Professional Documents
Culture Documents
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 1 OF 19
1.2.2 The CONTRACTOR shall also nominate in writing competent Safety Appointees
(SAs) from various disciplines to assist the SR in implementation of health and
safety measures in their routine contract works. The SR shall have sufficient
authority to direct the CONTRACTOR's or his SUB-CONTRACTOR's personnel
to meet health and safety requirements and to stop performance of work until
such requirements are met.
1.3.1 The CONTRACTOR shall ensure full involvement of all his employees
recognising their right to consultation on health and safety matters. The safety
appointees of the various areas, in conjunction with the SR shall be responsible
for ensuring employees' involvement through routine safety inspections, hazard
and risk assessment in new and changed works and their control. The
CONTRACTOR shall maintain appropriate operating procedures to guide these
requirements.
1.3.2 The CONTRACTOR shall also appoint a Safety Committee (SC) comprising of
the SAs from the various areas under the chairmanship of the SR. The
committee shall meet at periodic intervals to discuss the status and adequacy of
the safety management, and any safety concerns of the employees. The
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 188 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 2 OF 19
committee shall also formulate and validate the safety procedures incorporating
controls to prevent or mitigate hazards and risks before submission for approval
by the PURCHASER/CONSULTANT. The minutes of the SC meeting shall be
submitted to the PURCHASER/CONSULTANT. The SR shall maintain the
records of the meetings.
1.4.1 The CONTRACTOR shall submit a monthly written report to the PURCHASER/
CONSULTANT, which shall be due on the fifth workday of every month. The
health and safety of all full time, part-time, permanent, temporary, contract
employees and any outsourced employee undertaking any part of the
CONTRACT works shall be included in the safety report. The report shall
include the total number of working hours for the month, the number of
recordable accidents and the number of lost-time accidents. A cumulative trend
plot of the monthly severity and frequency rate of the reportable accidents shall
be included in the monthly safety report and calculated as:
1.4.2 The CONTRACTOR shall arrange to display the safety statistics and the
cumulative plot of severity and frequency of accidents mentioned above painted
on a board prominently displayed, as a means of encouragement and
assurance to all interested parties and for publicising the safety achievements.
1.5.1 ‘Accident’ for the purpose of this para is defined as ‘Undesired Event Giving
Rise to Death, Ill-health, Injury, Damage or other Loss’ and ‘Incident’ is defined
as ‘Event that gave rise to an Accident or had the Potential to lead to an
Accident’. An accident where no ill health, injury, damage or other loss occurs is
also referred to as ‘Near-Miss’. Incident includes Near-Miss. The
CONTRACTOR shall report orally, to the PURCHASER/CONSULTANT
regardless of their extent, duration and severity, immediately on occurrence of
all accidents resulting in:
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 189 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 3 OF 19
(c) Fires
(d) Spills
(e) Near-Misses
1.5.2 The CONTRACTOR shall submit the accident and incident report in writing to
the PURCHASER/CONSULTANT within 24 hours of its happening in the form
as prescribed by the governing statute or in the absence of which, in the form
prescribed by the PURCHASER/CONSULTANT. The CONTRACTOR shall
detail in the ‘Accident/Incident Report’, the particulars of the dangerous
occurrence leading to the accident, lost time of absence due to accident, root
cause analysis and the corrective and preventive actions to prevent such
recurrence. In addition, the CONTRACTOR shall include his estimate of the
impact of accident on project schedule. Incidents shall also be reported in the
same manner identifying root cause/s to eliminate such potential occurrence or
risks.
1.6.1 The CONTRACTOR shall make available first-aiders, first-aid boxes and or first-
aid stations as per statutory requirements. The persons holding current
certificates of competency of recognised institutions in prescribed numbers as
per any governing statute and in the absence of such regulatory requirement a
minimum of two first-aiders for each area of work for every hundred workmen.
First-aiders' names shall be prominently displayed.
1.6.2 The first-aid boxes shall display contents of medical and medicinal articles with
quantity maintained, which shall be in accordance with governing statute.
Nominated first-aider shall replenish stock promptly.
1.6.3 The first-aid refresher training shall be provided at least once in a year and all
employees shall be encouraged to undergo first-aid training. A record shall be
kept of all first aid treatments with particulars of treatment and personnel
providing the treatment.
1.7.1 Where required by the CONTRACT, the CONTRACTOR shall establish and
maintain an Occupational Health Centre where hazardous Processes are
involved such as roof work, steel work, working above or below water,
demolition and confined space. Where the PURCHASER maintains the
Occupational Health Centre facilitating the CONTRACTOR, such a facility shall
meet the requirements laid by the governing statute and this shall be stated in
the CONTRACT. Where the CONTRACTOR out-sources such facility, it shall
meet the statutory requirements and shall be approved by the
PURCHASER/CONSULTANT and the statutory body.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 190 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 4 OF 19
1.7.2 The Occupational Health Centre shall be served by a full time medical officer
holding a medical degree in allopathic medicine with a minimum of five years
experience in Occupational Health/Medicine. A nurse, one dresser/compounder
and one sweeper-cum-ward boy who will all be available during entire
construction operation during the day shall assist the medical officer. One
additional Medical Officer shall be posted for every additional thousand
Construction workmen along with the team of nurse, compounder and ward boy
The PURCHASER shall arrange for an ambulance room and an ambulance van
directly or outsource the facilities meeting the governing statutory needs for
prompt transportation of serious cases accident and or sickness to the hospital.
Such facilities shall be maintained in good repair and equipped with facilities
such as dry powder type extinguishers, flashlights, portable oxygen unit, self-
contained breathing apparatus etc. as prescribed by the governing statute.
1.9.1 The CONTRACTOR shall maintain a procedure for identification of the training
needs and training his employees to create a health and safety conscious work-
force that will comply with the law and safety requirements of the Organisation.
He shall also maintain a procedure for safety induction and initial training as well
as follow-up training on the job safety for new entrants. All employees shall
receive effective training and periodic refresher training on the operation control
procedures specific to their tasks designed to control the job-safety risks. A
booklet of such operation control procedures and safety rules with need based
pictorial illustrations shall be made available to all employees who are to learn
and be familiar with such procedures. All training shall be monitored for
effectiveness as per established procedures. The CONTRACTOR shall maintain
records of all training.
1.9.2 The SR and the SAs shall conduct regular fortnightly or weekly mock-safety
drills for different imaginary accident scenarios, in premeditated work areas to
provide on-job training such as:
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 191 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 5 OF 19
(d) First-aid
1.9.3 Participants shall receive training during mock-drills through role-play of their
normal expected tasks during emergencies and fire fighting. The degree of
demonstrated ability in the chosen tasks during such safety drills shall be
recorded as participants' competence level for planning his further training. The
experience gained in mock drills shall be used to update of operational control
procedures and the training needs. The roster of participants and contents for
routine mock-drills shall be appropriately planned to cover all employees in the
training at least once in four months.
Safety posters, banners and slogans displayed for safety promotion shall be
rotated at frequent intervals. The CONTRACTOR is encouraged to have safety
promotion as an item in the SC agenda. The CONTRACTOR is encouraged to
include safety promotion programmes such as: safety bulletins, magazines,
competitions in slogan and poetry writing on safety, screening of safety films,
celebration of national safety and environmental day, safety suggestion
schemes and safety library etc.
1.11.1 The CONTRACTOR shall maintain a procedure for control of his purchases to
ensure that all safety requirements are appropriately vetted by the safety
personnel during all stages of procurement including planning of specifications,
inspection for acceptance and commissioning in order that threats to safety are
not overlooked and appropriate attention is paid to the training of personnel in
the operation of the CONTRACTOR's new or changed machinery and their
operation control procedures, to prevent/control risks.
1.11.2 The CONTRACTOR shall exercise due diligence in appointing his SUB-
CONTRACTORS and outsourcing contract services, that no new health and
safety threats are created. The CONTRACTOR shall ensure personnel of SUB-
CONTRACTORS and outsourced contract services are competent in health and
safety management to meet the POLICY requirements. They shall be made
aware of the safety rules, emergency procedures and any information that will
have a bearing on the safety, health and related contractual obligations
1.12.1 The CONTRACTOR shall ensure that his key personnel and safety personnel
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 192 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 6 OF 19
1.12.2 The CONTRACTOR shall maintain a Hazard Identification, Risk Analysis and
Risk Control Manual (HIRARC) pertaining to all his activities duly updated as
detailed above. The HIRARC manual shall be made available to the
PURCHASER/CONSULTANT during regular inspections and audits
1.13.1 The CONTRACTOR shall maintain a work permit procedure to limit the
hazardous processes and high risks tasks to authorised personnel, who shall be
informed of the job safety analysis and the job specific safety precautions, on
issue of a work-permit. The work permit issued under the procedure shall be
valid for a specified period and shall be issued only after all safety precautions
are fulfilled and duly verified by the SR or the SA or specialist who is authorised
for safety certification as a prerequisite for issue of a work permit. The work
permit shall be appropriate for the purpose for which it is issued. Various work-
permits are:
HWP shall be used where hot working, like electric or gas welding, gas
cutting, or burning or any other operation involving heating, open
flames or electric arcs, grinding and electrical works etc. are potentially
dangerous in areas such as inflammable materials storage, plant and
pipe lines handling inflammable and or explosive materials either
presently or in the past, or where new works are undertaken adjoining
such works which in the opinion of the PURCHASER/CONSULTANT
are potential risks. A HWP shall be deemed mandatory in all such
potentially dangerous areas. The CONTRACTOR shall get areas such
as welding shops or maintenance areas approved by the
PURCHASER/CONSULTANT for 'Permit-Free' operation.
CSP is issued for entering and carrying out tasks in confined space.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 193 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 7 OF 19
Confined spaces shall include but not limited to storage tanks, process
vessels, bins, boilers, ventilation or exhaust ducts, sewers,
underground utility vaults, tunnels, pipelines and open top spaces more
than 4 feet in depth such as pits, tubs, vaults and vessels.
