Professional Documents
Culture Documents
Table of Contents
Document Number Rev. Document Title Page
Number
A133-086-LZ-MR- 0 ENQUIRY DOCUMENT 2
4140-1005-RFQ
A133-086-LZ-MR- A COKE DRUM STRUCTURE ELEVA TOR (LIFT) (HAZARDOUS 322
4140 AREA)
A133-086-16-44-CL- A A133-086-16-44-CL-4140 327
4140
A133-086-16-44-SP- A JOB SPECIFICATIONS FOR COKE DRUM STRUCTURE 335
4140 ELEVATOR
44NC-4600-0086- A PMC'S JOB SPECIFICATION FOR LIFT 343
M02-0023-A4
A133-086-16-44-DS- A DATA SHEET FOR COKE DRUM STRUCTURE ELEVATOR 352
4140
A133-086-16-44-VR- A VENDOR DATA REQUIREMENTS 358
4140
Annexure-1 to A Annexure-1 to Vendor data requirement 361
Vendor data
requirement
PMC A PMC'S SPECIFICATION FOR SITE HSE 381
SPECIFICATION
FOR SITE HSE
44NC-4600-0000- 1 General Specification for Shop and Field painting 482
V.02-0111-A4
General Specification
for Painting
A133-086-16-50-SP- A JOB SPECIFICATION 527
4140
A133-086-16-50-DS- A DATA SHEET FOR MV MOTOR 536
4140
A133-086-16-50-DS- A DATA SHEET FOR VFD 540
4141
A133-086-16-50-DS- A ELECTRICAL LOAD DATA 545
4142
A133-086-16-50-VR- A VENDOR DATA REQUIREMENTS 547
4140
44NC4600ESS001A 0 LV INDUCTION MOTORS 551
44NC4600ESS008 0 MEDIUM AND HIGH VOLTAGE HEAVY DUTY CABLES 566
44NC4600ESS026 0 ELECTRICAL INSTALLATION 574
44NC4600ESS027 0 ELECTRICAL CONTENT OF PACKAGE UNIT 607
44NC4600ESS031 0 AC VARIABLE SPEED DRIVE SYSTEM 618
44NC4600ESS067 0 FLAMEPROOF DISTRIBUTION 633
PANEL,PLUGS,SOCKETS,LAMPS AND LIGHT FITTINGS FOR
HAZARDOUS LOCATIONS
44NC4600ITP001A 0 ITP FOR LV MOTORS 642
44NC4600ITP008 0 ITP FOR MV/HV HEAVY DUTY CABLES 644
44NC4600ITP031 0 ITP FOR AC/DC DRIVES 647
44NC- 4 VENDOR LIST 649
4600R010005A4
Page 1 of 674
0Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664
REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-Coker
Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents/attachments.
3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in or e-tender site of EIL's
ASP (Authorized service provider) https://www.tenderwizard.com/eil or from CPP portal
http://eprocure.gov.in/cppp.
Containing only prices filled in the prescribed price schedule excel format and other formats provided
in the RFQ Document, consisting of the following:
i) Prices in Price Schedule Format ( Format A, B, C1, C2, D1 & D2 ) ( Excel file )
available on https://www.tenderwizard.com/eil
Format A, C1 & D1 are applicable for Indigenous supply whereas,
Format B, C2 & D2 are applicable for Foreign supply.
Note:
a) Bidders are required to have a VALID digital signature of class III B issued by C.C.A. (Controller
of certifying authority, India) for participation in e-tendering.
c) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid
and price bids shall not contain any stapled slips. In case of any conditions stipulated in price
bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily
rejected and shall not be considered for further evaluation. Evaluation shall be carried out
excluding such bidder(s.)
d) In addition to uploading the Integrity Pact on the e-tendering website, the same shall also be
submitted in Original physical form within the final bid due date & time indicated above.
In case the bidder fails to submit the Integrity Pact in original physical form within the
final bid due date & time, his bid shall be rejected, irrespective of their status/ ranking in
tender and notwithstanding the fact that a copy of the same was earlier uploaded by the
bidder.
5. Bids complete in all respects should be successfully Submitted online on or before the bid due date and
time specified above.
8. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or
extended date, if any.
The bidders who have submitted their bid will be able to view online the name & status of all the bidders at
their respective windows, after unpriced bid opening by EIL.
Similarly, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Aforesaid Bidders, will be able to view online the price sheets of other techno-
commercially acceptable bidders at their respective windows, after priced bid opening by EIL.
9. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids
should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers
made by intermediaries.
10. Please furnish your response to our RFQ either through EILs website http://tenders.eil.co.in or by sending
email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, on or before the date of pre-bid
meeting/ at the pre-bid meeting.
If not bidding, please return/delete enquiry documents and as well as furnish regret letter with reason(s) of not
participating in the RFQ.
The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for non-
submission of the offer. In case there is no response either way continuously, the bidder shall be liable
for suitable action including review of their enlistment with EIL for that particular item.
11. The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser
shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding
process.
12. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
13. EIL reserves the right to use in-house information for assessment of bidders capability for consideration of
bid.
14. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject any or all
the bids.
16. Net Worth of the Bidder shall be positive as per the immediate preceding years Audited financial results.
Bidder is therefore requested to furnish the latest Audited Financial Statement including Profit & Loss
Account.
In case, the bidders Net Worth is negative, their bid shall not be evaluated further. However this
criteria will not be applicable for Indian Central Public Sector Undertaking/Enterprises.
17. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of India.
The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics during the
award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to
influence the award of a Contract to the detriment of the Owner, and includes collusive practice among
bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels
and to deprive the owner of the benefits of free and open competition.
a) The owner will reject a proposal for award if it determines that the bidder recommended for award has
engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for evaluation
of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the
same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money
Deposit.
b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full
right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/
Vendor/ Contractor without any prejudice to other rights available to Owner under the contract such as
forfeiture of CPBG/ Security Deposit, withholding of payment etc
c) Incase, this issue of submission of false documents comes to the notice after execution of work,
Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner
debarring them from future business with Owner for a time period, as per the prevailing policy in EIL.
22. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has concern or
apprehension regarding the authenticity/correctness of any document, EIL reserves a right of getting the
document cross verified from the document issuing authority.
a) The bidder must ascertain and confirm along with supporting documents in the bid, if any Customs
Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral /
bi-lateral trade agreement between India and bidder's country.
b) The bidder shall be liable to provide all documentation to ensure availment of the exemption / waiver.
In case' the bidder defaults on this due to any reason, whatsoever, he shall be liable to bear the
incremental Customs Duty applicable, if any.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be to bidder's account.
d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form a part of shipping documents
The above shall be furnished before release of any payment or within one month of the release
of Order, whichever is earlier.
Failing submission of the above information, any additional tax liability on purchaser, will be
deducted from the payment due to the supplier.
In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any
Queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ email
as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting.
