You are on page 1of 206

TATA CONSULTING ENGINEERS LIMITED SECTION: E

SPEC. NO.
TCE.M4-918
CONTRACTOR’S HEALTH AND SAFETY PROGRAMME SHEET 1 OF 19

1.0 SAFETY ORGANISATION

1.1 HEALTH AND SAFETY POLICY

The CONTRACTOR’s organisation shall have a written HEALTH AND SAFETY


POLICY (POLICY) issued by the Chief Executive of the organisation,
appropriate to the scale and nature of the risks involved in the CONTRACT
works. A copy of the POLICY shall be made available to the PURCHASER at
the time of the award of the CONTRACT in evidence of the CONTRACTOR’s
commitment to management of employee's health and safety and compliance to
statutory and regulatory requirements. The POLICY along with its component
operation procedures shall be evidenced as working document publicised
among the CONTRACTOR's and his SUB-CONTRACTORS' employees
through appropriate language/s. All the CONTRACTOR’s employees shall be
familiar with the POLICY and their role and obligations in its implementation.
The POLICY shall meet the relevant statutory and regulatory requirements and
the requirements of the PURCHASER/CONSULTANT. The POLICY shall
periodically be reviewed for updating with respect to new and emerging legal
and other requirements.

1.2 SAFETY REPRESENTATIVE

1.2.1 The CONTRACTOR shall appoint a Safety Representative (SR) meeting


statutory competence requirements, with a minimum experience of five years of
safety management in comparable contracts, approved by the PURCHASER on
the basis of his qualification and experience. The SR shall give his whole time to
the superintendence of the ‘Health and Safety Programme’ of the
CONTRACTOR

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 EMPLOYEE CONSULTATIONS, SAFETY COMMITTEE AND


COMMUNICATION

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.

1.3.3 The CONTRACTOR shall communicate to the employees regularly on job


hazards applicable to their tasks in hand. The SAs or any of the SR's nominees
shall hold 'Toolbox Talks' for this purpose on a routine basis before undertaking
any safety critical and/or non-routine activities. Weekly meetings of the
CONTRACTOR and his SUB-CONTRACTORS attended by the SR and the SAs
shall include safety as a key item in the agenda to discuss hazards and risk
assessments, job safety analysis and control procedures and to review
accidents and incidents (Near-miss) for remedial measures to prevent such
occurrence. The minutes of the meeting shall be submitted to the
PURCHASER/CONSULTANT. The SR shall maintain the records.

1.4 CONTRACTOR'S SAFETY REPORTS

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:

LOST MANDAYS DUE TO LOSS-TIME INJURIES x 1,000,000


MANHOURS WORKED

NUMBER OF LOST TIME INJURY x 1,000,000


FREQUENCY =
MANHOURS WORKED

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 CONTRACTOR'S ACCIDENT/INCIDENT REPORTS

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

(a) Personal injury

(b) Property damage

(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 FIRST-AID PERSONNEL AND FACILITIES

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 OCCUPATIONAL HEALTH CENTRE

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

1.7.3 The Occupational Health Centre shall be capable of undertaking emergency


care services or emergency treatment facilities which shall include emergency
life saving aids and appliances to handle head and spinal injuries, severe
fractures, snake bites, burns of all nature, electric shocks, cases of asphyxiation
and such other severe injuries as could be reasonably anticipated at the
facilities and shall meet provisions of any governing statute.

1.8 AMBULANCE ROOM AND AMBULANCE VANS

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 INDUCTION AND JOB-SAFETY TRAINING

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:

(a) Use of safety appliances such as water monitors, hydrants, hydrant


pumps, fire-hoses, extinguishers, breathing apparatus and safety
harness for working at height,

(b) Response to health and safety emergencies,

(c) fighting fires using various equipment and

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.

1.9.4 The SR and the SAs shall be trained on a standardised comprehensive


advanced training programme covering safety management, legal aspects,
techniques of hazard identification and risk assessment and specific job-safety
in various disciplines such as Civil, Electrical, Instrumentation and Mechanical
plant and equipment of the CONTRACTOR. The training records shall be
maintained subject to audit by the PURCHASER/CONSULTANT. Training
effectiveness shall be assessed and recorded and used as input for further
training plans of the employee.

1.10 HEALTH AND SAFETY PROMOTION

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 PURCHASE AND PROCUREMENT CONTROL

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 HAZARD IDENTIFICATION AND RISK ASSESSMENT

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

are trained to be competent in hazard identification, risk assessment and risk


control processes. The CONTRACTOR shall on a routine basis identify,
evaluate and control all health and safety risks especially in the hazardous work
activities and also to validate the previous risk assessments. Elements such as
hazard identification, evaluation of risks with existing control measures in place
and estimate of tolerability of the residual risks shall be an ongoing process. Any
additional/New control measures shall be designed based on this process on
need basis.

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 WORK PERMITS

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:

(a) Safety Work Permit (SWP)

SWP is mandatory for working at heights, on fragile roofs such as


asbestos or such roofing works, steel erection, work over water, a live
substation or switch-yard even if section of work is not electrically
charged, demolition, blasting and such potentially hazardous
CONTRACT works in the opinion of the PURCHASER/CONSULTANT.

(b) Hot Work Permit (HWP)

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.

(c) Confined Space Entry Permit (CSP)

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 space for the purpose of this para is defined as an enclosed


or partially enclosed space which is not intended or designed primarily
as a work place and

(i) is at atmospheric pressure during occupancy

(ii) has restricted entry and exit

(iii) has potentially harmful level of toxic or inflammable


contaminant or unsafe level of oxygen

(iv) is of a nature that could contribute to overwhelming a person


by an unsafe atmosphere

(v) has a potential that safety on entry could be affected by


unsafe conditions stated above by accident or due to human
errors

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.

(d) Electrical Safety permits/Lock-out and Tag out (ESP/LOTO)

The CONTRACTOR shall institute an electrical safety permit system to


ensure safe electrical isolation. Safety permits shall not be issued until
safe release tag is placed on the equipment isolated on all isolating
points. The safety permit shall be returned on satisfactory completion
of the job by the executing agencies duly signing off indicating that all
shorts and grounds and men and materials are removed from the job
and that the job safe for energising. This is a prerequisite to energise
the isolated equipment. The safety tags shall be collected in the order
first the isolated equipment and lastly the tag on the main control of the
equipment The tags and permit system shall be auditable

1.14 JOB SAFETY INSPECTION

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

(a) set standards are followed without deviation

(b) employees are competent to perform as per prescribed operation


control procedures,

(c) monitoring of safety of the various work areas/tasks and


(d) adequacy of existing operation control procedures and practices to

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

mitigate and eliminate risks

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 SAFETY AUDITS

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.

1.15.2 The PURCHASER/CONSULTANT shall retain their right to audit the


CONTRACTOR’s Safety Management System either directly by their employees
or his nominated representatives for its effectiveness.

2.0 EQUIPMENT, SUBSATANCES AND PERSONAL SAFEGUARDING

2.1 MECHANICAL SAFETY

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

punches, worn screwdrivers, hardened hammerheads; power tools with unsafe


resistance to earth or without safety guards shall be prohibited.

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 ELECTRICAL SAFETY

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

periodic inspections of such equipment. Inspection shall cover cables, extension


leads, all electrical equipment drawing power from socket outlet. He shall
identify and maintain in good working order all electrical installations such as
distribution panels and major switchgear ensuring safe accessibility. A clear
area shall be maintained around panels and switchgears. The installed
equipment shall be periodically inspected by qualified personnel to ensure their
continued safe operating condition. Inspection shall include earth polarity
checks, continuity checks and earth resistance checks. The CONTRACTOR
shall ensure use of flameproof and explosion proof switchgears and lighting
fittings where required as per governing codes.

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.

2.2.3 Safety rubber matting of appropriate voltage rating conforming to IS 5424


entitled ‘Rubber Mats for Electrical Purposes’ shall be provided in front of all
switchgears and power distribution panels for the safety of personnel operating
such equipment.

2.2.4 The CONTRACTOR shall arrange displaying signage under Indian Electricity
Act 1910, such as:

(a) Danger notices as per IS 2551 in conspicuous places on all low,


medium and High voltages as per Rule 35,

(b) Instruction of restoration of persons suffering from electric shock in


English and local languages as per Rule 44 in switchgear rooms,
substations and places where electricity is used and

(c) Notice prohibiting unauthorised entry in areas where electrical


apparatus are used.

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

No electrical equipment shall be overloaded. Tools and test equipment used on


electrical systems shall be insulated.

2.3 SUBSTANCES ABUSE PROGRAMME

The CONTRACTOR is encouraged to have a ‘Substance Abuse Programme’,


and pre-employment drug testing. Drinking during working hours shall be
strictly prohibited. The CONTRACTOR shall promote through poster and other
publicity, awareness on abuse of substances such as alcohol and such
depressant drugs that slows the activity of brain and spinal cord on abusive
usage endangering the safety and health of users and others affected by their
work.

2.4 HAZARDOUS SUBSTANCES CONTROL

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.

3.0 PERSONAL SAFGUARDING

3.1 PERSONAL PROTECTION EQUIPMENT (PPE)-GENERAL

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.

3.1.1 Control Issue, Use and Maintenance of the PPE

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

Employees shall be responsible for the PPE issued to them. The


CONTRACTOR shall meet requirements of IS 8519 entitled ‘Guide for Selection
of Industrial Safety Equipment for Body Protection’ or any equivalent
international specification that the PURCHASER/CONSULTANT may prescribe.

3.1.2 Head Protection

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.

3.1.3 Eye and Face Protection

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’.

3.1.5 Protective Clothing

The CONTRACTOR shall prevent hazards of loose clothes worn by workmen


getting caught in moving machine parts. Loose and thin garments such as dhoti
and pyjamas are prohibited. While the CONTRACTOR shall ensure that all
workmen wear long sleeved shirts, jackets or the like with the sleeves rolled
down and secured at the cuff, long pants/ trousers extending upto the top of the
safety shoes so as to prevent injuries caused by contact with heat, cold abrasive
and sharp surfaces shall be strictly enforced. Such protective clothing shall be
mandatory in hazardous areas especially during start-up operations involving
hot, inflammable, and other chemical hazards, furnaces and Boilers and such
fired equipment and asphalting plants. Personnel exposed to acids and alkalies
hot fluids and steam during such operations shall be provided with appropriate
heat or corrosion resistant clothing. The CONTRACTOR shall meet the
requirements of IS 8990 entitled ‘Maintenance and Care of Industrial Safety
Clothing’.

3.1.6 Hand Protection

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

The CONTRACTOR shall provide appropriate hand gloves as per IS 8807


entitled ‘Guide for Selection of Industrial Safety Equipment for Protection of
Arms and Hands’ to prevent injuries to hands during work. The CONTRACTOR
shall maintain appropriate inventory of gloves for different applications like acid
and alkali handling, general-purpose work gloves and asbestos or heat resistant
hand gloves etc.

3.1.7 Safety Harness or Fall Arrest

The CONTRACTOR shall provide safety harness or means of restraint such as


safety belts, harness and lifelines etc. to workmen engaged to work in heights
such as open-sided floors, open-sided scaffoldings, floor and roof openings,
overhead construction works of various nature etc. where there is a falling
hazard of two metres or above. Storage, issue, wearing and maintenance of
safety harness shall be under strict supervision and records shall be maintained.
All fall arrests shall consist of full-body harnesses, lanyards with shock
absorbers, lifelines, rope grabs and associated hardware. Two alternate
lanyards shall be used to facilitate tying off at a new location before
disconnecting from the previous location. Practices for safety harnesses and fall
arrests shall conform to IS 4912, IS 11972 and IS 8519 or equivalent
international codes.

3.1.8 Falling Object Protection

Where work is in progress in elevated areas, barricades, barrier tapes, signs


and such entry restriction devices shall be used to keep area below clear of
personnel to prevent injury due to falling objects. If work is required in the area
below elevated work area, it shall be scheduled at a time different from elevated
works. The workmen below shall be protected from falling objects by the debris
net or a catch platform with an adequate toe board to prevent material from
falling off. Use of safety net for elevated works shall be considered in the work-
permits where appropriate. Where a lift is made above a working area, the area
below the path of the lift shall be cleared of personnel during the lift and
barricaded and guarded to prevent entry of persons generally in conformity with
IS 4912, IS 11972 and IS 13416 for protective barriers in and around building
and preventive measures against safety hazards in work places and safety
requirements for floor and, wall opening, railings and toe-boards.

3.1.9 Respiratory Equipment

The CONTRACTOR shall maintain where appropriate, procedures for training


and use of Self-Contained Breathing Apparatus (SCBA). The SCBA shall be
provided together with lifelines and rescue teams to safeguard personnel
working in areas where gases such as carbon monoxide, methane chlorine and
such life endangering atmospheres are present. The CONTRACTOR shall meet
requirements of IS 9623 for ‘Selection, Use and Maintenance of Respiratory
Protective Devices’. The CONTRACTOR shall have trained adequate number of
personnel including the identified fire fighting teams, hose teams and SAs in the
use of the SCBA. The CONTRACTOR shall use the periodic safety drills to
demonstrate, train and establish competence of personnel in the use of SCBA.

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

3.1.10 Hearing Conservation

The CONTRACTOR shall ensure reasonable precautions are taken to avoid


injury to the hearing of the employees. All noise levels shall be controlled within
85 dBA. The CONTRACTOR shall identify noise areas where noise levels
exceed prescribed safe level for arranging for appropriate engineering revision.
Where this is not feasible, appropriate earmuffs or protectors shall be provided
to workmen ensuring these are worn by those exposed to noise levels beyond
safe levels. Periodic hearing acuity tests shall be conducted on such persons
exposed to high noise levels to ensure that they do not suffer any hearing
impairment as per requirements of IS 8520.

3.2 MANUAL HANDLING AND ERGONOMICS

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.

3.2.2 The CONTRACTOR shall undertake ergonomic study of manual operations to


prevent musculoskeletal injury during manual handling, besides visual fatigue
and mental stress giving considerations to matters such as seating lighting and
ventilation etc.

4.0 FIRE PROTECTION AND PREVENTION

4.1 GENERAL REQUIREMENTS

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.

4.1.4 Extinguishers shall be marked/labelled and recorded with location particulars in


a register. These shall be inspected at monthly intervals to ensure they are in
operable sound condition. There shall be a systematic plan for servicing,
repairing and recharging fire extinguishers and for recording such dates on the
register and 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

(a) Identification of combustibles such as paper, cardboard and wood and


moving away from area where hot work is undertaken using open
flame or electric arc.

(b) Determination that flammable vapours and liquids are not present

(c) Protection of floor and wall openings to keep out sparks

(d) Determination that sprinkler and hydrant and other installed fire
systems are functional

(e) Establishing a fire-watch with fully loaded extinguishers or charged


water-hoses throughout the operation and 30 minutes after completion
of operation
(f) Adequate ventilation for welders, by means of natural air movement

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

local exhaust ventilators or air-line respirators as required

(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.

4.2.3 Where common boundaries exist between companies, the CONTRACTOR in


conjunction with the PURCHASER shall co-ordinate security control over factors
common: such as floodlights, fencing, pipelines containing gas, fuel and
electricity

4.2.4 Security personnel shall be represented in the SC through the SA nominated


from the area.

5.0 EMERGENCY PLANNING (EP)/EMERGENCY RESPONSE (ER)

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.

5.7 The telephone numbers of ambulance, police, managers and the


PURCHASER’s key executives shall be prominently displayed in the identified
Emergency Response Centre.

6.0 PREMISES AND HOUSE-KEEPING

6.1 ORDERLY WORK-PLACE

The CONTRACTOR shall maintain a well-managed safe working place in sound


clean condition. The CONTRACTOR shall ensure that there is a place for
everything and everything in its place so that optimum use is made of valuable
floor space with commensurate cleanliness and reduced handling time. He shall
ensure that his entire infrastructure including temporary and semi-temporary
buildings are kept clean and good repair.

6.2 GOOD LIGHTING-NATURAL AND ARTIFICIAL

The CONTRACTOR shall provide lighting natural or artificial to enable work


Processes are carried out safely. Artificial lighting shall be adequate especially
in the nights and emergencies. The lumen levels shall meet the statutory
requirements.

6.3 VENTILATION-NATURAL AND ARTIFICIAL

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.

6.4 WELFARE AND HYGIENE FACILITIES

The CONTRACTOR shall provide welfare facilities to ensure a high standard of


cleanliness for all activities and rest. The CONTRACTOR shall provide facilities
for his employees such as ablutions, toilets change rooms, kitchens and
cafeterias adequate and in a clean and hygienic state.

6.5 POLLUTION TO GROUND, AIR AND WATER

The CONTRACTOR shall strive to exceed established minimum performance


norms in waste and pollution control. All drains shall be identified as clean water

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

and foul water to aid non-armful disposal.

6.6 TRAFFIC ROUTES AND AISLES

The CONTRACTOR shall arrange to separate pedestrian and vehicular


including material handling equipment traffic wherever possible and maintain the
routes clear of obstruction. To ensure safety of users clear painted demarcation
is encouraged as a discipline to be enforced.

6.7 STACKING AND STORAGE PRACTICE

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 STORAGE OF HAZARDOUS MATERIALS

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.

6.8.2 Each hazardous material contained hall be identified by a legible or legend as


per governing statute, code or regulation. The label shall identify the item,
quantity and appropriate warnings.

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.

6.8.5 Where hazardous materials are unloaded in the CONTRACTOR's storage

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

maintained at site in a semi-permanent installation, such installations shall be


approved by relevant statutory bodies. Copies of licences for storage shall be
lodged with the PURCHASER. The containers and storage shall display
quantities stored with name of the hazardous material and the UN hazard
classification label in prescribed colour code prominently painted in a
conspicuous manner

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 STORAGE OF FLAMMABLE AND EXPLOSIVE MATERIALS

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.

6.10 COMPRESSED GAS CYLINDERS

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

6.11 SCRAP AND REFUSE BINS-REMOVAL SYSTEM

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

1.1. JINDAL PIPES LTD., MUMBAI


1.2. MAHARASHTRA SEAMLESS LTD., MUMBAI
1.3. RATNAMANI METALS & TUBES LTD., AHMEDABAD
1.4. WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI
1.5. ISMT LIMITED, PUNE
1.6. SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI
1.7. LALIT PIPES
1.8. EUROTUBE LTD., ITALY
1.9. ESCO LTD., JAPAN
1.10. VALLOUREC & MANNESHMAN
1.11. TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)
1.12. JFE STEEL CORPORATION GERMANY
1.13. SUMITOMO PIPE CO & TUBE CO. LIMITED.
1.14. BENTLER AG

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

PART 1 Page 300 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 2 OF 59 OF

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

4. PIPES SS SEAMLESS & WELDED


4.1. HORST KURVERS GMBH, GERMANY
4.2. INOXTECH S.P.A, ITALY
4.3. JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI
4.4. RATNAMANI METALS & TUBES LTD., AHMEDABAD
4.5. SANDVIK ASIA LTD., PUNE
4.6. VAN LEEUWEN BUIZEN, BELGIUM
4.7. PEERAJ GENERAL TRADING CO.LLC
4.8. IGAWARA TRADING, SINGAPORE
4.9. METAL INDIA
4.10. P. B. METAL CORPORATION
4.11. KWALITY TUBES
4.12. ARISTO METAL INDUSTRIES
4.13. EUROTUBE LTD., ITALY
4.14. ESCO LTD., JAPAN
4.15. RAJENDRA MECHANICAL INDUSTRIES LTD (FOR SS/ AL SEAMLESS & WELDED)
4.16. PRAKASH STEELAGE LTD, SILVASA (FOR SS WELDED)
4.17. SUMITOMO PIPE CO & TUBE CO. LIMITED.
4.18. RATNADEEP METAL & TUBES PVT.LTD.