1.14.1 The CONTRACTOR shall maintain a procedure for Safety Inspection at routine
intervals to provide assurance that the instituted safety procedures are in place
to prevent deviations from established standards that could lead to a safety
hazard and consequential risk. The CONTRACTOR shall establish appropriate
standardised checklists for systematic job safety verification to ensure
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 194 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 8 OF 19
1.14.2 Should the existing operation control procedures prove inadequate and the
residual risks are higher than tolerable levels, the SR shall initiate hazard and
risk assessment and analysis and consultations with the SC to deploy
appropriate remedial measures and improved operation control procedures.
Periodic inspection reports and proposed remedial measures shall be submitted
to the PURCHASER/CONSULTANT. Records of changes change processes;
consultations with the SC and revision of operational controls shall all constitute
objective evidence of the existence of established procedures.
1.15.1 The CONTRACTOR shall undertake periodic safety audits to confirm through
investigative methods the effectiveness of the measures set out in the POLICY.
In order to be effective such safety audit shall be comprehensively covering all
aspects detailed in this specification to ensure effective loss-control/accident
prevention programme. Safety audits shall take into account the safety
inspection records, remedial measures and effectiveness of the safety
programme. Effectiveness of safety programme shall be based on the
CONTRACTOR’s effective hazard identification and risk assessment processes
for design of operation control procedures and on the safety statistics. Audit
reports and preventive actions and safety improvement programmes shall be
submitted to the PURCHASER/CONSULTANT.
2.1.1 The CONTRACTOR shall ensure that all his equipment and machinery are safe
to use while in motion or working. Operators shall have received training or
instruction on operation of the machinery and the regulatory requirements. The
CONTRACTOR shall have adequate procedure to ensure the stability and
securing of his working machinery during operation. He shall restrict repair and
maintenance of the machinery to trained personnel and maintain records of
repairs and maintenance. The equipment shall have appropriately designed
means of isolating from sources of energy and shall have emergency stop
control, which is easily accessible. All controls shall be clearly and uniformly
marked. All operation controls, interlocks, sensing devices and guards on tools
and equipment shall be functional and their status shall be regularly checked
and recorded. The CONTRACTOR shall provide evidence of compliance to
these requirements in any contractual write-ups submitted to the PURCHASER/
CONSULTANT for approval in respect of critical construction/contract works.
2.1.2 The CONTRACTOR shall provide only good quality hand tools and ensure
control of condition, storage, routine inspection and use of such hand-tools.
Unsafe tools such as with cracked or broken handles, mushroomed chisels and
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 195 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 9 OF 19
2.1.3 All safety ladders, scaffolding and such access equipment shall meet
requirements of IS 3696 and IS 4014 and such standards as the
PURCHASER/CONSULTANT may stipulate. The safety work permits shall be
issued only after ensuring that all safety requirements of access equipment are
complied with. Access equipment shall be inspected on a routine basis to
prevent injuries caused by falls.
2.1.4 The CONTRACTOR shall ensure safety of all those concerned with lifting and
those who may be affected by material hoisting, lifting and handling using
various mechanical aids. All lifting equipment such as cranes, hoists, lifting
shackles, hooks chains and links shall be designed as per appropriate
International codes of construction. Operators shall have been trained in
operation and maintenance of such equipment besides training on standard
hand signals to be employed during the hoisting and lifting operations. Safe
Working Loads (SWL) shall be marked on equipment prominently. SWL shall be
evidenced to have been established by test procedures in accordance with
acceptable codes of practices.
2.1.5 Riding on construction equipment, forklifts and cranes shall be prohibited unless
such vehicles are provided with passenger seats.
2.1.6 Pressurised gas and air systems shall be maintained safe in good working order
and shall meet the requirements of the Factories Act 1948, The Static and
Mobile Pressure Vessels Rules 1984 and the Gas Cylinder Rules 1934 as
applicable. The safety relief valves, safety appurtenances and isolation systems
shall be compliant with safety code of practices. Any statutory register of
pressure vessel records and the code of practices shall be subject to periodic
auditing by the PURCHASER/CONSULTANT.
2.1.7 The areas of highly dangerous activities like hoisting, lifting and rock blasting,
and radiation, shall be appropriately barricaded to protect personnel and
machinery and guided by work permit discipline. Emergency plans shall cater to
emergencies arising out of such activities.
2.1.8 Signs, barricades, barrier tapes and warning or entry restriction devices or
accessories shall be provided to minimise work related risks of accidents and
injuries. Signage shall meet all regulatory requirements such as under The
Building and other construction workers Act 1996, Factory Act 1948,
Manufacture, Storage, Import of Hazardous Chemicals Rules under
Environmental Protection Act 1986, Indian Explosives Act 1984 and Gas
Cylinder Rules 1981 and Indian Electricity Act 1910 and Rules there of and any
other safety requirements of the PURCHASER/CONSULTANT.
2.2.1 The CONTRACTOR shall provide only such equipment for work that is
electrically safe to work. The CONTRACTOR shall have a procedure to identify
and record all his electrical equipment in a register, with provisions to record his
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 196 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 10 OF 19
2.2.2 Approved earth leakage relays or alternative safety devices to relevant IS and
International codes shall be used on all portable electrical hand tools. Where
possible low-voltage electric power supply shall be used for hand tools, earth
leakage units shall protect electrical installations in workshops, kitchens,
cafeterias, first-aid rooms, laboratories and offices. Record of regular checks
shall be maintained. The CONTRACTOR shall comply with ‘Code of Practice for
Earthing’ as per IS 3043.
2.2.4 The CONTRACTOR shall arrange displaying signage under Indian Electricity
Act 1910, such as:
2.2.5 All power cables providing construction power to various construction machinery
and the connectors shall be in safe and sound condition. Cables shall be routed
through cable trays supported on appropriately designed structures, duly
clamped, secured and identified. Road crossing cables shall be laid in conduits
buried at least 600 mm below the surface to prevent damage due to vehicular
traffic. All cables shall be off the floor to avoid damage or tripping hazard.
Cables shall be terminated at the switchgear and sockets in a workman like
manner to prevent loose contacts and flashover. Only safety receptacles shall
be used for providing power connection to hand-tools. All switches and
distribution boards shall be clearly marked. All electrical distribution and panel
wiring diagrams shall be available with the electrical maintenance personnel.
The CONTRACTOR shall maintain a safe electrical isolation/lockout procedure.
2.2.6 The CONTRACTOR shall ensure lighting circuits are not used for hand-tools.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 197 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 11 OF 19
2.4.1 The CONTRACTOR shall prevent all injuries, illnesses and damage to property
or the environment caused by any article or substance, which proves to be
hazardous. The code of practices of construction and operation and
maintenance and control procedures shall meet required statutory and
regulatory requirements. Personnel shall be trained on use, handling, storage,
disposal and emergency spillage procedures.
2.4.2 The CONTRACTOR shall detail and deploy operational controls to reduce
hazardous wastes and their disposal as required by the statute ‘Hazardous
Waste (Management and handling) Rules 2000’. Oil wastes, used oils, soil and
cotton soaked in oil consequent to handling operations, grease and many class
of paints and asbestos sheets and gaskets are typical hazardous wastes.
2.4.3 The CONTRACTOR shall identify, contain and control all sources of radiation.
Appropriate regulatory approvals shall be obtained before commencement of
work involving radiation sources. Radiation protection advisors suitably qualified
and experienced shall be appointed whose names shall be submitted to
PURCHASER/CONSULTANT. Dosimetry and surveillance of personnel
engaged in such work shall be maintained in accordance with regulatory
requirements.
The CONTRACTOR shall provide his employees required PPE meeting the
requirements of the stated IS specifications and guidelines or equivalent
International Standards as may be prescribed by the PURCHASER/
CONSULTANT from time to time. The CONTRACTOR shall have instituted
good working procedures and practices in providing PPE, maintenance, issue
and training on their use. All PPE shall be periodically checked to ensure worn,
damaged equipment are replaced expeditiously.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 198 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 12 OF 19
The CONTRACTOR shall comply with requirements of IS 2925. Hard hats shall
be used and worn where a hazard of falling or flying objects exist. Hard hats
intended for use by visitors shall have replaceable paper lining.
Eye protection shall be worn during all operations by operators and people in
the vicinity, where there is a danger of flying particles of metal such as
generated during use of hand tools such as chisels, grinding, welding and
cutting lathe work on brass and cast iron acid and alkali splash, high pressure
jet cleaning or insulation removal from heights using high pressure jets. The
CONTRACTOR shall meet the requirements of IS 8520 entitled ‘Guide for
Selection of Industrial Safety Equipment for Eye, Face and Ear Protection’.
3.1.4 Footwear
Safety shoes, boots and gumboots fitted with steel toe-caps of approved quality
conforming to prescribed Indian or international standards. Wearing of unsafe
safety shoes such as jogging shoes, tennis shoes, slippers and sandal etc. are
prohibited. The CONTRACTOR shall meet the requirements of IS 10667 entitled
‘Guide for Selection of Industrial Safety Equipment for Protection of Foot and
Leg’.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 199 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 13 OF 19
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 200 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 14 OF 19
3.2.1 The CONTRACTOR shall have procedures to identify risks involved in manual
handling operation and tasks. The CONTRACTOR shall ensure appropriate
training to prevent any possible injury. Full use of mechanical aids shall be
made to avoid risks arising out of such manual handling. Employees shall be
adequately trained on such manual tasks and related safety precautions to
reduce the risk of injury to personnel engaged in such work.
4.1.1 Where the PURCHASER maintains the fire protection equipment, the
CONTRACTOR shall comply with the PURCHASER's fire regulations, warning
signals and procedures. The CONTRACTOR shall arrange to train his
personnel meeting the prescribed qualifying competence needs, in requisite
numbers in the operation of such fire protection equipment and systems.
4.1.2 Risk assessments shall be carried out to identify potentially vulnerable areas to
provide sufficient quantities of correct type of extinguishers and ancillary
equipment to deal with various types of fire hazards.
