1.02 TYPE ADDRESSABLE
2.00 MANUFACTURING DETAILS
2.01 MAKE
2.02 MODEL
2.03 MANUFACTURING STANDARD
2.04 MIMIC DIAGRAM A3 SIZE
2.05 ONLINE WEIGHING SYSTEM YES
3.00 OPERATING
3.01 OPERATING VOLTAGE AC : 230V
CURRENT IN NORMAL CONDITION 350MA
3.02
CURRENT IN ALARM CONDITION 900MA (WITHOUT LOAD)
3.03 SYSTEM VOLTAGE 24 VDC
5.00 OTHER FEATURES
5.01 TYPE OF MOUNTING WALL
5.02 DIMENSIONS
5.03 COLOR S. GRAY
5.04 PROTECTION AS PER IP52
5.05 CABLE ENTRY BOTTOM
5.06 APPLICATION INDOOR
5.07 HUMIDITY RANGE 85% NON CONDENSING
5.08 TEMPERATURE RANGE MAX 50Û&
6.00 MATERIAL OF CONSTRUCTION
6.01 BODY MILD STEEL
6.02 DOOR THICKNESS 3mm
6.03 GLAND PLATE THICKNESS 3mm
6.04 BODY THICKNESS 2mm
SEMI GRAY, SEMI GLOSS, MATT,
6.05 COLOR
POWDER COATTED PRIOR TO BAKING

CHECKED BY APPROVED BY REV. 0

811 of 896
DATASHEET FOR 2 x 1.5 MM2 CU. ARMOURED FRLS CABLE

SR.
DESCRIPTION TECHNICAL SPECIFICATION
NO.
1.00 MATERIAL IDENTIFICATION
1.00 MANUFACTURER
2.00 TYPE OF CABLE SIGNAL
3.00 CONDUCTOR TYPE STRANDED PLANE COPPER

4.00 CONDUCTOR STANDS / DIA mm 8130/84


5.00 INSULATION MATERIAL HR PVC TYPE C
6.00 INSULATION THICKNESS MM 0.6
7.00 INSULATION CORE COLOURS BLUE - BLACK - BROWN
8.00 INNER JACKETED MATERIAL PVC FRLS
9.00 INNER JACKETED MATERIAL THICKNESS MM 0.3
10.00 INNER JACKETED MATERIAL COLOUR BLACK
MAXIMUM DC RESISTANCE OF CONDUCTOR
11.00 12.1
OHM / KM
12.00 OUTER JACKETED MATERIAL PVC FRLS
OUTER JACKETED MATERIAL THICKNESS
13.00 1.24 (MIN)
MM
14.00 OUTER JACKETED MATERIAL COLOUR RED
15.00 ARMOUR TYPE G.I. STELL / WIRE
16.00 ARMOUR DIV / THICKNESS MM 0.9
17.00 INSULATION RESISTANCE MOHM / KM 10
18.00 OVER ALL DIAMETER ± 2 MM 12
19.00 APPROXIMATE WEIGHT OF CABLE KG/KM 275
20.00 MUTUAL CAPACITANCE NF/KM <250
21.00 INSULATION RESISTANCE MOHM/KM 10
22.00 SCREEN ALUMINIUM MYLAR TAPE
23.00 APPROVALS / ACCEPTANCES TEST CERTIFICATE

APPROVED REV. 0
CHECKED BY
BY

812 of 896
DATA SHEET FOR SAFETY TORCH

SR. NO. DESCRIPTION TECHNICAL SPECIFICATION

1.00 MATERIAL IDENTIFICATION


1.01 Certification ISI, PECO (CCOE) ,BIS , CIMFR
1.02 Battery Type Rechargeable, Lithium Ion
Body Material Aluminum/Fibre (Flameproof)
2.01 Lighting Type LED
2.02 IP Rating IP66
Charger 230V AC
2.00 ACCESSORIES:
Heavy Duty Fabric Pouch With Belt Loop

REV. 0 CHECKED BY APPROVED BY

813 of 896
DATA SHEET FOR COTTON HAND GLOVES

SR. NO. DESCRIPTION TECHNICAL SPECIFICATION

1.00 Technical Specification


1.01 Material Cotton
1.02 Color White
1.03 Size S, M, L, XL
2.00 Test Certificate Material Quality
GAIL Logo
3.00 Marking
Supplier indentify

REV. 0 CHECKED BY APPROVED BY

814 of 896
DATA SHEET FOR EAR PLUG

SR. NO. DESCRIPTION TECHNICAL SPECIFICATION

1.00 STANDARD AS/NZS 1270 Class 3


2.00 Technical Specification
Plug — polyurethane foam
2.01 Material
Cord – polyester
2.02 Noise Level SLC80 Rating 21dB
2.03 Cup Material Soft Vinyl Foam
Material Quality
3.00 Test Certificate
Noise Attenuation
GAIL Logo
4.00 Marking Supplier indentify
Date & Year of Manufacturing

REV. 0 CHECKED BY APPROVED BY

815 of 896
DATA SHEET FOR EAR MUFF

SR. NO. DESCRIPTION TECHNICAL SPECIFICATION


IS 9167-1979 Reaffirmed 2002 and IS 6229-1980 reaffirmed
1.00 STANDARD
1995
2.00 Technical Specification
2.01 Material Polypropylene / PVC Material containing polyurethane foam
2.02 Noise Level 20 to 25 dB
2.03 Cup Material Soft Vinyl Foam
Material Quality
3.00 Test Certificate
Noise Attenuation
GAIL Logo
4.00 Marking Supplier indentify
Date & Year of Manufacturing

REV. 0 CHECKED BY APPROVED BY

816 of 896
OWNER: GAIL (India) LIMITED
CONSULTANT: MECON LIMITED
PROJECT:

CONTRACTOR:
DOC. TITLE: TECHNICAL DATA SHEET OF FIRE EXTINGUISHER

C. PORTABLE EXTINGUISHERS – 2.0Kg Clean Agent

1 Name of Supplier :
2 Type of Extinguisher : Portable Low Pressure
3 Capacity : 2.0 Kg.
4 Test Pressure for Extinguisher body : 35 Bar
5 Burst Pressure for Extinguisher body: 55 Bar
6 Whether handle provided : Yes
7 Chemical charge : a) HFC227ea Clean Agent Gas
b) Dry Nitrogen Gas
8 Volume Expansion space provided : Yes -15 kgf/cm²
9 Safety pin provided : Yes
10 Pressure Gauge : 0 to 28kg Rating

11 Material of Construction
a) Cylinder : M.S. Sheet As Per IS:513 Gr.D, 1.5mm Thick
b) Neck Ring : M.S. Seamless IS 1239 Part 1/ IS 2062
c) Squeeze Grip Valve : Brass Forge to Gr. FLB of lS: 6912
d) Control Nozzle : ABS Plastic as per Annex. B of IS 15683
e) Syphon tube : PVC

12 Dimensions
a) Max. Dia of Extinguisher : 108+ 5mm
b) Overall height of Extinguisher : 300+10mm
13 List of Accessories Provided : Wall mounting Brackets and Screws.
14 Necessity and condition of filling : As per IS 2190
15 Codes and Standards followed : IS 15683
16 Max. Effective range when tested
in still air : More than 2 mtr.
17 Duration of discharge - Min period
for which throw of Jet will be
maintained & % of discharge : 8 Seconds & 95% discharged
18 Anti Corrosive Treatment : Phospheting & Powder coating - Inside & Outside
19 Fire Rating : 1A - 8B
Temp Range : -200 to +550
20 Empty Weight : 1.5kg. approx.
21 Weight of One Extinguisher (Filled) : 3.5 Kg. approx.

22 Colour : Red as per Shade No. 536/538 of IS 5


23 First charge of chemical supplied : Yes
24 Whether Approved By BIS : Yes
25 Marking : ISI Marked as per cl. No. 10.2 of IS: 15683
26 Approval : BIS Certificate

817 of 896
OWNER: GAIL (India) LIMITED
CONSULTANT: MECON LIMITED
PROJECT:

CONTRACTOR:
DOC. TITLE: TECHNICAL DATA SHEET OF FIRE EXTINGUISHER

A. PORTABLE EXTINGUISHERS –CO2-4.5Kg

1 Name of Supplier :
2 Type of Extinguisher : High Pressure
3 Capacity - Portable : 4.5 Kg.
4 Fire Rating : 21B
5 Test Pressure for cylinder : 250 kgf/cm²
6 Brust Pressure of Hose : 140 kgf/cm² (without control discharge)
7 Gas Storage Pressure : 68 ± 5 kgf/cm²
8 Whether safety release provided : Yes. Safety device inbuilt in discharge valve
conforming to IS 5903
9 Whether handle provided : Yes
10 Chemical charge : Liquefied Co2 gas as per IS 15222
11 Pressure rating of Control Valve : As per IS 3224
12 Volume Expansion Space Provided : Yes
13 Material of Construction
a) Cylinder : Seamless Manganese Steel - as per IS7285
b) Control Valve : Brass as per IS 3224 Sq./ Wheel Grip type
c) Siphon Tube : Aluminium – as per IS 738
d) Discharge Horn : Polythene/ Fiber Glass (Non Electric Conductor)
e) Carrying Handle : M.S.
14 Dimensions
a) Max. dia of extinguisher : 139.0 ± 2 mm
b) Thickness of cylinder shell : 4.0 mm
c) Overall height of the
extinguisher (up to cylinder neck) : 585 ± 10 mm
d) Length of Hose : 1 Mtr
e) Bore of Hose : Not less than 10 mm
f) Filler Opening : 25.4 mm
15 Empty Weight : 11.2 kg. approx.
16 Weight of One Extinguisher (Filled) : 15.7 kg. approx.
17 List of Accessories Provided : Hose with Horn, Handle, Wall mounting Brackets
and Screws.
18 Necessity and condition of filling : As per IS 2190
19 Codes and Standards followed : IS 15683
20 Whether approved by BIS : Yes
21 Filling Ratio : Less than 0.667
22 Max. effective range when
Tested in still air : More than 2 Mtr. & 95% discharged.
23 Effective discharge time : 8 Seconds (Minimum)
24 Anti Corrosive Treatment : Phospheting & Powder coating inside & outside
25 Colour : Red as per Shade No. 536/538 of IS 5
26 Marking : ISI Marked
27 Approval : CCOE Nagpur & BIS Certificate

818 of 896
OWNER: GAIL (India) LIMITED
CONSULTANT: MECON LIMITED

PROJECT:
CONTRACTOR:
DOC. TITLE: TECHNICAL DATA SHEET OF FIRE EXTINGUISHERS

B. PORTABLE FIRE EXTINGUISHERS –9.0Kg DCP PRESSURE TYPE

1 Name of Supplier :
2 Type of Extinguisher : Portable Low Pressure
3 Capacity - Portable : 9.0 Kg.
4 Fire Rating : 4A – 34B
0 0
5 Temp Range : -20 Cto +55 C
6 Test Pressure for Extinguisher body : 35 Bar
7 Brust Pressure for Extinguisher body: 55 Bar
8 Whether handle provided : Yes
9 Chemical charge : a) Potassium Bi Carbonate Base dry chemical powder
b) Dry Nitrogen Gas
10 Volume Expansion space provided : Yes
11 Safety pin provided : Yes
12 Material of Construction
a) Cylinder Body : M.S. Sheet –IS 513 Grade D 1.5mm Thick
b) Neck Ring : M.S. Seamless-IS 1239 Part 1/IS 2062
b) Discharge Valve body : Brass Forge to Gr. FLB of IS 6912
c) Siphon Tube : PVC / Aluminium
c) Discharge Hose : PVC Braided Hose
d) Discharge Nozzle : Plastic
12 Dimensions
a) Max. dia of extinguisher : 175 ± 10 mm
b) Overall height of the extinguisher : 530± 25 mm
c) Length of Hose (approx) : 655 ± 25 mm
d) Bore of Hose : Not less than 10 mm
e) Dia of Nozzle : 4mm
13 Pressure Gauge : 0 to 28 Kg Rating
14 Empty weight : 4.2 Kg. approx..
15 Weight of One Extinguisher (Filled) : 13.2 Kg. approx.
16 First Charge of Chemical supplied : Yes
17 List of Accessories Provided : Wall mounting Brackets and Screws.
18 Necessity and condition of filling : As per IS 2190
19 Codes and Standards followed : IS 15683
20 Whether approved by BIS : Yes
21 Max. Effective range when tested
in still air : More than 6 mtrs.
22 Minimum period for which throw as
Jet will be maintained : 8 Seconds & 90% Discharge
23 Colour : Fire Red as per Shade No. 536/538 of IS 5
24 Marking : All fire extinguishers will be marked as per Cl. No. 10.2 of
IS 15683
25 Approval : BIS Certificate

819 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

APPENDIX-IV

INSPECTION CATEGORIZATION PLAN FOR FIRE FIGHTING ITEMS

SI. Item Description Unit Inspection Inspection Inspection


No. Category Category Category
TPIA Contractor PMC

5.0 Fire Fighting

5.1 CO2 Extinguisher Nos. C N/A C

5.2 DCP Extinguisher Nos. C N/A C

5.3 Clean agent type fire extinguisher Nos. C N/A C

5.4 Fire Suppression Clean agent system LS B N/A C

5.5 Fire Detection and Alarm System LS B N/A C

5.6 Linear heat sensing cable Mtrs. C N/A C

5.7 FRLS cables Mtrs. C N/A C

5.8 Assorted Pipes Mtrs. B N/A C

5.9 Flanges Nos. B N/A C

5.10 Fittings Nos. B N/A C

5.11 Valves Nos. A N/A B

5.12 Strainer Nos. B N/A B

5.13 Studs Lot C N/A C

5.14 Gaskets Nos. C N/A C

5.15 Water Monitor Nos. B N/A C

5.16 Water Cum Foam Monitor Nos. B N/A C

5.17 High Volume Long Range Monitor Nos. A N/A B

5.18 Double Headed Hydrant Valve Nos. B N/A C

5.19 Hose Pipe Nos. B N/A C

5.20 Instantaneous Male & Female Coupling Nos. C N/A C

5.21 Hose Reel Nos. B N/A C

820 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

5.22 Hose Cabinet Nos. C N/A C

5.23 Branch Pipe With Nozzle Nos. C N/A C

5.24 Deluge Valve and Accessories Nos. B N/A B

5.25 Spray Nozzle Nos. B N/A C

5.26 QBD Nozzle Nos. B N/A C

5.27 Orifice Plate Nos. C N/A C

5.28 Chain Pulley Block Nos. B N/A C

5.29 Wrapping Coating Material RM C N/A C

5.30 Pressure Safety Valve Nos. B N/A C

5.31 Fixed and Portable MEFG/HEFG Nos. B N/A C

5.32 ILBP Nos. B N/A C

5.33 AAAF Foam Solution Nos. C N/A C

5.34 Foam Tank Nos. B N/A C

5.35 Foam Pump Nos. A N/A B


Foam maker/Chamber with Vapour Seal
5.36 Nos. B N/A C
Chamber
5.37 Revolving Head/Branch Pipe Nos. B N/A C

5.38 Foam Deflector Nos. B N/A C

5.39 Fire Water Pumps Electric Driven & Diesel Driven Nos. A N/A B

5.40 Rim Seal Protection for Oil Storage Tank Nos. B N/A B

5.41 Mechanical Seal for Oil Storgae Tank Nos. B N/A B

A - Stage-wise Inspection + Final Inspection + Document Review as per approved MTC / QAP
B - Final Inspection + Document Review as per approved MTC / QAP
C - Document Review as per approved MTC / QAP

TPI - Third Party Inspection Agency


QAP shall be prepared by vendor / laying contractor and shall be submitted for
approval
All materials to be procured from MECON approved vendor inline with tender conditions.