5. PIPES ALLOY STEEL(SEAMLESS)


5.1. HORST KURVERS GMBH, GERMANY
5.2. INOXTECH S.P.A, ITALY
5.3. ISMT LIMITED, PUNE
5.4. MAHARASHTRA SEAMLESS LTD., MUMBAI
5.5. VAN LEEUWEN BUIZEN, BELGIUM
5.6. JINDAL PIPES LTD.
5.7. PEERAJ GENERAL TRADING CO.LLC
5.8. IGAWARA TRADING, SINGAPORE
5.9. ARISTO METAL INDUSTRIES
5.10. ARDH METAL AGENCIES
5.11. KWALITY TUBES

ISSUE
R0

PART 1 Page 301 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 3 OF 59 OF

5.12. EUROTUBE LTD., ITALY


5.13. ESCO LTD., JAPAN
5.14. BENTLER AG
5.15. SANDVIK ASIA LTD., PUNE

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

7.14. DALMINE SPA, ITALY

7.15. INTERNATIONAL EXTRUDED PRODUCTS, USA


7.16. KAWASAKI STEEL CORPORATION, JAPAN
7.17. MANNESMANN ROHRENWERKE AG
7.18. NIPPON STEEL CORPORATION, JAPAN
7.19. NKK CORPORATION, JAPAN
7.20. SUMITOMO METAL INDUSTRIES LTD., JAPAN
7.21. VALLOUREC INDUSTRIES, FRANCE
7.22. TUBOS DEACERODE. MEXICO, SA, UK

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

PART 1 Page 302 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 4 OF 59 OF

9. FITTINGS WROUGHT / FORGED FITTINGS(CS/AS/SS)


9.1. EBY FASTENERS, TALOJA
9.2. GUJARAT INFRAPIPES PVT. LTD., VADODARA
9.3. TECNOFORGE S.P.A, ITALY
9.4. TEEKAY TUBES PVT.LTD., NAVI MUMBAI
9.5. TUBE PRODUCTS INCORPORATE, VADODARA
9.6. VAN LEEUWEN BUIZEN, BELGIUM
9.7. PIPEFIT ENGINEERS
9.8. SAWAN ENGINEERS
9.9. AMFORGE INDUSTRIES
9.10. FIT TECH INDUSTRIES PVT. LTD.
9.11. ECHJAY INDUSTRIES PVT. LTD. MUMBAI.(M)
9.12. PARAMOUNT FORGE, PANVEL.(M) (UPTO 1.5 INCH)
9.13. PARMAR TECHNOFORGE,PUNE(M) (UPTO 6 INCH)
9.14. ASIAN BOILER ENGINEERS,MUMBAI.9M)(PIPE FITTINGS - IBR)
9.15. RACCORTUBI
9.16. ERNE GMBH
9.17. FITTINOX, ITALY
9.18. PHOCEENNE - GENOYER S.A. FRANCE
9.19. MUNRO & MILLER FITTINGS, UK

10. INCONEL 600 / 625 PIPES, FITTINGS AND FLANGES


10.1. CORROTHERM INTERNATIONAL LTD., UK
10.2. FITTINOX, ITALY, ITALY
10.3. HORST KURVERS GMBH, GERMANY
10.4. INOXTECH S.P.A, ITALY
10.5. MANNESMANN DMV STAINLESS GMBH, GERMANY
10.6. PEERAJ GENERAL TRADING CO. LLC, U.A.E
10.7. RACCORTUBI, ITALY, ITALY
10.8. TEEKAY TUBES PVT.LTD., NAVI MUMBAI
10.9. VAN LEEUWEN BUIZEN, BELGIUM
10.10. IGAWARA TRADING, SINGAPORE

11. FLANGE- FORGED/ PLATE (CS/AS/SS)


11.1. C.D. INDUSTRIES LTD., MUMBAI
11.2. ECHJAY INDUSTRIES LTD., RAJKOT
11.3. J.K. FORGINGS, NEW DELHI
11.4. SHREE GANESH FORGINGS LTD., MUMBAI
11.5. SANGHVI FORGING
11.6. PARAMOUNT FORGE
11.7. BRITEX ENGINEERING
11.8. FIVEBROS FORGINGS PVT. LTD.

ISSUE
R0

PART 1 Page 303 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 5 OF 59 OF

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

12. BLIND, SPACERS & SPECTACLE BLINDS


12.1. C.D. INDUSTRIES LTD., MUMBAI
12.2. ECHJAY INDUSTRIES LTD., RAJKOT
12.3. J.K. FORGINGS, NEW DELHI
12.4. SHREE GANESH FORGINGS LTD., MUMBAI
12.5. SANGHVI FORGING
12.6. PARAMOUNT FORGE
12.7. BRITEX ENGINEERING
12.8. FIVEBROS FORGINGS PVT. LTD.
12.9. FERROSTAAL AG
12.10. METALFAR PRODOTTI INDUSTRIALI S.P.A.

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

14. VALVE GATE(GUNMETAL/BRASS/BRONZE)


14.1. BOMBAY METAL & ALLOYS MFG. CO. PVT. LTD., MUMBAI
14.2. LEADER VALVES LTD., JALANDHAR
14.3. SANT VALVES PVT.LTD., JALANDHAR
14.4. GG VALVES PVT. LTD.
14.5. A. V. VLAVES LTD.
14.6. FLUID CONTROLS PVT. LTD.
14.7. PEMTO-VALVES INDUSTRIE ARMATUREN GMBH
14.8. TAKAMISAWA VALVE CO. LTD.

ISSUE
R0

PART 1 Page 304 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 6 OF 59 OF

15. VALVES - CPVC


15.1. ASTRAL POLYTECHNIK LIMITED
15.2. GEORG FISCHER PIPING SYSTEMS PVT LIMITED

16. Y-TYPE-ANGLE STOP CHECK VALVES


16.1. B.F.E. S.P.A., ITALY
16.2. BABCOCK POWER ESPANA, SPAIN
16.3. EDWARD VOGT VALVE CO, UNITED STATES OF AMERICA
16.4. PETROL VALVES SRL, ITALY
16.5. TAKAMISAWA VALVE CO.,LTD, JAPAN
16.6. VELAN INC, CANADA
16.7. Z&J TECHNOLOGIES GMBH, GERMANY

17. VALVE CHECK(DUAL PLATE WAFER TYPE) CS


17.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
17.2. CRANE PROCESS FLOW TECHNOLOGIES, INDIA
17.3. MICROFINISH VALVES PVT. LTD.
17.4. ADVANCE VALVES PVT. LTD.
17.5. VALVES INDUSTRIES
17.6. GOODWIN INTERNATIONAL LTD., U.K.
17.7. NITON VALVES
17.8. LARSEN & TOUBRO
17.9. OSWAL INDUSTRIES LTD, GANDHINAGAR
17.10. BPCL CATEGORY :GLOBE/GATE/CHECK VALVES - CS(A-105)
17.11. AUTOCAP INDUSTRIES.CHENNAI.(M).(1/2" TO 1.1/2" NB CLASS 800)

18. VALVE BALL FIRE SAFE(CAST CARBON STEEL)


18.1. BELGAUM AQUA VALVES PVT LTD, BELGAUM
18.2. FLOW CHEM INDUSTRIES, AHMEDABAD
18.3. LARSEN & TOUBRO LTD., MUMBAI
18.4. MICROFINISH VALVES PVT. LTD., MUMBAI
18.5. REYNOLD VALVES LTD, MUMBAI
18.6. VIRGO ENGINEERS LTD., NAVI MUMBAI
18.7. WEIR VALVES & CONTROL UK LTD.
18.8. XOMOX INTERNATIONAL GMBH & CO.
18.9. B.D.K.ENGINEERING INDUSTRIES LTD. MUMBAI.(M)

18.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)


18.11. KSB PUMPS LTD. MUMBAI.(M)
18.12. TYCO VALVES & CONTROLS INDIA PVT. LTD. MAGHASAR.(M)
18.13. AKAY INDUSTRIES. MUMBAI.(M)
18.14. EL-O-MATIC (I) PVT.LTD.PUNE

ISSUE
R0

PART 1 Page 305 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 7 OF 59 OF

19. VALVE BUTTERFLY(CARBON STEEL)


19.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
19.2. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE
19.3. INSTRUMENTATION LTD., MUMBAI
19.4. LARSEN & TOUBRO LTD., MUMBAI
19.5. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
19.6. ARMATUREN VERTRIEB ALMS GMBH
19.7. XOMOX INTERNATIONAL GMBH & CO.
19.8. WEIR VALVES & CONTROL UK LTD.
19.9. ADVANCE VALVES PVT. LTD.NOIDA.(M)
19.10. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)
19.11. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)
19.12. DEMBLA VALVES LTD

20. VALVE BUTTERFLY(STAINLESS STEEL)


20.1. CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE
20.2. INSTRUMENTATION LTD., MUMBAI
20.3. LARSEN & TOUBRO LTD., MUMBAI
20.4. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
20.5. ARMATUREN VERTRIEB ALMS GMBH
20.6. XOMOX INTERNATIONAL GMBH & CO.
20.7. ADVANCE VALVES PVT. LTD.NOIDA.(M)
20.8. BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)
20.9. FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)
20.10. DEMBLA VALVES LTD

21. VALVE NEEDLE


21.1. EXCELSIOR ENGINEERING WORKS, MUMBAI
21.2. LEADER VALVES LTD., JALANDHAR
21.3. SWASTIK ENGINEERING WORKS, MUMBAI
21.4. TECHNOMATICS (I) PVT. LTD., MUMBAI
21.5. BABCOCK BORSIG ESPANA S.A.
21.6. HP VALVES OLDENZAAL BV

22. PLUG VALVES


22.1. AZ PLUG VALVES, GERMAY
22.2. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE
22.3. BREDA ENERGIA SESTO INDUSTRIA S.P.A, ITALY
22.4. DEZURIK (INDIA) LIMITED, CHENNAI
22.5. FISHER SANMAR LTD., MUMBAI
22.6. LARSEN & TOUBRO LTD., MUMBAI

ISSUE
R0

PART 1 Page 306 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 8 OF 59 OF

23. VALVE SPECIAL CATEGORY (DIAPHRAGM VALVES)


23.1. ADAMS ARMATUREN GMBH, GERMANY
23.2. COOPER CAMERON SINGAPORE PTE LTD, SINGAPORE
23.3. GUICHON VALVES, FRANCE
23.4. L.V.F.SPA, ITALY
23.5. LAZARO ITUARTE INTERNACIONAL S.A., SPAIN
23.6. SCHUF ARMATUREN UND APPARATEBAU GMBH, GERMANY
23.7. STRAHMAN VALVES INCORPORATED, U.S.A
23.8. YARWAY CORPORATION, NEW DELHI
23.9. ZIMMERMANN & JANSEN GMBH, GERMANY
23.10. PROCON ENGINEERS, MUMBAI.(M)
23.11. COMMERCIAL RUBBER PRODUCTS.MUMBAI.(M)
23.12. SOLAR ELECTRONICS (INDIA).MUMBAI.(M)

24. GLANDLESS PISTON VALVE


24.1. CESARE BONETTI S.P.A., ITALY
24.2. SPIRAX MARSHALL LTD., PUNE
24.3. UNIKLINGER LTD., PUNE

25. MOTORISED OPERATED VALVES (FLANGED /B.W END GATE/GLOBE/CHECK VALVE C.S./S.S./A.S.)

25.1. BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE


25.2. ECONO VALVES PVT. LTD., CHENNAI
25.3. KSB PUMPS LTD., PUNE
25.4. LARSEN & TOUBRO LTD., MUMBAI
25.5. NITON VALVE INDUSTRIES LTD., MUMBAI
25.6. OSWAL INDUSTRIES LTD, GANDHINAGAR
25.7. VALVA ITALIA
25.8. TYCO VALVES & CONTROLS ITALIA SRL

25.9. ROTORK CONTROLS (INDIA) LTD. MUMBAI.(M)

26. TILT DISC CHECK VALVES


26.1. CRISPIN VALVES, INDIA
26.2. LARSEN & TOUBRO LTD., MUMBAI
26.3. FRUILCO, ITALY
26.4. PACIFIC VALVES, U.S.A
26.5. POYAM VALVES ( AMPO, S.COOP), SPAIN
26.6. VELAN INC, CANADA
26.7. XANIK SPECIALITY VALVES S.A.DE.C.V, MEXICO

27. SIGHT GLASS


27.1. BLISS ANAND PVT. LTD., NAVI MUMBAI

ISSUE
R0

PART 1 Page 307 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 9 OF 59 OF

27.2. C-TRU PROCESS EQUIPMENTS, MUMBAI


27.3. CHEMTROL INDUSTRIES, VADODARA
27.4. LEVCON INSTRUMENTS PVT. LTD., MUMBAI
27.5. PRATOLINA INSTRUMENTS PVT. LTD., MUMBAI
27.6. SIGMA INSTRUMENTS, NEW DELHI
27.7. TELEFLO INSTRUMENT CO.PVT.LTD., MUMBAI
27.8. FIRSA S.P.A.
27.9. GARLOCK GMBH

28. FUNNEL(FABRICATED ITEMS)


28.1. APEX ENGINEERS & FABRICATORS, NAVI MUMBAI
28.2. DEVENDRA MACHINERY & FABRICATORS PVT.LTD., MUMBAI
28.3. DOLPHIN ENGINEERING ENTERPRISES, ANKLESHWAR
28.4. FABWELL ENGINEERING CORPORATION, VADODARA
28.5. FILTERATION ENGINEERS (I) PVT.LTD., MUMBAI
28.6. G.L. ENGINEERING INDUSTRIES PVT.LTD., MUMBAI
28.7. GOVIK ELECTRICALS PVT. LTD., MUMBAI
28.8. KINAM ENGINEERING INDUSTRIES, MUMBAI
28.9. SMITH INDIA, NAVI MUMBAI
28.10. SUPREME ENGINEERING WORKS, MUMBAI

29. FIRE FIGHTING SYSTEM


29.1. AGNICE FIRE PROTECTION LTD., CHENNAI
29.2. CME INDUSTRIES, MUMBAI
29.3. GUNNEBO INDIA LTD ( (FORMERLY STEELAGE INDUSTRIES), THANE
29.4. HD FIRE PROTECTION CO PVT LTD., THANE
29.5. HITEK ENGINEERING SERVICES, MUMBAI
29.6. MANSH ENGINEERS PVT. LTD., AHMEDABAD
29.7. MASTER FIRE FIGHTERS PVT. LTD., MUMBAI
29.8. NEW FIRE ENGINEERS PVT LTD, MUMBAI
29.9. RADIANT FIRE PROTECTION ENGINEERS PVT. LTD., AHMEDABAD
29.10. SUKAN EQUIPMENTS PVT. LTD., AHMEDABAD
29.11. TECHNO FIRE PROTECTION SERVICES PVT.LTD., MUMBAI
29.12. TYCO FIRE & SECURITY INDIA PVT. LTD., MUMBAI
29.13. VIJAY FIRE PROTECTION SYSTEMS LTD., MUMBAI
29.14. BPCL CATEGORY - FIRE ACCESSORIES/EQUIPMENT/EXTINGUISHERS
29.15. NEWAGE INDUSTRIES. MUMBAI.(M)
29.16. FIRE STONE INDUSTRIES. MUMBAI.(M)
29.17. KOOVERJI DEVSHI & CO. PVT. LTD. MUMBAI.(M)
29.18. KIDDE INDIA LIMITED. MUMBAI.(M)
29.19. FIRETECH EQUIPMENT & SYSTEMS PVT. LTD. MUMBAI.(M)
29.20. ZENITH FIRE SERVICES (INDIA) PVT. MUMBAI.(M)

ISSUE
R0

PART 1 Page 308 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 10 OF 59 OF

29.21. KANADIA FYR FYTER PVT. LTD. MUMBAI.(M)


29.22.
29.23. FASTENERS(INDIGENOUS) (FOR CS/LTCS ONLY)
29.24. ASHCROFT INDIA PVT LTD (FORMERLY PRECISION IND.), MUMBAI
29.25. FASTENERS & ALLIED PRODUCTS PVT.LTD., HUBLI
29.26. HARDWIN FASTENERS PVT. LTD., MUMBAI
29.27. J.J. INDUSTRIES, MUMBAI
29.28. MULTI FASTENERS PVT.LTD., VADODARA
29.29. PACIFIC FORGING & FASTENERS PVT. LTD, MUMBAI
29.30. PRECISION AUTO ENGINEERS, LUDHIANA
29.31. SANDEEP ENGINEERING WORKS, MUMBAI
29.32. SUNDARAM FASTENERS, CHENNAI
29.33. SYNDICATE ENGINEERING INDUSTRIES, MUMBAI
29.34. UDEHRA FASTENERS LIMITED. LUDHIANA.(M)
29.35. BOLTMASTER (INDIA) PVT. LTD. THANE.(M)
29.36. FIX FIT FASTENERS MFG PVT. LTD. CALCUTTA.(M)
29.37. MEGA ENGINEERING PVT. LTD. NAVI MUMBAI.(M)
29.38. F.E.DARUKHANAWALA
29.39. BPCL CATEGORY - SS BOLTS / STUDS / NUTS
29.40. GUPTA WORKSHOP. MUMBAI.(M)
29.41. KUNDAN ENGINEERING WORKS. MUMBAI.(M)
29.42. UDEHRA FASTENERS LIMITED. LUDHIANA.(M)

30. FASTENERS(IMPORTED) (FOR AS ONLY)


30.1. BECK CRESPEL, FRANCE
30.2. KADDAS OILFIELD SERVICES & TRADING COMPANY LLC, U.A.E
30.3. MEZON TECHNICAL TRADING L.L.C., U.A.E
30.4. OME METALLURGICA ERBESE S.R.L, ITALY
30.5. PEERAJ GENERAL TRADING CO. LLC, U.A.E
30.6. PROSPER ENGINEERING LTD, UNITED KINGDOM
30.7. ROLLSTUD LTD, UNITED KINGDOM
30.8. SANWA BYORA SEISAKUSYO CO LTD, JAPAN
30.9. STAINLESS STEEL FASTENERS LTD, ENGLAND

GASKETS (ASBESTOS/ ASBESTOS FREE / RUBBER / PTFE /ELASTOMER / SPIRAL WOUND /


31.
JACKETED / METALLIC)

31.1. CHAMPION JOINTINGS PVT.LTD., MUMBAI


31.2. IGP ENGINEERS LTD., CHENNAI
31.3. MADRAS INDUSTRIAL PRODUCTS, CHENNAI
31.4. STARFLEX SEALING INDIA PVT. LTD. (FLEXITALLIC), MUMBAI
31.5. UNIQUE INDUSTRIAL PACKINGS, MUMBAI
31.6. UNIKLINGER LTD., PUNE
31.7. VIRCAP SEALINGTECH PVT. LTD., CHENNAI
31.8. EUROGUARCO S.P.A.
31.9. KEMPCHEN & CO.

ISSUE
R0

PART 1 Page 309 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 11 OF 59 OF

BPCL CATEGORY – CAF GASKET


31.10. SEIMAR ENGINEERING PVT. LTD.MUMBAI..(M)
31.11. SUPER GASKET INDUSTRIES.MUMBAI.(M)
31.12. UNITED ENTERPRISES.MUMBAI.(M)
31.13. HINDUSTAN COMPOSITES LTD.MUMBAI.(M)
BPCL CATEGORY – (CORRU GASKET, SOFT STEEL,SS,CU)
31.14. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)
31.15. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)
31.16. BPCL CATEGORY – (JACKETTED GASKETS NON FERROUS)
31.17. GOODRICH GASKET PRIVATE LIMITED.CHENNAI.(M)
31.18. PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)
31.19. SPIRASEAL GASKETS PRIVATE LIMITED.MADRAS.(M)
31.20. SUPER GASKET INDUSTRIES.MUMBAI.(M)
31.21. BPCL CATEGORY – (SPIRAL WOUND METALLIC GASKETS)
31.22. PACKINGS & JOINTINGS GASKETS P.LTD .CHENNAI.(M)
31.23. SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)
31.24. TEEKAY METAFLEX PVT. LTD. MUMBAI.(M)

32. HOSE RUBBER / METALLIC


32.1. ASHIT SALES CORPORATION
32.2. GAYTRI INDUSTRIAL CORPORATION, MUMBAI
32.3. INDIA FLEX INDUSTRIES PVT. LTD.
32.4. ROYAL INDIA CORPORATION, MUMBAI
32.5. SONI RUBBER PRODUCTS LTD, KOLKATA
32.6. SRIDHAR ENGINEERING AND RUBBER PROCDUCTS PVT LTD, VIJAYAWADA
32.7. UNIQUE RUBBER UDYOG, FARIDABAD
32.8. ABC SYNTHETICS PVT. LTD.
32.9. HYDROFLEX (INDIA)
32.10. PARKER MARKWEL INDUSTRIES PVT. LTD
32.11. BENGAL INDUSTRIES
32.12. SENIOR INDIA PRIVATE LIMITED.
32.13. MADRAS HYDRAULIC HOSES (P) LTD.
BPCL CATEGORY (HOSES - FIRE SERVICES)
32.14. INDIAN RAYON AND INDUSTRIES LTD..(M)
32.15. NEW AGE HOSE MANUFACTURING CO..(M)
32.16. CHHATARIYA FIRETECH INDUSTRIES.(M)
32.17. ZENITH FIRE SERVICES (INDIA) PVT.(M)
32.18. RM APPLIED ENG.