4.1.3 Where required under the CONTRACT the CONTRACTOR shall provide
appropriate type of extinguishers close to areas of fire hazard but not too close
they are cut off from use during a fire. Water based extinguishers shall not be
positioned close to or used on electrical equipment.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 201 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 15 OF 19
4.1.5 The location of fire fighting equipment shall quickly and easily be identifiable
especially in emergencies in a conspicuous manner painted as high as possible
to identify the location of the extinguisher to prevent it from being obscured by
machinery and goods stacked in front and to return the equipment to its location
after emergency use in other locations. In order to ensure this, ‘Keep Clear’ area
shall be demarcated and maintained. Location plans of extinguishers and fire-
fighting equipment shall be prominently displayed when desired by the
PURCHASER/CONSULTANT.
4.1.6 SR and SAs shall be trained on fire fighting techniques who shall co-ordinate
and control fire protection and prevention programmes.
4.1.7 Where required under the CONTRACT, the CONTRACTOR shall maintain
alarm systems powered by mains and by battery for back-up. Where required
under the CONTRACT, emergency lighting shall be provided to aid evacuation
in poor lighting conditions following the alarm. The alarm system shall be made
known to all employees. When the PURCHASER extends these facilities for use
by the CONTRACTOR, he shall provide appropriate training to his personnel in
the use of such emergency facilities and duties
4.1.8 A clear written procedure for action in the event of fire should be produced. Fire
teams and hose teams shall be identified and their responsibilities during
emergencies shall be detailed in writing. Personnel shall be trained on their fire
duties and use of fire-fighting equipment. Regular drills shall be conducted to
test procedures and to validate them. Fire instructions and emergency
procedures shall be displayed throughout the premises. Emergency response
procedures are detailed under para 5.0 below.
4.1.9 A means of escape shall be provided in all work areas and storages and
maintained and kept free from obstruction. All exits shall be clearly marked and
kept unlocked whilst the premises are in use. Escape routes shall be protected
from fire.
4.1.10 When a hot work permit is issued, the CONTRACTOR shall ensure
(b) Determination that flammable vapours and liquids are not present
(d) Determination that sprinkler and hydrant and other installed fire
systems are functional
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 202 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 16 OF 19
(g) Workmen performing the task are adequately briefed on job safety
analysis, hazards and risks and the safeguards against risks.
4.2 SECURITY
4.2.1 Where required under the contract, security personnel shall do all that is
reasonably practicable to ensure the safety of employees and property of the
company in the face of accidents by fighting fires and containing losses due to
pilferage, theft, vandalism and industrial espionage both by employees and
external elements. Security personnel shall be appropriately competent and
receive adequate safety training. Security personnel shall routinely report on a
standardised basis on aspects such as violation of fire-protection rules, use of
alcohol and narcotic drugs, condition of security fencing, floodlighting and
storages etc.
4.2.2 Where the project is located where a number of other companies are in
operation, the CONTRACTOR shall plan for mutual assistance programmes in
cases of emergencies, as are practiced in the area in conjunction with the
PURCHASER.
5.1 The CONTRACTOR shall plan to deal with emergencies. An EP/ER specific to
the job site shall be written and communicated to all employees. The EP/ER
shall identify for the potential for and responses to incidents and emergency
situations and for preventing and mitigating the likely illness and injury that may
be associated with them.
5.2 The CONTRACTOR shall review his emergency preparedness and response
plans and procedures in particular after occurrence of incidents or emergency
operations
5.3 The CONTRACTOR shall designate his emergency team with their duties
during emergencies defined, Including those of the hose teams, medical
personnel, first-aiders and security. The CONTRACTOR shall maintain a
procedure as to how his emergency organisation shall liaise with the
PURCHASER's representatives in the EP/ER.
5.4 The CONTRACTOR shall also periodically test such emergency procedures by
conducting mock-drills and use the experience for updating the EP/ER and for
training the employees on the perceived competence needs.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 203 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 17 OF 19
5.5 The EP/ER of the CONTRACTOR shall be under the control of the SR who shall
be able to co-ordinating with the PURCHASER/CONSULTANT for liaising with
government agencies, neighbouring industries and community
5.6 The EP/ER shall be designed to allow people to work under disaster conditions
when normal services such as telephone water, light power, transport and
sanitation are not available and first aid and fire fighting facilities are not able to
cope with sudden demand on services.
The CONTRACTOR shall ensure that workplaces are ventilated with at least
prescribed amount of clean or cleaned fresh air of a suitable temperature,
especially where toxic or irritating substances are present such as welding,
vehicle exhaust fumes, irritating dusts, organic solvents or any other inimical
atmosphere creating health hazards or safety.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 204 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 18 OF 19
6.7.1 The CONTRACTOR shall ensure stacked material is bonded on a stable and
level footing capable of carrying the mass of the stack. Adequate clearances
shall be provided between the sides of the stack and top to facilitate unimpeded
access to service equipment like overhead wiring, cranes, forklifts and fire
fighting equipment, and hoses. Circular items shall be sufficiently choked with
wedges not with odd bits of materials. Free-standing stacks of gunny bags and
sacks such as cement bags shall be stacked to prescribed safe-stack heights
with layers formed for stable bonding, preventing slippage causing accidents.
Stacking against walls shall not be permissible.
6.7.2 The CONTRACTOR shall maintain the premises and surrounding areas in clean
and clear manner with safe access and egress. There shall be sufficient and
adequate storage racks, shelving, bins and pallets and material handling
equipment to stack his construction materials such as pipes structurals and
construction enabling materials. Unwanted materials shall be promptly moved
away for efficient material movement.
6.8.1 Hazardous materials shall be stored on solid bases. Solid bases shall include
compacted earth, pallets, concrete or asphalt platforms or paving. Hazardous
materials shall be stored, stacked and secured to prevent toppling, spillage or
other unintended dislodgement. Aisles and clearances shall be as detailed
under 6.6 above. Hazardous materials shall be stacked in such a manner that
an observer standing in the aisle can read their labels and legend.
6.8.3 Hazardous materials which if brought in contact with each other could react or
pose equal or greater hazard than either material stored alone shall be stored at
a distance not lesser than twenty feet apart.
6.8.4 Warnings shall be posted and maintained in a legible condition at all access
points clearly defining the specific hazardous nature of the stored materials such
as ‘Corrosive’, ‘Flammable’, ‘Explosive’, ‘Oxidising’, ‘Compressed Gas’ or other
hazardous nature.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 205 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 19 OF 19
6.8.6 The CONTRACTOR shall inspect the hazardous storages and installations on a
daily basis and hall undertake any requisite preventive action necessary to
avoid safety risks
6.9.1 The CONTRACTOR shall secure flammable and or explosive materials against
accidental ignition.
6.9.2 Storage facilities for flammable liquids such as petrol, diesel kerosene and
lubricants as well as the quantities stored shall meet the legal and statutory
requirements. These shall be stored in approved fire-resistant rooms with a
sump of sufficient volume to contain any spillage.
6.9.3 The electrical fittings to be flame -proof and on a strict maintenance schedule.
Containers shall be appropriately bonded in receptacles into which low flash
point fuel is decanted.
Compressed gas cylinders shall be stored and secured in the upright position at
safe distances from shielded from welding and cutting operations. Compressed
gas cylinders in storage shall be shut off and torches, hose and manifolds
removed and capped. Cylinders shall be periodically checked for leakages.
Storage shall meet requirements of Gas Cylinder Rules 1981.Compressed gas
storages shall be provided with safety relief valves, Safety valves and rupture
disc to protect them overpressures. appropriately designed to ensure their
continued availability in the face of process changes
The CONTRACTOR shall ensure that he has sufficient waste bins that are
identified for different wastes and maintained in clearly demarcated areas.
Wastes with oily or other ignitable materials such as oily cotton wastes and
hand gloves shall be stored separately with covers to prevent fires and shall be
made of metal. Different wastes shall be segregated and stored separately and
disposed off. These shall be emptied at routine intervals to prevent that they do
not overflow with wastes.
