You are on page 1of 140

Notice Inviting Tender

ONGC Petro additions Limited


4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited, R.C. Dutta Road,
Alkapuri, Vadodara-390007

TENDER DOCUMENT

FOR

Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite
(U&O) at OPaL, Dahej

TENDER NO. 1904C00658

IMPORTANT DATES

TENDER SALE PERIOD: 02.11.2019, 0900 HRS


to
23.11.2019, 1400 HRS

CLOSING DATE & TIME FOR BID SUBMISSION: 23.11.2019, 1400 HRS

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 1 of 140
Notice Inviting Tender

ONGC Petro additions Limited


4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited, R.C. Dutta Road,
Alkapuri, Vadodara-390007

To, Date: 02.11.2019


_______________
_______________
_______________
NOTICE INVITING TENDER
UNDER TWO BID SYSTEMS
Dear Sirs,

SEALED BIDS are invited forAnnual Rate Contract for Mechanical maintenance services for Utilities &
Offsites (U&O) plant at OPaL, Dahej.

The details of the tender are given below.

1. Tender No. 1904C00658


2. Description of work Annual Rate Contract for Mechanical maintenance services for
Utilities & Offsites (U&O) at OPaL, Dahej
3. Type of Tender Domestic Open Tender under Two Bid System
4. Tender Sale Period 02.11.2019, 0900 HRS to 23.11.2019, 1400 HRS
5. Last date for submission of 09.11.2019
Queries
6. Closing date & time for bid 23.11.2019, 1400 HRS
submission
7. Date & time of Opening Tender
a) Prequalification bid 23.11.2019, 1500 HRS
b) Price Bid To be intimated later, after evaluation and short listing from
Prequalification Bid.
8. Earnest Money Deposit in the Rs. 12,07,000/-
form of DD or Pay order/ Bank
Guarantee
9. DD/ Pay Order payable to ONGC Petro additions Limited, At Par
10. Agreement duration THREE YEARS
11. OPaL Site Address OPaL Petrochemical Complex,
Plot No. Z/1 & Z/83, Dahej,
Taluka: Vagra, Dist.: Bharuch-392130
12. Qualifying and Evaluation criteria As per Bid Evaluation Criteria (ANNEXURE VII)
13. Bid Issuing & Submission office Materials Management Department
address ONGC Petro additions Limited (OPaL)
OPaL Petrochemical Complex,
Plot No. Z/1 & Z/83, Dahej,

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 2 of 140
Notice Inviting Tender

Taluka: Vagra, Dist.: Bharuch-392130


Tender Box is placed at Visitor pass section Gate No.2
Contact Person: Mr. Hafiz Malek (9099008164)
Leave Reserve officer: Mr. Atul Mehta (9099008191)
14. Bid validity 120 days from the date of opening of bid
15. Validity of Bid security/ EMD 150 days from the date of opening of bid
16. Performance Bank Guarantee/ (To be submitted within 15 days from the date of issue of NOA/
Security Deposit Service Order)
Value: 11.8% of the Annualized Agreement Value excluding taxes
Validity: Agreement period plus 60 (sixty) days.

Notes:

1. Tender is non-transferrable.
2. Two bid systems shall be followed for this tender.
3. Tender documents can be downloaded from ONGC Petro additions Limited website address
www.opalindia.in.
4. OPaL may or may not seek any clarification after opening of the bids. The bidders not complying
with the terms & conditions of the tender and offers indicating exceptions/ deviations may be
rejected without seeking any clarification.
5. In case of unscheduled holiday in OPaL on any of the above prescribed dates, the next working
day will be treated as Scheduled/ prescribed date of the corresponding event with time notified
remaining the same.
6. In case of exigencies, OPaL at its option may decide to extend tender sale/ techno-commercial bid
closing/ opening date/ time in future which will be posted on the OPaL website for information.
Bidder should regularly visit OPaL website for the latest information in this regard.
7. OPaL reserves the right to cancel or annul the tender or part thereof, without assigning any reason
whatsoever.
8. Tenderers should take due care to submit tenders in accordance with requirement in sealed covers.
Offers sent without Bid Bond will be rejected straightaway.

For, ONGC Petro additions Limited

Materials Management

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 3 of 140
Instructions to Bidders

ANNEXURE I

INSTRUCTIONS TO BIDDERS

1.0 INTRODUCTION

ONGC Petro additions Limited (OPaL) is a petrochemical company, incorporated under The
Companies Act 1956, promoted by Oil and Natural Gas Corporation (ONGC) and co-promoted
by GAIL and GSPC. OPaL is coming up with one of the largest petrochemical complex in Asia
at Dahej.

The details of the facilities which the OPaL requires in the present instance and for which bids
are hereby invited are described in Scope of Work, ANNEXURE III.

The overall responsibility for the complete scope of work described in Scope of Work,
ANNEXURE III will rest with the Service Provider.

1.1. Eligibility and experience of the bidder

Bidders should meet the criteria set forth in the Bid Evaluation Criteria (BEC) as ANNEXURE
VII.

1.2. Transfer of bidding documents

The Bidding document is not transferable.

1.3. Cost of bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid, and
OPaL will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process what so ever in nature.

2.0 CONTENTS OF BIDDING DOCUMENT

2.1. The services required, bidding procedures and agreement terms are described in the bidding
document.

2.2. The bidder is expected to examine all instructions, forms, terms and specifications in the
bidding documents.

2.3. Failure to furnish all information required by the bidding documents will be at the bidder’s risk.
Tenders not complying with tender conditions and not conforming to tender specifications will
result in the rejection of its bid without seeking any clarifications. However, OPaL at its
discretion may ask the bidders to comply/conform within stipulated time as the case may be.

2.4. In addition to the Invitation for Bids, the bidding document includes:

ANNEXURE Appendix Details

ANNEXURE I Instructions to Bidders


Appendix- 1 Bidder General Information
Appendix- 2 Bidding Document Acknowledgement Proforma
Appendix- 3 Bid submission Proforma
Appendix- 4 Bidders Past Services (Experience) Proforma
Appendix- 5 Proforma for proposed changes/ modifications sought by
Bidders to the Bidding conditions.
Appendix- 6 Matrix for Prequalification Evaluation.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 4 of 140
Instructions to Bidders

Appendix- 7 Confirmations to be given by bidders.


Appendix- 8 Bid Compliance Statement
Appendix- 9 Proforma of Bank Guarantee towards Bid Security/ Bid Bond
Appendix- 10 Authorization Letter for attending Tender Opening
Appendix- 11 Proforma of Certificate on Relative of Directors of OPaL
Appendix- 12 Check list
Appendix- 13 Proforma for Performance Bank Guarantee
Appendix- 14 Proforma for form of Agreement
Appendix- 15 Affidavit
Appendix- 16 Integrity Pact
Appendix- 17 Certificate of compliance
Appendix- 18 Undertaking –Genuine documents
ANNEXURE II General Conditions of Contract (GCC)
Appendix- 1 Guidelines regarding compliance of labour laws for the
Service Provider
ANNEXURE III Scope of Work
ANNEXURE IV Special Conditions of Contract (SCC)
ANNEXURE V Schedule of Rates (SOR)
ANNEXURE VI Price Format (PF)
ANNEXURE VII Bid Evaluation Criteria (BEC)

3.0 BID CLARIFICATION/ AMENDMENT TO BIDDING DOCUMENT

3.1. At any time prior to the deadline for submission of bids, the OPaL may, for any reason, whether
at its own initiative or in response to clarification(s) requested by prospective bidder(s), may
modify the bidding documents by amendment(s), if felt necessary.

3.2. Amendments / reply on bidder queries (if any) will be uploaded on OPaL website. All bidders
are requested to refer the OPaL website www.opalindia.in for Amendment / Reply on bidders’
queries, if any, before submission of bid documents. All bidders must ensure that the
amendments / reply on bidder queries (if any) are part of bidding documents and must be
submitted along with bid document else bid shall be liable for rejection. Bidder should regularly
visit OPaL website for the latest information in this regard.

3.3. In order to allow prospective Bidders reasonable time to take the amendments into account in
preparing their bids, OPaL may, at its discretion, extend the deadline for the submission of
bids.

4.0 PREPARATION OF BIDS

4.1. Language and Signing of Bid

4.1.1. If a Bidder submits or participates in more than one bid, such bids shall be disqualified.

4.1.2. The bid prepared by the bidder and all correspondence and documents relating to the bid
exchanged by the Bidder and the OPaL shall be written in English language. Supporting
documents and printed literature furnished by the Bidder may be in another language provided
they are accompanied by an accurate translation of the relevant passages in English, in which
case, for purposes of interpretation of the bid, the translation shall prevail.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 5 of 140
Instructions to Bidders

4.1.3. Bids shall be submitted in the prescribed bid Proforma duly filled in and signed and should be
returned intact.

4.1.4. In the event of the space on the bid Proforma being insufficient for the required purpose,
additional pages may be added. Each such additional page must be numbered consecutively,
showing the tender number and should be duly signed. In such cases reference to the additional
page(s) must be made in the bid.

4.1.5. The bid Proforma referred to above, if not returned or if returned but not duly filled in will be
liable to result in rejection of the bid.

4.1.6. The Bidders are advised in their own interest to ensure that all the points brought out in the
Matrix for Prequalification Evaluation at Appendix- 6 to ANNEXURE I are complied with in their
bid, failing which the offer is liable to be rejected.

4.1.7. The bid papers, duly filled in and complete in all respects shall be submitted together with
requisite information and ANNEXUREs/Appendices. It shall be complete and free from
ambiguity, change or interlineations.

4.1.8. The bidder should indicate at the time of quoting against this tender their full postal and fax
addresses.

4.1.9. The Bidder shall sign its bid with the exact name of the firm/company to whom the agreement
is to be issued. The bid shall be duly signed and sealed by the authorized signatory of the
Bidder's organization. The bid should be signed by the following person(s) followed by seal of
the firm/company.

a) Proprietorship Firm: Proprietor/ Authorized person with Power of Attorney* (duly


notarized/ registered) from proprietor.
b) Partnership firm: All partners/ any one partner with Power of Attorney* (duly notarized/
registered) duly issued by the partnership firm and signed by all other partners authorizing
him to sign the bid on behalf of the partnership firm.
c) Private/ Public Company: Authorized signatory of the company.
Authorisation needs to be supported by Board Resolution of the Company/Power of
Attorney* duly issued by the Company/Articles of Association of the Company. Following
applicable supporting documents compulsorily needs to be submitted by the company
(either notarized/registered)
(i) Extract of Board Resolution of the company wherein authorized signatory has been
authorized;
(ii) Power of Attorney* duly issued by the company authorizing the person concern to
sign the Bid;
(iii) Extract of Board Resolution of the company wherein resolution for issuance of Power
of Attorney has been passed;
(iv) Extract of Board Resolution of the company wherein authorized signatory has been
empowered to delegate his power to another employee of the company;
(v) Relevant Extract of Articles of Association of the company.
d) Co-operative society: Chairman/Authorized representative with Power of Attorney* (duly
notarized/ registered) duly issued by the Society and signed by authorized members of
board.

* Power of Attorney (duly notarized/registered) should be typed/printed on a Non-Judicial


Stamp paper duly issued in favour of the firm/company/society as the case may be

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 6 of 140
Instructions to Bidders

4.1.10. The bidder shall clearly indicate their legal constitution and the person signing the bid shall
state his capacity and also source of his ability to bind the Bidder.

4.1.11. The Power of Attorney or authorization, or any other document consisting of adequate proof
of the ability of the signatory to bind the bidder, shall be annexed to the bid including but not
limited to the certified copy of extract of Board Resolution on the letter head of the Company/
Firm/ Society recording proper authorizing with power to delegate authority, if any, in form of
the signatory or another person. OPaL may reject outright any bid not supported by adequate
proof of the signatory's authority.

4.1.12. The Bidder shall have to accept all the terms and conditions as laid down in the bidding
document in toto. In case of any deviations from any Tender Conditions, the same must be
reflected in Appendix- 5 to ANNEXURE I invariably. However, taking exception/ deviations to
any conditions of Bid Evaluation Criteria (ANNEXURE VII) will lead to rejection of the tender
despite their being reflected in Appendix- 5 to ANNEXURE I.

4.1.13. Any interlineations, erasures or overwriting shall be valid only if they are initialled by the person
or persons signing the bid.

4.1.14. The complete bid including the prices must be written by the bidders in indelible ink. Bids and
or prices written in pencil will be rejected.

4.2. Submission of Evaluation Matrix

4.2.1. Prequalification Evaluation Matrix enclosed along with the tender document as Appendix- 6 to
ANNEXURE I is to be replied in Agreed/Not Agreed and filled in with the reference page No. of
their Pre-Qualification bid by the bidders.

4.2.2. Bidders are also required to confirm the points as per Appendix- 7 to ANNEXURE I to ensure
their explicit confirmation of BEC. Bidder must submit the confirmation chart duly filled in along
with prequalification bid, failing which their bids are liable to be rejected.

4.3. Clarification in respect of incomplete offers

4.3.1. OPaL has to finalize its agreement within a limited time Schedule. Therefore, OPaL will not seek
any clarifications in respect of incomplete offers unless the same is found necessary by OPaL.
However, the discretion of OPaL will be considered as final.

4.3.2. Prospective bidders are advised to ensure that their bids are complete in all respects and
conform to OPaL's terms, conditions and bid evaluation criteria of the tender. Bids not
complying with OPaL's requirement will be rejected without seeking any clarification.

4.4. Documents comprising the Bid

The bid prepared by the Bidder shall comprise the following components, duly completed:

a) Price Format as per ANNEXURE VI.

b) Documentary evidence establishing

i) That the Bidder is eligible to bid and is qualified to perform the Agreement if its
bid is accepted. The documentary evidence of the Bidder's qualifications to
perform the Agreement, if its bid is accepted, shall be established to the OPaL's
satisfaction:

ii) That the Bidder meets all the criteria prescribed in the Bid Evaluation Criteria (BEC)
at ANNEXURE VII.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 7 of 140
Instructions to Bidders

c) Documentary evidence that the services to be rendered by the Bidder conform to the
requirements of bidding documents.

d) Bid security/ Bid Bond/ EMD

e) All Appendices of the bidding document duly filled in.

f) Bidder with relatives, etc., of Director of OPaL/ Key Managerial Personnel of OPaL: The
bidders are required to certify in prescribed format (Appendix- 11 to ANNEXURE I)
whether he/they is/are relative of any of the Directors of OPaL/ Key Managerial Personnel
of OPaL (in terms of Section 184/188 of the Companies Act, 2013, as amended time to
time) in any of the ways mentioned in the certificate. It is clarified that any such
affirmative certificate shall not, by itself, prejudice consideration of the bid. This certificate
must accompany the bid.

g) The complete tender document along with all supportive documents must be self-attested
by bidder with stamp and signature on each page.

4.5. Integrity Pact:

Bidders are required to enter into Integrity Pact. The Bidder shall sign the Integrity Pact on all
the pages and submit along with unpriced Pre-Qualification bid. The Integrity Pact should
clearly reflect the Bidder’s name, the TENDER No. and the Witness signatures. The Bidder who
signs the Integrity Pact should be the same person who is duly authorized to sign the Bid as
per Clause 4.1.9, 4.1.10 & 4.1.11 of ANNEXURE I.

4.6. Price Schedule/ Format

4.6.1. The Bidder shall complete the Price Format(s) furnished in the bidding document at ANNEXURE
VI.

4.7. Bid Prices/ Bid Currencies

a) The bidders shall indicate on the Price Formats furnished in the bidding document at
ANNEXURE VI, prices (rates) in Indian Rupees (INR) Only. Prices quoted in any other
currency shall not be considered.

b) Prices quoted by the bidder shall be firm during the bidder’s performance of the
agreement and not subject to variation on any account.

c) The bidder must take into account any possible changes/ fluctuations in the applicable
minimum wages from time to time and other statutory welfare measures under various
labour legislations while submitting the bid. No changes in minimum wages will be
considered during entire tenure of the agreement except provisions mentioned in the
tender document.

d) Discount: Bidders are advised not to indicate any separate discount. Discount, if any,
should be merged with the quoted prices. Discount of any type, indicated separately, will
not be taken into account for evaluation purpose. However, in the event of such an offer,
without considering discount, is found to be lowest, OPaL shall avail such discount at the
time of award of agreement.

e) Bidders while quoting against the tender must take cognizance of all concessions
permissible under the statutes including for services for project site which is located in
the Special Economic Zone (SEZ) at Dahej, Gujarat, India as notified by Government of
India.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 8 of 140
Instructions to Bidders

4.8. Concession/Exemptions Permissible Under Statutes

a) The project site is located in the Special Economic Zone (SEZ) at Dahej, Gujarat, India as
notified by Government of India. Service Provider/ Successful Bidder, must take all
necessary steps in order to equip themselves to avail of all Concessions/exemptions
permissible under the statutes including the benefit under Central Sales Tax Act 1956,
failing which he will have to bear extra cost where SERVICE PROVIDER does not avail
concessional rates/exemptions of levies like Customs Duty, Excise duty, Service tax, Sales
Tax etc., as applicable.

4.9. Income Tax Liability

The bidder will have to bear all Income Tax liability both corporate and personal tax/ Liability
of the personnel deployed by him.

4.10. Payment

a) Payment will be made, inter-alia, subject to the terms thereof in the General Conditions
of Contract and Special Conditions of Contract. Payments will be made through Electronic
fund transfer/ cheque payment.

b) No payment shall become due till SERVICE PROVIDER/ Successful Bidder, submits the
requisite documents/ Performance Bank Guarantee and signs the Agreement.

c) OPaL will not take any responsibility for delay in transmission of funds by bank due to
whatsoever reasons. In such case, the service provider shall ensure that uninterrupted
services are provided by him and no problem is faced by OPaL.

d) The bidder must provide the correct particulars, viz. their Account number, etc., to enable
the OPaL’s bank to put through the correct transaction.

e) No advance payment shall be made to bidder. Bidder asking for advance payment will
not be considered.

4.11. Vague and Indefinite Expressions

Bids qualified by vague and indefinite expressions such as "Subject to availability", etc., will not
be considered.

4.12. Period of Validity of Bids

a) The Bid shall be valid for acceptance for the period as indicated in the "Notice Inviting
Tender" (hereinafter referred to as validity period) and shall not be withdrawn on or after
the opening of bids till the expiration of the validity period or any extension agreed
thereof.

b) In exceptional circumstances, prior to expiry of the original bid validity period, OPaL may
request the bidder for a specified extension in the period of validity. The requests and
the responses shall be made in writing. The Bidder will undertake not to vary/modify the
bid during the validity period or any extension agreed thereof. Bidder agreeing to the
request for extension of validity of offer shall be required to extend the validity of Bid
Security correspondingly.

5.0 BID SECURITY

5.1. The Bid Security is required to protect OPaL against the risk of Bidder's conduct, which would
warrant the security’s forfeiture in pursuance to Clause 5.6.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 9 of 140
Instructions to Bidders

5.2. The Bidders must enclose bid security with the Prequalification Bid as under:

Sl. Unit EMD (Rs.)


1 Unit 1: Utilities & Offsites -U&O Rs. 12,07,000/-

5.3. The Bid Security shall be acceptable in any of the following forms.

a) Bank Demand Draft/ NEFT/ RTGS in favour of “ONGC Petro additions Limited” payable at Par
as per following details:

Name: ONGC Petro additions Ltd.


A/c No.56060200000028

Bank Name: Bank of Baroda


Branch Name: Dahej, SEZ OPaL,
Bank Address: Room No.10, PMC Building, OPaL, Dahej, Taluka: Vagra, Bharuch,
Gujarat – 392130
MICR Code: 392012074
Swift Code: BARBINBBGNF

IFSC Code: BARB0DAHSEZ (Fifth Character is Zero)

If bidder has submitted bid security in above said bank through NEFT/ RTGS then bidder has
to enclose the transaction reference number in Envelope 1 as mentioned in para no.7.1 below.
Transaction must be held on or before due date & time of bid submission for transfer of amount
towards EMD. If any bidder will submit transaction details with transaction reference number
held after due date & time of bid submission then bid of that bidder shall be straightway
rejected.

b) Bank Guarantee through SFMS mode Form as per provided format of bank guarantee at
Appendix-9 to ANNEXURE I of tender document as per following mentioned bank details (only
in case if value exceed Rs.3.0 Lakh):

Name: ONGC Petro additions Ltd.


Bank Name: State Bank of India, CAG II Branch, New Delhi
Branch Code: CAG II, New Delhi (17313)

MICR Code: 110002562


Swift Code: SBININBB824

IFSC Code: SBIN0017313


5.4. OPaL shall not be liable to pay any bank charges, commission or interest on the amount of Bid
Security.

5.5. Offers without Bid Security will be ignored.


5.6. The Bid Security shall be forfeited by OPaL in the following events:
a) If Bid is withdrawn during the validity period or any extension thereof duly agreed by the
Bidder.
b) If Bid is varied or modified in a manner not acceptable to OPaL during the validity period or
any extension of the validity duly agreed by the Bidder.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 10 of 140
Instructions to Bidders

c) If the successful bidder is seeking modifications to the agreed terms and conditions after issue
of NOA (Notice of Award).
d) If a Bidder, having been notified of the acceptance of its bid, fails to furnish Security
Deposit/Performance Bank Guarantee (Performance Security) within 15 days of notification of
such acceptance.
e) In case at any stage of tendering process, it is established that bidder has submitted forged
documents/certificates/information towards fulfilment of any of the tender/contract conditions.
f) Any effort by the bidder to influence the company on bid evaluation, bid comparison or contract
award decision.
g) If the Bidder has been disqualified from the tender process prior to the award of contract
according to the provisions under Section 3 of Integrity Pact. OPaL shall be entitled to demand
and recover from bidder Liquidated damages amount by forfeiting the EMD/ Bid security (Bid
Bond) as per section 4 of Integrity Pact.
h) On the occurrence of any other event as stipulated in the bid document.
5.7. The Company shall, however, arrange to release the Bid Security in respect of unsuccessful
bidders within a week after award of the work and PBG submission by successful bidder. The
Bid Security of successful bidder will be returned on receipt of Bank Guarantee towards
Performance Guarantee (Performance Security).
6.0 TELEX/ TELEGRAPHIC/ TELEFAX/ XEROX/ PHOTOCOPY/ E-Mail BIDS:
Telex/Telegraphic/Telefax/Xerox/E-mail/Photocopy bids will not be considered.
7.0 SUBMISSION AND OPENING OF BIDS
7.1. Sealing and Marking of Bids
Bids are to be submitted in “Two Bid System". Offers are to be submitted in sealed covers as
under;
 Envelope 1: "Bid Security/ EMD"
The First Inner Sealed Cover will contain Bid Security/ Bid Bond/ EMD as per provisions of the
tender.
 Envelope 2: "Prequalification bid"
The Second Inner Sealed Cover will contain Prequalification bids having all details but with the
price columns of the Price Bid Format (ANNEXURE VI) blanked out. In the Pre-qualification bid,
indication on quoted percentage rate/ prices/ tick mark (√) shall NOT be provided by the bidder
in respective three columns i.e. column No. 1, 2 or 3 indicating ABOVE (+) % OR BELOW (-)
% OR AT PAR respectively in the Price Bid Format (ANNEXURE VI). Bidders shall confirm in the
Prequalification bid that there is a quote in the “Price Bid” strictly as per Price Format”
 Envelope 3: "Price Bid"
The “Price Bid” shall contain only a quoted percentage rate duly filled in as per the Price
Format(s) at ANNEXURE VI.

 The above three covers shall be put into an Outer Cover and sealed. Only one bid should be
included in one cover. The outer cover should duly bear the tender number and date of
closing/opening prominently underlined, along with the address of OPaL’s Office as indicated
in ‘Notice Inviting Tender’.
 The outer cover shall indicate the name and complete address of the Bidder to enable the bid
to be returned unopened in case it is declared "late".
 The right to ignore any offer, which fails to comply with the above instructions, is reserved with
OPaL.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 11 of 140
Instructions to Bidders

 Price bids, which remain unopened with OPaL, will be returned to the concerned bidders within
5 (five) working days of receipt of Performance Guarantee Bond(s) from the successful
bidder(s).
 Any change in quotation after opening of the tender WILL NOT BE CONSIDERED.
 OPaL will not be responsible for the loss of tender form or for the delay in postal transit.

7.2. Deadline for Submission of Bids

The Bid must be received by OPaL at the address specified in Invitation for Bids not later than
14:00 Hrs. (IST) on the notified date of closing of the tender. Offers sent by hand delivery
should be put in the Tender Box at the specified office not later than 14:00 Hrs. (IST) on the
specified date. All out-station tenders, if sent by post, should be sent under registered cover or
speed post or courier.

7.3. Late Bids

a) Bidders are advised in their own interest to ensure that bid reaches the specified office
well before the closing date and time of the bid.

b) Any bid received after dead line for submission of bid, will be rejected and returned
unopened.

7.4. Modification and Withdrawal of Bids

No bid may be modified after the deadline for submission of bids.

7.5. Opening of Bids

a) The bid will be opened at 15:00 Hrs. (IST) on the date of opening indicated in "Notice
Inviting Tender". The Bidder or his authorized representative may be present at the
time of opening of bid on the specified date, but a letter in the form enclosed at Appendix-
10 to ANNEXURE I hereto must be forwarded to OPaL office along with bid and a copy of
this letter must be produced in the OPaL office by the person attending the opening of
bid. Unless this letter is presented by him, he may not be allowed to attend the opening
of bid.

b) In case of unscheduled holiday on the closing/opening day of bid, the next working day
will be treated as Scheduled prescribed day of closing/opening of bid; the time notified
remaining the same.

8.0 EVALUATION OF BIDS

8.1. Evaluation and Comparison of Bids

Evaluation and comparison of bids will be done as per provisions of Bid Evaluation Criteria at
ANNEXURE VII and Price Format at ANNEXURE VI.

8.2. Unsolicited Post Tender Modifications

Unsolicited post-tender modification /correspondences will lead to straight away rejection of


the offer.

8.3. Examination of Bid

a) OPaL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished,

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 12 of 140
Instructions to Bidders

whether the documents have been properly signed and whether the bids are generally in
order.

b) OPaL will determine the conformity of each bid to the bidding documents. Bids falling
under the purview of “Rejection Criteria” of the Bid Evaluation Criteria of the bidding
document will be rejected.

8.4. Specifications

The Bidder must note that its Bid will be rejected in case the tender stipulations are not
complied with strictly or the services offered do not conform to the required specifications
indicated therein. The lowest Bid will be determined from among those Bids, which are in full
conformity with the required specifications.

8.5. Contacting OPaL

No bidder shall contact OPaL on any matter relating to its bid, from the time of the opening to
the time the agreement is awarded.

9.0 AWARD OF AGREEMENT

9.1. Award Criteria

OPaL will award the agreement to the Successful Bidder who meets the prescribed bid eligibility
and experience criteria and whose bid has been determined to be in full conformity to the bid
documents and has been determined as the lowest evaluated bid.

9.2. OPaL reserves the right to accept any bid and to reject any or all bids.

OPaL reserves the right to reject, accept or prefer any bid and to annul the bidding process
and/or reject all bids at any time prior to award of Agreement, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the ground for OPaL’s action. OPaL also reserves to itself the right to accept any bid
in part or split the order between two or more bidders. The decision by OPaL shall be treated
as last and final in this case.

9.3. Notification of Award (NOA)

a) Prior to the expiration of the period of bid validity, OPaL will notify the successful bidder
in writing that its bid has been accepted.

b) The Notification of Award will constitute the formation of the agreement.

c) Upon the successful bidder’s furnishing performance security pursuant to Clause 10.1,
the OPaL will promptly notify each unsuccessful bidder (as per Clause 5.7) and discharge
their bid securities.

9.4. Mobilisation Period

Successful bidder shall be required to mobilize for commencement of services at the specified
locations as per Mobilization details given at SCC (Special Conditions of Contract).

9.5. Signing of Agreement

The successful bidder is required to sign a formal detailed agreement with OPaL within a
maximum period of 30 days of date of NOA/Service Order. Until the agreement is signed, the
NOA shall remain binding amongst the two parties.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 13 of 140
Instructions to Bidders

10.0 PERFORMANCE SECURITY

10.1. Within 15 (fifteen) days of the receipt of Notification of Award (NOA) from the OPaL, the
Successful Bidder shall furnish the Performance Guarantee @ 11.8% of Annualized Agreement
Value excluding tax, in the Performance Bank Guarantee Form provided at Appendix- 13 of
ANNEXURE I of the bidding documents.

10.2. Failure of the Successful Bidder to comply with the requirement of Clause 10.1 shall constitute
sufficient grounds for the annulment of the award and forfeiture of the bid security, in which
event the OPaL may make the award to the next lowest evaluated bidder or call for new bids
at the risks and costs of the successful bidder.

10.3. The Performance Guarantee, if not en-cashed, will be returned within 60 days of completion of
all obligations and discharge of all liabilities of the SERVICE PROVIDER under the agreement
subject to the SERVICE PROVIDER furnishing a certificate from the relevant authorities confirming
payment of all wages & legal dues/ benefits, provident fund and ESI (where applicable) dues,
and payment of workmen’s compensation premium (where applicable) and gratuity
contributions, or furnishing other proof of relative payments upto the date of termination of
the agreement with respect to all his employees deployed to render the services and further
subject to other conditions, if any, under the GCC. SERVICE PROVIDER shall submit an undertaking
along with necessary supporting document to confirm fulfilment of all contractual and statutory
obligations.

11.0 CORRESPONDENCE

All correspondence shall bear reference to bid/tender number. All correspondence from Bidders
shall be made to the following address:

Head-MM
Materials Management Department
ONGC Petro additions Limited (OPaL)
OPaL Petrochemical Complex,
Plot No. Z/1 & Z/83, Dahej,
Taluka: Vagra, Dist: Bharuch-392130.

12.0 REPRESENTATION FROM THE BIDDER

12.1. In case any bidder makes any unsolicited communication in any manner after bids have been
opened, the bid submitted by the particular bidder shall be summarily rejected, irrespective of
the circumstances for such unsolicited communication.

12.2. Further, if the tender has to be closed because of such rejection, and the job has to be re-
tendered, then the particular bidder shall not be allowed to bid in the re-tender.

12.3. The above provision will not prevent any bidder from making representation in connection with
processing of tender directly and only to the President (OPaL) as mentioned in the tender
document. However, if such representation is found by President (OPaL) to be un-substantiative
and/or frivolous and if the tender has to be closed because of the delays/disruptions caused by
such representations and the job has to be re-tendered, then such bidder will not be allowed
to participate in the re-invited tender. In case, any bidder while making such representations
to President (OPaL) also involves other officials of OPaL and/or solicits/ invokes external
intervention other than as may be permitted under the Law and if the tender has to be closed

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 14 of 140
Instructions to Bidders

because of the delays/ disruptions caused by such interventions and has to be re-tendered,
then the particular bidder will not be allowed to participate in the re-invited tender.

13.0 SITE VISIT


The Bidder is advised to visit and examine the site of works & its surroundings and obtain for
himself, on their own responsibility, all information that may be necessary for preparing the bid
and entering into an agreement. The costs of visiting the Site shall be at Bidder's own expense.

14.0 Submission of forged documents:


Bidders should note that OPaL may verify authenticity of all the
documents/certificate/information submitted by the bidder(s) against the tender. In case at
any stage of tendering process or Contract/PO execution etc., if it is established that bidder
has submitted forged documents/certificates/information towards fulfilment of any of the
tender/contract conditions, OPaL shall immediately reject the bid of such bidder(s) or
cancel/terminate the contract and forfeit EMD/SD submitted by the bidder.

The bidder shall be required to give an undertaking (Appendix- 18 to ANNEXURE I) on the


company’s letter head and duly signed by the signatory of the bid, that all the
documents/certificates/information submitted by them against the tender are genuine. In case
any of the documents/certificates/information submitted by the bidder is found to be false or
forged, action as deemed fit may be initiated by OPaL at its sole discretion

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 15 of 140
Appendix- 1 to ANNEXURE I

Tender No: 1904C00658

Details Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite
(U&O) plant at OPaL, Dahej

BIDDER GENERAL INFORMATION

1 Full Name

2 Type of entity (Put a tick mark below on applicable option)


(Submit a registration Proprietorship Firm
proof along-with bid
Partnership Firm
document)
Private Limited Company
Public Limited Company
Society
Others (Please specify below):
3 Year of registration
4 No. of years in operation
5 Name of Proprietor/
Partners/ Directors of the
company/ Owner
6 Details of person, signing
the bid. 1. Name:
2. Designation/ Capacity:
3. Signature specimen

Full Signature:

Short Signature, if any:

7 Registered address

8 Operational address
If different from above

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 16 of 140
9 Contact Details: 1. Telephone No:
2. Mobile No:
3. Email address:
4. Website address:
5. Fax No:
10 Goods & Service Tax Regn.
No.
(Submit a copy)
11 PAN No.
(Submit a copy)

12 PF Details

13 Bank Details 1) Beneficiary Name

2) Name & Address of the Bank with branch details:

3) Type of Bank account (Put a tick)


 Current
 Savings
 Cash Credit
 Any Other (Pls. mention)
_____________________________

4) Bank Account Number:


______________________________________

5) IFSC/ NEFT Code (11 digit code)/ MICR code, as applicable,


along-with a cancelled cheque leaf

_________________________________________

Place: Authorized Signature:


Date: Name:
Designation:
Seal:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 17 of 140
Appendix- 2 to ANNEXURE I

BIDDING DOCUMENT ACKNOWLEDGEMENT PROFORMA

Date: .................................
ONGC Petro additions Limited
4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007

Dear Sirs,

We hereby acknowledge receipt of a complete set of Bidding Documents consisting of


ANNEXUREs (along with their Appendices) enclosed to the "Notice Inviting Tender” pertaining to
Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite
(U&O) plant at OPaL, Dahej at OPaL Dahej against Tender No. 1904C00658.

We have noted that the closing date for receipt of the tender by OPaL is
_______________________ at 1400 hrs (IST) and opening at 1500 hrs (IST) on the same day.

We guarantee that the contents of the above said Bidding Documents will be kept confidential
within our organization and text of the said documents shall remain the property of OPaL and
that the said documents are to be used only for the purpose intended by OPaL.

Our address for further correspondence on this tender will be as under:


………………………........................
………………………........................

FAX NO:
TELEPHONE NO:

Yours faithfully,

PERSONAL ATTENTION OF:


(IF REQUIRED)
(BIDDER)

Note: This form should be returned along with offer duly signed.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 18 of 140
Appendix- 3 to ANNEXURE I
BID SUBMISSION PROFORMA
(To be submitted on bidder’s letter head)

Tender No. 1904C00658

Bidder’s Address:
__________________________
__________________________
__________________________
To,

ONGC Petro additions Limited

Dear Sirs,

1. I/We hereby offer to supply the services detailed in Schedule hereto or such portion thereof, as
you specify in the Acceptance of Tender, at the price given in the said Schedule and agree to hold
this offer open till _____/_____/________. (DD/MM/YY- 120 days from the date of opening the
bid).
2. I/We have understood and complied with the "Instructions to Bidders" at ANNEXURE I, "Bid
Evaluation Criteria" at ANNEXURE VII and accepted the “General Conditions of Contract” at
ANNEXURE II for providing services and have thoroughly examined and complied with the
specifications, “Scope of Work” at ANNEXURE III, “Special Conditions of Contract” at ANNEXURE
IV and/or pattern stipulated and am/are fully aware of the nature of the service required and
my/our offer is to provide services strictly in accordance with the requirements.
3. The following pages have been added to and form part of this tender:-

Yours faithfully,

Signature of Bidder

Place: Authorized Signature:

Date: Name:

Designation:

Seal:

Signature of witness

Name

Address

Dated

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 19 of 140
Appendix- 4 to ANNEXURE I
Tender No. 1904C00658

BIDDERS PAST EXPERIENCE PROFORMA

Sr. Name and Work Work Period Description Work Name &
No. address of Order Order of service Order/ Contact Nos.
Client/ No. Value Contract Of Responsible
organization (Rs/Lac) copy with Person of
page no in Client
the bid
From To

Note:

 Bidder should submit copies of contracts, along with documentary evidence in respect of
satisfactory execution of each of above contracts, in the form of copies of any of the documents
(indicating respective contract number, contract value , executed contract value and type of
services), such as…

i) Satisfactory completion/ performance report. In case work is continuing at the time


of bidding then bidder should submit satisfactory performance certificate from the
existing client for executed work period (or)
ii) Proof of release of performance security after completion of the contract (or)
iii) Proof of settlement/ release of final payment against the contract (or)
iv) Any other documentary evidence that can substantiate the satisfactory execution of
each of the contracts cited above.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 20 of 140
Appendix- 5 to ANNEXURE I

Tender No. 1904C00658

PROFORMA FOR CHANGES/ MODIFICATIONS SOUGHT


BY BIDDERS TO THE BIDDING CONDITIONS
(To be submitted in advance on or before the last date for receipt of queries)

OPaL expects the bidders to fully accept the terms and conditions of the bidding documents. However,
changes/ modifications to the terms and conditions of bidding documents, if any proposed, can be
communicated in the following Proforma in advance on or before the last date for receipt of
queries as mentioned in NIT.

Sr. Page No. & Clause Full compliance/ Changes/ modifications Remarks
No. of Bidding not agreed proposed by the
Document Bidders
1

Place: Authorized Signature:

Date: Name:

Designation:

Seal:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 21 of 140
Appendix- 6 to ANNEXURE I

Tender No: 1904C00658

Details Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite
(U&O) plant at OPaL, Dahej

Matrix for Prequalification Evaluation

The bidders are advised in their own interest to ensure that the following points/aspects in particular
have been complied/ confirmed/ submitted with their offer failing which the offer is liable to be
rejected.

 Please sign each sheet.