These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also
be e-mailed to enable EIL to prepare replies to the queries against each query in the same format
expeditiously.
The bidders are required to participate in the Pre-Bid meeting with the following essential documents, so
that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/
discussions post bid
Record notes of meeting, including the questions raised and the responses given will be furnished as
expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid
meeting, no further queries will be entertained from the bidders.
Any modification of the Bidding Document, which may become necessary as a result of the pre-bid
discussion shall be intimated to all bidders through the issue of an Addendum/Amendment.
Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance shall be signed
and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted
and if any deviation is found in the bid of such bidder, their offer shall be liable to be rejected without
raising any technical/ commercial queries.
Technical/ Commercial queries shall not be issued once the bid have been opened. However,
wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for
CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available upto
cut-off date for CQ/ TQ replies.
Indigenous Supplier:
For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (v) of Instruction to Bidders
For Mandatory spares : As per clause No. 1.1.2 of Instruction to Bidders.
For Site Work : As per clause No. 1.1.3 of Instruction to Bidders.
For other scope: As per Instruction to Bidders
Foreign Supplier:
For Supply (excluding Mandatory Spares): As per clause No. 1.2.1 (v) of Instruction to Bidders.
For Mandatory spares : As per clause No. 1.2.2 of Instruction to Bidders.
For Site Work : As per clause No. 1.2.3 of Instruction to Bidders.
For other scope: As per Instruction to Bidders.
Supply :
Indigenous Supplier:
13 ( Thirteen ) Months on FOT Despatch point on freight to pay basis. The date of LR/GR shall be
considered as the date of delivery.
Foreign Supplier:
12 ( Twelve ) Months on FOB international sea port of exit basis. The Date of On Board Bill of Lading shall
be considered as date of Delivery.
Site Work:
( For both Indigenous & Foreign Suppliers )
Completion of site activities as per MR within 03 ( Three) months from the date of site readiness.
01 ( One) Month advance intimation regarding site readiness shall be given to bidder for Mobilization
purpose.
Date of handing over of the equipment at site after completion of site work as per MR/ PR shall be date of
completion period of site work
(REKHA CHOUDHARY)
Asst. General Manager (C&P)
Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ alongwith enclosures. We undertake
that the contents of the above RFQ shall be kept confidential including all the drawings,
specifications and documents and the said documents shall be used only for the purpose, for which
they are intended.
a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Page 1 of 1
Page 11 of 674
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE /
UNPRICED BID OPENING / AND PRICED BID OPENING
No. Date:
To,
ENGINEERS INDIA LIMITED
1, Bhikaiji Cama Place
R.K. Puram,
New Delhi 110066(India)
Attn . Ms. Rekha Choudhary, Asst. General Manager (C&P)
Dear Sirs,
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit.
Yours faithfully,
Signature
Note :
This Letter of Authority should be on the letter head of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.
Page 1 of 1
Page 12 of 674
INSTRUCTIONS TO BIDDERS FOR E-TENDERING
Bidders who wish to participate for RFQs/ Tenders which are uploaded on EILs Authorised service
providers website (i.e. www.tenderwizard.com/eil) should follow the following instructions which shall
permit them to Search, View, Download and Submit their Electronic Bids online in a secure manner ensuring
confidentiality. These Instructions for E-Tendering shall be read in conjunction with various instructions,
wherever appearing with the RFQ/ Bidding Document. The conditions & instructions mentioned here in under
shall supersede and shall prevail over the conditions & instructions enumerated elsewhere in the RFQ/ Bidding
Document.
To participate in E-Tendering, it is Mandatory to the Bidders have a user id and password on e-tendering
portal. Bidders are required to be registered on E-Tendering website to obtain user id & password
(password will be system generated). However for the tenders issued on limited basis, bidders are already
registered by EIL and after their registered, user id & password were communicated to bidders at their e-
mail id available in EIL. The bidders who are already registered may contact to concern person of EIL to get
their user id and password.
For tender issued on NIT/ Press advertisement basis, bidders are required to registered themselves by
using the link of registration provide on the home page of e-tendering website. The bidders are required to
fill the online registration form with all required details. The bidder should indicate correct information
including their e-mail since all system generated correspondences will be send on these e-mail ids. Digital
signature of class 3b individual or class 3 organization is a mandatory requirement for e-tendering, right
from log-in into the system. Hence, during registration, bidders shall fill the details of their digital Signature
(serial No.) to save time and avoid mapping of Digital Signature details to the bidders user ID at the bid
uploading stage. Otherwise, bidders are required to furnish their DC details to EIL for mapping the same to
their user id by Service provider. Once, the online registration form is submitted with all required field and
documents like pan card, registration or any other document of company, the system will generate the user
id and password for the bidder.
However, to use this user id, the bidders are required to get their user id enabled (activate) through
concerned engineer for the tender in EIL. Accordingly, after registration, bidder shall send a request to EIL
to activate their user id by providing user id and bid reference number.
Note : Bidders who are already registered in any earlier tender of EIL, need not to create new user id, as
the same user id can be used for all the tenders issued to them by EIL on this e-tendering portal.
User id and password are unique to each bidder and the bidder shall use the same to
view/download/participate in all e-tenders of EIL. Bidders are required to change the password during their
first login into the system. There will be single user id permission for each bidder in the system for their
company/Organization.
Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid
well in time. Bidders should avoid the last hour rush to the website for registration of user id & password,
enabling of user id and mapping of digital signature serial number etc. since this exercise require activities
from EIL & M/s Antares System (Service Provider) and needs time. In the event of failure in bidders
connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid
submission. Due date extension request due to above reason may not be entertained.
EIL/EILs ASP will not be responsible for any delay/ non-availability of USER ID or Password or any last
minute request for enabling /resetting the same by the Bidders.
The bidder should familiarize themselves with the e-tendering system and understood all formalities related
to e-tendering including log-in, system settings, downloading & uploading procedures. The contact details
of the concerned representatives from ASP and other helpdesk no.
Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their user-id, password
and digital signature.
However, the open tenders can be viewed/ downloaded from the link tender free view provided on the
home page the website, without being log-in into the system.
4) DIGITAL SIGNATURE
Bidders cannot submit e-bids without having valid Digital Signature. The Digital Signature shall be issued by
C.A. (Certifying Authority) in India, in the name of a person authorized for E- Tendering on behalf of his
Company.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM CERTIFYING AUTHORITIES
IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT
ACCEPTABLE.
Note: In terms of Indian I.T Act 2000, only a digitally signed document will be considered as a valid signed
document.
Bidders are required to submit the Bid Document Fee, EMD (in the prescribed format), Integrity Pact, as
required as per RFQ in original as per the manner prescribed in the RFQ/ Bidding Document at the time of
bid submission in sealed envelope. However, bidders are required to upload the scanned copy of both Bid
Document fee as well as EMD on E- Tendering website along with the e-bid.