821 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

APPENDIX - V
THIRD PARTY INSPECTION AGENCY

Contractor shall appoint anyone of the following TPIA for inspection purpose, wherever
required as per tender document. Contractor has to propose minimum 4 nos. of below listed
agencies to be approved by GAIL / MECON:

a) Lloyd Register of Industrial Services


b) Technische Ulierwachungs Verein (TUV)
c) Det Norske Veritas (DNV)
d) AB-Vincotte
e) Bureau Veritas
f) SGS
g) American Bureau Services
h) Velosi Certification Services
i) Certification Engineers International Limited(CEIL)

Apart from inspection by TPIA, inspection may also be performed by MECON / GAIL’s
personnel.

822 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

APPENDIX - VI

Following Datasheet/Drawing/Documents need to be submitted by the Vendor for our


review and approval for Fire Protection system. However, if any drawings/documents are
not listed below and required to review the complete documents than it will be
communicated to Vendor during Detail Engineering.

1. Datasheet of various items of Fire Alarm & Detection System


2. Datasheet of various items of Clean Agent Gas Suppression System
3. Datasheet of various safety Equipments
4. Fire Alarm & Detection Layout
5. Design Gas Calculation
6. Design Philosophy
7. Software Gas Flow Calculation
8. Manifold Drawing (Directional Valve & Cylinder Manifold)
9. Cylinder Mounting Rack
10. P & ID of Clean Agent Inert Gas System
11. Schematic Diagram of Clean Agent Inert Gas system
12. Piping & Isometric Drawing
13. Electrical Cabling Drawing
14. Cable Tray Layout
15. Nozzle Coverage Area Drawing
16. Write up of fire Alarm Detection and Clean Agent Gas suppression System
17. Painting Procedure
18. Testing & Commissioning Procedure
19. WPS
20. Inspection Test Plan etc.

APPENDIX - VII

823 of 896

FIRE PROTECTION SYSTEM

FOR
MECON LIMITED
GAIL ( INDIA) Ltd. SRIKAKULAM - ANGUL PIPELINE PROJECT ( PART-B)

DRAWINGS

824 of 896
825 of 896
826 of 896
827 of 896
828 of 896
829 of 896
830 of 896
831 of 896
832 of 896
Annexure-X
to
Particular Job Specification
(PIPELINE INFORMATION MANAGEMENT
SYSTEM)

833 of 896
PARTICULAR JOB SPECIFICATION (PJS)
PIPELINE INFORMATION MANAGEMENT SYSTEM (PIMS)

834 of 896
CONTENTS

1.0 INTRODUCTION

2.0 WORK TENDERED

3.0 SCOPE OF WORK

4.0 SCOPE OF SUPPLY

5.0 SITE VISIT

6.0 PRIORITIES

7.0 CONFLICT / DISPUTE

Appendix-I : GENERAL TECHNICAL SPECIFICATION (GTS) FOR PIMS

Appendix-II : RESPONSIBILITY MATRIX

Appendix-III : PROJECT EXECUTION ORGANOGRAM

Appendix-IV : PIPELINE SCHEMATIC ROUTE DIAGRAM

Appendix-V : CHECK LIST FOR TECHNICAL SPECIFICATION

835 of 896
1.0 INTRODUCTION

1.1 GAIL (India) Limited, a public sector under Petroleum ministry, intends to develop Natural
Gas Transmission & Distribution Networks for Srikakulam (Andhra Pradesh) to Angul
(Odisha) Natural Gas Pipeline Project and its Spurlines in the state of Odisha and Andhra
Pradesh for industrial consumers as well as City Gas Distribution System (CGD).

M/s GAIL (INDIA) LIMITED has awarded MECON LIMITED, the project management
consultancy services of laying 24”/18”NB x 423 Kms (approx) Mainline (Part-A) from Angul
to Srikakulam along with its 18”/12”NB x 300 Kms (approx) Spurlines (Pat-B) for
transportation and distribution of Natural Gas in the state of Odisha & Andhra Pradesh.

1.2 Present tender envisages laying of 18”/12” NB x 322 Km (approx.) spurline . Pipeline will
originate from IP Station-04 ( Srikakulam – Angul Pipeline –Part A at Ch. 341.0 Km) cum
Dispatch Terminal at Ch. 0.00 Km to Receiving Terminal at Utkal Alumina at Ch.190.8 Km
and 12’’ NB dia x 68.3 Km ( approx.) & 62.97 Km ( approx.) Consumer connectivity
pipeline will originate from SV-06S & SV-07S Cum Dispatch Terminal to consumers
Vedanta and Nalco respectively
The schematic of the pipeline network is enclosed as drawing no.
MEC/23V9/05/28/M/000/0022, Rev-0

1.3 This document covers details of work tendered, scope of work, scope of supply and other
requirements pertaining to pipeline and associated facilities. All works and clauses of this
document shall be applicable to all sections unless specifically mentioned otherwise.

Details of associated Civil, Architecture, Structural, Mechanical, Piping, Instrumentation,


Cathodic Protection, Telecom, Electrical, Corrosion Monitoring and Fire protection works
etc. are covered elsewhere in the Bid document.
.
2.0 WORK TENDERED

Work tendered as a part of this Bid document consists of supply of materials as required,
installation, testing, pre-commissioning of pipeline, preservation, drying and commissioning.
The work includes installation of pipeline and related piping works at despatch terminal,
receiving terminal and all associated mechanical, civil, architectural, structural, cathodic
protection, electrical, instrumentation, corrosion monitoring ,PIMS ,telecom and fire fighting
works at Stations along the route etc.

2.1 The details of proposed work are as under:

836 of 896
2.1.1 The brief scope of work for Part- B, broadly consist of Laying, Testing and
Commissioning of 18”NB x 48 Kms (approx) and 12”NB x 274 Kms (approx) pipeline in the
state of Odisha & Andhra Pradesh including all associated works for transportation of
Natural Gas (dry)/ R-LNG.
The said work has been divided into following Four (04) sections as given below:

Sl. Section Description of pipeline Facilities Envisaged State


No D/T SV IP R/
. T
1 Section I 18" x 48Km Approx. Laying 01 01 01 00 ANDHRA
, terminal & Associated PRADESH/O
works from DT at Ch. 0.00 DISHA
(Tap-off from IP-04 of
Srikakula –Angul Pipeline -
Part A at Ch. 341.0 Km) to
IP-01S ( Ch. 48.0 Km
approx.)
2 Section II 12" x 142.8 Km Approx. 00 07 00 01 ANDHRA
Laying , terminal & PRADESH/O
Associated works from IP- DISHA
01S ( Ch. 48.0 Km approx.)
to RT - Utkal Alumina (
Ch. 190.8 Km approx.) but
excluding terminal works at
IP-01S , Station Piping Works
for Dispatch Stations at SV-
06S & SV-07S
3 Section III 12" x 68.3 Km Approx 01 03 00 01 ODISHA
Laying, terminal &
Associated works from SV-
06S (Ch. 158.4 Km approx.)
to Consumer Vedanta (Ch.
68.3 Km approx.) Including
Station Piping works for
Dispatch station at SV-06S
4 Section IV 12" x 62.97 Km Approx 01 03 00 01 ODISHA
Laying, terminal &
Associated works from SV-
07S (Ch. 178.4 Km approx.)
to Consumer Nalco (Ch.
62.97 Km approx.)
Including Station Piping

837 of 896
works for Dispatch station at
SV-07S

Contractor shall be required to deploy separate teams and hardware for each part.

The work includes providing solution and services for implementation of web based and GIS based
Pipeline information management system for pipeline projects of CLIENT including setting up of office
in each part and support offices at Delhi/ NCR along with all requisite equipment/ tools/ consumables,
trained manpower, GIS survey/ mapping, transferring/ conversion of data collected from owner for
pre-construction, construction and post construction activities, as-built drawings of stations and
mainline integration of different activities/ functions in electronic form including training of applications
to owner’s personnel, handing over software/ solution Application developed with requisite license
and use for owner personnel’s complete in all respect as per scope of work/ SCC and as per direction
of Engineer-in-charge.

The scope of work also includes supply of GPS instruments and computer hardware with complete
accessories and peripherals for PIMS application display as per tender including training to owner’s
personnel and final hand over to owner’s personnel.

The Web & GIS based pipeline information management system shall be capable of archiving various
data related to pre-construction, supply, inspection, delivery, construction, hydro testing,
commissioning, as-built drawing for mainline & stations, RoU related data, material management data
in electronic format which can be used in future for the development of maintenance and operation
modules and to respond emergency situation during operation and maintenance.

2.2 Contractor shall deploy separate teams with all equipment/ hardware/ software for each part. Work on
all the parts shall proceed simultaneously. There may be separate laying contractors for each pipeline
as well as their terminals. Though MECON/ CLIENT shall endeavor to facilitate PIMS contractor to
get all the documents from the concerned parties. However it shall be the sole responsibility of PIMS
contractor to obtain all the documents from the concerned parties. The PIMS contractor has to
interact/ liaison with the laying contractors of pipeline, terminals as well as CLIENT & MECON to get
the documents. The complete scope of work tendered has been divided into parts / sections as given
elsewhere in the tender:

2.3 Owner intends to have a Web based and Licensed Arc GIS based management system which can
archive various data related to pre-construction, supply, inspection, delivery, construction, hydro-
testing, and commissioning, as built drawings for mainline and stations in electronic format which can
be used in future for the development of maintenance and operation modules and to respond
emergency situations during operation and maintenance stage.

2.4 The detailed route survey for the pipeline project has already been completed. The scope of
work shall cover development of GIS based management system for above surveyed pipeline
route. The contractor shall carry out development and customization of GIS based
management system for planning, execution, operation and maintenance controls, on a specified
format using standard and approved quality control parameters.

2.5 The scope of work consists of the requirements mentioned in t h i s document, enclosed standard
specifications, Schedule of Rates and as mentioned elsewhere.

838 of 896
2.6 The design of the software & data formats will be done in consultation CLIENT/ MECON at
Delhi office during the process of supply of software. Data input by successful bidder will start only
after finalization of software design & data formats. The Complete package along with data &
Licenses will be handed over to CLIENT after Integration of data into the system.

2.7 Successful bidder will hand over all data to CLI EN T af ter integrating and giving an undertaking
about authenticity of data certifying that all logged in data are as per requirement of the
tender and are 100% true.

2.8 Owner has the right to crosscheck the authenticity of data being uploaded in PIMS & also
check the integration & final presentation of the composite data to his satisfaction, as and when
desired.

2.9 The development of GIS based management system shall be customized to suit owner’s
requirement on technical, organizational, training, operational, information management system
area and integration with existing/proposed organizational systems for planning, control and
information management, using suitable software.

2.10 Carryout interpretation and integration of all physical features. Symbolization/ legend structure,
layering, edge matching, topological integrity, database linking, incorporation of processing
techniques for attribute allocation etc.

2.11 The PIMS agency shall provide the details of the required hardware & software specifications
including but not limited to server, storage, backup infrastructure, licenses, required bandwidth,
monitor, scanner, printer and any other hardware etc. as required for storing the centralized data for
effective functioning of the software application at owner’s place at Noida/ Delhi. Above information
shall be provided keeping in view future scalability of users, data etc. for a minimum of next 5 years.

2.12 PIMS application shall support virtualization platform (Vmware, Hyper V, Citrix etc.)

2.13 Bidder shall provide dedicated application support team, certified database administrator(DBA) during
project implementation, warranty and support phase for any application related issues/ changes,
configurations, database level troubleshoot and day-to-day operation like online data backup/
restoration, Database changes, database migration, database monitoring etc.

2.14 Role base access for the application and database shall be configured to avoid unauthorized access
and which can be used for monitoring and analysis of logs.

2.15 PIMS application shall have multi browser support (ex. Internet Explorer, Google Chrome, Mozilla
Firefox, Opera etc.). PIMS application shall be compatible with SAP system of CLIENT and it shall be
able to integrate with SAP at a later date, if required.

2.16 Application shall support online as well as offline data entry. Wherever connectivity is available user
can enter the data by logging in to the system. In case there is no connectivity, user must be able to
enter data in offline mode and upload the same in the application at later stage when connectivity is
available.