 The matrix duly filled in must be returned along with the offer.
Bidder’s Reference to
response attachments
(Agreed/ Not and page no.
Agreed)
A.0 VITAL CRITERIA FOR ACCEPTANCE OF BIDS
Bidders are advised not to take any exception/ deviations to the
bid document. Exceptions/ deviations, if any, should be brought
out during the Pre-bid conference. In case Pre-bid conference
is not held, the exceptions/ deviations along with suggested
changes are to be communicated to OPaL within the date
specified in the NIT and bid document. OPaL after processing
such suggestions may, through an addendum to the bid
document, communicate to the bidders the changes in its bid
document, if any.
However, during evaluation of bids, OPaL may ask the bidder
for clarifications/ confirmations/ deficient documents of its bid.
The request for clarification and the response shall be in writing
and no change in the price or substance of the bid shall be
sought or is permitted. If the bidder still maintains exceptions/
deviations in the bid, such conditional/ non-confirming bids shall
not be considered and may be rejected.
B.0 REJECTION CRITERIA
B.1.0 TECHNICAL REJECTION CRITERIA
The following vital technical conditions should be strictly
compiled with failing which the bid will be rejected:
B.1.1 Scope of Work:
Bid should be complete and covering the entire scope of job/
supply and should conform to the technical specifications
indicated in the bid documents, duly supported with technical
catalogues/ literatures wherever required. Incomplete and
non-conforming bids will be rejected outright.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 22 of 140
B.1.2 Eligibility & Experience of the bidder
B.1.2.1 The bidder should have minimum Five Years of experience
through one or more contracts in providing services for
“Mechanical Maintenance Services” in Petrochemical
complex/ Petroleum Refinery/ Gas or Naptha based Fertilizer
plants by himself. The experience will be considered till the date
ending last day of month previous to the one in which
applications are invited. If time period of two or more contracts
are overlapping then common period will be considered as one
period only.

B.1.2.2 The bidder should have executed and successfully completed


contracts in last five years in providing “Mechanical
Maintenance Services for the equipments including
Piping, Exchangers, Vessels, Columns, Boilers/
Furnaces, Steam /Gas Turbines, Pumps, Compressors,
Blowers, etc.” in Petrochemical complex/ Petroleum Refinery/
Gas or Naptha based Fertilizer plants by himself for either of the
following. The period will be reckoned from the date ending last
day of month previous to the one in which applications are
invited.
a) One contract with minimum annualized value not less
than Rs.1.37 Crore.
OR
b) Two contracts with minimum annualized value not less
than Rs.85.81 Lacs each.
OR
c) Three contracts with minimum annualized value not less
than Rs.68.65 Lacs each

Note:
a) Bidders experience as a main contractor will be considered for
criteria mentioned at Para No.B.1.2. Jobs executed as a sub-
contractor will not be considered for above mentioned criteria’s.
Documents required for supporting experience B.1.2:
Bidder should submit copies of contracts, along with
documentary evidence in respect of satisfactory execution of
each of those contracts, in the form of copies of any of the
documents (indicating respective contract number and type of
services), such as
a) Satisfactory completion/ performance report. In case work is
continuing at the time of bidding then bidder should submit
satisfactory performance certificate from the existing client for
executed work period (or)
b) Proof of release of performance security after completion of the
contract (or)

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 23 of 140
c) Proof of settlement/ release of final payment against the
contract (or)
d) Any other documentary evidence that can substantiate the
satisfactory execution of each of the contracts cited above.
All the documents should be attested by the Public
Notary.
B.1.3 All supporting documents, submitted for clarification request
from OPaL, must be of activity prior to opening the
prequalification bid.
B.2.0 COMMERCIAL REJECTION CRITERIA:
The following vital commercial conditions should be strictly
complied with failing which the bid will be rejected.
B.2.1 Bid should be submitted in Two Bid system in three separate
envelopes.
 Envelope 1: "Bid Security/ EMD":
The First Inner Sealed Cover will contain Bid Security/ Bid Bond/
EMD as per provisions of the tender.
 Envelope 2: "Prequalification bid":
The Second Inner Sealed Cover will contain Prequalification bids
having all details but with the price columns of the Price Bid
Format (ANNEXURE VI) blanked out. In the Pre-qualification
bid, indication on quoted percentage rate/ prices/ tick mark (√)
shall NOT be provided by the bidder in respective three columns
i.e. column No. 1, 2 or 3 indicating ABOVE (+) % OR BELOW (-
) % OR AT PAR respectively in the Price Bid Format (ANNEXURE
VI). Bidders shall confirm in the Prequalification bid that there
is a quote in the “Price Bid” strictly as per Price Format”.
 Envelope 3: "Price Bid":
The “Price Bid” shall contain only a quoted percentage rate duly
filled in as per the Price Format(s) at ANNEXURE VI.
B.2.2 Acceptance of terms & conditions:
 The bidder must confirm unconditional acceptance of
Instruction to Bidders at ANNEXURE I, General Conditions of
Contract at ANNEXURE II, Scope of Wok at ANNEXURE III and
Special Condition of Contract at ANNEXURE IV.
 For this purpose, bidder shall return the complete set of tender
document and amendments, if any, along with offer in original
duly filled in with signed and stamped on all pages as a token
of having accepted all the clauses of the tender.
B.2.3 Offers of following kinds will be rejected:
a) Offers made without Bid Security/ Bid Bond/ EMD along with the
offer.
b) Fax/ e-mail/ photo copy offers and bids with scanned signature.
Original bids which are not signed manually.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 24 of 140
c) Offers which do not confirm unconditional validity of the bid for
120 days from the date of opening of Prequalification Bid.
d) Offers where prices are not firm during the entire duration of
the agreement and/or with any qualifications.
e) Offers which do not conform to OPaL’s price format.
f) Offers which do not confirm to the mobilization period indicated
in the bid.
g) Offers which do not confirm to the agreement period indicated
in the bid.
h) The offers of the bidders indicating/ disclosing prices in
Prequalification Bid or at any stage before opening of Price Bid
shall be straightaway rejected.
i) Non-submission of integrity pact, as per Appendix–16 to
ANNEXURE I, along with the bid, duly signed by the same
signatory who signs the bids even after giving an opportunity
after opening of Prequalification.
j) Offers made without “Power of Attorney” or authorization or any
other document consisting of adequate proof of the ability of
the signatory to bind the bidder, in original.
C.0 Financial Capability Criteria:
C.1. Turnover of bidders: Equal to or more than Rs. 51,48,940.20
C.2. Net worth of the bidder: Positive (as per latest audited
annual accounts)
C.3. Note:
C.3.1. For the purpose of ascertaining parameter of Turnover of the
bidder, Average Annual financial turnover during the last 3
years, ending 31st March of the previous financial year shall be
considered. Average turnover of the bidder for the last three
financial years shall be calculated by dividing the turnover of
last three (3) years by three (3), irrespective of the fact that
quoted turnover for one particular year is for a period of less
than 12 or complete 12 months.
C.3.2. For ascertaining the net worth of the bidder, the audited account
or annual report for the immediate previous financial year shall
be considered only.
C.3.3. The bidder will provide a copy each of audited consolidated
Annual financial statement of previous three financial years
along with CA certified letter for ascertaining their turnover and
net worth. The date (i.e. the financial period closing date) of the
immediate previous year’s audited consolidated Annual financial
statement should not be older than eighteen (18) months from
the bid closing/ un-priced bid opening date.
C.3.4. In case of Two Bid System, in the Prequalification Bid, the bidder
will submit a “Certificate of Compliance” as per format given in

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 25 of 140
tender document, to the effect that the turnover of the bidder
is equal to or more than the required value as applicable.
C.3.5. In case the information contained in the “Certificate of
Compliance”, as in C.3.1, C.3.2, C.3.3, C.3.4 above, is found to
be incorrect later on after opening of Price bid(s), then their bids
will be rejected in case the bidder is not actually meeting the
required financial criteria.
D.0 PRICE EVALUATION CRITERIA:
D.1. The prices should be quoted strictly as per Price Format at
ANNEXURE VI
D.2. Quoted Percentage Rate as indicated at ANNEXURE VI of bid
document will be taken as the base price for the evaluation.
OPaL will award the contract to lowest quoted, techno-
commercially qualified bidder.
D.3. If two or more bidders happen to be lowest (L1) then contract
shall be awarded to a bidder having higher average turn-over
value of previous two financial years.
D.4. Average turnover of the bidder for previous two financial years
shall be calculated by dividing the total turnover of previous two
(2) years by two (2), irrespective of the fact that quoted
turnover for one particular year is for a period of less than 12 or
complete 12 months.
D.5. The bidder will provide a copy each of audited annual accounts
of previous two financial years for ascertaining their turnover
and net worth. The date (i.e. the financial period closing date)
of the immediate previous year’s audited annual accounts
should not be older than eighteen (18) months from the bid
closing/ prequalification bid opening date.
D.6. Taxes & Duties
 Total Order value is inclusive of all applicable duties & taxes
including Income Tax/ withholding Tax, corporate tax, personal
tax, etc. payable directly by the Service Provider to Government.
The Project is exempted from payment of Goods and Service
tax payable directly by the Service Provider. However, bidder is
required to ascertain themselves, the prevailing rates of Taxes
& Duties as applicable in Dahej SEZ on the scheduled date of
submission of Price Bids/ revised Price Bids (if any) and the
Company would not undertake any responsibility whatsoever in
this regard.
 In case, the exemptions applicable for the Project under the SEZ
area are withdrawn for any or all of the above mentioned taxes
and duties subsequent to date of submission of the bid but
before the scheduled completion date under the Agreement, the
liability arising out of withdrawal of any or all these taxes and

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 26 of 140
duties shall be regulated by Change in Law of GCC of the
agreement.
 The Service Provider shall avail all concessions/ exemptions
available for the SEZ Project. The Company upon request from
the Service Provider along with necessary details will provide
recommendatory letters, if required, in the prescribed Proforma
for availing the concessions/ exemptions in respect of taxes
payable by Service Provider directly to Government. The
responsibility of availing the concessions/ exemptions will be
that of the Service Provider.
E.0 GENERAL
E.1. The BEC over-rides all other similar Clauses operating anywhere
in the Bid Documents.
E.2. Incomplete, incorrect, conditional or vague tenders will not be
entertained and shall be liable to be rejected.
E.3. The tender is governed by the terms and conditions given in the
bid document. Bidders should not submit their offers with their
own printed terms and conditions.
E.4. Prospective bidders are advised to ensure that their bids are
complete in all respects and conform to OPaL's terms, conditions
and bid evaluation criteria of the tender. Bids not complying with
OPaL's requirement will be rejected without seeking any
clarification. However, OPaL at its discretion may ask the
Bidders to confirm compliance/ provide deficient documents
within the specified time before opening of the Price Bid.
E.5. There is no conviction and/or penalty or punishment has been
awarded/suffered in any criminal and/or social and economic
offence cases against <individual>/company/partnership firm
and/or its directors and officer who is in
default/partners/proprietor in any court/forum and/or legal
proceeding in India. This information has to be submitted along
with the tender in an affidavit, attached as Appendix- 15 to
ANNEXURE I, on non-judicial stamp paper and duly notarized.
In case the information is found false, OPaL reserves the right
to terminate the agreement, if awarded to such service
providers/ agencies.
E.6. Unsolicited clarification to the offer and/or change in price
during its validity period would render the bid liable for outright
rejection.
E.7. OPaL may reject/ accept any tender without assigning any
reason whatsoever.
E.8. Any other point, which arises at the time of evaluation, will be
decided by OPaL, under intimation to the bidders.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 27 of 140
Appendix- 7 to ANNEXURE I

Confirmation to be given by bidder

A. Following confirmations are to be given by the bidder by tick (√) marking in the last
column.

Sr. Details Bidder Response


tick (√)
1 I/We hereby confirm that we submitted our quote in “Price Bid” strictly as per
Price Format(s), at ANNEXURE VI.
2 I/We hereby confirm that I/we have filled only one percentage rate in any
one column from the three columns given in the Price Format at ANNEXURE
VI and strike out the other two columns.
I/We understood that bidders filling the percentage rate in more than one
column shall be rejected straightway.
3 I/We hereby confirm that I/We have not indicated/ disclosed/ tick
marked my/our Quoted Percentage rate in Prequalification bid.
4 I/ We understood that offers of the bidders, indicating/ disclosing Quoted
Percentage rate in the prequalification bid or at any stage before opening of
Price Bid shall be straightway rejected.
5 I/We hereby confirm that our unconditional validity of the bid is for 120 days.

6 I/We hereby confirm that our unconditional validity of the Bid security/EMD is
for 150 days from the date of opening of bid.
7 I/We hereby confirm that I/We will furnish security deposit in the form of bank
guarantee for an amount equal to 11.8% of Annualized Agreement Value
excluding tax within 15 days of receipt of NOA/ Service Order.
8 I/We hereby confirm that our quoted prices are FIRM during the entire
duration of the contract without any qualifications.
9 I/We hereby confirm acceptance of mobilization period as mentioned in BEC
(ANNEXURE VII).
10 I/We hereby confirm acceptance of the agreement period of Three Years.
11 I/We hereby confirm acceptance of Instructions to bidders (ANNEXURE I),
General Conditions of Contract (ANNEXURE II), Scope of Work (ANNEXURE
III) and Special Conditions of Contract (ANNEXURE IV) in toto, without any
exceptions/ exclusions/ deviations.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 28 of 140
12 I/We hereby confirm that all entries are in ink NOT in Pencil, repeat NOT in
pencil.
13 I/We hereby confirm that all handwritten matter in all the documents
submitted are authenticated by authorized signatory.
14 I/We hereby confirm that in all the legal documents submitted, the signatures
of witnesses are taken.
15 I/We hereby confirm that entire tender document with all supporting
documents are self-attested by authorized signatory with stamp and signature.
16 I/We hereby confirm that I/we have submitted the Bid Security as applicable.
(Ref. 5.0 of ANNEXURE I, Instructions to Bidders).
17 I/We hereby confirm that I/ we have submitted the Integrity Pact duly signed
on all pages, along with the witness signatures.
18 I/We hereby confirm that Appendix-3 is submitted on our company letter head
along with the Bid Documents.
19 I/We hereby confirm that I/we have submitted the Power of
Attorney for the person signing these bid documents.
Ref. Clause 4.1.9, 4.1.10 & 4.1.11 of Instructions to bidders (ANNEXURE I).

Note: If any box above is not tick (√) marked or falsely tick marked, the bid is likely
to be rejected.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 29 of 140
Appendix- 8 to ANNEXURE I

BID COMPLIANCE STATEMENT

CERTIFICATE OF SUBMISSION OF TECHNO-CONTRACTUAL COMPLIANT BID

Bidder confirms that all the technical & contractual doubts/clarifications with regards to terms &
conditions of bid documents have been discussed/ settled. A techno-contractually compliant bid to the
bidding document issued against tender no. 1904C00658 with no exception/ deviations whatsoever
has been submitted.

In case OPaL finds that bidder has taken any deviation/ exception to OPaL’s bidding document, the bid
will be rejected outrightly and the bidder shall have no right to make any representation against
rejection of its tender. Any representation against rejection of bid shall be summarily rejected.

Signature of Authorised Signatory

Seal of the Bidder’s company.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 30 of 140
Appendix- 9 to ANNEXURE I

Proforma for Bank Guarantee towards BID Security /Bid Bond

Ref. No.................... Bank Guarantee No……….......... Dated...………………..............

To,
ONGC Petro additions Limited.
4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007

Dear Sirs,

1. Whereas ONGC Petro additions Ltd. (OPaL) incorporated under the Companies Act, 1956, having
its registered office at 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007 (hereinafter called ‘OPaL’ which expression shall
unless repugnant to the context or meaning thereof include all its successors,
administrators, executors and assignees) has floated a Tender No. 1904C00658 and M/s
___________________________ having Head / Registered office at
____________________________ (hereinafter called the 'Bidder' which expression shall
unless repugnant to the context or meaning thereof mean and include all its successors,
administrators, executors and permitted assignees) have submitted a bid Reference
No..______________ and Bidder having agreed to furnish as a condition precedent for
participation in the said tender an unconditional and irrevocable Bank Guarantee of Indian
Rupees (in figures) _________(Indian Rupees(in words)______________________________
only) for the due performance of Bidder's obligations as contained in the terms of the Notice
Inviting Tender (NIT) and other terms and conditions contained in the Bidding documents
supplied by OPaL which amount is liable to be forfeited on the happening of any contingencies
mentioned in said documents.

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


of the Country) 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) guarantee and undertake
to pay immediately on first demand by OPaL, the amount of Indian Rs. (in figures)
__________________ (Indian Rupees (in words) _______________ only) in aggregate at any
time without any demur and recourse, and without OPaL having to substantiate the demand.
Any such demand made by OPaL shall be conclusive and binding on the Bank irrespective of any
dispute or difference raised by the Bidder.

3. The Bank confirms that this guarantee has been issued with observance of appropriate Laws of
the country of issue.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 31 of 140
4. The Bank also agree that this guarantee shall be irrevocable and governed and construed in
accordance with Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place
from where tenders have been invited.

5. This guarantee shall be irrevocable and shall remain in force upto ________________ which
includes thirty days after the period of bid validity and any demand in respect thereof should
reach the Bank not later than the aforesaid date.

6. Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited to
Indian Rs. (in figures) _________________ (Indian Rupees (in words) ________________ only)
and our guarantee shall remain in force until (indicate the date of expiry of bank
guarantee) _________.

Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee.
If no such claim has been received by us by the said date, the rights of OPaL under this Guarantee
will cease. However, if such a claim has been received by us by the said date, all the rights of
OPaL under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank, through its authorized officer, has set its hand and stamp on
this ........ day of........... 2016 at......................

(Signature)

Full name, designation official address (in legible letters) with Bank stamp.

Attorney as per Power of Attorney No……………Dated…………

WITNESS NO. 1
---------------------

(Signature)
Full name and official address (in legible letters)

WITNESS NO. 2

(Signature)
Full name and official address (in legible letters)
Note:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 32 of 140
(i) This Bank Guarantee/all further communications relating to the Bank Guarantee should be
forwarded to Head (MM) - 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007

(ii) Bank guarantee, duly executed as per the above format, is to be enclosed with the offer.

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE TOWARDS BID SECURITY

1. The Bank Guarantee by Indian bidders will be given on non-judicial stamp paper/ franking as per
stamp duty applicable at the place where the tender has emanated. The non-judicial stamp
paper/franking receipt should be either in the name of issuing bank or the bidder.
2. The expiry date as mentioned in the Clause 5 & 6 above should be arrived at by adding 30 days to
the date of expiry of the bid validity unless otherwise specified in the bidding documents.
3. The Bank Guarantee will be given from Nationalized/ Scheduled Banks only.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 33 of 140
Appendix- 10 to ANNEXURE I

AUTHORISATION LETTER FOR ATTENDING TENDER OPENING

NO. Date____
____________

To,

The __________________________________
ONGC Petro additions Limited
_____________________________________
________________________________ (India)

Subject: Tender No. 1904C00658 due on ______________________

Sir,

Mr..................................... has been authorized to be present at the time of opening of above tender
due on..................... at ......................... on my/our behalf.

Yours faithfully
Signature of Bidder

Copy to: Mr.......................………………………for information and for production before the


__________________________ at the time of opening of bids.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 34 of 140
Appendix- 11 to ANNEXURE I

PROFORMA CERTIFICATE ON RELATIVES OF DIRECTORS/ KEY MANAGERIAL PERSONNEL


OF OPAL

For the purpose of Section 184/188 of the Companies Act, 2013, we certify that to the best of my/our
knowledge:

(i) I am not a relative of any Director or key managerial personnel of OPaL;


(ii) We are not a firm in which a Director, manager of OPaL, or his relative is a partner;
(iii) We are not a private company in which a Director or manager of OPaL or his relative is a Member
or Director;
(iv) We are not a public company in which a Director or manager of OPaL is a Director and holds along
with his relatives more than 2 % of the paid-up share capital of OPaL;
(v) We are not a company which is a holding company, subsidiary company or an associate company
of companies covered in clause (iii) and (iv) above.
(vi) We are not a subsidiary company of a holding company to which companies covered in clause (iii)
and (iv) above is also a subsidiary company

_______________________
Signature of the Bidder

Name___________________

Seal of the Firm

Place...........................

Date............................

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 35 of 140
Appendix- 12 to ANNEXURE I

CHECK LIST

The bidders are advised in their own interest to ensure that the following points/aspects in particular,
inter alia, have been complied with in their offer failing which the offer is liable to be rejected.

1. Please tick the box whichever is applicable and cross the box (es) whichever is/are not
applicable.
2. Please sign each sheet.
3. The check-list duly filled in must be returned along with the offer.

COMMERCIAL

1. Whether Bank Draft/Bank Guarantee/Banker’s cheque/ cashier’s cheque for the requisite
earnest money has been enclosed with the offer?

YES NO

2. If enclosed Bank Draft/Bank Guarantee/Banker’s cheque/ cashier’s cheque furnish the


following:-

2.1. Name of the Bank

2.2. Value

2.3. Number

2.4. Date of issue

2.5. Period of validity of the Bank Draft/Bank Guarantee/Letter of Credit.


(The validity of Bank Guarantee should be 150 days from the date of opening of bid).

3. Have the rates, prices and totals, etc. been checked thoroughly before signing the tender?

YES NO

4. Has the bidder's past experience Proforma (Appendix- 4 to ANNEXURE I) has been carefully
filled & enclosed with this offer?

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 36 of 140
YES NO

5. Whether the period of validity of the offer is as required in bidding document? If not, mention
the extent of variation.

YES NO Extent of variation in days

6. Whether the offer has been signed indicating full name and clearly showing as to whether it
has been signed as

Secretary Manager Partner

Sole Proprietor Active Partner Other (Pls mention) ____________________

7. If the Bidder is seeking business with OPaL for the first time, has he given the details of the
parties to whom the offered items/services have been provided in past along with their
performance report?

YES NO

8. Whether the offer is being sent in sealed cover and super scribed with tender Number and
closing/opening date?

YES NO

9. Is the offer being sent by Registered post/ Courier/ Speed Post or proposed to be dropped in
tender box?

Registered Post Courier Speed Post Dropped in Tender box

10. Has it been ensured that there are no over-writings in the offer? Have corrections been properly
attested by the person signing the offer?

YES NO

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 37 of 140
11. Are the pages of the offer consecutively numbered and an indication given on the front page
of the offer as to how many pages are contained in the offer?

YES NO

12. Has the offer been prepared in sufficient details/ clarity so as to avoid post tender opening
clarifications/ amendments?

YES NO

13. Whether Appendices 2 & 3 of ANNEXURE I of the bidding document in original, duly filled in
and a confirmation of Clauses of ANNEXURE I and II given and enclosed with the offer?

YES NO

14. Whether all the clauses and terms & conditions of the bidding document are accepted?

YES NO

15. Whether details of your registration under Service Tax have been indicated in the offer? Has
Form GST been attached with the Prequalification Bid?

YES NO

Signature of the Bidder

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 38 of 140
Appendix- 13 to ANNEXURE I

Proforma for Performance Bank Guarantee

REF NO. ______ DATED

BANK GUARANTEE NO.

To,
ONGC Petro addition Limited,
4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007

1) In consideration of ONGC Petro additions Limited incorporated under the Companies Act 1956
having its registered office at 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007 (hereinafter referred to as “Company" which
expression shall unless repugnant to the context or meaning thereof includes all its successors,
administrators, executors and permitted assignees) having entered into a Contract
No____________ dated_____________ (hereinafter called "The Agreement" which expression
shall include all the amendments thereto) with M/s____________ having its registered/head office
at _________________(hereinafter referred to as "Service Provider”) which expression shall,
unless repugnant to the context or meaning thereof and include all its successors, administrators,
executors and permitted assignees) and Company having agreed that the Service Provider shall
furnish to Company a performance guarantee for Indian Rupees____________________ for the
faithful performance of the entire Contract.
2) We_________________________(name of the Bank) registered under the laws of Banking
Companies Act,______________________(name of the country) 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
in writing any/all moneys to the extent of Indian Rs. __________ (in figures) (Indian
Rupees)______________ (in words) without any demur, reservation, contest or protest and/or
without any reference to the Service Provider. Any such demand made by Company 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 things 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 the
Company in writing. This guarantee shall not be determined, discharged or affected by the
liquidation, winding up, dissolution or insolvency of the service provider and shall remain valid,
binding and operative against the Bank.
3) Company shall have the unqualified option to operate this Bank Guarantee to recover Liquidated
Damages as leviable under the Contract. In that case the Bank Guarantee amount shall be
increased to the original amount by service provider or service provider may alternatively submit
fresh Bank Guarantee for the equivalent amount of liquidated damages recovered by Company.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 39 of 140
4) The Bank also agrees that Company 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 service provider
and notwithstanding any security or other guarantee that Company may have in relation to the
service provider's liabilities.
5) The Bank further agrees that Company 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 service provider(s) from time
to time or to postpone for any time or from time to time exercise of any of the powers vested in
Company against the said service provider(s) and to forebear 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 service provider (s) or for any
forbearance, act or omission on the part of Company or any indulgence by Company to the said
service provider(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.
6) 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 Company under or by
virtue of this Contract have been fully paid and its claim satisfied or discharged or till Company
discharges this guarantee in writing, whichever is earlier or until the date of expiry of the claim
periods specified in para 9 of this Bank Guarantee, whichever shall first occur.
7) This Guarantee shall not be discharged by any change in our constitution, in the constitution of
Company or that of the service provider.
8) The Bank confirms that this guarantee has been issued with observance of appropriate laws of the
country of issue.
9) 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
tenders have been invited.
10) Notwithstanding anything, contained herein above:, (i) our liability under this Guarantees is limited
to Indian Rs. ---------- (in figures) (Indian Rupees ) ___________________(in words), (ii)
our guarantee shall remain in force until________ (indicate the date of expiry of bank guarantee).
(iii) Any claim under this Guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us by the said date, the rights of Company under
this Guarantee will cease irrespective of whether or not the original Bank guarantee is returned to
the Bank. However, if such a claim has been received by us within the said date, all the rights of
Company under this Guarantee shall be valid and shall not cease until we have satisfied that claim.
In witness whereon, the Bank through its authorized officer has set its hand and stamp on
this_______ day of__________ at_____________.

(SIGNATURE)

Full name, designation arid official address (in legible letters) with Bank Stamp.
Attorney as per power of Attorney No ...................................................................Date ...........

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 40 of 140
WITNESS NO.1

(SIGNATURE)
Full name and official address (in legible letters)

WITNESS NO.2

(SIGNATURE)
Full name and official address (in legible letters)

Note: This bank guarantee/all further communications relating to this bank guarantee, should be forwarded
to Head (MM), OPaL, 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited,
R.C. Dutta Road, Alkapuri, Vadodara-390007

INSTRUCTIONS FOR FURNISHING PERFORMANCE GUARANTEE

1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per stamp duty
applicable at the place where the tender has emanated. The non-judicial stamp paper should be in
name of the issuing bank.
2. The expiry date as mentioned in Section 10 above should be arrived by adding 60 days to the
Contract period.
3. The bank guarantee, by Indian bidder will have to be given from the Nationalized / Scheduled banks
only, on non-judicial stamp paper/ franking receipt as per stamp duty applicable at the place from
where the tenders have been invited. The non-judicial stamp paper / franking receipt should be
either in the name of the issuing bank or the bidder.
4. This Bank Guarantee/ all further communication relating to the Bank Guarantee should be forwarded
to OPaL, 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited, R.C. Dutta Road,
Alkapuri, Vadodara-390007
5. The full address along with the Telex/Fax No. and email address of the issuing bank to be mentioned.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 41 of 140
Appendix- 14 to ANNEXURE I

Proforma for form of Agreement

THIS AGREEMENT entered into this --- day of---- Two thousand ---between ONGC Petro additions
Limited, incorporated under the Companies Act. 1956 having its registered office at 4th Floor, 35,
Nutan Bharat Co-operative Housing Society Limited, R.C. Dutta Road, Alkapuri, Vadodara-390007
(herein after referred to as 'Company' which expression shall include all its legal successors, executors
and assignees) of the one part and M/s. --------, established and existing under the Laws of-----,
having its registered office at ------ (hereinafter referred to as 'service provider' which expression
shall include its legal successors and permitted assignees) of the other part.

WHEREAS the Company is desirous of carrying work of all activities and services required for
____________________ for OPaL Dahej Site.

AND WHEREAS the Company had invited a Tender Inquiry vide their Tender Notice No. 1904C00658
dated _____________ for the Work above cited.

AND WHEREAS the service provider represents that it has expertise and technical know-how in respect
of the said Work and had submitted his offer as per Company's Bidding Documents in response to the
above said Tender enquiry of the Company vide the service provider's offer No…….dated ……….
AND WHEREAS Pursuant to the above and the discussions conducted with the service provider, the
Company has awarded to the service provider the Contract for the said Work by its NOA No. ……. dated
…… which is the effective date of commencement of this Contract and on the terms and conditions as
agreed to by the two parties as of the said date of Notice of Award (NOA) and as outlined in this
Agreement (hereinafter also referred to as "the Contract").

NOW THIS AGREEMENT WITNESSED AS FOLLOWS:

a) In this agreement words and expression have the same meaning as are respectively assigned
to them in General Conditions of Contract.

b) The following documents annexed herewith shall be taken as mutually explanatory of one
another and shall be deemed to form and be read and construed as integral parts of this
Contract and in case of any discrepancy, conflict, dispute they shall be referred to in the
order of priority as cited below:

c) ANNEXURE 'A' Special Conditions of Contract for respective services


d) ANNEXURE 'B' General Conditions of Contract.
e) ANNEXURE 'C' Company’s bidding document and the clarifications issued and modifications
agreed to, between Company and service provider.
f) ANNEXURE 'D' – Scope of work
g) ANNEXURE ‘E'– Schedule of price.
h) ANNEXURE 'F' - Notification of Award (NOA)
i) ANNEXURE 'G' - Letter of Acknowledgement of NOA

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 42 of 140
j) The Contract constitutes the entire Agreement between the Company and the Service
provider, with respect to the subject matter of the Contract and supersedes all communication,
negotiations and Agreement (whether written or oral) of the parties with respect thereto made
prior to the date of Agreement.

k) The Service provider hereby covenants with Company to perform the Work in conformity in
all respect with provisions of the Contract and in consideration of the carrying out and
completion of the Works by the Service provider, the Company hereby covenants to pay the
amounts at the times and in the manner described hereinafter.
IN WITNESS WHEREOF the Parties here to have hereunto set their respective hands on the day
and year first above written.

For and on behalf of Service provider For and on behalf of Company

------------- ONGC Petro additions Limited


Witness Witness

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 43 of 140
Appendix- 15 to ANNEXURE I

Affidavit

I/we ____________________________________ in capacity of Director/ Partner/ Proprietor/


authorized representative of ______________________ (Bidder name) having principal place of
business at ___________________________ (address of bidder) do hereby solemnly affirm and
declare on oath that;

There is no conviction and/or penalty or punishment has been awarded/suffered in any criminal and/or
social and economic offence cases against <individual>/company/partnership firm and/or its directors
and officer who is in default/partners/proprietor in any court/forum and/or legal proceeding in India.

What is stated above is true and correct to the best of my knowledge and belief.

I know very well that to do false affidavit is criminal offence.

Place: Signature:

Date:
Name:

Designation:

Seal:

Note: Affidavit needs to be submitted on non-judicial stamp paper of Rs.100/- minimum & to
be duly notarized.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 44 of 140
Appendix-16 to ANNEXURE I

INTEGRITY PACT

Between

ONGC Petro additions Limited (OPaL) hereinafter referred to as “The Principal”,

And

…………………………………………………………..… hereinafter referred to as “The Bidder/ Service provider”

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for TENDER No.
1904C00658. The Principal values full compliance with all relevant Laws and regulations, and the
principles of economic use of resources, and of fairness and transparency in its relations with its
Bidder/s and Service provider/s.

In order to achieve these goals, the Principal cooperates with the renowned International Non-
Governmental Organisation “Transparency International” (TI). Following TI’s national and international
experience, the Principal will appoint an external independent Monitor who will monitor the TENDER
process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe
the following principles:-
1. No employee of the Principal, personally or through family members, will in connection
with the TENDER for, or the execution of a contract, demand, take a promise for or accept,
for him/herself or third person, any material or immaterial benefit which he/she is not
legally entitled to.
2. The Principal will, during the TENDER process treat all Bidders with equity and reason. The
Principal will in particular, before and during the TENDER process, provide to all Bidders
the same information and will not provide to any Bidder confidential/ additional information
through which the Bidder could obtain an advantage in relation to the TENDER process or
the contract execution.
3. The Principal will exclude from the process all known prejudiced persons
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion
in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.

Section 2 – Commitments of the Bidder/ service provider

(1) The Bidder/ Service provider commit itself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the TENDER
process and during the contract execution.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 45 of 140
1. The Bidder/ Service provider will not, directly or through any other person or firm, offer,
promise or give to any of the Principal’s employees involved in the TENDER process or the
execution of the contract or to any third person any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the TENDER process or during the execution of the contract.
2. The Bidder / Service provider will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelisation in the
bidding process.
3. The Bidder/ Service provider will not commit any offence under the relevant Anti-
corruption Laws of India; further the Bidder/ Service provider will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information or
document provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or transmitted
electronically.
4. The Bidder/ Service provider will, when presenting his bid, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
(2) The Bidder/ Service provider will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

Section 3- Disqualification from TENDER process and exclusion from future contracts

If the Bidder, before contract award has committed a transgression through a violation of Section 2 or
in any other form such as to put his reliability or credibility as Bidder into question, the Principal is
entitled to disqualify the Bidder from the TENDER process or to terminate the contract, if already
signed, for such reason.

(1) If the Bidder/ Service provider has committed a transgression through a violation of Section 2
such as to put his reliability or credibility into question, the Principal is entitled also to exclude
the Bidder / Service provider from future contract award processes. The imposition and duration
of the exclusion will be determined by the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder and the amount of
the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3
years.
(2) A transgression is considered to have occurred, if the Principal after due consideration of the
available evidence, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to resort
to and impose such exclusion and further accepts and undertakes not to challenge or question
such exclusion on any ground, including the lack of any hearing before the decision to resort
to such exclusion is taken. This undertaking is given freely and after obtaining independent
legal advice.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 46 of 140
(4) If the Bidder / Service provider can prove that he has restored / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal may revoke the
exclusion prematurely.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder from the TENDER process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit / Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled
to terminate the contract according to Section 3, the Principal shall be entitled to demand and
recover from the Service provider liquidated damages equivalent to Security Deposit/
Performance Bank Guarantee.
(3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder/ Service provider can prove and establish that the exclusion
of the Bidder from the TENDER process or the termination of the contract after the contract
award has caused no damage or less damage than the amount of the liquidated damages, the
Bidder/ Service provider shall compensate the Principal only to the extent of the damage in the
amount proved.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the TENDER process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the TENDER
process or the contract, if already awarded, can be terminated for such reason.

Section 6 – Equal treatment of all Bidders / Service providers / Subservice providers

(1) The Principal will enter into Pacts on identical terms with all bidders and Service Providers.
(2) The Bidder(s)/ Service Provider(s) undertake(s) to procure from all the sub-service providers
a commitment in conformity with this Integrity Pact. The bidder/ service provider shall be
responsible for any violation(s) of the provisions laid down in this agreement/ Pact by any of
its sub-service providers/ sub-Service Providers.
(3) The Principal will disqualify from the TENDER process all bidders who do not sign this Pact or
violate its provisions.

Section 7 – Criminal charges against violating Bidders / Service providers / Subservice


providers

If the Principal obtains knowledge of conduct of a Bidder, Service provider or Subservice provider, or
of an employee or a representative or an associate of a Bidder, Service provider or Subservice
provider which constitutes corruption, or if the Principal has substantive suspicion in this regard, the
Principal will inform the Vigilance Office.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 47 of 140
Section 8 – External Independent Monitor/ Monitors (three in number depending on the size
of the agreement)

(to be decided by the Chairperson of the Principal)

(1) The Principal appoints competent and credible external independent Monitor for this Pact. The
task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairperson of the Board of the
Principal.
(3) The Service provider accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Service provider . The
Service provider will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subservice providers. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/ Service provider/ Subservice provider with
confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Service provider. The parties offer to the Monitor the
option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal
the violation, or to take other relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they
act in a specific manner, refrain from action or tolerate action. However, the Independent
External Monitor shall give an opportunity to the bidder/service provider to present its case
before making its recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within
8 to 10 weeks from the date of reference or intimation to him by the ‘Principal’ and, should the
occasion arise, submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to / provided
to Outside Expert Committee members / Chairman as prevailing with Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.
(9) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Service provider 12
months after the last payment under the respective contract, and for all other Bidders 6 months after
the contract has been awarded.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 48 of 140
If any claim is made / lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson
of the Principal.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Vadodara. The Arbitration clause provided in the main
TENDER document/contract shall not be applicable for any issue/dispute arising under
Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.

(3) If the Service provider is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.

--------------------------------- --------------------------------

For the Principal For the Bidder / Service provider

Place -------------- Witness 1: ---------------------------

Date -------------- Witness 2: --------------------------

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 49 of 140
Appendix-17 to ANNEXURE I

Certificate of Compliance of Meeting Turnover & Net Worth

Bidder hereby submits ‘Certificate of Compliance’ for to the effect that the turnover and net worth of
the bidder is as under:

1.0 Turnover of bidders:


Equal to or more than Rs. 51,48,940.20

2.0 Net-worth of bidder:


Positive (as per latest audited annual accounts)

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 50 of 140
Appendix-18 to ANNEXURE I

Undertaking for Authenticity of documents/ certificate/ information submitted


(on Company’s letter head)

I/We________________________________ (Bidder Name) hereby submits undertaking that


all the documents/ certificate/ information submitted by them against the tender no.
1904C00658 are genuine. In case any of the documents/ certificates/ information submitted
by the bidder is found to be false or forged, action as deemed fit may be initiated by OPaL at
its sole discretion.