33. SPRING SUPPORTS


33.1. PIPE HANGERS AND SUPPORTS PVT. LTD., CHENNAI
33.2. PIPING & ENERGY PRODUCTS PVT. LTD., NEW DELHI

ISSUE
R0

PART 1 Page 310 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 12 OF 59 OF

33.3. SARATHI ENGINEERING ENTERPRISE, HYDERABAD


33.4. SPRING SUPPORTS MFG. COMPANY, KOLKATA
33.5. TECHNO INDUSTRY
33.6. SHREE UMA PIPE MANUFACTURING CO. CALCUTTA.(M)

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

34.8. UNI KLINGER LIMITED. MUMBAI.(M)

34.9. BHARATI ENGINEERING COMPANY. THANE.(M)

35. STEAM TRAPS-BUCKET/TH.DYN/TH.STAT/FLOAT


35.1. ESCO LTD., INDIA
35.2. PENNANT ENGINEERING PVT. LTD., PUNE
35.3. SPIRAX MARSHALL LTD, PUNE
35.4. GREAVES LTD.
35.5. UNIKLINGER LTD

36. STEAM CONDENSATE MANIFOLDS


36.1. ARMSTRONG INDIA
36.2. CESARE BONETTI S.P.A., ITALY
36.3. SPIRAX MARSHALL, PUNE
36.4. FLOWTEMP APPLIANCES PVT. LTD.
36.5. NIRMAL INDUSTRIAL CONTROLS PVT. LTD.
36.6. UNITED WORKS PVT. LTD.

37. SAMPLE COOLERS


37.1. AERO ENGINEERS, AHMEDABAD
37.2. ENPRO INDUSTRIES PVT LTD, PUNE
37.3. G.R. ENGINEERING WORK LTD., MUMBAI
37.4. GRASIM INDUSTRIES LTD., NAGDA
37.5. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
37.6. TUBE WELD ENGINEERING WORKS LTD, MUMBAI
37.7. UNIVERSAL HEAT EXCHANGERS LIMITED

38. EOT CRANE


38.1. ACME MANUFACTURING CO. LTD., MUMBAI

ISSUE
R0

PART 1 Page 311 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 13 OF 59 OF

38.2. ANUPAM INDUSTRIES LTD., VALLABH VIDYANAGAR


38.3. ARMSEL MHE PVT.LTD., BANGALORE
38.4. BRAITHEWAITE & CO. LTD., KOLKATA
38.5. EDDY CRANES ENGINEERS PVT. LTD, MUMBAI
38.6. FURNACE & FOUNDRY EQUIPMENT CO., MUMBAI
38.7. HEAVY ENGG. CORPORATION LTD., RANCHI
38.8. MEEKA MACHINERY PVT. LTD., AHMEDABAD
38.9. MUKUND LTD., THANE
38.10. REVA ENGINEERING INDUSTRIES PVT.LTD., NEW DELHI
38.11. TAK MACHINERY & LEASING LTD., MUMBAI
38.12. WMI CRANES LTD., MUMBAI

39. H.O.T CRANE


39.1. EDDY CRANE ENGRS P LTD.
39.2. KALINGA ENGRS. LTD.
39.3. REVA ENGG. IND. P LTD.
39.4. SAYAJI IRON & ENGG P LTD
39.5. ARMSEL MHE P LTD.
39.6. TAK MACHINERY
40. BPCL CATEGORY –(MOBILE CRANES)
40.1. ESCORT LTD. FARIDABAD.(M)
40.2. TATA MOTORS LIMITED.THANE.(M)
40.3. TIL LTD.MUMBAI.(M)

41. CHAIN PULLEY BLOCK


41.1. ANUPAM INDUSTRIES LTD.
41.2. BRADY & MORRIS ENGINEERING CO. LTD.
41.3. HERCULES HOISTS LTD.
41.4. HI-TECH INDUSTRIES
41.5. MEEKA MACHINERY PVT. LTD.

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.

BPCL CATEGORY -(GRATINGS GALVANISED)


42.7. GUPTA WORKSHOP.MUMBAI.(M)
42.8. ERCON COMPOSITES.JODHPUR.(M)
42.9. INDUSTRIAL PLASTICS.MUMBAI(M)

ISSUE
R0

PART 1 Page 312 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 14 OF 59 OF

43. BELLOW SEALED VALVES


43.1. BDK MARKETING SERVICES PVT. LTD.
43.2. BELL-O-SEAL VALVES PVT. LTD.
43.3. KSB PUMPS LTD.
43.4. LARSEN & TOUBRO LTD.
43.5. MICROFINISH VALVES PVT. LTD.

44. PRIMARY SUPPORTS


44.1. BARODA EQUIPMENT AND VESSELS PVT LTD
44.2. KINAM ENGINEERING INDUSTRIES
44.3. SPRING SUPPORTS MFG. COMPANY
44.4. SUPREME ENGINEERING WORKS
44.5. SWATHI ENGINEERS
44.6. TINITA ENGINEERING PVT. LTD.
44.7. TECHNO INDUSTRY
44.8. DOLPHIN ENGINEERING

45. SPECIAL SUPPORTS


45.1. KINAM ENGINEERING INDUSTRIES
45.2. PIPE HANGERS & SUPPORTS PRIVATE LTD.
45.3. PIPING & ENERGY PRODUCTS PVT. LTD
45.4. RAJ ENGINEERING CO.
45.5. SARATHI ENGINEERING ENTERPRISE
45.6. SPRING SUPPORTS MFG. COMPANY
45.7. TINITA ENGINEERING PVT. LTD.
TECHNO INDUSTRY

46. EXPANSION BELLOWS


46.1. CORI ENGINEERS PVT. LTD.
46.2. D. WREN INDUSTRIES PVT.LTD.
46.3. DIP-FLON ENGINEERING & CO.
46.4. FLEXICAN BELLOWS & HOSES PVT.LTD
46.5. FLUOROPOLYMER PACKINGS & SEALS PVT.LTD.
46.6. LONESTAR INDUSTRIES
46.7. MIL INDUSTRIES LTD.
46.8. METALLIC BELLOWS (I) PVT. LTD.
46.9. RM APPLIED ENGINEERS
46.10. KELD ELLENTOFT INDIA PVT. LTD.MUMBAI.(M)
46.11. SUR INDUSTRIES PVT LTD.CALCUTTA.(M)

47. NON-SLAM CHECK VALVES

ISSUE
R0

PART 1 Page 313 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 15 OF 59 OF

47.1. CRANE ENERGY FLOW SOLUTIONS, USA


47.2. CAMERON VALVES AND MEASUREMENT, USA

FIRE PROTECTION EQUIPMENT APPROVED VENDORS


HYDRANT VALVE NEWAGE / SUKAN / SBJ
BRANCH PIPES AND NOZZLE NEWAGE / SUKAN / SBJ
NEWAGE / INDIAN RAYON / JAYSHREE / CHATTRIYA /
HOSE PIPE
NIRMAL
RUBBER HOSE DUNLOP / ROYAL INDIA / SHANTI INDUSTRIES
AUDCO / INTERVALVE / CRANE PROCESS FLOW
BUTTERFLY VALVE
TECHNOLOGY / TYCO / FISHER XOMOX
GATE VALVES / NRV (CS) L&T / KSB
FIRE EXTINGUISHERS ZENITH / SUPRIMAX / SAFEX / NITIN FIRE
PIPES TATA / ZENITH / JINDAL
GENERAL INSTRUMENTS / FORBES MARSHALL / PRECISION /
PRESSURE GAUGES
H. GURU
HOSE BOX SBJ / NITIN FIRE / KIDDE INDIA
HOSE REEL UNITS MFG STD
WATER MONITOR HD / VIJAY / NEWAGE / VIMAL / VISHAL
DELUGE VALVES HD FIRE
LONG RANGE MONITORS KIDDE / TYCO / CHEMGUARD / VIMAL / VISHAL

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

PART 1 Page 314 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 16 OF 59 OF

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

PART 1 Page 315 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 17 OF 59 OF

PROCESS / MECHANICAL

52. HEAT EXCHANGERS (SHELL & TUBE TYPE)


52.1. ALFA LAVAL (INDIA) LTD., PUNE
52.2. ANUP ENGINEERING LTD., AHMEDABAD
52.3. G.R. ENGINEERING WORK LTD., MUMBAI
52.4. GEECY ENGINEERING PVT.LTD., NAVI MUMBAI
52.5. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
52.6. PHILS HEAVY ENGINEERING PVT. LTD.
52.7. INDUS ENGG. COMPANY, MUMBAI
52.8. INDUSTRIAL MANUFACTURERS, MUMBAI
52.9. ISGEC, YAMUNANAGAR
52.10. LARSEN & TOUBRO LTD., MUMBAI
52.11. KINAM ENGINEERING INDUSTRIES
52.12. PATELS AIRTEMP (INDIA) LTD., RAKANPUR
52.13. PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI
52.14. REYNOLDS CHEMEQUIP PVT. LTD., MUMBAI
52.15. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
52.16. TEMA INDIA LTD., MUMBAI
52.17. UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE
52.18. AEROTHERM PRODUCTS
BPCL CATEGORY – ( HEAT EXCHANGER - FERROUS )
52.19. AIR COILS MANUFACTURING CO. MUMBAI.(M)
52.20. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
52.21. GRASIM INDUSTRIES LIMITED. NAGDA.(M)
52.22. INDIA TUBE MILLS & METAL INDUSTRIES LTD. MUMBAI.(M)
52.23. MAZAGON DOCK LIMITED. MUMBAI.(M)
52.24. THERMAX LIMITED. PUNE.(M)
52.25. TRIOFAB (INDIA) PVT. LTD. NAVI MUMBAI.(M)
52.26. HINDUSTAN DORR-OLIVER LIMITED
BPCL CATEGORY – ( HEAT EXCHANGER – NON FERROUS )
52.27. AIR COILS MANUFACTURING CO. MUMBAI.(M)
52.28. BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)
52.29. THERMAX LIMITED PUNE.(M)

53. PLATE HEAT EXCHANGERS


53.1. ALFA LAVEL (INDIA) LTD.
53.2. GEA ECOFLEX INDIA
53.3. TRANTER INDIA PVT. LTD.
53.4. IDMC LIMITED
53.5. LARSEN & TOUBRO LTD.
53.6. SPX INDIA PVT. LTD.

ISSUE
R0

PART 1 Page 316 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 18 OF 59 OF

PROCESS / MECHANICAL

54. SPIRAL HEAT EXCHANGERS


54.1. ALFA LAVEL (INDIA) LTD.
54.2. LARSEN & TOUBRO LTD.

55. PROCESS COMPRESSORS (API - RECIPROCATING)


55.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
55.2. BURCKHARDT (INDIA) PVT. LTD.
55.3. DRESSER-RAND INDIA PVT. LTD., MUMBAI
55.4. NEUMAN & ESSER INDIA

56. PROCESS COMPRESSORS (NON API - RECIPROCATING)


56.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
56.2. BURCKHARDT (INDIA) PVT. LTD.
56.3. INGERSOLL-RAND (INDIA) LTD.
56.4. KIRLOSKAR PNEUMATIC CO. LTD.

57. GAS COMPRESSORS (CENTRIFUGAL)


57.1. BHARAT HEAVY ELECTRICALS LTD.
57.2. DRESSER-RAND INDIA PVT. LTD., MUMBAI
57.3. EBARA CORPORATION, JAPAN
57.4. HOWDEN PROCESS COMPRESSOR, U.K.
57.5. KAWASAKI HEAVY INDUSTRIES LTD., JAPAN
57.6. KOBE STEEL LTD., JAPAN
57.7. MANNESMANN DEMAG AG, GERMANY
57.8. MITSUBISHI HEAVY INDUSTRIES LTD., JAPAN
57.9. SIEMENS INDIA
57.10. SULZER INDIA

58. AIR COMPRESSORS (CENTRIFUGAL)


58.1. ATLAS COPCO ENERGAS
58.2. BHARAT HEAVY ELECTRICALS LIMITED
58.3. INGERSOLL-RAND (INDIA) LTD.
58.4. SIEMENS LIMITED

59. AIR COMPRESSORS (RECIPROCATING)


59.1. CHICAGO PNEUMATICS LTD.
59.2. DRESSER RAND INDIA PVT. LTD.
59.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI
59.4. KIRLOSKAR PNEUMATIC CO. LTD., PUNE

ISSUE
R0

PART 1 Page 317 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 19 OF 59 OF

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

61. AIR COMPRESSORS (PISTON TYPE PORTABLE UNITS)


61.1. ACMEVAC SALES PVT. LTD.
61.2. CHICAGO PNEUMATIC INDIA LTD.
61.3. INGERSOLL-RAND INDIA PVT. LTD., MUMBAI

62. AIR OPERATED DIAPHRAGM PUMPS


62.1. KIRAN PUMPS
62.2. NETZSCH INDIA PVT. LTD.
62.3. SHANBHAG & ASSOCIATES
62.4. SYP ENGINEERING CO. PVT. LTD.

63. CENTRIFUGAL PUMPS (VER. TURBINE PUMP)


63.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
63.2. ITT GOULDS PUMPS INC
63.3. JYOTI LTD.
63.4. KIRLOSKAR BROTHERS LTD.
63.5. MATHER & PLATT INDIA, PUNE
63.6. WPIL LTD.

64. DRUM PUMPS


64.1. KIRAN PUMPS
64.2. MONIBA ANAND ELECTRICALS PVT. LTD.
64.3. ROTO PUMPS LTD.
64.4. SHANBHAG & ASSOCIATES
64.5. SLEEK PUMPS & VALVES
64.6. UNION ENTERPRISE PVT. LTD.

65. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS NON-API)


65.1. AKAY INDUSTRIES PVT. LTD.
65.2. MATHER & PLATT INDIA, PUNE
65.3. KISHOR PUMPS LTD., PUNE
65.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
65.5. ITT CORPORATION INDIA PVT. LTD.
65.6. KSB PUMPS LTD., MUMBAI

65.7. SULZER PUMPS INDIA LTD., NAVI MUMBAI

ISSUE
R0

PART 1 Page 318 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 20 OF 59 OF

PROCESS / MECHANICAL
65.8. JOHNSON PUMP (INDIA) LIMITED

65.9. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD

65.10. KIRLOSKAR BROTHERS LTD., PUNE

65.11. KIRLOSKAR EBARA PUMPS LTD.

66. CENTRIFUGAL PUMPS(HORIZONTAL PUMPS - API)


66.1. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

66.2. ITT CORPORATION INDIA PVT. LTD.

66.3. KSB PUMPS LTD., MUMBAI

66.4. KIRLOSKAR EBARA PUMPS LTD.

66.5. SULZER PUMPS INDIA LTD., NAVI MUMBAI


BPCL CATEGORY – HORIZONTAL CENTRIFUGAL PUMPS – SPL PROCESS PURPOSE
66.6. BP&CL
BPCL CATEGORY – PUMP CENTRIFUGAL HOR (SPECIAL PURPOSE PROCESS – CRITICAL
SERVICE)
66.7. EBARA CORPORATION JAPAN
66.8. GOULDS PUMPS INC
66.9. KSB PUMPIN ARMETUREN GERMANY
66.10. NOUVO PIGNONE SPA ITALY
66.11. POMPE GABBIONETA SPAITALY
66.12. POMPES GUINARD (KSB) FRANCE
66.13. SULZER PUMPEN DEUTSCHLAND GMBH GERMANY
66.14. LAWRENCE PUMPS INC
66.15. DAVID BROWN PUMPS LTD.
66.16. DMW CORPORATION
66.17. SULZER BINGHAM PUMPS INC.

67. CENTRIFUGAL CANNED MOTOR TYPE PUMP

67.1. HERMETIC PUMPEN GMBH, GERMANY


67.2. KLAUS UNION, GERMANY

67.3. NIKKISO CO LTD, JAPAN

67.4. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI

67.5. KSB PUMPS LTD., PUNE

67.6. KIRLOSKAR EBARA PUMPS LTD., PUNE

68. SUNDYNE PUMPS


68.1. NIKKISO SUNDSTRAND CO. LTD., JAPAN

68.2. SUNDSTRAND FLUID HANDLING(SUNDYNE), U.S.A

69. CENTRIFUGAL PUMPS(MULTISTAGE PUMPS)

ISSUE
R0

PART 1 Page 319 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 21 OF 59 OF

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

70. RECIPROCATING PUMPS(METERING/DOSING PUMPS)


70.1. LEWA HERBERT OTT GMBH & CO, GERMANY
70.2. MILTON ROY INDIA (P) LTD., CHENNAI
70.3. PULSAFEEDER, U.S.A.
70.4. SWELORE ENGINEERING PVT. LTD., AHMEDABAD
70.5. V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI
BPCL VENDORS(PUMPS-RECIPRO(CONTROLLED VOLUME/DIAPHRAGM/PLUNGER/PISTON)
70.6. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD
70.7. BRAN &LUEBBE GMBH UK
70.8. DOSAPRO MILTON ROY FRANCE
70.9. GEHO PUMPS NETHERLAND
70.10. NIKKISO CO.LTD.(NIKKISO KK)JAPAN
70.11. PERONI POME SPA (FORMARLY PERSONI) ITALY
70.12. CRANE CO. USA
70.13. OCSER GES MBH &CO KG AUSTRIA
70.14. ORLITA GMBH & CO.KG.GERMANY
70.15. DOWSON DOWNIE LAMONT LTD. U.K.
70.16. NATIONAL OIL WELL PTE LTD. USA
70.17. DMW CORPORATION., JAPAN
70.18. FLOWSERV

71. CENTRIFUGAL PUMPS (VER. PUMPS NDMW CORPORATION JAPANON-API)


71.1. BHARAT PUMPS & COMPRESSORS LTD., ALLAHABADFLOWSERVE
71.2. DMW CORPORATION., JAPAN
71.3. FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI
71.4. KIRLOSKAR BROTHERS LTD., PUNE
71.5. KSB PUMPS LTD., MUMBAI
71.6. MATHER & PLATT PUMPS LTD, MUMBAI
71.7. RUHR PUMPEN GMBH, GERMANY
71.8. SHIN NIPPON MACHINERY CO LTD, JAPAN
71.9. SULZER PUMPS LTD., INDIA
71.10. KIRLOSKAR EBARA PUMPS LTD.
71.11. JOHNSON PUMP (INDIA) LTD.

72. BOILER FEED WATER PUMPS / CENTRIFUGAL PUMPS FOR BFW(MULTISTAGE)

ISSUE
R0

PART 1 Page 320 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 22 OF 59 OF

PROCESS / MECHANICAL
72.1. KIRLOSKAR EBARA PUMPS LTD., PUNE
72.2. KSB PUMPS LTD., PUNE
72.3. SULZER PUMPS INDIA LTD., NAVI MUMBAI

72.4. FLOWSERVE INDIA

73. FIRE WATER PUMPS (HORIZONTAL / VERTICAL)

73.1. FLOWSERVE INDIA CONTROLS (P) LTD.

73.2. ITT GOULDS PUMPS INC

73.3. KIRLOSKAR BROTHERS LTD.

73.4. MATHER & PLATT (INDIA) LTD.


73.5. BPCL CATEGORY – PUMP CENTRIFUAL H/V (FIRE WATER OR SEA WATER)
73.6. DMW CORPORATION
73.7. KBS PUMPEN, GERMANY
73.8. SULZER USA
73.9. EBARA CORPORATION, JAPAN
73.10. NOUVO-PIGNONE SPA, ITALY

74. DIESEL ENGINE FOR FIRE WATER PUMPS

74.1. CUMMINS INDIA LTD.

74.2. KIRLOSKAR OIL ENGINES LTD.

74.3. GREAVES COTTON LTD.

75. GEAR PUMPS

75.1. JOHNSON PUMP (INDIA) LTD.

75.2. MAAG PUMPS, SWITZERLAND

75.3. TUSHACO PUMPS PVT. LTD.

76. SUBMERSIBLE PUMPS


76.1. GRUNDFOS PUMPS INDIA PVT. LTD.
76.2. KSB PUMPS LTD.
76.3. KIRLOSKAR BROTHERS LTD.
76.4. KISHOR PUMPS PVT. LTD.
76.5. S. U. PUMPS

77. SCREW PUMPS

77.1. ALKETRON ENGINEERING INDUSTRIES PVT. LTD.

77.2. BORNEMANN (I) LTD.

77.3. TUSHACO PUMPS PVT. LTD.

ISSUE
R0

PART 1 Page 321 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 23 OF 59 OF

PROCESS / MECHANICAL
77.4. ROTO PUMPS LTD.