ISSUE
R1
FILE NAME: M4918R1.DOC PART 1 Page 206 of 393 TCE FORM NO. 329 R5
PART 1 Page 207 of 393
PART 1 Page 208 of 393
PART 1 Page 209 of 393
PART 1 Page 210 of 393
PART 1 Page 211 of 393
PART 1 Page 212 of 393
PART 1 Page 213 of 393
PART 1 Page 214 of 393
PART 1 Page 215 of 393
PART 1 Page 216 of 393
PART 1 Page 217 of 393
PART 1 Page 218 of 393
PART 1 Page 219 of 393
PART 1 Page 220 of 393
PART 1 Page 221 of 393
PART 1 Page 222 of 393
PART 1 Page 223 of 393
PART 1 Page 224 of 393
PART 1 Page 225 of 393
PART 1 Page 226 of 393
PART 1 Page 227 of 393
PART 1 Page 228 of 393
PART 1 Page 229 of 393
PART 1 Page 230 of 393
PART 1 Page 231 of 393
PART 1 Page 232 of 393
PART 1 Page 233 of 393
PART 1 Page 234 of 393
PART 1 Page 235 of 393
PART 1 Page 236 of 393
PART 1 Page 237 of 393
PART 1 Page 238 of 393
PART 1 Page 239 of 393
PART 1 Page 240 of 393
PART 1 Page 241 of 393
PART 1 Page 242 of 393
PART 1 Page 243 of 393
PART 1 Page 244 of 393
PART 1 Page 245 of 393
PART 1 Page 246 of 393
PART 1 Page 247 of 393
PART 1 Page 248 of 393
PART 1 Page 249 of 393
PART 1 Page 250 of 393
PART 1 Page 251 of 393
PART 1 Page 252 of 393
PART 1 Page 253 of 393
PART 1 Page 254 of 393
PART 1 Page 255 of 393
PART 1 Page 256 of 393
PART 1 Page 257 of 393
PART 1 Page 258 of 393
PART 1 Page 259 of 393
PART 1 Page 260 of 393
PART 1 Page 261 of 393
PART 1 Page 262 of 393
PART 1 Page 263 of 393
PART 1 Page 264 of 393
PART 1 Page 265 of 393
PART 1 Page 266 of 393
PART 1 Page 267 of 393
PART 1 Page 268 of 393
PART 1 Page 269 of 393
PART 1 Page 270 of 393
PART 1 Page 271 of 393
PART 1 Page 272 of 393
PART 1 Page 273 of 393
PART 1 Page 274 of 393
PART 1 Page 275 of 393
PART 1 Page 276 of 393
PART 1 Page 277 of 393
PART 1 Page 278 of 393
PART 1 Page 279 of 393
PART 1 Page 280 of 393
PART 1 Page 281 of 393
PART 1 Page 282 of 393
PART 1 Page 283 of 393
PART 1 Page 284 of 393
PART 1 Page 285 of 393
PART 1 Page 286 of 393
PART 1 Page 287 of 393
PART 1 Page 288 of 393
PART 1 Page 289 of 393
PART 1 Page 290 of 393
PART 1 Page 291 of 393
PART 1 Page 292 of 393
PART 1 Page 293 of 393
PART 1 Page 294 of 393
PART 1 Page 295 of 393
PART 1 Page 296 of 393
PART 1 Page 297 of 393
PART 1 Page 298 of 393
PART 1 Page 299 of 393
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 1 OF 59 OF
PIPING
1. PIPES ERW CS
2. PIPES EFW CS
2.1. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
2.2. LALIT PROFILES & STEEL INDUSTRIES LTD., NAVI MUMBAI
2.3. PSL LIMITED, MUMBAI
2.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD
2.5. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI
2.6. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI
2.7. MAN INDUSTRIES
2.8. MUKAT PIPES
2.9. LALIT PIPES
2.10. EUROTUBE LTD., ITALY
2.11. ESCO LTD., JAPAN
2.12. JFE STEEL CORPORATION GERMANY
2.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
2.14. VALLOUREC & MANNESHMAN
2.15. SUMITOMO PIPE CO & TUBE CO. LIMITED.
3. PIPES SEAMLESS CS
3.1. DALMINE S.P.A., ITALY (ONLY FOR 16” AND ABOVE SIZE)
3.2. HORST KURVERS GMBH, GERMANY (ONLY FOR 16” AND ABOVE SIZE)
3.3. INOXTECH S.P.A, ITALY (ONLY FOR 16” AND ABOVE SIZE)
3.4. ISMT LIMITED, PUNE
3.5. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
3.6. MAHARASHTRA SEAMLESS LTD., MUMBAI
3.7. TUBOS REUNIDOS, S.A., SPAIN (ONLY FOR 16” AND ABOVE SIZE)
ISSUE
R0
3.8. VAN LEEUWEN BUIZEN, BELGIUM (ONLY FOR 16” AND ABOVE SIZE)
3.9. EUROTUBE LTD., ITALY
3.10. ESCO LTD., JAPAN
3.11. BHARAT HEAVY ELECTRCAL LTD.
3.12. JFE STEEL CORPORATION GERMANY
3.13. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
3.14. SUMITOMO PIPE CO & TUBE CO. LIMITED.
3.15. RATNADEEP METAL & TUBES PVT. LTD
ISSUE
R0
6. PIPES - CPVC
6.1. ASTRAL POLYTECHNIK LIMITED
6.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED
7. BARE TUBES
7.1. HEAVY METALS AND TUBES MUMBAI
7.2. SAINEST TUBES AHMEDABAD
7.3. RATNADEEP METALS AND TUBES, KHETWADI LANE, MUMBAI
7.4. SHIN HAN METAL
7.5. SALZGITTER MANNESMANN
7.6. RATHGIBSON, INC
7.7. RONCONI
7.8. VALLOUREC PRECISION
7.9. RATHGIBSON, INC
7.10. RAJENDRA MECHANICAL INDUSTRIES, GOREGAON E
7.11. HART B V
7.12. DMV FRANCE
7.13. BENTELER AKTIENGESELLSCHAFT, GERMANY
8. TUBE STUDDED
8.1. BHEL (TRICHY) INDIA
8.2. BIRAGHI S.A. France
8.3. FINTUBE LTD. PARTNERSHIP, CANADA
8.4. JORD ENGINEERS INDIA LTD., INDIA
8.5. LPA SPA, ITALY
8.6. SUMITOMO METAL INDUSTRIES LTD., JAPAN
ISSUE
R0
ISSUE
R0
11.9. FERROSTAAL AG
11.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.
11.11. AMFORGE INDUSTRIES
11.12. SAWAN ENGINEERS
11.13. PIPEFIT ENGINEERS PVT. LTD
11.14. PARMAR TECHNOFORGE
13. VALVES-GATE,GLOBE,CHECK(CAST/FORGED)-CS/AS/SS
13.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
13.2. KSB PUMPS LTD., PUNE
13.3. LARSEN & TOUBRO LTD., MUMBAI
13.4. NITON VALVE INDUSTRIES LTD., MUMBAI
13.5. OSWAL INDUSTRIES LTD, GANDHINAGAR
13.6. BHEL
13.7. TYCO VALVES & CONTROLS ITALIA SRL
13.8. VELAN, GMBH
13.9. AUTOCAP INDUSTRIES CHENNAI (0.5 INCH TO 1.5 INCH NB CLASS 800)
13.10. NSSL Limited
ISSUE
R0
ISSUE
R0
ISSUE
R0
25. MOTORISED OPERATED VALVES (FLANGED /B.W END GATE/GLOBE/CHECK VALVE C.S./S.S./A.S.)
ISSUE
R0
ISSUE
R0
ISSUE
R0
ISSUE
R0
34. STRAINERS(FAB/CAST/FORGED)
34.1. BOMBAY CHEMICAL EQUIPMENTS, MUMBAI
34.2. GRAND PRIX FAB (P) LTD, NEW DELHI
34.3. GUJARAT OTOFILT, AHMEDABAD
34.4. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI
34.5. SPIRAX MARSHALL LTD, PUNE
34.6. OTOKLIN
34.7. GUPTA WORKSHOP. MUMBAI
ISSUE
R0
42. GRATINGS
42.1. ALLIED ENGINEERING CORPORATION
42.2. GREATWELD STEEL GRATINGS PVT.
42.3. INDIANA ENGINEERING WORKS (BOMBAY) PVT. LTD.
42.4. KEMROCK INDUSTRIES AND EXPORTS LTD.
42.5. SWATHI ENGINEERS
42.6. WEST COAST ENGINEERING WORKS PVT. LTD.
ISSUE
R0
ISSUE
R0
PROCESS / MECHANICAL
48. COLUMNS/TOWERS/SCRUBBERS
48.1. ANUP ENGINEERING LTD., AHMEDABAD
48.2. G.R. ENGINEERING WORK LTD., MUMBAI
48.3. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI
48.4. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
48.5. INDUS ENGG. COMPANY, MUMBAI
48.6. INDUSTRIAL MANUFACTURERS, MUMBAI
48.7. ISGEC, YAMUNANAGAR
48.8. LARSEN & TOUBRO LTD., MUMBAI
48.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI
48.10. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI
48.11. TEMA INDIA LTD., MUMBAI
48.12. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR
48.13. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
48.14. BPCL CATEGORY – HEAVY FABRICATORS
48.15. PRECISION EQUIPMENTS (P) LTD. CHENNAI
48.16. THERMAX LTD. PUNE.(M)
49. REACTORS
49.1. ALSTOM PROJECTS INDIA LTD., KOLKATA
49.2. G.R. ENGINEERING WORK LTD., MUMBAI
49.3. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
49.4. INDUS PROJECTS LIMITED, MUMBAI
49.5. INDUSTRIAL MANUFACTURERS, MUMBAI
49.6. ISGEC, YAMUNANAGAR
49.7. KCP LTD., CHENNAI
49.8. LARSEN & TOUBRO LTD.(HAZIRA), SURAT
49.9. LLOYDS STEEL INDUSTRIES LTD., MUMBAI
49.10. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI
49.11. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
49.12. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE
49.13. VIJAY TANKS & VESSELS LTD., VADODARA
49.14. WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR
49.15. BHARAT HEAVY PLATES AND VESSELS
BPCL CATEGORY – HEAVY FABRICATORS
49.16. PHILS HEAVY ENGINEERING PVT LTD, MUMBAI
49.17. THERMAX LTD. PUNE.(M)
50. DRUMS/TANKS/VESSELS
50.1. G.R. ENGINEERING WORK LTD., MUMBAI
50.2. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
50.3. ISGEC, YAMUNANAGAR
50.4. LARSEN & TOUBRO LTD., MUMBAI
50.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
50.6. INDUSTRIAL MANUFACTURERS, MUMBAI
50.7. TEMA INDIA LTD., MUMBAI
50.8. INDUS ENGG. COMPANY, MUMBAI
50.9. INDIA TUBE MILLS & METAL INDUSTRIES LTD., MUMBAI
50.10. CONSOLIDATED CHEMEQUIP (MFR) CORPN.
50.11. PHILS ENGINEERING CORPORATION
50.12. TRIOFAB (INDIA) PVT. LTD.
50.13. KINAM ENGINEERING INDUSTRIES
BPCL CATEGORY – ( PRESSURE VESSELS )