Name of the signatory:


Designation:
Place:
Address:
Date:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 51 of 140
ANNEXURE II

GENERAL CONDITIONS OF CONTRACT

1.0 Definitions:
Unless inconsistent with or otherwise indicated by the context, the following terms stipulated in
this Service Order shall have the meaning as defined hereunder.
b) “Approval” shall mean and include the written consent duly signed by OPaL or its representative
in respect of all documents or other particulars in relation to the AGREEMENT.
c) “Annualized Agreement Price/ Value ” shall mean Total Agreement Price/ Value divided by
Agreement period in number of days and then multiplied by 365 days, in case completion period
is more than 365 days, and Total Agreement Price/Value in case Agreement period is less
than or equal to 365 days.
d) “CONTRACT/Service Agreement/ Agreement /Contract/Service Order/Work order”
shall mean a written CONTRACT signed between OPaL and the SERVICE PROVIDER (the successful
bidder) including subsequent amendments to the CONTRACT in writing thereto.
“Company/OPaL/Principal” means ‘ONGC Petro additions Limited’, a Company duly
incorporated and existing under the (Indian) Companies Act, 1956, with its registered office at
4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited, R.C. Dutta Road, Alkapuri,
Vadodara-390007, India, and includes its legal representatives, subsidiaries, successors in title
and assignees.
e) “Company’s site representative/ OPaL’s representative” shall mean the person or the
persons appointed by OPaL from time to time to act on its behalf for overall co-ordination,
supervision and project management at site.
f) “SERVICE PROVIDER/ Service Provider/ Contractor” shall mean any person/ persons/ firm/
company, etc. to whom work has been awarded and whose bid has been accepted by OPaL and
shall include its authorized representatives, successors and permitted assignees.
g) “Contract/ Order/ Agreement Value” shall mean the sum accepted or the sum calculated
in accordance with the rates accepted by OPaL and amendments thereof, and shall include all
fees, registration and other charges paid to statutory authorities without any liability on OPaL for
any of these charges. The prices will remain firm during currency of the CONTRACT unless
specifically agreed to in writing by OPaL.
h) “SERVICE PROVIDER’s/ Service provider’s/ Contractor’s representative” shall mean
personnel duly appointed as representative of the SERVICE PROVIDER at the OPaL site as the
SERVICE PROVIDER may designate in writing to the OPaL as having authority to act for the SERVICE
PROVIDER in matters affecting the work and to provide the requisite services.
i) “Duration of Service Order/ Agreement” shall mean period for which SERVICE PROVIDER is
hired for providing services as per scope of work or till the completion of work.
j) “Day” shall mean a calendar day of twenty-four (24) consecutive hours beginning at 0000 hours
with reference to local time at the site.
k) “Demobilization” shall mean the removal of all things forming part of the mobilization from
the site of OPaL. The date and time of OFFHIRE survey shall be treated as the date and time of
demobilization.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 52 of 140
l) “Facilities” shall mean working space, printing, stationary, telephones, computers, internet
connectivity and identity, and other facilities reasonably required at the Locations for the
performance of the relevant Services.
m) “Mobilization” means rendering the Services fully manned and equipped as per the AGREEMENT
and ready to begin work as designated by Company after inspection and Company’s acceptance
thereafter.
n) “Site/ Premises/ Locations” shall mean the place in which the Services are to be provided
or places approved by the OPaL for the purposes of the Services as per Scope of Work, together
with any other places designated in the CONTRACT as forming part of the site.
o) “Gross Negligence” shall mean any act or failure to act (whether sole, joint or concurrent) by
a person or entity which was intended to cause, or which was in reckless disregard of or wanton
indifference to, avoidable and harmful consequences such person or entity knew, or should have
known, would result from such act or failure to act. Notwithstanding the foregoing, Gross
negligence shall not include any action taken in good faith for the safeguard of life or property.
p) “Wilful Misconduct” shall mean intentional disregard of good and prudent standards of
performance or proper conduct under the CONTRACT with knowledge that it is likely to result in
any injury to any person or persons or loss or damage of property.
q) “∑” shall mean summation.

2.0 INTERPRETATION:
i) The governing language for the SERVICE AGREEMENT shall be English and all correspondence and
communications and all documents to be prepared, maintained or furnished under the SERVICE
AGREEMENT shall be written in English and the SERVICE AGREEMENT shall be construed and
interpreted in accordance with the English language.
ii) The titles and headings of the sections in this SERVICE AGREEMENT are inserted for convenient
reference only and shall not be construed as limiting or extending the meaning of any provisions
of this Service agreement.

3.0 SCOPE OF WORK:


Scope of the SERVICE AGREEMENT shall be as defined in ANNEXURE III.

4.0 DURATION OF THE SERVICE AGREEMENT:


This SERVICE AGREEMENT shall be effective from the date of issue of Service Order/ NOA. However,
duration of agreement is for THREE YEAR which shall be reckoned from the date of
commencement of services.

5.0 SECURITY DEPOSIT/ PERFORMANCE SECURITY


5.1 The Service Provider within 15 days of issue of the Service Order shall be required to submit an
unconditional and irrevocable performance bank guarantee from Nationalized/ Scheduled Bank
for due performance of the Agreement in the following form for a sum equivalent to 11.8% of
the Annualized Agreement Value excluding taxes and 11.8% of the annualized agreement value
is inclusive of applicable GST. This irrevocable performance guarantee shall be drawn in favour
of the Company and shall be valid for Agreement period plus sixty (60) days OR Service Provider
shall submit in either of following form:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 53 of 140
a) Bank Demand Draft (from any nationalized bank)/ NEFT/ RTGS in favour of “ONGC Petro
additions Limited” payable at Par as per following details:
Name: ONGC Petro additions Ltd.
A/c No.56060200000028
Bank Name: Bank of Baroda
Branch Name: Dahej, SEZ OPaL,
Bank Address: Room No.10, PMC Building, OPaL, Dahej, Taluka: Vagra, Bharuch,
Gujarat – 392130
MICR Code: 392012074
Swift Code: BARBINBBGNF
IFSC Code: BARB0DAHSEZ (Fifth Character is Zero)

OR

b) Bank Guarantee through SFMS mode Form as per provided format of bank guarantee at
Appendix-2 to ANNEXURE I of RFQ Document as per following mentioned bank details (only in
case if value exceed Rs.3.0 Lakh):
Name: ONGC Petro additions Ltd.
Bank Name: State Bank of India, CAG II Branch, New Delhi
Branch Code: CAG II, New Delhi (17313)
MICR Code: 110002562
Swift Code: SBININBB824
IFSC Code: SBIN0017313
5.2 The security deposit shall be held by OPaL as security for the due performance and discharge by
SERVICE PROVIDER of its obligations hereunder without any condition or reservation on the right of
OPaL to have recourse to the Security Deposit to recover any amount recoverable by OPaL from
the SERVICE PROVIDER. Upon such recourse, the SERVICE PROVIDER shall within 15 (fifteen) days of
written notice to the SERVICE PROVIDER, appropriately replenish the Security Deposit to the extent
of the recourse.
5.3 If the security deposit is in the form of Bank Guarantee, the Bank Guarantee will initially be valid
at least for the Service Order Period plus a claim period of 60 (sixty) days thereafter, which
validity shall be extended on the request of OPaL by the period of any extension of the SERVICE
AGREEMENT or by such other period(s) as OPaL considers necessary for the discharge of SERVICE
PROVIDER’s un-discharged obligations hereunder. Without prejudice to any other right of
encashment, OPaL shall be entitled to encash the Bank Guarantee and to hold the proceeds as
cash security if the SERVICE PROVIDER fails to extend the Bank Guarantee, if so required, not less
than 15 (fifteen) days prior to its expiry.
5.4 The security deposit, in the form of Bank Guarantee shall be returned to the SERVICE PROVIDER
on the expiry of the Service Order Period and the claim period of 60 (sixty) days thereafter if
there has been no claims(s) against OPaL for which the SERVICE PROVIDER is liable to indemnify
OPaL hereunder, or if such claim(s) if made has/ have been duly discharged, subject to the
SERVICE PROVIDER furnishing a certificate from the relevant authorities confirming payment of all
wages, bonus, leave encashment, labour welfare fund, professional tax, provident fund and ESI
(wherever applicable) dues, and payment of workmen compensation premium(where applicable)
and gratuity contributions, or furnishing other proof of related payments made up to the date of
termination of the SERVICE AGREEMENT with respect to all SERVICE PROVIDER’s representative. The

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 54 of 140
authorized person of OPaL will peruse the said Certificate(s) and further certify that compliance
with all Statutes regarding labour laws & Statutes applicable to the SERVICE AGREEMENT are duly
verified by the respective authorities defined under the applicable Labour laws & other Statutes
of India and forward the same to Finance for release of Security Deposit.

6.0 DUTIES AND POWER/AUTHORITY


6.1 Company’s Representative
The duties and authorities of the OPaL’s representative are to act on behalf of the OPaL for:
i) Overall supervision of AGREEMENT performance and co-ordination for obtaining satisfactory
services envisaged under this SERVICE AGREEMENT.
ii) Proper utilization of services.
iii) Monitoring of performance and progress.
iv) Commenting/countersigning on reports made by the SERVICE PROVIDER’s representative in
respect of services envisaged under this Service agreement after having satisfied with the
facts of the respective cases.
v) He shall have the authority, but not obligation at all times and any time to
inspect/test/examine/verify the vehicle, materials, personnel, services, procedures and
reports, etc. directly or indirectly pertaining to the execution of the work. However, this
shall not construe to imply an acceptance by the inspector. Hence, the overall responsibility
of quality of work shall rest solely with the SERVICE PROVIDER.
vi) Each and every document emerging from rendering of services in support of any claim by
the SERVICE PROVIDER has to have the countersignature/comments of the OPaL’s authorized
representative without which no claim will be entertained by the OPaL.
6.2 SERVICE PROVIDER’S Representative:
a) The SERVICE PROVIDER’S representative shall have all the powers requisite for the
performance of the services.
b) He shall liaise with OPaL’s representative for the proper co-ordination and timely
completion of the works and on any matter pertaining to the services.
c) He will extend full co-operation to OPaL’s representative/inspector in the manner required
by them for supervision/inspection/observation of vehicles, material, personnel,
procedures, performance, reports and records pertaining to the services.
d) To have complete charge of SERVICE PROVIDER’S personnel engaged in the performance of
the services and to ensure compliance of rules and regulations and safety practices.

7.0 PERFORMANCE:
The SERVICE PROVIDER shall undertake to perform all services specified under this service
agreement with all reasonable skill, diligence and care in accordance with sound industry
practices to the satisfaction of OPaL and accept full responsibility for the satisfactory quality of
such services as performed by him. Any defect, deficiencies noticed in the SERVICE PROVIDER’S
service will be promptly remedied by the SERVICE PROVIDER within 10 (ten) days upon the receipt
of written notice from OPaL to improve their performance failing which the OPaL may terminate
the SERVICE AGREEMENT by giving the SERVICE PROVIDER 30 (thirty) days’ written notice.

8.0 PERSONNEL:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 55 of 140
8.1 SERVICE PROVIDER shall ensure that his personnel deputed for or in connection with the provision
of the Services:
a) Should be eligible as per Clause No. 13.3 hereunder and also as per the Scope of Work.
b) shall be trained, experienced and competent to do the jobs for which they are assigned;
c) are while at the Locations well dressed, well groomed, neat and tidy and presentable to a
standard reasonably required for the particular Service(s) for which they are assigned, and
wherever required, shall be equipped with and wear distinctive uniforms in keeping with
their positions as will identify and distinguish them.
d) are polite, respectful and courteous to all persons with whom they deal or interact.
e) Each & every personnel shall be holding a copy of employee card as per Clause No.9.3 while
working at Site under the subject Service Contract.
8.2 SERVICE PROVIDER shall provide at all times such supervisory personnel as are required to ensure
observance of and compliance with the provisions of sub-Clause 8.1 above by the SERVICE
PROVIDER’S personnel deputed to the Location(s) for and/or in connection with providing Services
pursuant thereto, for the distribution of work/ job amongst such personnel and for controlling
and supervising the performance of the works/ jobs by them, and for ensuring deployment of
substitutes (if and when necessary), and to gauge and understand on a continuous basis the
requirements of OPaL in relation to the Services and to communicate with OPaL’s Personnel for
the purpose, and to ensure due, timely and proper performance of the Services.
8.3 SERVICE PROVIDER shall forthwith upon its own volition or at the request of OPaL discontinue
engagement of any SERVICE PROVIDER’S personnel who do not fulfil, observe or comply with any
of the requirements of sub-Clause 8.1 above, or who otherwise fails to fulfil the expectations of
OPaL with respect to the Services.
8.4 With a view to ensure that the personnel deputed by SERVICE PROVIDER for providing Services
maintain the highest efficiency and integrity without developing affiliation, association or
familiarity that can impact efficiency or enable tolerances which arise out of familiarity, OPaL
recognizes the need to ensure that the personnel deputed for performance of the Services are
rotated at least after every 12 months. The Service Provider shall be fully responsible for such
movement for effective management of the same.

9.0 GATE/ ENTRY PASS OR AUTHORISATION


9.1 Entry to the offices is restricted and is subject to appropriate entry authorization in the form of
a Gate Pass or other entry authorization.
9.2 Such entry authorization shall be issued by OPaL only upon SERVICE PROVIDER’S written request in
the format(s) in this behalf from time to time prescribed by OPaL. The existing format, for request
for Gate Pass or Entry Authorization for SERVICE PROVIDER’s personnel, requires that the request
will be:
a) Signed by SERVICE PROVIDER and endorsed by SERVICE PROVIDER’S personnel for whom the
Gate Pass/Entry Authorization is required;
b) Accompanied by a copy of the Letter of Appointment issued to each such SERVICE PROVIDER’S
personnel for whom the Gate Pass/Entry Authorization is sought, the copy of the Letter of
Appointment to be endorsed under the signature of the SERVICE PROVIDER’S personnel
concerned;

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 56 of 140
c) Accompanied by two copies of the Employment Card required to be maintained by the
SERVICE PROVIDER under the rules framed by the Central Government under the Contract
Labour (Regulation & Abolition) Act, 1970 with inclusion of a photograph of the personnel
of the SERVICE PROVIDER for photo identity on each copy of the Employment Card.
9.3 One copy of the Employment Card with photo identity shall bear the stamp and signature of the
OPaL’s Security Department and this shall operate as the entry authorization for the concerned
personnel of the SERVICE PROVIDER.
9.4 OPaL reserves the right to withdraw a Gate Pass (es) or Entry Authorization at its discretion and
shall inform the SERVICE PROVIDER accordingly.
9.5 SERVICE PROVIDER shall ensure that if and when any of its personnel ceases to be employed by
SERVICE PROVIDER or ceases to be deployed to provide Services pursuant hereto, or is the subject
of an order under sub-Clause 8.3 above, the Gate Pass/Entry Authorization issued for the purpose
by OPaL is forthwith retrieved from the concerned person and returned to OPaL.

10.0 EMPLOYMENT BY FIRMS TO OFFICIALS OF OPaL:


Firms/companies who have or had business relations with OPaL are advised not to employ
serving OPaL employees without prior permission. It is also advised not to employ ex-personnel
of OPaL within the initial two years period after their retirement/resignation/ severance from the
service without specific permission of OPaL. The OPaL may decide not to deal with such firms
who fail to comply with the above advice.

11.0 DISCIPLINE:
SERVICE PROVIDER shall carry out services hereunder with due diligence and in a safe and
professional manner. SERVICE PROVIDER shall maintain strict discipline and good conduct among
its personnel and shall abide by and conform to all rules and regulations promulgated by the
OPaL governing the services. Should OPaL feel that the conduct of any SERVICE PROVIDER’S
personnel is detrimental to the OPaL’s interest, the OPaL shall have the unqualified right to
request for the removal of such personnel from OPaL locations, without assigning any reason.
The SERVICE PROVIDER shall comply with any such request to remove such personnel at SERVICE
PROVIDER’S expense unconditionally. The SERVICE PROVIDER will be allowed a maximum of 2 working
days to replace the person by competent qualified person at SERVICE PROVIDER’S cost as per their
Contractual obligation.

12.0 PENALTY:
OPaL reserves its rights to impose penalty on the SERVICE PROVIDER for the following failures:

a) Any breach of any terms and conditions of this Service agreement by the SERVICE PROVIDER
or its labours, supervisors and/ or personnel etc.
b) Failure to comply with OPaL safety and security policy.
c) Failure to comply with OPaL instructions.
d) Failure to fulfil the minimum requirement of equipment/Personnel deployment agreed
under this Service agreement raised/ issued by OPaL from time to time.
e) Failure to complete the work in allotted time specified by OPaL and/ or resulting into direct
loss and/ or penalty, the same would be recovered from the SERVICE PROVIDER.
f) Failure to provide satisfactory assistance to OPaL.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 57 of 140
Penalty shall be levied on the SERVICE PROVIDER to the extent and equivalent to the loss/damage
caused /suffered by OPaL in terms of amount due to failure of the SERVICE PROVIDER or its personnel.
Any other penalty on account of failure of the SERVICE PROVIDER shall be determined by OPaL
representative at the time of such failure/damage. OPaL shall be at liberty and its sole discretion to
deduct the amount of penalty towards losses/ damages incurred or suffered from the payment of
running bills of the SERVICE PROVIDER. Acknowledgement/ responsibility of penalties imposed lies with
the SERVICE PROVIDER. The SERVICE PROVIDER shall acknowledge the penalty within three days of
receiving notice of penalty. In absence of acknowledgement the liability/ penalty will be deemed to
have been accepted by the SERVICE PROVIDER. In case the amount of loss/ damage is in excess of the
running bill payable to the SERVICE PROVIDER then OPaL shall raise an Invoice/ Debit note for the
balance portion of loss/ damage amount to the SERVICE PROVIDER. In case of non-payment of dues
within 7 (seven) days from the date of raising the invoice/ debit note, the SERVICE PROVIDER shall be
liable to pay interest on the due amount at the rate of 12% (twelve) p.a. till the full recovery of
outstanding amount of invoice/ debit note.

Please refer Scope of Work & Special Conditions of Contract for more details.

13.0 HEALTH, SAFETY, ENVIRONMENT AND SECURITY CLAUSE


13.1. SERVICE PROVIDER shall comply with all applicable Safety, Health& Environmental laws, standards,
codes, rules and regulations, including the QHSE rules framed and established by the OPaL.
SERVICE PROVIDER and SERVICE PROVIDER’s representatives shall cooperate and coordinate with
OPaL employees as well as with other SERVICE PROVIDERS on safety matters and shall promptly
comply with any specific HSE (Health, Safety& Environment) instructions or directions given to
SERVICE PROVIDER by OPaL.
13.2. Within 10 (ten) days after the date of this SERVICE AGREEMENT, SERVICE PROVIDER shall submit
SERVICE PROVIDER’S Health, Safety & Environment program to the HSE department of OPaL for
approval. However, that the OPaL‘s approval of any such program shall not relieve SERVICE
PROVIDER of its other obligations hereunder. SERVICE PROVIDER shall inform his personnel, all HSE
practices and the requirements of OPaL. SERVICE PROVIDER shall furnish suitable safety equipment
for its representatives/ personnel and enforce the use of such safety gadgets/ equipment by its
personnel who will be deployed by them at site for the Service Agreement.
13.3. Before commencing the work at OPaL, the SERVICE PROVIDER will ensure that the personnel being
deployed:
i) will be over 18 (eighteen) years of age
ii) will have no Police Record
iii) will have no record of alcohol or drug abuse
iv) will have no chronic or contagious diseases
v) will be physically and mentally fit
vi) will have right value system and attitude to discharge his/her responsibilities
vii) will be a trained and competent person (certification for same to be listed)
viii) will be provided with Personnel Protective Equipment as per QHSE department
guidelines required for the work being carried out
ix) Will have completed the OPaL Basic Safety Induction course.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 58 of 140
x) Properly inducted by SERVICE PROVIDER regarding his/ her roles & responsibilities while
deployed at OPaL locations
13.4. Upon the failure of SERVICE PROVIDER to comply with any of the requirements set forth herein,
OPaL shall have the authority to restrict entry of any number of personnel of the Service
Provider to the site who are not complying the said requirement and/ or to stop any operations
of SERVICE PROVIDER affected by such failure until the condition is remedied. Such part of the
time or loss to property or injury to a person due to any such failure on the part of SERVICE
PROVIDER shall be made the subject of a claim by way of penalty in addition to the costs borne
by OPaL or loss or damage to any third party to bring the damaged property or other loss in
reinstatement condition. The details of the applicable penalty would be as mentioned in the
Table.
No. Description Penalty
1 In case, service provider's deployed Person to be expelled immediately from OPaL's
personnel is not over 18 (eighteen) premises and service provider will be penalized for
years of age amount of Rs.5000/- per instance
2 In case, service provider's deployed Person to be expelled immediately from OPaL's
personnel is having Police Record premises and service provider will be penalized for
amount of Rs.5000/- per instance
3 In case, service provider's deployed Person to be expelled immediately from OPaL's
personnel is having record of alcohol or premises if found under alcohol or drug at the time of
drug abuse duty hours.
4 In case, service provider's deployed Person to be expelled immediately from OPaL's
personnel is having chronic or premises if found said disease. Service provider will
contagious diseases, vertigo and be penalized for amount of Rs.500/- per instance if
epilepsy found that service provider has mis-represented the
medical history of deployed person under OPaL’s
investigation.
5 In case, service provider's deployed Person will not be allowed to work if found medically
personnel is not found physically and unfit by OPaL's Factory Medical officer.
mentally fit
6 In case, service provider's deployed Not Applicable
personnel is not having right value
system and attitude to discharge his/her
responsibilities
7 In case, service provider's deployed If certification is required to perform a particular job
personnel is not trained and competent inside OPaL's premises then service provider to deploy
person (certification for same to be trained and certified competent person as per OPaL’s
listed, if applicable) requirement. Service provider will be penalized for
amount of Rs.5000/- per instance if service provider
does not deploy certified competent person or
misrepresent training/ competency of deployed
person.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 59 of 140
8 In case, service provider's deployed In case, Service provider does not provide PPEs as per
personnel is not having Personnel job requirements to their deployed manpower at
Protective Equipment as per HSE OPaL's premises then service provider will be penalized
department guidelines required for the for amount of Rs.1000/- per person per day.
work being carried out
In case service provider provides non-standard PPEs,
i.e., PPEs which are not confirming to IS or EN or
NIOSH or ANSI, then service provider will be penalized
for amount of Rs.500/- per person per day.

In case deployed person performs job without wearing


necessary job specific PPEs then service provider will
be penalized for amount of Rs.250/- for first & second
instance against same person and amount of Rs.1000/-
per instance for further repeated violation by same
person.
9 In case, service provider's deployed Service provider has to complete OPaL basic safety
personnel is not completed the OPaL induction course before commencement of work
Basic Safety Induction course within OPaL's premises. In case, any deployed person
by service provider starts execution of job without
Safety Induction then service provider will be
penalized for amount of Rs.5000/- per instance and
the person will
Not be allowed to carry out job at OPaL premises till
the person attends OPaL’s basic Safety Induction
course.

10 In case, service provider's deployed Not Applicable


personnel is not properly inducted by
SERVICE PROVIDER regarding his/ her
roles & responsibilities while deployed at
OPaL locations

13.5. The SERVICE PROVIDER will have to comply and follow the safety rules, regulations, penalties etc.
published, modified, amended from time to time by OPaL.
13.6. Any breach of OPaL Health, Safety, Environment and Security rules and regulations could result
in suspension of work, statutory fines, claims for delays and damages/ injury, etc. and/or
cancellation of the service agreement.

14.0 LEGAL AND REGULATORY COMPLIANCES


The SERVICE PROVIDER shall observe all the statuary compliances needed without exception:

14.1 Service Provider shall be responsible for strict compliance of and shall ensure strict compliance
under all applicable Labour Laws of India but not restricted to provisions of the Payment of
Wages Act 1936, Minimum Wages Act 1948, Employers Liability Act 1938, Workmen’s
Compensation Act 1923, Industrial Dispute Act 1947, Maternity Benefit Act 1961, Employees
State Insurance Act 1948, Contract Labour (Abolition & Regulation) Act 1970, Payment of Bonus
Act, Payment of Gratuity Act 1972, Factories Act, 1948, Employees Provident Fund (&
Miscellaneous Provisions) Act 1952, Child Labour Act, Interstate Migrant Workmen Act, Building
and Other Construction Workmen (RE & CS) Act 1996, Motor Vehicle Act and any subsequent

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 60 of 140
amendment in the same from time to time and all rules, regulations, statutes and schemes
framed there-under from time to time.
14.2 SERVICE PROVIDER shall be fully responsible of his and his subcontractor’s (if any) personnel
deployed at OPaL locations. In no case, OPaL shall have any employer-employee relationship
under any applicable labour laws from time to time with Service Provider and Service Provider’s
representatives.
14.3 OPaL and SERVICE PROVIDER both recognize that the provisions of the Contract Labour (Regulation
& Abolition) Act, 1970 (hereinafter referred to as the “Act” which expression shall include all
Rules and Regulations framed there under) will apply to SERVICE PROVIDER and OPaL with respect
to SERVICE PROVIDER’S representatives while deployed for and in connection with the performance
of Services pursuant thereto in the Offices. To this end, in compliance with the provisions of the
said Act and the rules framed there under:
a) OPaL shall make all such extensions or endorsements in its existing registration(s) as
principal employer under the Act to accommodate the Service(s) pursuant hereto.
b) SERVICE PROVIDER shall:
i. Prior to commencement of work/service under this service agreement, obtain a license
a SERVICE PROVIDER under the Act or obtain such endorsements or extensions of its
existing registration(s) or licenses as a SERVICE PROVIDER under the Act to accommodate
the Services pursuant thereto. Payment to the SERVICE PROVIDER pursuant hereto shall
be subject to the SERVICE PROVIDER furnishing satisfactory proof of a valid license.
ii. Maintain all records and registers required to be maintained by SERVICE PROVIDER as a
SERVICE PROVIDER under the Act and rules framed there under including, but not limited
to, Employment Card, Register of Wages, Register of Workmen Employed by SERVICE
PROVIDER, Muster Roll, Overtime Register, Register of Deductions, Register of Fines,
Register of Advances, Wage Slip, Form of Register of Wages-cum-Muster Roll and such
other records or registers as are required under the Act.
iii. Provide to SERVICE PROVIDER’S personnel any and all amenities and facilities as are
required to be provided by a SERVICE PROVIDER under the Act.
iv. Pay and provide to SERVICE PROVIDER’S representatives deployed at the Location(s) in
connection with and/or in relation to the Services, wages and other legal and mutually
agreed benefits as are required to be paid or provided under the Act, and other
applicable Laws.
14.4 The SERVICE PROVIDER shall duly and faithfully pay and contribute to the Account and Code No.
allotted to the SERVICE PROVIDER all contributions towards provident fund, pension and ESI as
required to be paid and contributed under the Employees’ Provident Funds & Misc. Provisions
Act, 1952 and the Scheme(s) framed thereunder and/or Employees’ State Insurance Act, 1948
and rules and/or scheme framed thereunder. In addition SERVICE PROVIDER shall duly and faithfully
pay to the applicable fund or scheme the gratuity/group gratuity and medical/WC insurance
(where ESI Act is not applicable) contribution for his/its personnel deployed to render services.
In proof of each payment/contribution, the SERVICE PROVIDER shall together with each bill/invoice
for payment of the price of services under the SERVICE AGREEMENT furnish a photo copy of the
demand draft/pay order by which the relevant payment has been made, a photo copy of the
receipted challan or other applicable document under cover of which payment has been made,
and an Affidavit certifying the payment and the list of the SERVICE PROVIDER’S personnel deployed

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 61 of 140
at the locations with reference to which payment/contributions have been made and the amount
paid/contributed in respect of each. Such proof in support of payment and the Affidavit shall be
pre-requisite to the periodical payment of SERVICE PROVIDER‘s bill/invoice.
14.5 To enable OPaL to comply with its obligations as principal employer under the Act SERVICE
PROVIDER shall give advance notice of payment of salary/wages to its personnel deployed at the
Location(s) for providing Services pursuant hereto so as to enable OPaL to depute a
representative to witness payment of wages/salary to SERVICE PROVIDER’S such personnel at each
Location.
14.6 SERVICE PROVIDER and OPaL both recognize that this SERVICE AGREEMENT could result in
responsibility to pay Provident Fund and/or to make contributions under the Employees’ State
Insurance Act in respect of SERVICE PROVIDER’s personnel while deputed to the Locations for and/or
in connection with the provision of Services pursuant hereto. To this end, SERVICE PROVIDER
represents that SERVICE PROVIDER has its own Registration Number under the Provident Fund &
Miscellaneous Provisions Act, pursuant to which it makes contributions with respect to its
personnel, and that it will continue to make contributions in respect of those of its personnel who
are deputed to the Locations for and/or in connection with the provisions of Services pursuant
hereto. SERVICE PROVIDER also represents that it is duly registered under the Employees’ State
Insurance Act and has its own Code No. and Account under the said Act in which it deposits and
will continue to deposit contributions, so far as applicable, in respect of its personnel deputed to
the Offices for and/or in connection with the provision of Services pursuant hereto.
14.7 The SERVICE PROVIDER shall take all necessary and proper measures to protect the personnel, work
and facilities and shall observe all reasonable safety rules and instructions. Smoking and littering
shall not be permitted by the representative of Service Provider within the premises. The SERVICE
PROVIDER shall report as soon as possible any evidence which may indicate or is likely to lead to
an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid
such abnormal situations.
14.8 SERVICE PROVIDER will refer the guidelines provided by OPaL attached as Appendix- 1 to
ANNEXURE II of the Tender Document, for compliance under all labour laws applicable from time
to time and will undertake to abide by the same. These guidelines are for guidance and support.
SERVICE PROVIDER shall be fully responsible for total compliance under all labour
laws/acts/statutes/notifications applicable to him from time to time.
14.9 During the tenure of this SERVICE AGREEMENT, nothing shall be done by the SERVICE PROVIDER in
contravention of any Law, Act and/or Rules/Regulations thereunder or any amendment thereof.
14.10 SERVICE PROVIDER, shall solely be responsible for the payment or settlement of any claim, recovery
related to gratuity as per the provisions of Payment of Gratuity Act, 1972 raised by the personnel
of SERVICE PROVIDER deployed at OPaL locations. OPaL shall have what-so-ever reason no liability
to pay or settle any such issues, claims or recoveries raised by directors, officers, consultants,
agents and contractors of SERVICE PROVIDER. SERVICE PROVIDER will indemnify OPaL against any
such claims or recoveries during the tenure of said service agreement and even subsequent to
termination / expiry of the SERVICE AGREEMENT.
Notwithstanding anything to the contrary herein, this Clause 14.10 shall survive consummation
of transactions contemplated hereby and the termination of this service agreement.

15.0 DELAY IN MOBILIZATION AND LIQUIDATED DAMAGES:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 62 of 140
15.1. SERVICE PROVIDER shall mobilize and deploy the required Service Provider Personnel and the
complete equipments so as to commence the services at the specified site(s) as specified in the
Special Conditions of Contract.
15.2. If the SERVICE PROVIDER fails to mobilize and deploy the required Personnel/ equipment and/ or
fails to commence the services within the period specified in sub clause 15.1 above, OPaL shall
have, without prejudice to any other right or remedy in law or Contract including sub clause 15.3
below, the right to terminate the Contract.
15.3. If the SERVICE PROVIDER is unable to mobilize/ deploy and commence the services within the period
specified in sub clause 15.1 above, it may request OPaL for extension of the time with
unconditionally agreeing for levy and recovery of LD. Upon receipt of such a request, OPaL may
at its discretion, extend the period of mobilization and shall recover from the SERVICE PROVIDER,
as an ascertained and agreed Liquidated Damages, a sum equivalent to 1/2% of Annualized
Agreement Value plus applicable GST, for each week of delay or part thereof, subject to a
maximum of 10% of the Annualized Agreement Value plus applicable GST.
15.4. The parties agree that the sum specified above is not a penalty but a genuine pre-estimate of
the loss/ damage which will be suffered by OPaL on account of delay on the part of the SERVICE
PROVIDER and the said amount will be payable without proof of actual loss or damage caused by
such delay.
15.5. LD will be calculated on the basis of Annualized Agreement Value excluding duties and taxes,
where such duties/ taxes have been shown separately in the Contract/ agreement.

16.0 PRICE OF SERVICES:


16.1 SERVICE PROVIDER represents and declares that it has fully understood all the requirements and
expectations of OPaL with respect to the Services mentioned in the Scope of Work. For the
services rendered by SERVICE PROVIDER to the satisfaction of OPaL/ EIC, SERVICE PROVIDER shall be
paid by OPaL after the end of each month, according to the payment procedure, the sum worked
out on the basis of prices in ANNEXURE VI hereto.
16.2 There is no guaranteed minimum work or payment under this SERVICE AGREEMENT. Payment will
strictly be for services actually rendered. In case of any increase/decrease in scope of work,
addition/ deduction in payment will be made on pro-rata basis.
16.3 If in addition to the Services specified above, OPaL shall require SERVICE PROVIDER to render or
perform any other service(s) and SERVICE PROVIDER shall agree to render to perform such
service(s). OPaL and SERVICE PROVIDER shall agree in advance the basis on which OPaL shall pay
SERVICE PROVIDER for such additional Service(s) and on the payment procedure in respect thereof
(if it be different in any particulars from that specified above), and OPaL shall pay SERVICE
PROVIDER accordingly for such additional services.
16.4 The prices of services shall be firm throughout the AGREEMENT period save as otherwise provided
elsewhere in this SERVICE AGREEMENT.
16.5 If any new Tax is imposed with respect to the Services provided by SERVICE PROVIDER after the
effective date (from the date of Service Order), such new Tax or increased tax shall be
reimbursed by OPaL to the SERVICE PROVIDER in addition to the price of the services as mentioned
in ANNEXURE V. Similarly, if any existing Tax is abolished, or if there is reduction in the rate of
any existing Tax, OPaL will be entitled to the benefit of abolition or reduction by reduction in the
price payable as per ANNEXURE VI.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 63 of 140
17.0 PAYMENT PROCEDURE
17.1. SERVICE PROVIDER shall submit monthly bills/ invoices to respective department in charge at the
OPaL-Dahej site accompanied by the following documents for verification:
a) Proof of deposit of statutory levies like EPF/ ESI/ Prof. Tax etc. during the previous month
(with a list of individual names and amount deposited in their accounts).
b) Proof of payment by cheque by SERVICE PROVIDER of salaries/ wages to its personnel
deployed at the Location(s) for providing the Services for the period corresponding to the
period of the invoice.
c) A compliance certificate from OPaL representative (i.e. representative of the Principal
Employer) who shall be deputed to witness payment of salary/wages to the personnel of
the SERVICE PROVIDER to the effect that all the required statutory compliances were complied
with for the period of the bill.

17.2. Payment of the invoice/ bill will be made within 30 (thirty) working days from the date of
its submission, complete in all respects accompanied by the relevant documents and details
specified above subject to certification of satisfactory performance of work by authorized Officer
of OPaL.
17.3. In the event of any dispute in respect of a portion of any bill, OPaL shall make payment of the
undisputed portion and shall promptly notify SERVICE PROVIDER or its representative in writing of
the disputed portion(s) with reasons for the dispute, with a view to enable prompt resolution
of the dispute.
17.4. Income Tax and other statutory deductions shall be deducted at source on the amount(s)
admitted for payment to SERVICE PROVIDER according to the applicable legal provisions in this
behalf.
17.5. Payment of any invoice shall not prejudice the right of the OPaL to question the allow ability
under this SERVICE AGREEMENT of any amount claimed therein, provided OPaL, within one year
beyond the expiry of each agreement year delivers to the SERVICE PROVIDER written notice
identifying any item or items which it questions and specifying the reasons therefore. Should
OPaL so notify SERVICE PROVIDER such adjustment shall be made as the parties shall agree.
These provisions shall be reciprocal for similar rights to the SERVICE PROVIDER.
17.6. The SERVICE PROVIDER shall provide on demand a complete and correct set of records pertaining
to all costs for which it claims reimbursement from OPaL and as to any payment provided for
hereunder, which is to be made on the basis of SERVICE PROVIDER’S costs.
17.7. No advance payment shall be made to the SERVICE PROVIDER.

18.0 CLAIMS, TAXES AND DUTIES, FEES AND ACCOUNTING:


18.1 CLAIMS:
SERVICE PROVIDER agrees to pay all claims, taxes and fees for vehicle, manpower, materials,
services and supplies to be furnished by it under this Service Agreement and agrees to allow no
lien or charge resulting from such claims to be fixed upon any property of OPaL. OPaL may, at
its option, pay and discharge any lien or overdue charges for SERVICE PROVIDER’S vehicle,
manpower, materials, services and supplies under this SERVICE AGREEMENT and may thereupon
deduct the amount or amounts so paid from any sum due, or thereafter become due, to SERVICE
PROVIDER hereunder.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 64 of 140
18.2 NOTICE OF CLAIMS:
SERVICE PROVIDER Or COMPANY, as the case may be, shall promptly give the other, notice in writing
of any claim made or proceeding commenced for which that party is entitled to indemnification
under the SERVICE AGREEMENT. Each party shall confer with the other concerning the defence of
any such claims or proceeding, shall permit the other to be represented by counsel in defence
thereof, and shall not effect settlement of or compromise any such claim or proceeding without
the other’s written consent.

18.3 TAXES AND DUTIES


18.3.1 Services for Dahej site:
The project falls under the SEZ notified area. Total agreement value is inclusive of all applicable
duties & Taxes including Income Tax/ withholding Tax, corporate tax, personal tax, etc. payable
directly by the SERVICE PROVIDER to Government. The Project is exempted from payment of
Goods and service tax payable directly by the SERVICE PROVIDER. However, Bidder is
required to ascertain themselves, the prevailing rates of Taxes & duties as applicable in Dahej
SEZ on the Scheduled date of submission of Price Bids/ revised Price Bids (if any) and the
Company would not undertake any responsibility whatsoever in this regard.
In case, the exemptions applicable for the Project under the SEZ area are withdrawn for any or
all of the above mentioned taxes and duties subsequent to the date of submission of the bid but
before the Scheduled completion date under the SERVICE AGREEMENT, the liability arising out of
withdrawal of any or all these taxes and duties shall be regulated by Clause 19 of GCC- Change
in Law, of the SERVICE AGREEMENT.

The SERVICE PROVIDER shall avail all concessions/ exemptions available for the SEZ Project. The
COMPANY upon request from the SERVICE PROVIDER along with necessary details provide
recommendatory letters, if required, in the prescribed Pro-forma for availing the concessions/
exemptions in respect of taxes payable by SERVICE PROVIDER directly to Government. The
responsibility of availing the concessions/ exemptions will be that of the SERVICE PROVIDER.