77.5. UT PUMPS & SYSTEMS PVT. LTD.


77.6. HOUTTUIN
77.7. LEISPRITZ
77.8. IMO/WARREN
77.9. FLUID PUMPS
77.10. PLENTY MITLESS LTD, UK
77.11. WEIR PUMPS

77.12. DAVID BROWN, UK

78. VACUUM PUMPS


78.1. JOYAM ENGINEERS & CONSULTANTS
78.2. PPI PUMPS PVT. LTD.
78.3. STERLING SIHI
78.4. TMVT INDUSTRIES PVT. LTD.
78.5. VIJAY PUMPS PVT. LTD.
78.6. VINDI VAK PUMPS PVT. LTD.

79. VERTICAL SUMP PUMPS

79.1. AKAY INDUSTRIES PVT. LTD.

79.2. ITT GOULDS PUMPS INC

79.3. JOHNSON PUMPS (INDIA) LTD.

79.4. KIRLOSKAR BROTHERS LTD.

79.5. KISHOR PUMPS PVT. LTD.

79.6. SULZER PUMPS INDIA LTD.


79.7. SU MOTORS

80. FIRED HEATERS

80.1. BRIDGE & ROOF CO. (INDIA) LTD., KOLKATA

80.2. HEURTEY PETROCHEM, MUMBAI

80.3. LARSEN & TOUBRO LTD., MUMBAI

80.4. MUKUND LTD., THANE


80.5. PETRON ENGINEERING CONSTRUCTION LTD., MUMBAI
80.6. TECHNIP KT INDIA LTD, NOIDA
80.7. THERMAX LTD., PUNE

81. BURNERS
81.1. CALLIDUS TECHNOLOGIES LTD.
81.2. HAMWORTHY COMBUSTION ENGG. LTD.

ISSUE
R0

PART 1 Page 322 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 24 OF 59 OF

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)

82. COLUMN TRAYS & INTERNALS


82.1. GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI
82.2. HIPACK, GHAZIABAD
82.3. KAMAL ENGINEERING CORPORATION, NEW DELHI
82.4. KEVIN ENTERPRISE PVT.LTD., MUMBAI
82.5. KOCH-GLITSCH INDIA LTD., MUMBAI
82.6. LARSEN & TOUBRO LTD.(HAZIRA), SURAT
82.7. MARS PROJECTS PVT.LTD., KOLKATA
82.8. NATIONAL TOWERPACK INDUSTRIES, MUMBAI
82.9. NORTON CHEMICAL PROCESS PRODUCTS CORPORATION, U.S.A
82.10. SULZER INDIA LTD., PUNE
82.11. VIKAS ENGG. WORKS, VISAKHAPATNAM
SWAN ENTERPRISES. CHENNAI.(M)
82.12.

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

PART 1 Page 323 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 25 OF 59 OF

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

87. MIST ELIMINATORS / DEMISTER


87.1. CONTINENTAL PROFILES LIMITED, FARIDABAD
87.2. EVERGREEN WIRE TECHNOLOGIES (P) LTD., MUMBAI
87.3. HAVER STANDARD INDIA PVT. LTD., MUMBAI
87.4. JEETMULL JAICHAND LAL PVT. LTD., KOLKATA
87.5. MISTER-MESH WIRE PRODUCTS, MUMBAI
87.6. PACE ENGINEERING INDUSTRIES PVT. LTD., MUMBAI

88. CONSERVATION VENT / DE-AERATOR


88.1. AERO ENGINEERS, AHMEDABAD
88.2. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
88.3. G.R. ENGINEERING WORK LTD., MUMBAI
88.4. PORTEGO EQUIPMENTS PVT. LTD., MUMBAI
88.5. S.B.ENTERPRISES, BHARUCH
88.6. SPIRAX MARSHALL LTD, PUNE
88.7. TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
88.8. VARALL ENGINEERS, MUMBAI
88.9. VAREC VAPOUR CONTROL INC., INDIA

89. CHEMICAL INJECTION PACKAGE / DOSING SETS

ISSUE
R0

PART 1 Page 324 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 26 OF 59 OF

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

90. SAFETY VALVES / PRESSURE SAFETY VALVES


90.1. FAINGER LESER VALVES PVT. LTD.
90.2. ANDERSON GREENWOOD CROSBY, UNITED KINGDOM
90.3. LARSEN & TOUBRO LTD.
90.4. DRESSER VALVE INDIA PVT. LTD., MUMBAI
90.5. XOMOX SANMAR LTD.
90.6. INSTRUMENTATION LTD., MUMBAI
90.7. MEKASTER
90.8. TYCO SANMAR LTD.
90.9. TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI
90.10. WEIR VALVES & CONTROL UK LTD, UNITED KINGDOM
90.11. BHEL

91. HVAC SYSTEM


91.1. BLUE STAR LTD., MUMBAI
91.2. ASIA BROWN BOVERI LTD.
91.3. CARRIER AIRCON LTD., MUMBAI
91.4. BATLIBOI & COMPANY LTD.
91.5. EMERSON PROCESS MANAGEMENT (INDIA) PVT. LTD.
91.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI
91.7. SYSTEMS & COMPONENTS (I) PVT. LTD.
91.8. VOLTAS LIMITED, MUMBAI

92. RC MACHINES
92.1. GEA TECHNOFRIGO
92.2. VOLTAS
92.3. BLUESTAR
92.4. CARRIER
92.5. JOHNSON CONTROLS (YORK)

93. AIR PRESSURIZATION UNIT


93.1. ADVANCE VENTILATION PVT LTD, NEW DELHI
93.2. BLUE STAR LTD., MUMBAI

ISSUE
R0

PART 1 Page 325 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 27 OF 59 OF

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

93.8. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI

93.9. LAXMI AIR CONTROL PVT. LTD, MUMBAI

93.10. PATELS AIRTEMP (INDIA) LTD., RAKANPUR

93.11. S.K. SYSTEMS PRIVATE LTD, DELHI


93.12. VOLTAS LIMITED, 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

95. RUPTURE DISC


95.1. BS & B SAFETY SYSTEMS (I) LTD., MUMBAI
95.2. ELFAB LIMITED, UNITED KINGDOM
95.3. FAINGER LESER VALVES PVT. LTD.
95.4. IMI MORSTON LTD., UK
95.5. OKLAHOMA SAFETY EQUIPMENTS CO, INC, U.S.A
95.6. REMBE GMBH SAFETY + CONTROL, GERMANY

96. SAFETY SHOWER & EYE WASH


96.1. FRANCIS LESLIE & CO.PVT.LTD., MUMBAI
96.2. CREATIVE ENGINEERS
96.3. UNICARE EMERGENCY EQUIPMENTS PVT.LTD., MUMBAI

97. AIR CONDITIONING UNIT


97.1. ABB LTD., MUMBAI
97.2. BATLIBOI & COMPANY LTD., MUMBAI
97.3. BLUE STAR LTD., MUMBAI
97.4. CARRIER AIRCON LTD., MUMBAI
97.5. EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI
97.6. KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI
97.7. VOLTAS LIMITED, MUMBAI

ISSUE
R0

PART 1 Page 326 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 28 OF 59 OF

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

99. BASKET FILTER


99.1. GRAND PRIX FAB P LTD.
99.2. GUJARAT OTOFILT
99.3. MULTITEX FILTERATION ENG. LTD.
99.4. OTOKLIN
99.5. MARBO INDLA FILTERS.MUMBAI.(M)
99.6. BARTON FIRTOP ENGINEERING CO. LTD. UK
99.7. FLUID ENGINEERING, USA

100. AIR DRIER / GAS DRIER


100.1. GASO ENERGY SYSTEM
100.2. INDCON PROJECTS & EQUIPMENTS LTD.
100.3. KILBURN ENGG. LTD.
100.4. PURIFLAIR INDIA PVT. LTD.
100.5. ADVANCE COMPARE SYSTEMS PVT. LTD.
100.6. DEL-AIR INDIA PVT. LTD.
100.7. MVS ENGINEERING LTD.

101. CENTRIFUGAL BLOWERS


101.1. BHARAT HEAVY ELECTRICALS LTD.
101.2. C. DOCTOR & CO. PVT. LTD.
101.3. FLAKT INDIA LTD.
101.4. LAXMI AIR CONTROL PVT. LTD.
101.5. REITZ INDIA LTD.
101.6. TLT ENGINEERING PVT. LTD.

102. WASTE HEAT BOILERS


102.1. ALSTOM PROJECTS INDIA LTD.
102.2. BHARAT HEAVY ELECTRICALS LTD.
102.3. ISGEC JOHN THOMPSON
102.4. LARSEN & TOUBRO LTD.
102.5. THERMAX LIMITED

ISSUE
R0

PART 1 Page 327 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 29 OF 59 OF

PROCESS / MECHANICAL
102.6. THERMAL SYSTEMS (HYDERABAD) PVT. LTD.
102.7. WALCHANDNAGAR INDUSTRIES LTD.

103. BREATHER VALVES


103.1. CHEMTROLS INDUSTRIES LTD.
103.2. FAINGER LESER VALVES PVT. LTD.
103.3. HYDROPNEUMATICS
103.4. PROTEGO EQUIPMENT PVT. LTD.
103.5. TELTECH INSTRUMENTATION PVT. LTD.
103.6. WHESSOE VAREC LIMITED.DURHAM(M) ( BPCL CATEGORY – P&V VALVES)

104. COOLING TOWER


104.1. BDT LIMITED
104.2. PAHARPUR COOLING TOWERS
104.3. SHRIRAM EPC LTD.
104.4. SOUTHERN COOLING TOWERS PVT. LTD.
104.5. HAMON SHRIRAM COTTRELL PVT. LTD.
104.6. ADVANCE COOLING TOWERS PVT LTD.MUMBAI.(M)
104.7. COOLFLO ENGINEERS PVT. LTD.MUMBAI.(M)
104.8. MIHIR ENGINEERS (P) LIMITED.MUMBAI.(M)
104.9. PALTECH COOLING TOWERS & EQUIPMENTS LTD.NEW DELHI.(M)

105. ELECTRODES / WELDING CONSUMABLES


105.1. ADVANI – ORLIKON LTD.
105.2. ANAND ARC ELECTRODES PVT. LTD.
105.3. D&H SECHERON ELECTRODES PVT. LTD.
105.4. ESAB INDIA LTD.
105.5. HONAVAR ELECTRODES LTD.
105.6. MAILAM INDIA LTD.
105.7. MODI ARC ELECTRODES CO.
105.8. WELDCRAFT PVT. LTD.
105.9. GEE LIMITED.THANE.(M)
105.10. BOHLER THYSSEN
105.11. OERLIKON
105.12. TASETO
105.13. AVESTA
105.14. SANDVIK

106. EXCESS FLOW VALVE


106.1. CHANDRA ENGINEERING & MECHANICAL PVT. LTD.
106.2. GENERAL INSTRUMENTS CONSORTIUM

ISSUE
R0

PART 1 Page 328 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 30 OF 59 OF

PROCESS / MECHANICAL
106.3. MALEMA SENSORS INDIA PVT. LTD.

107. FLAME ARRESTORS


107.1. CHEMTROLS INDUSTRIES LTD.
107.2. FAINGER LESER VALVES PVT. LTD.
107.3. HYDROPNEUMATICS
107.4. PROTEGO EQUIPMENT PVT. LTD.

108. FLARE
108.1. ADVANI – ORLIKON LTD.
108.2. AIROIL FLAREGAS (I) LTD.

109. INSULATION (HOT & COLD)


109.1. ASSOCIATED INSULATION CO.
109.2. G.J. INSULATIONS PVT.LTD.
109.3. LEAR INSULATION PVT. LTD.
109.4. LLOYD INSULATIONS (INDIA) LTD.
109.5. NAVBHARAT INSULATION & ENGINEERING CO
109.6. NEWKEM INDUSTRIES
109.7. KAFER PUNJ LLOYD
109.8. ROCKWOOL INSULATION (I) PVT.LTD.
109.9. SHREEJI INSULATIONS PVT LTD
109.10. THERMAL INSULATIONS
BPCL CATEGORY -(BONDED MINERAL WOOL/CROWN WOOL)
109.11. MINWOOL ROCK FIBRES LTD.HYDERABAD.
109.12. ROCKWOOL (INDIA) LIMITED.MUMBAI.(M)
109.13. LLOYD'S ROCKFIBRES LTD. MUMBAI

110. KNIFE GATE VALVES


110.1. HI-TECH BUTTERFLY VALVES (I) PVT. LTD.
110.2. MICROFINISH VALVES PVT. LTD.

111. MECHANICAL SEALS


111.1. EAGEL
111.2. FLOWSERVE SANMAR LTD
111.3. JOHN CRANE ENGG. SEALING SYSTEM LTD.

112. INDUSTRIAL PAINTS


112.1. GOODLASS NEROLAC PAINTS PVT. LTD.MUMBAI.(M)
112.2. ALKALI & CHEMICALS CORPN. OF INDIA LTD.MUMBAI.(T)
112.3. ASIAN PAINTS (I) LIMITED.MUMBAI.(T)
112.4. BERGER PAINTS INDIA LTD.MUMBAI.(T)

ISSUE
R0

PART 1 Page 329 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 31 OF 59 OF

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)

113. RUBBER LINING


113.1. CORI ENGINEERS PVT. LTD.
113.2. ELASTOMER LINING WORKS
113.3. INDUSTRIAL MOULDERS
113.4. LEBRACS RUBBER LININGS PVT. LTD.
113.5. MIL INDUSTRIES LTD.
113.6. POLY RUBBER PRODUCTS
113.7. SHRI RAM RUBTECH PVT.LTD.

114. SPRAY NOZZLE


114.1. KINGSLEY INDUSTRIES LTD
114.2. LECHLER (INDIA) PVT. LTD.

114.3. SIDDHARTH ENTERPRISES


114.4. SPRAYTECH

115. WATER TREATMENT PLANT


115.1. DOSHI ION EXCHANGE & CHEMICAL IND. LTD.
115.2. ION EXCHANGE (INDIA) LTD.
115.3. THERMAX LTD.

116. STEAM TURBINE


116.1. DRESSER RAND
116.2. KIRLOSKAR EBARA
116.3. GE NUOVO PIGNONE
116.4. SIEMENS LTD
116.5. ALSTOM INDIA
116.6. BHEL
116.7. COPPUS
116.8. ELLIOTT

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

PART 1 Page 330 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 32 OF 59 OF

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

117. GEARBOX – SPECIAL PURPOSE (API 613 TYPE)


117.1. PEKRUN
117.2. HITACHI, JAPAN
117.3. HITACHI NACO TRANSMISSION, JAPAN
117.4. ALLEN, USA
117.5. BHS, USA
117.6. FLENDER, USA
117.7. GRAFFENSTADEN, GERMANY
117.8. LUFKIN, GERMANY
117.9. MAAG, SWIZERLAND
117.10. NIPPON, JAPAN,
117.11. PHILADELPHIA, USA
117.12. RENK, USA
117.13. EAGLE, KK

118. FLEXIBLE METTALIC COUPLING (API 671)


118.1. EAGLE (BENDIX), JAPAN
118.2. EUROFLEX, INDIA
118.3. FLEXIBOX, UK
118.4. LUCAS, UK
118.5. THOMAS, USA
118.6. JOHN CRANE, INDIA

119. FLEXIBLE METTALIC COUPLING (NON API)


119.1. UNIQUE TRANSMISSION, INDIA
119.2. LOVEJOY, INDIA
119.3. TRIVENI FLEXIBOX, INDIA
119.4. JOHN CRANE, INDIA

120. DRY GAS SEAL AND CONTROL / FILTER SKIDS


120.1. JOHN CRANE, USA/INDIA/JAPAN
120.2. EAGLE, JAPAN/INDIA
120.3. FLOWSERVE, USA/INDIA

ISSUE
R0

PART 1 Page 331 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 33 OF 59 OF

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

122. STATIC MIXERS


122.1. SULZER INDIA
122.2. CHEMINEER INC, USA
122.3. LIGHTNIN MIXERS, UK
122.4. STATIFLOW INTERNATIONAL LTD., UK
122.5. MIXRITE CORPORATION, INDIA
122.6. SULZER LTD., INDIA
122.7. BRAN & LUEBBE GMBH, GERMANY
122.8. PREMATECHNIK GMBH, GERMANY

123. SAMPLING SYSTEM


123.1. CHEMTROLS
123.2. UOP

124. DESUPERHEATER
124.1. MAZDA
124.2. FORBES MARSHALL

125. DEAREATOR
125.1. THERMAX

126. SAMPLING VALVE


126.1. DOPACH, NETHERLAND
126.2. STRAHMAN VALVES, USA
126.3. LA TECHNOVALVO, ITALY

127. PLATES (CS / SS / LAS / CLAD)


127.1. ACRONI
127.2. DILLINGER HUTTE GTS (MILL), GERMANY
127.3. DMV FRANCE
127.4. DUFERCO S A
127.5. EXPLO HUNGARY KFT.
127.6. INDUSTEEL,BELGIUM
127.7. JACQUET NEDERLAND
127.8. VOESTALPINE GROBBLECH GMBH, AUSTRIA
127.9. ESSAR STEEL, INDIA
127.10. STEEL AUTHORITY OF INDIA, INDIA

ISSUE
R0

PART 1 Page 332 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 34 OF 59 OF

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

129. DISHED ENDS

ISSUE
R0

PART 1 Page 333 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 35 OF 59 OF

PROCESS / MECHANICAL
129.1. AFFLERBACH BODENPRESSEREI GMBH
129.2. CEREC SAS
129.3. DILLINGER
129.4. VOESTALPINE GMBH

130. CLAD TUBE SHEETS


130.1. NOBELCLAD EUROPE.

131. BOLT TIGHTNER


131.1. HYTORC MUMBAI

132. ANODES
132.1. GOLCONDA
132.2. ELECTROPROTECTION SERVICES, SEMBAKKAM, CHENNAI

133. DAMPERS & ISOLATORS


133.1. BACHMANN INDUSTRIES (I) LTD., INDIA
133.2. FOURESS ENGG. (I) LTD. INDIA
133.3. KAMAL ENGINEERING CORPORATION INDIA

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

135. CERAMIC FIBRE


135.1. MUGURAPPA MORGAN THERMAL CERAMIC LTD., INDIA
135.2. ORIENT CERLANE LTD. INDIA / ORIENT CERWOOL
135.3. LLOYDS INSULATION

136. CAST PLUG HEADER

ISSUE
R0

PART 1 Page 334 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 36 OF 59 OF

PROCESS / MECHANICAL
136.1. WAUKESHA FOUNDRY INC., USA

137. CASTINGS TUBE SHEET / TUBE SUPPORTS


137.1. ARMALLOY LTD., UK
137.2. CRONITE EXPORT SERVICES, UK
137.3. DRAWINGS ALLOY CASTINGS, UK
137.4. DURALLOY TECHNOLOGIES, USA
137.5. FIAS S.R.L. ITALY
137.6. PARALLOY LTD., USA
137.7. POSE-MARRE EDELSTAHLWERK GMBH, GERMANY
137.8. WAUKESHA FOUNDRY INC., USA
137.9. KARTIK STEELS LTD., INDIA
137.10. HASTALLOY INDIA LTD., INDIA

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

PART 1 Page 335 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 37 OF 59 OF

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.