2.17 The Successful bidder should have proper auditable PIMS & IT security system in place. The bidder
shall also provide PIMS system with appropriate IT security in order to protect it against data breach/
pilferage of data through hacking, etc.

839 of 896
3.0 SCOPE OF WORK

The Contractor's Scope of Work for the PIMS shall consist of, but not limited to providing services for
implementation of Web & GIS based Pipeline Information Management System (PIMS). All such
works that are not indicated here below but are otherwise required to complete the work in all
respects shall also form part of Contractor's Scope of Work.

The scope indicated below shall be read in conjunction with Schedule of Rates as applicable,
drawings, standards, specifications and other documents forming part of the Contract document.

All works listed below shall be applicable for all Parts / Sections for Laying of Pipeline and their
associated stations / terminals, unless specifically mentioned otherwise.

The detailed scope of work pertaining to Web & GIS based PIMS shall be in general but not limited to
the following:

3.1 Overview

This document provides the minimum requirement for providing services for implementation of
Web & GIS based Pipeline Information Management System (PIMS).

PIMS is a latest state of art system for electronic documentation and retrieval of Projects as built
information. PIMS provides user-friendly and easy navigation web-based interface for quick
retrieval of pipeline information at anytime from anywhere. This system shall include near real time
uploading of progress and executed data of pipeline & associated works for construction and
material supply.

PIMS solution shall be designed to satisfy the needs across different stages of project life cycle:

• Project Planning

• Project Execution/ Construction

• Operation & Maintenance

Broadly, the PIMS system shall provide facility for:

• Online generation of pipe-book & application for generation of alignment sheets,


• Complete traceability of material related to mainline works as well as stations /
terminal works.
• Consolidate all information in a centralized database.
• Online reports (i.e. daily progress report, History sheets and other customized
reports).
• Geographical Information System (GIS) compatibility.
• Online generation of executed all associated works and terminal works report.

840 of 896
Scope of Services shall also include developing the customized system, deploying required
resources (personnel and machines) at execution site to directly capture & upload executed
progress data from associated execution Contractor(s) and finally handover of complete system
to CLIENT for further use in project during operation and maintenance phase.

3.2 Abbreviations & Definition

Company : CLIENT
PMC : MECON
Contractor : Party appointed for providing services as detailed in the tender.
PIMS : Pipeline Information Management System
GIS : Geographic Information System
AFC : Approved for Construction
MT : Material Tracking
AGIs : Above Ground Installations
DPR : Daily Progress Report
AUT : Automatic Ultrasonic Testing
MUT : Manual Ultrasonic Testing
SV : Sectionalizing Valve
ITP : Inspection Test Plan
MPR : Material Progress Report
LR/ GR : Lorry Receipt / Goods Receipt
NDT : Non Destructive Tests
QC : Quality Control

3.3 System Requirements

3.3.1 The solution shall be a Web based system, which is accessible over the Internet to authorized users.
The solution will enable access from geographically distant locations simultaneously.

3.3.2 Online generation of Pipe book at an end of day basis. The pipebook generated by the system will be
hyperlinked to all the daily inspection reports / certificates and will provide snapshot view linking daily
inspection reports like stringing report, welding report, bending report, AUT and MUT reports along
with welder procedure specification,

3.3.3 Real time progress tracking of the construction in the form of web based, user defined progress
reports in the following formats:

• Tabular reports
• Graphical reports
• Cumulative reports (to report day wise progress of each activity)
• Query based information retrieval

3.3.4 Web based reporting module to generate various reports for e.g.;

• Day wise Progress report on each activity


• Compliance reporting
• Exception reporting
• Error reporting
• Repair history of welds

841 of 896
• Welder's performance report
• Welding progress report giving a snapshot view of total number of welds, kind of weld, tie ins and
open ends in graphical format, on user defined chainage.

3.3.5 Hyperlinked documentation- All the above-mentioned reports will be hyperlinked to the respective
daily inspection reports.

3.3.6 Field data shall be collected and uploaded on PIMS database server at site on every evening by
PIMS contractor so as to generate DPR (Daily Progress Report) by next day 11 AM. Further, days
complete data to be uploaded on PIMS database server at site by next day.

3.3.7 Plot plan of all AGIs like SV/ Intermediate pigging/ terminal stations to be layered on GIS data with
different equipments and facilities on the plot hyperlinked to provide complete traceability and
hyperlinked / integrated to material tracking.

3.3.8 Error free information reports

• Stringent data validation at the time of data entry.


• Manual and electronic validation of data
• Conflicting reports reported to the owner online before being published

3.3.9 Geographic Information System (GIS) to be used to view Construction progress data, pipe book data,
materials data, alignments sheets (AFC and as-built) data, and all related / hyperlinked certificates/
reports on GIS layer.

3.3.10 Search facility based on various criteria shall be available in software.

3.3.11 The software should be based on Pipeline Open Data Standards (PODS) for future seamless
connectivity to any software like PAMS, IMS, SCADA, Primavera etc.

3.4 Monitoring Data Requirement

3.4.1 Line pipe & Long Radius Bend tracking

All activities as per approved ITP are required to be tracked and monitored through PIMS and their
related evidence documents to be uploaded and hyperlinked suitably. Following are major activities to
be covered as minimum:

• Pipe / bend basic dimensions (length, dia, thickness, bend radius).


• Raw material (Steel) procurement by supplier. Inspection and Testing details of plates with heat
numbers.
• All testing activities as per approved ITP (i.e. NDT, Hydro-test, expansion, repair, visual inspection,
physical & chemical tests etc.)
• Welding Procedure Qualification for Line pipe manufacturing.
• Line pipe coating Inspection & testing reports including batch details of chemical used.
• Calibration of all test equipments and machines in line-pipe manufacturing and Coating.
• Trailer vise line pipe loading & dispatch details (packing list, LR/ GR).

3.4.2 Material Tracking (MT)

842 of 896
All activities as per approved ITP are required to be tracked and monitored through PIMS and their
related evidence documents to be uploaded and hyperlinked suitably for following, as minimum
number of free issue / bought out materials :

• Coated Line Pipes


• Scrapper Trap with Pig Signaler
• Flow Tee
• Insulating Joint
• Quick Opening and end closure
• Fittings and Flanges
• Assorted Pipes
• Metering Skids
• Ball Valves
• Plug Valves
• SCADA Equipments
• Telecom Equipments
• Solar Power Equipments
• Equipments related to TCP & PCP

Owner’s bought out materials for Pipeline Project by their respective vendors as well as bought out by
Laying Contractors shall be monitored in MT system by taking inputs from MPR (Material Progress
Report) issued time to time by respective vendors/ contractors.

The information touch points of MT will be defined from ITPs and range from Manufacturing location
(vendor/ subcontractors/ subcontractors), Land/ Sea dispatch/ receiving points and finally the project
site till the final installation and acceptance.

3.4.3 Pipeline Construction Work Tracking

• Route survey to pre-lowering stage

• Route survey, clearing and grading (all daily progress and inspection reports relating to
the same) & updating the cadastral survey data in GIS.
• Trenching, stringing and bending
• Welding

i. Welding procedures
ii. Welder qualification reports
iii. Daily progress reports
iv. All tests and inspection reports related to welding

a. Radiographic procedure applied


b. Radiographic inspection reports
c. Fit-up test reports
d. Weld visual

v. Random QC test results (e.g. Peel Test)


vi. Weld repair details and results thereof

843 of 896
• Damaged pipe detail
• Cut pipe detail
• Joint coating
• OFC related test reports

• Lowering and restoration stage

• Padding inspection
• Lowering reports
• Tie-in
i. Welding procedures
ii. Welder qualification reports
iii. Daily progress reports
iv. All tests and inspection reports related to welding

a. Radiographic procedure applied


b. Radiographic inspection reports
c. Subject to availability of Radiography films in a digitized/ scanned soft copy,

• Cut pipe detail


• Damaged pipe detail
• Fiber optic cable laying reports
• Backfilling reports
• Restoration reports & updating the cadastral survey data in GIS.
• Batch test certificates from manufacturers of electrodes
• Crossing reports
• All relevant hydro-testing and pre-commissioning data
• Cathodic protection system survey and test reports.
• All drawings related to the following will be stored in the system:
• Route maps
• Alignment sheets
• Detailed AFC drawings (road, railway, minor water crossings, major water crossings,
valley crossings)
• Isometric drawings of installations
• Special Installations e.g. hot taps. Fibre Optic Cable jointing
• Terminal Works

Terminal layouts to be layered over Pipeline GIS system and different blocks/
areas in terminal shall be suitably linked to provide status on following:

• Site Survey & Grading


• Civil works (Foundation, Columns, and Slabs etc.)
• Mechanical works ( Fabrication, fit-up, welding etc)
• Station Piping and related test and inspection reports
• Furnishing works (doors, flooring, ceiling, furniture, painting etc.)
• Electrical ( Power supply systems)
• Instrumentation (Control System setup and erection related test reports)

844 of 896
• Power Source, SCADA & APPS, Telecom & PCP Works
• Equipment Foundations work progress and related equipments status
hyperlinked to MT.
• Equipment installation, erection related test reports.
• Terminal material's traceability reports.

3.4.4 The software shall be capable to recall all the reports from various work packages and provide all
statistics to the COMPANY which includes:
• Project S-Curve
• Progress
• Material Availability
• Resources Availability
• HSE Reports
• Quality data
• Equipment status (MCEDS reports etc.)
• ROU Availability
• Compensation payment to landowners/ farmers

3.5 PIMS MODULES

PIMS application shall include modules for documenting documents related to engineering, material
procurement, construction, Land Management etc.

Modules shall be designed as follows:


LAND MANAGEMENT MODULE CONSTRUCTION MANAGEMENT
• Land Record Master MODULE
• Route Map • Inspection (QA/ QC) Reports
• Cadastral Maps • Activity Monitoring
• GPS Route Link • Real Time Pipebook
• GIS Mapping & Digitization • DPR, WPR, MPR
• RoU Details • Station activity details
• RoU Compensation Records • Minutes of Meeting
• Land Registry/ Lease • Exception & compliance reports
MATERIAL MANAGEMENT ELECTRONIC DOCUMENTATION
MODULE MANAGEMENT SYSTEM (eDMS)
• Purchase Order MODULE
• Order Tracking • Scanning & Archiving
• Material Inspection Report • Document Indexing
• Inspection Release Note • Search with keyword
• Goods Receipt Voucher • Reports, Manuals, Certificates,
• Goods Issued Voucher Drawings & other documents
• Material Reconciliation • Document Tracking
• Vendor Management

845 of 896
Land Management Module:

This module shall capture the RoU as well as permanent land acquisition plot details of pipeline route. It shall
cover other important details e.g. details of geography, demography, statutory and administrative boundaries
of entire pipeline route. The application shall include land acquisition data for pipeline construction, survey
data, crossing data including permissions, details of plot purchased/ leased for stations and anode beds. The
module should have the following minimum details:
• ROU Details
The land owner details including permanent and alternative address. Mutation details, land usage details
of the property owner including the crop details. The information on the compensation paid to the owner.
- Notification history.
-Crop Details
-Payment details.
-Alignment sheets, TP/IP’s, Bench Marks/ GPS control points
-Population Density Index
-Alignment sheet
-ROU corridor details
-Crossing Details
-Land details for setting up of SV stations, dispatch, receiving and intermediate pigging stations.
-Environmental Sensitive Locations
-Emergency Details
-Administrative Boundaries
-MOEF clearance and TOR details
-EIA data

• Cadastral Maps
Cadastral maps of the route showing revenue data such as khasra no., etc.

• Permissions
Permissions, clearance and restoration acceptance from applicable statutory authorities such as forest
department, railways, Irrigation, PWD, etc.

Construction Management Module:

It comprises of day wise construction progress including planning, quality and inspection reports activity
details of which are as follows:

I. Route survey to pre-lowering stage


a) Route survey, clearing and grading (all daily progress and inspection reports relating to the same) &
updating the cadastral survey data in GIS.

b) Trenching, stringing and bending


c) Batch test certificates from manufacturers of electrodes
d) Welding
- Welding procedures
- Welder qualification reports
- Daily progress reports
- All tests and inspection reports related to welding
• Radiographic inspection reports
• Fit-up test reports

846 of 896
• Weld visual
• Random QC test result.
• Weld repair details and results there of Subject to availability of radiography films in a digitized/
scanned soft copy.

- Joint coating
- Concrete Weight Coating
- OFC related test reports

II. Lowering and restoration stage


a) Padding inspection
b) Lowering reports
c) Tie-in
- Welding procedures
- Welder qualification reports
- Daily progress reports
- All tests and inspection reports related to welding
- Radiographic procedure applied
- Radiographic inspection reports Subject to availability of Radiography films in a digitized/ scanned soft copy.
- Cut pipe detail
- Damaged pipe detail
- Fiber optic cable laying reports
- Backfilling reports
- Restoration reports & updating the cadastral survey data in GIS.

III. Crossing reports


a) HDD crossings
b) Railway Crossings
c) NH / SH Crossing
d) Other Road and foreign pipeline Crossings.

IV. Hydro-testing and pre-commissioning data


a) Water Filling, Pressurization & Hydrostatic test Reports
b) Dewatering Inspection Reports
c) Magnetic Cleaning Reports
d) EGP Reports
e) Swabbing Inspection Reports
f) Drying Inspection Reports
g) Inertization, preservations, inspection, commissioning reports

V. Cathodic protection system survey and test reports.


VI. Terminal Works

Terminal layouts to be layered over Pipeline GIS system and different blocks/areas in terminal shall be
suitably linked to provide status on following.
- Site Survey & Grading
- Civil works (Foundation, Columns, and Slabs etc.)
- Mechanical works (Fabrication, fit-up, welding etc.)
- Station piping and related test and inspection reports
- Furnishing works (doors, flooring, ceiling, furniture, painting etc).

847 of 896
- Electrical (Power supply systems)
- Instrumentation (Control System setup and erection related test reports).
- Equipment Foundations work progress and related equipment status
- Equipment installation, erection related test reports.
- Terminal material’s traceability reports.