19.0 CHANGE IN LAW:


19.1 In the event of any change or amendment of any Act or law, Rules or Regulations of Government
of India or Public Body or any change in the interpretation or enforcement of any said Act or law,
Rules or Regulations by Government or Public Body which becomes effective after the date as
advised by the OPaL for submission of final price bid or revised price bid, if any, whichever is
later for this SERVICE AGREEMENT and which results in increased cost of the services under the
SERVICE AGREEMENT through increased liability of taxes, (other than personal and corporate taxes),
duties, the SERVICE PROVIDER shall be indemnified for any such increased cost by the OPaL subject
to the production of documentary proof to the satisfaction of the OPaL to the extent which is
attributable to such change or amendment as mentioned above.
19.2 Similarly, if any change or amendment of any Act or Law including Income Tax Act, Rules or
Regulations of any Government or Public Body or any change in the interpretation or enforcement
of any said Act or Law, Rules or Regulations by Government or Public Body becomes effective
after the date as advised by the OPaL for submission of final price bid of this SERVICE AGREEMENT
and which results in any decrease in the cost of the project through reduced liability of taxes,

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 65 of 140
(other than personal and corporate taxes), duties, the SERVICE PROVIDER shall pass on the benefits
of such reduced cost, taxes or duties to the OPaL.
19.3 Notwithstanding the above mentioned provisions, OPaL shall not bear any liability in respect of
following taxes during the tenure of service agreement
a) Personal Income taxes on Personnel/ representatives of SERVICE PROVIDER,
b) Corporate taxes in respect of the SERVICE PROVIDER,
c) Change in Minimum wages and other statutory welfare measures under various labour
legislations.
19.4 All duties, taxes, fees, charges, expenses, etc. (except wherever otherwise expressly provided in
the Service agreement) 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
on the date of submission of Price Bid or revised price bid, if any, for the Service agreement shall
be to SERVICE PROVIDER’s account. Any increase/ decrease in such duties, taxes, fees charges,
expenses on account of amendment in Indirect taxes, etc. after the date of submission of the
price bid or revised price bid, if any, whichever is later, but within the completion date/ extended
date of Service agreement will be to the account of the Company.
19.5 In case of introduction of new legislation or change or amendment in any act or law after the
Scheduled/ extended Completion Date (extended in accordance with the provisions of the Service
agreement), but which comes into force or becomes effective retrospectively from a date on or
before the Scheduled/ extended Completion Date and which results in any increase/ decrease in
the duties, taxes and fees under the Service agreement, then such increase/ decrease, subject
to the conditions stipulated above shall be to Company’s account.
19.6 The Service agreement Price and other prices given in the Schedule of Prices are based on the
applicable tariff as indicated by the SERVICE PROVIDER in the Schedule of Prices. In case this
information subsequently proves to be wrong, incorrect of misleading, the Company will have no
liability to reimburse/ pay to the SERVICE PROVIDER the excess duties, taxes, fees, if any finally
levied/ imposed by the concerned authorities.

20.0 PERIOD & TERMINATION


Period: This SERVICE AGREEMENT shall be valid and effective on and from the date of
NOA/Service Order until the expiry of the CONTRACT PERIOD.
Termination:
20.1 Termination on expiry of the CONTRACT
This SERVICE AGREEMENT shall be deemed to have been automatically terminated on the expiry
of CONTRACT PERIOD unless OPaL exercise its option to extend this CONTRACT in accordance
with the provisions, in any, of this CONTRACT.

20.2 Termination on account of force majeure:


Either party shall have the right to terminate this Service agreement on account of Force
Majeure, as set forth in Clause 22.0 of GCC.

20.3 Termination on account of insolvency:


In the event the SERVICE PROVIDER or its collaborator at any time during the term of this SERVICE
AGREEMENT becomes insolvent or makes a voluntary assignment of its assets for the benefit of
creditors or is adjudged bankrupt, then the COMPANY shall, by a notice in Writing have the right

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 66 of 140
to terminate this SERVICE AGREEMENT and all the SERVICE PROVIDER’S rights and privileges
hereunder, shall stand terminated forthwith.

20.4 Termination in the event of breach, default or deficiency by the SERVICE PROVIDER under
or with reference to the Service to be provided under the SERVICE AGREEMENT, OPaL reserves the
right at its option and discretion to terminate this SERVICE AGREEMENT with the SERVICE PROVIDER.

20.5 Termination for delay in mobilization: Successful Service Provider shall be required to
mobilize complete equipment along with crew (only manpower/crew in case of Operation and
Maintenance Contracts) for commencement of services at the specified site within a maximum
period as specified in the Special Conditions of Contract after issue of Service Order/LOA/NOA.
If the successful Service Provider fails to mobilize as above and/or delays in the
commencement of all or of any of the Services exceeds as specified in the Special
Conditions of Contract after issue of Service Order/LOA/NOA, OPaL shall, without prejudice to
its right to recover liquidated damages hereof, have the right to terminate this SERVICE
AGREEMENT for all or any of the Service(s) which have not commenced, and to get the terminated
Service(s) for a period equivalent to the period of the SERVICE AGREEMENT as specified above,
performed at the risks and costs of the SERVICE PROVIDER, and to recover from the SERVICE
PROVIDER the additional costs incurred either by way of deduction or recovery from the invoices
of the SERVICE PROVIDER or from the Security Deposit or otherwise.

OTHER PROVISIONS
20.6 IF SERVICE PROVIDER is in breach of any of the material provision of this SERVICE AGREEMENT.
In any of the said events, OPaL may terminate this SERVICE AGREEMENT only if OPaL has first
given a written notice to the SERVICE PROVIDER of such deficiency in service or breach giving
requisite particulars thereof and the SERVICE PROVIDER has not within 10 (Ten) days of the receipt
of such notice taken steps satisfactory to OPaL to rectify the deficiency or breach.
20.7 Consequences of termination: In all cases of termination herein set forth, the obligation of
the COMPANY to pay shall be limited to the period up to the date of termination. Notwithstanding
the termination of this SERVICE AGREEMENT, the parties shall continue to be bound by the
provisions of this SERVICE AGREEMENT that reasonably require some action or
forbearance after such termination.
20.8 In case of termination of Contract herein setforth, except under 20.1 and 20.2 and/or
annulment of the contract due to non-submission of Performance Security, following actions
shall be taken against the Service Provider:
(a) OPaL shall be entitled at the risk and expense of the SERVICE PROVIDER in all respects to
engage one or more SERVICE PROVIDERS to undertake the service(s) with respect to which
the SERVICE AGREEMENT has been terminated for the unexpired term of the SERVICE
AGREEMENT and to recover from the SERVICE PROVIDER the difference if any between the
price payable to the SERVICE PROVIDER in respect of such services and the amount incurred
by OPaL for such services for the balance of the term of the Service Agreement.
(b) No amount shall be due and payable to the SERVICE PROVIDER for the service(s)in respect
of which the SERVICE AGREEMENT has been terminated until the entirety of such terminated
services for the unexpired term of the SERVICE AGREEMENT shall have been completed and
all payments finally due on any account to OPaL and/or any other SERVICE PROVIDER in
respect of such services have been finally settled and OPaL has been discharged from all

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 67 of 140
liabilities in respect thereof if thereafter there remains in the hands of OPaL any excess
or balance after all accounting and adjustments of all dues to OPaL, OPaL shall forthwith
pay the excess/balance to the SERVICE PROVIDER and in the event of the security deposit
and other dues of the SERVICE PROVIDER in the hands of OPaL being insufficient to meet
the dues of OPaL as aforesaid, the SERVICE PROVIDER shall forthwith on demand by OPaL
pay OPaL the shortfall failing which such balance outstanding shall carry interest @ 12%
(twelve) per annum until receipt of entire outstanding in full.

21.0 FORECLOSURE OF SERVICE AGREEMENT:


21.1. OPaL shall have the right to foreclose this Service Agreement at any time during the tenure of
the service agreement without assigning any reason whatsoever by giving notice of minimum 30
(thirty) days.
21.2. Notwithstanding any other right or remedy available to OPaL, in the event of this Service
agreement being terminated by OPaL under Clause 20.0 hereof above except Clause 20.2
(Termination on account of force majeure), OPaL shall have the right to forfeit the security
deposit.

22.0 FORCE MAJEURE:


22.1 In the event of OPaL or SERVICE PROVIDER being prevented by Force Majeure to perform any
obligation required to be performed by it under the SERVICE AGREEMENT, the relative obligation
of the party affected by such Force Majeure shall be suspended for the period during which
such cause lasts.
22.2 The term “Force Majeure” as employed herein shall mean acts of God, War, Civil Riots, Terrorist
Acts, Fire, Flood and Acts and Regulations of Government on the two parties namely OPaL and
the Service provider (directly affecting the performance of the Service agreement).
22.3 Upon the occurrence of such cause and upon its termination, the party alleging that it has been
prevented thereby, shall notify the other party in writing, the beginning of the cause amounting
to Force Majeure as also the ending of the said cause by giving notice to the other party thereof
within 72 (seventy two) hours of the ending of the cause respectively. If Services are suspended
by Force Majeure conditions lasting for more than two months, OPaL shall have the option of
terminating the SERVICE AGREEMENT in whole or part at its discretion without any liability for
breach on its part resultant upon the termination. Time for performance of the relative
obligation suspended by Force Majeure shall then stand extended by the period for which such
cause lasts.

23.0 INDEMNITY:
23.1. SERVICE PROVIDER shall indemnify and keep indemnified OPaL and its employees from all actions,
proceedings, suits, claims, demands, liabilities, damages, losses, costs, charges, expenses,
judgments and fines arising out of or directly or indirectly associated with personal injury, illness
or death of or loss or damage due to:
a) All acts of misfeasance, malfeasance, theft, dishonesty or embezzlement by any of SERVICE
PROVIDER’s personnel deployed at the location(s) resulting in any loss or damage to OPaL or
its property;
b) Any of SERVICE PROVIDER’s personnel (even if caused by or contributed to by the negligence
or fault of OPaL or its agents or employees or directors)

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 68 of 140
c) Subject to sub-Clause 23.2 below, any other person to the extent the injury, illness or death
is caused by the negligence or fault of SERVICE PROVIDER or SERVICE PROVIDER’s personnel.
d) Any property owned, hired or supplied by SERVICE PROVIDER (even if caused by or contributed
to by the negligence or fault of OPaL or its employees).
e) Any other property to the extent the loss or damage is caused by the negligence or fault of
SERVICE PROVIDER or SERVICE PROVIDER’s personnel.
f) Any claim by any of SERVICE PROVIDER’s personnel on OPaL as a principal employer under the
Act or under the Employees Provident Fund & Miscellaneous Provisions Act or under
Workmen’s Compensation Act or under any other applicable law or against any breach or
infraction thereof by SERVICE PROVIDER.
g) Any claim against OPaL by any person employed by SERVICE PROVIDER for payment of any
wages, legal dues or benefits under any applicable labour Laws/ Acts/ Statutes/ Notifications
and any kind of employment or regularization of employment with OPaL as a result of such
employee being deployed by SERVICE PROVIDER in providing Services pursuant hereto.
23.2. OPaL shall indemnify and keep indemnified SERVICE PROVIDER against all actions, proceedings,
suits, claims, demands, liabilities, damages, losses, costs, charges, expenses, and fines arising
from personal injury, illness or death of or loss or damage due to:
a) All acts of misfeasance, malfeasance, theft, dishonesty or embezzlement by any of OPaL’s
personnel deployed at the Location(s) resulting in any loss or damage to SERVICE PROVIDER
or its property;
b) Any employee of OPaL (even if caused by or contributed to by the negligence or fault of
SERVICE PROVIDER)
c) Subject to clause 23.1 above, any other person to the extent that the injury, illness or death
is caused by the negligence or fault of OPaL or its employees;
d) Any property owned, hired or supplied by OPaL (even if caused by, or contributed to by, the
negligence or fault of SERVICE PROVIDER or its Personnels);
e) Any loss or damage to any other property to the extent the loss or damage is caused by the
negligence or fault of OPaL or its employees.
f) Any claim by any of OPaL’s personnel under the Employees Provident Fund & Miscellaneous
Provisions Act or under Workmen’s Compensation Act or under any other applicable law or
against any breach or infraction thereof by SERVICE PROVIDER.
g) Any claim against SERVICE PROVIDER by any person employed by OPaL for payment of any
wages, legal dues or benefits under any applicable labour Laws/ Acts/ Statutes/ Notifications
and any kind of employment or regularization of employment with SERVICE PROVIDER as a
result of such employee being deployed by OPaL in providing Services pursuant hereto.
23.3. Notwithstanding any other provisions;
a) Neither SERVICE PROVIDER nor OPaL shall be liable to the other, whether in SERVICE AGREEMENT,
tort or otherwise for any consequential loss or damage, loss of use, loss of production, or
loss of profits.
b) Limitation of liability: The maximum aggregate liability of Service Provider for any reason
whatsoever related to this Service Agreement/Contract or in connection with the services to
be provided by the Service Provider shall be limited to the total Contract Price provided
however that nothing in this Agreement attempts to limit or exclude Service Provider’s

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 69 of 140
liability for fraud, wilful misconduct or any other type of liability that under applicable law
cannot be limited or excluded.

24.0 INSURANCE:
SERVICE PROVIDER shall, at his/its own expense arrange appropriate comprehensive insurance to
cover all risks assumed by the SERVICE PROVIDER under this Service agreement in respect of its
personnel deputed under this Service agreement. OPaL will have no liability on this account as
well as on account of any loss or damage to the SERVICE PROVIDER’s equipment, tools, and other
belongings. Proof of policy of comprehensive insurance to his personnel as above is to be
submitted by the SERVICE PROVIDER prior to commencement of work under the Service agreement.

25.0 CONSEQUENTIAL DAMAGES:


Notwithstanding either party’s fault, neither party shall be liable to the other party in respect of
any consequential damages whatsoever. The term “Consequential damages” as used herein shall
include without limitations to the meaning, loss of profit, production, business opportunities or
use of assets.

26.0 EXCLUSION OF GOVERNMENT OF INDIA’S LIABILITY:


It is expressly understood and agreed by and between the SERVICE PROVIDER and OPaL that OPaL
is entering into this Service 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 Service Agreement and has no liabilities, obligations or rights
hereunder. It is expressly understood and agreed that OPaL is an independent legal entity with
power and authority to enter into this Service Agreement solely in its behalf under the applicable
laws of India and general principles of Contract Law. The SERVICE PROVIDER expressly agrees,
acknowledges and understands that OPaL 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, and commission, breaches or other wrongs arising
out of this Service agreement. Accordingly, SERVICE PROVIDER hereby expressly waives, releases
and forgoes any and all actions or claims, including cross claims, impleader claims or counter
claims against the Government of India arising out of this Service agreement and covenants not
to the Government of India as to any manner, claim, cause of action or thing whatsoever arising
of under this Service agreement.

27.0 LAWS/ARBITRATION:
27.1 Applicable Laws
This Service agreement including all matters connected with this SERVICE AGREEMENT, shall be
governed by the laws of India (both substantive and procedural) and shall be subject to exclusive
jurisdiction of the Indian Courts of Vadodara subject to the provisions of clause 27.3 and 27.4
herein below.
27.2 Amicable settlement
If any dispute or difference arises in connection with this Service Agreement, either party may
give notice to the other party of the same, whereupon the parties shall meet promptly and in
good faith attempt to reach an amicable settlement.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 70 of 140
27.3 Resolution of dispute through conciliation by OEC:
If any dispute, difference, question or disagreement arises between the parties hereto or their
respective representatives or assignees, in connection with construction, meaning, operation,
effect, interpretation of this Service Agreement or breach thereof which parties are unable to
settle mutually, the same may first be referred to conciliation through Outside Expert Committee
(“OEC”) on mutual agreement of both the Parties. OEC will be constituted by Chairman-OPaL as
per standard OPaL procedure and the same will be discussed after agreement between both
parties for resolution of dispute through OEC.
27.4 Arbitration:
Except as otherwise provided elsewhere in this Service Agreement if any dispute, difference,
question or disagreement arises between the Parties hereto or their respective representatives
or assignees, at any time in connection with construction, meaning operation, effect,
interpretation of this Service Agreement or breach thereof, which parties are unable to settle
mutually, the same shall be referred to Arbitration as provided hereunder:

a. A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by


giving 60 (sixty) days’ notice to the other party. The notice invoking arbitration shall specify
all the points of disputes with details of the amount claimed to be referred to arbitration
at the time of invocation of arbitration and not thereafter. If the claim is in foreign
currency, the claimant shall indicate its value in Indian Rupee for the purpose of
constitution of the arbitral tribunal.
b. The number of the arbitrators and the appointing authority will be as under:
Claim amount (excluding Number of Arbitrator Appointing Authority
claim for arbitrator
interest and
counterclaim, if any)
Sole Arbitrator to be OPaL
Upto Rs. Fifty Lakhs appointed from a panel [Note: OPaL will forward a list
of retired officers from containing names of five retired
OPaL/other PSU/ Non- officers from OPaL/other PSU/ Non-
PSU organizations. PSU organizations for selecting one
from the list who will be appointed as
sole arbitrator by OPaL]
Above Rs. Fifty Lakhs to Sole Arbitrator to be OPaL
Rs. Five Crores appointed from a panel [Note: OPaL will forward a list
of retired Jurists containing names of five jurists to the
other party for selecting one from the
list who will be appointed as sole
arbitrator by OPaL]
Above Rs. Five Crores Three Arbitrators One arbitrator by each party and the
3rd arbitrator, who shall be the
presiding arbitrator to be appointed by
the two arbitrators. OPaL will appoint
its arbitrator from the panel of jurists.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 71 of 140
c. The parties agree that they shall appoint only those persons as arbitrators who accept the
conditions of this arbitration Clause, including the fees Schedule provided herein. No
person shall be appointed as arbitrator or presiding arbitrator who does not accept the
conditions of this Arbitration Clause.
d. Parties agree that there will be no objection if the Arbitrator appointed holds equity shares
of OPaL and/or is a retired officer of OPaL. However, neither party shall appoint its serving
employee as arbitrator.
e. In case of arbitral tribunal of three arbitrators, if one of the parties fail to appoint an
arbitrator within 30 days from the receipt of the request to do so, the other party or two
Arbitrators so appointed fail to agree on the appointment of third Arbitrator within 30 days
from the date of their appointment upon request of a Party, the Chief Justice of High Court
of Ahmedabad may appoint the Arbitrators/Presiding Arbitrator.
f. If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws
for any reason from the proceedings, it shall be lawful for the concerned party/ arbitrators
to appoint another person in his place in the same manner as aforesaid. Such person shall
proceed with the reference from the stage where his predecessor had left, if both parties
consent for the same; otherwise, he shall proceed de novo.
g. Parties agree that neither party shall be entitled for any pre-reference or pendente-lite
interest on its claims. Parties agree that any claim for such interest made by any party
shall be void.
h. The arbitral tribunal shall make and publish the award within time stipulated as under:

Amount of Claims and Counter Period for making and publishing of the award
Claims(excluding interest) (counted from the date of first meeting with
the arbitrator(s))
Upto Rs. Five Crores Within 8 (eight) months
Above Rs. Five Crores Within 12 (twelve) months

The above time limit can be extended by the arbitrator(s), for reasons to be recorded in
writing, with the consent of the parties.

i. Arbitrators shall be paid fees at the following rates:

Amount of Claims and Counter Lump sum fees (including fees for study of pleadings, case
Claims (excluding interest) material, writing of the award, secretarial charges etc.)
payable to each arbitrator (to be shared equally by the
parties)

Upto Rs. Fifty lakhs Rs.10,000 per meeting subject to a ceiling of Rs.1,00,000/-

Above Rs. Fifty lakhs to Rs. One Rs.1,35,000- plus Rs.1,800- per lakh or a part there of
Crore subject to a ceiling of Rs.2,25,000/-

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 72 of 140
Above Rs. One Crore and upto Rs. Rs.2,25,000- plus Rs.33,750/- per crore or a part there of
Five Crores subject to a ceiling of Rs.3,60,000/-

Above Rs. Five Crores and upto Rs. Rs.3,60,000/- plus Rs.22,500/- per crore or a part there of
Ten Crores subject to a ceiling of Rs.4,72,500/-

Above Rs. Ten Crores Rs.4,72,500/- plus Rs.18,000/- per crore or part thereof
subject to a ceiling of Rs.15,00,000/-

If after commencement of the Arbitration proceedings, the parties agree to settle the dispute
mutually or refer the dispute to conciliation, the arbitrators shall put the proceedings in abeyance
until such period as requested by the parties. Where the proceedings are put in abeyance or
terminated on account of mutual settlement of dispute by the parties, the fees payable to the
arbitrators shall be determined as under:

i) 25 % of the fees if the claimant has not submitted statement of claim.


ii) 40% of the fees if the pleadings are complete.
iii) 60% of the fees if the hearing has commenced.
iv) 80% of the fees if the hearing is concluded but the award is yet to be passed.
j. Each party shall pay its share of arbitrator's fees in stages as under:
i) 20% of the fees on filing of reply to the statement of claims.
ii) 40% of the fees on completion of pleadings.
iii) 20% of the fees on conclusion of the final hearing.
iv) 20% at the time when award is given to the parties.
k. Each party shall be responsible to make arrangements for the travel and stay, etc. of the
arbitrator appointed by it. Claimant shall also be responsible for making arrangements for
travel & stay arrangements for the Presiding Arbitrator and the expenses incurred shall be
shared equally by the parties.
l. In case of sole arbitrator, OPaL shall make all necessary arrangements for his travel/ stay
and the expenses incurred shall be shared equally by the parties.
m. The venue/place of the Arbitration shall be Vadodara, Gujarat, India. However, parties to
the Contract may agree for a different place for the convenience of all concerned.
n. The Arbitrator(s) shall give reasoned and speaking award and it shall be final and binding
on the parties.
Subject to aforesaid, provisions of the Arbitration and Conciliation Act, 1996 and any statutory
modifications or re-enactment thereof shall apply to the arbitration proceedings under this
Clause.

28.0 CONTINUANCE OF THIS SERVICE AGREEMENT:


Notwithstanding the fact that settlement of dispute(s) (if any) under conciliation or arbitration
may be pending, the parties hereto shall continue to be governed by and perform the work in
accordance with the provisions under this Service Agreement.

29.0 SERVICE AGREEMENT DOCUMENT


29.1. Entire Service agreement

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 73 of 140
This SERVICE AGREEMENT supersedes all prior agreements and commitments, whether oral or in
writing between the parties concerning the subject matters(s) hereof. Neither this SERVICE
AGREEMENT nor any modification will be binding on a party unless signed by authorized
representatives of SERVICE PROVIDER and OPaL.
29.2. Modification in service agreement:
All modifications leading to changes in this service agreement with respect to technical and/or
commercial aspects shall be considered valid only when accepted in writing by OPaL by issuing
amendment to this SERVICE AGREEMENT. OPaL shall not be bound by any printed conditions,
provisions in the SERVICE PROVIDER’S bid, forms of acknowledgement of SERVICE AGREEMENT, invoice
and other documents which purport to impose any condition at variance with or supplement to
SERVICE AGREEMENT.
29.3. Assignment:
The SERVICE PROVIDER shall not, save with the previous consent in writing of the OPaL,
sublet/subcontract, transfer or assign the service agreement or any part thereof in any manner
whatsoever. However, such consent shall not relieve the SERVICE PROVIDER from any obligation,
duty or responsibility under the SERVICE AGREEMENT and SERVICE PROVIDER shall be fully responsible
for the services hereunder and for the execution and performance of the service agreement.
29.4. Waivers and amendments:
a) Waivers: It is fully understood and agreed that none of the terms and conditions of this service
agreement shall be deemed waived by either party unless such waiver is executed in writing only
by the duly authorized agents or representatives of both the parties. The failure of either party
to execute any right shall not act as a waiver of such right by such party.
b) Amendments: It is agreed that SERVICE PROVIDER shall carry out work in accordance with the
completion programme to be furnished by OPaL which may be amended from time to time by
reasonable modifications as OPaL sees fit. OPaL shall have complete right and discretion on such
matters to decide.

30.0 SECRECY:
SERVICE PROVIDER and its personnel shall during the Period and thereafter maintain in the strictest
confidence all information relating to OPaL and third parties dealing with OPaL acquired in the
course of rendering services pursuant to this SERVICE AGREEMENT, or shall take or maintain any
copy of any document acquired or generated in such course, and shall forthwith inform OPaL of
any breach or infraction of this obligation of secrecy and shall take and institute such civil and
criminal action as may be necessary to preserve the secrecy and punish those guilty of the breach
or infraction. The same may also lead to termination of SERVICE AGREEMENT.

31.0 SEVERABILITY:
Should any provision of this SERVICE AGREEMENT be found to be invalid, illegal or otherwise not
enforceable by any court of law, such finding shall not affect the remaining provisions hereto and
they shall remain binding on the parties hereto.

32.0 NOTICES AND ADDRESSES:


Any notice or other communications to be given under this SERVICE AGREEMENT shall be in writing
and may be delivered by hand or sent by standard delivery post to the relevant address(es)
stated in the SERVICE AGREEMENT or sent by facsimile transmission or e-mail at following address:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 74 of 140
On behalf of OPaL President -OPaL
ONGC PETRO ADDITIONS LIMITED,
PLOT NO.Z/1 & Z/83, DAHEJ SEZ PART I ,
TAL, VAGRA,BHARUCH
DAHEJ-392130
GUJARAT.
On behalf of SERVICE PROVIDER

Communications shall be deemed to have been received, if delivered by hand at the time of
delivery, if posted 3 (three) working days after posting, and if sent by fax transmission/ scanned
copies sent through e-mail to the designated representative of OPaL, at the date of transmission.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 75 of 140
Appendix- 1 to ANNEXURE II

GUIDELINES REGARDING COMPLIANCE OF LABOUR LAWS FOR THE SERVICE PROVIDER

General Guidelines:

 The guidelines for SERVICE PROVIDERS are provided to guide them to make adequate and proper
compliance under various labour laws. The general guidelines are commonly applicable to all
SERVICE PROVIDERS and the specific guidelines under respective Acts will be applied as per the
applicability of the Act.
 The SERVICE PROVIDER shall be solely responsible for the strict compliance of all applicable labour
laws, Industrial laws and all such other laws, which are applicable to them from time to time.
The said compliance also includes various modifications, amendments and additions of any
provisions of laws, statutes, Acts and notifications issued by any competent authorities from time
to time. SERVICE PROVIDER shall be solely responsible for complete legal compliances for all persons
engaged by him.
 The SERVICE PROVIDER shall be also responsible for all taxes/levies by the State or Central Govt.
or any other Statutory Bodies as applicable to him from time to time.
 The SERVICE PROVIDER at his own expenses shall comply with all the labour laws/industrial laws
and all such laws and rules made there under, as well as the other Governments orders, and
shall keep the Company indemnified in respect of all compliance obligations for the complete
period of the service agreement as well as also against any liability arising out of non-compliance
made by the SERVICE PROVIDER even after the completion of the agreement.
 The SERVICE PROVIDER shall not engage/deploy any person who has not completed the age of 18
years on the date of his deployment/ engagement.
 The SERVICE PROVIDER, before deploying any persons for working, shall issue an identity card with
photograph as prescribed as per Form No.36 under Factories Act, 1948. The photo identity card
will countersigned by the officer nominated by the Company for the said purpose.
 The SERVICE PROVIDER shall at his own cost, shall provide all safety appliances, and such other all
necessary Personal Protective Equipment (PPE) to his all workers / employees which are required
for safe working.
 The SERVICE PROVIDER, at his own cost, shall provide all amenities / facilities for welfare of his
workers as required under the provisions of the Contract Labour (R & A) Act, Inter State Migrant
Workers or any such other applicable Act wherever not available or provided by the Company.
 The SERVICE PROVIDER shall display all notices in English/Local Language or any other language
which is commonly understood by majority of workmen, at conspicuous places in the
establishment showing –
o Rates of Wages
o Hours of Work
o Wage Period
o Date of Payment of Wages
o Name & Address of the Labour Officer having jurisdiction under the Act
o Date of Payment of unpaid wages.
 Please note that the said notice must be submitted to concerned labour department & duly
acknowledged copy should be submitted to the Company towards the confirmation of
compliance.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 76 of 140
 SERVICE PROVIDER shall maintain up-to-date and complete registers, documents and returns under
various applicable labour laws and rules thereunder.
 SERVICE PROVIDER is required to comply under all applicable labour laws which are mentioned as
follows :
1. Building and Other Construction Workers (Regulation of Employment and Condition of
Service) Act, 1996
2. Contract Labour (Regulation & Abolition) Act, 1970:
3. Child Labour (Prohibition and Regulation) Act, 1986
4. Equal Remuneration Act, 1976
5. Factories Act, 1948
6. Inter State Migrant Workmen (R.E.C.S.) Act, 1979:
7. Provident Fund & Miscellaneous Provisions Act, 1952
8. Minimum Wages Act, 1948
9. Payment of Wages Act, 1936
10. The Workmen Compensation Act, 1923
11. Payment of Bonus Act, 1965
12. Payment of Gratuity Act, 1972
13. Industrial Disputes Act, 1947

 However, the SERVICE PROVIDER shall be fully responsible for total compliance under all labour
laws/acts/statutes/notifications applicable to him from time to time.
Note: The above mentioned details about the compliance under various labour laws is not an
exhaustive and complete list and it is subject to modification for any omission and commission for any
points not included so far, due to changes in the act, law, rules or statutes and due to oversight.
However, the same will be applicable to SERVICE PROVIDER from time to time.

UNDERTAKING BY SERVICE PROVIDER

I the undersigned________________________________(Name of the SERVICE PROVIDER) has read all


compliance requirements under various labour laws as mentioned above and I undertake to abide by
the same and OPaL shall not be responsible for whatsoever any matter/liability arising out the same.

Place: Authorized Signature:


Date: Name:
Designation:
Seal:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 77 of 140
ANNEXURE III

SCOPE OF WORK

1 INTRODUCTION:
1.1 ONGC Petro additions Limited (OPaL), a joint venture company promoted jointly Oil Natural Gas
Corporation (ONGC), Gail (India) Limited and Gujarat State Petroleum Corporation (GSPC).OPaL is
setting up a grass root Mega Petrochemical project in the PCPIR / SEZ zone at Port City of Dahej,
Gujarat, India. The complex will have 1.1 Million tons Dual Feed Cracker Unit, Utilities & Offsite
Plants and downstream Offsites & Utilities Plants.
1.2 This contract is primarily meant for the mechanical maintenance of Offsites & Utilities Plants and
its sub-Units (viz. RWPH/ FWPH, DM Water Plant, Instrument Air/ Plant Air, Cooling Towers,
Offsites/Storage Areas, ECTS) for all routine & breakdown maintenance activities. OPAL may award
a separate contract for major maintenance activities during shutdown/ turn around, however the
services of this contract may also be utilized during the annual turn around & balance
commissioning activities at the sole discretion of OPAL.
1.3 The contractor shall be familiar to work in Continuous Running Petrochemical Plants/Oil
Refinery/Fertilizer plant/Chemical Plant/Power plant
1.4 The Maintenance Contract for mechanical maintenance job in Offsites & Utilities Plants shall be
executed by single party only.
1.5 The technical details of the work shall be treated as of confidential nature and the contractor
should not pass them to any other organization/company/firm. Also contractor shall not publish
the technical details in any periodical / books / seminars / conferences.
1.6 In case during the execution of contract or thereafter at any later stage, including after the
completion of contract, it comes into the knowledge of OPAL or any of its employee that the
information submitted by the bidder, regarding experience etc., is false, OPAL shall have the right
to terminate the contract immediately without assigning any reason thereof and get the remaining
jobs executed at the risk and cost of bidder besides blacklisting it for further dealings with OPAL.

2 CONTRACTOR SCOPE DETAILS:


2.1 LOCATION OF WORK:
The contractor must execute the maintenance jobs of mechanical nature in Offsites & Utilities
Plants as per instruction of ENGINEER-IN-CHARGE (EIC). However, for urgent requirement the
contractor may be instructed to execute the similar kinds of jobs in any other area / plant of OPAL,
DAHEJ on same rates, terms and conditions.

2.2 WORK PROCEDURES:


2.2.1 The work is to be carried out in “restricted area” and contractor will have to work strictly as per
instruction of Engineer-In-Charge (EIC) and obtain permission in standard format for every
employee working for him, who are liable for physical check by competent authority as decided
by Engineer-In-Charge at any time.
2.2.2 The Contractor shall follow best industry maintenance practices, Standard maintenance
procedures, Vendor Maintenance Manual, OPaL Maintenance procedures & Engineer-In-Charge
instructions for execution of any job. In case of any discrepancies, the decision /interpretation of
EIC shall be final. All the services provided by the Contractor as mentioned in their scope will be
inclusive in the Manpower rate quoted.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 78 of 140
2.2.3 The quoted rates against SOR shall include shall be all inclusive of overhead cost (Supervision,
Transportation, Accomodation, Food, Site Office etc.) in addition to the wages and other benefit,
compensation & contributions to labourer as per govt. policy. The value of contract shall be
deemed to have included cost of such performance and provisions, so mentioned.
2.2.4 It shall be the contractor’s responsibility to ensure all works are performed in compliance with the
Safety Health and Environment policy of OPaL. The contractor shall be responsible to make his
manpower familiar with all the relevant Safety and Health Policy.
2.2.5 The Contractor shall obtain Safe Work Permit in co-ordination with OPaL representative before
start of any activities by its manpower. The Contractor supervisor shall submit daily
accomplishment report and manpower status on daily basis to OPaL.
2.2.6 The Contractor shall take daily approval on time sheets by the Engineer-In-Charge or OPaL
representative.
2.2.7 The contractor shall publish DPR (Daily Progress Report) & WPR (Weekly Progress Report) of all
site activities.
2.2.8 The Contractor shall depute Supervisors for general shift for those work carried out on activity
basis as per SOR (schedule of rates). Contractor shall depute shift manpower based on shift
assistance clause. However, requirement of supervisor for each department mentioned above may
change based on site conditions.
2.2.9 The Contractor shall keep at least one Safety Officer in day shift, who should provide
& ensure regular safety trainings, use of PPE’s & daily tool box talk to contractor
employees & communicate any unsafe act or near miss promptly to Engineer-In-
Charge.
2.2.10 OPaL may allocate an open space within the plant premises for storing the contractor materials
and Tools. Any damage / pilferage of the material will be the responsibility of the contractor.
2.2.11 The contractor shall indemnify OPaL & all its officials against any action of any Govt. authority for
any lapses or breach of any act or rules on his part.

2.3 TOOLS, TACKLES, MACHINERY & CONSUMABLES:


2.3.1 The contractor shall always keep available the required tools, tackles, machineries & consumables
as indicated in Annexure – A for smooth execution of maintenance jobs. Annexure – A items are
indicative only & not to be considered as final. The contractor shall also arrange any other tools /
tackles other than specified by Opal’s and not mentioned in Annexure – A, but required for timely
execution of maintenance job as per discretion of Engineer-In-Charge. In case of any delay in job
execution due to non-availability of above-mentioned items, contractor will be held responsible.
The cost of all items shall be deemed inclusive in the quoted man hour & service rate.
2.3.2 The Contractor shall keep all measuring tools calibrated from time to time from the NABL certified
laboratories at his own cost as per ISO – 9001 requirements. The contractor shall use lifting
devices duly tested and certified by the competent person / agencies approved by Director of
Factories, Gujarat as per Indian factories act 1948 and Rule 60 u/s29(1) of Gujarat Factory Rules
- 1963. All statutory certificates related to lifting device are to be made available at site.
2.3.3 The Contractor shall tie or punch certified date & next due date for certification on each lifting
tools & tackles & also follow colour coding system as decided by OPaL.
2.3.4 The Contractor shall keep all lifting tools & tackles, maintenance tools, etc in good condition &
provide inspection checklist monthly. Tools having sign of damage should be discarded immediately
& not to be used for any job.
2.3.5 Contractor must ensure separate tool box for individual sub-Units (viz. RWPH/ FWPH, DM Water
Plant, Instrument Air/ Plant Air, Cooling Towers, Offsites/Storage Areas, ECTS) with necessary

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 79 of 140
tools /safety device/ measuring instruments, with overall tools tackles as per as indicated in
Annexure-A.
2.3.6 The stores of the contractor can be checked by Engineer-In-Charge or his authorized
representative for quality & quantity of the tools, tackles, materials, etc and or any unauthorized
material not passed from the main gate or cross check the materials to ensure availability of
required tools and tackles.

2.4 MANPOWER (ALL CONTRACTOR EMPLOYEES) RELATED CLAUSES:


2.4.1 The contractor shall ensure that the employees/ workmen employed by him, shall, always, be
neatly and properly dressed in appropriate cotton uniforms embroidered with company’s/ agency’s
name with specific colour along with safety shoes and helmets. The use of uniform /protective
clothing is a must for each workman at site.
2.4.2 Employees/ workmen of contractor shall be polite, decent, and courteous to all officers /employees
/ workmen of OPAL and shall maintain high standard of discipline, decency, and decorum. They
shall be medically fit and fully competent to perform the work.

2.4.3 Experiences and qualifications:


All the personnel deployed for carrying out the jobs shall be adequately experienced & qualified.
Fitters, Riggers must be experienced to work in confined space, working at height. Contractor shall
submit details of experience of workmen while submitting requisition for new gate pass. Any
misrepresentation of facts will attract provisions of respective clause of SCC.
OPAL reserves the right to reject any one or all the personnel deployed by contractor based on
their not having appropriate qualification / experience, unsatisfactory performance, improper
conduct and breaking discipline. If any replacement is sought by “Engineer-In-Charge”, the same
shall have to be arranged by the contractor within 24 Hours or as per instruction of “Engineer-in-
Charge”. In case of any dispute the decision of “Engineer-in-Charge” shall be final and binding.
2.4.4 The contractor shall employ such workers who are above 18 years of age.
2.4.5 Arrangement of Transport for employees to the site and back shall be the responsibility of the
contractor. OPaL shall have no obligation in this regard.
2.4.6 The personnel deployed for this contract shall not be utilized by the Contractor for any other
contract/job except without specific clearance from the EIC of the contract.
2.4.7 The contractor shall be solely responsible for the payment of wages and other dues to the
personnel, if any, deployed by him latest by 7th day of the subsequent month and meet all
statutory obligation of payment as per the applicable labour law/s. Further, any guidelines/
regulation/penalty etc. as notified by OPaL HR/ Central/ State Govt. agency from time to time
during execution of contract shall be binding on the contractor.
2.4.8 Contractor shall not extend the working hours of the workmen at Site beyond 16 hrs of continuous
duty.