DISTRIBUTION BOARDS & MISC. FLAMEPROOF EQPT.(PLUG/ SOCKET, HANDLAMP ETC.) –


6.
FLAMEPROOF & INCREASED SAFETY
6.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
6.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
6.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
6.4. FCG POWER INDUSTRIES P. LTD. , INDIA
6.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

7. FLAMEPROOF JUNCTION BOXES


7.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
7.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
7.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
7.4. FCG POWER INDUSTRIES P. LTD. , INDIA
7.5. SUDHIR SWITCHGEAR PVT. LTD. (APPROVED ONLY FOR JUNCTION BOX), INDIA
7.6. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
7.7. GEC Alstom (Areva) *

8. DISTRIBUTION BOARDS, LIGHTING PANEL & SMALL PANELS


8.1. ZENITH, INDIA
8.2. INTRELEC, INDIA
8.3. INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA
8.4. M.K.ENGINEERS, INDIA
8.5. POWER CONTROL ENTERPRISES, INDIA
8.6. ELECHMECH, INDIA

ISSUE
R0

PART 1 Page 336 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 38 OF 59 OF

ELECTRICAL
8.7. SCHNEIDER, INDIA
8.8. MANSHU COMTEL PVT. LTD.

9. FIRE ALARM SYSTEM


9.1. TYCO, INDIA
9.2. HONEYWELL AUTOMATION LTD., INDIA
9.3. GODREJ & BOYCE, INDIA
9.4. SIEMENS, INDIA
9.5. HONEYWELL FIRE SYSTEM, INDIA
9.6. NEW FIRE, INDIA
9.7. BPCL CATEGORY(Fire alarms)
9.8. MATHER PLATT
STEEL AGE-MMPC
9.9.

10. GENERATORS, EMERGENCY DIESEL -UPTO 1600 KVA


10.1. POWERICA LTD., INDIA
10.2. SUPERNOVA, INDIA
10.3. STERLING WILSON , INDIA
10.4. TRACTORS INDIA LTD, INDIA

11. HEAT TRACING


11.1 RAYCHEM RPG LTD., INDIA
11.2 XYCON INDIA., INDIA
11.3 THERMOPADS PVT. LTD., INDIA

12. LIFTS – FLAMEPROOF


12.1. KONE , INDIA
12.2. THYSSENKRUPP ELEVATOR INDIA PVT. LTD. , INDIA
12.3. OTIS, INDIA
12.4. MASPERO, INDIA
12.5.
13. LIGHTING FIXTURES, – FLAMEPROOF & INCREASED SAFETY
13.1. BALIGA LIGHTING EQUIPMENT PVT.LTD., INDIA
13.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
13.3. FLAMEPROOF EQUIPMENT PVT. LTD., INDIA
13.4. FCG POWER INDIA LTD., INDIA
13.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA
13.6. BPCL CATEGORY(Lighting Fixtures)
13.7. GEC Alstom (Areva) *

14. LIGHTING FIXTURES – INDUSTRIAL


14.1. WIPRO ELECTRICALS, INDIA

ISSUE
R0

PART 1 Page 337 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 39 OF 59 OF

ELECTRICAL
14.2. BAJAJ ELECTRICALS, INDIA
14.3. CROMPTON GREAVES LTD., INDIA
14.4. PHILIPS , INDIA

15. LOCAL CONTROL STATIONS – FLAMEPROOF & INDUSTRIAL


15.1. BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
15.2. FLEXPRO ELECTRICALS PVT. LTD., INDIA
15.3. FLAMEPROOF EQPTS. PVT. LTD., INDIA
15.4. FCG POWER INDUSTRIES P. LTD. , INDIA
15.5. FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA

16. SYNCHRONOUS MOTORS


16.1. ALSTOM MOTEURS SA, FRANCE
16.2. ANSALDO, ITALY
16.3. ABB LTD, FINLAND
16.4. FUJI ELECTRIC COMPANY LTD., JAPAN
16.5. HITACHI LTD (JAPAN), INDIA
16.6. JEUMONT ELECTRIC, FRANCE
16.7. PARSONS PEEBLES GENERATION LTD,
16.8. SIEMENS AG, GERMANY
16.9. TOSHIBA CORPORATION, JAPAN/ INDIA
16.10. MITSUBISHI, JAPAN
16.11. LOHER, GERMANY

17. MOTORS H.V. – 3.3KV TO 11KV – FLAMEPROOF & INCREASED SAFETY


17.1. BHEL, INDIA
17.2. CGL, INDIA
17.3. ANSALDO, ITALY
17.4. ABB, UK
17.5. ALSTOM, SWITZERLAND / FRANCE
17.6. SIEMENS, GERMANY
17.7. MITSUBISHI, JAPAN
17.8. LOHER, GERMANY
17.9. FUJI, JAPAN
17.10. BPCL Category (Motors HT EX - e / EX –n / Ex - d)
17.11. Alstom – UK
17.12. CEMP - Italy

18. MOTORS L.V.- INDUSTRIAL


18.1. SIEMENS LTD., INDIA
18.2. BHARAT BIJLEE LTD., INDIA
18.3. ASEA BROWN BOVERI LTD., INDIA

ISSUE
R0

PART 1 Page 338 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 40 OF 59 OF

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)

19. MOTORS L.V.- FLAMEPROOF & INCREASED SAFETY


19.1. SIEMENS LTD.- (ONLY INCREASED SAFETY), INDIA
19.2. BHARAT BIJLEE LTD., INDIA
19.3. CROMPTON GREAVES LTD., INDIA
19.4. ANSALDO, ITALY
19.5. RAMIEY (ONLY UPTO 25 HP),
19.6. MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA
19.7. SIEMENS LTD., GERMANY
19.8. CEMP, ITALY
19.9. ABB, SWITZERLAND/ UK
19.10. MITSUBISHI, JAPAN
19.11. FUJI, JAPAN
19.12. LOHER, GERMANY
19.13. BPCL category (Motors LT FLP, Increased Safety and Non FLP Type)
19.14. BHEL
19.15. ABB - India

20. MOTORS L.V.- FLAMEPROOF & GAS GROUP IIC


20.1. CROMPTON GREAVES LTD., INDIA
20.2. SIEMENS , GERMANY
20.3. VEM MOTORS, GERMANY
20.4. LOHER, GERMANY
20.5. CEMP, ITALY
20.6. ABB, SWITZERLAND/ UK
20.7. MITSUBISHI, JAPAN
20.8. FUJI, JAPAN
20.9. BPCL VENDORS(Motors LT FLP, Increased Safety and Non FLP Type)
20.10. BHARAT BIJLEE
20.11. BHEL
20.12. SIEMENS INDIA
20.13. ALSTOM INDIA (AREVA)
20.14. ABB INDIA
20.15. RAMIEY (ONLY UPTO 25 HP)

21. SOFT STARTERS


21.1. ROCKWELL AUTOMATION PVT LTD, INDIA

ISSUE
R0

PART 1 Page 339 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 41 OF 59 OF

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

22. NEUTRAL GROUNDING RESISTORS


22.1. S.R. NARKHEDE ENGG. PVT. LTD., INDIA
22.2. AMP CONTROL EQUIPMENTS PVT. LTD., INDIA
22.3. RSI INDIA LTD, INDIA
22.4. RESITECH ELECTRICALS PVT. LTD. , INDIA
22.5. NATIONAL SWITCHGEAR, INDIA
22.6. BHARTIA INDUSTRIES, INDIA
22.7. INDUSTRIES SYNDICATE, INDIA
22.8. RSI Switchgear

23. PUBLIC ADDRESS SYSTEM –FLAMEPROOF


23.1. NEUMANN ELECTRONIC, THROUGH LARAON ENGG.PVT. LTD, GERMANY
23.2. INDUSTRONIC (INDUSTRIE-ELECTRONIC GMBH & CO. KG) , GERMANY

24. SWITCHGEAR L.V.- DRAWOUT TYPE (PCC/MCC/PMCC)


24.1. SIEMENS LTD., INDIA
24.2. LARSEN & TOUBRO LTD., INDIA
24.3. GE POWER CONTROLS, INDIA
24.4. SCHNEIDER , INDIA

25. SWITCHGEAR H.V - 3.3KV TO 33KV – INDOOR TYPE


25.1. SIEMENS LTD., INDIA
25.2. ASEA BROWN BOVERI LTD. (ABB), INDIA
25.3. AREVA T & D, INDIA
25.4. BHEL, INDIA
25.5. JYOTI, INDIA

26. TRANSFORMERS POWER & DISTRIBUTION - BELOW 33 KV


26.1. VOLTAMP TRANSFORMERS LTD, INDIA
26.2. EMCO LTD., INDIA
26.3. AREVA , INDIA
26.4. BHARAT BIJLEE, INDIA
26.5. CROMPTON, INDIA
26.6. BHEL, INDIA

ISSUE
R0

PART 1 Page 340 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 42 OF 59 OF

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)

28. UNINTERRUPTED POWER SUPPLY


28.1. EMERSON NETWORK POWER (INDIA) PVT. LTD., INDIA
28.2. GENERAL ELECTRIC, INDIA
28.3. GUTOR, SWEDEN
28.4. FUJI ELECTRIC , JAPAN

29. VARIABLE FREQUENCY A.C. DRIVES


29.1. SIEMENS, INDIA
29.2. ALLEN BRADLEY (ROCKWELL AUTOMATION INDIA PVT. LTD.), INDIA
29.3. YASKAWA, JAPAN MAKE THROUGH LARSEN & TOUBRO LTD, JAPAN
29.4. ABB, INDIA

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

32. CAPACITOR BANK


32.1. UNIVERSAL CABLES, INDIA
32.2. BHEL, INDIA
ABB, INDIA
32.3.

32.4. MADHAV CAPACITORS, INDIA


SHREEM
32.5.

ISSUE
R0

PART 1 Page 341 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 43 OF 59 OF

ELECTRICAL

33. ENERGY SAVER SYSTEM (LIGHTING TRANSFORMERS)


33.1. PRITHVI TECHNOLOGIES PVT. LTD.
33.2. BEBLEC (INDIA) PRIVATE LIMITED
33.3. SCHNEIDER ELECTRIC INDIA PVT. LTD. (CONZERVE)

34. CABLE TRAYS


34.1. INDIANA CABLE TRAYS CORPORATION
34.2. PROFAB ENGINEERS
34.3. ANAND UDYOG
34.4. METAL ALEMMS BOMBAY PVT. LTD.
34.5. SUPERFAB ENGINEERS
34.6. RAMAKANT METAL INDUSTRIES
34.7. M.M. ENGINEERING WORKS
34.8. GLOBE ELECTRICAL INDUSTRIES (FOR GI ONLY)

35. CABLES – COMMUNICATION SYSTEM


35.1. CMI LTD
35.2. DELTON CABLES LTD
35.3. KEI INDIA LTD
35.4. RELIANCE ENGINEERS LTD
35.5. VINDHYA TELELINKS LTD
35.6. ELKAY TELELINKS LTD
35.7. FINOLEX CABLES LTD
35.8. RPG CABLES LTD
35.9. USHA BELTRON LTD

36. TELEPHONE SYSTEM


36.1. SIEMENS LTD
36.2. TATA TELECOM LTD
36.3. BPL TELECOM LTD

37. HIGH LIGHT MAST


37.1. BAJAJ
37.2. LYSAUGHT
37.3. AL-BABTAIN
37.4. CU LIGHTING
37.5. CROMPTON
37.6. PHILIPS
37.7. CHASMITHA ENGG, BARODA

38. INSTALLATION CONTRACTORS FOR CATHODIC PROTECTION SYSTEM

ISSUE
R0

PART 1 Page 342 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 44 OF 59 OF

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

39. ISOLATORS / LOAD BREAK SWITCHES (HV INDOOR)


39.1. DRIESCHER PANICKKERS SWITCHGEAR LTD - INDIA
39.2. SIEMENS LTD - INDIA

40. PVC INSULATING MATS


40.1. RMG POLYVINYL INDIA LTD
40.2. D. L. MILLAR & CO. LTD
40.3. 1000 PLUS TRADE INC
40.4. COMMERCIAL ENTERPRISES
40.5. PREMIER POLYFILM LTD
40.6. TATA RUBBER CORPORATION

INSTRUMENTATION
1. AIR FILTER REGULATORS
1.1. PLACKA INSTUMENTS & CONTROLS (P) LTD., CHENNAI

1.2. VELHAN HYDRAIR PVT. LTD., CHENNAI

1.3. FISHER XOMOX


1.4. HYDROPNEUMATICS., MUMBAI

1.5. ODIN INDIA PVT. LTD., CHENNAI

2. THERMO COUPLE EXTN. CABLES

2.1. UNIVERSAL CABLES LTD.,MUMBAI

2.2. ASSOCIATED FLEXIBLES AND WIRES (P) LTD. MUMBAI


2.3. K E I INDUSTRIES LIMITED , ALWAR

2.4. THERMOCABLES LTD. , MUMBAI

2.5. UDAY PYROCABLES PVT. LTD., MUMBAI

2.6. CORDS CABLE INDUSTRIES PVT. LTD., ALWAR

3. INSTRUMENTATION CABLES
3.1. ASSOCIATED FLEXIBLES AND WIRES (P) LTD

3.2. K E I INDUSTRIES LIMITED

3.3. UDAY PYROCABLES PVT. LTD., MUMBAI

3.4. UNIVERSAL CABLES LTD., MUMBAI

3.5. NICCO COPPORATION LTD., MUMBAI

3.6. POLYCAB WIRES PVT. LTD., MUMBAI

3.7. RADIANT CABLES LTD., HYDERABAD.

3.8. BROOKS CABLES WORKS., MUMBAI

ISSUE
R0

PART 1 Page 343 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 45 OF 59 OF

INSTRUMENTATION
3.9. THERMOCABLES LTD. , MUMBAI

4. FOUNDATION FIELDBUS CABLES

4.1. BELDEN CABLES.

4.2. HALUKABEL

4.3. KERPEN CABLES

4.4. LAPP CABLES

5. FOUNDATION FIELDBUS JUNCTION BOXES.

5.1. P& F
5.2. MTL

6. COPPER TUBE
6.1. ALCOBEX METALS(P) LTD

6.2. RAJCO METAL INDUSTRIES PVT. LTD

6.3. INDUSTRIAL TUBES


6.4. MULTIMETALS LTD.

6.5. UDEY PYROCABLES PVT. LTD., MUMBAI

7. SS TUBES.
7.1. RAJENDRA MECHANICAL INDUSTRIES LTD.

7.2. SANDVIK ASIA LIMITED (IMPORTED FOR HIGH PR, TEMP., & VIBRATION)

7.3. RATNAMANI METALS & TUBES

7.4. HEAVY METALS & TUBES, MEHSANA


7.5. JINDAL SAW LTD.

7.6. SAW PIPES LTD., NASHIK

7.7. CHOKSI TUBE CO.

8. ORIFICE PLATES & FLANGES


8.1. BALIGA LIGHTING EQUIPMENTS LTD.

8.2. MICRO PRECISION PRODUCTS PVT. LTD. HARYANA

8.3. HYDROPNEUMATICS, MUMBAI

8.4. GENERAL INSTRUMENT CONSORTIUM

8.5. GURUNANAK ENGG. WORKS, KOTA RAJASTHAN

8.6. INSTRUMENTATION LTD., MUMBAI

8.7. MINCO INDIA PVT. LTD., GOA

8.8. STAR-MECH CONTROLS (i) PVT. LTD., PUNE

8.9. TEMP-TECH., MUMBAI

9. TEMP. ELEMENTS, THERMOWELL


9.1. GENRAL INSTRUMENTS CONSORTIUM

9.2. TEMP-TECH
9.3. PYROELECTRIC INSTRUMENTS GOA PVT. LTD.
9.4. DETRIV INSTRUMENTS & ELECTRONICS LTD.

ISSUE
R0

PART 1 Page 344 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 46 OF 59 OF

INSTRUMENTATION
9.5. ALTOP CONTROLS

9.6. ELETRICAL & ELETRONICS CORPORATION

9.7. AN INSTRUMENTS PVT. LTD.

9.8. WAAREE INSTRUMENTS, MUMBAI

9.9. WIKA INSTRUMENTS INDIA PVT. LTD.

9.10. WALCHANDNAGAR INDUSTRIES

9.11. ASHCROFT INDIA PVT. LTD.

10. FLEXIBLE THERMOCOUPLES (FOR REACTOR & REGENERATION BED TEMPERATURE)

10.1. VULCANIC S. A. – FRANCE


10.2. DAILY THERMETRICS – USA ( only for Unit #140-NHT)

11. PLC FOR PACKAGE UNITS (ONLY IF SPECIFIED IN PACKAGE UNIT)


11.1. ALLEN BRADLEY

11.2. SIEMENS LTD.

11.3. MODICON
11.4. GE FANUC

11.5. L & T (HIMA)

12. PRESSURE GAUGES


12.1. GENRAL INSTRUMENTS CONSORTIUM

12.2. WIKA INSTRUMENTS INDIA PVT. LTD.

12.3. PYRO ELECTRIC INSTRUMENTS INDIA PVT. LTD.

12.4. A.N. INSTRUMENTS PVT. LTD.

12.5. FORBES MARSHALL

12.6. ASHCROFT INDIA PVT. LTD.

12.7. WAREE INSTRUMENTS

12.8. MANOMETER INDIA PVT. LTD.

12.9. WALCHANDNAGAR INDUSTRIES LTD. (TIWAC DIV)

13. SPECIAL THERMOCOUPLES ( FOR REACTOR & REGENERATOR SKIN THERMOCOUPLES)


13.1. THERMOCOUPLE PRODUCTS CO.- USA

13.2. TECHNOMATIC SPA - ITALY

13.3. THERMO ELECTRIC - USA

13.4. VULVANIC S.A.

13.5. DAILY THERMETRICS


13.6. GAYESCO

13.7. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)

13.8. GENERAL INST. CORPN.


13.9. PYRO ELECTRIC INSTRUMENTS GOA
13.10. TEMP-TECH

13.11. ALTOP CONTROLS


13.12. DETRIV INSTRUMENTATION & ELECTRO
13.13. ELECTRICAL & ELECTRONICS CORPN.

ISSUE
R0

PART 1 Page 345 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 47 OF 59 OF

INSTRUMENTATION

14. SPECIAL THERMOCOUPLES ( FOR HEATER SKIN THERMOCOUPLES)

14.1. THERMOCOUPLE PRODUCTS CO.- USA

14.2. TECHNOMATIC SPA - ITALY

14.3. THERMO ELECTRIC - USA

14.4. PYROELECTRIC INSTRUMENTS GOA PVT. LTD. – INDIA (ONLY FOR HEATER SKIN)

14.5. GENERAL INSTRUMENTS INDIA

14.6. DETRIV INSTRUMENTS & ELECTRONICS INDIA

14.7. VULVANIC S.A.

14.8. DAILY THERMETRICS


14.9. GAYESCO

14.10. BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)

14.11. TEMP-TECH
14.12. ALTOP CONTROLS
14.13. ELECTRICAL & ELECTRONICS CORPN.

15. TEMP. GAUGES (BI METALLIC/ DIAL TYPE)


15.1. GENRAL INSTRUMENTS CONSORTIUM

15.2. WIKA INSTRUMENTS INDIA PVT. LTD.


15.3. PYRO ELECTRIC INSTRUMENTS GOA PVT. LTD

15.4. FORBES MARSHAL .

15.5. TEMP-TECH

15.6. ASHCROFT INDIA PVT. LTD.

15.7. WAREE INSTRUMENT

15.8. AN INSTRUMENTS PVT. LTD.

16. ROTAMETER (GLASS TUBE & PURGE TYPE)

16.1. EUREKA INDL. EQUIP (P) LTD


16.2. INSTRUMENTATION ENGINEERS (P) LTD

16.3. TRANSDUCERS & CONTROL PVT. LTD

16.4. FORBES MARSHALL

16.5. BROOKS INSTRUMENTS

16.6. YOKOGAWA INDIA LTD.

16.7. BLUE START LTD

17. ROTAMETER (TRANSMITTERS)

17.1. KROHNEMESSTECHNIC GHBM & CO. KG. GERMANY

17.2. TRANSSDUCERS & CONTROL PVT LTD

17.3. YOKOGAWA INDIA LTD., MUMBAI

18. ROTAMETER (METAL TUBE)


18.1. YOKOGAWA INDIA LTD.

18.2. INSTRUMENTATION ENGINEERS (P) LTD


18.3. KHRONE MARHALL.

ISSUE
R0

PART 1 Page 346 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 48 OF 59 OF

INSTRUMENTATION
18.4. TRAC (TRANSDUCERS & CONTROL PVT. LTD), HYDERABAD

18.5. BROOKS INSTRUMENTS., MUMBAI

19. ROTAMETERS (LIQUID, GAS, HIGH TEMP. CORROSIVE HANDLING)


19.1. FLUIDYNE INSTRUMENTS PVT. LTD

20. MANOMETERS (U TUBE WATER MANOMETER)


20.1. FUIDYNE INSTRUMENTS PVT. LTD.

21. GAUGE GLASSES (LEVEL GAUGES)


21.1. BLISS ANAND PVT. LTD

21.2. CHEMTROL ENGG (P) LTD

21.3. LEVCON INSTRUMENTS PVT. LTD


21.4. PROTOLINA INSTRUMENTS PVT. LTD.

21.5. TECHNOMATIC INDIA PVT. LTD.

21.6. HYDROPNEUMATICS., MUMBAI

22. GAUGE GLASSES

22.1. AMAR TRADING CO


22.2. GUJARAT MILL STORES CO

22.3. UNIKLILNGER LTD

22.4. VINAYAK HARDWARE MART

23. MAGNETIC LEVEL GAUGES

23.1. CHEMTROLS INDUSTRIES LTD.


23.2. WIKA INSTRUMENTS INDIA PVT. LTD. (KSR KUEBLER)

23.3. KROHNE MESS TECHNIC GMBH.

23.4. MAGNETROL INTERNATIONAL NV.


23.5. NHON KLINGAGE CO. LTD.

24. LEVEL SWITCHES (DISPLACER / FLOAT)

24.1. TOKYO KEISO CO. LTD.

24.2. SOR INC. USA

24.3. MAGNETROLINTERNATIONAL N.V. BELGIUM

24.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)

25. DISPLACER LEVEL TRANSMITTERS


25.1. DRESSER MASONEILAN.

25.2. FISHERROSEMOUNT PTE, SINGAPORE.

25.3. MAGNETROL INTERNATIONAL INC.

25.4. CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)

26. PRESSURE SWITCHES

ISSUE
R0

PART 1 Page 347 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 49 OF 59 OF

INSTRUMENTATION
26.1. CUSTOM CONTROL SENSOR INC.