In case the bidder fails to submit the above in original physical form within the final bid due date & time,
his bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a
copy of the same was earlier uploaded by the bidder.
Any bidder intends to modify their bid they should use MODIFY instead of WITHDRAW.
Caution : ONCE BID IS WITHDRAWN BY THE BIDDER WILLINGLY OR UNWILLINGLY , SYSTEM WILL
NOT ALLOW THEM TO RESUBMIT THEIR BID.
6) SUBMISSION OF BID :
Bidders are required to upload the bid along with all supporting documents & Priced part on the E-
Tendering website (www.tenderwizard.com/eil) only. However, documents required to be submitted
physically, viz., Bid Document Fee, EMD, etc., need to be submitted in a sealed envelope as per the
provisions of RFQ/ Bidding Document.
Bidders shall ensure that all the required documents are uploaded in time and failure to upload the same
before bid submission date & time is the sole responsibility of bidder. Under no circumstances, EIL shall
entertain any request for acceptance of bid documents in physical form or any other form, which are
required to be uploaded on E- Tendering Website.
Also bidders are suggested to check the uploaded documents to verify the uploaded documents are
opening correctly or not by clicking on the download link.
Bidders can submit their Bids on-line only after digitally signing the bid/documents with the Digital
Signatures used for log-in.
The Authenticity of above digital signatures may be verified through authorized CA after bid opening and in
case the digital signature is not authorized/valid, the bid will be rejected. Bidder shall be responsible for
ensuring the validity of digital signatures and proper usage of the same by responsible persons.
No Late Bids after due date & time shall be permitted in E-Tendering website. The system time (IST) being
displayed on the E-Tendering website shall be final and binding on bidder and bids have to be submitted by
bidders considering this time only and not the time as per their location / country. Bidder who intends to
change the bid already submitted may change/revise the same on or before the closing date & time of bid
submission.
No Manual Bids shall be permitted. The offers submitted through E-tendering website shall only be
considered for evaluation.
Note:
i. Bidders are advised in their own interest to ensure that bids are uploaded in E- tendering website
well before the closing date and time of bid submission.
ii. No bid can be modified after the dead line for submission of bids.
iii. EIL shall not be responsible for any failure on the part of the bidder to follow the instructions.
iv. Inadvertently, if a document is uploaded in E- tendering website by the bidders, such document
can be deleted/detach by the Bidder and a new/modified document can be uploaded digitally
signed within the bid due date & time.
v. Bidders are requested to upload small sized documents preferably (upto 5 MB) at a time to
facilitate easy uploading into E- Tendering website. EIL does not take any responsibility in case of
failure of the bidder to upload the documents within specified time of Bid submission. Bidder can
upload any number of documents each below 5 MB in size.
vi. Wherever, the bidders are asked to upload the required document in Mandatory folders, the
bidders must upload the required document only in the Mandatory folders and other documents
can be attached in general documents section.
vii. Any bidder intends to modify their bid they should use MODIFY instead of WITHDRAW.
viii. Caution : ONCE BID IS WITHDRAWN BY THE BIDDER WILLINGLY OR UNWILLINGLY , SYSTEM
WILL NOT ALLOW THEM TO RESUBMIT THEIR BID.
7) OPENING OF BIDS:
The unpriced bids shall be opened online, at the specified date and time given in the RFQ document or
extended otherwise. The price bids shall also be opened online on the date & time which will be informed
to all the techno-commercially qualified/ acceptable bidders in advance.
The bidders who have submitted their bid will be able to view online the name & status of all the bidders at
their respective windows, after unpriced bid opening by buyer. Similarly, the techno-commercially
acceptable bidders will be able to view online the price sheets of other techno-commercially acceptable
bidders (who qualify for the price bid only) at their respective windows, after priced bid opening by buyer.
Wherever the composite bids are invited, the composite bids shall be opened accordingly.
System does not allow for submission of bids beyond the deadline for bid submission. The system time
displayed on EILs ASP E-Tendering website shall be final and binding on the bidders for all purposes
pertaining to various events of the subject RFQ/ Bidding Document and no other time shall be taken into
cognizance.
9) GENERAL
i. The bidders may quote from their own offices/ place of their choice. Internet connectivity shall be
ensured by bidders on its own.
ii. Bidders agree to non-disclosure of trade information regarding the purchase, identity of EIL, bid
process, bid technology, bid documentation and bid details.
iii. EIL shall not have any liability to bidders for any interruption or delay in access to the site
irrespective of the cause.
iv. EIL shall not be responsible for any indirect / consequential losses / damages, including but not
limited to systems problems, inability to use the system, loss of electronic information, etc.
v. EIL decision on award of Contract shall be final and binding on all the Bidders.
vi. EIL reserves the right to prescribe different Security Devices for accessing and/or using E-
Tendering System or any part thereof, including but not limited to prescribing different Security
Device(s) for accessing and/or using different parts of E-Tendering System.
vii. EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders and its
representatives as well as any combination and/or sequence of letters and/or numerals for the
password(s) and Login ID(s).
viii. The actions, failures, omissions and defaults of the bidder's representative(s) shall be construed
and be given legal effect as if they are the actions, failures, omissions and defaults of the bidder
and the bidder shall be fully responsible for all such matters.
ix. The bidder shall bear all costs and expenses in relation to its access and use of E-Tendering
System, including but not limited to the costs and expenses incurred in ensuring its continued
access and use of E-Tendering System.
x. EIL shall not be responsible or held liable under these Terms and Conditions for any loss or
damage that is caused to any party due to use or misuse of the E-Tendering System or breach, by
any party, of the Terms and Conditions mentioned herein.
xi. All Clarification/ correspondences including enabling of user ids, password re-set request, mapping
of DC details, etc, if any, will only be entertained from 0900 Hrs. (IST) to 1600 Hrs. (IST) only,
during the office working hours.
Contact Persons:
1. Mr. Santosh Srivastava
Contact no: 08800591739
Email: santoshkumar.s@antaressystems.com
2. Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com
Page 1 of 1
Page 17 of 674
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT
1. We hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other conditions whatsoever of the RFQ
documents and Amendment/ Addendum to the RFQ Documents, if any, for subject work
issued by Engineers India Limited.
2. We hereby further confirm that any terms and conditions other than required, if mentioned in our
bid, shall not be recognised and shall be treated as null and void.
3. Compliance to requirement Of PAN No. , Tax Residency Certificate(TRC) & Form No.10F
(APPLICABLE FOR FOREIGN SUPPLIERS ONLY)
In compliance to clause # 23.(e) of RFQ covering letter above, We hereby confirm to furnish the
following information in case his receipts are subject to tax deduction at source in India :
(i) PAN No.
(ii) Tax Residency Certificate (TRC)
(iii) Form 10F
The above information shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier. Failing submission of the above information, any additional tax
liability on purchaser, will be deducted from the payment due to the supplier.