VII. All drawings related to project shall be stored in the system.

VIII. Pre-Commissioning and Commissioning:


- All the data related to pre-commissioning and commissioning shall be captured
- Bidder to develop pre-commissioning and commissioning sub-module to control and monitor the pre-
commissioning and commissioning activities through approved pre-commissioning and commissioning
procedures.
- All related data shall be collected by Bidder from Contractor / Owner.

Project Certification System shall be a front end application & should be able to store track and report on the
Completion of a facility, system or sub- system. The purpose of the system shall be to assist in the
management of System Handover for Mechanical Completion, Pre-Commissioning and Commissioning. It
shall enable progressive verification of physical installation work according to the design and specifications of
equipment and systems, providing data traceability against relevant drawings ensuring compliance with
performance standards, specifications, codes and regulations.

In addition, the system shall provide a collaborative real-time environment for fast and reliable tracking,
monitoring and reporting on consolidated Punch list data stage completion.

The certificates and commissioning procedures to ensure project requirements are met for smooth transition
process and turn-over of pre-defined systems and Equipment, stage completion certificates and
Commissioning procedures to ensure project requirements are met for smooth transition process and turn-
over of predefined systems and Equipment.

The system shall be able to generate the completion certificate online through web interface which can be
used by Owner.

Material Management Module:

This module is dedicated for tracking of procurement and supply of all materials for the project. It shall include
various stages from procurement order, manufacturing, coating- painting, testing, inspection, dispatch and
storage at site of all items used in the project as per OWNER’s approved ITP. Major focus of this module shall
be to access delivery progress of all critical items such as line pipes, valves, etc. including its consumption
and stock availability at store yards. This tracking shall have sequential hyper-linking for upload of documents
by vendors and contractors. The material tracking system shall manage the material status from PO release
to item used. Each material shall be listed with a unique item Code. Planning and scheduling shall be as per
the Quantity required, scheduled PO release, scheduled Delivery date range. The system shall also have a
PO tracking system along with vendor management. Quantity receipt consolidation should be supported by
approved documentation like material receipts and Inspection reports. Appropriate material test certificates
are also uploaded along each delivery.

Recommended Features:

848 of 896
• Tender
• Purchase Order
• Reorder alert report
• Manufacturing status
• Delivery due date list
• Quantity delivered v/s ordered
• Reconciliation statement

Line pipe & Long Radius Bend tracking

All activities as per approved ITP are required to be tracked and monitored through PIMS and their related
evidence documents to be uploaded and hyperlinked suitably.

Following are major activities to be covered as minimum:


• Pipe / bend basic dimensions (length, diameter, thickness, bend radius).
• Raw material (Steel) procurement by supplier. Inspection and Testing details of plates with heat
numbers.
• All testing activities as per approved ITP (i.e. NDT, Hydro-test, expansion, repair, visual inspection,
physical & chemical tests etc.)
• Welding Procedure Qualification for Line pipe manufacturing.
• Line pipe coating Inspection & testing reports including batch details of chemical used. Trailer wise
line pipe loading & dispatch details (packing list, LR / GR).

Relative evidence documents for all items to be uploaded and hyperlinked suitably for following, as minimum
number of materials;

• Steel Plate/ Coil


• Line Pipes
• Actuators
• Ball Valves
• Other Valves such as Globe, Plug, check, etc.
• Scrapper Trap with Pig Signaler
• Flow Tee
• Insulating Joint
• Quick Opening and end closure
• Reducers
• Flanges
• Station Pipes
• Metering System
• SCADA Equipment
• Telecom Equipment
• Solar Power Equipment
• Equipment related to TCP & PCP.
• DG Set
• UPS
• Electrical & Instrumentation systems
• Any other item as required

849 of 896
Materials for above packages and items procured by respective vendors and materials procured by
Contractors shall be monitored by taking inputs data from MPR (Material Progress Report) of respective
vendors/ Contractors.

eDMS Module:

This eDMS Module refers database for all discipline wise project data of each package for pre-construction,
construction, post- construction related activities and any other required information but not limited to, as
following:
• Letter of authorization
• Tender document
• Design basis
• Pipe information (Manufacturing history, inspection documents, test certificates of pipes/ plates).
• Pipe reconciliation statement
• Material acceptance (Joint coating material manufacturers test certificates).
• Manufacturers test certificates and site qualification test reports like filler material, electrode etc.
• Procedure reports.
• Approved procedures, job procedures, welding procedures specification and qualification
• Scanning and digitization of gazette notifications
• Design Calculations/ Analysis
• Route maps
• Alignment sheets
• Detailed AFC drawings (road, railway, minor water crossings, major water crossings, etc.)
• Plot plan
• General Arrangement Drawings (GAD)
• Isometric drawings of installations
• Special Installations e.g. hot taps etc.
• Hydro testing and pre-commissioning documents/ data including water filling, pressurization and
hydro test reports, dewatering inspection reports, magnetic cleaning reports, EGP reports drying
inspection reports, inertisation, preservation inspection/commissioning reports.
• HAZOP report
• Emergency Response Plan
• QAP
• As-built drawings and documents
• Vendor / Contractor bills / invoice along with payment history.

Engineering and document and drawing approval status is tracked using this module.

a) PIMS configures the Document/ Drawing list from the Document control log & Material Control Log.
- Document/Drawing Code
- Category
- Sub Category
- Document Name
- Proposed date of Creation
- Estimated date range of Internal Document Control.
- Date range for Submitting to Client for comments
- Date range for incorporating comments
- Date range for Issuing for approval
- Date of Approval (AFC).

850 of 896
b) When a document/drawing is approved, it is scanned and attached.
c) Exhaustive search and summary reports are generated.
d) The document/drawing is uploaded as soon as its status is “approved”.

The eDMS module is searchable using metadata like category, sub category, type of document, vendor,
material, remarks and document number, etc.

3.6 Pre-Commissioning and Commissioning Module

All the data related to pre-commissioning and commissioning shall be captured on PIMS. Data
related to PESO/ OISD/ Internal audits shall also be recorded.

Contractor to develop pre-commissioning and commissioning module to control and monitor the pre-
commissioning and commissioning activities through approved pre-commissioning and
commissioning procedures.

3.7 Data Capture Interfaces

Monitoring data capture and then its uploading on PIMS shall be the responsibility of contractor &
PMC. All monitoring data shall be collected on daily basis from respective vendors/ contractors.
Interface document for this shall be prepared and agreed with Contractor after award of PIMS work.

3.8 System Handover

It is responsibility of contractor to ensure complete backup, safety and confidentially of the data. After
commissioning of Project, PIMS contractor shall handover the complete information management
system database with all licensed software (for lifetime) to Company. Handover shall consist of
installation and running of PIMS on Company’s serve to the satisfaction of the Company.

4.0 SCOPE OF SUPPLY

4.1 Items to be Supplied By COMPANY as Free Issue

Company shall supply all inputs like construction / supply drawings, documents, data, etc. required
for implementation of Web & GIS based Pipeline Information Management System to the Contractor
at an appropriate time during the execution stage as free issue items on refundable basis.

4.1.1 Conditions for COMPANY Supplied Items

i. The Contractor shall be responsible for taking over of the material and subsequent handling
during performance of actual work at site & safe keeping of the inputs drawings, documents,
data, etc.

ii. The Contractor shall inspect all COMPANY supplied free issue items at the time of taking
over from the COMPANY and defects noticed, if any, shall be brought to the notice of
COMPANY / COMPANY representative and jointly recorded. Once the item has been taken
over by the Contractor, all the responsibility for safe keeping of the items shall rest with the

851 of 896
Contractor.

iii. Every month the Contractor shall submit to the COMPANY an account for the item issued to
the Contractor in the Performa prescribed by Engineer-in-Charge.

iv. On completion of the works Contractor shall submit “Item Appropriation Statement” for all
items supplied by the COMPANY as free issue items.

4.2 Item to be supplied by CONTRACTOR

The procurement and supply, in sequence and at appropriate time and place, including inspection
and expediting, of all Items and consumables required for completion of the WORK as defined in this
BID document except the Items specifically listed under para 4.1 above as COMPANY free issue
Item, shall be entirely the CONTRACTOR's responsibility and the item rates quoted for the execution
of the WORK shall be inclusive of supply of all these Items. All Items supplied by the CONTRACTOR
shall be strictly in accordance with the requirements of relevant COMPANY specifications enclosed
with the Contract document. All equipment, machines, instruments, components etc. shall be new
and specifically purchased for this job from Company approved vendors, duly inspected by approved
third party inspection agency (Only manufacturer certificate may not be adequate).

4.3 Storage of Items / Materials

4.3.1 All items / materials shall be preserved against deterioration due to poor or improper storage while
under the custody of the Contractor.

4.3.2 All items / materials shall be duly protected by the CONTRACTOR at his own cost.

4.3.3 Openings of equipment, machines, instruments, etc. shall be kept in covered condition to prevent
entry of foreign matter.

5.0 MANPOWER AND EQUIPMENT TO BE DEPLOYED BY CONTRACTOR

Sl. No Manpower Number Per Qualification Location Equipment


Camp per
section
1 Site Engineer 2 Mechanical Engineer Camp Office 1 No. Laptop
along with
high speed
internet
connectivity
(minimum 1
Mbps), A3
Scanner, 1
A4 Printer
2 Surveyor 1 Surveyor Camp Office GPS Device

852 of 896
3 Co-ordinator 1 Mechanical/ Civil Back Office/
Engineer Camp

4 QA Engineer 1 Mechanical Engineer Back Office

5 GIS Analyst 1 BCA/ MCA or equivalent Back Office


in GIS

6 Developer 1 BCA/ MCA/ B.Tech Back Office


(Computer Science/ IT)

6.0 SITE VISIT

Bidders are advised to make site visits to familiarize themselves with all the salient features of site and
available infrastructure along the pipeline route / site. Contractor shall be deemed to have considered all
constraints and eventualities on account of site conditions along pipeline route while formulating his bid.
Contractor shall not be eligible for any compensation in terms of cost and/ or time, on account of site
conditions along pipeline route varying to any extent from whatever described in the Bid Package and the
drawings furnished along with the Package.

7.0 PRIORITIES

COMPANY may, at its sole option, assign priority of work to any part of the total pipeline or terminal
works. Contractor shall comply with such priority of execution without any time and cost implication to
the COMPANY.

8.0 CONFLICT / DISPUTE

In case of any dispute / conflict arises within Particular Job Specification (PJS) and their associated
documents (like Appendix & Annexures), the most stringent requirement will govern. However
engineer-in-charge’s discretion shall also govern on the above issues based on the applicability as
per site conditions.

853 of 896
APPENDIX–I TO PJS

GENERAL TECHNICAL SPECIFICATION (GTS)


FOR PIPELINE INFORMATION MANAGEMENT
SYSTEM

854 of 896
1.0 INTRODUCTION

The Pipeline Information management system is a web based solution, designed to monitor the
construction progress on a real time basis. Data that is entered on daily basis is indexed and linked
with scanned documents that provide validated data. Reports are generated in a telescopic format
that helps to browse from the route map to details of each pipe laid. The solution is designed to
provide real time information about pipeline laying progress alongwith all associated works including
stations/ terminal works during following three stages, project planning, project execution/
construction, pre-commissioning & commissioning, operation and maintenance. Electronic
documentation, graphical reports, pipe book, joint history etc. are some of modules of PIMS.

The pipeline information management system is a web based solution, designed to

a) Act as a Monitoring system


b) Help decision making in construction planning
c) Show real time progress on web
d) Generate online report
e) Consolidate all information in a centralized database
f) Archive documents online
g) Help in project execution / construction, pre-commissioning & commissioning.
h) Assist operation & Maintenance

This document would be the reference document for any details related to the project scope and
implementation procedure.

2.0 PIMS SCOPE OF WORK

2.1 The bidder is required to make use of software solution to track construction progress of the project
on a real time basis updated daily. The progress needs to be displayed electronically on a web based
format. Proper secured access is to be provided to the consultant and client enabling review of
construction progress on a daily basis.

2.2 Along with the technical submission, the consultant/ client may call upon the bidder to demonstrate
the software proposed to be used.

2.3 All pipeline construction related documentation (QA/ QC reports, procedures, project planning
documents, test certificates, records of meetings, land records, photographs, inspection material
reports and audit compliance documentation) including the pipe book, weld book are required to be
handed over to the client in an electronic form in appropriate formats and system.

2.4 Apart from storing all paper documentation, the software should have requisite feature/ facility to
generate as-built alignment sheets from varying points of the pipeline ROW. It shall be the
contractor’s responsibility to collect GPS co-ordinates at each weld joint using hand-held portable GPS
co-ordinates.

855 of 896
2.5 The software should also have the feature/ facility that the daily progress can be shown (apart from
tabular reports) on a web, with progress of different activities, geo referenced to the surroundings
land base.

2.6 All NDT test reports are required to be handed over to the client in an electronic format, duly geo
referenced as part of the software archival features.

2.7 The proposed software solution should have search/ query features. The fields may be sorted/
searched by chainages, joint number, etc. It should also have the feature to print the query.

2.8 The software shall have the facility to auto-generate pipe book.

2.9 The software shall have the option of reconciliation of free issue materials, electronic documentation
and material management.

2.10 The contractor will impart training to the client, consultant and laying contractor on usage of the PIMS
solution and its application

2.11 All survey data, engineering documents, construction reports, ROU details, user manuals shall be
uploaded to respective modules (as applicable) of GIS Software developed by CLIENT.