2.5 Manpower Requirement:


2.5.1 The Contractor shall keep the manpower & shift crew as per job requirement and or as directed
by Engineer-in-charge.
2.5.2 The Contractor shall deploy minimum One Shift Supervisor, Four (04 No’s) Maintenance
Fitters & Two (02 No’s) Riggers in each Rotating Shifts to assist any plant emergency jobs.
However, based on the requirement of the plant, EIC/OPaL at its own discretion may increase or
decrease the requirement of manpower in a shift and the contractor will have to deploy the
manpower accordingly.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 80 of 140
2.5.3 The contractor shall keep adequate resources to cater the requirements of the plant during
emergency in all Offsites & Utilities Plants at a time. Contractors should keep good understanding
between piping/stationary & rotating group to avoid job conflict & delay where there is job
overlapping.
2.5.4 The Contractor shall deploy resources/ additional resources as per the schedule/ need of the job
without any delay. In case of any delay in job execution due to non-availability of required
manpower, tools, tackles and consumable, the contractor will be held responsible.
2.5.5 All jobs in this contract are to be carried under proper supervision. The contractor must ensure
effective supervision of all the jobs carried out in the plant through experienced and adequately
qualified personnel. For overall coordination, the contractor shall depute Engineering graduate with
minimum 3 years’ experience or diploma holder with minimum 5 years’ experience as Site-in-
charge having previous experience in similar capacity.
2.5.6 Contractor shall keep enough manpower based on daily routine job plan for each unit in co-
ordination with Engineer-in-charge. The routine work shall continue 24 hrs or as decided by
concerned Area Engineer/ Engineer-in-charge.

2.6 SAFETY, SECURITY RELATED CLAUSES


2.6.1 The contractor shall provide personal protective equipment including Cotton cloth uniform with
specific colour, safety shoes, safety helmet, hand gloves, special cold /hot services gloves if
required, full body harness safety belts, etc. as per prevailing safety norms, to all the personnel
deployed for the execution of the jobs. Further, any guidelines/ regulation/ penalty etc with regards
to this clause notified by HR/ F&S/ Central agency of OPAL from time to time during execution of
contract shall be binding on the contractor. In the event of the contractor’s failure to comply with
the above provision, OPaL may at its own discretion supply the safety equipment and shall recover
from the contractor adding 20% to include the overhead cost.
2.6.2 All jobs are to be carried out under “Permit System” on receipt of the intimation from Shift In-
charge (S/I) or Site Engineer. The contractor has to cross check for ensuring availability of “Safety
Work Permit” duly signed by process/ safety personnel with Mechanical S/I or Site Engineer before
starting the jobs. The contractor must comply all safety requirements for the execution of the job,
as per instructions of Plant Safety Officer / "ENGINEER-IN-CHARGE". Contractor shall intimate the
concerned S/I of Site Engineer after completion of job. Further, any guidelines/ regulation/ penalty
etc with regards to this clause notified by HR/ F&S/ Central agency of OPAL from time to time
during execution of contract shall be binding on the contractor.
2.6.3 Contractor shall maintain First-Aid facility for his employees, however first aid available with OPAL
will be provided by OPAL if available. Remaining expenditure towards treatment of contractor’s
employee will be borne by contractor.
2.6.4 The Contractor shall have to take adequate security measure for security of their office, equipment,
machinery, tool & tackles and material. In the case of theft or loss, OPAL will not be held
responsible.
2.6.5 All the employee of contractor should observe the security and safety related rules and regulations
introduced from time to time by OPAL, DAHEJ management. Against violation of applicable Safety,
Health and Environment related norms, a penalty of Rs 1000/- per occasion shall be deducted
from contractor’s bill.

2.7 SITE OFFICE:

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 81 of 140
The contractor have to maintain his Site Office at his own cost. Space for Site Office shall be
provided by OPAL.

3 SCHEDULE OF RATES & DETAIL JOB DESCRIPTION:

The rates mentioned in the schedule of rates shall include the cost of all required tools, contractor’s
supervision, transportation, overheads, profits, all temporary and ancillary works/construction
including enabling works connected with the works, taxes, duties, levies, sales tax, statutory
payments, license fee etc. imposed by Govt. of Gujarat in works contracts etc. The rates shall
remain firm for entire duration of contract including extended period also.

The services of the SOR will cover but not limited to the below Mechanical Maintenance Activities
as per requirement. All consumables like gasket, fasteners, bearings, oil, grease, rags, cleaners
etc., equipment spares, arrangement of heavy equipment etc. shall be in the scope of OPaL.
Contractor shall arrange required tools, tackles or any other equipment required for the job.

In addition to the General Terms and conditions of contract, the detailed scope of work for value
based Annual Mechanical Maintenance of equipments in Utilities & Offsites Plant includes, but not
limited to, following activities.

A. CONTRACTORS SCOPE OF WORK:

1.0 Common Scope of work:


Following points remain common for all types of jobs & activities mentioned in and to be
executed wide this Contract.
1.1 To collect the required Work Permit from Engineer-in-charge (EIC) or the Supervising Engineer
of EIC before start of each job.
1.2 Follow all the safety rules mentioned in the Work Permit and or as per the safety guide lines of
OPaL complex.
1.3 To collect the required Work Permit from Engineer-in-charge (EIC) or the Supervising Engineer
of EIC before start of each job. Follow safety rules mention in work permit or safety guide line
of petrochemical complex.
1.4 Arrange the necessary skilled/ unskilled manpower for the job for its safe and timely execution.
1.5 Arrangement of all required maintenance tools, tackles, lifting tackles, measuring instruments,
etc. for the assigned job. Use of modern tightening tools like hydraulic/ pneumatic torque
wrenches, etc wherever required & recommended by EIC.
1.6 All lifting tools/ tackles being used on the job should have valid load test certificates from
competent authorities.
1.7 Precision measuring instruments being used on the jobs shall have valid calibration certificates
from accredited labs.
1.8 Proper housekeeping of the job location. Scrap materials to be shifted at the designated location
as instructed by EIC.
1.9 Reporting of the job execution to the Engineer-in-charge (EIC) or the Supervising Engineer of
EIC and proper logging of the job activity in the Log Book.
1.10 Issue Daily Progress Report of carried jobs at completion of every General-Shift. DPR shall
contain the executed jobs status & manpower status.
1.11 Issue weekly progress report for SOR (Schedule of Rates) utilization.
1.12 Ensure proper documentation of the maintenance history of all the equipments and get the
same verified from EIC from time to time.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 82 of 140
1.13 Collecting the required spares from Main/ sub-Stores for maintenance/ inspection and returning
of the balance materials/ tools, if any, to OPaL Stores (Local/ Main).
1.14 Returning of the Work Permit to Control Room (C/R) after completion of work in all respects.

2.0 General Maintenance Work:

2.1 FLANGE disconnection/ connection (Blinding/ de-blinding), Tightening of Flanged


Joint, HOSE Connection/ disconnection: (SOR 1-12)
 Ensure use of right type of gasket as per the service and flange rating.
 Clean the flange surface with proper cleaning solvent. Use correct material of stud/
bolts and of proper length.
 Ensure even tightening of the joint to prevent leakage and damage of gasket in use.
 For all flanges from 6 Inch & above shall be tightened by manual torque wrenches only.
Supply of torque wrenches shall be in contractor’s scope. OR as & when required as
per direction of EIC.

2.2 Correction of Gland Leakage/ replacement of equipment, valve (SOR 13-19; 72-
77).

 In case of instructions only for tightening of the gland, ensure even tightening to
prevent or allow minimum leakage as instructed by EIC.
 In case of replacement of gland packings, remove the old packing carefully without
damaging the Gland Housing.
 Fix in position correct size and material of packing. Ensure cutting of the packing ends
to 45° for proper overlapping of the packing ends.
 After even tightening of the Gland, ensure no leakage or minimum leakage from the
gland as instructed by EIC.
 Trial to be taken to ensure there should be minimum leakage as per O&M Guideline.

Unit of measurement shall be per inch dia. taken on valve flange size.

2.3 Cleaning or Replacement of All type of Filters/strainer/Cooling tower screens:


SOR( 20-32, 248)
 Drain the contents from the piping/ filter housing, wherever applicable, clean the
container and return the drained contents to suitable storage location as per
instruction by EIC.
 Arrange for Temporary connection of utility air, if required.
 Ensure proper cleaning of element and housing. Inspection of Filter Element \ Strainer
condition for damage if any after cleaning.
 Check gasket condition for reuse or replace. Clean gasket face. Box-up of Filter/
strainer after cleaning or replacement job. Ensure even tightening, Vent lock air by
vent valve, fill filter housing & no leakage from any joints after taken in operation.
 Lifting of cold water sump suction screen primary and secondary. Shifting of screen
for cleaning at designated place. After cleaning installation of the same.
 Cleaning/ replacement of Bucket/ Basket Filter, Cartridge, Candle, Filters & Boxing
up in position by replacing the gaskets at all heights.(SOR 33-35)

2.4 Overhauling of all types of Steam/Air Trap: SOR(33-34)


 Ensure proper lapping, cleaning of seat.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 83 of 140
 Inspect the parts if any damage to be check with new part and replace.
 Box-up of trap after cleaning or replacement job. Ensure no Leakage from any joints in
working condition.

2.5 Charging/Replacement of lubricants: SOR(35-36)

 Wherever required or instructed, drain and flush the used oil/ service fluid in suitable
& clean container and return the drained contents to the storage location as instructed
by EIC.
 If required, carry out lubricant charging through purification unit. All arrangement like
Hose connection/ disconnection, shifting of Purification Unit to work location, etc. to be
done.
 Box-up and ensure no Leakage from any joints while in operation.
 Housekeeping of the job location. Used Lubricants to be shifted at suitable location as
per instruction by EIC.

2.6 Greasing: SOR (37-44)


 Ensure that the recommended Grade of the Grease is used for the respective
equipment.
 Clean grease nipple/ before charging of grease.
 Charge recommended quantity of Grease as per OEM recommendations/ instructions
of EIC. The used grease to be disposed off suitably after cleaning the work location.
 Check for leakage of grease in running condition wherever the job was carried out.

2.7 Piping cleaning, De-chocking : (SOR 45-46)


 Arrange for hose connections of air/ water required for the cleaning.
 Wherever mechanical cleaning by rodding/ wire brushing is to be done, the required
size of rods, hard/ soft wire brush with suitable extensions to be arranged.
 Clean properly the gasket faces and ensure proper size and material of gasket before
box up.
 Box-up with even tightening and ensure no leakage from any of the joints while in
working condition.

2.8 Pipeline Hydrotesting: SOR(47-49)


 Hydrotesting of Piping and drying with utility air after completion of hydro test.
 The job invloves supply of all required tools/ tackles, required flange / fittings etc.
 Blinding of the pipes.
 Make necessary arrangements for the Hydro testing.
 Pressurization and holding of the pressure as per instruction of EIC.
 Draining of the water from the pipe
 Drying with utility air after completion of hydrotest.
 Arrangement of hydrotest pump, duly calibrated gauges & associated fittings shall be in
scope of contractor. Generate & submit proper hydrotest reports.

2.9 Manual handling/ Lifting & shifting of all types of materials/ instruments/
equipment’s at all heights/ work locations: (SOR 50-52, 87)

 Arrangement of all required certified lifting tools, tackles with valid load test certificates
for the assigned job.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 84 of 140
 Follow the load chart as applicable for different type of mobile lifting equipment.
 Skilled & experienced Riggers should be used while rigging / handling heavy loads to
avoid any kind of damage to the equipments or property, workmen, etc.
 Follow Method statement & Risk Assessment in case of Critical Lifting Job.

2.10 Dropping & boxing up of Flanged Valve (SOR 53-58)


 Dropping /replacement & boxing up of flanged valves of any rating at all elevation for
inspection/gasket replacement.
 This includes supply & arranging the required tools, tackles, including non-sparking tools
(wherever required), & other resources in completion of the job.
 The required gasket will be provided by OPaL either in cut or sheet form.

2.11 Hydrotesting of Line Valves (SOR 59-63)


 Hydro testing of spare valves.
 This includes supply & arranging the required tools, tackles, including non-sparking tools
(wherever required), & other resources in completion of the job.
 The required gasket will be provided by OPaL either in cut or sheet form.

2.12 Maintenance of All Types of Heat Exchangers at Site (SOR 64-71)


 Ensure that the exchanger/ its connections are isolated completely before opening and
necessary clearance is available for disassembly.
 Open dome/ covers/ channels with correct procedures and by use of quality tools/
tackles. Ensure use of lifting tackles/ equipments with valid load test certificates.
 Cleaning of the shell/ tube bundle, tubes, domes, channel covers, etc as per requirement
and as instructed by EIC.
 Wherever required, plugging/ re-expansion/ seal welding of identified tubes as per the
procedure suggested by EIC.
 Cleaning of gasket faces/ grooves with utmost care and replacement of the flange
gaskets with similar size and material and in consultation with EIC. Apply proper sealant
for fixing of gasket on gasket face.
 Equally tighten all the studs &to the correct torque values with suitable wrenches/
spanners.
 Measure the total length of the Plate type Heat Exchanger before any kind of
Maintenance Job.
 Care to be taken to avoid any damage to the plates/ seal packing during assembly/
dismantling.
 Cleaning of plates, with mechanical tools/ wire brushes and utilities like available air/
water as directed by EIC.
 Assembly of the plates with correct logic, sequence, gaskets and tightening to the
required torque.

Hydro test of All Types of Heat Exchangers at Site :

 Blinding/ de-blinding of the nozzle connections as per the standard procedure.


 Bolting of the Test Rings, wherever required.
 Connecting the test hoses of suitable size and rating between the Test Pump and Heat
Exchanger in consultation with EIC.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 85 of 140
 Hydro testing of the Shell Side/ Tube Side as per the Data sheet and or as instructed by
EIC to the required Hydro test pressure to the complete satisfaction of EIC/ inspecting
authority.
 Removal of all the test hoses and test rings, complete assembly of the Exchanger with
new gaskets in consultation with Engineer-in-charge and tightening to the required
torque with modern tightening tools like hydraulic/ pneumatic torque wrenches.
 Preparing the Test reports as per the format made available.

2.13 Tightening of Nut Bolts (SOR 78-79)


 Ensure even tightening of the joint to prevent leakage and damage of gasket in use.
 For all flanges from 6 Inch & above shall be tightened by manual torque wrenches only.
Supply of torque wrenches shall be in contractor’s scope. OR as & when required as
per direction of EIC.

2.14 Replacement of Flange/ non-flange type Expansion Bellows/ hoses/ valve/


gasket: (80-86)
 Removal of old bellow.
 Bringing of new bellow from workshop/store & shifting of old bellow to workshop/store.
 Cleaning of flange surface & fixing of new bellow with new set of gaskets.
 Unit of measurement shall be per inch dia taken on pipe NB.

3.0 Preventive maintenance of Centrifugal Pumps (SOR 88-94)


 Scope shall include all type centrifugal pumps like pump with seal, gland, seal less,
magnetic driven etc.
 Preventive maintenance scope of Centrifugal Pumps shall include but not limited to lube
oil checking/make-up/replacement, Seal oil pressure & level checking/make-
up/replacement if required along with inspection of seal auxiliary system, seal oil line
strainer cleaning (if available), gland packing adjustment or replacement for gland
packing pumps, foundation bolt checking/tightening, Coupling inspection for any
damage, cleaning of overall equipment etc in accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

4.0 Preventive maintenance of Reciprocating Pumps (SOR 94)


 Preventive maintenance scope of Reciprocating Pumps shall include but not limited to
lube oil checking/make-up/replacement, Hydraulic oil level checking/make-
up/replacement if required, Gland packing adjustment or replacement, if any;
foundation bolt checking/tightening, Coupling inspection for any damage, cleaning of
overall equipment etc in accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

5.0 Preventive maintenance of Screw, Gear, Vane type Pump (SOR 95-97)
 Preventive maintenance scope of Screw, Gear, Vane type Pumps shall include but not
limited to lube oil checking/make-up/replacement, Seal oil pressure & level
checking/make-up/replacement if required along with inspection of seal auxiliary
system, if any; seal oil line strainer cleaning (if available), gland packing adjustment or
replacement for gland packing pumps, foundation bolt checking/tightening, Coupling
inspection for any damage, cleaning of overall equipment etc in accordance to PM task
list.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 86 of 140
 Unit of Measurement shall be per EACH equipment with varying power ratings.

6.0 Preventive maintenance of Centrifugal Compressors (SOR 98-99)


 Scope shall include Centrifugal Compressors of Single stage & Integral gear type.
 Preventive maintenance scope of Centrifugal Compressors shall include but not limited
to lube oil checking/make-up/replacement along with maintenance on lube oil system
(Filter cleaning/replacement, lube oil pump inspection & its coupling inspection for any
damage, replacement if required), primary, secondary & isolation filters
cleaning/replacement, foundation bolt checking/tightening, Coupling inspection for any
damage, cleaning of overall equipment etc in accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

7.0 Preventive maintenance of Receprocating Compressors (SOR 100)


 Preventive maintenance scope of Reciprocating Compressors shall include but not
limited to lube oil checking/make-up/replacement along with maintenance on lube oil
system (Filter cleaning/replacement, lube oil pump inspection & its coupling inspection
for any damage, replacement if required), foundation bolt checking/tightening,
Coupling inspection for any damage, cleaning/inspection of overall equipment etc in
accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

8.0 Preventive maintenance of Screw, Gear, Vane type Compressors (SOR 101)
 Preventive maintenance scope of Screw, Gear, Vane type Compressors shall include
but not limited to lube oil checking/make-up/replacement along with maintenance on
lube oil system (Filter cleaning/replacement, lube oil pump inspection & its coupling
inspection for any damage, replacement if required), foundation bolt
checking/tightening, Coupling inspection for any damage, cleaning/inspection of overall
equipment etc in accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

9.0 Preventive maintenance of Liquid ring and Diaphragm Type compressor. (SOR
102-104)
 To collect the PM Checklist from the EIC to carry out the specified Job.
 To record required data for history of equipment as per instruction by EIC.
 Dismantling of equipment parts without damage to the equipment or its other parts.
 Clean all parts, inspect for any rubbing and damage, replace packing, soft seat etc. as
per proper size and material.
 Measure and record all required data as per OEM recommendations and or the check
list provided.
 Use of valid and calibrated / tested precision measuring tools/ tackles.
 Alignment and assembly of equipment as per standard maintenance practice or OEM
guidelines to the satisfaction of EIC.
 Inform the EIC immediately in case of any abnormality found during the PM jobs.
 Assembly with proper care to avoid any damage to the soft and sealing parts. Assembly
of parts with required torque as per standard OEM guide line.
 Ensure proper housekeeping & waste disposal after job completion.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 87 of 140
10.0 Prevent. Maint. Expansion Turbine (SOR-105)
 To collect the PM Checklist from the EIC to carry out the specified Job.
 To record required data for history of equipment as per instruction by EIC.
 Dismantling of equipment parts without damage to the equipment or its other parts.

11.0 Preventive maintenance of Fans/ Blowers (SOR 106-108)


 Preventive maintenance scope of Fan / Blowers shall include but not limited to
lubrication checking/make-up/replacement, foundation bolt checking/tightening,
Packing inspection/adjustment, Coupling inspection for any damage (Replacement of
V-belts/ drive belts if required), cleaning/inspection of overall equipment etc in
accordance to PM task list.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

12.0 De-coupling, coupling and alignment checking of any Rotating equipment (SOR 109-
114,215-216, 300-303, 325)
 Maintenance scope shall include coupling guard removal, de-coupling (if required),
alignment check, correction (if required), coupling & guard fixing.
 Contractor shall keep & maintain record of alignment readings before & after correction.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

13.0 Replacement of coupling hub (SOR 118-120)


 Maintenance scope shall include replacement of coupling hub including decoupling,
coupling, (including repair/replacement of spacer, flexible element, if required) and its
alignment.
 Contractor shall keep & maintain record of alignment readings before & after
replacement, parts replaced & any other observation.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

14.0 Replacement/Inspection of Bearing, Coupling, Seals: (SOR 121-136)


 Follow the Alignment Protocol as Instructed by EIC.
 Ensure that the piping is stress free and connected with proper support.
 Check coupling and bush condition, DBSE, run out etc. as per standard alignment
practice and record all previous and realignment data.
 Use Standard alignment fixtures & duly calibrated gauges for alignment activity.
 Check bearing condition. If required, arrange for replacement with similar type and
make of bearing in consultation with EIC.
 For coupling hub removal: Apply correct method of removal, without damaging the
shaft, inspect & reassemble as per direction of EIC & OEM guidelines.
 Rectify equipment alignment, if required.
 Install new coupling spacer with correct torqueing sequence.
 For seal replacement job, care to be taken during dismantling of parts to avoid damage
to the seal assembly, its parts.
 Inspect all parts and packing for damage.
 Boxing up with due care, as per OEM procedure, correct usage of soft parts &
recommended grease.
 Perform seal hydrotest in static condition. Calibrated pressure gauges & hydrotest pump
along with associated arrangement required for hydrotest shall be in scope of
contractor.
 Assembly with proper care and to the required torque as per standard OEM guide lines.
 After replacement it must be ensured to remove the Lock from the seal

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 88 of 140
15.0 Removal & fixing of Belts/Chain (SOR 137-140)
 Maintenance scope shall include coupling guard removal, belt/chain inspection,
adjustment/replacement and alignment of drive & driven pulleys/Sprockets.
 Contractor shall keep & maintain record of alignment readings, parts replaced & any
other observations.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

16.0 Mechanical Seal repair at shop / replacement at site (SOR 141-149)


 Maintenance scope shall include mechanical Seal repair at shop by lapping/replacement
of faces & gaskets or mechanical seal replacement at site for any equipment including
decoupling, coupling & re-alignment.
 Contractor shall keep & maintain record of all findings/observations, parts
replaced/reconditioned, alignment reading before & after replacement.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

17.0 Oil seal replacement (SOR 150-154)


 Removal of coupling guard. Removal of coupling spacer. Opening of seal cover.
 Removal of dirt/grease/rust/foreign particles
 Installation of new oil seal

18.0 Seal flushing system of Rotary Equipment (SOR 155-158)


 Maintenance scope shall include cleaning of seal flushing system with or without cooler,
cleaning of only cooler or checking & make-up of Nitrogen pressure in the accumulator.
Oil make-up shall also be included after seal flushing.
 Contractor shall keep & maintain record of all findings/observations & parts replaced,
if any.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

19.0 Overhauling/inspection/replacement of Gearbox (SOR 159-167)


 Replacement scope shall include de-coupling of Gear Box, its removal from position,
transportation of new gear box from stores & installation in place, its alignment &
coupling with equipment.
 Overhauling to be done as per SMP of equipment overhauling. Contractor shall keep &
maintain record of all clearances, backlash, findings/observations, parts replaced and
alignment before & after replacement.
 Inspection will cover opening of inspection window, internals inspection and
maintaining record.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

20.0 Overhauling/Maintenance of Rotary/Reciprocating equipment/ Liquid ring


Compressor/ Diaphragm Compressor at Maintenance Workshop / Site: (SOR 168-
181, 187-189, 199-203, 207-208, 214, 217-218, 230-233, 317-324 )
 Follow the OEM Guideline for the Overhauling of Rotary Equipment
 Measure and record alignment readings, all required dimensions, clearances, etc.
before disassembly and after assembly.
 Repair / replacement of the damaged components in consultations with EIC.
 After overhauling, record all clearance values of Rotating / Reciprocating Equipment.
 Clean all the parts of Rotary / Reciprocating Equipment before reassembly of
equipment.
 Box up equipment as per OEM guidelines & follow standard maintenance procedure.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 89 of 140
 Re-alignment of the equipment after completion of the Job to the required accuracy.
 Use Standard alignment fixtures & duly calibrated gauges for alignment activity.
 Replace / Re-install belts as directed by EIC.
 Housekeeping & waste disposal.

21.0 Replacement of rotating/reciprocating equipments (SOR 182-186, 206)


 Replacement scope shall include de-coupling of equipment, its removal from position,
transportation of new gear box from stores & installation in place, its alignment &
coupling with equipment.
 Unit of Measurement shall be per EACH equipment with varying power ratings.

22.0 Maintenance of reciprocating pumps (SOR 190-198)


 Cleaning of plunger head and suction and discharge NRVS
 Replacement of Packing set, Plunger, guide bushes and sealing joints
 Stroke assembly maintenance
 Diaphragm body and diaphragm maintenance
 Cylinder and piston assembly maintenance
 Replacement of defective components
 PRV Adjustment

23.0 Blower Maintenance (SOR 204-205)


 Decoupling of equipment
 Opening of inspection window, or casing
 Inspection of blower internals
 If fan found damaged replacement of the fan impeller
 Inlet guide vane maintenance and replacement of damaged components if any.

24.0 Overhauling/inspection of centrifugal compressor (SOR 209-213) Replacement:


 Dismantling of rotor:
 Decoupling motor to compressor.
 Removal of discharge piping connected to 1ST Stage, 2nd stage and 3rd stage Suction
and discharge lining compressor to intercoolers.
 All bolts of casing diaphragm to be opened.
 All diaphragm removal from position.
 Free float of rotors checked with help of dial gauge and keep the record.
 Marking of lock nut and rotor in all stages.
 Lock nut of all rotors to be opened.
 Take the all rotors out from position.
 Opening of thrust collar from motor end.
 Dismantling the thrust collar assembly from pinion shaft.
 Inspection of rotor pinion and thrust collars.DP testing of all components.
 Tooth inspection of pinion and bull gears
 Replacement of component if any abnormality found.
 Inspection of thrust bearing and Journal bearings
 Dismantling the air suction filters and clean by air.
 Reassembly to be done as per OEM guideline
 Alignment to be done as per OEM Protocol

25.0 Receprocating compressor maintenance (SOR 219-229)

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 90 of 140
 Removal of associated piping connections.
 Removal of compressor head flange.
 Removal of suction / discharge valve as directed by EIC.
 Removal of pressure packing, partition packing’s.
 Loosening of Super nut & extracting piston.
 Replacement of rider ring / piston ring set.
 Re-fixing of piston & torque tightening of supernut.
 Re-assembly of pressure packing, partition packing’s.
 Measure & record all applicable clearances as per OEM checklist.
 Install back suction / discharge valves after due internal inspection / cleaning and with
new gaskets / O-ring.
 Final cleaning and box up of head flange, associated flange & lines.
 Housekeeping & waste disposal.
 Generate records of activity on OEM / OPaL format.
Compressor valve overhauling
 Removal of associated piping / fittings connections.
 Loosening of valve flange & valve removal.
 Valve dis-assembly & inspection.
 Cleaning of internals & replace any component if required.
 Valve box up as per OEM procedure / SMP.
 Leak testing of valve & perform all checks as per OEM guidelines.
 Final cleaning & re-fixing of valve with new gaskets / O-ring.
 Measure & record all applicable clearances as per OEM checklist.
 Housekeeping & waste disposal.
 Generate records of activity on OEM / OPaL format.

26.0 Maintenance of small drive turbine (SOR 234-241)


Alignment (each coupling):

 Removal of coupling guard. Removal of coupling spacer.


 Removal of dirt/grease/rust/foreign particles.
 LPT of coupling and coupling parts like bolts, washer, distance piece etc. (For LPT
consumables are in the scope of contractor)
 Cleaning of parts after LPT.
 Alignment in cold condition & in hot condition. Shim cutting as per requirement, Minor
repairs as per requirement.
 Assembly of Coupling spacer, Coupling Guards.
 Machine locking before alignment & unlocking after alignment

Replacement of coupling hubs (per coupling):

 Removal of coupling hubs by hydraulic / mechanical / manual heating attachments.


 Removal of dirt/grease/rust/foreign particles.
 Dimension measurement of new hub and minor correction like lapping etc. if required
 Assembly of coupling hubs by hydraulic means/manual heating in oil bath

 Minor repairs as per requirement.


 Machine locking before alignment & unlocking after alignment

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 91 of 140
Over Speed Trip mechanism overhauling:

 Dismantling of Over Speed Trip mechanism. Removal of dirt/grease/rust/foreign


particles.
 Axial & Radial clearance measurement of the trip lever & adjustment if required.
 Inspection /Repair/Replacement of parts.

TNT Valve/ESV / Latching mechanism overhauling:

 Dismantling of TNT Valve / Latching mechanism.


 Clearance measurement of bush and valve seat. Lapping of stem and valve seat.
 NDT test of valve internals.
 Replacement of gland sealing rings and ESV soft parts.
 Removal of dirt/grease/rust/foreign particles.
 Inspection /Repair/Replacement of parts.
 Assembly.

Gland Ring Inspection / Replacement (Both sides):

 Dismantling of casing, if required.


 Dismantling for Inspection/Replacement of Gland/ Rings.
 Removal of dirt/grease/rust/foreign particles
 Inspection/Replacement of Gland rings/Turbine seals/ packings etc.
 Minor repairs as per requirement.
 Re-assembly.
 Alignment.
 Assembly of Coupling spacer, Coupling Guards and connected piping.

Bearing inspection / Labyrinth Inspection/ replacement

 Removal of coupling guard. Removal of coupling spacer. Opening of Bearings.


 Removal of dirt/grease/rust/foreign particles
 Clearance measurement of Bearings and labyrinth during disassembly.
 If clearance is more than required then Old labyrinth seal removed from labyrinth
housing, clean slot, fitted new labyrinth, and measure clearance. Machining as per
drawing for making required clearance.
 Centring to be check and correct if required for bearing housing w.r.t. to turbine
housing (if required).
 Inspection/NDT/Replacement of Bearings, as required.
 Clearance measurement and Assembly of Bearings and labyrinth after installation.
 Alignment and float checking, if required. Minor repairs as per requirement.
 Assembly of Coupling spacer, Coupling Guards and connected piping.
 Machine locking before alignment & unlocking after alignment

Governor / Governor coupling inspection/replacement:

 Removal of linkages. Removal of governor.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 92 of 140
 Dismantling of Governor coupling.
 Removal of dirt/grease/rust/foreign particles. Inspection /Repair/Replacement of parts.
 Assembly.

27.0 ID Fans at Cooling Towers


Preventive maintenance /Replacement of Fan Motor, Gear Box (GB), Hub/ Blades,
Angle checking/ setting of Blades of ID Fans: (SOR 242-247)

 Preventive maintenance should be carried out as per PM Checklist.


 Follow the OEM Guidelines and or the standard maintenance practice for the
replacement of Motor, Gear Box, Hub/Blades, angle checking/ setting of Blades of ID
Fans at Cooling Tower.
 Install/ remove proper grating and or scaffolding on the GB/ Fan platform for all kinds
of maintenance/ inspection work.
 Record all required data like full load current, vibration, bearing temperature, alignment
readings before start of job and after completion of job.
 Inspect thoroughly all the blades for any kind of damage.
 Check for correct fitting on hub. Provide proper packing/ shimming/ clamping as per
OEM manual.
 Use the protocols for angle checking/ setting of Blades of ID Fans.
 Check full load current of motor and vibration of fan, gearbox and motor after
replacement job.
 If any abnormality, re-align Motor & GB, correct the Blade angle, check foundation/
bolts. Check data and record.
 Transport the Motor, Gear Box, Fan Blades, Shaft, and or Spares from / to Stores/ Fan
location at respective Cooling Tower.
 Organize the resources, correct tools/ tackles, certified lifting tools/ tackles, etc for the
respective job.
 Ensure proper documentation of the maintenance history and get the same verified
from EIC.

28.0 Maintenance activities related to Demineralised (DM) Water Plant (ACF, SAC, WBA,
MB, SBA Maintenance) (SOR 249-254)

 Ensure positive blinding/ opening of all the nozzle connections as per work permit.
 Make sure of the running air hose/ air circulation Blower inside the Vessel before entry
of human beings.
 Man entry inside the vessel to be made only after checking the Oxygen content and
due clearance by Safety Deptt.
 All associated accessories / requirement for evacuation etc. shall be arranged by
contractor.
 Ensure strict follow of the protocol of guidelines, procedures, & precautions for entry
inside Confined Space.
 Arrange for the necessary Air/ Water utility connections as per work procedure.
 Inspection/ removal and fixing of required PVC laterals, strainers, button strainers, etc
inside the Vessels.
 All flange faces, covers, etc to be cleaned properly and new gaskets of correct material
and size of to be used during assembly after completion of work.
 Equally tighten all the stud/ bolts with correct torque values.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 93 of 140
 If scaffolding inside the Vessel is to be erected, all the precautions & procedures to be
exercised as per the Scaffolding erection Procedure inside Vessels.

29.0 Maintenance of Drum/Vessels


Maintenance and Cleaning of All Type of Drums, Vessels at Site: (SOR 255-261)

 Ensure positive blinding/ opening of all the nozzle connections as per work permit.
 Make sure of the running air hose/ air circulation Blower inside the Vessel/ Drum before
entry of human beings.
 Man entry inside the vessel/ drum to be made only after checking the Oxygen content
and due clearance by Safety Deptt.
 All associated accessories / requirement for evacuation etc. shall be arranged by
contractor.
 Ensure strict follow of the protocol of guidelines, procedures, & precautions for entry
inside Confined Space.
 Arrange for the necessary Air/ Water utility connections as per work procedure.
 Removal of demisters for cleaning /replacement.
 Inspection, Cleaning, Maintenance, etc to be carried out as per the OEM work
procedure.
 All flange faces, covers, etc to be cleaned properly and new gaskets of correct material
and size of to be used during assembly after completion of work.
 Equally tighten all the stud/ bolts with correct torque values.

30.0 Maintenance of specific equipments of Effluent collection and treatment section


(ECTS): (SOR 262-287, 336)
30.1 Overhauling of API Oil separator System
 Overhauling of chain scrapper system
 Replacement of pins of the scrapper chains
 Replacement of complete scrapper chains
 Replacement of scrapper blades
 Cleaning of the sump as per instruction of EIC
 Overhauling to be done as per maintenance checklist.
30.2 Overhauling of Oil skimmer system
 Replacement of Belts (L=5 metre Width=220mm, Thk=3mm)
 Replacement or greasing of Bearings as per instruction of EIC (Plummer block type)-1
inch size
 Replacement of drive shaft and pulley as per their physical condition and instruction of
EIC.
30.3 Overhauling of TPI oil separator
 Removal of Tilted plate boxes, it consist of corrugated plates of FRP fixed inside the
metallic
 Frames
 Cleaning of Tilted plate boxes by soap solution, low pressure steam.
 Fixing of tilted plate box back to the TPI sump.
30.4 Preventive maintenance of Clarifier Systems
 Overhauling to be done as per PM checklist.
 Lubrication of gearboxes, driving chains
 Inspection of gear teethes, coupling, driving chain, agitator
 Inspection and cleaning of Scrapper blades.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 94 of 140
30.5 Overhauling of Clarifier System
30.6 Removal of driving chain
 Gear box removal and replacement of internals of gearbox, cleaning
 Fixing of Gearbox back and alignment
 Fixing of driving chain
 Lubrication of gears and driving chain
 Maintenance of agitator
 Removal of old Scrapper blades
 Fixing of new scrapper blades in place of removed blades.
30.7 Preventive Maintenance of Sludge Thickener (GBT+BFP combo unit, Make-Dewa
Water & Energy, Type-N-PD-11-XL)
 Cleaning and inspection of gearbox, belt, rollers, bearings
 Replacement of damaged parts and follow the PM checklist.
30.8 Preventive Maintenance of Sludge Thickener (Make-MBE Coal & Mineral Tech. India
Pvt. Ltd, Type: S2-1 & S2-11)
 Inspection of bearings, v-belts, belt alignment correction, Cleaning & lubrication
 Replacement of damaged parts and follow the PM checklist.
30.9 Overhauling of Sludge Thickener
 Overhauling to be done as per OEM guidelines to be provided by
 EIC it includes complete dismantling of the machine replacement of damaged spares
and assembly of parts.
30.10 Preventive Maintenance of DECANTOR of Sequential Batch Reactor (SBR) unit
 Includes lubrication of gear box
 Inspection/tightening of fasteners
 Replacement of damaged spares and follow the PM checklist

31.0 Preventive Maintenance/overhauling of the agitators (SOR 288-290)


 Preventive maintenance should be carried out as per PM Checklist.
 Follow the OEM Guidelines and or the standard maintenance practice for the
overhauling of agitators.
 During overhauling agitator drive gearbox to be inspected thoroughly and damaged
parts to be replaced.
 Agitator fan/impeller to be checked for any damage and its fit/tolerances.
 Assembly to be carried out as per OEM Guideline.

32.0 Preventive maintenance and overhauling of auto coupling submersible pump ( SOR
291-296)
 Preventive maintenance should be carried out as per PM Checklist.
 Follow the OEM Guidelines and or the standard maintenance practice for the
overhauling of pump.
 For overhauling pump to be lifted from sump to outside with the help of chain block
 Pump casing to be opened and inspection of internals to be carried out.
 Damaged/Deteriorated internals to be replaced with desired fits and tolerances.
 Installation to be done as per the standard guideline.

33.0 Maintenance of RO and UF skid at Raw water treatment plant and ECTS plant. (SOR
297-298)

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 95 of 140
RO & UF system Maintenance

 Involves inspection, removal and fixing and final testing of UF membrane/RO element
as per OEM guideline.
 Replacement of rubber Bush Victaulic coupling as per SMP.
 Assist in chemical cleaning as per checklist that includes blinding, de-blinding of the
flanges, supply & arranging the required tools, tackles, & other resources in completion
of the job for the material shifting required for Maintenance.