Page 1 of 1
Page 18 of 674
Page 19 of 674
Page 20 of 674
Page 21 of 674
ANNEXURE A DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)
Particulars required for Tax Residency Certificate (TRC) & Form 10F
TRC containing prescribed particulars from the Government of foreign country is required to
be submitted in order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and consequently the
higher rate of withholding tax @25% will be applicable and deducted from the payment made
to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified
by the Government of the country of which the assessee claims to be a resident for the
purposes of tax.
TRC obtained by the Non-resident from Government of foreign country shall contain the
following particulars:
2. Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (enclosed). Form 10F has to be signed & verified by the assessee
himself.
If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information
is already contained in TRC.
Page 1 of 2
Page 22 of 674
ANNEXURE A DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)
2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of. (name of country or specified territory outside India)
Signature: ..........................................
Name: .........................................
Address: ..........................................
Permanent Account Number: ...............................................
Verification
I ......................................... do hereby declare that to the best of my knowledge and belief what is stated above is
correct complete and is truly stated.
Verified today the............................................. day of .............................
Page 2 of 2
Page 23 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 1
1 PAYMENT TERMS
1.1.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data
requirement (VDR) specified in the MR:
- 90% against despatch documents directly to EIL on pro-rata basis together
with full taxes, duties and transportation charges and on submission of
Performance Bank Guarantee valid for the 3 (Three) Months beyond
guarantee period.
- 10% on receipt and acceptance of last consignment of materials at site and
and on submission of E1/E2 Form (wherever applicable).
(ii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (Without site work):
- 5% against approval of drawings, wherever required (identified in
Purchase Requisition) at least in Code-2 and manufacturing Schedule.
.
- 80% (85% in cases where drawing approval is not required) against
despatch documents directly to EIL on prorate basis together with full
taxes, duties and transportation charges and on submission of Performance
Bank Guarantee valid for the 3 (Three) Months beyond guarantee period.
(iii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (With site work)
- 5% against approval of drawings, wherever required (identified in
Purchase Requisition) at least in Code-2 and manufacturing Schedule.
Page 24 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 2
Note: In case site is not available upto 6 (Six) months after receipt of all
supplies at site, the last 10% payment shall be released against submission
of additional Bank Guarantee of equivalent amount valid for 1 (One) year or
such extended period as may required.
(iv) Where the MR is for Packages (with significant Bought out item) and
calls for Vendor Data requirement: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase
Requisition), in at least Code-2 and manufacturing schedule.
-10% against placement of sub-order for specified major raw material (to be
identified by PEM and PM before issue of enquiry) against submission of
equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with
full taxes, duties and transportation charges and on submission of
Performance Bank Guarantee valid for the 3 (Three) Months beyond
guarantee period.
(v) Where the MR is for Packages (with significant Bought out item) and
calls for Vendor Data requirement: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase
Requisition), in at least Code-2 and manufacturing schedule.
.
-10% against placement of sub-order for specified major raw material (to be
identified by PEM and PM before issue of enquiry) against submission of
equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with
full taxes, duties and transportation charges and on submission of Performance
Bank Guarantee valid for the 3 (Three) Months beyond guarantee period and
on submission of Performance Bank Guarantee valid for the 3 (Three) Months
beyond guarantee period.
Page 25 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 3
Note: In case site is not available up to 6 (Six) months after receipt of all
supplies at site, the last 10% payment shall be released against submission
of additional Bank Guarantee of equivalent amount valid for 1 (One) year or
such extended period as may required.
- 15% against receipt and identification of specified major raw materials and
against submission of equivalent BG.
- 65% against dispatch documents directly to EIL on prorate basis together
with full taxes, duties and transportation charges and on submission of
Performance Bank Guarantee valid for 3 months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in
requisite number of copies/sets/CDs as per VDR specified in Purchase
Requisition.
- 10% on receipt and acceptance of goods/ materials at Site on submission of
E1/E2 Form (wherever applicable).
Major Raw Material for payment against receipt & identification of raw
materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
- 15% against receipt and identification of specified major raw materials and
against submission of equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with
full taxes, duties and transportation charges and on submission of Performance
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 26 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 4
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at
site, the last 10% payment shall be released against submission of additional Bank
Guarantee of equivalent amount valid for 1 (One) year or such extended period as
may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers: Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
- 15% after receipt of identified raw materials at fabrication yard and against
certification by TPIA against Hypothecation Bond.
- 20% after receipt of tax invoice along with taxes & duties and after submission of
final technical documentation and drawings as per Purchase Requisition and on
transportation of completed column from fabrication yard/ assembly yard to
erection site, delivery of column up to equipment foundation and handing over
to Engineer-in-charge at site.
Terms of Delivery shall be delivery of column up to equipment foundation and
handing over to Engineer-in-charge at site.
Page 27 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 5
- 90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER,
as per Purchase Requisition.
(ii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase
Requisition) in at least in Code-2 & manufacturing schedule through Wire
Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping
documents through irrevocable Letter of Credit .
(iii) Where the MR is for supply of materials and calls for Vendor Data
requirement: (With site work)
Page 28 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 6
Note: In case site is not available upto 6 (Six) months after receipt of all supplies
at site, the last 10% payment shall be released against submission of additional
Bank Guarantee of equivalent amount valid for 1 (One) year or such extended
period as may required.
(iv) Where the MR is for Packages (with significant Boughtout item) and
calls for Vendor Data Requirement: (Without site work)
- 10% against placement of sub orders for specified major raw materials, against
submission of equivalent bank guarantee through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item)
and calls for Vendor Data Requirement: (With site work)
- 10% against placement of sub orders for specified major raw materials, against
submission of equivalent bank guarantee through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 29 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 7
supplies at site, the last 10% payment shall be released against submission
of additional Bank Guarantee of equivalent amount valid for 1 (One) year or
such extended period as may required.
- 15% against receipt and identification of specified major raw materials against
submission of equivalent BG through wire transfer.
- 75% (80% in cases where drawing approval is not required) against shipping
documents through irrevocable Letter of Credit.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
- 15% against receipt and identification of specified major raw materials against
submission of equivalent BG through wire transfer.
- 65% (70% in cases where drawing approval is not required) against shipping
documents through irrevocable Letter of Credit.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at
site, the last 10% payment shall be released against submission of additional Bank
Guarantee of equivalent amount valid for 1 (One) year or such extended period as
may required.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 30 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 8
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
1.2.5 Training:
- 100% through Wire Transfer on successful completion of Training duly
certified by PURCHASER, as per Purchase Requisition (PR).
Page 31 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 9
2 TERMS OF DELIVERY
2.1 INDIGENIOUS ENQUIRIES: Terms of delivery are FOT Project site on freight
prepaid & door delivery basis. The date of receipt of material at site shall be
considered as the date of delivery.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 32 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 10
2.2 FOREIGN ENQUIRIES: Terms of delivery are FOB international sea port of exit
basis. The Date of On Board Bill of Lading shall be considered as date of
Delivery.