50.14. GRASIM INDUSTRIES LIMITED. NAGDA.(M)
50.15. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
50.16. THERMAX LIMITED PUNE.(M)
50.17. HINDUSTAN DORR-OLIVER LIMITED
51. AIR COOLED HEAT EXCHANGERS(HIGH PRESSURE) / AIR COOLERS / HEATERS (FINNED TUBES)
51.1. BHARAT HEAVY PLATES & VESSELS LTD.
51.2. GEI INDUSTRIAL SYSTEMS LTD., BHOPAL
51.3. BGR ENERGY SYSTEMS LTD., CHENNAI
51.4. JORD ENGINEERS, MUMBAI
51.5. LARSEN & TOUBRO LTD., MUMBAI
51.6. PAHARPUR COOLING TOWERS LTD., MUMBAI
51.7. PATELS AIRTEMP (INDIA) LTD., RAKANPUR
ISSUE
R0
PROCESS / MECHANICAL
ISSUE
R0
PROCESS / MECHANICAL
ISSUE
R0
PROCESS / MECHANICAL
60. AIR COMPRESSORS (SCREW)
60.1. ATLAS COPCO ENERGAS
60.2. HOWDEN AIR AND GAS INDIA PVT. LTD.
60.3. KIRLOSKAR PNEUMATIC CO. LTD., PUNE
60.4. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
65.8. JOHNSON PUMP (INDIA) LIMITED
ISSUE
R0
PROCESS / MECHANICAL
69.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
69.2. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
69.3. KIRLOSKAR EBARA PUMPS LTD., PUNE
69.4. KSB PUMPS LTD., PUNE
69.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
72.1. KIRLOSKAR EBARA PUMPS LTD., PUNE
72.2. KSB PUMPS LTD., PUNE
72.3. SULZER PUMPS INDIA LTD., NAVI MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
77.4. ROTO PUMPS LTD.
81. BURNERS
81.1. CALLIDUS TECHNOLOGIES LTD.
81.2. HAMWORTHY COMBUSTION ENGG. LTD.
ISSUE
R0
PROCESS / MECHANICAL
81.3. JOHN ZINK COMPANY LTD.
81.4. LD DUKIER B. V.
81.5. ZEECO INC
81.6. AADI ENERGY SYSTEMS PVT. LTD.CALCUTTA.(M)
81.7. ADVANI-OERLIKON LTD.PUNE.(M)
81.8. AIROIL-FLAREGAS (I) PVT. LTD.AHMEDABAD.(M)
83. COALESCERS
83.1. AXSIA HOWMAR LTD, UNITED KINGDOM
83.2. CLARKE RELIANCE CORPORATION, USA
83.3. FACET USA, USA
83.4. GRAND PRIX FAB (P) LTD, NEW DELHI
83.5. KING TOOL COMPANY, U.S.A
83.6. SULZER INDIA LTD., PUNE
83.7. MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI
83.8. PALL CORPORATION, PUNE
83.9. PERRY EQUIPMENT CORPORATION(PECO), U.S.A
83.10. RAVI TECHNO SYSTEMS PVT. LTD.(CHANGED TO PETROMAR), MUMBAI
83.11. SIIRTEC NIGI S.P.A., ITALY
83.12. WAKO INDUSTRIAL CO. LTD., TOKYO
84. EJECTOR
84.1. KOERTING ENGINEERING PVT. LIMITED, CHENNAI
84.2. LARSEN & TUBRO LTD., MUMBAI
84.3. MAZDA LTD., AHMEDABAD
84.4. NEW FIELD INDUSTRIAL EQUIPMENT PVT.LTD., VADODARA
84.5. WIEGAND INDIA PVT.LTD., NEW DELHI
ISSUE
R0
PROCESS / MECHANICAL
85. SILENCER
85.1. ACOUSTICS INDIA PVT. LTD., TIRUCHIRAPALLI
85.2. BURGESS MANNING (I) PVT. LTD., NEW DELHI
85.3. C R MICROTOUCH ENGINEERS, RANIPET
85.4. GRAND PRIX FAB (P) LTD, NEW DELHI
85.5. INDIRA INDUSTRIES, INDIANA
85.6. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD
85.7. PR ACCOUSTICAL AND ENGG. WORKS PVT. LTD., TIRUCHIRAPALLI
86. DESUPERHEATER
86.1. FOURESS ENGINEERING (I) LTD., MUMBAI
86.2. H.K. INDUSTRIES, MUMBAI
86.3. INDUSTRIAL MANUFACTURERS, MUMBAI
86.4. KROHNE MARSHALL PVT. LTD., PUNE
86.5. LEPRETFLO ENGG. PVT. LTD., AHMEDABAD
86.6. MAZDA LTD., AHMEDABAD
86.7. PRALKA ASSOCIATES, MUMBAI
86.8. SPX VALVES & CONTROLS, UNITED STATES
86.9. THEETA ELECTRICALS PVT. LTD., DELHI
86.10. TYCO VALVES & CONTROLS, INDIA
86.11. VALFLO PVT LTD, AHMEDABAD
ISSUE
R0
PROCESS / MECHANICAL
89.1. CHEMBOND CHEMICALS LTD., NAVI MUMBAI
89.2. ENPRO INDUSTRIES PVT. LTD., PUNE
89.3. ION EXCHANGE INDIA LTD.
89.4. MILTON ROY INDIA (P) LTD., CHENNAI
89.5. SHAPOTOOLS, MUMBAI
89.6. SWELORE ENGINEERING PVT. LTD., AHMEDABAD
89.7. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI
92. RC MACHINES
92.1. GEA TECHNOFRIGO
92.2. VOLTAS
92.3. BLUESTAR
92.4. CARRIER
92.5. JOHNSON CONTROLS (YORK)
ISSUE
R0
PROCESS / MECHANICAL
93.3. C.DOCTOR INDIA PVT LTD, AHMEDABAD
93.4. DUSTVEN PVT LTD, BANGALORE
93.5. DUVENT FANS PVT. LTD., NEW DELHI
93.6. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI
93.7. FLAKT (INDIA) LTD., MUMBAI
94. AGITATOR
94.1. GMM PFAUDLER LIMITED, MUMBAI
94.2. MIXRITE ENGINEERING PVT.LTD., MUMBAI
94.3. RATHI LIGHTNIN MIXERS PVT. LTD., PUNE
94.4. REMI PROCESS PLANT & MACHINERY LTD., MUMBAI
94.5. STANDARD ENGINEERS, MUMBAI
94.6. THERMOTECH ENGINEERING
ISSUE
R0
PROCESS / MECHANICAL
98. RESTRICTION ORIFICE
98.1. EMFA INDUSTRIES, MUMBAI
98.2. GENERAL INSTRUMENTS CONSORTIUM, MUMBAI
98.3. HYDROPNEUMATICS, MUMBAI
98.4. JRU CONTTROL PVT LTD, CHENNAI
98.5. MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD
98.6. MINCO INDIA PVT. LTD, MUMBAI
98.7. STAR-MECH CONTROLS (I) PVT.LTD., PUNE
ISSUE
R0
PROCESS / MECHANICAL
102.6. THERMAL SYSTEMS (HYDERABAD) PVT. LTD.
102.7. WALCHANDNAGAR INDUSTRIES LTD.
ISSUE
R0
PROCESS / MECHANICAL
106.3. MALEMA SENSORS INDIA PVT. LTD.
108. FLARE
108.1. ADVANI – ORLIKON LTD.
108.2. AIROIL FLAREGAS (I) LTD.
ISSUE
R0
PROCESS / MECHANICAL
112.5. ESDEE PAINTS PVT. LTD.MUMBAI.(T)
112.6. JENSON & NICHOLSON (I) LTD.MUMBAI.(T)
112.7. MERCURY PAINTS & VARNISHES LTD.MUMBAI.(T)
112.8. SHALIMAR PAINTS LTD.MUMBAI.(T)
WHEEL KEYS
BPCL VENDORS
116.9. GAMZEN PLAST P LTD. MUMBAI
116.10. GUPTA WORKSHOP. MUMBAI
116.11. RATTAN ENGINEERS. MUMBAI
116.12. RAVAT ENGG. WORKS. MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
ELEVATORS/LIFTS
BPCL VENDORS
116.13. OTIS ELEVATOR CO. INDIA LTD. MUMBAI
FORKLIFT
BPCL VENDORS
116.14. GODREJ & BOYCE MFG. CO. LTD. MUMBAI
ISSUE
R0
PROCESS / MECHANICAL
121. LUBE OIL SYSTEM (API 614)
121.1. ENPRO INDUSTRIES PVT. LTD., INDIA
121.2. SOUTHERN LUBRICATION PVT. LTD., INDIA
121.3. TRIVENI PLENTY ENGG. LTD., INDIA
124. DESUPERHEATER
124.1. MAZDA
124.2. FORBES MARSHALL
125. DEAREATOR
125.1. THERMAX
ISSUE
R0
PROCESS / MECHANICAL
127.11. LLOYDS STEEL INDUSTRIES LTD, INDIA
127.12. SALZGITTER INTERNATIONAL, GERMANY
127.13. POSCO, KOREA
127.14. NIPPON STEEL, JAPAN
127.15. RUKKI METALS, FINLAND
127.16. THYSSENKRUPP
127.17. KOBE STEEL, JAPAN
128. FORGINGS
128.1. BAYFORGE
128.2. BRIGHTEX
128.3. BUKWANG
128.4. CD ENGINEERING COMPANY GAZIABAD
128.5. CD INDUSTRIES, GAZIABAD
128.6. CHAUDHARY HAMMER WORKS
128.7. DAE HWA METAL CO. LTD, KOREA
128.8. ECHJAY FORGINGS PVT. LTD.
128.9. GALPERTI, ITALY
128.10. GOLDEN IRON AND STEEL WORKS
128.11. GOVA GMBH
128.12. HANWHCORPORATION, KOREA
128.13. HYUNDAI FORGINGS CO, KOREA
128.14. JAC FORGINGS
128.15. JK FORGINGS
128.16. KOFCO KOREA
128.17. KUNJ FORGINGS,
128.18. MELESI, ITALY
128.19. METSTEEL, BUSAN KOREA
128.20. MS FITTINGS
128.21. MYSCO CO LTD.
128.22. O SUNG KOREA
128.23. OFFICINE NICOLA
128.24. PARAMOUNT FORGE
128.25. PRADEEP METALS
128.26. PUNJAB STEEL WORKS PVT. LTD.
128.27. RP ENGINEERING PVT. LTD.
128.28. SANGHVI FORGINGS & ENGINEERING PVT. LTD
128.29. SAWAN ENGINEERS
128.30. TAEWOONG CO LTD
128.31. ULMA SPAIN
ISSUE
R0
PROCESS / MECHANICAL
129.1. AFFLERBACH BODENPRESSEREI GMBH