2.12 The Contractor / PIMS service provider shall be solely responsible for arranging all resources, facilities
and logistic supports etc. required to complete the work under this contract. In broad, the contractor
shall be responsible for providing the following:

i) Establishment of offices with proper storage and security arrangement f o r all spreads at suitable
locations in the nearby area of owner’s camp office to carry out his activities in close coordination
and in an efficient manner.

ii) Deployment of requisite manpower for project implementation, providing all qualified
skilled/unskilled personnel to carry out the entire job and facilities required to complete the
job to the entire satisfaction of the owner in accordance with the requirements of the tender
document.

iii) Deployment of all requisite hardware (servers, computers, printers, scanners, UPS, etc.) loaded
with requisite software application to run MS-Office GIS model, other software and applications
required for the project implementation

iv) Insurance o f all his hardware/ software and other equipment a n d personnel deployed for the
execution of the above work.

v) All consumables for scanning, printing, storing, and creation of backup data

vi) CD’s/DVDs / Drive and alternate consumables of backing up of data

856 of 896
vii) Organizing the onsite team’s travel to site for GIS survey

viii) Boarding and lodging for all its personnel deployed for the execution of the above work

ix) Local transport / conveyance for commuting to onsite location from the place of boarding and
commuting on the ROW for the GIS survey

x) Establishment of suitable communication network with a provision of Internet connection for


communication, email and uploading and downloading of scanned documents

xi) Meeting all requirements of documentation.

xii) Certification of the quality and accuracy of work carried out.

xiii) Right of access for audit of the quality and accuracy of work done.

xiv) Contractual requirement for quality of code.

xv) Arrangements should be made to ensure that all parties involved in the contract are aware of
their security responsibilities.

xvi) The integrity and confidentiality of the Owner’s information assets are to be maintained and
tested.

xvii) Adequate physical and logical controls should be used to restrict and limit the access to the
Owner’s business information to the authorized users.

xviii) The level of physical security to be provided for equipment.

xix) Owner should have the right to audit/ third party audit the information security management
system of contractor.

xx) Contractor shall be responsible for settling all compensation and disputes arising out of any
damages caused by him or his workmen during the execution of work. Contractor shall carry out all
work in strict compliance with applicable documents enclosed with the tender document and
as per the instructions of owner’s representative. The scope of work shall also include any
other item/work required to complete the work in all respects as per specifications, drawings and
instructions of owner’s representative whether specifically mentioned here in or not, but required
to fulfill the intended purpose of this tender document.

2.13 The software solution chosen by the contractor should have been used and tested on previous
pipeline projects.

3.0 FEATURES OF PIMS SYSTEM


The proposed PIMS software should have the following features as a minimum:

857 of 896
3.1 Technical features
a) Security of data base and world class data recovery management
b) Simultaneous monitoring from different locations/ spreads by contractor, CLIENT / MECON.
c) Protection from virus attack and other malignant programs
d) Scale dependent feature drawings and application execution
e) Feature labeling including label collision mediation
f) Fully customizable template driven output
g) True type fonts
h) Map element automation (scale bar , reference map and legend)
i) Thematic mapping using logical or regular expression based classes
j) Support for popular scripting and development environments (PHP, Python, Perl, Ruby, Java and
C# etc.)
k) Cross Platform support
l) Compatible with Linux, Windows, Mac OS, Solaris etc.
m) Remote daily back-up using r-sync or equivalent technology
n) SSH encryption
o) On the fly compression
p) FTP access
q) No data transfer limit
r) Indexing and archive documents online in a searchable format

3.2 General features

a) Monitoring of pipeline construction activity


b) Linking of surrounding landmarks and data in corridor manager
c) Data updating on a daily basis
d) Generation of alignment sheet using survey data
e) Online alignment sheet generation
f) Auto-generation of pipe book
g) Real time pipeline laying progress monitoring
h) Monitor online records of progress
i) Monitoring of material availability and quality documents
j) Uniformity of documentation and reports
k) Real time creation of pipe book , weld book
l) Real time creation of welder performance reports, pipe reconciliation reports.
m) Pre hydro test and pre lowering compliance report generation

3.3 Planning and material management

a) Material management from starting from order placement, manufacturing & inspection at vendor
works, receipt at site, issue to vendor, erection/ commissioning, reconciliation (including test

858 of 896
certificates, inspection certificates, goods receipt voucher (GRV), store issue voucher (SIV),
incoming material inspection report (IMIR), inspection release/ waiver certificate etc.)
b) Document control log
c) Material control log
d) S-Curve to assess the current project status w.r.t planned schedule for each activity as well as
overall (weighted based)
e) Velocity chart : work done for a particular activity in chainage vs week
f) Graphical progress: to give an overview of work done in each chainage
g) Reconciliation of each type of free issue material issued to the pipeline contractor (Refer
Annexure-8 for guidelines on reconciliation)

3.4 Real time web progress monitoring

a) Dynamic generation of DPR with planned time line and asking rate.
b) Real time generation of pipe book with hyperlinked scanned ITR (Inspection test reports)
c) Tie in Chart with complete history (WPS no. , welder details, pipe details, NDT details etc.) of each
activity for each joint.
d) View/ export pipe book in real time, Daily DPR, Activity data sheets, Joint schematic, Station piping
etc.
e) Reports of minimum following activities shall be digitized for monitoring for real time progress
monitoring:
• Clearing & Grading
• Stringing
• Bending
• Trenching
• Welding
• Tie in Welding
• Welding Repair
• Non Destructive Testing – Radiography / AUT
• Non Destructive Testing – Ultrasonic Testing
• Non Destructive – Magnetic Particle testing
• Non Destructive- Liquid Penetration testing
• Joint coating
• Lowering
• Back Filling
• Restoration
• Hydro Testing
• TCP / PCP
• Crossings
 HDD
 Cased Crossing
 Thrust Boring
 Open Cut
• Concrete Coating

859 of 896
• Coating Repair
• Cathodic protection system reports
• Station piping fit-up
• Station piping welding
• Station piping NDT
• Station piping Painting
• Civil works (building, road, boundary wall etc.)
• Instrumentation works
• Electrical Works
• Fire-fighting works
• Structural works
• Corrosion Monitoring System Works
• Telecom works
• SCADA works

3.5 Generation of compliance reports

a) Query for exceptions like joint coating done but NDT not done, lowering done but joint coating
not done etc.
b) Welder performance report
c) Unqualified welder report
d) Duplicate pipe control

3.6 Indexing and archive documents online in a searchable format

a) Exhaustive document/ drawing scanning & indexing with searchable metadata. All pre-
construction, construction, as built and hand over documents must have search/ query options.
There should also be provision to print the queried data.

3.7 ROU Data digitization

a) Collection of revenue data such as village maps, Ownership records from concerned Revenue
Department/ client for acquired RoU
b) Scanning, geo-referencing and Digitization of the village map, and transferring the pipeline
alignment and RoU corridor.
c) Preparation of seamless cadastral map (RoU Land map) to the scale of 1:5,000 incorporating
survey number and ownership details with in the acquired RoU. The land details (ownership
details, compensation details etc.) shall also be presentable in graphical mode
d) Conversion of RoU land maps and digitized cadastral records to .shp file.
e) Conversion of already existing cadastral maps/ data to .shp files
f) Collection of available data from CLIENT (soft/ hard copy) pertaining to revenue map, ownership
details of RoU, compensation details etc. and digitizing the same for graphical representation of
data.

860 of 896
3.8 Graphical Representation of survey information

a) Land records
b) Crossing and utilities
c) Location of crossings, SV / IP
d) Photographs of crossings/ mainline activities
e) Crossing drawings
f) Representation of surroundings features
g) Structure and monuments in vicinity
h) Tracking work progress using color codes
i) Generation of web based PIMS alignment sheet using third party application integrated with Arc
GIS.

4.0 Project Roles & Responsibilities

4.1 Tentative Responsibility Matrix

Sr. Information / Document Required Client/ PMC / Supplier/


No. Execution Contractor
1. Pre-Construction and Project Configuration Information Planning
2. All Standards & Approved procedure documents. QA / QC
3. Approved engineering documents QA / QC
4. Approved construction related documents QA / QC
5. Engineering / Document status control information Engineering
6. Approval of structure/fields of pipe book and other forms that Planning
are to be filled at site for progress as well record of work
7. Submitting daily activity ITR's /Progress. Details/GPS Construction
coordinates
8. Activity Completion Certificates Construction
9. Reporting of changes like, route, TP angles, new crossings, scope Construction
of work, work schedule etc
10. Inspection / Quality certificates Material, WQT, WPS QA / QC
11. Ensuring correction of NCR generated by PIMS . QA/ QC
12. Procurement status and receipt information/documents Materials
13. Pipe Details / List from manufacturer, Yard Receipts. Pipe Manufacturer /
Materials

5.0 Work Procedure

5.1 Execution Methodology

a) PIMS site engineers shall enter the data from their own camp offices located at site.

861 of 896
b) PIMS site engineer shall collect approved field inspection reports from contractor office daily
in the evening.

c) These reports shall then be entered in the PIMS (PIMS site engineer shall exercise due
diligence to the accuracy of the reports and discrepancy, if any, shall be reported directly to
MECON).

d) Reports shall automatically be generated in real-time.

e) Quality Engineer at head office shall verify all reports/ document data by 11.00AM next day.

f) Current information. Next day plan, daily progress report, document status, documents,
procurement status for uploading (preferably in .xls format) shall be provided to PIMS
engineer on a daily basis.

g) Digital Photographs/ videos duly labeled (with chainage/ location) for crossings, stations,
special utilities/ surroundings etc. should be linked to pipe route schematic. These
photographs must be updated as and when progress is done.

h) Deviation reports for route changes, process changes, etc. along with their documents shall be
provided.

i) Comprehensive training shall be imparted by the PIMS Contractor to the Client’s personnel on
usage of PIMS software.

5.2 Configuration & Pre-Construction

a) The following are the details, information, drawings and documents required for configuring the
PIMS. Only approved for construction information will be digitized.

i. Project details as per project tender specifications.


ii. Tender Docs to be uploaded in documentation.
iii. Company profiles of Contractor, PMC and Client.
iv. Route Map and Line Diagram.

b) Survey data is required for generating PIMS alignment sheet and route Corridor Manager. Corridor
is generated based on chainages. Survey data has to be digitized on PIMS approved format and
then imported in the solution. The survey data to be included is as follows :

i. TP and IP numbers, angles and locations.


ii. Crossings, CS numbers, Crossings type, Crossing width and locations.
iii. Topographic details of ROW.
iv. Ground Level profile
v. Soil resistivity survey details

862 of 896
vi. Soil stratification details
vii. Population Density (PDI)
viii. Cadastral records with survey numbers, village, taluka, district, state and maps, referenced
with chainage.
ix. Planned Pipe specifications

c) Alignment Sheets: Pipeline alignment sheets in CAD format.

d) Project Schedule: Generating project schedule and Gant chart using PIMS tools.

e) Activity Settings: Configuring activity scope and weightages for S-curve generation.

f) Document & Material Control Log: For Indexing the engineering approval status.

g) Procurement Status: Material list with schedules and scope.

h) Customization of following Reports as minimum :

i. Formats of various reports to be customized like;


ii. Pipe Book
iii. DPR
iv. Setting up WPS types
v. Importing pipe list
vi. Configuring Welder cards
vii. Customizing input forms of various activities.

5.3 Welding Procedure Specification (WPS) :


The following minimum details are to be configured:
i. WPS Number
ii. Diameter of Pipe (From- To)
iii. Wall thickness (From- To),
iv. Material
v. Welder ID’s qualified for each WPS
vi. Procedure qualification report (PQR).
vii. Voltage & current parameter range.

5.4 Defect Types

A list of different type of defects (Weld Defects) will be configured as per CLIENT Quality records.

5.5 Bend Type

A list of different type of bends shall be provided, complete with details of relevant chainage.

863 of 896
5.6 Welder Details

The following details shall be configured as a minimum:

a. Welder ID
b. Qualification Certificates.
c. For evaluating the welder performance, the NDT analysis should reflect or trace the weld
defect to a specific welder.
d. In weld repair, the defect welder should be mentioned.

5.7 Field Inspection Report Numbering

Field Inspection report numbering procedure is to be defined. A unique number is to be provided to


each inspection report of each activity that is to be managed through the construction management
module.
In case project is divided into multiple Spreads, Spread number must be mentioned on each activity
report separately. For example: If there are four spreads in a project, reports can have SP-1 for 1st
Spread and SP-2 for 2nd Spread.
For any single activity, report number should not repeat within spread. Report number can be same
for two spreads. Eg. For spread number SP-1, Trenching should not have two reports of Number 01.
But Spread 2 (SP-2) can have report number 01.

5.8 Pipe Number Specifications

It is advisable that PIMS imports the pipe-list provided in .xls format by the manufacturer. Apart from
the pipe number, the PIMS system must list the pipe specification, manufacturer, coating company,
dispatch date, manufacturer test certificate.

If any pipe 'X' has Pipe No = "2V07K30779" then no other pipe can have same. PIMS differentiates the
pipes not just by the pipe number, but also compares the heat number and coating number.
PIMS engineers should not enter the pipe number manually throughout the activity of digitization
process (Stringing, Bending, Welding, NDT, Joint Coating etc). They should only select the pipe number
from the drop down pipe list.

Naming convention for Cut/Pup Pipes

If pipe “2V07K30779” is cut into two pup pieces, then both the pieces shall be numbered by suffix. The
terminology will be as per CLIENT’s quality records.

The pipe list report should have a special reconciliation section where pup pipe list should be
elaborated along with their actual length. If a pup pipe's length is less than 2 meter (or as specified in
the specification for reconciliation of free issue material attached elsewhere in the tender), it will be
listed as scrap.

864 of 896
6.0 PIMS Modules

Modules followed for the project shall cover all the aspects of the tender. Indicative diagram / layout
has been shown below:

7.0 REPORTS

Following minimum reports can be uploaded for users to view and download. These are to be sorted
date wise.

a) Daily Progress Report


b) Weekly Progress Report
c) Monthly Progress Report
d) Station works progress
e) Approved & Updated Project Schedule

865 of 896
f) 3 Months Look Ahead Schedule
g) 6 Weeks Look Ahead Schedule

7.1 Quality Methodology

a) Error Reports for all activities are generated online and will be sent to CLIENT.
b) PIMS generated exceptions for example;
Duplicate Pipe & Joints
Incorrect Pipe number in report
Unqualified welder report
All data entry is verified by PIMS QA Engineer.
c) Visual Inspection of ITR's at site by PIMS engineers for any legibility/ incorrect format / incomplete
entries / ambiguous data etc.
d) Exception reports are submitted to CLIENT along with the feedback form as below.