2.3 GLOBAL ENQUIRIES:
2.3.1 For Indigenous Suppliers: Terms of delivery are FOT Despatch point on
freight to pay basis. The date of LR/GR shall be considered as the date of delivery.
2.3.2 For Foreign Suppliers: Terms of delivery are FOB international sea port of
exit basis. The Date of On Board Bill of Lading shall be considered as date of
Delivery.
3 TRANSPORTATION
Page 33 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 11
In case of MRs containing supplies as well site work, a single order, covering the
supply part as well site work, shall be placed. Split ordering will not be permitted.
In case, a foreign SUPPLIER requests for a separate order on his Indian sub-
SUPPLIER, the same shall not be accepted. However, payment to Indian sub-
SUPPLIER shall be released directly in Indian Rupees against invoices duly
certified by the Foreign SUPPLIER.
For this purpose, the Indian sub-SUPPLIERs name, material and corresponding
price in Indian Rupees, shall be clearly spelt out in the purchase order on foreign
SUPPLIER.. In case a Foreign supplier sources supplies/ services within India, the
applicable terms & conditions shall be modified to the extent as per Annexure-1
enclosed.
7 GUARANTEE PERIOD
GUARANTEE PERIOD:
For all items having CDD up to Dec 2014 :
18 Months from the date of successful Commissioning or 36 Months from the
date of shipment, whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the
date of shipment, whichever is earlier.
Page 34 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 12
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.
9 INDIAN TAXES/DUTIES
9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished
goods/services supplied directly to PURCHASER. The excluded taxes/duties
shall be payable extra at actuals against documentary evidence. Where
Purchase Order includes supply and site work, Purchase Order will be divided
into supply and service portion separately , no VAT on work contracts is
envisaged, however VAT on work contract on site work portion if applicable
shall be included in the bidders quoted price & no statuary variation is payable
on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a
later date, same shall be payable extra at actual on production of necessary
Documentary evidence. Road permit shall be issued to supplier by CPCL for
material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished
goods shall be released on receipt of CENVATABLE ( Duplicate Copy of
Excise Invoice) /VATTABLE copy of corresponding invoice and documents
valid for availing CENVAT / VAT credit.
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on
sale of finished goods). PURCHASER will not issue any concessional form for
TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable
rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax
(excluding service tax on freight) & the same shall not be considered for
comparison purpose.
9.7 Indigenous SUPPLIERs shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on C form no. provided by
PURCHASER. PURCHASER will provide original C form in exchange of
original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty,
and VAT amount for which input tax credit is available to the OWNER under
TNVAT Act subject to SUPPLIER producing documentary evidence for the
above . Statutory Variations are eligible on CST also.
Statutory variations on non-cenvatable excise duty and VAT amount for which
input tax credit is not available to the OWNER/PURCHASER under TN VAT
Act shall be to SUPPLIERs account.
9.9 All non-cenvatable /non-vattable taxes/duties shall be considered for
evaluation.
9.10 All new taxes/duties/cess/levies notified after the last date of submission of
final price bid/price implication, but within contractual delivery /completion
period, shall be to EILs account. These shall be reimbursed against
documentary evidence.
However, in case of delay on account of supplier, any new or additional taxes
and duties imposed after contractual delivery shall be to suppliers account.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 35 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 13
13 INSPECTION
All items shall be inspected by a Third Party Inspection agency as follows:
13.1 INDIGENOUS BIDDERs: CEIL shall be appointed as Third Party Inspection
for the indigenous materials & accordingly the charges for the same shall be borne
by EIL. The quoted price of Bidder shall be exclusive of TPI charges.
13.2 FOREIGN BIDDERs: The quoted price shall be inclusive of TPI charges
(out of M/s.Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and
M/s.TUV Nord)
Suppliers will be informed the following:
a) QAP will be approved by Third Party Inspection agency incorporating
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 36 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 14
Page 37 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 15
Page 38 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 16
The evaluated price of foreign BIDDERs shall be on the basis of landed cost
at Site, including the following:
(i) Evaluation shall be done as per clause 16.2 above plus marine
insurance @ 1% of FOB Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry
(CHENNAI) to CPCL project site) charges @ 3% of CIF value including
L/C Charges, i.e., S. No. (i) plus (ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..
16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. However, if a
SUPPLIER 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 at the time of evaluation of
Bids.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included
stowage charges, the same shall be loaded @ 10% of BIDDERs quoted
Ocean Freight.
17 LOADING/REJECTION CRITERIA
10% for differential period : 10% * differential period /total period ,i.e,
(guarantee period + claim period)
Page 39 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 17
NOTE: TOV Total Order Value (FOT Despatch Pt. Price); DOV Delayed Order
Value (FOT Despatch Pt. Price).
Page 40 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 18
PLR+ 2% per annum (simple interest) for the relevant period as under:
(i) Advance against FOA / PO : 100% of the delivery period
(ii) Drawing approval : 80% of the delivery period
(iii) Order on sub Vendors : 75% of the delivery period
(iv) Receipt of raw material at Vendors works : 50% of the delivery period
(v) %age payment against dispatch : Interest for Three month
Documents instead receipt & acceptance
at Site (Specified in RFQ)
(vi) % age payment against dispatch : Interest for One month
document instead of Final document
as per Purchase Requisition
(Specified in RFQ)
PBG shall be required along with the Dispatch documents, in cases where there is
no further milestone payment of 10% or more left.
17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE
PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for
rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL
EQUIPMENTS) :
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6
MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded
@ 1/2% per week up to a maximum of four (4) weeks. In case, a SUPPLIER
quotes delivery longer than four (4) weeks from required, the bid shall be
rejected. One (1) month shall be construed as equal to four (4) weeks for the
purpose of such evaluation.
Page 41 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 19
18 INVOICING INSTRUCTIONS
For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on
the invoices and bill of lading issued by the foreign supplier shall be in the name of
CPCL.
For Indigenous Goods, the invoices shall be billed to EIL a/c CPCL. However , the
consignee in the tax invoices shall be CPCL a/c EIL to avail input credit of Excise
duty by CPCL
Page 42 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 1
Annexure I
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as
per Material Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of
the RFQ shall stand modified to the following extent:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding
charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on
Indian sub-suppliers. Purchaser shall issue C form for Concessional rate of Central sales
tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax &
Terminal Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by
EIL on submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched
on door delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on
Foreign supplier and Indian sub-supplier / sub-contractor is not acceptable. Single
Purchase order shall be issued on the Foreign principal clearly indicating the sub-
suppliers / sub-contractors name, material and corresponding price in Indian Rupees.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery
period for Foreign bidder as per Terms of RFQ/Bidding document.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
90% through E-Payment with taxes and duties will be paid against receipt of Indian
sourced goods/material at project site.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 43 of 674
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
[ CPCL LSTK ] 12.09.2013
Page 2
6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment
out of payment against shipping documents through L/c shall be released after receipt
on delivery of main equipments by Foreign principal as well as Indian supplies at site as
per Terms of bidding document through wire transfer.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
Page 44 of 674
AppendixAtoITB
TermsandconditionsforReverseAuction
1 Owner / Purchaser reserves the right to go in for reverse auction among the
technically and commercially acceptable bidders. The decision to conduct reverse
auctionornot,willbeconveyedtoshortlistedbidderspriortoopeningofpricebid.