26.2. CHEMTROLS (UNITED CONTROL, USA MAKE)

26.3. SWITZER INSTRUMENTS LTD

26.4. DRESSER INC.

26.5. SHERMAN INTERNATIONAL PVT. LTD.

26.6. DWYER (WAREE), MUMBAI

26.7. ASHCROFT INDIA PVT. LTD.

26.8. INDFOS IND. LTD.

27. DRAFT GAUGES


27.1. SWITZER INSTRUMENT LTD

27.2. GENERAL INSTRUMENTS CONSORTIUM

27.3. WAREE INSTRUMENTS


27.4. AN INDUSTRIES PVT. LTD.

28. HC DETECTOR PORTABLE


28.1. JOSEPH LESLIE DRAGER.

28.2. HONEYWELL LIFE SAFETY

28.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS


28.4. TRITECH (RIKEN KEIKE)

28.5. BW TECHNOLOGY

29. HC / H2S / H2 DETECTOR


29.1. DETECTOR ELECTRONICS CORPORATION

29.2. JOSEPH LESLIE DRAGER.


29.3. GENERAL MONITORS IRELAND LTD / CHEMTROLS

29.4. HONEYWELL LIFE SAFETY

29.5. DIETERICH STANDARDS

30. JUNCTION BOXES AND CABLE GLANDS (FLAME PROOF)

30.1. BALIGA LIGHTING EQUIPMENTS LTIMITED

30.2. FLAMEPROOF EQUIPMENTS PVT. LTD

30.3. SUDHIR SWITCHGEARS PVT. LTD

30.4. CEAG FLAMEPROOF CONTROL GEARS (P) LTD

30.5. FLEXPRO ELECTRICALS PVT. LTD.

30.6. EX-PROTECTA

30.7. FCG

31. COMPRESSION FITTINGS ( BRASS FITTINGS FOR COPPER TUBE)

31.1. ASTEC INSTRUMENTS PVT. LTD.

31.2. FLUID CONTROL PVT LTD

31.3. EXCELL HYDRO

32. INSTRUMENT VALVES

ISSUE
R0

PART 1 Page 348 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 50 OF 59 OF

INSTRUMENTATION
32.1. ASTEC INSTRUMENTS PVT. LTD

32.2. EXCELL HYDRO PNEUMATICS PVT. LTD

32.3. FLUID CONTROL

32.4. BOMBAY FLUID SYSTEM COMPONENTS

32.5. MAHESHWARI ENGG WORKS (PARKER, SWAGE LOCK ONLY)

32.6. SUPER TECHNICAL INDIA PVT LTD

32.7. PARKER HANNIFIN INDIA PVT LTD

33. FITTINGS: SS TUBE FITTINGS (PROCESS IMPULDE LINES)

33.1. SWAGELOK MAKE-(BOMBAY FLUID SYSTEM COMPONENTS (P) LTD)


33.2. PARKER MAKE- (SUPER TECHNICAL (I) PVT. LTD.)

34. CONTROL VALVES – (SPECIAL PURPOSE ONLY)


34.1. FLOWSERVE

34.2. ARCA REGLER GMBH, GERMANY

34.3. DRESSER VALVES INDIA


34.4. SAMSON AG, GERMANY

34.5. SICAL YAMATAKA LTD

34.6. HOPKINSONS LTD. UK


34.7. MOTOYAMA ENGINEERING WORKS. TOKYO

34.8. METSO AUTOMATION (NELES) , GURGAON

34.9. NUOVO PIGNONE. ITELY

34.10. TYCO

34.11. INSTRUMENTATION LTD., PALAKKAD

34.12. EMERSON PROCESS CONTROL, SINGAPORE

35. CONTROL VALVES- GLOBE VALVES

35.1. INSTRUMENTATION LTD. PALGHAT


35.2. DRESSER VALVES INDIA LTD.

35.3. FISHER SANMAR LTD.

35.4. SAMSON CONTROL PVT. LTD.

35.5. FLOWSERVE INDIA CONTROLS

36. CONTROL VALVES- BUTTERFLY BODY


36.1. FLOWSERVE PTE LTD. INDIA

36.2. TYCO

36.3. SAMSON AG, GERMANY.

36.4. METSO

37. CONTROL VALVES (ANGLE)( SPECIAL APPLICATION ONLY)


37.1. SAMSON AG - GERMANY

37.2. MOTOYAMA - JAPAN

37.3. FLOWSERVE (SEREG-VANES) - FRANCE


37.4. DRESSER PRODUCTS - FRANCE

ISSUE
R0

PART 1 Page 349 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 51 OF 59 OF

INSTRUMENTATION
37.5. ARCA - GERMANY

37.6. METSO AUTOMATION PTE LTD – SINGAPORE / INDIA

38. ON –OFF VALVES (PLUG )( SPECIAL APPLICATION ONLY)


38.1. DRESSER ITALIA - ITALY

38.2. FLOWSERVE PTE. LTD - SINGAPORE

38.3. TUFLIN - USA

38.4. SPX VALVES & CONTROLS

39. CONTROL VALVE - BALL VALVES (INDIAN) – ON/OFF APPLICATION


39.1. EL-O-MATIC (INDIA) PVT. LTD.

39.2. VIRGO ENGINEERS LIMITED

39.3. MICROFINISH VALVES LTD.


39.4. BDK VALVES

39.5. TYCO VALVES

39.6. KOSO FLUID CONTROLS

40. CONTROL VALVE - BALL VALVES (IMPORTED) - ON/OFF APPLICATION

40.1. TYCO VALVES


40.2. KOSO FLUID CONTROLS

40.3. NUOVO VALVES

40.4. WIER VALVES

40.5. KITAMURA VALVES MANUFACTURING LTD

40.6. METSO

40.7. PIBIVIESSE SPA MILANO ITALY

41. ON –OFF VALVES (GATE)(SPECIAL APPLICATION ONLY)

41.1. HOPKINSONS LTD -


41.2. COOPER CAMERON - SINGAPORE

41.3. SPX VALVES & CONTROLS

42. ROTARY PLUG CONTROL VALVE

42.1. DRESSER VALVES INDIA

42.2. FISHER SANMAR LTD

42.3. INSTRUMENTATION LTD

42.4. SAMSON CONTROLS PVT. LTD. (VETEC)

43. CONTROL VALVE: SMART POITIONERS


43.1. DRESSER VALVE INDIA PVT. LTD.

43.2. FISHER SANMAR

43.3. METSO (NELES AUTOMATION PTE LTD.)

43.4. SIEMENS LTD.

44. PRESSURE CONTROL VALVES (SELF ACTUATED)

ISSUE
R0

PART 1 Page 350 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 52 OF 59 OF

INSTRUMENTATION
44.1. FISHER SANMAR LTD.

44.2. FORBES MARSHALL

44.3. SAMSON AG MESS-UND REGEL TECHNIK, GERMANY

44.4. RICHARD INDUSTRIES (JORDAN VALVES)

45. FIELD INSTRUMENTS ( PT/DP, TEMPERATURE TRANSMITTERS)

45.1. FUJI ELECTRIC CORPN.

45.2. EMERSION PROCESS MANAGEMENT

45.3. HONEYWELL AUTOMATION INDIA LTD

45.4. YOKOGAWA INDIA LTD.


45.5. ABB LTD. FARIDABAD

46. FLOW ELEMENTS (VENTURI, FLOW NOZZLES)


46.1. MICRO PRECISION PRODUCTS PVT LTD

46.2. STAR MECH CONTOLS PVT. LTD

46.3. DANIEL - USA

47. AVERAGING PITOT TUBES

47.1. TORBAR FLOWMETERS LTD.


EMERSON PROCESS MANAGEMENT INDIA PVT LTD (DIETERICH STANDARD INC )
47.2.
47.3. STARMECH CONTROL INDIA PVT LTD

47.4. TECHNOMATICS

47.5. TOKYOKEISO CO. LTD

47.6. BRANDT INSTRUMENTS INC

47.7. AUXITROL S.A.


47.8. VERIS INC

48. MASS FLOW METERS


48.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

48.2. ENDRESS + HAUSER INDIA PVT. LTD.

48.3. YOKOGAWA
48.4. BOPP & REUTHER MESSTECHNIK GMBH

48.5. RHEONKE MEGERATE GMBH

48.6. BROOKS INSTRUMENTS

49. VORTEX FLOW METER

49.1. KROHNE MARSHAL LTD.


49.2. YOKOGAWA ELECTRIC CORP (Other than High Temp. H2 Services)

49.3. EMERSON

49.4. ENDRESS AND HAUSER INDIA PVT. LTD.

49.5. INVENSYS

50. ULTRASONIC FLOW METER (FOR FLARE)


50.1. PANAMETRIS LTD, IRELAND .

ISSUE
R0

PART 1 Page 351 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 53 OF 59 OF

INSTRUMENTATION
50.2. GE SENSING (PANAMETRICS INC.)

51. MAGNETIC FLOWMETERS

51.1. ENDRESS & HAUSER (INDIA) PVT. LTD.

51.2. FORBES MARSHALL LTD.

51.3. YOKOGAWA INDIA LTD.

51.4. EMERSON

51.5. INVENSYS

52. STACK ANALYSER SYSTEM (SOX, NOX, CO ANALYSER)


52.1. AMETEK- PTSBURGH, PA.

52.2. HORIBA INSTRUMENTS (S)PTE LTD. SINGAPORE.

52.3. THERMO ENVIRONMENTAL INSTRUMENT- MUMBAI .


52.4. MAIHAK AG -HAMBURG

52.5. YOKOGAWA INDIA LTD.

52.6. TELEDYNE INSTRUMENTS-USA

53. NIR ANALYSER

53.1. GUIDEDWAVE INC. - USA


53.2. YOKOGAWA ELECTRICAL CORPORATION - JAPAN

53.3. INVENSYS

53.4. ABB AUTOMATION - UK

53.5. HAMILTON SUNDSTRAND UG. - USA

54. ASTM ANALYSER


54.1. BENKE - GERMANY

54.2. PRECISION SCIENTIFIC - USA

54.3. ABB - UK

54.4. BARTEC - GERMANY

54.5. PAC - USA

55. PH / CONDUCTIVITY ANALYSERS

55.1. YOKOGAWA INDIA LIMITED.

55.2. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

55.3. ABB LTD.

55.4. HORIBA INSTRUMENTS PVT. LTD.

56. SULPHUR / H2S ANALYSER

56.1. HOUSTON ATLAS INC. – KINGWOOD

56.2. AMETEK - USA / EQUIVALENT IMPORTED

56.3. METOREX INTERNATIONAL OY- FINLAND

56.4. AZOMA (CHEMTROL, MUMBAI)

56.5. THERMOFISHER

56.6. ANTEK SOUTH YORKSHIRE

ISSUE
R0

PART 1 Page 352 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 54 OF 59 OF

INSTRUMENTATION
56.7. THERMOELECTRIC CORPORATION

56.8. BOVER (CHEMTROL)

57. SPECIFIC GRAVITY ANALYSER


57.1. SOLATRON - UK

57.2. YOKOGAWA INDIA LTD. - INDIA / JAPAN

57.3. EMERSON PROCESS MGT, SINGAPORE PTE. - SINGAPORE

57.4. THERMOFISHER

57.5. BOPP & REUTHER

58. ANALYSERS OXYGEN (ZIRCONIA)

58.1. ANALYZER INSTRUMENTS CO PVT. LTD. (FUJI – JAPAN)

58.2. EMERSON PROCESSMANAGEMENT INDIA PVT. LTD

58.3. YOKOGAWA INDIA LTD.

58.4. CHEMTROLS INDUSTRIES LIMITED (AMETEK - USA)

59. ANALYSERS OXYGEN

59.1. GE SENSING

59.2. SIEMENS - GERMANY

59.3. HARTMANN-BRAUN / ELSAG BAILEY - UK

59.4. SERVOMAX INTERNATIONAL - UK

60. H2 ANALYZERS

60.1. HONEYWELL - USA

60.2. SIEMENS - GERMANY

60.3. EMERSON

61. MOISTURE ANALYSER

61.1. AMETEK - USA

61.2. ARELCO - FRANCE

61.3. ENDRESS & HAUSER - SWITZERLAND

61.4. GE INDUSTRIAL SENSING – USA

61.5. PANAMETRICS

62. GAS CHROMATOGRAPH

62.1. ABB AUTOMATION - UK/USA

62.2. SIEMENS APPLIED AUTOMATION INC. - USA

62.3. YOKAGAWA ELECTRIC CORPORATION - JAPAN

62.4. FOXBRO, MUMBAI

63. NUCLEONIC LEVEL INSTRUMENTS


63.1. BERTHOLD - FRANCE

64. RADAR TYPE LEVEL INSTRUMENS (STORAGE TANKS)

ISSUE
R0

PART 1 Page 353 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 55 OF 59 OF

INSTRUMENTATION
64.1. ENRAF BV

64.2. SAAB TANK CONTROL (SAAB MARINE ELECTRONICS AB) -

RADAR LEVEL TRANSMITTER PROCESS VESSELS (INCL OF GUIDED WAVE RADAR )


65.
65.1. ENRAF B.V.

65.2. ENDRESS + HAUSER

65.3. MAGNETROL INTERNATIONAL INC.

65.4. EMERSON PROCESS CONTROLS, MUMBAI

65.5. WIKA (VEGA)

66. I/P AND P/I CONVERTERS

66.1. EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.

66.2. YOKOGAWA INDIA LTD.

66.3. HONEYWELL AUTOMATION INDIA LTD.

66.4. MTL INDIA PVT. LTD.

66.5. ABB LTD.

66.6. YAMATAKE

66.7. DRESSER PRODUCTS

67. ANTI SURGE / PERFORMANCE CONTROLLER

67.1. CCC - USA

68. SAFETY BARRIERS & MULTI CHANNEL FF TEMPERATURE TRANSNITTERS

68.1. P&F

68.2. MTL (5000 SERIES)

68.3. STAHL, CHENNAI

68.4. TURCK (FIELD BUS)

69. SOLENOID VALVES

69.1. ASCO

69.2. HERION / NORGEN, INDIA

70. VIBRATION MONITORING SYSTEM

70.1. BENTLY NEVADA CORPORATION –(3500 Series) - MINDEN USA

70.2. SHINKAWA (ONLY FOR PUMPS)

71. FLAME SCANNER

71.1. DIETERICH STANDARD INC- COLORADO

71.2. E2 TECHNOLOGY CORPORATION- USA

71.3. HONEYWELL AUTOMATION INDIA LTD

71.4. DETRONICS, MINNEAPOLIS

71.5. UVISOR, ITALY

72. LOCAL CONTROL PANEL

ISSUE
R0

PART 1 Page 354 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 56 OF 59 OF

INSTRUMENTATION
72.1. INDUSTRIAL CONTROLS & APPLIENCES

72.2. PYROTECH ELECTRONICS PVT LTD

72.3. ECIL HYDERABAD

72.4. RITTAL.

72.5. SUNLEET CONTROLS (ONLY FOR MODIFICATION)

72.6. HONEYWELL AUTOMATION INDIA LTD.'

72.7. YOKOGAWA INDIA LTD.

73. ALARM ANNUNICATOR ( LOCAL PANEL ACCESSORIES)

73.1. DIGICONT

73.2. INDUSTRIAL INSTRUMENTS & CONTROLS

73.3. PROCON INST. (P) LTD

73.4. MTL INDIA PVT. LTD.

73.5. ROCHESTER INSTRUMENTS SYSTEM LTD.

73.6. IDECIZUMI

74. TERMINAL BLOCKS

74.1. PHOENIX GERMANY

74.2. WAGO

75. MULTIPLE CABLE TRANSIT (MCT)

75.1. BRATTBERG

75.2. ROXTEC

76. PRESSURE REDUCING & DE-SUPERHEATING SYSTEM.

76.1. FORBES MARSHALL LTD.

76.2. MAZADA LIMITED

76.3. FISHER SANMAR LIMITED.

76.4. SPX PROCESS EQUIPMENTS (COPES VULCAN)

76.5. CCI

77. ANALYZER SHELTERS.

77.1. ABB INSTRUMENTATION UK.

77.2. CHEMTROLS INDUSTRIES LTD.

77.3. EMERSON PROCESS MANAGEMENT (I) PVT. LTD

77.4. YOKOGAWA INDIA LTD

78. SPECIAL GAS TIGHT VALVES

78.1. PEROLO – FRANCE

78.2. SEGAULT – FRANCE

79. SPECIAL CATALYST TIGHT VALVES

79.1. GUICHON VALVES – FRANCE

ISSUE
R0

PART 1 Page 355 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 57 OF 59 OF

INSTRUMENTATION
80. CONTROLLER: INDICATING ( ELECTRONIC / RECORDER)
80.1. CHINO-LAXSONS (INDIA) LIMITED

80.2. HONEYWELL AUTOMATION INDIA LTD.

80.3. YOKOGAWA INDIA LTD.

81. LIMIT SWITCHES (PROXIMITY TYPE- IMPORTED)

81.1. MTL

81.2. P&F

82. RELAYS (WITH LED)

82.1. JYOTI

82.2. OMRON JAPAN

83. TURBINE FLOWMETER


83.1. BROOKS INSTRUMENTS, USA
83.2. EMERSON PROCESS CONTROL
83.3. FMS SANMAR LTD
83.4. KROHNE MARSHALL
83.5. ROCKWIN

84. REGULATORS (GAS)


84.1. INDIAN OXYGEN LTD
84.2. SPAN GAS & EQUIPMENT PVT LTD
84.3. SPECIALITY GAS CO PVT LTD

85. SCANNER (TEMP. MONITORS)


85.1. BENTLEY NAVADA CORPORATION
85.2. HONEYWELL PVT LTD
85.3. YOKOGAWA INDIA LTD

86. ANALYSERS CYLINDER PRESSURE REGULATORS


86.1. HORNBILL EQUIPMENTS PVT LTD
86.2. INDIAN OXYGEN LTD
86.3. INOX AIR PRODUCTS LTD
86.4. ESAB MUMBAI
86.5. HYDROGAS MUMBAI