129.2. CEREC SAS
129.3. DILLINGER
129.4. VOESTALPINE GMBH
132. ANODES
132.1. GOLCONDA
132.2. ELECTROPROTECTION SERVICES, SEMBAKKAM, CHENNAI
134. REFRACTORIES
134.1. ASSOCIATED CEMENT COMPANY LTD.
134.2. CARBORUNUM UNIVERSAL LTD.
134.3. MAHAVIR REFRACTORIES CORPORATION
134.4. TATA REFRACTORIES LTD.
134.5. PACFIC REFRACTORIES LTD.,
134.6. CASTWELL INDUSTRIES
134.7. BABCOCK & WILLCOX INTERNATIONAL INC, USA
134.8. BASCO LTD., UK
134.9. COMBUTION ENGINEERING INC., USA
134.10. DIDIER WERKS AG GERMANY
134.11. GENERAL REFRACTORIES CO. USA
134.12. MANVILLE DE FRANCE S.A. FRANCE
134.13. PLIBRICO B. V. , NETHERLAND
134.14. PREMIER REFRACTORIES, USA
ISSUE
R0
PROCESS / MECHANICAL
136.1. WAUKESHA FOUNDRY INC., USA
ELECTRICAL
1. BATTERY -LEAD ACID
1.1. EXIDE, INDIA
1.2. AMCO, INDIA
1.3. HBL POWER SYSTEMS LTD., INDIA
1.4. AMAR RAJA, INDIA
2. BATTERY CHARGER
2.1. CHABBI ELECTRICAL PVT. LTD., INDIA
2.2. AUTOMATIC ELECTRIC LTD., INDIA
2.3. HBL POWER SYSTEMS LTD., INDIA
2.4. MASS-TECH , INDIA
2.5. UNI-INSTA,BANGALORE
3. BUSDUCTS - M.V.
3.1. INTRELEC- (M.V. ONLY), INDIA
3.2. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA
3.3. GLOBE ELECT. INDUSTRIES (MV ONLY), INDIA
3.4. UNITED ELECTRICALS, INDIA
3.5. STAR DRIVE, INDIA
3.6. L&T, INDIA
3.7. SIEMENS, INDIA
3.8. ELECHMECH, INDIA
3.9. ENPRO, INDIA
3.10. POWER CONTROL ENTERPRISES, INDIA
3.11. MANSHU COMTEL PVT. LTD.
ISSUE
R0
ELECTRICAL
4. CABLES H.V. - 3.3 KV- 33 KV XLPE INSULATED
4.1. UNIVERSAL CABLES LTD., INDIA
4.2. NATIONAL INSULATED CABLE CO. OF INDIA LTD. (NICCO), INDIA
4.3. TORRENT CABLES LTD., INDIA
4.4. RPG CABLES LTD., INDIA
4.5. CABLE CORPORATION OF INDIA LTD, INDIA
4.6. KEI (KEI INDUSTRIES LIMITED) , INDIA
5. CABLES L.V.- POWER, CONTROL & EARTHING – PVC & XLPE INSULATED
5.1. UNIVERSAL CABLES LTD, INDIA
5.2. NATIONAL INSULATED CABLE CO.OF INDIA LTD.(NICCO), INDIA
5.3. KEI (KEI INDUSTRIES LIMITED), INDIA
5.4. RPG CABLES , INDIA
5.5. TORRENT CABLES LTD. , INDIA
5.6. CCI, INDIA
5.7. RADIANT CABLES, INDIA
5.8. BPCL CATEGORY(Cables LT)
5.9. POLYCAB PVT. LTD.
ISSUE
R0
ELECTRICAL
8.7. SCHNEIDER, INDIA
8.8. MANSHU COMTEL PVT. LTD.
ISSUE
R0
ELECTRICAL
14.2. BAJAJ ELECTRICALS, INDIA
14.3. CROMPTON GREAVES LTD., INDIA
14.4. PHILIPS , INDIA
ISSUE
R0
ELECTRICAL
18.4. CROMPTON GREAVES LTD, INDIA
18.5. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA
18.6. BPCL VENDORS(Motors LT Non FLP Type)
18.7. BHEL
18.8. Ramiey (only upto 25 HP)
ISSUE
R0
ELECTRICAL
21.2. ANSALDO ENERGIA SPA , ITALY
21.3. SIEMENS AG, GERMANY
21.4. ABB, INDIA
21.5. ALSTOM, USA
21.6. HITACHI, JAPAN
21.7. TOSHIBA CORPORATION, INDIA/ JAPAN
ISSUE
R0
ELECTRICAL
27. TRANSFORMER LIGHTING – DRY TYPE
27.1. VOLTAMP TRANSFORMERS LTD.- (RESIN IMPREGNATED), INDIA
27.2. INDCOIL- (VARNISH IMPREGNATED), INDIA
27.3. AUTOMATIC ELECTRIC LTD. , INDIA
27.4. POWER CONTROL ENTERPRISES, INDIA
27.5. BPCL category (Transformer Lighting (Upto 1 MVA))
27.6. Bharat Bijlee
27.7. Crompton Greaves
27.8. EMCO
27.9. Alstom India (Areva)
30. CCTV
30.1. SIEMENS , INDIA
30.2. NELCO, INDIA
30.3. TECHNOCRAT SECURITY SYSTEM, MUMBAI, INDIA
30.4. ECIL, INDIA
30.5. PHILIPS, INDIA
ELECTRICAL HEATERS
31.
(VENDOR NAMES RECOMMENDED BY AXENS)
31.1. VULCANIC, FRANCE
31.2. CHROMALOX ETIREX, FRANCE
31.3. EXHEAT LTD, UK
ISSUE
R0
ELECTRICAL
ISSUE
R0
ELECTRICAL
38.1. CORROSION TECHNOLOGY SERVICES INDIA (P) LIMITED
38.2. RAYCHEM RPG LIMITED, NEW DELHI
38.3. CORRECTECH INTERNATIONAL PVT. LTD. - INDIA
38.4. CORROSION CONTROL SERVICES PVT. LTD. - INDIA
38.5. RAYCHEM - USA
INSTRUMENTATION
1. AIR FILTER REGULATORS
1.1. PLACKA INSTUMENTS & CONTROLS (P) LTD., CHENNAI
3. INSTRUMENTATION CABLES
3.1. ASSOCIATED FLEXIBLES AND WIRES (P) LTD
ISSUE
R0
INSTRUMENTATION
3.9. THERMOCABLES LTD. , MUMBAI
4.2. HALUKABEL
5.1. P& F
5.2. MTL
6. COPPER TUBE
6.1. ALCOBEX METALS(P) LTD
7. SS TUBES.
7.1. RAJENDRA MECHANICAL INDUSTRIES LTD.
7.2. SANDVIK ASIA LIMITED (IMPORTED FOR HIGH PR, TEMP., & VIBRATION)
9.2. TEMP-TECH
9.3. PYROELECTRIC INSTRUMENTS GOA PVT. LTD.
9.4. DETRIV INSTRUMENTS & ELECTRONICS LTD.
ISSUE
R0
INSTRUMENTATION
9.5. ALTOP CONTROLS
11.3. MODICON
11.4. GE FANUC
ISSUE
R0
INSTRUMENTATION
14.4. PYROELECTRIC INSTRUMENTS GOA PVT. LTD. – INDIA (ONLY FOR HEATER SKIN)
14.11. TEMP-TECH
14.12. ALTOP CONTROLS
14.13. ELECTRICAL & ELECTRONICS CORPN.
15.5. TEMP-TECH
ISSUE
R0
INSTRUMENTATION
18.4. TRAC (TRANSDUCERS & CONTROL PVT. LTD), HYDERABAD
ISSUE
R0
INSTRUMENTATION
26.1. CUSTOM CONTROL SENSOR INC.
28.5. BW TECHNOLOGY
30.6. EX-PROTECTA
30.7. FCG
ISSUE
R0
INSTRUMENTATION
32.1. ASTEC INSTRUMENTS PVT. LTD
34.10. TYCO
36.2. TYCO
36.4. METSO
ISSUE
R0
INSTRUMENTATION
37.5. ARCA - GERMANY
40.6. METSO
ISSUE
R0
INSTRUMENTATION
44.1. FISHER SANMAR LTD.
47.4. TECHNOMATICS
48.3. YOKOGAWA
48.4. BOPP & REUTHER MESSTECHNIK GMBH
49.3. EMERSON
49.5. INVENSYS
ISSUE
R0
INSTRUMENTATION
50.2. GE SENSING (PANAMETRICS INC.)
51.4. EMERSON
51.5. INVENSYS
53.3. INVENSYS
54.3. ABB - UK
56.5. THERMOFISHER
ISSUE
R0
INSTRUMENTATION
56.7. THERMOELECTRIC CORPORATION
57.4. THERMOFISHER
59.1. GE SENSING
60. H2 ANALYZERS
60.3. EMERSON
61.5. PANAMETRICS
ISSUE
R0
INSTRUMENTATION
64.1. ENRAF BV
66.6. YAMATAKE
68.1. P&F
69.1. ASCO
ISSUE
R0
INSTRUMENTATION
72.1. INDUSTRIAL CONTROLS & APPLIENCES
72.4. RITTAL.
73.1. DIGICONT
73.6. IDECIZUMI
74.2. WAGO
75.1. BRATTBERG
75.2. ROXTEC
76.5. CCI
ISSUE
R0
INSTRUMENTATION
80. CONTROLLER: INDICATING ( ELECTRONIC / RECORDER)
80.1. CHINO-LAXSONS (INDIA) LIMITED
81.1. MTL
81.2. P&F
82.1. JYOTI
ISSUE
R0
INSTRUMENTATION
ISSUE
R0
7. KWALITY TUBES
8. CHANDAN STEEL LTD
ISSUE
R0
1. Duly signed & stamped copies of this “questionnaire”, with all the clauses
duly confirmed/ precisely replied to by the vendor, shall be enclo sed with
each and every set of vendor’s un-priced quotation
2. Failure on the part of vendor in not returning this duly filled-up
“questionnaire with all the sets of un-priced quotation and/or submitting
incomplete replies may lead to rejection of vendor’s quotation”.
2. Bid Validity period: Confirm Offer validity of Four Months Confirmed / Not Confirmed
from final bid due date.
Refer deviation sheet
Validity: ___ Months from bid
due date.
3. Defects Liability Period: Confirm acceptance of defect Accepted / Not accepted refer
liability period clause as indicated in General Purchase deviation sheet
Conditions.
5. Delivery Period:
Confirm Compliance as per Special Purchase Conditions. Confirmed / Not Confirmed.
7. Payment Terms: Confirm acceptance of payment terms as Accepted / Not accepted refer
indicated in SpecialPurchase Conditions (SPC) for Foreign deviation sheet
Bidders.