Inviewofthis,thebiddersmustquotemostcompetitivepricesinthefirstinstance
itself.
2 OncethedecisiontoconductReverseAuctionisconveyedtothebidders,itwillbe
mandatory for the bidders to participate in Reverse Auction, failing which, the
bidder shall be liable for punitive action including but not limited to rejection of
offer,encashmentofbidsecurity,whereverapplicable,etc.Forthispurpose,even
logintothesystemshallbeconstruedasparticipation.
3 ScheduleforReverseAuction
The Reverse Auction shall be scheduled for a duration of two hours. If a bidder
placesaBidinthelast5minutesofscheduledclosingtimeoftheAuction,the
Auctiontimeshallgetextendedautomaticallyforanother5minutesfromthetime
ofthelastBidplaced.Incase,thereisnoBidinthelast5minutesofclosingofthe
Auction,theAuctionshallbeclosedautomaticallywithoutanyextension.
Theaboveprovisionshallapplytothebidsinextendedtimealso.
4 Auctionprocess
- EachBiddershallbeassignedaUniqueUserName&Password.TheBiddersare
requestedtochangethePasswordandedittheinformationintheRegistration
Page after the receipt of initial Password. All bids using the Login ID given to
thebidderwillbedeemedtohavebeensubmittedbythebidders.Duringthe
auction,bidderswillbereferredbyproxynamesasB1,B2, B3, etc.andidentity
willnotbedisclosed.
- The Reverse Auction shall be conducted based on the lowest evaluated price
out of all the technocommercially acceptable bidders, based on the prices
submittedalongwiththebid,astheopeningprice.TheBiddershallbeableto
bid lower than the opening price in multiples of the decrement, but a Bidder
mustalwaysbidlowerthantheLowestBid.
- Onlyonebiddershallbeataparticularposition/rank,whichmeansonlyone
L1.
Page 1 of 4
Page 45 of 674
- The Bidder shall be able to view the following on his screen along with the
necessaryfields:
i) OpeningPrice.
ii) LeadingBidintheAuction,i.e.,thelowestbid.
iii) Bidplacedbyhim.
At no point of time will any bidder see the names of other bidders, or the
pricesofbiddersotherthanthelowestbid.
- A bidder can continue to revise his bid till the auction ends. However, the
Biddercannotquote/BidequaltotheLeading/LowestBid.Hemustalways
quotelowerthantheLeading/LowestBid.
- The evaluation criteria is based on Price alone. The Bidder who quotes the
lowestevaluatedPriceisdeterminedasthelowestbidder.
- However,ifReverseAuctiondoesnotleadtoanybid,EILshallreservetheright
toawardthejobbasedonthelowestpricesquotedinsealedenvelope.
- Apartfromtheparticipatingbidders,theReverseAuctionshallbevisible,while
in progress to authorized officials of Owner / Purchaser, who are monitoring
theprocess.
5 BidPrice
The price shall be based on the scope, technical specifications and commercial
terms & conditions and other part of Bidding document agreed upto the date of
reverseauction.
TheOpeningPriceandtheBidDecrementshallbedisplayedontheauctionsiteat
the start of the auction. However, the bidders shall be able to view the auction
details,generally,15to30minutesbeforethestartofactualauction.
6 BidDecrement
Shallbe0.1%oftheOpeningPrice.Thebiddertolowerthebidinmultiplesofthe
biddecrement.
7 BiddingCurrency
BiddingwillbeconductedinIndianRupees(INR).
Page 2 of 4
Page 46 of 674
8 BidValidity
The Bid Price submitted in the reverse auction shall be firm and valid for
acceptanceforaperiodof15daysfromthedateofreverseauctionandshallnotbe
subjecttoanychangewhatsoever.
9 Bidsonceplaced,bindingontheBidder
Thebidofthebidderwillbetakentobeanoffertosell.Bidsoncesubmittedby
thebiddercannotbecancelled.Thebidderisboundtosellthematerial/servicesat
thepricethattheybid.Shouldanybidderbackoutandnotaccepttheorderasper
theratesquoted,Owner/Purchaserreservestherighttotakeactionasconsidered
appropriate, including encashment of bid security and placement on Holiday /
Negativelistetc.
10 LowestbidofaBidder
Duringtheprocessofreverseauction,thebiddermaysubmitseveralbids.Incase
the bidder submits such multiple bids, the lowest bid will be considered as the
biddersfinaloffertosell.
11 Submissionoffinalpricesbysuccessfulbidder
Successful bidder shall be required to submit the final prices, quoted during the
Reverse Auction in an appropriate format within two days of the completion of
AuctiontoEIL,dulysignedandstampedastokenofacceptancewithoutanynew
condition.However,incasethereverseauctionisforapackage,within2working
daysaftercompletionoftheonlineeventofReverseAuction,thesuccessfulbidder
would submit their cost break down as per the price format for the final price
arrivedatafterreverseauction.
12 General
- The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall have to be ensured by each agency on its own. In extreme
caseoffailureofinternetconnectivity,(duetounforeseencircumstancesother
thanpowerfailure),communicationshallhavetobesentbyfax/Email/phone
immediately.Owner/Purchasershallextendthebiddingtime,insuchacase,
appropriately(generallybyhalfanhour)butnotmorethanonceperbidder.
- The Bidder, himself or any of his representatives, shall not involve in Price
manipulation of any kind directly or indirectly by communicating with other
bidder.
Page 3 of 4
Page 47 of 674
- The Bidder shall not divulge either his Bids or any other exclusive details of
Owner/Purchasertoanyotherparty.
- Bidders agree to nondisclosure of trade information regarding the purchase,
identityofEIL,bidprocess,bidtechnology,biddocumentationandbiddetails.
- Owner/Purchasercandecidetoextend,rescheduleorcancelanyAuction.No
biddercanclaimanykindofcompensationonaccountofthesame.
- Owner/PurchasershallnothaveanyliabilitytoBiddersforanyinterruptionor
delayinaccesstothesiteirrespectiveofthecause.
- Owner / Purchaser shall not be responsible for any direct / indirect /
consequential losses / damages, on account of systems problems, inability to
usethesystem,lossofelectronicinformationetc.
- Owner / Purchaser shall be at liberty to cancel the reverse auction process /
tenderatanytime,beforeordering,withoutassigninganyreason.
- Owner/PurchasersdecisiononawardofContractshallbefinalandbindingon
alltheBidders.