87. ANALYSERS - GLC ANALYSER


87.1. SIEMENS LTD (APPLIED AUTOMATION PVT LTD)
87.2. FOXBORO MUMBAI
87.3. YOKOGAWA ELECTRIC CORPORATION JAPAN

88. OIL TRACE ANALYSER


88.1. TELEDYNE ANALYTICAL INSTRUMENTS USA
88.2. SERES ZI FRANCE
88.3. BRISTOL BABCOCK LTD UK

ISSUE
R0

PART 1 Page 356 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 58 OF 59 OF

INSTRUMENTATION

89. METHANE ANALYSER


89.1. ABB
89.2. SICK MAIHAK (CHEMTROLS)
89.3. EMERSON
89.4. SIEMENS

90. ONLINE CORROSION MONITORING


90.1. HONEYWELL AUTOMATION (INTERCORR, USA)
90.2. MAKSUR ANALYTICAL SYSTEMS (ROHRBACK COSASCO, USA)
90.3. INTERCORR INTERNATIONAL (M/s HONEYWELL)
90.4. ADVANCE TECH CONTROLS PVT. LTD. (CORMON)
90.5. INDUS ENGINEERS PVT. LTD. (CORROCEAN)
90.6. METAL SAMPLES COMPANY
LIST OF APPROVED TRADERS FOR URGENT DELIVERY (TIE-IN POINT ETC.)
1. PIPES, FITTINGS AND FLANGES
1 KWALITY TUBES
2 METAL INDIA
3 ARISTO METAL INDUSTRIES
4. ARDH METAL AGENCY
5. FIT TECH INDUSTRIES PVT LTD
6. NILESH METAL COMPANY
7. HIND METAL SYNDICATE PVT LTD
8. VENUS TRADING COMPANY
9 SADAF TRADING COMPANY
10. HI-TECH METALS AND TUBES
2. GASKETS
1. SUPER GASKET INDUSTRIES
2. UNIQUE INDUSTRIAL PACKINGS
3. UNI-KLINGER LIMITED
3. FASTENERS
1. J J INDUSTRIES

2. SYNDICATE ENGINEERING INDUSTRIES


3. MEGA ENGINEERING PVT LTD
4. VALVES
1. SANJAY TRADING CORPORATION
2. Y K ENTERPRISES
3. UNITED TRADING AGENCY
4. CRS MARKETING & SERVICES
5. PIPES
1. SADAF TRADING COMPANY
2. VENUS TRADING COMPANY
3. N-PIPE SOLUTIONS INC.
4. EVERGREEN SEAMLESS PIPES AND TUBES PVT LTD
5. HIND METAL SYNDICATE PVT LTD
6. HI-TECH METALS AND TUBES

ISSUE
R0

PART 1 Page 357 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
LIST OF APPROVED MAKES / VENDORS SHEET 59 OF 59 OF

7. KWALITY TUBES
8. CHANDAN STEEL LTD

ISSUE
R0

PART 1 Page 358 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – IMPORTED SHEET 1 OF 5 OF
MATERIAL & EQUIPMENT

TO BE FILLED BY FOREIGN BIDDERS ONLY


Vendor’s Name: ________________________________
Enquiry No.: ________________________________
Vendor’s Offer Ref.: ________________________________
Tel. No.: _____________________ Fax No.: ____________________
Contact: _____________________ E-mail: ____________________

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”.

Sr. Description Vendor’s Confirmation


No.

1. Bid rejection criteria:


Bidders shall note the bid rejection criteria as indicated in Noted
ITB. Provisions of these clauses must be adhered to without
any deviations, failing which the bid shall be considered to
be non-responsive and may be rejected.

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.

4. Performance Bank Guarantee: Confirm acceptance of Accepted / Not accepted


performance guarantee clause as indicated in General
Refer deviation sheet
Purchase Conditions.

5. Delivery Period:
Confirm Compliance as per Special Purchase Conditions. Confirmed / Not Confirmed.

6. Commercial Loading: Bidders shall note loading criteria as Noted


mentioned in the Special Purchase Conditions (SPC)

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

PART 1 Page 359 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – IMPORTED SHEET 2 OF 5 OF 4
MATERIAL & EQUIPMENT

Sr. Description Vendor’s Confirmation


No.

8. Firmness of prices: Quoted prices shall remain firm and Noted & confirmed
fixed till complete execution of the order.

9. Price Basis: FOB Port of Shipment Confirmed

10. FOB Charges Included / Quoted Separately

11. Packing & Forwarding charges up to FOB shall be included Confirmed


in quoted price

12. Force Majeure Clause : Accepted / Not accepted refer


deviation sheet
Confirm acceptance of Force Majeure Clause as indicated
in General Purchase Conditions (GPC).

13. Arbitration Clause:


Confirm acceptance of Arbitration Clause as indicated in Accepted / Not accepted refer
General Purchase Conditions (GPC). deviation sheet

14. Liquidated Damages:


Confirm acceptance of Liquidated Damages Clause as Accepted / Not accepted refer
indicated in Special Purchase Conditions (SPC). deviation sheet

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

17. Currency of Quote: Currency of Quote:


Furnish the currency of quote.

18. Change in currency once quoted will not be allowed. Noted & accepted

19. Indicate name, address, telephone nos., fax nos., e-mail


address of your Banker for L/C opening

20. Documentation charges are included in quoted prices. Confirmed

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

Sr. Description Vendor’s Confirmation


No.

21. Customer references list for the item/ model quoted by you Confirmed
is given in offer.

22. Confirm complete technical literature/catalogue are Confirmed


submitted along with each copy of the offer.

23. Indicate manufacturer’s name and address

24. Country of Origin: Country of Origin:


Indicate country of origin from where the goods have been
offered.

25. Indicate mode of shipment Sea / Air

26. Indicate International Port of Exit. Material shall be dispatched


from :

27. Indicate approximate shipping weight (net and gross) & Approximate shipping weight:
volume of the consignment.

Volume:

28. Date of clean Bill of Lading shall be considered as date of Confirmed


delivery.

29. Transit Insurance: Noted and confirmed


Prices quoted must exclude transit insurance charges from
FOB International Port of Exit as the same shall be
arranged by the Purchaser. However, all transit insurance
charges for inland transit up to FOB International Port of
Exit must be included quoted prices.

30. Taxes & Duties: Accepted


All taxes, duties and levies of any kind payable up to FOB

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

Sr. Description Vendor’s Confirmation


No.
International Port of Exit shall be borne by supplier.

31. Export permit/license if required shall be supplier’s Accepted


responsibility & any expenditure towards same will by borne
by the supplier.

32. Quoted prices shall be inclusive of all testing and inspection Accepted / Not accepted refer
charges deviation sheet

33. Third Party Inspection Charges: Confirm itemised Confirmed


percentage charges for inspection by Third Party Inspection
Agencies nominated by BPCL(including inspector’s fee)
have been separately quoted in the Priced Bid for non IBR
items

34. In the event of inspection by TCE or BPCL, confirm no extra Confirmed


charges payable to supplier.

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

36. Whether any of the Directors of Vendor is a relative of any YES/NO


Director of BPCL/TCE or the vendor is a firm in which any
Director of BPCL/TCE or his relative is a Partner or the
vendor is a private company in which any director of
BPCL/TCE is a member or Director.

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

Sr. Description Vendor’s Confirmation


No.

39. Confirm that all commercial deviations to Tender Separate Commercial


Conditions, GPC, SPC have been indicated on a Deviations indicating the
separate commercial deviation sheet. Any deviation document, clause and
indicated in bid elsewhere other than Deviation Sheet heading in prescribed format
shall not be considered. submitted
(Bidders own terms and
Conditions shall not be
accepted)

40. All commercial deviations to Tender Conditions, GPC, and Noted


SPC will result in loading of the quoted price as indicated in
special purchase conditions.

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

43. Spare Parts : (If Applicable) Applicable / Not applicable


a) Confirm item-wise unit price (FOB) of recommended
spare parts for two years as required in enquiry have been
quoted separately indicating itemised quantity,
b) BPCL reserves the right to place order for 2 years spares
separately, as such, confirm validity of 2 years spares up to
contractual delivery period of the equipment(s).
c) Confirm that the prices of commissioning and Mandatory
spares as required in the enquiry are included in the quoted
equipment prices

(Signature of Vendor with Company seal)


Name of the Authorised Signatory :
Designation :
Date :

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

TO BE FILLED BY INDIAN BIDDERS ONLY

Vendor’s Name: ________________________________


Enquiry No.: ________________________________
Vendor’s Offer Ref.: ________________________________
Tel. No.: _____________________ Fax No.: __________________
Contact: _____________________ E-mail: __________________

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”.

Sr. No. Description Vendor’s Confirmation

Bid rejection criteria:


Bidders shall note the bid rejection criteria as indicated in Noted
ITB. Provisions of these clauses must be adhered to without
any deviations, failing which the bid shall be considered to
be non-responsive and may be rejected.

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.

Performance Bank Guarantee: Confirm acceptance of Accepted / Not accepted refer


performance guarantee clause as indicated in General deviation sheet
Purchase Conditions.
(Applicable for order value of Rs. 10.00 lakhs and above.)

Delivery Period:
Confirm Compliance as per Special Purchase Conditions. Confirmed / Not Confirmed.

ISSUE
R0

PART 1 Page 364 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – INDIGENOUS SHEET 2 OF 5 OF
MATERIAL & EQUIPMENT

Sr. No. Description Vendor’s Confirmation

Commercial Loading: Bidders shall note loading criteria as Noted


mentioned in the Special Purchase Conditions (SPC)

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

Material is required at BPCL warehouse/site on door Accepted / Not accepted refer


delivery basis. deviation sheet

Specify Dispatch Point Material shall be dispatched from


:

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

PART 1 Page 365 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – INDIGENOUS SHEET 3 OF 5 OF
MATERIAL & EQUIPMENT

Sr. No. Description Vendor’s Confirmation


a. Tarrif sub heading no.
b. Present rate of Excise Duty payable extra on finished
products (including spares),
c. Maximum rate applicable (If present rate is nil or
concessional)

Please indicate following break-up


a. Cenvatable Excise Duty
b. Non Cenvatable Excise Duty

Only statutory variations, if any, in the present rate of excise Accepted


duty, up to the contractual delivery period shall be to
Owner’s account subject to documentary evidence to be
furnished by the vendor.

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.

Material supplied will be eligible for CENVAT Credit and Accepted


vendor shall furnish all documents as required to avail the
same.

Sales tax payable extra, Specify CST/ MVAT and the CST: ______% against form C
present rate applicable
MVAT: _____ %

In case of CST, C form shall be provided In case of MVAT, Noted


no concessional form shall be provided

Only statutory variations, if any, in the present rate of Accepted


CST/MVAT, upto contractual delivery period shall be to
Owner’s account subject to documentary evidence to be
furnished by the vendor.

If CST/MVAT is not applicable at present due to any reason, Accepted


the same shall be borne by vendor if it becomes applicable
later.

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

PART 1 Page 366 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – INDIGENOUS SHEET 4 OF 5 OF
MATERIAL & EQUIPMENT

Sr. No. Description Vendor’s Confirmation


TCE for which no extra charges shall be payable by Owner.
Travel, living and personnel expenses of Owner’s inspectors
shall be borne by Owner. Travel, living and personnel
expenses of TCE’s inspectors shall be borne by TCE. All
built in import content shall be subjected to inspection by
Third Party Inspection Agency nominated by BPCL for which
charges are included in quoted prices and no additional
charges will be paid by Owner.

Quoted prices are inclusive of all testing and inspection Confirmed


charges

Spare Parts : (IF Applicable) Applicable / Not applicable


a) Confirm item-wise unit price (FOT dispatch point) of Confirmed / Not Confirmed
recommended spare parts for two years as required in
enquiry have been quoted separately indicating itemised
quantity,
b) Confirm firm freight charges have been quoted as extra in
percentage for 2 years spares,
c) BPCL reserves the right to place order for 2 years spares
separately, as such, confirm validity of 2 years spares up to
contractual delivery period of the equipment(s).
d) Confirm that the prices of commissioning and mandatory
spares as required in the MR are included in the quoted
equipment prices

Liquidated Damages: Accepted / Not accepted refer


deviation sheet
Confirm acceptance of Liquidated Damages Clause as
indicated in Special Purchase Conditions (SPC).

Force Majure Clause: Accepted / Not accepted refer


deviation sheet
Confirm acceptance of Force Majure Clause as indicated in
General Purchase Conditions (GPC).

Arbitration Clause: Accepted / Not accepted refer


deviation sheet
Confirm acceptance of Arbitration Clause as indicated in
General Purchase Conditions (GPC).

Acceptance of all other terms & conditions as per attached : Accepted OR


a) General Purchase Conditions, Accepted with deviations as
indicated in separate deviation
b) Special Purchase Conditions
sheet.
c) Instructions to bidders,
Submitted
d) General Conditions of Contract for Site work
e) Any other terms & conditions as per RFQ
Bidders to submit above documents duly signed & stamped

ISSUE
R0

PART 1 Page 367 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-B-Z-201
COMMERCIAL QUESTIONNAIRE – INDIGENOUS SHEET 5 OF 5 OF
MATERIAL & EQUIPMENT

Sr. No. Description Vendor’s Confirmation


along with deviation sheet (if any) as token of acceptance.

Whether any of the Directors of Vendor is a relative of any YES/NO


Director of BPCL/TCE or the vendor is a firm in which any
Director of BPCL/TCE or his relative is a Partner or the
vendor is a private company in which any director of
BPCL/TCE is a member or Director.

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

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.

Confirm that all commercial deviations to Tender Separate Commercial


Conditions, GPC, SPC have been indicated on a Deviations indicating the
separate commercial deviation sheet. Any deviation document, clause and heading
indicated in bid elsewhere other than Deviation Sheet in prescribed format
shall not be considered. submitted
(Bidders own terms and
Conditions shall not be
accepted)

All commercial deviations to Tender Conditions, GPC, and Noted


SPC will result in loading of the quoted price as indicated in
Special Purchase Conditions (SPC).

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.

Confirm readiness for signing of integrity pact without any Confirmed


deviations in the event of placement of order.

(Signature of Vendor with Company seal)


Name of the Authorised Signatory :
Designation :
Date :

ISSUE
R0

PART 1 Page 368 of 393


TATA CONSULTING ENGINEERS LIMITED SECTION B

TCE.6079A-950
PROJECT INFORMATION SHEET 1 OF 2

1.0 SITE INFORMATION


1.1 Plant Location : Mahul, Mumbai
1.2 State : Maharashtra
1.3 Nearest Important Town : Mumbai
1.4 Nearest Railway : Mumbai
1.5 Nearest Port : Mumbai
1.6 Nearest Airport : Chatrapati Shivaji Airport, Mumbai
2.0 METEOROLOGICAL DATA

2.1 Elevation above mean : 6.71 m


sea level
2.2 Minimum Ambient : 12 °C
temperature
2.3 Maximum Ambient : 45°C
temperature
2.4 Design dry bulb : 40°C
temperature
2.5 Design wet bulb : 32°C
temperature
2.6 Design temperature for : 45°C
electrical Equipment
2.7 Relative humidity : 100% @ 32°C
2.8 Rainy season : June -September
2.9 Annual Rainfall : Max.: 125mm/hr
(Max/Min/A vg)
2.10 Rainfall data: for 1-hour : 102mm
period
2.11 Wind velocity : 9m/s
2.12 Wind load : According to IS 875
2.13 Predominant wind : W to E and SW to NE
direction
2.14 Basic wind speed : 44 m/sec
2.15 Seismic Design Criteria : IS 1893 (Part 1)2002 and IS 1893 (Part 4)2005
2.16 Seismic Zone no : III
2.17 Seismic Zone Factor : 0.16

ISSUE
R0

PART 1 Page 369 of 393


TATA CONSULTING ENGINEERS LIMITED SECTION B

TCE.6079A-950
PROJECT INFORMATION SHEET 2 OF 2

3.0 ELECTRICAL SYSTEMS

1.0 Power Supply


Sr.No. Voltage Fault Level Voltage, Frequency, Application
Level
1.1 HV1 26.25kA for 1 sec (i.e.1000 22kV(+/-10%), 3 Ph, 3 W, 50 Hz(+/-
MVA at 22 kV) 3%), AC, Solidly grounded
1.2 HV2 40kA for 1 sec (i.e.1500 6.6kV(+/-10%), 3 Ph, 3 W, 50 Hz(+/-
MVA at 6.6 kV) 3%), AC, Resistance grounded
(Earth fault current restricted to
400A) for HV Motors and
Distribution Transformer
1.3 LV1 50kA for 1 sec (i.e.36MVA 0.415kV(+/-10%),3 Ph, 4 W, 50 Hz
at 0.415kV) for LV load (+/-3%), AC, Solidly grounded for
other than Lighting LV Motors upto 132kW and other LV
load
1.4 LV2 9kA for 1 sec, 240V for 0.240kV(+/-10%), 1 PH, 2 W, 50
Lighting, 1-ph receptacle Hz(+/-3%), AC, Solidly grounded for
Lighting and other loads like
receptacles, space heater
1.5 Standby 50kA for 1 sec (i.e.36MVA 0.415kV(+/-10%), 3 PH, 4 W, 50
Emerge at 0.415kV) Hz(+/-3%), AC, Solidly grounded for
ncy LV Motors upto 132kW and other LV
Supply load from Emergency Power
Distribution board
1.6 Combined Volt. & Freq. Variation 10%
1.7 Envisaged Improved Power Factor 0.95 lagging
2.0 Control Supply
Sr.No. Application Control Supply
2.1 For 6.6 kV Panels 240V(+/-10%), 1 PH, 50 Hz (+/-3%), AC for Spring
charging motor, Space Heater, Lamp Circuit
110 V (+10%,-15%), DC for Tripping coil, Closing Coil,
Indication lamps, annunciation Circuit (ungrounded)
2.2 For LT Breaker 240V, 1 PH, 50 Hz, AC for Spring charging motor,
control and Space Heater, Lamp Circuit tapped from phase and
protection Neutral before incomer
110 V, +10%,-15%, DC for Tripping coil, Closing Coil,
Indication lamps, annunciation Circuit (ungrounded)
2.3 For instrumentation 110V(+/-1%), 1 PH, 50 Hz(+/-1%), AC UPS supply
and control with floating neutral
(DCS/PLC control)
2.4 For Motor Starter 240V(+/-10%), 1 PH, 50 Hz (+/-3%), AC Tapped from
control phase and Neutral from the bus

ISSUE
R0

PART 1 Page 370 of 393


TATA CONSULTING ENGINEERS LIMITED SECTION: E
SPEC. NO.
TCE.M4-903 DRAWINGS, ENGINEERING DOCUMENTS AND
SHEET 1 OF 6
INSTRUCTION MANUALS

1.0 SCOPE

This specification covers the requirements to be followed by the VENDOR/


CONTRACTOR while submitting Drawings, Engineering Documents and
Instruction Manuals

2.0 DRAWINGS AND DOCUMENTS

2.1 All drawings and documents submitted by the VENDOR/CONTRACTOR


including those submitted at the time of bid shall be with sufficient detail to
indicate the type, size, arrangement, weight of each component, breakdown
for packing and shipment, the external connections, fixing arrangements
required, the dimensions required for installation and interconnection with other
equipment and materials, clearance and spaces required between various
portions of equipment and any other information specifically requested in the
enquiry document.

2.2 Each drawing and document submitted by the VENDOR/CONTRACTOR shall


be clearly marked with the following details.

(a) Name of the PURCHASER

(b) Name of the CONSULTANT

(c) Project Title including (if applicable) number of units and unit numbers

(d) Purchase Order Number/Contract Number

(e) Title of the Drawing or Document clearly identifying the system,


equipment or part

(f) Drawing or Document Revision Number and Date of Revision

(g) Space for PURCHASER/CONSULTANT's Drawing Number

(h) Name of the VENDOR/CONTRACTOR

(i) In case of SUB-VENDOR/SUB-CONTRACTOR or MANUFACTURER's


drawing, name of the SUB-VENDOR/SUB-CONTRACTOR or
MANUFACTURER shall be incorporated.