ISSUE
R0
8. Firmness of prices: Quoted prices shall remain firm and Noted & confirmed
fixed till complete execution of the order.
15. Confirm that the prices have been furnished as per “Format Furnished / Not furnished refer
For Submitting Price” indicated in Schedule of Price deviation sheet
16. Bank Charges: All Bank charges and stamp duties payable Confirmed
outside India in connection with payments to be made shall
be borne by the supplier. All bank charges and stamp duties
payable in India shall be borne by BPCL
18. Change in currency once quoted will not be allowed. Noted & accepted
ISSUE
R0
PART 1 Page 360 of 393
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – IMPORTED SHEET 3 OF 5 OF 4
MATERIAL & EQUIPMENT
21. Customer references list for the item/ model quoted by you Confirmed
is given in offer.
27. Indicate approximate shipping weight (net and gross) & Approximate shipping weight:
volume of the consignment.
Volume:
ISSUE
R0
PART 1 Page 361 of 393
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – IMPORTED SHEET 4 OF 5 OF 4
MATERIAL & EQUIPMENT
32. Quoted prices shall be inclusive of all testing and inspection Accepted / Not accepted refer
charges deviation sheet
35. Acceptance of all other terms & conditions as per attached : Accepted OR
a) General Purchase Conditions, Accepted with deviations as
b) Special Purchase Conditions indicated in separate deviation
sheet.
c) Instructions to bidders,
d) General Conditions of Contract for site work
e) Any other terms & conditions as per RFQ
37. Please confirm you have not been placed on black list or Not black listed or put on holiday
holiday list declared by Bharat Petroleum Corporation list.
Limited.
Black listed or Put on holiday list
Please confirm that you have filled in, signed and attached as indicated in Declaration of
the enclosed “Proforma of Declaration of Black Listing / Black Listing / Holiday Listing
Holiday Listing” along with your un-priced offer.
Furnished
38. Confirm that all deviations to Technical Specifications Separate Technical Deviations
have been indicated on a separate deviation sheet. Any Sheet submitted
deviation indicated in bid elsewhere other than
Deviation Sheet shall not be considered.
ISSUE
R0
PART 1 Page 362 of 393
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – IMPORTED SHEET 5 OF 5 OF 4
MATERIAL & EQUIPMENT
41. Printed terms and conditions, if any, appearing in quotation, Confirmed & Accepted
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given herein above shall prevail.
42. Confirm readiness for signing of integrity pact without any Confirmed
deviations in the event of placement of order
ISSUE
R0
PART 1 Page 363 of 393
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – INDIGENOUS SHEET 1 OF 5 OF
MATERIAL & EQUIPMENT
1. Duly signed & stamped copies of this “questionnaire”, with all the
clauses
duly confirmed/ precisely replied to by the vendor, shall be enclosed
with
each and every set of vendor’s un-priced quotation
2. Failure on the part of vendor in not returning this duly filled-up
“questionnaire with all the sets of un-priced quotation and/or
submitting
incomplete replies may lead to rejection of vendor’s quotation”.
Bid Validity period: Confirm Offer validity of FOUR MONTHS Confirmed / Not Confirmed refer
from final bid due date. deviation sheet
Validity: ___Months from bid due
date.
Defects Liability Period: Confirm acceptance of defect Accepted / Not accepted refer
liability period clause as indicated in Special Purchase deviation sheet
Conditions.
Delivery Period:
Confirm Compliance as per Special Purchase Conditions. Confirmed / Not Confirmed.
ISSUE
R0
Payment Terms: Confirm acceptance of payment terms as Accepted / Not accepted refer
indicated in Special Purchase Conditions (SPC) for Indian deviation sheet
Bidders
Prices have been furnished as per “Format For Submitting Furnished / Not furnished refer
Price” indicated in Special Purchase Conditions deviation sheet
(SPC)Schedule of Price
Firmness of prices: Quoted prices shall remain firm and Noted & Confirmed
fixed till complete execution of the order.
Confirm that the prices quoted are inclusive of packing & Confirmed / Quoted separately
forwarding charges.
Confirm that Basic Price quoted are on FOT Dispatch point Confirmed
basis
State:
Transit risk insurance shall be covered by BPCL and the Noted and confirmed
same has not been included in the quoted prices.
Freight charges: Bidders to quote freight charges in terms of Quoted in terms of % / Included
% of basic quoted price. in basic price
Octroi Charges: Bidders to quote octroi charges in terms of Applicable __%/Not applicable
% as applicable current rate.
Applicable __ % of Octroi/ Not
Octroi service charges- Bidders to quote as % of octroi applicable
charges, if applicable.
Taxes & Duties: Any differential in taxes and duties will be Accepted / Not accepted refer
cost loaded on case to case basis. However, if a supplier deviation sheet
states that taxes/duties are not applicable at present and will
be charged as applicable at the time of delivery then his bid
shall be loaded by the maximum rate of taxes/duties
applicable as on the date of price evaluation.
Excise Duty:
ISSUE
R0
Any variation in Excise duty at the time of supplies for any Accepted
reasons, other than statutory including variations due to
turnover, shall be borne by vendor.
Sales tax payable extra, Specify CST/ MVAT and the CST: ______% against form C
present rate applicable
MVAT: _____ %
Any new or additional taxes/ duties and any increase in the Accepted
existing taxes/duties imposed after contractual delivery shall
be to Vendor’s account whereas any corresponding
decrease shall be passed on to the Owner.
Confirm that the prices quoted are without any price Confirmed / Not confirmed refer
variation clause deviation sheet
Shop Testing and Inspection charges: Goods and services Noted & accepted
are subject to stage wise and final inspection by Owner/
ISSUE
R0
ISSUE
R0
Please confirm you have not been placed on black list or Not black listed or put on holiday
holiday list declared by Bharat Petroleum Corporation list.
Limited or Tata Consulting Engineers Limited.
Black listed or Put on holiday list
Please confirm that you have filled in, signed and attached as indicated in Declaration of
the enclosed “Proforma of Declaration of Black Listing / Black Listing / Holiday Listing
Holiday Listing” along with your un-priced offer.
Furnished
Printed terms and conditions, if any, appearing in quotation, Confirmed & Accepted
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given herein above shall prevail.
ISSUE
R0
TCE.6079A-950
PROJECT INFORMATION SHEET 1 OF 2
ISSUE
R0
TCE.6079A-950
PROJECT INFORMATION SHEET 2 OF 2
ISSUE
R0
1.0 SCOPE
(c) Project Title including (if applicable) number of units and unit numbers
(m) All relevant notes to the drawings and documents. All notes necessary
for understanding and execution of work shown on a drawing or
document shall be presented on the same drawing or document.
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 371 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 2 OF 6
INSTRUCTION MANUALS
(q) All titles, notings, markings and writings on the drawing shall be in
English.
(c) Drawings and documents which are for information and records only
(Category FI)
2.3.2 The category of each drawing and document shall be decided by the
PURCHASER/CONSULTANT.
2.5.2 Drawings and documents shall be fully legible and drawn in ink and all writing
shall be clearly printed or stencilled.
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 372 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 3 OF 6
INSTRUCTION MANUALS
2.5.3 Reproduced drawings shall be clear and legible with no background shade.
Sections and details of points of the work shall be shown on the same drawing
of the work to which these relate.
2.5.4 Drawings and their title blocks shall be properly drawn, prepared and printed to
the approval of the PURCHASER/CONSULTANT.
(f) Reference drawings and documents along with their revision numbers
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 373 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 4 OF 6
INSTRUCTION MANUALS
2.8.1 Drawings and documents shall be submitted without delay in line with the
agreed schedule as per para 2.4 above. Number of copies submitted to the
PURCHASER/CONSULTANT shall be as per the distribution schedule in
Section-F of the enquiry document.
2.8.2 The sequence of submission of drawings and documents shall be such that all
information or data is available for reviewing each drawing and document when
it is received.
2.8.4 Drawings and documents submitted out of sequence will be returned to the
CONTRACTOR without review for re-submission as per the sequence of
drawing and document submission.
2.9 The PURCHASER/CONSULTANT shall have the right at all reasonable times to
see at the work place of the VENDOR/CONTRACTOR, all drawings and
documents of any portion of the work.
One print of such drawings and documents shall be returned to the VENDOR/
CONTRACTOR duly signed by the PURCHASER/CONSULTANT clearly
identifying the review status of the drawing or document.
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 374 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 5 OF 6
INSTRUCTION MANUALS
2.13.1 For all revisions of the drawings and documents, the VENDOR/CONTRACTOR
shall ensure that all revisions are clearly encircled with revision numbers
marked on the drawings and documents.
2.13.2 The VENDOR/CONTRACTOR shall also ensure that general details of revisions
are indicated for each revision in the revision block of the drawing or document
along with the date and signed by the approving authority.
2.14 Any manufacturing and fabrication work carried out prior to the approval of the
drawings and documents shall be at the VENDOR’s/CONTRACTOR's own risk
and expenses.
2.15 Final drawings and documents of the work as completed ('As-Built' drawings)
shall be prepared by the VENDOR/CONTRACTOR and forwarded to the
PURCHASER/CONSULTANT.
'As-Built' drawings and documents shall be submitted within three (3) months of
the issue of the Provisional Acceptance Certificate.
2.16 REPRODUCIBLES
2.16.1 Reproducibles, where called for in the distribution schedule in Section F of the
Enquiry Document shall be submitted after the approval of drawings and
documents.
2.16.3 In case the drawings and documents are prepared using drafting software,
original floppy or compact disc shall be submitted. In addition drawings and
documents on Kilburn reproducible tracings film or equivalent shall be submitted
as called for in the enquiry document.
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 375 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 6 OF 6
INSTRUCTION MANUALS
4.2 If, after the commissioning and initial operation of the plant, the instruction
manuals require any modification/additions/changes, the same shall be
incorporated and the updated final instruction manuals shall be submitted in the
form of one (1) reproducible original and number of copies shall be as per
Section-F of the enquiry document.