Date of Non Date submitted Date


Sr. No. Activity Report No
reporting conformity to CLIENT Rectified

7.2 PIMS construction activity digitization

All pipeline construction activity reports are digitized, scanned and uploaded. The fields needed for
digitization may not be limited to the following;
a) ROW/ Clearing & Grading/Trenching/Stringing

Sl. No Date Chainage in Meters Chainage in Meters (To) Remarks


(From) Distance in
Meters

b) Bending

Sl. No Date Chainage in Meters Pipe No. TP No. Bend angle Bend Type Remarks

c) Welding

SI.No. Date Joint Pipe No. WPS Welder Welder Electrode Remarks
No. Pipe no. (Left) (Root/ (Filler/ Batch no
(Right) No.
Hotpass) Capping)

866 of 896
d) Tie-In Welding

SI. No Date Joint No Pipe Pipe No. Cut Pipe WPS Welder Welder Electrode Remarks
no. Details No. (Root/ (Filler Batch no
(Left) (Right) Hotpass) Capping)

e) Welding Repair

Sl. No Date Joint No (R, R2, Segment WPS Welder No. Electrode Batch Remarks
Cut-out) No. No

f) Non Destructive Testing - Radiography/AUT

Date Segment Observation Root Hot pass Filler defects Capping


Sl. No Joint No Defects defects defects

g) Non Destructive Testing - Ultrasonic Testing

Sl. No Date Joint No Segment Observation Remarks

h) Joint Coating

Sl. No Date Joint No Holiday Average Pipe Average Weld Surface Pre- Peel Remarks
Test Coating Thk Coating Preparatio Heat Test
(on body) Thk n Temp
(on seam)

i) Lowering

867 of 896
Date Joint Section Holiday Northing Easting
Sl. No Joint (From Pipe Cover
(To) Length Check (GPS) (GPS)

j) Back-filling

Sl. No Date Joint (From) Joint (To) Section Length Remarks

k) Restoration

Sl. No. Date Section Work Done Remarks


Joint (From Joint (To)
Length

l) Hydro-testing

Joint
SI. No Date Joint (To) Attach Documents Remarks
(From)
Hydrotest Plan, Safety Plan, Mechanical
Completion Certificate, Air Cleaning Report,
Brushing Report, Gauge Inspection Report, Water
Filling Report, Thermal Stabilization Report,
Pressurization -50%, 75%, 100% Air Volume
Calculation, Pressure hold 24 Hrs,
Hydrostatic Test Calculation, Hydrostatic Test
Evaluation, De-Pressurization

m) TCP/PCP

i) TLP Installation

Sl. No. Date Report No. Type of TLP Joint No. Chainage in Mtr. Remarks

ii) TCP Anode Installation

Sl. No. Date Report No. Chainage Remarks

868 of 896
iii) Anode Bed Installation

Sl. No. Date


Report No. Location Remarks

n) Concrete Coating

Sl. No. Date Report No. Chainage (from) Chainage (to) Remarks

o) Coating Repair

Sl. No. Date Report No. Joint No. Remarks

8.0 WORK PROCEDURE – WELD MAP UPDATING

The weld map updating procedure in PIMS shall consist of digitization the following reports:
a) WPS numbers and respective details and document.
b) Welder numbers and respective WQT or welder card.
c) Welding field inspection reports.
d) NDT inspection reports.
e) Weld repair reports.

8.1 Weld Joint Nomenclature

a) The welding joint nomenclature shall be as per approved weld joint numbering procedure is as
below:

b) Weld joints on the pipeline shall be numbered consecutively for each kilometer, starting at 0
Chainage.

c) Each Joint shall be Prefix'ed or Suffix'ed with the Letters in Capital as per the approved
methodology with EIC. The indicative description shall be as follows:

Prefix Denotes Description Examples


M Mainline Joint is of Mainline 5 M 40
S Stations Joint is with in a ball S 2-21
valve station

869 of 896
T Tie in 5 T 43
FT Final tie in Joints between free 9 FT 82
section ends
GT Golden Joint Golden Joint on hydro 15 GT 83
test section ends
TR Transition Welds Joints with different wall 12 TR 12
thickness

R1 Repair First Weld repair 14 H 56 R1


R2 Second Repair Second Weld Repair 14 H 56 R2
RW Reweld Joint is cutout but retains 56 H 47 RW
original number
CO Cut Out Cut Out Joint detail 14 H 56 CO
A, B ,C Additional joints Due to creation of void … 17 H 24 , 17 H 25, 17 H
between sections having 25A , 17 H 25B , 17 H 25
successive joint numbers C , 17 H 25 D , 17 H 26…..

d) The weld number, e.g. 5 M 4L where 5 indicates the 6th kilometers (i.e. between KP 5 and KP
6) and 41 indicates weld number 41.

e) Tie-in welds shall be given the prefix "T" and use the same numbering as the mainline (as
above).

f) FT will indicate joints tied between two sections involving cutting of pipe and stress developed
during fitting of two ends.

g) GT will indicate Golden tie-in's performed between hydro-test sections.

h) TR will indicate weld joints performed between pipes with different thickness.

i) If a weld has been repaired it shall retain the original number but followed by the letter RI
(e.g. 5 M 41 RI). If it is repaired a second time the weld number shall be followed by "R2" (e.g.
5 M 41 R2).

j) If a weld has been cut out and replaced by a pup pipe, creating Iwo welds, then the original
weld will be posted in cut-out log having the original number followed by the letters "CO" (e.g.
5 H 4) CO). This joint will not be considered in the pipe book but will be shown in cutout joint
log: The new length of the pipe will be updates for reconciliation. Pipe numbers will be
suffixed with A, B, C and so on.

k) If a good or accepted weld has been cut out and replaced by a new weld, then that weld shall
retain the original number followed by the letter "RW" (e.g. 5 M 41RW).

l) Welds in valve stations shall be given the prefix "S", followed by the station number and then
the weld number (e.g. S 2-21).

870 of 896
8.2 Weld Schematic

The weld schematic is a graphical representation of the weld joints of each chainage. It graphically
represents the following;

a) Each pipe alongwith its number and heat number. Pipe color depicts its thickness. A mouse over
on the pipe displays its details.

b) Each block represents a joint. Its color coding indicates its status, whether welded, NDT done or
rejected, joint coating lowered, backfilled. The letter below each block indicate if the joint is a tie-
in (T), free tie in (FT), re-take (RT), re-weld (RW) etc.

c) Click on any joint displays its weld history with links to inspection reports.

d) Below is the legend of symbols that will be used in joint graphical.

8.3 Weld Data Report

A detailed weld report having all joints welded with their status, welder number, WPS, electrode
number etc. are displayed. A special query is generated for listing the cutout.

8.4 Quality Methodology

a) Error reports for all activities are generated online and will be sent to contractor as well as
MECON.
b) PIMS generated exceptions for example; Duplicate pipe & joints, incorrect pipe number in
report, unqualified welder report.
c) All data entry is verified by PIMS QA engineer.
d) Visual inspection of ITR’s at site by PIMS engineers for any legibility / incorrect format /
incomplete entries / ambiguous data etc.
e) Exception reports are submitted to the contractor alongwith the feedback form as below :

Sr. No. Date of Activity Report Non Date Date


Reporting No. Conformity submitted Rectified
to by
contractor contractor

9.0 Crossings

PIMS software shall have details of crossing reports. The following information shall be configured as a
minimum:

871 of 896
a) Crossing No.
b) Crossing Drawing
c) Name of Crossing
d) Type of Crossing (HDD, Thrust Casing, Open Cut)
e) Chainage Point from-to
f) Crossing Width
g) Permission Authority
i) Authority Name
ii) Date of Permission
iii) Expiry of Permission

h) Stage Inspection Report

10.0 Station Piping

Generation of station piping DPR requires the following fields from the inspection report of each
terminal;

a) SV Number (with scope of work for each activity).


b) Date
c) Report Number
d) Fit-up (Inch Dia)
e) Weld Visual (Inch Dia) Radiography (Inch Dia)
f) Manual UT (Inch Dia)
g) DPT (Inch Dia).

11.0 Snap Shot of Main Reports

11.1 Daily Progress Report

11.2 Joint Tie-in Chart

A joint tie-in chart report represents and gives detail of each joint from welding to backfilling. Tie-in
and free tie-in joints, repaired joints etc. are also represented with respective legend as shown in
below figure. Each joint will have UTM Coordinates.

11.3 S-Curve

11.4 Cumulative Chainage wise progress graphical

11.5 Cumulative Activity (Schematic)

11.6 Compliance Reports

Feature to query any left out activity for any joint within a range prior to lowering or hydro testing.

872 of 896
a) Pre-lowering compliance report generation.
b) Pre-hydro test compliance report generation.

Lowering compliance report gives the complete history of joints with the conformation that pre-
selected is ready to lower with the details of calculated section length to be lowered. It gives
exception of activities not performed or not reported.

11.7 Free Issue Reconciliation Report

a) Pipe Tracking Report

The pipe tracking report shall have the following minimum fields:

Despatch Receipt Pipe Heat Length Dia Thk. Grade Type Coating Mfg. GRV SIV TC no. Left Right
Date Date No. No. Type Name no. no. Joint Joint

The despatch date shall have the inspection release note/ inspection waiver hyperlinked to it. Also
the GRV no. , SIV no. , TC no. shall have GRV, SIV and TC hyperlinked to them respectively.

b) Other Free Issue Material Tracking Report

Despatch Receipt Item Size Rating Material Mfg. GRV SIV TC no. IRN Remarks
Date Date Description Name no. no. no.

c) Reconciliation Report
The free issue material needs to be reconciled. The reconciliation shall be done as per the
specification for reconciliation of free issue material attached elsewhere in the bid document. The
software solution must have the ability to reconcile all the free issue materials.

11.8 Real Time Pipe Book Generation

The proposed software shall have the capability to auto-generate pipe book from digitized inspection
reports. It should have provision to query fields, chainages and joint number range.

12.0 GIS Route Digitization & Layering

GIS vector / raster images and maps with links of all TP’s having layered details chainage progress till
date, digital pictures / documents / material list of special sections. Links should get dynamically

873 of 896
generated as and when data entry is done. Shape files containing the GIS system shall be handed over
to the client for their reference.

a) Survey Information

i) Land Records
ii) Soil Corrosion Records
iii) Geo References

b) Local & External Data

i) Shape files of Alignment Sheets


ii) Imagery (Landsat, ICKNOS Quick Bird, SPOT) are superimposed

c) Crossings & Utilities

i) Location of Crossings, SV
ii) Photographs of Crossings
iii) Crossing Drawings
iv) NOC’s Related Documents

d) Pipeline Route

i) Planed route on satellite imagery


ii) Structures and monuments in vicinity
iii) Layers of road maps superimposed by route.

12.1 Pipe Route Linkages

This graphical representation of the route has nodal points referenced against chainages for the
following; SV/ IP station, turning points, crossings, KM posts, warning signs, city / town crossings and
certain important landmarks. These points are hyperlinked to provide more details. Further click on a
point gives descriptions like as date progress, digital video of special sections, IP stations, view related
pipe book page, etc.

12.2 Corridor Management – Graphical

12.3 PIMS Alignment Sheet Generation

The proposed PIMS software solution shall have the ability to generate as-built alignment sheets. The
survey data shall be digitized to generate the alignments sheets. During construction process, the
contractor shall record GPS co-ordinates at each weld joint and based on them generate as-built
alignment sheets. The levels/ cover at each joint should be collected from the laying contractor and

874 of 896
incorporated in the as-built alignment sheet. The mouse tip should display the UTM coordinate of a
particular joint.

The web based, auto generated PIMS alignment sheet shall have all the features of the standard
alignment sheet provided by the survey agency. The data used for generation should also be
tabulated. The information to be shown in the alignment sheet layers is as follows:

a) Planimetry
TP / IP Details
Weld Coordinates, weld chainage

b) Crossings & Topographic Locations


Crossings
Geo-reference

c) Profile
Ground level, pipe cover

d) Marker locations and details

e) PDI / Class

f) Pipe Types

g) Soil Resistvity

h) Soil Stratification

13.0 Electronic Documentation System

All construction reports, progress reports, test reports, specification and procedures etc. should be
linked to the relevant data reports. Each document should be accompanied with unique meta-tags
that can make a specific search easier later. The following aspects should be covered under this
section;

a) Pipe information (Manufacturing history, inspection documents, raw material test certificates,
test certificates of pipes and plates, inspection release note)
b) Other free issue material (valves, IJ, flow tee etc.) information (Manufacturing history,
inspection documents, raw material test certificates, test certificates, inspection release note)
c) Pipe reconciliation statements
d) Material acceptance (Joint coating material manufacturers test certificates).
e) Manufacturers test certificates and site qualification test reports like filler material, electrode,
epoxy etc.
f) Equipment data sheets and test certificates.

875 of 896
g) Procedure reports, Approved procedures, job procedures, welding procedures specification
and qualification, QAP's and ITP's for all pipeline activities including terminals, SV stations, IP
stations etc. Scanning and digitization of gazette notifications from owner. All construction
activity reports including crossings.

h) Cadastral survey documents- Survey numbers, ownership area of affected of survey no. in
ROU. Permanent feature along center of pipeline. Village maps, talukas, districts etc. Nearest
police station with details, hospital, fire station, village panchayat, district authority details.

14.0 Material Management Reports

14.1 Material tracking and ordering reports are generated for both Free Issue Materials for long lead items
and also for procurement related items.

15.0 ROU Tracking Report

ROU tracking report helps in tracking the ROU / Permission documents, compensation details would
be linked.