Page 4 of 4
Page 48 of 674
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT COKER BLOCK OF CPCL, CHENNAI
PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
BIDDERs NAME : M/s._____________________________________________________________________________
RFQ No.: ________________________________________________________________________________________
Bidders Offer Ref. No. :____________________________________________________________________________
Tel No. : ____________________________________ Fax No.:_____________________________________________
Contact Person :________________________E-Mail:______________________Mobile No:_____________________
1. Duly signed & stamped copies of this pre-filled Questionnaire shall be enclosed with each and every set of
bidders unpriced quotation.
2. Failure on the part of bidder in not returning this duly filled-up Questionnaire with all the sets of unpriced
quotation and/or submitting incomplete replies may lead to rejection of bidders quotation.
Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE I)
Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail INPUT CREDIT for the same.
Page 49 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However,
for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT
c) Confirmed
shall be reimbursed to bidder subject to submission of requisite
documents enabling EIL/IOCL to avail INPUT CREDIT for the same.
Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on C form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original C form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EILs
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIERs
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to suppliers Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.
Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Page 50 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I)
Charges, if applicable as per MR.
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Entry Tax and Octroi:
Entry Tax / Octroi and Terminal Taxes are presently not applicable. If
8 a) applicable at a later date, same shall be payable extra at actual on Confirmed
production of necessary Documents/Invoices and information. Confirm
Compliance.
All new taxes/duties/cess/levies notified after the last date of submission
of final price bid/price implication, but within contractual delivery
/completion period, shall be to EILs account. These shall be reimbursed
a) against documentary evidence. Confirmed
9 However, in case of delay on account of supplier, any new or additional
taxes and duties imposed after contractual delivery shall be to suppliers
account. Confirm compliance.
Any errors of interpretation of applicability of taxes/duties by bidders shall
b) Confirmed
be to bidders account.
Price Reduction Schedule:
a) Acceptance of applicable Price Reduction Schedule for delayed delivery as Confirmed
10 specified in RFQ/SIB.
In case of delay in delivery, bills shall be submitted after deducting price
b) Confirmed
reduction for delay.
Delivery Period / Completion Period:
11 Please confirm delivery/completion period as specified in RFQ Covering Confirmed
Letter.
Payment Terms:
a) Confirmed
Acceptance of applicable Payment terms as specified in RFQ /SIB.
Payment shall be released through Electronic Clearing System (ECS).
12 Furnished
In view of this, confirm that necessary details such as name of bank, bank
b) account no. etc. as per Mandate Form enclosed with RFQ, has been
furnished duly attested by your bank alongwith a cancel cheque, along (Refer ANNEXURE II)
with your offer (as per Annexure-II to ATC) .
Part Order:
a) Confirmed
Acceptance of Part Order as per GPC (Indigenous).
13
Any charges quoted extra as lumpsum shall be applicable prorata on value
b) Confirmed
basis in the event of part order.
Repeat Order:
14 Confirmed
Acceptance of repeat order as per the clause specified in GPC (Indigenous).
Performance Bank Guarantee:
a) Submission of Performance Bank Guarantee for 10% of total order value as Confirmed
15 per General Purchase Conditions (GPC)/ Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be
b) Confirmed
considered.
Page 51 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
Guarantee :
16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed
Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ
Covering Letter.
Firmness of prices:
17 The prices shall be firm and fixed and not subject to any variation, Confirmed
whatsoever. However, in case of Cables, variation in prices shall be
admissible as per IEEMA Price Variation Clause.
CIF Value of Built in Import Content and Import Duties:
a) In case of any Built-in import content considered in your offer, details of Confirmed
items to be furnished in Annexure-I.
Confirm that quoted prices are based on Merit rate of Customs duty, CVD,
b) Confirmed
Educational Cess and SAD as applicable.
18
Quoted prices shall remain firm and fixed on account of FE variation and
c) Confirmed
Custom Duty Variation, till complete execution of the order.
d) EIL shall not provide any import license. Noted
Quoted prices are after considering the benefit of CENVAT on CVD
e) Confirmed
including Edu. Cess.
Testing charges:
19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed
Radiography/ NACE charges (if applicable) as per Material Requisition
attached.
Third Party Inspection charges:
a) Goods and services shall be subject to stagewise and final inspection by Confirmed
CEIL.
The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.
All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.
21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
Page 52 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) indigenous Confirmed
Instructions to Bidders / SIB Confirmed
Terms & Conditions for supervision of Erection, Testing & Confirmed
22
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
23
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Confirm the list, wherever required as per MR, has been submitted for
following :
a) Mandatory Spares (if specified in MR) Confirmed
b) Commissioning Spares (as included in main item) Confirmed
24
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance (if Confirmed
required)
e) First fill of consumables, lubricant, etc Confirmed
Confirm that you have quoted strictly for items based on your registration
25 Confirmed
/ approval with EIL on the date of issue of RFQ.
Furnish Annual Report containing Balance Sheet & Profit & Loss Statement
26 Enclosed
for last one (01) years along with your unpriced offer.
Confirm that net worth of your company (bidder) during the last financial
27 Confirmed
year is positive.
Whether any of the Directors of Bidder is a relative of any Director of EIL
or the Bidder is a firm in which any Director of EIL or his relative is a
28 No
partner of the Bidder or a private company in which any Director of EIL is a
Director.
Please confirm you have not been banned or delisted by any Government
29 or Quasi Government agencies or PSUs. If you have been banned, then this Confirmed
fact must be clearly stated.
Deviations to Terms & Conditions shall lead to loading of prices or
30 Confirmed
rejection of offer as per Instructions to Bidders. Please confirm.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
31 Confirmed
confirmations given above and terms & conditions mentioned elsewhere
in the offer, the confirmation given herein above shall prevail.
Page 53 of 674
ANNEXURE I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
NAME OF BIDDER : _______________________________________________________________________
OFFER REFERANCE: ________________________________________________ DATED ________________
RFQ NO.: _______________________________________________________________________________
ITEM : ________________________________________________________________________________
PROJECT : RESID UPGRADATION PROJECT COKER BLOCK OF CPCL, CHENNAI
16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.
Page 54 of 674
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)
MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for
receiving all our payments through Electronic Mechanism.
____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank
Banks Stamp
Page 55 of 674
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT COKER BLOCK OF CPCL, CHENNAI
PRE-FILLED AGREED TERMS & CONDITIONS (FOR IMPORTS)
BIDDERs NAME : M/s._____________________________________________________________________________
RFQ No.: ________________________________________________________________________________________
Bidders Offer Ref. No. :____________________________________________________________________________
Tel No. : ____________________________________ Fax No.:_____________________________________________
Contact Person :________________________E-Mail:______________________Mobile No:_____________________
1. Duly signed & stamped copies of this pre-filled Questionnaire shall be enclosed with each and every set of
bidders unpriced quotation.
2. Failure on the part of bidder in not returning this duly filled-up Questionnaire with all the sets of unpriced
quotation and/or submitting incomplete replies may lead to rejection of bidders quotation.