34.0 Bearing isolator Inspection/replacement: (SOR 304-313)


 Ensure PTW & LOTO compliance.
 Disconnect the coupling between Motor & Pump.
 Remove coupling spacer & coupling hub.
 For vertical pumps: Remove bearing box cover.
 Replace the bearing isolator.
 Clean bearing housing.
 Box up bearing box cover with new isolator. Ensure integrity of O-rings.
 Install coupling hub.
 For Horizontal Pumps: Back pull out the pump.
 Remove pump impeller & mechanical seal cartridge.
 Remove bearing box cover of both sides.
 Replace bearing isolator. Ensure integrity of O-rings.
 Install back mechanical seal & impeller after due cleaning & inspection.
 Install back the pump & the coupling hub.
 Common procedure: Replace / replenish lube oil.
 Install coupling spacer & torque tighten the spacer bolts as per OEM guidelines.
 Housekeeping & waste disposal
 Obtain necessary permit & carry the belt to the equipment.
 Removal of old / installed belts.
 Clean the driver & driven pulleys.
 Check & rectify alignment between driver & driven.
 Install new belt & ensure even compression / belt tension.
 Housekeeping & waste disposal.
 Generate records for belt alignment & belt tension readings.

35.0 Preventive / corrective Maintenance of Gantry Loading arms: (SOR 314)


 Greasing of swivel joint.
 Stud-bolts greasing & rousing.
 Ensure fasteners tightness & replace ay defective one.
 Rectify leakages / alignment issues if any.
 Housekeeping & waste disposal.

Overhauling Maintenance of Gantry Loading arms:

 Dismantling of loading arms.


 Replacement of swivel joints / bearings.
 Repair / replacement of balance cylinder.
 Re-installation & leak checking.
 Performing all necessary steps as per OEM manual and generate records.
 Housekeeping & waste disposal.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 96 of 140
36.0 Replacement of Tank roof gaskets comprising Pontoon gasket/ Breather gasket/ Roof
leg Gasket/ EV gasket: (SOR 315-316)
 Ensuring proper confined space entry compliance.
 Removal of cover for pontoon/breather/EV (Emergency Vent).
 Removal of old gasket & clean the surface properly.
 Replaced the new gasket. Ensure proper seating of gasket.
 Re-fix cover for pontoon/breather/EV. Ensure proper seating & sealing.
 For Roof leg gasket: First mark the initial position of roof leg.
 Detach the roof leg locking & secure locking pin.
 Remove the roof leg by pulling it upwards.
 Properly place the roof leg apart. Remove old gasket & clean surfaces thoroughly.
 Install new gasket. Ensure proper seating of gasket.
 Re install the roof leg; Ensure fixing at initial position.
 Ensure proper locking of roof leg & proper seating & sealing of gasket.
 Housekeeping & waste disposal.

Preventive/Overhauling of Vane Pumps:

 Inspect oil level & top up if necessary.


 Oil replacement as per recommended running hours & cleaning of float valve.
 Inspection & cleaning of inlet air filter replace if necessary.
 Replacement of exhaust air filter.
 Cleaning of fan cowlings, fan wheels, ventilation protection screen & cooling fins.
 Ensure tightness of associated hardware, foundation bolts etc.
 Housekeeping & waste disposal.
 Disconnect Inlet / Outlet flanges & associated pipings. Blind all open flanges.
 Removal of foundation bolts.
 Removal of Pump assembly from skid & shifting to workshop.
 Disassembly of compressor as per OEM guidelines.
 Inspect & clean internals as per guidelines of EIC.
 Measure internal clearances & record.
 Replace any part if necessary.
 Equipment box up as per OEM guidelines.
 Ensure torque tightening of all fasteners as per OEM guideline.
 Oil replacement & float cleaning.
 Safe Shifting of Pump assembly from workshop to installation area.
 Securing pump assembly on foundation bolts. Connect suction, discharge & associated
pipings.
 Inspect inlet & outlet filter. Clean/replace as instructed by EIC.
 Ensure no leakage of oil & process fluid after equipment charging.
 Housekeeping & waste disposal.
 Generate records as per OEM guidelines.

37.0 Diaphragm Replacement of Diaphragm Compressor: (SOR-326)


 Ensure 100% availability of spark proof tools before starting of job.
 Remove suction / discharge lines.
 Remove & secure valves from the valve cup.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 97 of 140
 Drain oil completely from bottom points.
 Remove oil limiter & associated oil lines / hoses.
 Loosed gas end bolts. Remove & properly place gas end plate by applicable lifting
arrangement.
 Remove diaphragm plates & clean all components / surfaces.
 Clean & inspect new diaphragm plates, install new one.
 Re-install gas end plate and torque tighten as per OEM provided sequence and torque-
table.
 Install inlet / outlet valves and all associated pipings.
 Install all oil hoses / limiter / associated lines and charge the oil.
 Preform all necessary checks as per OEM manual / SMP.
 Complete all activities as directed by EIC
 Ensure torque tightening of all hardware as per OEM torque table.
 Housekeeping & waste disposal.
 Generate maintenance record & fill all necessary formats.

38.0 Hydrotest of All Types of Heat Exchangers at Site: (SOR-327-328)


 Blinding/ de-blinding of the nozzle connections as per the standard procedure.
 Bolting of the Test Rings, wherever required.
 Connecting the test hoses of suitable size and rating between the Test Pump and Heat
Exchanger in consultation with EIC. Arrangement of Test pump & related accessories
like hoses, connections, fittings etc. will be in scope of contractor while performing the
job.
 Hydrotesting of the Shell Side/ Tube Side as per the Data sheet and or as instructed by
EIC to the required Hydrotest pressure to the complete satisfaction of EIC/ inspecting
authority.
 Removal of all the test hoses and test rings, complete assembly of the Exchanger with
new gaskets in consultation with Engineer-in-charge and tightening to the required
torque with modern tightening tools like hydraulic/ pneumatic torque wrenches.
 Housekeeping & waste disposal
 Preparing the Test reports as per the format made available.

39.0 Maintenance of All Types of Heat Exchangers at Site (SOR 329-330)

 Ensure that the exchanger/ its connections are isolated completely before opening and
necessary clearance is available for disassembly.
 Open dome/ covers/ channels with correct procedures and by use of quality tools/
tackles. Ensure use of lifting tackles/ equipment’s with valid load test certificates.
 Cleaning of the shell/ tube bundle, tubes, domes, channel covers, etc as per
requirement and as instructed by EIC.
 Cleaning of gasket faces/ grooves with utmost care and replacement of the flange
gaskets with similar size and material and in consultation with EIC. Apply proper sealant
for fixing of gasket on gasket face.
 Equally tighten all the studs & to the correct torque values with suitable wrenches/
spanners.
 Measure the total length of the Plate type Heat Exchanger before any kind of
Maintenance Job.
 Care to be taken to avoid any damage to the plates/ seal packing during assembly/
dismantling.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 98 of 140
 Cleaning of plates, with mechanical tools/ wire brushes and utilities like available air/
water as directed by EIC.
 Assembly of the plates with correct logic, sequence, gaskets and tightening to the
required torque.
 Housekeeping & waste disposal
40.0 Inspection of Screws Compressor (SOR-331)
 De-coupling and Inspection of Screws of the Compressor
 Clearances checking at position as per OEM checklist.
 Coupling fixing and final alignment.

41.0 API Chain Scrapper/Flight (MOC-GRP) Dismantling/rectification (SOR 332)


 Removal of MOC-GRP flight/channel size – 1.8Meter long X 180mm width;
 Repair work by drilling/ GRP/FRP resin
 Refitting of GRP flight/channel
42.0 PM of API Chain Scrapper (SOR-333)
 Inspection of foundation bolts of motor (up to 5 KW), gear box.
 Inspection of gear box for any oil leakage and oil top up if required.
 Inspection of Chain & sprocket drive system
 Check for alignment and rectification – if required
 Inspection & adjustment of chain tightening
 Vessel entry inspection for non-metallic chain & Inspection of Flight/channel/scarpper
assembly

43.0 PVC/UPVC/CPVC Leakage rectification (SOR 334)


 Opening & box up of Flange joint.
 Replacement of gasket
 Replacement of damage PVC/UPVC/CPVC stubend with new by applying CPVC solvent
solution- Wherever required.
 Replacement of damage Elbow, Tee, reducer, Union, Coupling with new by applying
CPVC solvent solution – wherever required
44.0 PM of API Oil skimmer (SOR 335)

 Inspection of foundation bolts of motor (up to 5 KW), gear box.


 Inspection of gear box for any oil leakage and oil top up if required.
 Inspection & adjustment/tightening of belt drive system.
 Check for alignment and rectification – if required.

45.0 Overhauling of Agitators / Propeller Mixture:

 Drain the gear box & seal pot oil as directed by EIC.
 Removal of coupling between motor & gear box.
 Removal of coupling spacer between gear box & pedestal bearing.
 Removal of Gear box.
 Locking of agitator shaft as per OEM guideline.
 Removal of coupling hubs.
 Removal of pedestal bearings.
 Removal of all internals of Mechanical seal (Reactor Seal).
 Inspect all parts & proceed for box-up as per OEM guideline.
 Installation of new seal internals after inspection.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 99 of 140
 Re fixing of new pedestal bearing.
 Inspect hub condition / coupling bolts / spacer etc. before installation. Replace with
new one if necessary.
 Reinstall coupling hub, gear box, spacer & coupling bolts.
 Ensure torque tightening of all hardware as per OEM torque table.
 Housekeeping & waste disposal.
 Generate maintenance record & fill all necessary formats.

46.0 Preventive Maintenance of Fin Fan Cooler:


 Ensure confined space & work at height compliance.
 Cleaning of fan blade, belt, pulley, gear box & associated parts.
 Greasing of bearing housing.
 Check & correct fan blade angle. Record gap between fan tip & structure hood.
 Ensure torque tightening of fan fasteners.
 Inspect fan hub alignment.
 Inspect belt condition, record belt tension & correct if required.
 Ensure tightness of structure bolts.
 Cleaning of cooler fins.

47.0 Overhauling of Fin Fan Cooler:


 Ensure confined space & work at height compliance.
 Removal & replacement of damaged fan blades.
 Removal/replacement & re-fixing of pulley.
 Removal/replacement of fan hub.
 Removal/replacement of gear box.
 Follow OEM guideline & SMP for all replacement / repair.
 Record all data & clearances in format as provided by EIC

48.0 Shift Assistance support: (SOR-299)

Scope shall include but not limited to supply of One Supervisor, Four Maintenance Fitters &
Two Riggers in each rotating shift of 8 hours including holidays to meet any plant emergency
maintenance support. Minimum One supervisor shall be provided in General Shift of 8hrs excluding
public holidays or OPaL declared holidays.
Contractor shall arrange skilled & experienced manpower as per the eligibility criteria mentioned
in Annexure-B with required tools/ tackles. Unit of Measurement shall be per man hours.
Deployment of utility vehicle with seating capacity of 5 persons & dedicated
material carrying space (Like Bolero Camper, Tata Xenon etc.) shall be
deployed. Round the clock driver availability, Vehicle fuel, maintenance, gate
pass formalities & all associated expenses shall be in scope of contractor.

MEASUREMENT CRITERIA FOR PAYMENT METHODOLOGY FOR SHIFT ASSISTANCE


(SOR -299):

Shift Assistance on round the clock basis:


This SOR is intended to provide minimum back up maintenance support to cater any
exigencies of the plant during running of the plant in odd hours. This SOR will cover but
will not be limited to the job enlisted in detailed Contractor’s Scope of Work above.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 100 of 140
To cater the job requirements under Shift assistance on round the clock basis, deployment
of adequate resources, as mentioned detailed Contractor’s Scope of Work above shall be
provided by the Contractor in each shift of 08 hrs duration with tools & tackles.

In general, following resources will be required in each rotation shift for completion of
various routine and emergent jobs

A. Shift (Mechanical) Supervisor:-One (1) Nos.


B. Maintenance Fitters:-Four (4) Nos.
C. Riggers:-Two (2) Nos.

However, based on further requirement as spelt by EIC the deployment may vary.

Measurement of SOR quantity for Shift Assistance:

 Supervision Assistance Services by deploying N1 nos. of supervisors


 General Maintenance Fitters (GMF) by deploying N2 nos. of general maintenance fitters
(GMF) with all general tools and tackles except equipment specific tools.
 Rigging assistance services (R) by deploying N3 nos. of riggers (R) with all general tools
and tackles except equipment specific tools.

Measurement of 01 duty point (SOR) will necessarily means deployment of following:

N1 Supervisor + N2 Mainte Fitters (GMF) + N3 Riggers (R)

A.Shift Supervisor:-One (1) Nos.


B. Maintenance Fitters:-Four (4) Nos.
C. Riggers:-Two (2) Nos.

Absolute Weightage for different categories of workmen will be as under:

Individual Number Assistance


Sr. Weightage deployed weightage
No. Category (Wi) (Ni) (WiNi)
1 Supervisor W1 0.20 N1 1 0.20
Assistance

Gen. Maintenance
2 Fitter W2 0.15 N2 4 0.60
Assistance
3 Rigging W3 0.10 N3 2 0.20
Assistance
For deployment as per above indicated essential deployment: 1.0
1 Duty point (SOR) Qty, (Q) = Ʃ(W1N1:W3N3)

Payment of SOR quantity for Shift Assistance:

Payment shall be made for actual deployment on a particular day. The measurement is illustrated
as below:

If Actual deployment is Supervisor=1 (N1), Gen. Maint Fitters (N3) = 4; Rigger = 2(N4), then

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 101 of 140
Measured SOR (Q) = (1x0.20) + (4x0.15) + (2x0.10) = 1.0 duty point.

If Actual deployment is Supervisor=0 (N1), Gen. Fitter (N2) = 3; Rigger = 1 (N3), then
Measured SOR (Q) = (0x0.20) + (3x0.15) + (2x0.10) = 0.65 duty point.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 102 of 140
Annexure-B

Sub: Eligibility criteria/ requirements for Maintenance resources:

Sr. Description of Qty UoM Other remarks/


Resource required Requirements
1 Site Coordinator/ 01 EA Graduate in Mech Engg/ DME
In-charge with min. 8yrs/12yrs exp resp in
leading similar Contract Services
with team size of more than 50
workmen inclusive of Engineers,
Technicians, & administrative
staff in Petrochemicals,
Fertilizers, Chemical Industry,
Refinery.
2 Maintenance As per job EA Graduate in Mech Engg/ DME
Supervisor/ requirement with min. 3yrs/5yrs exp resp in
Foreman maintenance of Rotary & static
eqpts in Petrochemicals,
Fertilizers, Chemical Industry,
Refinery.
3 Millwright Fitter As per job ITI/ DME with min. 5yrs exp in
requirement maintenance of Rotary & static
eqpts in Petrochemicals,
Fertilizers, Chemical Industry,
Refinery.
4 Maintenance Fitter As per job ITI/ DME with min. 3yrs exp in
requirement maintenance of Rotary & static
eqpts in Petrochemicals,
Fertilizers, Chemical Industry,
Refinery.
8 Rigger As per job EA Min. 2yrs exp in rigging of
requirement piping, structures, heavy
equipments, and maintenance
activities.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 103 of 140
Annexure –A

Complete list of tools & tackles which contractor must maintain at OPaL are provided separately.

Contractor must maintain the tool inventory at OPaL as per the list. These tools to be reviewed on monthly
basis & shall be replenished on monthly basis in event of damage / loss of tool.

All lifting tools & tackles shall be tested annually & there Form-10 to be maintained by the contractors.
Contractor will be responsible for colour coding of all lifting tools & tackles as directed by EIC.

All measuring equipment shall be duly calibrated and tagged. Its calibration certificate shall be maintained
by the contractor.

EIC will carry out contractor’s tool audit quarterly. Contractor shall comply all audit findings &
recommendations.

All tools & tackles deployed at OPaL site shall be brand new, of reputed brand and in good working
condition. No tool shall be older than 6 months from the date of issue of LOI to the contractor.

Acceptance / Rejection of tool at OPaL will be sole discretion of EIC & shall be abided by the contractor.

Annexure -A
List of General Tools Tackles Recommended Make UoM Qty
1 Adjustable Spanners with soft grip ,6" Taparia/Everest/Tri-Troc /BAHCO Nos 4
2 Adjustable Spanners with soft grip ,10" Taparia/Everest/Tri-Troc /BAHCO Nos 4
3 Adjustable Spanners with soft grip ,12" Taparia/Everest/Tri-Troc /BAHCO Nos 6
4 Adjustable Spanners with soft grip ,18" Taparia/Everest/Tri-Troc /BAHCO Nos 2
5 Adjustable Spanners with soft grip ,24" Taparia/Everest/Tri-Troc /BAHCO Nos 2
6 Àviation Knife/Shim Cutter Taparia/Everest/Tri-Troc /BAHCO Nos 4
7 Combination Pliers length 210 mm Taparia/Everest/Tri-Troc /BAHCO Nos 2
8 Combination Pliers length 300 mm Taparia/Everest/Tri-Troc /BAHCO Nos 2
9 Circlip Pliers Flat Nose 170 mm Taparia/Everest/Tri-Troc /BAHCO Nos 2
10 Circlip Pliers Long Nose 165 mm Taparia/Everest/Tri-Troc /BAHCO Nos 2
11 Circlip Pliers Rond Nose 165 mm Taparia/Everest/Tri-Troc /BAHCO Nos 2
Circlip Pliers,Internal Standard Nose,8 to
2
12 25 mm,130 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Circlip Pliers,Extrenal Standard Nose,8 to 10
2
13 mm,130 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Circlip Pliers,Extrenal Bend Nose,8 to 10
2
14 mm,130 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Circlip Pliers,Extrenal Bend Nose,19 to 60
2
15 mm,130 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Circlip Pliers,Internal Standard/Bend
2
16 Nose,40 to 100 mm,230 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Circlip Pliers,Extrenal Standard Nose/Bend
2
17 ,40 to 100 mm,230 mm Length Taparia/Everest/Tri-Troc /BAHCO Nos
Philip Screw Driver set
6
18 00,1,2,3X0.5,6X0.6,6X0.8 Taparia/Everest/Tri-Troc /BAHCO Nos
19 Heavy Duty Pipe Wrench 6" Taparia/Everest/Tri-Troc /BAHCO Nos 6
20 Heavy Duty Pipe Wrench 12" Taparia/Everest/Tri-Troc /BAHCO Nos 2

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 104 of 140
21 Heavy Duty Pipe Wrench 18" Taparia/Everest/Tri-Troc /BAHCO Nos 2
21 Heavy Duty Pipe Wrench 24" Taparia/Everest/Tri-Troc /BAHCO Nos 6
22 Hammer With Handle ,600 Gms Taparia/Everest/Tri-Troc /BAHCO Nos 6
23 Sledge Hammer 2 Kg Taparia/Everest/Tri-Troc /BAHCO Nos 6
24 Sledge Hammer 3 Kg Taparia/Everest/Tri-Troc /BAHCO Nos 6
25 Sledge Hammer 5 Kg Taparia/Everest/Tri-Troc /BAHCO Nos 3
26 Sledge Hammer 10 Kg Taparia/Everest/Tri-Troc /BAHCO Nos 2
Soft Faced Hammer with Handle 50
6
27 mm(Teflon Hammer) Taparia/Everest/Tri-Troc /BAHCO Nos
28 Flat Chisel 150 Taparia/Everest/Tri-Troc /BAHCO Nos 6
29 Flat Chisel 200 Taparia/Everest/Tri-Troc /BAHCO Nos 6
30 Allen Key Set MM up to 25mm Taparia/Everest/Tri-Troc /BAHCO Nos 6
31 Allen Key Set Inch ii. Up to 1 Inch Taparia/Everest/Tri-Troc /BAHCO Nos 6
32 T Handle Allen Key Set MM Taparia/Everest/Tri-Troc /BAHCO Nos 3
33 Tool Trolley with Pulley (18 Inch Wide ) Taparia/Everest/Tri-Troc /BAHCO Nos 6
34 Tool Trolley with Pulley 5 Drawers Taparia/Everest/Tri-Troc /BAHCO Nos 6
35 Spirit Level 1.0mm Accuracy 300 mm Taparia/Everest/Tri-Troc /BAHCO Nos 3
36 Dril Bit Set HSS ( 1 to 20 mm) Taparia/Everest/Tri-Troc /BAHCO Nos 2
37 Steel Flat Files Taparia/Everest/Tri-Troc /BAHCO Nos 6
38 Steel Round Files Taparia/Everest/Tri-Troc /BAHCO Nos 6
39 Steel Half Round Files Taparia/Everest/Tri-Troc /BAHCO Nos 6
40 Steel Full Round Files Taparia/Everest/Tri-Troc /BAHCO Nos 6
41 Needle File Set Taparia/Everest/Tri-Troc /BAHCO Nos 6
42 Manila Rope 100 Meter Taparia/Everest/Tri-Troc /BAHCO Nos 1
43 Teflon Rod Size 1" Taparia/Everest/Tri-Troc /BAHCO Nos 1
44 Brass Rod Size 1" Taparia/Everest/Tri-Troc /BAHCO Nos 1
Double Ended Ring and Fix Spanners
1 Double Ended Spanner IS 2028-2004 6X7 Taparia/Everest/Tri-Troc /BAHCO Nos 6
2 Double Ended Spanner IS 2028-2004 8X9 Taparia/Everest/Tri-Troc /BAHCO Nos 6
3 Double Ended Spanner IS 2028-2004 8X10 Taparia/Everest/Tri-Troc /BAHCO Nos 6
31 Double Ended Spanner IS 2028-2004 9X11 Taparia/Everest/Tri-Troc /BAHCO Nos 6
Double Ended Spanner IS 2028-2004
6
32 10X11 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
33 10X12 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
34 12X13 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
35 14X15 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
36 14X17 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
37 16X17 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
38 18X19 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
39 21X23 Taparia/Everest/Tri-Troc /BAHCO Nos

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 105 of 140
Double Ended Spanner IS 2028-2004
6
40 20X22 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
41 25X28 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
42 24X27 Taparia/Everest/Tri-Troc /BAHCO Nos
Double Ended Spanner IS 2028-2004
6
43 30X32 Taparia/Everest/Tri-Troc /BAHCO Nos
44 Ring Spanner Set IS 2028-2004 6X7 Taparia/Everest/Tri-Troc /BAHCO Nos 6
45 Ring Spanner Set IS 2028-2004 8X9 Taparia/Everest/Tri-Troc /BAHCO Nos 6
46 Ring Spanner Set IS 2028-2004 8X10 Taparia/Everest/Tri-Troc /BAHCO Nos 6
47 Ring Spanner Set IS 2028-2004 9X11 Taparia/Everest/Tri-Troc /BAHCO Nos 6
48 Ring Spanner Set IS 2028-2004 10X11 Taparia/Everest/Tri-Troc /BAHCO Nos 6
49 Ring Spanner Set IS 2028-2004 10X12 Taparia/Everest/Tri-Troc /BAHCO Nos 6
50 Ring Spanner Set IS 2028-2004 12X13 Taparia/Everest/Tri-Troc /BAHCO Nos 6
51 Ring Spanner Set IS 2028-2004 14X15 Taparia/Everest/Tri-Troc /BAHCO Nos 6
52 Ring Spanner Set IS 2028-2004 14X17 Taparia/Everest/Tri-Troc /BAHCO Nos 6
53 Ring Spanner Set IS 2028-2004 16X17 Taparia/Everest/Tri-Troc /BAHCO Nos 6
54 Ring Spanner Set IS 2028-2004 18X19 Taparia/Everest/Tri-Troc /BAHCO Nos 6
55 Ring Spanner Set IS 2028-2004 21X23 Taparia/Everest/Tri-Troc /BAHCO Nos 6
56 Ring Spanner Set IS 2028-2004 20X22 Taparia/Everest/Tri-Troc /BAHCO Nos 6
57 Ring Spanner Set IS 2028-2004 25X28 Taparia/Everest/Tri-Troc /BAHCO Nos 6
58 Ring Spanner Set IS 2028-2004 24X27 Taparia/Everest/Tri-Troc /BAHCO Nos 6
59 Ring Spanner Set IS 2028-2004 30X32 Taparia/Everest/Tri-Troc /BAHCO Nos 6
Slogging Spanners
72 Slogging Open Ended Spanner 27 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
73 Slogging Open Ended Spanner 30 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
74 Slogging Open Ended Spanner 32 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
75 Slogging Open Ended Spanner 34 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
76 Slogging Open Ended Spanner 36 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
77 Slogging Open Ended Spanner 41 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
78 Slogging Open Ended Spanner 46 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
79 Slogging Open Ended Spanner 50 MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
80 Slogging Open Ended Spanner 55 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
81 Slogging Open Ended Spanner 60 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
82 Slogging Open Ended Spanner 65 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
83 Slogging Open Ended Spanner 70 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
84 Slogging Open Ended Spanner 75 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
85 Slogging Open Ended Spanner 80 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
86 Slogging Ring Spanners 27 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
87 Slogging Ring Spanners 30 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
88 Slogging Ring Spanners 32 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
89 Slogging Ring Spanners 34 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
90 Slogging Ring Spanners 36 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
91 Slogging Ring Spanners 41 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 106 of 140
92 Slogging Ring Spanners 46 MM Taparia/Everest/Tri-Troc /BAHCO Nos 6
93 Slogging Ring Spanners 50 MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
94 Slogging Ring Spanners 55 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
95 Slogging Ring Spanners 60 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
96 Slogging Ring Spanners 65 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
97 Slogging Ring Spanners 70 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
98 Slogging Ring Spanners 75 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
99 Slogging Ring Spanners 80 MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
Non Sparking Tools
Taparia/Everest/Tri-Troc
1 Pipe Wrench, 12" ( 300 mm ) , MOC: Be-Cu /BAHCO/3M Nos 2
Pipe Wrench , 16" ( 400 mm ) , MOC: Be- Taparia/Everest/Tri-Troc
2 Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
3 Pipe Wrench,24"(600mm), MOC: Be-Cu /BAHCO/3M Nos 1
Adjustable Wrench,12''(36*300mm),MOC: Taparia/Everest/Tri-Troc
4 Be-Cu /BAHCO/3M Nos 1
Slotted Screw Drivers 100*4 mm, MOC: Be- Taparia/Everest/Tri-Troc
5 Cu /BAHCO/3M Nos 2
Slotted Screw Drivers 200*8 mm, MOC: Be- Taparia/Everest/Tri-Troc
6 Cu /BAHCO/3M Nos 2
Slotted Screw Drivers 300*10 mm, MOC: Taparia/Everest/Tri-Troc
7 Be-Cu /BAHCO/3M Nos 2
Slotted Screw Drivers 400*12 mm, MOC: Taparia/Everest/Tri-Troc
8 Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
9 Cutting Pliers ,8", MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
10 Long nose plier,8", MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
11 Philips Screw Drive,150 mm,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
12 Snap ring(External),8",MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
13 Snap ring(Internal),8",MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
14 Wedge,Flange,150*50*13,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
15 Wedge,Flange,180*50*19,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
16 Wedge,Flange,180*50*19,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
17 Wedge,Flange,200*40*40,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
18 Wedge,Flange,300*50*40,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
19 Cutting Pliers ,Diagonal,8", MOC: Be-Cu /BAHCO/3M Nos 2
Sledge hammer with handle ,2Kg,MOC: Be- Taparia/Everest/Tri-Troc
20 Cu /BAHCO/3M Nos 2
Sledge hammer with handle ,3Kg,MOC: Be- Taparia/Everest/Tri-Troc
21 Cu /BAHCO/3M Nos 2

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 107 of 140
Sledge hammer with handle ,4Kg,MOC: Be- Taparia/Everest/Tri-Troc
22 Cu /BAHCO/3M Nos 2
Sledge hammer with handle ,5Kg,MOC: Be- Taparia/Everest/Tri-Troc
23 Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
24 Flat Chisel,18*160mm,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
25 Flat Chisel,24*250,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
26 Hacksaw Frame, 500 mm,MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
27 Hacksaw Blades,300mm,MOC: Be-Cu /BAHCO/3M Nos 10
Taparia/Everest/Tri-Troc
1
28 File,Flat,8",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
1
29 File,Flat,10",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
1
30 File,Flat,12",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
1
31 File,Round,8",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
1
32 File,Round,10",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
1
33 File,Round,12",MOC: Be-Cu /BAHCO/3M Nos
Taparia/Everest/Tri-Troc
34 Ring Spanner , 16 x 17 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
35 Ring Spanner , 18 x 19 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
36 Ring Spanner , 20 x 22 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
37 Ring Spanner , 21 x 23 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
38 Ring Spanner , 24 x 27 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
39 Ring Spanner , 25 x 28 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
40 Ring Spanner , 30 x 32 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
41 Ring end Spanner , 16 x 17 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
42 Ring end Spanner , 18 x 19 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
43 Ring end Spanner , 20 x 22 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
44 Ring end Spanner , 21 x 23 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
45 Ring end Spanner , 24 x 27 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
46 Ring end Spanner , 25 x 28 , MOC: Be-Cu /BAHCO/3M Nos 2
Taparia/Everest/Tri-Troc
47 Ring Spanner , 30 x 32 , MOC: Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 32 mm , MOC: Taparia/Everest/Tri-Troc
48 Be-Cu /BAHCO/3M Nos 2

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 108 of 140
slugging Ring End Wrench , 34 mm , MOC: Taparia/Everest/Tri-Troc
49 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 36 mm , MOC: Taparia/Everest/Tri-Troc
50 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 41 mm , MOC: Taparia/Everest/Tri-Troc
51 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 46 mm , MOC: Taparia/Everest/Tri-Troc
52 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 50 mm , MOC: Taparia/Everest/Tri-Troc
53 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 52 mm , MOC: Taparia/Everest/Tri-Troc
54 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 55 mm , MOC: Taparia/Everest/Tri-Troc
55 Be-Cu /BAHCO/3M Nos 2
slugging Ring End Wrench , 60 mm , MOC: Taparia/Everest/Tri-Troc
56 Be-Cu /BAHCO/3M Nos 1
slugging Ring End Wrench , 65 mm , MOC: Taparia/Everest/Tri-Troc
57 Be-Cu /BAHCO/3M Nos 1
slugging Ring End Wrench , 70 mm , MOC: Taparia/Everest/Tri-Troc
58 Be-Cu /BAHCO/3M Nos 1
slugging Ring End Wrench , 75 mm , MOC: Taparia/Everest/Tri-Troc
59 Be-Cu /BAHCO/3M Nos 1
slugging Ring End Wrench , 80 mm , MOC: Taparia/Everest/Tri-Troc
60 Be-Cu /BAHCO/3M Nos 1
slugging Ring End Wrench , 100 mm , Taparia/Everest/Tri-Troc
MOC: Be-Cu /BAHCO/3M Nos 1
slugging Open end Wrench , 32 mm, MOC: Taparia/Everest/Tri-Troc
67 Be-Cu /BAHCO/3M Nos 2
slugging Open end Wrench , 34 mm, MOC: Taparia/Everest/Tri-Troc
68 Be-Cu /BAHCO/3M Nos 2
slugging Open end Wrench , 36 mm, MOC: Taparia/Everest/Tri-Troc
69 Be-Cu /BAHCO/3M Nos 2
slugging Open end Wrench , 41 mm, MOC: Taparia/Everest/Tri-Troc
70 Be-Cu /BAHCO/3M Nos 2
slugging Open end Wrench , 46 mm, MOC: Taparia/Everest/Tri-Troc
71 Be-Cu /BAHCO/3M Nos 2
slugging Open end Wrench , 50 mm, MOC: Taparia/Everest/Tri-Troc
72 Be-Cu /BAHCO/3M Nos 2
slugging Open End Wrench , 52 mm , Taparia/Everest/Tri-Troc
73 MOC: Be-Cu /BAHCO/3M Nos 2
slugging Open End Wrench , 55 mm , Taparia/Everest/Tri-Troc
74 MOC: Be-Cu /BAHCO/3M Nos 2
sluggingOpen End Wrench , 60 mm , MOC: Taparia/Everest/Tri-Troc
75 Be-Cu /BAHCO/3M Nos 1
slugging Open End Wrench , 65 mm , Taparia/Everest/Tri-Troc
76 MOC: Be-Cu /BAHCO/3M Nos 1
slugging Open End Wrench , 70 mm , Taparia/Everest/Tri-Troc
77 MOC: Be-Cu /BAHCO/3M Nos 1
slugging Open End Wrench , 75 mm , Taparia/Everest/Tri-Troc
78 MOC: Be-Cu /BAHCO/3M Nos 1
slugging Open End Wrench , 80 mm , Taparia/Everest/Tri-Troc
79 MOC: Be-Cu /BAHCO/3M Nos 1
slugging Open End Wrench , 100 mm , Taparia/Everest/Tri-Troc
80 MOC: Be-Cu /BAHCO/3M Nos 1

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 109 of 140
Box And Socket Tools
1 SOC,DRV,8MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
2 SOC,DRV,9MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
3 SOC,DRV,10MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
4 SOC,DRV,11MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
5 SOC,DRV,12MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
6 SOC,DRV,14MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
7 SOC,DRV,16MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
8 SOC,DRV,17MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
9 SOC,DRV,19MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
10 SOC,DRV,20MM,12PT,1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
11 SOC,DRV,8MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
12 SOC,DRV,9MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
13 SOC,DRV,10MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
14 SOC,DRV,11MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
15 SOC,DRV,12MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
16 SOC,DRV,14MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
17 SOC,DRV,16MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
18 SOC,DRV,17MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
19 SOC,DRV,19MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
20 SOC,DRV,20MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
21 SOC,DRV,21MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
22 SOC,DRV,22MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
23 SOC,DRV,23MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
24 SOC,DRV,24MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
25 SOC,DRV,27MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
26 SOC,DRV,30MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
27 SOC,DRV,32MM,12PT,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
28 SOC,SQ DRV,LIGHT,3/4IN,19MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
29 SOC,SQ DRV,LIGHT,3/4IN,21MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
30 SOC,SQ DRV,LIGHT,3/4IN,22MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
31 SOC,SQ DRV,LIGHT,3/4IN,24MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
32 SOC,SQ DRV,LIGHT,3/4IN,26MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
33 SOC,SQ DRV,LIGHT,3/4IN,27MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
34 SOC,SQ DRV,LIGHT,3/4IN,28MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
35 SOC,SQ DRV,LIGHT,3/4IN,29MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
36 SOC,SQ DRV,LIGHT,3/4IN,30MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
37 SOC,SQ DRV,LIGHT,3/4IN,32MM Taparia/Everest/Tri-Troc /BAHCO Nos 2
38 SOC,SQ DRV,LIGHT,3/4IN,38MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
39 SOC,SQ DRV,LIGHT,3/4IN,41MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
40 SOC,SQ DRV,LIGHT,3/4IN,46MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
41 SOC,SQ DRV,LIGHT,3/4IN,50MM Taparia/Everest/Tri-Troc /BAHCO Nos 1
42 SOC,SQ DRV,LIGHT,3/4IN,55MM Taparia/Everest/Tri-Troc /BAHCO Nos 1

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 110 of 140
43 SOC SET,AF,3/16 TO 5/8,12PT,3/8 &1/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
44 UNIV JT,3/4IN Socket Drive Taparia/Everest/Tri-Troc /BAHCO Nos 1
45 JT,UNIV,1/2IN Socket Drive Taparia/Everest/Tri-Troc /BAHCO Nos 1
46 RATCHET,FLEXI HD,13IN,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
RATCHET,PEAR HD,LONG
47 2
HANDLE,16IN,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos
48 STD DRV EXT,PROTOBLACK,5IN,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 3
49 STD DRV EXT,PROTOBLACK,10IN,1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 3
RATCHET,PEAR HD,LONG
50 2
HANDLE,20IN,3/4IN Taparia/Everest/Tri-Troc /BAHCO Nos
51 HANDLE,SLIDING T,18IN Taparia/Everest/Tri-Troc /BAHCO Nos 2
52 DRV ADPTR,1(F)X3/4(M)IN,3/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 3
53 DRV ADPTR,3/4(F)X1/2(M)IN,3/4IN Taparia/Everest/Tri-Troc /BAHCO Nos 3
54 DRV ADPTR,1.1/2(F)X1(M)IN,1.1/2IN Taparia/Everest/Tri-Troc /BAHCO Nos 3
Torque Wrench
Torque Wrench,Socekt Drive:-1/4”,Torque
Tri-Torc/Gedore/Norbar
1 Range,Reversable Rachet :-5-70 Nm Nos 2
Torque Wrench,Socekt Drive:-1/2”,Torque
Tri-Torc/Gedore/Norbar
2 Range,Reversable Rachet :-5-70 Nm Nos 2
Torque Wrench,Socekt Drive:-1/2”,Torque
Tri-Torc/Gedore/Norbar
3 Range,Reversable Rachet :-70-330 Nm Nos 2
Torque Wrench ,Socket Drive,Reversible
3 Tri-Torc/Gedore/Norbar 2
Rachet:-3/4”,Torque Range:-140-560 Nm Nos
Torque Wrench Reversible Rachet,Socket
4 Tri-Torc/Gedore/Norbar 2
Drive:-3/4”,Torque Range:-135-540 Nm Nos
Torque Wrench Reversible Rachet,Socket
5 Tri-Torc/Gedore/Norbar 1
Drive:-3/4”,Torque Range:-475-1050 Nm Nos
Manual /Hydraulic Puller
Tristar/Tri-Torc/SKF/Power
1 2
PULLER,BRG,MECH,2JAW,6IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
2 2
PULLER,BRG,MECH,2JAW,8IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
3 2
PULLER,BRG,MECH,2JAW,10IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
4 2
PULLER,BRG,MECH,3JAW,6IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
5 2
PULLER,BRG,MECH,3JAW,8IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
6 2
PULLER,BRG,MECH,3JAW,10IN,STL Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
7 2
Puller ,Hydarlic ,3 Jaw,8 Tonne Team/Power Ram Nos
Tristar/Tri-Torc/SKF/Power
8 1
Puller ,Hydarlic ,3 Jaw,10 Tonne Team/Power Ram Nos
Hydrotest Pump
1 Hand Pump Range 0-140 Kg/cm2 Any Reputed Brand Nos 1
2 Hand Pump Range 0-250 Kg/cm2 Any Reputed Brand Nos 1
Alignment Fixures