ISSUE
R5
FILE NAME: M4903R5.DOC PART 1 Page 376 of 393 TCE FORM NO. 329 R5
SPEC. NO. SECTION:
TATA CONSULTING ENGINEERS LIMITED
TCE.6079A-907
SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 1 OF 2
1.0 GENERAL
1.1 All spares and maintenance tools and tackles shall be designed to enable
maintenance to be carried out in the least time and at the least cost and support
resources without affecting the performance and safety aspects.
1.2 For all major equipment including pumps, fans, drives, heat exchangers and large
valves etc., appropriate structural steel members shall be provided for mounting
various handling devices which are necessary for the dismantling and re-assembly
of the equipment components during maintenance.
1.3 All the spares and maintenance tools and tackles supplied shall be new and
unused.
1.4 The VENDOR/CONTRACTOR shall guarantee that before going out of production
of spares and maintenance tools and tackles for the equipment furnished, he shall
give at least 12 months advance notice to the PURCHASER, so that the latter may
order his requirement in one lot, if so desired.
2.0 SPARES
The BIDDER shall consider the following three (3) categories of spares:
3.1 The BIDDER shall indicate and include in his scope of supply all the necessary
tools, tackles, appliances and lifting devices for the effective maintenance and
servicing of the equipment and its components. The BIDDER shall list the
maintenance tools and tackles offered by him in ‘Schedule of special Tools and
Tackles’. The BIDDER shall also include and supply the minimum maintenance
tools and tackles, as called for in the Enquiry Document. PURCHASER
reserves the right to exclude any of the above items from the
VENDOR's/CONTRACTOR's scope of supply and effect price adjustments on
the basis of the unit prices quoted. The despatch of tools, tackles, appliances
and lifting devices shall be synchronised with the despatch of the related
equipment.
ISSUE
R0
FILE NAME: 6079A907.DOC PART 1 Page 377 of 393 TCE FORM NO. 329 R5
SPEC. NO. SECTION:
TATA CONSULTING ENGINEERS LIMITED
TCE.6079A-907
SPARES AND MAINTENANCE TOOLS AND TACKLES SHEET 2 OF 2
3.2 Each tool and tackle shall be clearly marked with its size and purpose. Each set
of tools and tackles shall be suitably arranged in fitted boxes of mild steel
construction, the number of boxes being determined in relation to the layout of
the plant in question. The taps, stocks and dies shall be kept in approved mild
steel boxes with compartments for individual items. If the weight of any box and
its contents is such that it cannot be conveniently carried, it shall be supplied on
steerable rubber tyred wheels.
3.3 Each tool box shall be provided with a lock and two keys and shall be painted
navy blue and clearly marked, in white letters, with the name of the equipment,
plant or system.
3.4 The tools and tackles with the appropriate boxes, are to be handed over to the
PURCHASER at the time of issue of the taking-over certificate
ISSUE
R0
FILE NAME: 6079A907.DOC PART 1 Page 378 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-908
TRAINING OF PURCHASER’S PERSONNEL SHEET 1 OF 1
2.0 The period of training shall be adequate and mutually agreed upon by the
PURCHASER and the VENDOR/CONTRACTOR.
4.0 The PURCHASER's personnel shall also be trained for routine maintenance
work and lubrication, overhauling, adjustments, testing and replacement
procedures to be adopted for the equipment offered.
6.0 The charges for training the PURCHASER's personnel, if any, shall be included
in the price for supply, erection, testing and commissioning.
ISSUE
R6
FILE NAME: M4908R6.DOC PART 1 Page 379 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-914
PROGRESS SCHEDULE AND REPORTS SHEET 1 OF 3
1.0 SCOPE
2.1 Within a period of two weeks from the date of issue of LETTER OF
INTENT/PURCHASE ORDER/AWARD OF CONTRACT the VENDOR/
CONTRACTOR shall furnish documents as indicated at para 2.2 below, to the
PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall furnish the
dates of manufacture, testing, despatch, completion of erection and
commissioning or stages of work. Work shall be divided into parts and items,
showing the order to be adopted for the execution and ensuring that periods do
not exceed the periods indicated in the LETTER OF INTENT/PURCHASE
ORDER/CONTRACT.
(e) Shop inspection and testing indicating all inspection and tests
(g) Other major key activities considered to be critical to the progress of the
PURCHASE ORDER
ISSUE
R7
FILE NAME: M4914R7.DOC PART 1 Page 380 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-914
PROGRESS SCHEDULE AND REPORTS SHEET 2 OF 3
(e) Shop inspection and testing indicating all inspection and tests
(e) Shop inspection and testing indicating all inspection and tests
ISSUE
R7
FILE NAME: M4914R7.DOC PART 1 Page 381 of 393 TCE FORM NO. 329 R5
TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-914
PROGRESS SCHEDULE AND REPORTS SHEET 3 OF 3
2.3 Appropriate time shall be allocated for the approval of the documents and
inspection of the equipment by the PURCHASER/CONSULTANT. Such time
periods shall be indicated in the Network Schedule or Linked Bar Chart.
2.4 Work shall be carried out in line with the Network Schedule or Linked Bar Chart
approved by the PURCHASER/CONSULTANT. The Network Schedule or
Linked Bar Chart shall be updated every month or at a frequency mutually
agreed upon.
2.5 Major milestones and completion dates as indicated in the approved Network
Schedule or Linked Bar Chart shall not be amended unless the consent of the
PURCHASER/CONSULTANT has been obtained.
2.6 Progress meetings shall be held at regular intervals and latest updated and
approved Network Schedule or Linked Bar Chart shall be the basis for
discussion. Responsible representatives of the VENDOR/CONTRACTOR and
the PURCHASER/CONSULTANT shall attend the meeting.
3.2 Corrective action for the slippage, if any, in the schedule shall be highlighted in
the progress report.
3.3 After the site work or erection has commenced, the VENDOR/CONTRACTOR
shall provide the PURCHASER/CONSULTANT, at regular intervals, the detailed
reports on the progress of all works under the CONTRACT. In case of erection,
of critical items, VENDOR/CONTRACTOR shall submit a document indicating
the proposed erection scheme with complete details of erection planning and
resources proposed to be used for review and approval by PURCHASER/
CONSULTANT. The VENDOR/CONTRACTOR shall submit photographs
showing the progress of work at the time and in the manner specified by the
PURCHASER/CONSULTANT. The VENDOR/CONTRACTOR shall provide the
PURCHASER/CONSULTANT, with daily reports giving the number of labourers,
skilled workers, supervisory staff and major construction equipment - his own as
well as the SUB-VENDOR’s/SUB-CONTRACTOR’s employed by him, in
addition to their locations at the work site.
ISSUE
R7
FILE NAME: M4914R7.DOC PART 1 Page 382 of 393 TCE FORM NO. 329 R5
TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-954
Schedule of Distribution of Drawings and Documents SHEET 1 OF 2 OF
Tender Specification
- -
Draft 3 S
- -
Final 5 S
Purchase order from BPCL to contractors
Final S 1 1 2
General Correspondence from contractors
Commercial 1 1 1 S
1 1 1 S
Technical
General Correspondence to Contractor
1 1 1
From TCE S
S 1 1
From BPCL 1
General Correspondence from TCE site to
Site Contractor 1 1
S 1
BPCL 1 1 S -
ISSUE
R0
NOTES
* - TCE shall review the drawings and stamp with comments and send the
commented copies to BPCL and Vendor.
* * - BPCL will send one copy of signed and stamped drawing released to site for
construction to TCE design office, one copy to TCE site and two copies to
Cotnractor.
# Vendor shall provide 4 hard copies and 2 soft copies (editable version) of the final
drawings and documents for BPCL’s reference and records.
LEGENDS
S = Source CD=compactdisc
ISSUE
R0
SCHEDULE OF PRICE
ISSUE
R0
ISSUE
R0
3 Sales Tax
CST @ ________% against Form ‘C’ on sum of SI No. 1&
2 above
MVAT @ ________% on sum of SI No. 1& 2 above
B SITE WORK
ISSUE
R0
11 Total Charges for Site Work ( Sum of SI. No. 9 & 10)
Note:
1. Per Diem Charges shall not be considered for evaluation. Per Diem charges shall include to
and fro charges, local transport charges, lodging & boarding charges and any other charges.
ISSUE
R0
B SITE WORK
11
Note:
1. Bidder shall quote Charges for Erection & Commissioning including With-Holding tax if any.
2. Per Diem Charges shall not be considered for evaluation. Per Diem charges shall include to
and fro charges, local transport charges, lodging & boarding charges, with-holding tax and
any other charges.
ISSUE
R0
ISSUE
R0
Note:
1. The word one set means the quantity required for full replacement of that part in one machine.
2. In case any spare which is listed in the checklist is not applicable due to specific construction/design of the equipment, the same shall be
highlighted as ‘Not Applicable’ against that spare supported with proper technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions, material of construction & heat
treatment.
4. Domestic Bidders shall quote in Indian Rupees only.
TAKE OFF PRICE FOR ITEMS INDICATED IN MANADATORY SPARES indicated in Form B3
(BASIC PRICE FOT Point of Dispatch for Indican Bidders and FOB port of exit for Foreing Bidders)
UNIT RS / TOTAL RS / USD /
Sl.No DESCRIPTION QTY
USD/EURO EURO
1. Gas Cart
2. Portable Gas filling equipment
Note:
1. Either of the price indicated (in SI. No. 1 & 2) shall be reduced from the overall basic price indicated in Form B1 for Indian Bidders and Form
B2 for Foreign Bidders at Owner’s discretion.
ISSUE
R0
SCHEDULE OF RECOMENDED SPARE PARTS FOR TWO YEARS NORMAL OPERATION (FORM B-4)
NOTE :
RECOMMENDED SPARE PARTS COST WILL NOT BE CONSIDERED FOR BID EVALUATION.
PRICE FOR RECOMMENDED SPARES SHALL BE VALID UPTO 2 YEARS AFTER THE AWARD OF CONTRACT
INDIAN BIDDERS SHALL QUOTE IN INDIAN RUPEES ONLY.
ISSUE
R0
2 TORX-screwdriver 3 Nos
Note: Bidder to quote minimum for these tools & tackles. However, Bidder shall quote for additional special tools & tackles if necessary.
ISSUE
R0