16.0 Deliverables of PIMS solution at the time of final submission:

a) Mode of Delivery

Data will be submitted in installable CD’s. A platform independent solution, that can be installed on
desktops, servers and accessible through the network will be configured.

b) User Access

Apart from the delivered CD's, as built data can be provided in either of the following methods: a)
Present on Secure Web Space. b) The data with platform independent menu Interface will be installed
on a Server/PC. It can be accessed by users from a URL from other PC's within the network.

c) Interface:

All submitted data can be accessed using menu interface. All data is input from authenticated
Inspection Reports/ Documents. These documents are also linked along each entry. Data generated
using PIMS is exportable to MS Excel and may be used to Interpret with applications as desired by the
client.

16.1 List of minimum Deliverable's, but not limited to the following:

a) Pipe-Book:
Complete pipe book with links to each inspection report and single click display of history of
joints.

876 of 896
b) Electronic Documentation:
Approved documents, drawings, test certificates etc. scanned, linked and indexed.

c) Project Corridor management System:


Corridor manager with layers of raster images, topographic details, photographs, stations,
crossings, markers, etc.

d) Material inventory:
Complete pipe tracking and reconciliation report with details.

17.0 Technical Specification of GIS Application and Services


17.1 Create Base Map along the corridor, having features like Roads, Water Bodies, Railways, important
POI by remote sensing using Satellite Imagery and SOI sheets.
17.2 Create Shape Files for all Corridor Layer having Topographic details along 100M on either side of
centreline.
17.3 Create Shape Files for Pipeline Centreline layers with pipeline joints, Depth, fittings and fixtures.
17.4 Create Shape Files for Cadastral Maps along with respective Landowner Data.
17.5 Create Geodatabase Segments, Line Series and Station Series for future analysis.
17.6 Attaching photos, videos, drawings, GAD’s, Isometrics in related stations, crossings, utilities etc. to
provide complete details of pipeline which helps O&M to identify the location, pipe details, joint
details, related documents/drawings etc. for disaster management.
17.7 Loader module for Survey data to AutoCAD Map based alignment sheet.
17.8 Integration model for survey data to PCMS.
17.9 Loader module for Survey data and PCMS data in CLIENT Arc GIS GeoDataBase.
17.10 Ensure completeness of CLIENT GeoDataBase for all the Feature sets Locations and Tables.
17.11 GIS system should have features of Pan, Zoom, Info, Search, Measure and Print.

17.12 GIS system should have loader module for Survey data to AutoCAD Map based alignment sheet.

17.13 The GIS based management system should be able to handle the following applications:
a) Spontaneous potential graphing
b) Pipeline profiling
c) Handle CAD files which show the piping layout and other plan of the facilities
d) Images and scanned documents

877 of 896
e) Creation of alignment sheet from survey data
g) Inspection and material data updating and listing through a form menu
i) Record update and maintenance
j) Emergency notification lists display
k) Map creation
I) Identification of the pipeline network facilities; tolerance setting for the same
m) Query by location, by attribute, by logical selection (all queries based on logical
selection parameters)
n) Report generation as per user needs

17.14 GIS system may have the following suggested layers:

a. Base Map layer


b. Satellite Imagery Layer
c. Pipeline Centre line Layer
d. Cadastral Map Digital Layer
e. Construction Activity Layers
f. Pipeline Assets Layer

18.0 SCOPE OF GIS SURVEYS

This specification covers the minimum requirements for implementation of GIS for surveyed
pipeline route. This specification deals with data acquisition, data recording, storage
handling, processing and development of GIS on a specified format using standard and
approved quality control parameters and its delivery to owner in a fully customized fashion.
The work shall include but not limited to the following:

18.1 Survey along the pipeline ROW to capture GPS co-ordinates of weld joints, various pipeline markers
(boundary pillars, kilometer post, direction marker, warning signs, etc.), despatch station(s), receiving
station(s), intermediate pigging stations, consumer terminals etc. for preparation of GIS map of ROW.

18.2 Preparation of seamless GIS for the entire pipeline route with video clipping of salient features such
as major crossings (Roads, Railway lines, Rivers, Nalas / Streams, Canals etc.) covering 5 Kms
stretch either side of centre line of surveyed pipeline route. Any drawing/ documents if
additionally required shall be the responsibility of the contractor. Generation of GIS module for
the surveyed pipeline route, shall be capable of featuring the attributes as given hereunder:

a) Retrieve pipeline information like Chainage, Depth of pipeline, Dia. of pipe, coating details, CP
details etc.
b) Route Map showing the alignment of the pipeline including crossings, TPs etc.
c) Major crossings such as National Highway, State Highway, Railways, Canals, Rivers, HDD etc.

878 of 896
d) Mainline Valve Locations, Despatch/ receiving stations
e) GPS coordinates of each weld joint during construction work to be taken immediately
after lowering but before backfilling along with progress of mainline construction.
f) Cadastral Survey information including details of
i) Survey Nos.
ii) Ownership area of affected Survey no. in ROU
iii) ROW Corridor
iv) Permanent feature along 30 m either side of centre line of pipeline
v) Village maps, Talukas, Districts etc.
vi) Present crop details
vii) Land & crop Compensation details
viii) Land use pattern along the route

18.3 Incorporation of all permanent features, such as roads, railway lines/stations, water bodies, fire
stations, important land marks etc. falling within the corridor width of 10 km on either side of
the pipeline centre line. The contractor shall arrange the satellite imageries, if required. Owner
may facilitate the contractor (if required) by issuing authorization letters. However, the satellite
imagery shall be procured by the contractor from authorized agency at his own expense.

18.4 Scanning and digitization of Gazette notifications available with the owner. Scanning &
digitization of EIA/ RA study reports, cadastral survey reports, soil resistivity reports, various
crossing permissions, as built drawings, equipments details etc. Provision shall be kept for
linking additional attributes as and when required in future pertaining to ROU related works.

18.5 The data so collected shall be re-verified to ensure correctness before their processing
for the development GIS map of pipeline ROW, showing pipeline alignment and profile.

18.6 Provision shall be kept for system integration to existing CLIENT’s SCADA network/ WAN.

18.7 All the data shall be uploaded to respective modules of GIS software developed by CLIENT.

18.8 Identification/ Generation of 3-D co-ordinates for turning points/ intermediate points along
surveyed pipeline route, with the help of DGPS.

18.9 Handheld GPS survey instruments with mapping facility, shall be utilized for locating the
intersection points/ turning points and other Geo-references, with its complete accessories of
renowned make, having 1 metre accuracy.

18.10 The contractor shall impart training for operation and maintenance of software developed for
Pipeline information system to two batches of CLIENT personnel, each batch consisting of up to 10
personnel.

18.11 The scope of work shall not be limited only to the work as described above. The contractor shall be
required to execute all works required for generation of GIS module for the surveyed pipeline
routes.

879 of 896
18.12 GIS Surveys

18.12.1 Contractor shall carryout development and customization of GIS for the surveys covered in the
present scope of work that includes:

i) Geodetic engineering surveys


ii) Soil investigations/ survey
iii) Crossing surveys
iv) Cadastral surveys
v) ROU acquisition surveys records
vi) Population density surveys
vii) Land use pattern survey
viii) Soil resistivity survey / corrosion survey
ix) Disaster management requirement and environmental effect parameters.
x) System design for GIS and integration with owner’s central data information system etc.

This GIS is to be developed in such a fashion that there is a complete scope for horizontal and
vertical expansion for the system growth and Integration. Theme coverage/ layers for GIS shall
be as per requirement frozen by owner at the System Design and Customization Stage.

18.12.2 The required features of GIS application shall be as given below:-

i) The entire system to be geo-referenced, i.e., from the point of dispatch to receipt station including
the facilities at each end as well as en-route, the major crossing, landmark etc. shall be as per
grid and projection system to be approved by the Owner. The GIS application should have pipe
book data, materials data, alignment sheets (AFC and As built) and all related certificates available
spatially on GIS layers in such a way that all the above details can be opened through the GIS
application directly . This shall also involve ( but not limited to) taking GPS coordinates of each
weld joint during construction work immediately after lowering but before backfilling along with
progress of mainline construction. The Pipeline construction activities such as ROW Clearing,
Grading etc should be available spatially as GIS layers so that all the above details can be opened
through the GIS application directly.

ii) The Contractor shall submit a Quality Assurance Plan (QAP) which shall cover details of each
activity, its scope, quality parameters, quality checks, inspection schedules, attributes for
input and output/ deliverables, test check procedures and its correlation with implementation
schedule. The QAP will be scrutinized, commented upon and approved by the Owner for
implementation.

iii) The Contractor shall deploy the best-suited methods, equipment, tools software, personnel, analyst
and surveyors to carry out the development and customization of GIS.

iv) The Contractor shall use the best and the approved quality material for preparation of maps,
reports, software, storage mediums etc. Base maps of all the districts (50 km on both sides of
ROW) are to be supplied & integrated in the system by the bidder & these maps should have
clearance from Ministry of Defence or Survey of India.

880 of 896
v) The Contractor shall confirm having in his possession the requisite tools equipment, know-how
and experience to carry out the development of GIS including facilities to handle, to process and
deliver output from the satellite imageries. In case the contractor decides to tie up with an
associate for this part of scope, the details of such sub-vendor/ associate shall be furnished along
with the offer.

vi) The development of GIS shall be thoroughly customized to suit owner’s requirement on technical,
organization, training, operational information management system areas and integration with
existing / proposed organizational systems for planning, control and information management.
Wherever owner is not in a position to clearly specify any individual attributes/ fields of information
at the execution stage, adequate provision for implementation at a later stage would be
created in the respective system for such cases.

vii) Contractor to comply with Open GIS Consortium (OGC) data standards or as approved by EIC.

viii) Development of GIS package shall be done using standard programming languages like visual basic,
visual C++, java, oracle etc,

18.12.3 Contractor's scope of work shall include the following:

i) Preparation and submission of implementation schedule, QAP and detailed methodology


for security and approval of the same by owner.

ii) Collection of input data, topo sheets, and satellite imageries based surveys maps, reports and
store/handle for further processing with contractor's survey work.

iii) Propose projection parameters, special data parameters, g ri d system, geo-coding and geo-
referencing parameters, output/ deliverable parameters etc., for owner’s approval.

v) Carry out data validation of received input, carry out scanning of topo-sheets, and integrate
the recordings made by GPS/ DGPS and other survey instruments to complete/collate the
input data.

vi) Carry out image processing and generation of rectified image on approved system like
ERDAS IMAGINE or equivalent.

vii) Carry out interpretation and digitization of all physical features symbolization/ legend
structure, layering, edge matching, topographical integrity, mosaic king, database
linking, incorporation of ground truth details, incorporation of processing techniques for
attribute allocation etc. after passing through quality assurance stages as per approved
QAP.

viii) Generation of output maps in specified format and scale as per specification.

881 of 896
ix) In the cross-country zone all information as given in the technical specification shall be
provided. In the densely populated portions all information requirement as per
specification for detailed survey and cadastral survey shall be incorporated such as ward and
property boundaries (house numbers, classification as residential, commercial, government,
number of storeys etc.) roads, landmark features, locality names and connectivity with
proposed facilities, major commercial and industrial establishment being studied as
potential consumers etc.
The data to also include, nallahs, channels, drains, canals, existing electric and
telephone lines, bridges, land crossings, proposed expansion of roads, railways, other
facilities e.g.water supply, sewerage system, telecommunication networks etc.

Note: Contactor to collect, evaluate, ensure correctness of source, positional accuracy,


ownership, attributes, authenticity of the data collected and only revalidated data to
be include for the database.

x) To customize each layer and attribute for present available data and future database as
per requirement of the owner. To design system requirement for operation and
maintenance of GIS package.

xi) To deliver a draft GIS package to the owner along with a detailed demonstration
scrutiny, trial run and observations; load the trial packages on owner’s system and
configure for optimal use.

xii) To modify/ change and update GIS with respect to the finally approved survey reports and
mapping carried out under the overall scope of work. Observation and detailed
comments on submission by contractor at each stage of work, correction/
modifications and addition to route or methodology, etc shall be carried out by
contractor. To provide training to the owner’s engineers on development of GIS as per
approved schedule.

xiii) To deliver the owner the source c o d e of the application package with proper documentation.

xiv) To customize the GIS package as finished products and deliver to Company sets of O&M
manuals and package and provide post delivery support services (software updating
etc.) of operation and maintenance for a period of 3 years from the date of installation
of complete system. For GIS server application server and desktop editing software,
however, the successful bidder will provide one year software product warranty which
includes both software upgrade update and technical support and next two years of
technical support only on need basis (monthly at least) by authorized technical person of
OEM. Maintenance of package during the period shall be provided at no additional cost
to the Owner.