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 111 of 140
Min. Hub dia – 30mm
Max. Hub dia – 60mm
Ground Clearance 90mm
1 Distance Between Couplings – 200 mm Ekta Enterprise Nos 2
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-95
Min. Hub dia – 40mm
Max. Hub dia – 80mm
Ground Clearance 110mm
2 Distance Between Couplings – 200 mm Ekta Enterprise Nos 2
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-150
Min. Hub dia – 55mm
Max. Hub dia – 120mm
Ground Clearance 150mm
3 Distance Between Couplings – 200 mm Ekta Enterprise Nos 2
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-225
Min. Hub dia – 70mm
Max. Hub dia – 170mm
Ground Clearance 200mm
4 Distance Between Couplings – 300 mm Ekta Enterprise Nos 2
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-350
Min. Hub dia – 120mm
Max. Hub dia – 260mm
Ground Clearance 300mm
5 Distance Between Couplings – 300 mm Ekta Enterprise Nos 1
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-250mm
Min. Hub dia – 150mm
Max. Hub dia – 320mm
Ground Clearance 370mm
6 Distance Between Couplings – 300 mm Ekta Enterprise Nos 1
Without Dial Gauge
Suitable for Lovejoy Coupling upto
L/RRS-250mm
Hydraulic Jacks
Tristar/Tri-Torc/SKF/Power
1 Nos 1
WEDGE SPREADER,HYDR,14T,FSH-14 Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
2 Nos 2
WEDGE SPREADER,MECH,8T Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
3 Nos 2
Hydraulic,Button,Jack,ENARPAC,5T Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
4 Nos 2
Hydraulic,Button,Jack,ENARPAC,10T Team/Power Ram/Aeroboom

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 112 of 140
Tristar/Tri-Torc/SKF/Power
5 Nos 1
Hydraulic,Button,Jack,ENARPAC,20T Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
6 Nos 1
HYDR JACK,176MM,50T,RC, Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
7 Nos 1
HYDR JACK,387MM,30T,RCS, Team/Power Ram/Aeroboom
Tristar/Tri-Torc/SKF/Power
8 Nos 2
Hydraulic Assembly Unit Team/Power Ram/Aeroboom
Screw Jacks
1 5 Ton capacity Any Reputed Brand Nos 1
2 10 Ton capacity Any Reputed Brand Nos 1
Lifting Tools Tackles
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
1 Nos 3
:01,0.5 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
2 Nos 3
:01,1 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
3 Nos 3
:01,2 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
4 Nos 3
:01,3 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
5 Nos 2
:01,5 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 3 METER,FALL
6 Nos 1
:01,10 Tonne New Purchase Requirement
CHAIN PULLEY BLOCK,LIFT 6 METER,FALL
Nos 1
:01,3 Tonne New Purchase Requirement
7 WIRE ROPE SLING 0.5 METER,0.5 TONNE New Purchase Requirement Nos 3
8 WIRE ROPE SLING 1 METER,0.5 TONNE New Purchase Requirement Nos 3
9 WIRE ROPE SLING 1 METER,1 TONNE New Purchase Requirement Nos 3
10 WIRE ROPE SLING 3 METER,1.5 TONNE New Purchase Requirement Nos 3
11 WIRE ROPE SLING 3 METER,2 TONNE New Purchase Requirement Nos 3
12 WIRE ROPE SLING 3 METER,5 TONNE New Purchase Requirement Nos 2
13 WIRE ROPE SLING 4 METER,10 TONNE New Purchase Requirement Nos 2
14 D Shackle ,1/4",0.5MT New Purchase Requirement Nos 6
15 D Shackle ,3/8",1MT New Purchase Requirement Nos 6
16 D Shackle ,1/2",5MT New Purchase Requirement Nos 6
17 D Shackle ,3/4",5MT New Purchase Requirement Nos 6
18 D Shackle ,1",5MT New Purchase Requirement Nos 6
19 D Shackle ,1 1/8", 5MT New Purchase Requirement Nos 6
20 D Shackle ,1 1/4", 5MT New Purchase Requirement Nos 6
21 D Shackle ,1 1/2",5MT New Purchase Requirement Nos 6
22 Polyster Web Belts,1 MT,2 Meter New Purchase Requirement Nos 6
23 Polyster Web Belts,2 MT,2 Meter New Purchase Requirement Nos 6
24 Polyster Web Belts,3MT,3 Meter New Purchase Requirement Nos 6
25 Polyster Web Belts,5 MT,6 Meter New Purchase Requirement Nos 6
26 Polyster Web Belts,10 MT,6 Meter New Purchase Requirement Nos 6
27 Polyster Web Belts, New Purchase Requirement Nos 6
28 Hook Chook 2 Tonne Capacity New Purchase Requirement Nos 4

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 113 of 140
29 Eye Bolts ,1/4" New Purchase Requirement Nos 4
30 Eye Bolts ,1/2" New Purchase Requirement Nos 4
31 Eye Bolts ,3/4" New Purchase Requirement Nos 4
32 Eye Bolts ,1" New Purchase Requirement Nos 4
Measuring Tools
1 Vernier calliper – IP67,0-150 mm Mitutoyo/iGAGING/Fowler Nos 2
2 Vernier Calipar Digital -IP67,0-150 Mitutoyo/iGAGING/Fowler Nos 2
3 Vernier calliper – IP670-200 mm Mitutoyo/iGAGING/Fowler Nos 6
4 Vernier calliper – IP670-300 mm Mitutoyo/iGAGING/Fowler Nos 2
5 Vernier calliper -0-1000 mm Mitutoyo/iGAGING/Fowler Nos 1
6 Outside Micrometer0- 25 mm Mitutoyo/iGAGING/Fowler Nos 1
7 Outside Micrometer25-50 mm Mitutoyo/iGAGING/Fowler Nos 1
8 Outside Micrometer50-75 mm Mitutoyo/iGAGING/Fowler Nos 1
9 Outside Micrometer100-125 mm Mitutoyo/iGAGING/Fowler Nos 1
10 Outside Micrometer125-150mm Mitutoyo/iGAGING/Fowler Nos 1
11 Outside Micrometer0-150 mm Mitutoyo/iGAGING/Fowler Nos 1
12 Outside Micrometer150-300 mm Mitutoyo/iGAGING/Fowler Nos 1
13 Inside Micrometer5- 25 mm Mitutoyo/iGAGING/Fowler Nos 1
14 Inside Micrometer25-50 mm Mitutoyo/iGAGING/Fowler Nos 1
15 Inside Micrometer50-75 mm Mitutoyo/iGAGING/Fowler Nos 1
16 Inside Micrometer50-150 mm Mitutoyo/iGAGING/Fowler Nos 1
17 Inside Micrometer50-300 mm Mitutoyo/iGAGING/Fowler Nos 1
18 Inside Micrometer 600-800 mm Mitutoyo/iGAGING/Fowler Nos 2
19 Inside calliper0-300 Mitutoyo/iGAGING/Fowler Nos 2
20 Outside Calliper0-300 Mitutoyo/iGAGING/Fowler Nos 10
21 Dial gauge (LC-0.01mm)0-10 mm Mitutoyo/iGAGING/Fowler Nos 4
22 Dial gauge (LC-0.01mm)0-30 mm Mitutoyo/iGAGING/Fowler Nos 2
23 Dial gauge (LC-0.001mm)0-1 mm Mitutoyo/iGAGING/Fowler Nos 8
24 Dial gauge /Digital (LC-0.001mm)0-1 mm Mitutoyo/iGAGING/Fowler Nos 2
25 Measuring Steel Scale300 mm Mitutoyo/iGAGING/Fowler Nos 6
26 Measuring Steel Scale500 mm Mitutoyo/iGAGING/Fowler Nos 4
27 Measuring Steel Scale1000 mm Any Premium Brand Nos 4
28 Measuring Steel Scale2000 mm Mitutoyo/iGAGING/Fowler Nos 10
29 Magnetic stand for dial gauge Mitutoyo/iGAGING/Fowler Nos 1
30 Bore Gauge Range :- 18-35mm Mitutoyo/iGAGING/Fowler Nos 1
31 Range :- 35-60mm Mitutoyo/iGAGING/Fowler Nos 1
32 Range :- 50-150mm Mitutoyo/iGAGING/Fowler Nos 1
33 Range :- 160-250mm Mitutoyo/iGAGING/Fowler Nos 1
34 Range :- 250-400mm Mitutoyo/iGAGING/Fowler Nos 1
35 Range :- 400-600mm Mitutoyo/iGAGING/Fowler Nos 1
36 Range :- 600-800mm Any Premium Brand Nos 10
37 Measuring Tape (Metallic)5 Mtr Any Premium Brand Nos 4
38 Master level 12" Mitutoyo/iGAGING/Fowler Nos 2

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 114 of 140
39 Filler Gauge6" Mitutoyo/iGAGING/Fowler Nos 2
40 Filler Gauge12" Mitutoyo/iGAGING/Fowler Nos 1
41 Depth Gauge Micrometer0-150 Mitutoyo/iGAGING/Fowler Nos 1
42 Thread Gauge Thread Per Inch (Metric) Mitutoyo/iGAGING/Fowler Nos 1
Hand Drill Machine
1 Up to 13mm Any Premium Brand Nos 1

Note: The contractor shall arrange any tool & tackle apart from Annexure-A, if required for
completion of assigned maintenance jobs. Contractor shall comply the directions of EIC for
arrangement of any other tools & tackles apart from Annexure-A.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 115 of 140
ANNEXURE IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

1.0 This SERVICE AGREEMENT is primarily meant for the mechanical maintenance assistance as mentioned
in the scope of work, within the OPaL Petrochemical complex. OPaL may award a separate SERVICE
AGREEMENT for major maintenance activities during shutdown/ turn around, however the services of
this SERVICE AGREEMENT may also be utilized during the annual turn around at the sole discretion of
OPaL.
2.0 The SERVICE PROVIDER shall be familiar to work in Continuous Running Hydrocarbon Processing plant/
LPG Plant/ Petrochemical Plant/ Refinery/ Fertilizer Complexes.
3.0 The technical details of the work shall be treated as of confidential nature and the SERVICE PROVIDER
should not pass them to any other organization/ company/ firm. Also SERVICE PROVIDER shall not
publish the technical details in any periodical/ books/ seminars/ conferences.
4.0 In case during the execution of SERVICE AGREEMENT or thereafter at any later stage, including after
the completion of SERVICE AGREEMENT, it comes into the knowledge of OPaL or any of its employee
that the information submitted by the bidder, regarding experience etc., is false, OPaL shall have
the right to terminate the SERVICE AGREEMENT immediately without assigning any reason thereof and
get the remaining jobs executed at the risk and cost of bidder besides blacklisting it for further
dealings with OPaL.
5.0 The SERVICE AGREEMENT shall include for any incidental and contingent work although not specifically
mentioned in the SERVICE AGREEMENT but is necessary for its completion in an efficient and
workmanship manner.
6.0 Quantity of job can vary as per site requirement.

7.0 DURATION OF SERVICE AGREEMENT:


Duration of SERVICE AGREEMENT is 36 months from the date of deployment of services with a
Provision of extension of Six months on mutually agreed terms and conditions. SERVICE
AGREEMENT shall be effective from the date of NOA.

8.0 MOBILIZATION PERIOD:


SERVICE PROVIDER shall be required to mobilize for commencement of services at the specifid
locations within a maximum of 30 days from the date of NOA/ Service Order. Quantum of
mobilization during initial period will be as per the instruction of EIC based on actual site
requirement.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 116 of 140
9.0 SCOPE OF SUPPLY BY OPaL
The followings shall be under owner’s scope for execution of the maintenance jobs, which shall be
provided to the SERVICE PROVIDER free of cost, unless otherwise stated:

9.1. Spare parts for the execution of maintenance, shall be in the scope of OPaL.
9.2. All piping material, valves, pipe fittings, structural materials, Plates, etc. required for execution of
work, shall be in the scope of OPaL
9.3. All hardware e.g. Nuts, Bolts, Studs, Washers, Gaskets, gland packing etc. diesel, Cleaner, penetrant
(except DP test), Marking cloth, cotton waste, valve lapping compound, Lube Oil, Grease, Sealing
pastes etc. shall be in the scope of OPaL.
9.4. Machining jobs, radiography, pre & post weld heat treatment, if required, shall be in the scope of
the owner. For fabrication job special electrode for Furnace radiant tube, Electrode for Shaft build
up etc. will be provided by OPaL.
9.5. As per job requirement, special tools like Hydraulic Torque Wrench, Pneumatic Torque Wrench,
Torque wrenches, Hydraulic flange spreaders, special non-sparking tools, special tools for
compressor, Turbine, and other rotary Equipments, Boro-scope, etc. shall be in the scope of OPaL.
9.6. Heavy equipment like Crane, Tractor Trailer, Hydra, Fork- lifts etc shall be provided by OPaL free of
cost, if available, for execution of job smoothly whenever required.
9.7. Space for fabrication yard shall be provided OPaL free of cost. However after expiry of the SERVICE
AGREEMENT, the SERVICE PROVIDER shall demolish his office & clean the area to the satisfactions of
ENGINEER-IN-CHARGE at his cost.
9.8. Special safety equipment like breathing apparatus, gas masks etc. shall be provided by OPaL. Eyes’
protection kits will also be provided by OPaL, whenever required. SERVICE PROVIDER will be
responsible for accounting of the same.
9.9. No accommodation will be provided to the SERVICE PROVIDER as per guidelines of OPaL.

10.0 UTILITY SUPPLY BY OPaL:


10.1. Service air, service water shall be provided to the SERVICE PROVIDER free of cost at one point. The
SERVICE PROVIDER has to make his own arrangement to use the same at work site by extending
pipeline, etc. as per requirement.
10.2. Electric power shall be provided to the SERVICE PROVIDER free of cost at a single point. The SERVICE
PROVIDER has to make his own arrangement to use the same at work site by extending cable, etc.
as per requirement.
10.3. Space for office shall be provided by OPaL, if required and available. However, after expiry of the
SERVICE AGREEMENT the SERVICE PROVIDER shall demolish his office & clean the area to the
satisfactions of EIC, at his cost.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 117 of 140
10.4. Intercom telephone facility may be provided to SERVICE PROVIDER at a particular point as per
convenience of OPaL. The SERVICE PROVIDER has to make his own arrangement to use the same at
work site by extending cable etc. as per requirement
10.5. OPaL shall provide electricity and water required for the work at suitable locations in the working
area. `Safe’ electrical connection as dictated by area classification shall be provided by OPaL, if
required for which necessary assistance shall be provided by SERVICE PROVIDER at His own cost.
10.6. SERVICE PROVIDER shall be allotted space on which SERVICE PROVIDER have to construct His temporary
workshop. If the location is asked to be changed by OPaL, SERVICE PROVIDER shall vacate the
allotted area and construct temporary workshop at the new location at his own cost. Layout will
be as approved by OPaL site authorities.
10.7. OPaL shall provide crane / hydra, if so required for executing the work and as deemed fit by our
engineer, on “free of charge” basis. However, the requirement shall be judged from case to case
basis by OPaL engineer in-charge.

11.0 SERVICE PROVIDER’S SCOPE:


11.1. General Responsibilities
11.1.1. SERVICE PROVIDER shall follow all statutory regulations as in force from time to time and adhere to
the safety regulations and shall be responsible for observance of the same.
11.1.2. SERVICE PROVIDER shall work only on and during the specified hours of working days at site unless
SERVICE PROVIDER obtains the prior written approval of the owner to do otherwise. If such approval
is given, no liability in respect of any excess cost arising therefrom shall be incurred by the OPaL.
11.1.3. SERVICE PROVIDER shall not employ in connection of the work any person who has not completed
the minimum age as per law locally applicable.
11.1.4. SERVICE PROVIDER shall comply fully with local laws dealing with the employment of the persons
including where applicable the Indian Employment of Children Act 1923, The Factories Act 1948,
The Minimum Wages Act 1948, Employees State Insurance Act 1948, Contract Labour
(Regulation & Abolition) Act 1970 and any statutory amendment or re-enactment thereof for the
time being in force.
11.1.5. SERVICE PROVIDER shall employ labour in sufficient number to maintain the required rate of
progress and of quality to ensure a workmanship of the degree required by the specifications and
to the satisfaction of the supervising authorities of OPaL.
11.1.6. SERVICE PROVIDER shall be responsible for arranging living accommodation, food, transport,
welfare of His workmen and staff and provision of necessary permits at own cost for all the
personnel and employees required for this SERVICE AGREEMENT.
11.1.7. OPaL reserve the right to take over complete or part of work awarded to SERVICE PROVIDER after
substantial completion at their discretion.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 118 of 140
11.1.8. The priorities as instructed by owner shall be followed by SERVICE PROVIDER in order to achieve
the planned progress.
11.1.9. SERVICE PROVIDER shall always maintain His basic infrastructure and equipment at site along with
adequate work force, which shall be enlarged as dictated by site requirements and as directed
by the OPaL authorities.
11.1.10. OPaL reserve the right to instruct SERVICE PROVIDER to withdraw any of His employee, if found
lacking in skills, undisciplined, of unacceptable behaviour or any other reason whatsoever.
SERVICE PROVIDER shall comply forthwith and get replacement of similar category and required
skills.
11.1.11. SERVICE PROVIDER shall ensure that His work force does not carry any matchboxes, lighters,
biddies, cigarettes etc., inside the entry gate and explain the same to all His personnel/ suppliers.
11.1.12. SERVICE PROVIDER shall arrange Photo passes for all his employees.

11.2. Work Related Responsibilities


11.2.1. SERVICE PROVIDER shall study and strictly follow the “OPaL Safety Rules".
11.2.2. SERVICE PROVIDER understand that the work is in operating plant, some of which is identified as
HAZARDOUS area and shall study and follow the safety and fire regulations which are to be
strictly adhered to.
11.2.3. Any work entrusted shall be done only with necessary work permit / hot permits as required,
which shall be issued by Maintenance departments.
11.2.4. SERVICE PROVIDER shall strictly follow all conditions and take precautions mentioned in the work
permit.
11.2.5. It is essential that His work force is equipped with and uses all necessary safety apparel and
follows all dictates of our Safety Department. It is mandatory for all His employees to undergo
the safety training organized by OPaL Safety department.
11.2.6. SERVICE PROVIDER shall, at His own cost, issue helmets, safety shoes, safety goggles, safety belts,
hand gloves, aprons, etc. to His work force as per requirement. All safety belts shall be
periodically got tested and approved from OPaL Safety department.
11.2.7. In case SERVICE PROVIDER fail to comply with the above and it will be issued by OPaL and the costs
for the same shall be recovered from SERVICE PROVIDER.
11.2.8. On completion of task, SERVICE PROVIDER shall leave the area clean and in good workmanlike
manner. All scrap / garbage shall be cleared every day and deposited at designated locations for
metallic, non-metallic and hazardous wastes as directed by engineer in-charge. All returnable
materials shall be returned back to stores.
11.2.9. SERVICE PROVIDER shall also maintain cleanliness and observe day-to-day disposal of scrap
generated at the fabrication yard and around His site office. The certification for same shall be
obtained from the related executing authorities of OPaL.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 119 of 140
11.2.10. All His vehicles and equipment shall be fitted with spark arrestor mufflers which shall be properly
maintained. Necessary vehicle entry permit/s for operating areas shall be obtained from plant
authorities as per safety rules.
11.2.11. SERVICE PROVIDER shall mobilize tools and tackles in good working condition, minimum of which
are indicated below.
11.2.12. Manpower provided by SERVICE PROVIDER shall have adequate knowledge and skills and acceptable
to OPaL authorities. Manpower rates as given are inclusive of providing good quality hand tools.
11.2.13. Welders provided by SERVICE PROVIDER need to undergo welders’ qualification test, prior to
approval.
11.2.14. All lifting tackles, machines, chain blocks should be tested and well maintained and shall have to
be tested at site and approved by OPaL site authorities, as and when demanded.
11.2.15. In case of work inside vessels, columns, drums, etc., 24 V hand lamps used shall be of flameproof
type as directed by OPaL Operations / Maintenance departments and issued by them.
11.2.16. Welding cables used shall be new and of sufficient length and in one piece to be approved by
OPaL Site authorities.
11.2.17. Proper care shall be taken for electrical connections and welding sockets. SERVICE PROVIDER shall
maintain / replace all flameproof plugs issued by OPaL, at His own cost.
11.2.18. For work at higher elevation, a skilled and well-trained supervisor must be present at site at all
time during execution.
11.2.19. SERVICE PROVIDER understands that LPG shall not be used for cutting or any other operations
within plant premises. Regarding this, SERVICE PROVIDER shall take proper guidelines from OPaL
Safety department.
11.2.20. Taking delivery of “free issue” materials from OPaL Store / yard and transportation of the same
to place of work shall be His responsibility at His own cost.
11.2.21. Security of His material and equipment shall be His responsibility at His own cost.
11.2.22. During the annual turnaround jobs as well as for emergency jobs, SERVICE PROVIDER shall work on
“Round-the-Clock” basis after getting instructions / orders from concerned authorities of OPaL.
SERVICE PROVIDER will be intimated for any additional manpower for execution of emergency work
and SERVICE PROVIDER will have to arrange the same within 2 days from the date of intimation.
11.2.23. SERVICE PROVIDER shall provide additional manpower, if required, on Sundays / Paid Holidays with
prior intimation of two days with normal wages.

12.0 PENALTY/ TERMINATION CLAUSE FOR NON PERFORMANCE:


12.1. In case of failure on the part of the SERVICE PROVIDER causing safety problem or production loss or
mechanical damage to the equipment, SERVICE PROVIDER shall be penalized at a flat rate 5% of bill
amount in that particular month plus actual cost of equipment damaged as per the discretion of the
“ENGINEER-IN-CHARGE”.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 120 of 140
12.2. The SERVICE PROVIDER shall ensure the proper handling of the spares, special tools, facilities provided
by OPAL. If any damage and breakage is found the cost of the items plus 15% overhead shall be
back charged to the SERVICE PROVIDER from his Running bills.
12.3. In case of non-availability of the services by the SERVICE PROVIDER on any day, OPaL has the right to
get the same done by any other agency at the risk and cost and responsibility of the SERVICE
PROVIDER. In addition 15% of the service charges will be deducted from the SERVICE PROVIDER’s
dues.
12.4. If the SERVICE PROVIDER fails to mobilize the required resources within reasonable time as decided
by ENGINEER –IN-CHARGE, OPaL may get the work done through other agency at the risk and cost
of the SERVICE PROVIDER and the security deposit of the SERVICE PROVIDER may liable to be forfeited.
12.5. OPaL, at its discretion, may also make recovery from SERVICE PROVIDER’s bill, if the SERVICE PROVIDER
neglects/ fails to execute jobs/ his duties up to the satisfaction of EIC included in the Scope of Work
during execution of the SERVICE AGREEMENT or fails to respond to a notice of neglect within a period
of the time set in such notice. The amount of recovery shall be determined by OPaL in consideration
of the nature and consequence of the SERVICE PROVIDER’s neglect. The recovery shall be limited to a
maximum of Rs1000/-per distinct case of neglect. The total of the recoveries shall be limited to
maximum 5% of Service Agreement value.
12.6. In case of consistent non-performance of contractual obligations and violation of terms and
conditions of the SERVICE AGREEMENT, OPaL reserves the right to get the work done from alternative
source at the risk and cost of the SERVICE PROVIDER and to take suitable action against SERVICE
PROVIDER including forfeiture of security deposit and termination of the SERVICE AGREEMENT.
12.7. Notwithstanding anything contained elsewhere, the OPaL may at any time at its discretion terminate
the SERVICE AGREEMENT or part of the SERVICE AGREEMENT after giving 7 days’ notice in writing to the
SERVICE PROVIDER without assigning any reason and upon such termination the OPaL shall have the
right to remove the SERVICE PROVIDER’s materials from site and the SERVICE PROVIDER shall be paid
price of the work satisfactorily completed in accordance with the provisions of this SERVICE
AGREEMENT.

13.0 SAFETY, SECURITY RELATED CLAUSES


13.1. The SERVICE PROVIDER shall provide personal protective equipments including Cotton cloth uniform
with specific color, safety shoes, safety helmet, Welding goggles, Grinding goggles, hand gloves,
safety belts and rope ladders etc. as per prevailing safety norms, to all the personnel deployed for
the execution of the jobs. Further, any guidelines/ regulation/ penalty etc with regards to this clause
notified by HR/ F&S/ Central agency of OPaL from time to time during execution of SERVICE
AGREEMENT shall be binding on the SERVICE PROVIDER. In the event of the SERVICE PROVIDER’s failure
to comply with the above provision, OPaL may at its own discretion supply the safety equipments
and shall recover from the SERVICE PROVIDER adding 20% to include the overhead cost.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 121 of 140
13.2. All jobs are to be carried out under “Permit system” on receipt of the intimation from S/I or site
engineer .The SERVICE PROVIDER has to cross check for ensuring availability of “Safety work permit”
duly signed by process/ safety personnel with mechanical S/I or site engineer before starting the
jobs. The SERVICE PROVIDER has to comply all safety requirements for the execution of the job, as
per instructions of Plant Safety Officer / "ENGINEER-IN-CHARGE". SERVICE PROVIDER shall intimate
the concerned S/I of site engineer after completion of job. Further, any guidelines/
regulation/penalty etc with regards to this clause notified by HR/ F&S/ Central agency of OPAL from
time to time during execution of SERVICE AGREEMENT shall be binding on the SERVICE PROVIDER.
13.3. SERVICE PROVIDER shall maintain first aid facility for his employees, however first aid available with
OPAL will be provided by OPaL if available. Remaining expenditure towards treatment of SERVICE
PROVIDER’s employee will be borne by SERVICE PROVIDER.
13.4. The SERVICE PROVIDER shall have to take adequate security measure for security of their office,
equipment, machinery, tool & tackles and material. In the case of theft or loss OPAL will not be held
responsible.
13.5. All the employee of SERVICE PROVIDER should observe the security and safety related rules and
regulations introduced from time to time by OPAL, DAHEJ management. Against violation of
applicable Safety, Health and Environment related norms, a penalty of Rs 1000/- per occasion shall
be deducted from SERVICE PROVIDER’s bill.

14.0 SITE OFFICE:


The SERVICE PROVIDER has to maintain his site-office at his own cost. Space for site office shall be
provided by OPaL.

15.0 OTHER CONDITIONS:

15.1. All jobs are to be carried out under “Permit system” on receipt of the intimation from Shift in charge
or Site Engineer. The personnel deployed for maintenance should be adequately qualified and
experienced to discharge the contractual obligations effectively.

15.2. The personnel deployed shall adhere to OPaL timings and may be placed in General Shift or 8 Hours
round the clock shift duty or as asked by the Engineer-In-Charge, OPaL.

15.3. PPE: The SERVICE PROVIDER has to ensure that the personnel deployed by him are provided with &
use the necessary personnel protective equipment (PPEs) and safety appliances viz., cotton
uniforms, safety helmet, safety shoes etc so as to ensure safe execution of jobs. The SERVICE
PROVIDER must provide minimum two sets of cotton uniform, one pair of safety shoes and Other
PPEs, like helmet goggles, gloves, raincoat etc. to each deployed person every year. The PPEs used
by the personnel deployed by the SERVICE PROVIDER should be duly certified by the authorized
representative of the OPaL’s Fire & Safety Department.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 122 of 140
15.4. The SERVICE PROVIDER& the personnel deployed by the SERVICE PROVIDER shall adhere to safe
operating practices and guard against hazardous and unsafe working conditions and shall comply
with all security, fire and safety rules of OPaL while at the site.

15.5. The maintenance activities will be carried out as per standard maintenance/ engineering practices
prevailing in petrochemical industries. The personnel deployed for maintenance assistance shall do
all the jobs as per the instruction of Engineer-In-Charge (EIC) or his authorized representative. In
case of any discrepancies, the decision/ interpretation of EIC shall be final.

15.6. Transportation, boarding and lodging arrangements for SERVICE PROVIDER’s personnel is to be made
by the SERVICE PROVIDER at his own cost. OPaL will not provide any such arrangements both inside
& outside the plant premises. No accommodation will be provided to the SERVICE PROVIDER as per
guidelines of OPaL.

15.7. The SERVICE PROVIDER shall deploy the requisite persons as asked by the EIC in various Plants as per
attached Scope of Work.

15.8. The SERVICE PROVIDER shall ensure round the clock availability of the Contract Coordinators to be
contacted during the shift operation for any slackness in the assistance deployment. However no
additional payment will be made on this account.

15.9. Contract Coordinators shall intimate the number of persons reported on duty in each shift to the
In-Charges of respective areas.

15.10. To carry out the smooth shift operation the SERVICE PROVIDER shall ensure the proper supervision
regarding the deployment of required number of their personnel at each specified location in each
shift.

15.11. The SERVICE PROVIDER must ensure that all the personnel deployed by him undergo health check-up
at the time of deployment and at the interval of every six month thereafter as per the provisions of
the Factories Act and as per the requirement of OPaL; and also should maintain the records of the
health check-up of all the personnel deployed by him.

15.12. The SERVICE PROVIDER shall pay to the workers through any one of the following mode of payments:
a. E-Banking; b. Cheque. However, the SERVICE PROVIDER shall also maintain prescribed registers
and records under applicable labour laws.

15.13. Scope of work can be reduced at any time by off-loading or removing one or more groups from the
Price Format as per site requirement with notice period of 7 days.

15.14. In case of any accident resulting in injury or death in respect of the personnel deployed by the
SERVICE PROVIDER during the execution of the work, the SERVICE PROVIDER shall be solely responsible
for payment of adequate compensation, insurance amount, etc. to the person injured/next kith and

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 123 of 140
kin of the deceased as per the provisions of the Employees Compensation Act. SERVICE PROVIDER
shall indemnify OPaL for such liabilities.

15.15. The SERVICE PROVIDER shall not employ any person suffering from any contagious, loathsome or
infectious disease. The SERVICE PROVIDER shall get examined his employees / workers through a
certified surgeon as per Rules under the Factories Act before deployment.

15.16. As per Price Format, the SERVICE PROVIDER has to provide mechanical maintenance for 366/ 365
days. In addition to above, SERVICE PROVIDER has also to provide additional mechanical maintenance
to meet exigency as per instruction of EIC.

15.17. The supervision control, administration and management of the personnel shall be done by the
SERVICE PROVIDER through their authorized representative and the name of the manager/ supervisor
shall be invariably intimated to the Engineer-In-Charge at the commencement of SERVICE AGREEMENT.

15.18. The SERVICE PROVIDER shall deploy the workers after verification of their character and antecedents.
In case any worker is found having criminal record, he shall have to be immediately replaced without
any delay.

15.19. The SERVICE PROVIDER shall disburse the wages to the workers in the presence of authorized
representative of the Principal Employer i.e. Engineer–In-Charge (EIC) latest by 7th of the
subsequent month at the rates as per the Minimum Wages Act and as notified by the Regional/
Assistant Labour Commissioner, Baroda from time to time. The Engineer In charge shall ensure that
the SERVICE PROVIDER is making payment of wages to its labours not less than the wages notified by
the appropriate authority from time to time. However, ultimately, the SERVICE PROVIDER shall have
the responsibility of making payment of wages to the personnel not less than minimum wages.

15.20. SERVICE PROVIDER shall maintain first aid facility for his employees. However, OPaL may provide the
first aid, if available. Remaining expenditure towards treatment of SERVICE PROVIDER’s employee will
be borne by SERVICE PROVIDER.

16.0 Minimum Wages Escalation: The rates are firm during entire period of the contract. However,
reimbursement against actual manpower deployed shall be paid to the Service Provider against the
escalation in minimum wages by Government time to time. Reimbursement shall be the difference
amount of base rate and revised minimum wages and allied statutory compliances of PF, Bonus &
Leave Wages, for scheduled employment and respective category of workers. Base rate for revision
in minimum wages will be rate prevailing as on closing date of bid submission. Reimbursement will
be calculated against the actual manpower deployed by the Service Provider for executing the work.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 124 of 140
ANNEXURE V

SCHEDULE OF RATES (SOR)

Tender No: 1904C00658

Description: Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite (U&O)
plants at OPaL, Dahej

A. CONDITIONS RELATED TO THE PRICE FORMAT:


1.1 All payments will be made against invoice in Indian rupees only.
1.2 The price shall be for complete scope of work, terms and conditions of the Tender/ agreement.
Rates quoted should be inclusive of all applicable taxes/ duties except Goods & Service Tax.
1.3 OPaL complex at Dahej is falling under the SEZ notified area and is exempted from payment of
Goods and Service tax directly payable by Contractor to Govt. Of India.
1.4 There is no minimum guaranteed work or payment against this tender/ agreement.
Payment shall be made against the actual work completed as per Scope of Work. The requirements
for various services may increase or decrease and the decision of the OPaL in this regard shall be
final and binding on the bidder. Payment shall be made for the actual work completed as per Scope
of Work.
1.5 Rates are firm during entire duration of contract except provisions made in the tender
document.