(j) Drawings and documents shall be duly signed in ‘checked’ and


‘approved’ columns.

(k) Scale to which the drawing is drawn

(l) Cross references to all relevant drawings and documents

(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

(n) All legends to all notations

(o) Details of revisions carried out as mentioned in para 2.13 below

(p) Bill of materials shall be tabulated, wherever required.

(q) All titles, notings, markings and writings on the drawing shall be in
English.

(r) All the dimensions shall be in metric units.

(s) If standard catalogues are submitted, the applicable items shall be


highlighted therein.

2.3 CATEGORISATION OF DRAWINGS AND DOCUMENTS

2.3.1 The drawings and documents submitted by the VENDOR/CONTRACTOR are


generally categorised under the following three heads:

(a) Drawings and documents which are to be reviewed and approved


(Category FA)

(b) Drawings and documents which are to be reviewed and commented


but are not for approval (Category FR).

(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.

2.4 LIST OF DRAWINGS AND DOCUMENTS

On the issue of Purchase Order or Award of Contract, the VENDOR/


CONTRACTOR shall furnish a detailed drawing and document schedule with
descriptive title and expected dates of submission within the time as specified in
the enquiry document. The categorisation of drawings and documents as per
para 2.3.1 above shall be marked by the PURCHASER/CONSULTANT on the
Drawing and Document Schedule. The VENDOR/CONTRACTOR shall
incorporate these details and submit revised schedules. This schedule shall be
revised and drawings and documents added, as necessary, during the progress
of work with the concurrence of the PURCHASER/CONSULTANT.

2.5 QUALITY OF DRAWINGS AND DOCUMENTS

2.5.1 The VENDOR/CONTRACTOR shall prepare all necessary detailed drawings,


documents and designs etc., giving full and complete information to enable the
PURCHASER/CONSULTANT to properly review the design of work.

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.

2.5.5 Drawings poorly drafted or engineered or without signatures in checked and


approval columns will be returned to the VENDOR/CONTRACTOR without
review, for necessary action.

2.6 DRAWINGS AND DOCUMENTS BY SUB-VENDORS/SUB-CONTRACTORS

Drawings and documents provided by the SUB-VENDORS/SUB-


CONTRACTORS shall be checked thoroughly by the VENDOR/
CONTRACTOR with special regard to measurements, size of components,
material and details to satisfy himself that they conform to the requirements and
to the intent of the enquiry document and the VENDOR/CONTRACTOR shall
place thereon his signature and the date of his approval before submitting the
same to the PURCHASER/CONSULTANT. Drawings and documents found to
be inaccurate or otherwise in error shall be returned to the VENDOR/
CONTRACTOR for corrections.

2.7 DESIGN CALCULATIONS

The VENDOR/CONTRACTOR shall generally furnish the following information.

2.7.1 Manual Design Calculations

(a) Input data and source of information

(b) Design criteria to satisfy statutory requirements

(c) Formulae used and references for the same

(d) Assumptions made. Assumptions made based on experience shall be


clearly mentioned.

(e) Latest applicable National/International Codes and Standards. The


Codes and Standards shall be referred to with year of publication,
revision number, amendment/addenda.

(f) Reference drawings and documents along with their revision numbers

(g) Final results, conclusions and recommendations.

2.7.2 Analysis and Design Calculations using Computers

(a) VENDOR/CONTRACTOR shall use accredited and validated software


and the same shall be indicated.

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

(b) Modelling, wherever applicable

(c) All information as called for in para 2.7.1 above

2.8 SEQUENCE OF SUBMISSION OF DRAWINGS AND DOCUMENTS

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.

2.8.3 Revised drawings and documents shall be immediately re-submitted for


approval unless directed otherwise by the PURCHASER/CONSULTANT.

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.

2.10 The drawings and documents submitted by the VENDOR/CONTRACTOR shall


be reviewed by the PURCHASER/CONSULTANT as far as practicable within
four (4) weeks and shall be marked up with comments, if any.

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.

The VENDOR/CONTRACTOR shall incorporate such modifications and/or


corrections and submit the final drawings and documents for approval.

If the VENDOR/CONTRACTOR is unable to incorporate comments in his


drawings or documents, he shall clearly state in his forwarding letter such non-
compliance along with valid reasons.

Any delays arising out of failure by the VENDOR/CONTRACTOR to rectify the


drawings and documents to the satisfaction of the PURCHASER/
CONSULTANT in good time shall not alter the CONTRACT completion date.

2.11 Further work by the VENDOR/CONTRACTOR shall be in strict accordance


with these drawings and documents and no deviations shall be permitted
without the written approval of the PURCHASER/CONSULTANT.

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

2.12 The PURCHASER/CONSULTANT's approval of the VENDOR/


CONTRACTOR’s and SUB-VENDOR’s/CONTRACTOR’s drawings and
documents shall not relieve the VENDOR/CONTRACTOR from his
responsibility for errors or omissions which may exist, even though work is done
in accordance with such approved drawings and documents. When such errors
or omissions are discovered later, these shall be made good by the VENDOR/
CONTRACTOR at his expense irrespective of any approval of the
PURCHASER/CONSULTANT.

2.13 REVISION OF DRAWINGS AND DOCUMENTS

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.

2.16.2 Upon completion of the installation, the VENDOR/CONTRACTOR shall furnish


a complete set of drawings and documents on reproducible tracing. The
VENDOR/CONTRACTOR shall make in a neat and accurate manner, a
complete record of all changes and revisions to the original design, as installed
in the completed work. These drawings and documents shall be submitted to
the PURCHASER/CONSULTANT for records and these become the property of
the PURCHASER.

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

3.0 ENGINEERING DATA

3.1 The furnishing of engineering data by the VENDOR/CONTRACTOR shall be in


accordance with the schedule for each set of equipment as specified in the
technical specifications and the same shall be in English Language and in
metric units unless specified otherwise. The review of these data by the
PURCHASER/CONSULTANT will cover only general conformance of the data
to the specifications and documents interfaces with the equipment provided
under the specifications, external connections, and of the dimensions which
might affect plant layout. This review by the PURCHASER/CONSULTANT may
not indicate a thorough review of all dimensions, quantities and details of the
equipment, materials, any devices or items indicated or the accuracy of the
information submitted. This review and/or approval by the PURCHASER/
CONSULTANT shall not be construed by the VENDOR/CONTRACTOR, as
limiting any of his responsibilities and liabilities for mistakes and deviations from
the requirements, specified under these specifications and documents.

3.2 All engineering data submitted by the VENDOR/CONTRACTOR after final


process including review and approval by the PURCHASER/CONSULTANT
shall form part of the CONTRACT documents and the entire works covered
under these specifications shall be performed in strict conformity, unless
expressly advised otherwise by the PURCHASER/CONSULTANT in writing.

4.0 INSTRUCTION MANUALS

4.1 The VENDOR/CONTRACTOR shall submit to the PURCHASER/


CONSULTANT for their review, the preliminary instruction manuals for all the
equipment, covered under the CONTRACT within the time agreed upon
between the PURCHASER/CONSULTANT and the VENDOR/CONTRACTOR.
The final instruction manuals complete in all respects shall be submitted by the
VENDOR/CONTRACTOR within thirty (30) days before the first shipment of the
equipment. The instruction manuals shall contain full details and As-Built
drawings for all the equipment furnished, the erection procedures, testing
procedures, operation and maintenance procedures of the equipment and the
same shall be written in English Language unless specified otherwise in the
enquiry document. Each manual shall also include a complete set of
approved/as-built drawings together with performance/rating curves of the
equipment and test certificates where applicable. These 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.

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:

2.1 START-UP AND COMMISSIONING SPARES


Spares required for start-up and commissioning of the equipment, plant or system
shall be indicated by the BIDDER ‘Schedule of Start-up and Commissioning
Spares’. CONTRACTOR to include in their scope of supply.
2.2 MANDATORY SPARES
Mandatory spares are those, which are specified in the Enquiry document.
2.3 RECOMMENDED SPARES
Recommended spares are those, which are considered necessary by the
BIDDER for two (2) years of trouble-free operation of the equipment, plant or
system.
2.4 All spares supplied shall be strictly inter-changeable with the parts for which
these are intended to be replacements. The spares shall be treated and packed
for long term storage under the climatic conditions prevailing at the site e.g.,
small items shall be packed in sealed transparent plastic bags with desiccators
packs as necessary.

3.0 MAINTENANCE TOOLS AND TACKLES

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

1.0 The VENDOR/CONTRACTOR shall train the PURCHASER's engineering


personnel in the shops, where the equipment will be manufactured and/or in
their collaborator's works and where possible, in any other plant or site where
equipment manufactured by the VENDOR/CONTRACTOR or his collaborator is
under installation or test to enable those personnel to become familiar with the
equipment being furnished by the VENDOR/CONTRACTOR.

2.0 The period of training shall be adequate and mutually agreed upon by the
PURCHASER and the VENDOR/CONTRACTOR.

3.0 The training shall be so oriented as to make the PURCHASER's personnel


proficient in operating the equipment.

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.

5.0 The VENDOR/CONTRACTOR shall train the PURCHASER's personnel in


carrying out minor repairs, during the operation of the equipment.

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

This specification covers general requirements of planning and scheduling of


work and progress reporting by the VENDOR/CONTRACTOR.

2.0 PLANNING AND SCHEDULING OF WORK

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.

2.2 NETWORK SCHEDULE OR LINKED BAR CHART

The VENDOR/CONTRACTOR shall submit the Network Schedule or Linked Bar


Chart for his portion of supply or erection work to the PURCHASER/
CONSULTANT showing the logic and period of execution of activities for review
and approval.

2.2.1 EQUIPMENT SUPPLY

(a) Commencement and completion of submission of final design data,


specifications and calculations

(b) Commencement and completion of submission of drawings of various


categories

(c) Procurement of raw materials and bought out items

(d) Manufacturing process indicating all major stages

(e) Shop inspection and testing indicating all inspection and tests

(f) Shipment indicating each planned shipment

(g) Other major key activities considered to be critical to the progress of the
PURCHASE ORDER

2.2.2 EQUIPMENT SUPPLY AND ERECTION CONTRACT

(a) Commencement and completion of submission of final design data,


specifications and calculations

(b) Commencement and completion of submission of drawings of various


categories

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

(c) Procurement of raw materials and bought out items

(d) Manufacturing process indicating all major stages

(e) Shop inspection and testing indicating all inspection and tests

(f) Shipment indicating each planned shipment

(g) Other major key activities considered to be critical to the progress of


the PURCHASE ORDER/CONTRACT

(h) Commencement of preliminary works

(i) Detailed stages of construction and erection for each equipment,


structure and system

(j) Resources such as labour, material and equipment etc. planned to be


mobilised

(k) Commissioning of all major systems

2.2.3 WORKS CONTRACT

(a) Commencement and completion of submission of final design data,


specifications and calculations

(b) Commencement and completion of submission of drawings of various


categories

(c) Procurement of raw materials and bought out items

(d) Manufacturing process indicating all major stages

(e) Shop inspection and testing indicating all inspection and tests

(f) Shipment indicating each planned shipment

(g) Other major key activities considered to be critical to the progress of


the PURCHASE ORDER/CONTRACT

(h) Commencement of preliminary works

(i) Detailed stages of construction and erection for each equipment,


structure and system

(j) Resources such as labour, material and equipment etc. planned to be


mobilised

(k) Commissioning of all major systems

(l) Phased requirement of bulk materials, if supplied by the PURCHASER

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

(m) Cash flow, if required by the PURCHASER/CONSULTANT

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.

3.0 PROGRESS REPORTS

3.1 During manufacture or the execution of the PURCHASE ORDER/CONTRACT


the VENDOR/CONTRACTOR shall furnish monthly progress reports to the
PURCHASER/CONSULTANT in a format as specified by the PURCHASER/
CONSULTANT. The report shall indicate the progress achieved during the
month and total progress up to the month as against scheduled progress.
Anticipated completion dates in respect of key phases of work such as release
of drawings for fabrication, procurement of raw material, fabrication, inspection,
testing and shipment shall be indicated.

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

Document Description BPCL TCE TCE Supplier /


Site Contractors
TCE Progress Reports, General Correspondence 2 S 1 -
TCE Site Progress Reports 1 1 S -
Concept Notes
Preliminary 2 S - -
Final 2 S - -
Design Drawings from TCE to BPCL
Preliminary 'P' issues 2 S 2 2
'R' issues for Site execution / installation 2 (**) S 1(**) 2(**)
As-Built’ drawings 3+ S - -
1CD

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 -

Vendor Documents / drawings


1st Submission 2(*) 3(*) - S
Subsequent revisions 2(*) 3(*) - S
Final approved drawings 4# 2 - S
As-built drawings 2 1 - S
Operation / Maintenance Manuals by
Preliminary 3(*) 3 (*) 1 S
Final 3 1 1 S
Inspection / Expediting Reports 3 S 1 -

ISSUE
R0

PART 1 Page 383 of 393


TENDER NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.6079B-954
Schedule of Distribution of Drawings and Documents SHEET 2 OF 2 OF

Document Description BPCL TCE TCE Supplier /


Site Contractors
Test & Evaluation reports and Commissioning 3 S 1 -
Reports

Marked up for As-Built drawings - - 2 S


from contractor

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

PART 1 Page 384 of 393


TATA CONSULTING ENGINEERS LIMITED
TCE.6079B-Z-201 SHEET 1 OF 9
SCHEDULE OF PRICE

SCHEDULE OF PRICE

ISSUE
R0

PART 1 Page 385 of 393


TATA CONSULTING ENGINEERS LIMITED
TCE.6079B-Z-201 SHEET 2 OF 9
SCHEDULE OF PRICE

CONTENTS - SCHEDULE OF PRICE

SL. NO. Description

1. Schedule of Price for Indian Bidder ( Form B1)


2. Schedule of Price for Foreign Bidder ( Form B2)
3. Schedule Of Mandatory Spares (Form B3)
4. Schedule Of Rates For Recommended Spares (Form B4)
5. Schedule Of Special Tools & Tackles (Form B5)

ISSUE
R0

PART 1 Page 386 of 393


TATA CONSULTING ENGINEERS LIMITED
TCE.6079B-Z-201 SHEET 3 OF 9
SCHEDULE OF PRICE

SCHEDULE OF PRICE FOR INDIAN BIDDERS (FORM B1)

DESCRIPTION INDIAN RUPEES ( IN


SI.No FIGURES)
A SUPPLY

Basic price for Design , Detailed Engineering,


Manufacturing and Supply of all materials, Shop testing ,
1
Packing & Forwarding for one set of 33 KV GIS including
all associated systems, accessories, painting,
commissioning spares, mandatory spares, special tools &
tackles (if any), strapping / calibration, in strict compliance
with technical specification and various attachments /
enclosures / annexure mentioned therein, data sheets,
standards, specifications and to the satisfaction of the
Engineer-in-Charge on FOT Site basis.
Price Indicated in SI.No.1 in Words:

2 Excise Duty @ _________% on SI.No. 1 above.

3 Sales Tax
CST @ ________% against Form ‘C’ on sum of SI No. 1&
2 above
MVAT @ ________% on sum of SI No. 1& 2 above

4 Freight inclusive of all taxes and duties except MVAT ( if


applicable) @ ______ % of SI.No. 1 above.

5 MVAT @ ________% on SI No. 4 above ( if applicable)

6 Octroi @ ________% on sum of SI.No 1 to 5 above

7 Octroi Service Charges @ ________% on SI.No 6 above

8 Total Price for Supply ( Sum of SI.No. 1 to 7)

B SITE WORK

9 Charges for Erection & Commisioning using Bidders’s


tools and tackes, manpower at site in a location identified
by BPCL to the satisfaction of the Engineer-in-Charge.

Price Indicated in SI.No.9 in Words:

ISSUE
R0

PART 1 Page 387 of 393


TATA CONSULTING ENGINEERS LIMITED
TCE.6079B-Z-201 SHEET 4 OF 9
SCHEDULE OF PRICE

DESCRIPTION INDIAN RUPEES ( IN


SI.No FIGURES)
10 Service Tax @ _________% on SI. No.9 above

11 Total Charges for Site Work ( Sum of SI. No. 9 & 10)

15 Per-Diem Charges for (10 hours per day) for Engineer (


Note 1)

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

PART 1 Page 388 of 393


TATA CONSULTING ENGINEERS LIMITED
TCE.6079B-Z-201 SHEET 5 OF 9
SCHEDULE OF PRICE

SCHEDULE OF PRICE FOR FOREIGN BIDDERS (FORM B2)

DESCRIPTION CURRENCY ( PLEASE


SI.No MENTION HERE)
A SUPPLY

Basic price for Design , Detailed Engineering,


Manufacturing and Supply of all materials, Shop testing ,
1
Packing & Forwarding for one set of 33 KV GIS including
all associated systems, accessories, painting,
commissioning spares, mandatory spares, special tools &
tackles (if any), strapping / calibration, in strict compliance
with technical specification and various attachments /
enclosures / annexure mentioned therein, data sheets,
standards, specifications and to the satisfaction of the
Engineer-in-Charge on FOB port of exit basis.
Price Indicated in SI.No.1 in Words:

B SITE WORK

5 Charges for Erection & Commisioning using Bidders’s


tools and tackes, manpower at site in a location identified
by BPCL to the satisfaction of the Engineer-in-Charge.

Price Indicated in SI.No.5 in Words:

10 Service Tax @ _________% on SI. No.5 above

11

15 Per-Diem Charges for (10 hours per day) for Engineer (


Note 2)

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

PART 1 Page 389 of 393


TCE.6079B-Z-201 TATA Consulting Engineers Limited
SHEET 6 OF9
SCHEDULE OF PRICE

SCHEDULE OF MANDATORY SPARES (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 1 No
2. Portable Gas filling equipment 1 No
3. 3 Nos handle for disconnector drive 3 Nos
4. 3 Nos handle for earthing switch drive 3 Nos
5. 3 Nos hand crank for charging circuit breaker drive 3 Nos
6. Cable termination kit 3 Nos
7. 3 Nos pre-selection key for three-position disconnector 3 Nos
8. Tripping Coil 3 Nos
9. Closing Coil 3 Nos
10. SF6 gas 10% of total gas required
11. FRD 1 No
12. 1 No. Relay of each type 1 No
13. 3 Nos interlocking solenoids 3 Nos
14. 1 No. Capacitive Type Voltage detectors 1 No
15. 1 No Touch-Up Set 1 No
16. Hardwares 10%

TOTAL (in words)

SIGNATURE OF THE TENDERER

ISSUE
R0

PART 1 Page 390 of 393


TCE.6079B-Z-201 TATA Consulting Engineers Limited
SHEET 7 OF9
SCHEDULE OF PRICE

SCHEDULE OF MANDATORY SPARES (Form B3) ( Continued)

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

TOTAL (in words)

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

PART 1 Page 391 of 393


TCE.6079B-Z-201 TATA Consulting Engineers Limited
SHEET 8 OF9
SCHEDULE OF PRICE

SCHEDULE OF RECOMENDED SPARE PARTS FOR TWO YEARS NORMAL OPERATION (FORM B-4)

Part Unit Price( Landed Total Price


Description Quantity/set Delivery Period
Equipment Material of Number Cost includes all taxes ( Landed
Sl.No Of Spare Recommended Quantity (weeks) from
Tag Number Construction & / duties / insurance / Cost) Rs./
Part Per Equipment date of LOI
Manufacturer freight) RS / USD / EURO USD/EURO

SIGNATURE OF THE TENDERER

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

PART 1 Page 392 of 393


TCE.6079B-Z-201 TATA Consulting Engineers Limited
SHEET 9 OF9
SCHEDULE OF PRICE

SCHEDULE OF SPECIAL TOOLS & TACKLES (FORM B-5)

Sl.No Description Quantity Unit Price Rs./ Total Price Rs / USD/EURO


USD/EURO
1 Socket-spanner for 3 Nos
LV-doors

2 TORX-screwdriver 3 Nos

3 Anti Static gun 1 Nos

4 Wrenches with 1 No each


compression head
(1000 & 630 mm)
including pull-off
die for cables

SIGNATURE OF THE TENDERER

Note: Bidder to quote minimum for these tools & tackles. However, Bidder shall quote for additional special tools & tackles if necessary.

ISSUE
R0

PART 1 Page 393 of 393

You might also like