882 of 896
Pipeline Survey & Route mapping

a. Survey of the Pipeline To be done as per details given under


Route Corridor and ROW technical specification and Scope of work
b. Accuracy of GPS Survey +/- 1 meter
instruments/equipments
c. Capturing of Geospatial features of the To Be done as per details given under
Pipeline Corridor technical specification and
Scope of work
e. Digital Mapping of the Using Survey of India Maps / Other reputed
Pipeline Route Corridor map providers / Custom made map
f. Digital Mapping formats to be used Map info/ Shape file

18.13 GIS Management Solution: It should be able to archive the following measurements and details
related to mainline route/ profile/ drawing and pipe books:

a) Horizontal location of pipeline with regard to deviation and permanent grid pillars

b) Vertical level with regard to mean sea level of pipeline and grade
c) Location and type of bends, fittings etc. and grades, points of intersection
d) Changes of wall thickness and materials
e) Location and details of valves insulating joints fencing
f) Location and details of bored/ cased road, railway, water crossing, suspension bridges
g) Location and details of bored crossing pipes, vents
h) Location and type of coating
i) Location and type of weighting, anchoring
j) Location and type of markers
k) Location of further appurtenances (pig-signallers)
l) Location of ROU and end of pipeline with respect to ROU
m) Type of soil
n) Type of rock
o) Type of blasting and ripping
p) Padding
q) Type of road pavement
r) Details of bank protection, number of insulators, seals

883 of 896
18.14 Following layers (but not limited to- only indicative) are to be populated in the GIS solution. The
information contained is also indicated in the layers:

a) Route Survey Input


This layer group contains information extracted from the Route Survey Final reports, including:
- Soil Stratification Report
- Temperature Measurement Records
- Soil Corrosion Report

b) Cadastral layer
This layer group contains all map format files, images and tabular data Obtained from local
government or other external sources. All Cadastral Data, Landowner details and compensation to
the farmers shall be Included in this layer.

c) Site Photo and Video details


This layer contains all photos and video clips from the sites which are spatially linked to the
database.

d) Crossings details
All information regarding pipeline crossings (all crossings like river, HDD, roads, canal, railway line,
foreign pipeline crossing, power transmission line etc.) are stored and presented in this layer group.
Location, type and width of crossing is stored in attribute table of crossing layers.

e) Pipeline Routes
Pipeline routes, IPs, KP markers, history of routes and reroute layers are all collected in this group
layer. TLP points, OFC points, valve location, coat & wrap details, pipe depth, CP details etc. will also
be marked in this layer.

f) Logistics

All approach roads map is scanned, geocoded and imported to GIS, then suitable access routes are
digitized on the map which illustrates an idea of accessibility of site from different access roads.

g) Satellite imageries

All satellite imageries are grouped in this layer group. Different visibility Scales are defined, so that
by zooming in & out suitable satellite imageries become visible.

h) Important details

Plans of detailed survey collected from alignment sheets are put together and presented as a stand-
alone layer which presents useful details of obstacles and features like Police station, post office,
fire brigade, delivery station, major road, minor road, railway pond, river, forest land, CRZ (Coastal
Regulation zone), restricted ROW, Common ROW, marshy areas, rocky areas, in the vicinity of the

884 of 896
pipeline based on detailed survey.

i) Geology
Geological maps, fault maps, hazard maps and other relevant maps from reference books and
journals are to be scanned and geo- referenced.

18.15 An indicative list of requirement from the GIS application is given below as minimum which
should be available in the system :

1. System Architecture Web based


2. Accessibility Through Internet and intranet
3. Compatibility Compatible (with zero data loss) with industry
standard mapping formats such as shape file/ Geo
Database etc.

4. Map integration with pipeline Integration with pipeline digital mapping of the
digital mapping pipeline route corridor and ROW.
5. Integration with Google Viewing pipeline data on top of Google
Map/Earth map/Earth/ Bing Maps etc.
6. Map Overlays Facility to switch ON/OFF pipeline map Overlays
7. Search/Query Features Facility for Search/ Query on Pipeline data
through web interface
8. Scalability Scalable to incorporate new Pipeline Data (
whose data are provided in industry
standard map formats)
9. Modularity Facility to accommodate new
users/groups/pipelines as and when required
10. Flexibility to change CommunicationRequired
Service Provider
11. Facility for updating of data at Required
owner’s end
12. Browser Compatibility Compatible with Web Browser such as
Internet

18.16 OTHER REQUIREMENTS OF PIPELINE INFORMATION MANAGEMENT SYSTEM

18.16.1 The software system/package of data information management system shall be able to function
on a LAN/ WAN, restricted to 100 users, with provision of security.

18.16.2 The customized/ developed software should have

885 of 896
a) Input data validation.
b) Control of internal processing
c) Output data validation

18.16.3 The system shall enable quick retrieval and printing of relevant pipeline data/ as built information
through a suitable application. It shall also be able to provide requisite information in following
formats.

a) Tabular reports
b) Graphical representations of data
c) Image (supporting document) retrieval
d) Geographical information system
e) Query based retrieval

18.16.4 The volume of documents/ information to be scanned and uploaded in the system shall be
decided based on the requirement and shall be finalized in consultation with the Engineer -in -
Charge.

18.16.5 The data captured from the scanned documents and alternate electronic data into the central
database through extensive manual data entry and electronic validations.

a) The GIS module of the application shall also function on a LAN with an Internet connection.
Contractor shall provide license access for this.

18.16.6 Generation of as built alignment sheets based on chainage shall be provided in the scale as
decided by the Engineer in Charge.

18.16.7 The system shall include the following :

a) A run time version of the software


b) The database with relevant licenses for standard usage
c) Assistance for operation and maintenance of system (towards hand on / class room
training etc.) for three years from the date of installation of the complete system.

18.16.8 Contractor shall be responsible for following up with the owners representative for collection of
various QA/QC documents, daily inspection reports, equipments test certificates, as built drawings
etc. Contractor shall also be responsible for the manual data verification (reports are verified
for general errors like missing pipe number, missing heat number, repeated pipe number,
missing supervisor signatures etc) before making data entry and publication into the system.

18.16.9 Contractor shall provide access of published data to the authorized users of owner over secured
Internet/ WAN Network in the form of web-based reports.

886 of 896
18.16.10 The scanned reports shall be given identification code/ name using a formal coding / naming
convention as agreed upon between the owner and contractor. The reports shall be visually
checked to ensure presence of identified mandatory information.

18.16.11 The data shall be protected through appropriate security systems and access shall be controlled
using access control systems.

18.16.12 The Contractor shall submit along with offer the project organization detail, the plan for
execution of work, execution methodology, quality control plan and project monitoring &
control mechanism details for development of data management system.

18.16.13 The Contractor shall submit a weekly progress report of the work assigned to him for
monitoring the progress of the work

18.16.14 After acceptance of the system all software used in the data management system shall be
supplied in CD/ DVD media and shall be licensed to the owner with certification to this effect.
The owner shall be enabled to access all free downloads/ updates for the software provided as
per contract. The bidder shall ensure registration of the owner of such facility with the
respective software supplier and confirm. The license of the GIS server application server and
desktop editing software should be in the name of CLIENT. If any software media is
damaged / corrupted during the process of installation and commissioning, the contractor shall
ensures replacement of media at his own risk and cost.

19.0 OWNERS RESPONSIBILITY

19.1 Owner’s responsibility shall be limited to provide/ making available the drawings/ documents/
data required for providing services for implementation of Pipeline Information Management
System. All other resources, logistic support, facilities, etc required to complete the work under the
scope shall be arranged by the contractor himself without any cost to the owner.
The owner may also provide authorization letters, wherever required for collecting information/ data
from Owner/ Owner’s representative and other contractors/ vendors.

20.0 CONTRACTOR’S/ PIMS SERVICE PROVIDER’S PERSONNEL & EQUIPMENT

20.1 The persons employed by the Contractor / PIMS service provider shall be technically qualified and
trained in development of requisite software and operation of various computer applications. They
should al s o be acquainted with pipeline construction.

20.2 The contractor shall provide boarding & lodging arrangement for his personnel at all locations
during execution of work under the contract. The contractor shall also provide boarding, lodging
and transport arrangement for his personnel during visit to ROW for collection of data for GIS
mapping.

20.3 The contractor shall provide insurance coverage of a l l his personnel employed for implementation
of work under this contract.

887 of 896
21.0 DOCUMENT/ DATA SUBMISSION

21.1 Contents and presentation of GIS Module shall be reviewed/approved by owner in the initial stage
to be prepared by the Contractor. The Contractor shall incorporate all comments / suggestions
given by owner and prepare all documents accordingly.

21.2 Two sets of paper copy of GIS Module developed shall be submitted by the Contractor for
owner’s review in the form of draft report immediately upon start of work. The contractor shall
obtain approval of owner on draft report before final submission. Comments, if any, shall be
incorporated by the Contractor. Report can be demanded in parts and in different phases as per
discretion of the owner.

21.3 All drawings, report, formats etc. forming the part of submission to owner shall be prepared on
electronic media.

21.4 Final drawings/ data / documents after incorporation of comments by contractor shall be
submitted to owner in six sets paper copies and one copy on CD ROM/DVD.

22.0 SECURITY
The network used for data transfer should be secure:

22.1 Bidder should ensure that a clear description of the security attributes of all network services used
is provided.

• Data transfer using Internet


• Bandwidth requirement for data access from (during construction phase) is to be furnished.
• Public Key Infrastructure:

22.2 The digital signatures and security tokens system should be under hardware warranty and
software support for three years from the date of installation of the complete system.
22.3 The web server should conform to the guidelines issued by “CERT-IN”
22.4 The successful bidder shall develop and install state-of-the-art security systems including all
types of modern protection security systems, like “SSL VPN to protect the software system and
all the data base and confidential information of the CLIENT which would be kept on line to
support the software system. The SSL VPN system should be under hardware warranty and
software support for two years from the date of installation of the complete system.
22.5 It is the responsibility of the successful bidder to ensure that there is no security backdoors and
loopholes existing in the solution that can be exploited. The Contractor shall wholly be responsible
for any breach in security as a result of insecure implementation or loopholes in the solution,
including the operating systems on which the systems are running.
22.6 There should be one time authentication. However, a guest user id may be there through which
any user can see the documents available for public notices.

888 of 896
22.7 Unauthorized user shall not be allowed to access to any of the Data.
22.8 The Contractor shall establish an access control matrix for the system.
22.9 The proposed system shall be equipped with security facilities to prevent data tampering,
data theft, sabotage and virus attack.
22.10 A parameterized, timeout and logout feature may be included for non-active sessions.
22.11 The proposed system shall be equipped with database security access control to ensure the
integrity of data during processing and updating of the database.
22.12 The Contractor shall propose Application level access control to control the user's access to the
application he/ she can access.
22.13 The system shall be capable of invalidating any user after a specific number of attempts to
gain access via invalid passwords.
22.14 There shall be mechanisms to verify the authenticity and the integrity of the network services
from un-trusted sources before the services are used.
22.15 The audit trail solution shall be able to detect attempts of unauthorized access, security
violations, logging staff's activities as well as any suspicious activity and alert the system owner
using appropriate channels such as audible alarm, pager, e-mail or other interactive technology
based on the criticality of the intrusion detected.
22.16 The proposed security implementation shall be easy to administer, verifiable and sustainable.
It shall be able to scale to cater for additional servers for future expansion programs.
22.17 Application Security Assessment (Source code review) of the complete customized application
should be done by CERT-IN empanelled organization (the organization should be in cert-in
panel since 2006) covering OWASP’s Ten Most Critical Web Application Security Vulnerabilities.
A confirmation certificate is to be provided by the auditing organization. The cost of hiring third
party is to be borne by successful bidder.

889 of 896
APPENDIX–II TO PJS

RESPONSIBILITY MATRIX

890 of 896
1.0 Project Responsibility Matrix

RESPONSIBILITY MATRIX

PIMS
Activity CLIENT/ MECON
Contractor
Deployment of manpower for scanning, cataloguing, data entry of all
reports along with GPS coordinates acquisition staff √
Deployment of hardware for the project implementation like desktops,
server and scanner √
Insurance of PIMS contractor’s equipment/ hardware

CD’s/DVDs and alternate consumables for backing up of data

Consumables for scanning √
Organizing the onsite team’s travel to site √
Application hosting for ensuring availability of information to external

users
Desktops for viewing web reports and GIS by the IOCL team
(Standard configuration PC’s with Windows operating systems,
Internet explorer and MS Office). GIS module: 2 machines, Web √
Reports as per owner requirement

Boarding and lodging for contractor’s operators’ deployed at


site office.

Local transport / conveyance for commuting to onsite location from
the place of Boarding and commuting on the ROW for the GIS survey
on a four-wheeler. (it would be in the interest of the contractor

to accommodate the onsite team close to owner’s office to take care
of the logistics)

Provision of appropriate office space for the onsite team to carry



out their activities efficiently
Provision for storage of documents that are classified by the

contractor as Work In Progress
Safe storage of the back up CDs/DVDs/ media
*till such time the complete data is taken over by the owner. √

891 of 896
RESPONSIBILITY MATRIX

PIMS
Activity CLIENT/ MECON
Contractor
Provision of Internet connection for communication, E- mail and
uploading and downloading of scanned documents √

Provision of telephone connection for usage by the onsite team



Provision of Stationery for the onsite team √
Availability of procedure documents pertaining to all activities to be

carried out by owner to onsite team
Availability of isometric drawings to the onsite team √
Provide equipment certificates & certificates for all other assets

deployed for the pipeline construction
Delivery of all required reports on end of day basis to the onsite
√ √
team
Soft copy of AUT (IF APPLICABLE) √
Availability of authority letters for contractor’s personnel to carry
out operation for executing the scope of work as required by owner. √

Information pertaining to owner’s routine processes required by the


contractor for proper execution of contracted work √

Allocation of a project coordinator from owner to coordinate / L i a i s i n g


with the onsite team/ Laying contractor , Should have the thorough

knowledge of pipeline route and its important indicators, markers and
intermediate structures
Monthly audit of data in GIS based software system by Owner’s
√ √
personnel

2.0 Bidder to submit a responsibility matrix covering the complete project implementation and clearly
outlining the scope of work being covered by them.

3.0 Bidder shall procure the satellite imagery for implementation and shall facilitate and manage this activity
as per detailed specification.

892 of 896
APPENDIX–III TO PJS

PROJECT EXECUTION
ORGANOGRAM

893 of 896
PIPELINE INFORMATION MANAGEMENT SYSTEM FOR PIPELINE
PROJECTS
ORGANOGRAM FOR PIMS CONTRACTOR

TYPICAL ORGANOGRAM FOR EACH PART

Overall In-charge Head Office (Delhi/ NCR/Angul)

Implementation Implementation Specialists


Specialists Site
-Backend office (Delhi/
NCR/Angul)

Team Leader
Co-ordinator-1 no.
Co-ordinator
QA Engineer-1 no.

GIS Analyst-1 no.


Site Engineer-2
Developer-1 no. No.s

Surveyor-1 No.s

894 of 896
APPENDIX–IV TO PJS

PIPELINE SCHEMATIC
ROUTE DIAGRAM

895 of 896
SECTION – VII
SCHEDULE OF RATES
Attached Separately

896 of 896

You might also like