Appendix-1 to ANNEXURE V

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 125 of 140
SCHEDULE OF RATES FOR Annual Rate Contract for Mechanical maintenance services for
Utilities & Offsite (U&O) plants at OPaL, Dahej

SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
1 Disconnect, connection flange 150# Per Inch Dia 55.79
2 Disconnect, connection flange 300# Per Inch Dia 62.69
3 Disconnect, connection flange 600# Per Inch Dia 72.29
4 Disconnect, connection flange 900# Per Inch Dia 89.14
5 FLANGE TIGHTENING Up to 4" NB Per Inch Dia 16.50
6 FLANGE TIGHTENING ≥ 4" NB to ≤ 8"NB Per Inch Dia 18.42
7 FLANGE TIGHTENING ≥ 10" NB to ≤ 14"NB Per Inch Dia 23.14
8 FLANGE TIGHTENING ≥ 16" NB to ≤ 24"NB Per Inch Dia 23.78
9 FLANGE TIGHTENING ≥ 26" NB to ≤ 32"NB Per Inch Dia 25.14
10 FLANGE TIGHTENING 32" NB and above Per Inch Dia 26.43
11 HOSE CONNECTION/DISCONNECTION UPTO 1INCH Per Inch Dia 43.57
12 HOSE CONNECTION/DISCONNECTION ABOVE 1IN Per Inch Dia 38.35
13 REPL OF VLV GLND PCK Up to 4" NB Per Inch Dia 16.50
14 REPL OF VLV GLND PCK ≥ 4" NB to ≤ 8"NB Per Inch Dia 19.14
15 REPL OF VLV GLND PCK ≥ 10" NB to ≤ 14"NB Per Inch Dia 21.14
16 REPL OF VLV GLND PCK ≥ 16" NB to ≤ 24"NB Per Inch Dia 33.71
17 REPL OF VLV GLND PCK ≥ 26" NB to ≤ 32"NB Per Inch Dia 40.99
18 REPL OF VLV GLND PCK 32" NB and above Per Inch Dia 44.92
19 GLAND TIGHTENING OF ANY EQUIPMENT Each 79.20
20 LINE STRNR CLEANING Up to 4" NB Per Inch Dia 64.13
21 LINE STRNR CLEANING ≥ 4" NB to ≤ 8"NB Per Inch Dia 59.49
22 LINE STRNR CLEANING ≥ 10" NB to ≤ 14"NB Per Inch Dia 57.35
23 LINE STRNR CLEANING ≥ 16" NB to ≤ 24"NB Per Inch Dia 54.85
24 Y-STRNR CLEANING Up to 4" NB Per Inch Dia 41.63
25 Y-STRNR CLEANING ≥ 4" NB to ≤ 8"NB Per Inch Dia 35.71
26 Y-STRNR CLEANING ≥ 10" NB to ≤ 14"NB Per Inch Dia 32.21
27 Y-STRNR CLEANING ≥ 16" NB to ≤ 24"NB Per Inch Dia 30.49
28 Y-STRNR CLEANING ≥ 26" NB to ≤ 32"NB Per Inch Dia 28.42
29 Y-STRNR CLEANING 32" NB and above Per Inch Dia 27.78
30 REMOVAL & FIXING OF FILTER DOME COVER Per Inch Dia 36.99
31 CLEANING/REPL OF FILTER CARTRIDGE/BASKET Square Meter 158.76
32 CLEANING/REPL OF FILTER CANDLES Each 46.28
33 OVHG STEAM TRAP SIZEup to 3/4" NB Each 67.41
34 OVHG STEAM TRAP SIZE from 1" NB to 2" NB Each 66.77
35 LUBRICANTS CHARGING WITH 210 LTRS BARREL Each 409.92
36 LUBRICANTS CHARGING UPTO 10 LTRS Each 105.84
37 GREASING & ROUSING VLVS upto size 4" NB Per Inch Dia 23.14
38 ROUSING VLVS Size ≥ 4" NB and ≤ 8"NB Per Inch Dia 25.78

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 126 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
39 ROUSING VLVS Size ≥ 10" NB and ≤ 14"NB Per Inch Dia 27.78
40 ROUSING VLVS Size ≥ 14" NB and ≤ 18"NB Per Inch Dia 30.42
41 ROUSING VLVS Size ≥ 20" NB and ≤ 24"NB Per Inch Dia 31.71
42 ROUSING VLVS Size ≥ 26" NB and ≤ 32"NB Per Inch Dia 33.71
43 ROUSING VLVS Above Size 32"NB Per Inch Dia 35.71
44 GREASING OF ANY EQUIP LESS THAN 1 KG Each 197.89
45 CLNG OF PIPE LINES Up to 2" NB Per Inch Meter 9.21
46 CLNG OF PIPE LINES ≥ 3" NB to ≤ 6"NB Per Inch Meter 11.21
47 HYDROTEST OF PIPE Up to 4" NB Per Inch Meter 8.57
48 HYDROTEST OF PIPE ≥ 5" NB to ≤ 12"NB Per Inch Meter 9.85
49 HYDROTEST OF PIPE ≥ 14" NB to ≤ 22"NB Per Inch Meter 11.85
50 REMOVAL OF WASTE MATERIAL FROM PLANT Metric Ton 264.59
51 LIFTING/SHIFTING OF MATERIAL/EQUIPMENT Metric Ton 264.59
52 LOADING/UNLOADING OF MATERIAL/EQUIPMENT Metric Ton 264.59
53 RMVL & BOX-UP VLV Up to 2" NB Per Inch Dia 79.20
54 RMVL & BOX-UP VLV ≥ 3" NB to ≤ 6"NB Per Inch Dia 64.77
55 RMVL & BOX-UP VLV ≥ 8" NB to ≤ 12"NB Per Inch Dia 58.20
56 RMVL & BOX-UP VLV ≥ 14" NB to ≤ 18"NB Per Inch Dia 45.64
57 RMVL & BOX-UP VLV ≥ 20" NB to ≤ 24"NB Per Inch Dia 43.57
58 RMVL & BOX-UP VLV 26" NB and above Per Inch Dia 42.28
59 HYDROTEST OF VLV Up to 2" NB Per Inch Dia 74.70
60 HYDROTEST OF VLV ≥ 3" NB to ≤ 6"NB Per Inch Dia 91.91
61 HYDROTEST OF VLV ≥ 8" NB to ≤ 12"NB Per Inch Dia 99.84
62 HYDROTEST OF VLV ≥ 14" NB to ≤ 18"NB Per Inch Dia 109.12
63 HYDROTEST OF VLV ≥ 20" NB to ≤ 24"NB Per Inch Dia 114.98
64 FXD HD HE MAINT UPTO SHELL DIA 12IN Per Inch Dia 242.81
65 FXD HD HE MAINT ABV SHELL DIA 12 TO 26IN Per Inch Dia 257.09
66 FXD HD HE MAINT ABV SHELL DIA 26 TO 48IN Per Inch Dia 278.52
67 FLT HD HE MAINT UPTO SHELL DIA 12IN Per Inch Dia 257.09
68 FLT HD HE MAINT ABV SHELL DIA 12 TO 26IN Per Inch Dia 299.94
69 FLT HD HE MAINT ABV SHELL DIA 26 TO 48IN Per Inch Dia 314.23
70 PLUGGING OF HE TUBE ID upto 12mm Each 23.78
71 PLUGGING OF HE TUBE ID ABV 12 upto 25mm Each 27.78
72 REPL EQUIP GLND PCK up to 5 KW Each 180.07
73 REPL EQUIP GLND PCK ≥ 5.1 TO ≤ 18.5KW Each 198.44
74 REPL EQUIP GLND PCK ≥ 18.6 KW TO ≤ 55 KW Each 219.76
75 Replaceofequip.gland/packing#55.1 &#110 KW Each 254.68
76 Replaceofequip.gland/packing#110.1 #220 KW Each 318.35
77 Replace of Equip.gland /packings #220 KW Each 424.46
78 Tightening of Nut/ Bolts Upto 1/2" Bolt Each 21.22
79 TightenofNut/Bolts>1/2"to#11/2"bolt size Each 31.84

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 127 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
80 FLGD EXP BELLOW REPL ≥ 3" NB to ≤ 6"NB Per Inch Dia 56.85
81 FLGD EXP BELLOW REPL ≥ 8"NB to ≤ 12"NB Per Inch Dia 54.85
82 FLGD EXP BELLOW REPL ≥ 14"NB to ≤ 18"NB Per Inch Dia 52.14
83 FLGD EXP BELLOW REPL ≥ 20"NB to ≤ 24"NB Per Inch Dia 50.27
84 FLGD EXP BELLOW REPL 26" NB and above Per Inch Dia 46.28
85 CLMP EXP BELLOW REPL ≥ 3" NB to ≤ 6"NB Per Inch Dia 56.20
86 CLMP EXP BELLOW REPL ≥ 8"NB to ≤ 12"NB Per Inch Dia 55.56
87 LIFTING OF MATERIAL WITH CRANE/DAVIT Metric Ton 257.09
88 PM OF CENTRIFUGAL PUMP UPTO 5 KW Each 390.28
89 PM OF CENTRIFUGAL PUMP ≥ 5.1 TO ≤ 18.5KW Each 456.42
90 PM OF CENTRIFUGAL PUMP ≥ 18.6 TO ≤ 55KW Each 476.27
91 PM OF CENTRIFUGAL PUMP ≥ 55.1 TO ≤110KW Each 508.61
92 PM OF CENTRIFUGAL PUMP ≥110.1 TO ≤220KW Each 549.03
93 PM OF CENTRIFUGAL PUMP ABOVE 220KW Each 621.79
94 PM OF RECIP PUMP UPTO 5 KW Each 363.81
95 P.M of screw,gear,vane pumps upto 5 KW Each 382.02
96 P.Mofscrew,gear,vane pumps#5.1 &#18.5KW Each 424.46
97 P.Mofscrew,gear,vane pumps#18.6 &# 55 KW Each 466.91
98 PM OF CENTR COMPR ABOVE 950KW Each 852.58
99 PM OF RECIP COMPR UPTO 110KW Each 661.48
100 PM OF RECIP COMPR ≥ 110.1KW and ≤ 450KW Each 767.32
101 P.M of screw,gear,vane compr#250&#310KW Each 976.26
102 P.M Liquid Ring Comp upto 55KW Each 424.46
103 P.M Liquid Ring Comp #55&#150KW Each 509.36
104 Preven. Maint Diaphragm Comp upto 150KW Each 509.36
105 Prevent. Maint.Expansion Turbine Each 848.93
106 PM OF FANS/BLOWERS UPTO 5KW Each 370.43
107 PM OF FANS/BLOWERS ≥ 5.1 TO ≤ 18.5 KW Each 388.07
108 PM OF FANS/BLOWERS ≥ 18.6 TO ≤ 55 KW Each 414.53
109 DECOUPLE, COUPLE, ALIGN CHECK UPTO 5KW Each 793.78
110 DECOUPLE, COUPLE, ALIGN ≥5.1 TO ≤18.5KW Each 859.93
111 DECOUPLE, COUPLE, ALIGN ≥18.6 TO ≤55KW Each 926.08
112 DECOUPLE, COUPLE, ALIGN ≥55.1 TO ≤110KW Each 1058.37
113 DECOUPLE, COUPLE, ALIGN ≥110.1 TO ≤220KW Each 1190.67
114 DECOUPLE, COUPLE, ALIGN ABOVE 220KW Each 1786.00
115 REPL OF COUPLING HUB UPTO 5KW Each 859.93
116 REPL OF COUPLING HUB ≥ 5.1 TO ≤ 18.5 KW Each 926.08
117 REPL OF COUPLING HUB ≥ 18.6 TO ≤ 55 KW Each 1124.51
118 Replace of coupling hub# 55.1 KW &#110KW Each 1485.62
119 Replace of coupling hub #110.1 & #220KW Each 1697.85
120 Replace of coupling hub Above 220KW Each 2971.24

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 128 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
121 Replace of bearings of equip up to 5 KW Each 2546.78
122 Replace of bearings ofequip #5.1&#18.5KW Each 2631.67
123 Reptace of bearings of equi #18.6&#55KW Each 3310.81
124 Replace of bearings of equi #55.1&#110KW Each 4669.09
125 Replace of bearings ofequi #110.1&#220KW Each 5093.55
126 Replace of bearings of equi Above 220KW Each 5942.48
127 Replace brg Vertical Pump#5.1&#18.5KW Each 3289.58
128 Replace brg Vertical Pump #18.6&#55KW Each 4138.51
129 Replace brg Vertical Pump #55.1&#110KW Each 5836.36
130 Replace brg Vertical Pump #110.1&#220KW Each 6366.94
131 Inspection of bearing at site up to 5 KW Each 1697.85
132 Inspection of bearing atsite#5.1&#18.5KW Each 1782.74
133 Inspection of bearing at site#18.6&#55KW Each 1910.08
134 Inspection of bearing atsite#55.1&#110KW Each 2264.08
135 Inspection of bearing at siteAbove 220KW Each 3395.70
136 Inspectionof bearing atsite#110.1&#220KW Each 2843.90
137 REPL OF BELT/CHAIN ≥ 5.1 TO ≤ 18.5 KW Each 661.48
138 REPL OF BELT/CHAIN ≥ 18.6 TO ≤ 55 KW Each 793.78
139 REPL OF BELT/CHAIN ≥ 55.1 TO ≤ 110KW Each 859.93
140 REPL OF BELT/CHAIN ≥ 110.1 TO ≤ 220KW Each 926.08
141 MECH SEAL RPR/REPL UPTO 5KW Each 2249.04
142 MECH SEAL RPR/REPL ≥ 5.1 TO ≤ 18.5 KW Each 2513.64
143 MECH SEAL RPR/REPL ≥ 18.6 TO ≤ 55 KW Each 3042.82
144 MECH SEAL RPR/REPL ≥ 55.1 TO ≤ 110 KW Each 3770.44
145 MECH SEAL RPR/REPL ≥ 110.1 TO ≤ 220 KW Each 4498.08
146 MECH SEAL RPR/REPL ABOVE 220 KW Each 5291.85
147 Mech seal rectifcn vert, pump upto ≥ 5.1 TO ≤ 18.5 KW Each 1655.40
148 Mech seal rectifcn vert. pump ≥ 18.6 TO ≤ 55 KW Each 1910.08
149 Mech seal rectifcn vert.pump≥ 55.1 TO ≤ 110 KW Each 2122.31
150 Oil seal replace of equip upto 18.5KW Each 2122.31
151 Oil seal replace of equip #18.6 &#55KW Each 2546.78
152 Oil seal replace of equip #55.1&#110KW Each 2971.24
153 Oil seal replace of equip #110& #220KW Each 3395.70
154 Oil seal replace of equip Above 220KW Each 4669.09
155 SEAL FLUSHING SYSTEM CLEAN WITH COOLER Each 595.33
156 SEAL FLUSHING SYSTEM CLEAN W/O COOLER Each 529.19
157 SEAL SYSTEM COOLER CLEANING Each 575.49
158 SEAL SYSTEM N2 ACCUMULATOR PRESSUR CHECK Each 661.48
159 Overhauling of gearbox up to 5 KW Each 3480.59
160 Overhauling of gearbox #5.1&#18.5KW Each 3820.16
161 Overhauling of gearbox #110& #220KW Each 7215.86

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 129 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
162 Inspection of gearbox up to 5 KW Each 1740.30
163 Inspection of gearbox #5.1&#18.5KW Each 1910.08
164 Inspection of gearbox #110& #220KW Each 3607.93
165 Replacement of gearbox up to 5 KW Each 2334.54
166 Replacement of gearbox#5.1&#18.5KW Each 2546.78
167 Replacement of gearbox#110& #220KW Each 4810.86
168 Overhaul of Horz.split Pump 18.6 &#55KW Each 4202.18
169 Overhaul of Horz.split Pump 55.1&#110 KW Each 5093.55
170 Overhaul of Horz.split Pump110.1&#220KW Each 6366.94
171 Overhaul of Horz.split Pump above 220KW Each 7215.86
172 Overhaul of Back pull out Pump upto 5KW Each 3820.16
173 Overhaul Backpull out Pump 5.1&#18.5KW Each 4622.40
174 Overhaul of Backpull out Pump18.6&#55KW Each 5602.91
175 Overhaul Backpull out Pump 55.1&#110KW Each 7003.63
176 Overhaul Backpull out Pump110.1&#220KW Each 8064.79
177 Overhaul Vertical Pump upto 15KW Each 4393.19
178 Overhaul of Vertical Pump 15.1KW&#30KW Each 5305.78
179 Overhaul of Vertical Pump 55,1KW&#110KW Each 8064.79
180 Overhaul Multistage Pump 5.1KW&#18.5KW Each 5942.48
181 Overhaul Multistage Pump 18.6KW&#90KW Each 7215.86
182 Replace Horz.mounted Pump up to 5 KW Each 2122.31
183 Replace Horz.mounted Pump#5.1&#18.5KW Each 2546.78
184 Replace Horz.mounted Pump#18.6 &#55KW Each 2971.24
185 Replace Horz.mounted Pump#55.1KW& #110KW Each 3395.70
186 Replace Vert, mounted Pump upto 55KW Each 3714.05
187 Overhaul screw/gear/vanepump upto 5KW Each 3820.16
188 Overhaul screw/gear/vanepump 5.1&#18.5KW Each 4244.63
189 Overhaul Reciprocating pumps upto 5KW Each 3820.16
190 Clean plunger head,Suction & Disch NRVs Each 1910.08
191 Change Packing set / Plunger /Bush /seals Each 2971.24
192 Replacement of suction& discharge NRVs Each 848.93
193 Maint of stroke assmly in metering pumps Each 636.69
194 Replace/clean diaphragm/head assmly pump Each 1910.08
195 Maint of cylinder/piston head assmly Each 3395.70
196 Replacement of defective PRVs Each 127.34
197 Servicing of defective PRVs Each 212.23
198 Adjustment of PRVs Each 84.89
199 Overhaul C.F FANS/BLOWERS up to 5 KW Each 1697.85
200 Overhaul C.F FANS/BLOWERS# 5.1&#18.5KW Each 2122.31
201 Overhaul C.F FANS/BL0WERS#18.6&#55KW Each 2546.78
202 Overhaul of lobe type blowers upto 20 KW Each 5093.55

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 130 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
203 Overhaul lobe type blowers #20.1KW&#45KW Each 5942.48
204 Internal inspection of Blowers. Each 3395.70
205 Decouple,replacefan impeller upto 18.5KW Each 1273.39
206 Replace of C.F fans/blowers #5.1&#18.5KW Each 2122.31
207 Overhaul of C.F compr up to 1400 KW Each 50935.50
208 Overhaul of C.F compr #1401&#1650 KW Each 84892.50
209 Inspection of C.F compr up to 1400 KW Each 14177.05
210 Inspection of C.F compr #1401&#1650 KW Each 16723.82
211 Clean/replace of air intake filters Each 509.36
212 Clean/replace of lube oil filters Each 466.91
213 Alignment checking & correction Each 8489.25
214 Overhaul of screw compr.#250KW&# 310KW Each 38201.63
215 Decouple,couple,alig of comp upto 55 KW Each 2122.31
216 Decouple,couple,aligof comp#55.1 &#150KW Each 2971.24
217 Overhaulof Reciprocating comp upto 55 KW Each 7215.86
218 Overhaul Reciprocating comp #55.1&#150KW Each 9762.64
219 Inspect & clearance check of brgs/cr.sbrgs Each 12309.41
220 Replaceof smallend,bigend,crkshft brgs Each 12733.88
221 Inspectionof Piston rider/ring clearance Each 6366.94
222 Maintenance of Piston Head assembly Each 10187.10
223 Inspect/replacepistonrod packing&scrappe Each 4244.63
224 Inspect/replacecomp suc/discval upto 6" Each 1018.71
225 Inspect/replacecomp suc/discval above6" Each 1273.39
226 Repair/test comp suc/disc valve upto 6" Each 424.46
227 Repair/test comp suc/disc valve above6" Each 424.46
228 Repair & testing of Compressor unloaders Each 169.79
229 Cleaning/Replacement of Lube Oil Filters Each 106.12
230 Overhaulof Liquid ring comp upto 55 KW Each 8489.25
231 Overhaul Liquid Ring comp #55.1&#150KW Each 10611.56
232 Overhaul of Diaphragm comp upto 150 KW Each 10611.56
233 Overhaul of Expander Turbine Cryostar MK Each 12733.88
234 Small drive turbines alignment Each 6366.94
235 Small drive turbine replace of coupl hub Each 4669.09
236 Replacement of coupling spacer/ disc pac Each 3820.16
237 Over speed trip mech overhauling Each 2122.31
238 TNT valve mech overhauling drive turbine Each 4244.63
239 Gland ring inspect/replace(both sides) Each 12733.88
240 Bearing inspect/replace(both sides) Each 10611.56
241 Governor inspection/replacement Each 4244.63
242 Prev maint of ID fans at CT Each 254.68
243 Alignment of ID Fans at CT Each 551.80

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 131 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
244 Replace GB of ID fans at CT Each 1910.08
245 Replace shaft of ID fans at c Each 976.26
246 Replace of hubs/blades of ID fans at CT Each 636.69
247 Angle check/setting of blades ID fans CT Each 254.68
248 Cooling Tower Sump Screen Cleaning Each 169.79
249 Inspect Rectifcn DMP ACF PVC Internals Each 4669.09
250 Inspect Rectifcn DMP SAC PVC Internals Each 4669.09
251 Inspect Rectifcn DMP WBA PVC Internals Each 4669.09
252 Inspect Rectifcn DMP MB PVC Internals Each 4669.09
253 Inspect Rectifcn DMP SBA PVC Internals Each 4669.09
254 DMP Inspect of strainers for resin leak Each 3820.16
255 Opening,boxup,inspect of nozzle upto 6" Per Inch Dia 52.63
256 Opening,boxup,inspect ofnozzle#6"&#12" Per Inch Dia 62.82
257 Open,boxup,inspect of nozzle#12"&#16" Per Inch Dia 75.55
258 Open,boxup,inspect of nozzle#16"&#22" Per Inch Dia 90.82
259 Open,boxup,inspect of nozzle#22"&#26" Per Inch Dia 109.51
260 Open,boxup,inspect of nozzle above 26" Per Inch Dia 130.73
261 Open/boxlnspect window/door rectangle ty Square Inch 67.91
262 API Oil Sep.Chain Pin D20 LI 00 Replace Each 106.12
263 API Oil Sep.Chain Pin D15 L75 Replace Each 127.34
264 API Oil Sep.PP Chain L7Mtr W200MM Replac Each 848.93
265 API Oil Sep.PP Chain L2.5Mtr W75MM Repl. Each 636.69
266 Oil Skimmer Belt replacemnt L5M,W220MM Each 424.46
267 Oil Skimmer replacmnt Brg n Greasing 1"S Each 106.12
268 Oil Skimmer replacmnt Drive Shaft 1"Dia Each 636.69
269 Oil Skimmer replacmnt Hollow Pulley Each 848.93
270 Overhaul TPI Oil Separator Sys HDOL Make Each 2122.31
271 PM Clarifier Sys.lnspecn of gearbox Each 3820.16
272 PM Clarifier inspecn,Cleaning scrapper Each 2122.31
273 Inspecn of gearbox Clarrifier 15M3/Hr Each 2122.31
274 Inspecn,Cleaning scrapper 15M3/Hr Each 1273.39
275 Inspecn of gearbox Clarrifier 5M3/Hr Each 1273.39
276 Inspecn,Cleaning scrapper 5M3/Hr Each 848.93
277 Overhaul Clarf G/B Rem,assembly 1500m3/h Each 6366.94
278 Overhaul Clarf replace scrapper 1500m3/h Each 1697.85
279 Overhaul Clarf G/B Rem,assembly 15m3/h Each 5518.01
280 Overhaul Clarf replace scrapper 15m3/h Each 848.93
281 Overhaul Clarf G/B Rem,assembly 5m3/h Each 4669.09
282 Overhaul Clarf replace scrapper 5m3/h Each 848.93
283 PM of Sludge Thickner Make-Dewa Water Each 1697.85
284 Overhaul Sludge Thickner Make-Dewa Water Each 3395.70

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 132 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
285 PM of Sludge Thickner Make MBE Coal Each 2122.31
286 Overhaul Sludge Thickner Make MBE Coal Each 4244.63
287 PM of DECANTOR of SBR Unit Each 1697.85
288 PM of Agitators upto 6KW Each 1273.39
289 PM of Agitators upto 20KW Each 2122.31
290 Overhauling of Agitator upto 20KW Each 4669.09
291 PM of auto cpig submers.pump #10&#20KW Each 1697.85
292 PM of auto cplg submers.pump #20&#30KW Each 2122.31
293 PM of auto cplg submers.pump #30&#40KW Each 2546.78
294 Overhau auto cplg submers.pump #10&#20KW Each 3395.70
295 Overhau auto cplg submers.pump #20&#30KW Each 4244.63
296 Overhau auto cplg submers.pump #30&#40KW Each 5093.55
297 Removal/fixing of UF Membrane S-6"DIA Each 424.46
298 Removal/fixing of victulic Cplg Rub bush Per Inch Dia 84.89
299 Shift Assistance or Provide Special Serv Duty Point 3930.52
300 Decoupl&alignment vert equip#5.1&#18.5KW Each 1167.27
301 Decoupl&alignment Vert. equip#18.6&#55KW Each 1273.39
302 Decoupl&alignment Vert equip#55.1&#110KW Each 1432.99
303 Decoupl&alignment Vertequip#110.1&#220KW Each 1645.22
Inspection /Replacment Bearing Isolator Equipment Horizontal up
304 Each
to 5 Kw 2389.04
Inspection/Replacment Bearing Isolator Equipment Horizontal up to
305 Each
#5.1&#18.5KW 2671.52
Inspection/Replacment Bearing Isolator Equipment Horizontal up
306 Each
to#18.6&#55KW 4136.68
Inspection/Replacement Bearing Isolator Equipment Horizontal up
307 Each
to #55.1&#110KW 4136.68
Inspection/Replacement Bearing Isolator Equipment Horizontal up
308 Each
to #110.1&#220KW 4419.16
Inspection/Replacement Bearing Isolator Equipment Horizontal >
309 Each
#220KW 5343.04
Inspection/Replacment Bearing Isolator Equipment Vertical up to
310 Each
#5.1&#18.5KW 2671.52
Inspection/Replacment Bearing Isolator Equipment Vertical up
311 Each
to#18.6&#55KW 4136.68
Inspection/Replacment Bearing Isolator Equipment Vertical up to
312 Each
#55.1&#110KW 4136.68
Inspection/Replacment Bearing Isolator Equipment Vertical up to
313 Each
#110.1&#220KW 4419.16
314 Overhauling/Replacement of Loading Arm Swivel Joint Each 5774.64
315 Replacement of Cup Gasket of tank leg support Each 2887.32
316 Replacemet of pontoon ,Breather Gasket at Tank Roof Each 1680.96
317 Overhaul Multistage Vertical Pump upto #5.1 KW to 18.5 KW# Each 10686.08

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 133 of 140
SOR Unit
UOM
No. Service Line item Description Rate(Rs.)
318 Overhaul Multistage Vertical Pump upto #15.5 KW to 55 KW# Each 12845.60
319 Overhaul Multistage Vertical Pump upto #55.5 KW to 110 KW# Each 15005.12
320 Overhaul Multistage Vertical Pump upto #110.1 KW to 220 KW# Each 17164.64
321 Overhaul Multistage Horizontal Pump upto #5.1 KW to 18.5 KW# Each 5343.04
322 Overhaul Maultistage Horizontal Pump #55.5 KW to 110 KW# Each 11512.64
323 Overhaul Multistage Vertical Pump upto > 250 KW# Each 16541.12
324 Overhaul screw/gear/vanepump 18.6&#55KW Each 21366.56
325 Decouple,couple,alignment of comp >220KW Each 4010.08
326 Replacement of Diaphrams,Diaphram Compressors ,132 KW Each 16541.12
327 Hydrotesting of FIXED HEAD type Heat Exc Cubic Meter 3361.92
328 Hydrotesting of Float HEAD type Heat Exc Cubic Meter 6422.80
329 Maint. of Plate/fin Heat Exhanger Each 14381.60
330 Cleaning of Plates of Plate Heat Exchnge Square Meter 564.96
331 Inspection Screw(Male/Female) Rotors,Screw Compressors ,300KW Each 14381.60
API Chain Scrapper/ flight (MOC: GRP)
332 Each
inspection/dimantling/Rectification 7418.48
333 PM of API Chain Scrapper system Each 1747.64
334 PVC/UPVC/CPVC leakage rectification Per Inch Dia 70.62
335 PM of API Oil Skimmer Each 990.56
336 Removal and fixing RO Shell (Consist of 6 membrane) 6"size Each 2809.26

Note:

A) Maximum Total Order Value excluding taxes for Three Years under this rate contract will be Rs.
5,14,89,402/- excluding taxes.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 134 of 140
ANNEXURE VI

PRICE FORMAT
Appendix-1 to ANNEXURE VI

Annual Rate Contract for Mechanical maintenance services for Utilities & Offsites (U&O) plant
at OPaL, Dahej, I/ We have read the printed clauses of the tender and the same are binding on me/ us
without any exception/ deviations.

Column-1 Column-2 Column-3


I/ We do hereby agree to carry I/ We do hereby agree to carry I/ We do hereby agree to carry
out the work at out the work at out the work AT PAR the
Estimated Itemized Rates, given
____________% (In figure) ____________% (In figure) in Schedule of rates at
O O Appendix-1 to ANNEXURE V.
_________________________ R _________________________ R

_________________________ _________________________

_________________(In words) _________________(In words)


ABOVE (+) the Estimated BELOW (-) the Estimated
Itemized Rates, given in Itemized Rates, given in
Schedule of rates at Appendix- Schedule of rates at Appendix-
1 to ANNEXURE V. 1 to ANNEXURE V.

Authorized Signature of bidder Authorized Signature of bidder Authorized Signature of bidder

Bidder must fill/quote only one percentage rate in any one column from the three columns given above
and strike out the other two columns. Bidders filling their percentage rate in more than one column
shall be rejected straightway.

Note:
1. In Prequalification bid, indication on quoted percentage rate/ prices/ tick mark (√) shall
NOT be provided by the bidder in respective three columns i.e. column no. 1, 2 or 3 indicating
ABOVE (+)% OR BELOW (-)% OR AT PAR respectively in the Price Bid Format (ANNEXURE VI).
Bidder shall confirm in Prequalification Bid that there is a quote in the “Price Bid” strictly as per Price
Format.
2. The offer of the bidders indicating/ disclosing quoted percentage rate/ price in
prequalification bid (un-priced bid) or at any stage before opening of price bid shall be
straight way rejected.
3. Quoted Percentage Rate shall be the base for price evaluation.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 135 of 140
CONFIRMATION BY THE BIDDER

Tender No: 1904C00658

Description: Annual Rate Contract for Mechanical maintenance services for Utilities & Offsite
(U&O) plants at OPaL, Dahej

NAME OF BIDDER: ____________________________________________________

1. I/We have understood the scope and specifications of the work.


2. I/We confirm that the above QUOTED PERCENTAGE RATE is firm throughout the currency of
contract for the entire SCOPE OF WORK and is in accordance with the PAYMENT clause of GENERAL
CONDITIONS OF CONTRACT and SPECIAL CONDITIONS OF CONTRACT except provisions made in
the tender conditions.
3. I/We confirm that the above QUOTED PERCENTAGE RATE is inclusive of all applicable taxes/ duties
except Goods and Service Tax for completion of entire scope of work. I/We have understood that
OPaL project at Dahej is falling under the SEZ notified area and is exempted from payment of
Customs duty, Goods and Service tax directly payable by Contractor.
4. No payment other than prices quoted as above shall be payable by OPaL. If such payment arising
out the contract subsequent to the expiry of the contract shall be the responsibility of the bidder.
5. My/ our quoted prices are inclusive of all transportation & accommodation charges of the personnel
and the material and nothing extra on this account shall be admissible to us.
6. Payment shall be claimed only for the quantity actually executed and certified by EIC (Engineer In-
charge), OPaL.

Place: Authorized Signature:

Date:
Name:

Designation:

Seal:

ANNEXURE VII

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 136 of 140
BID EVALUATION CRITERIA (BEC)

A.0 VITAL CRITERIA FOR ACCEPTANCE OF BIDS


Bidders are advised not to take any exception/ deviations to the bid document. Exceptions/
deviations, if any, should be brought out during the Pre-bid conference. In case Pre-bid
conference is not held, the exceptions/ deviations along with suggested changes are to be
communicated to OPaL within the date specified in the NIT and bid document. OPaL after
processing such suggestions may, through an addendum to the bid document, communicate to
the bidders the changes in its bid document, if any.
However, during evaluation of bids, OPaL may ask the bidder for clarifications/ confirmations/
deficient documents of its bid. The request for clarification and the response shall be in writing
and no change in the price or substance of the bid shall be sought or is permitted. If the bidder
still maintains exceptions/ deviations in the bid, such conditional/ non-confirming bids shall not
be considered and may be rejected.
B.0 REJECTION CRITERIA
B.1.0 TECHNICAL REJECTION CRITERIA
The following vital technical conditions should be strictly compiled with failing which the bid will
be rejected:
B.1.1 Scope of Work:
Bid should be complete and covering the entire scope of job/ supply and should conform to the
technical specifications indicated in the bid documents, duly supported with technical
catalogues/ literatures wherever required. Incomplete and non-conforming bids will be rejected
outright.
B.1.2 Eligibility & Experience of the bidder
B.1.2.1 The bidder should have minimum Five Years of experience through one or more contracts in
providing services for “Mechanical Maintenance Services” in Petrochemical complex/
Petroleum Refinery/ Gas or Naptha based Fertilizer plants by himself. The experience will be
considered till the date ending last day of month previous to the one in which applications are
invited. If time period of two or more contracts are overlapping then common period will be
considered as one period only.
B.1.2.2 The bidder should have executed and successfully completed contracts in last five years in
providing “Mechanical Maintenance Services for the equipments including Piping,
Exchangers, Vessels, Columns, Boilers/ Furnaces, Steam /Gas Turbines, Pumps,
Compressors, Blowers, etc.” in Petrochemical complex/ Petroleum Refinery/ Gas or Naptha
based Fertilizer plants by himself for either of the following. The period will be reckoned from
the date ending last day of month previous to the one in which applications are invited.
d) One contract with minimum annualized value not less than Rs.1.37 Crore.
OR
e) Two contracts with minimum annualized value not less than Rs.85.81 Lacs each.
OR
f) Three contracts with minimum annualized value not less than Rs.68.65 Lacs each

Note:
c) Bidders experience as a main contractor will be considered for criteria mentioned at Para
No.B.1.2. Jobs executed as a sub-contractor will not be considered for above mentioned
criteria’s.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 137 of 140
Documents required for supporting experience B.1.2:
Bidder should submit copies of contracts, along with documentary evidence in respect of
satisfactory execution of each of those contracts, in the form of copies of any of the documents
(indicating respective contract number and type of services), such as

e) Satisfactory completion/ performance report. In case work is continuing at the time of bidding
then bidder should submit satisfactory performance certificate from the existing client for
executed work period (or)
f) Proof of release of performance security after completion of the contract (or)
g) Proof of settlement/ release of final payment against the contract (or)
h) Any other documentary evidence that can substantiate the satisfactory execution of each of the
contracts cited above.
All the documents should be attested by the Public Notary.
B.1.3 All supporting documents, submitted for clarification request from OPaL, must be of activity
prior to opening the prequalification bid.
B.2.0 COMMERCIAL REJECTION CRITERIA:
The following vital commercial conditions should be strictly complied with failing which the bid
will be rejected.
B.2.1 Bid should be submitted in Two Bid system in three separate envelopes.
 Envelope 1: "Bid Security/ EMD":
The First Inner Sealed Cover will contain Bid Security/ Bid Bond/ EMD as per provisions of the
tender.
 Envelope 2: "Prequalification bid":
The Second Inner Sealed Cover will contain Prequalification bids having all details but with the
price columns of the Price Bid Format (ANNEXURE VI) blanked out. In the Pre-qualification bid,
indication on quoted percentage rate/ prices/ tick mark (√) shall NOT be provided by the bidder
in respective three columns i.e. column No. 1, 2 or 3 indicating ABOVE (+) % OR BELOW (-) %
OR AT PAR respectively in the Price Bid Format (ANNEXURE VI). Bidders shall confirm in the
Prequalification bid that there is a quote in the “Price Bid” strictly as per Price Format”.
 Envelope 3: "Price Bid":
The “Price Bid” shall contain only a quoted percentage rate duly filled in as per the Price
Format(s) at ANNEXURE VI.
B.2.2 Acceptance of terms & conditions:
 The bidder must confirm unconditional acceptance of Instruction to Bidders at ANNEXURE I,
General Conditions of Contract at ANNEXURE II, Scope of Wok at ANNEXURE III and Special
Condition of Contract at ANNEXURE IV.
 For this purpose, bidder shall return the complete set of tender document and amendments, if
any, along with offer in original duly filled in with signed and stamped on all pages as a token
of having accepted all the clauses of the tender.
B.2.3 Offers of following kinds will be rejected:
k) Offers made without Bid Security/ Bid Bond/ EMD along with the offer.
l) Fax/ e-mail/ photo copy offers and bids with scanned signature. Original bids which are not
signed manually.
m) Offers which do not confirm unconditional validity of the bid for 120 days from the date of
opening of Prequalification Bid.
n) Offers where prices are not firm during the entire duration of the agreement and/or with any
qualifications.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 138 of 140
o) Offers which do not conform to OPaL’s price format.
p) Offers which do not confirm to the mobilization period indicated in the bid.
q) Offers which do not confirm to the agreement period indicated in the bid.
r) The offers of the bidders indicating/ disclosing prices in Prequalification Bid or at any stage
before opening of Price Bid shall be straightaway rejected.
s) Non-submission of integrity pact, as per Appendix–16 to ANNEXURE I, along with the bid, duly
signed by the same signatory who signs the bids even after giving an opportunity after opening
of Prequalification.
t) Offers made without “Power of Attorney” or authorization or any other document consisting of
adequate proof of the ability of the signatory to bind the bidder, in original.
C.0 Financial Capability Criteria:
C.1. Turnover of bidders: Equal to or more than Rs. 51,48,940.20
C.2. Net worth of the bidder: Positive (as per latest audited annual accounts)
C.3. Note:
C.3.1. For the purpose of ascertaining parameter of Turnover of the bidder, Average Annual financial
turnover during the last 3 years, ending 31st March of the previous financial year shall be
considered. Average turnover of the bidder for the last three financial years shall be calculated
by dividing the turnover of last three (3) years by three (3), irrespective of the fact that quoted
turnover for one particular year is for a period of less than 12 or complete 12 months.
C.3.2. For ascertaining the net worth of the bidder, the audited account or annual report for the
immediate previous financial year shall be considered only.
C.3.3. The bidder will provide a copy each of audited consolidated Annual financial statement of
previous three financial years along with CA certified letter for ascertaining their turnover and
net worth. The date (i.e. the financial period closing date) of the immediate previous year’s
audited consolidated Annual financial statement should not be older than eighteen (18) months
from the bid closing/ un-priced bid opening date.
C.3.4. In case of Two Bid System, in the Prequalification Bid, the bidder will submit a “Certificate of
Compliance” as per format given in tender document, to the effect that the turnover of the
bidder is equal to or more than the required value as applicable.
C.3.5. In case the information contained in the “Certificate of Compliance”, as in C.3.1, C.3.2, C.3.3,
C.3.4 above, is found to be incorrect later on after opening of Price bid(s), then their bids will
be rejected in case the bidder is not actually meeting the required financial criteria.
D.0 PRICE EVALUATION CRITERIA:
D.1. The prices should be quoted strictly as per Price Format at ANNEXURE VI
D.2. Quoted Percentage Rate as indicated at ANNEXURE VI of bid document will be taken as the
base price for the evaluation. OPaL will award the contract to lowest quoted, techno-
commercially qualified bidder.
D.3. If two or more bidders happen to be lowest (L1) then contract shall be awarded to a bidder
having higher average turn-over value of previous two financial years.
D.4. Average turnover of the bidder for previous two financial years shall be calculated by dividing
the total turnover of previous two (2) years by two (2), irrespective of the fact that quoted
turnover for one particular year is for a period of less than 12 or complete 12 months.
D.5. The bidder will provide a copy each of audited annual accounts of previous two financial years
for ascertaining their turnover and net worth. The date (i.e. the financial period closing date) of

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 139 of 140
the immediate previous year’s audited annual accounts should not be older than eighteen (18)
months from the bid closing/ prequalification bid opening date.
D.6. Taxes & Duties
 Total Order value is inclusive of all applicable duties & taxes including Income Tax/ withholding
Tax, corporate tax, personal tax, etc. payable directly by the Service Provider to Government.
The Project is exempted from payment of Goods and Service tax payable directly by the
Service Provider. However, bidder is required to ascertain themselves, the prevailing rates of
Taxes & Duties as applicable in Dahej SEZ on the scheduled date of submission of Price Bids/
revised Price Bids (if any) and the Company would not undertake any responsibility whatsoever
in this regard.
 In case, the exemptions applicable for the Project under the SEZ area are withdrawn for any or
all of the above mentioned taxes and duties subsequent to date of submission of the bid but
before the scheduled completion date under the Agreement, the liability arising out of
withdrawal of any or all these taxes and duties shall be regulated by Change in Law of GCC of
the agreement.
 The Service Provider shall avail all concessions/ exemptions available for the SEZ Project. The
Company upon request from the Service Provider along with necessary details will provide
recommendatory letters, if required, in the prescribed Proforma for availing the concessions/
exemptions in respect of taxes payable by Service Provider directly to Government. The
responsibility of availing the concessions/ exemptions will be that of the Service Provider.
E.0 GENERAL
E.1. The BEC over-rides all other similar Clauses operating anywhere in the Bid Documents.
E.2. Incomplete, incorrect, conditional or vague tenders will not be entertained and shall be liable to
be rejected.
E.3. The tender is governed by the terms and conditions given in the bid document. Bidders should
not submit their offers with their own printed terms and conditions.
E.4. Prospective bidders are advised to ensure that their bids are complete in all respects and
conform to OPaL's terms, conditions and bid evaluation criteria of the tender. Bids not complying
with OPaL's requirement will be rejected without seeking any clarification. However, OPaL at its
discretion may ask the Bidders to confirm compliance/ provide deficient documents within the
specified time before opening of the Price Bid.
E.5. There is no conviction and/or penalty or punishment has been awarded/suffered in any criminal
and/or social and economic offence cases against <individual>/company/partnership firm
and/or its directors and officer who is in default/partners/proprietor in any court/forum and/or
legal proceeding in India. This information has to be submitted along with the tender in an
affidavit, attached as Appendix- 15 to ANNEXURE I, on non-judicial stamp paper and duly
notarized. In case the information is found false, OPaL reserves the right to terminate the
agreement, if awarded to such service providers/ agencies.
E.6. Unsolicited clarification to the offer and/or change in price during its validity period would render
the bid liable for outright rejection.
E.7. OPaL may reject/ accept any tender without assigning any reason whatsoever.
E.8. Any other point, which arises at the time of evaluation, will be decided by OPaL, under intimation
to the bidders.

__________________________ 1904C00658
(Sign & Stamp of Bidder) Mechanical Maintenance Services Page 140 of 140

You might also like