Please Confirm that Firm Ocean Freight charges up to Port of Entry in Confirmed
1. c)
India (Chennai) have been quoted in the Price Bid.
Validity of Ocean Freight shall be kept valid for a period one month
d) Confirmed
lesser to delivery Period.
EIL reserves to place order on FOB Port of Exit or on CFR Port of Entry
basis. In case, order is placed on FOB basis, EIL reserves the right to
e) Confirmed
convert the order on CFR Port of Entry basis 01 month prior to
Contractual Date of Delivery (CDD). Confirm acceptance.
Delivery Period:
2. Confirmed
Please confirm delivery/completion period as per RFQ/SIB.
Currency of Quote: Currency of quote is in USD. Change in currency
3. Confirmed
quoted / any other currency will not be allowed. Confirm Compliance.
Marine-cum-erection insurance (MCE policy):
Prices quoted must exclude marine insurance charges from FOB
4. International Port of Exit as the same shall be arranged by the
Confirmed
Purchaser. However, all transit insurance charges for inland transit upto
FOB International Port of Exit must be included in your prices.
Taxes & Duties:
a) All taxes, duties and levies of any kind payable upto FOB International Confirmed
Seaport of Exit basis shall be borne by you.
5.
Export permit/license if required shall be Bidders responsibility & any
b) expenditure towards the same will be borne by you. Confirm Confirmed
acceptance.
Testing charges:
6.
Confirm that quoted prices are inclusive of all testing including IBR/ IGC/
Radiography/ NACE charges (if applicable) as per Material Requisition Confirmed
attached.
Page 56 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
Third Party Inspection charges:
Goods and services shall be subject to stagewise and final inspection (as
7. a) required in the MR) by a third party inspection agency (out of Confirmed
M/s.Lloyds Register (Counry of origin), M/s.Bureau Veritas(BV) and
M/s.TUV Nord and the prices must be inclusive of the same.
Validity:
a) Confirmed
Confirm validity of offer shall be as per SIB / RFQ Covering Letter.
For 2 years O&M spares, prices shall be kept valid for a period of 2 years
8.
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
Indicated
9. Manufacturers name and address
(Refer Annexure-I)
Country of Origin: Indicated
10.
Country of origin from where the goods have been offered. (Refer Annexure-I)
Confirm documentation charges as per MR are inclusive in quoted
11. Confirmed
prices.
Confirm customer references list for the item/ model quoted by you, is
12. Confirmed
given in offer.
Confirm complete technical literature/catalogue are submitted along
13. Confirmed
with each copy of the offer.
Indicated
14. Indicate shipping weight (net and gross) & volume of the consignment.
(Refer Annexure-I)
Performance Bank Guarantee:
a)
Submission of Contract cum Performance Bank Guarantee (CPBG) for Confirmed
10% of total order value as per General Purchase Conditions (GPC) and
15.
Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of CPBG shall not be
b) Confirmed
considered.
Firmness of prices:
16. Confirm quoted prices shall remain firm and fixed till complete Confirmed
execution of order. However, in case of Cables, variation in prices shall
be admissible as per IEEMA Price Variation Clause.
Part Order:
a) Confirmed
Confirm acceptance to part order.
17.
In case of part order, confirm all lumpsum charges quoted extra if any
b) viz. Documentation, testing, third party, packing, crating, handling, FOB, Confirmed
IBR etc., can be considered on prorata value basis.
Repeat Order:
18. Confirm acceptance of repeat order as per the clause specified in GPC Confirmed
(Imports).
Price Reduction on delay in delivery:
19. a) Confirm acceptance of applicable Price Reduction Schedule for delayed Confirmed
delivery as per RFQ/SIB.
Page 57 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
In case of delay, bidder will reduce the invoice amount by applicable
b) Confirmed
reduction.
Payment Term:
20. Confirmed
Acceptance of applicable Payment terms as per RFQ/SIB.
Letter of Credit shall be opened through a Govt. of India Bank and hence
b) Confirmed
need not be confirmed. Confirm acceptance.
However, if you still insist for confirmed L/C, confirmation charges shall
21. c) Confirmed
be borne by you. Confirm acceptance.
It is noted that in the event of delays in delivery, payment shall be
d) released after making such price reduction from Sellers bills and Confirmed
relevant clause in this respect shall be inserted in L/C.
All Bank charges and stamp duties payable outside India in connection
with payments to be made under the Purchase Order, if placed, shall be
e) Confirmed
borne by you. All bank charges and stamp duties payable in India shall
be borne by the Purchaser. Confirm acceptance.
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) imports Confirmed
Instructions to Bidders Confirmed
Special Instruction of Bidders (SIB). Confirmed
22. Terms & Conditions for supervision of Erection, Testing & Confirmed
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Direct offer without the intermediary of an Indian Agent will only be
23. Confirmed
considered.
No correspondence with Indian Agent will be entertained. However, if
Indian Agent is involved, the bidder shall provide reason/ justification.
Further it should be ensured by bidder that the agents get themselves
registered with Reserve Bank of India (RBI). Payments to Indian Agent Confirmed
a)
shall only be remitted after getting proof of registration with RBI, New
Delhi. The payments to overseas suppliers (i.e. the principals) shall be
released through L/C after deducting the Indian agents commission
24. from the quoted prices. Confirm acceptance.
Indicate the name of the Indian Agent, with his full address and Indicated
b)
percentage of commission included in your offer. (Refer Annexure-I)
Indian Agent Commission will be paid directly by Purchaser to Indian
Agent in equivalent Indian Rupees (on conversion rate as applicable on
c) Confirmed
the date of payment to BIDDER) after satisfactory completion of the
order. Confirm acceptance.
Please indicate name and address of your Bankers for L/C opening, Indicated
25.
telephone/E-mail address. (Refer Annexure-I)
Page 58 of 674
S. No. DESCRIPTION BIDDERS CONFIRMATION
Confirm the list, wherever required as per MR, with item wise prices
have been submitted for following :
a) Mandatory Spares (if specified in MR) Confirmed
28.
b) Commissioning Spares (as included in main item) Confirmed
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
29.
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Furnish Annual Report containing Balance Sheet & Profit & Loss
30. Furnished
Statement of last one (01) year along with your unpriced offer:
Confirm that net worth of your company (bidder) during the last
31. Confirmed
financial year is positive.
Deviations to Terms & Conditions shall lead to loading/rejection of
32. Confirmed
prices as per Instructions to Bidders or rejection of offer.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
33. confirmations given above and terms & conditions mentioned Confirmed
elsewhere in the offer, the confirmation given herein above shall
prevail.
SEAL/ STAMP
Page 59 of 674
ANNEXURE I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR IMPORTS)
ITEM : ________________________________________________________________________________
WITH SEAL/STAMP
Page 60 of 674
ENGINEERS INDIA LIMITED
A133-01-GPC (Ind.)-R0
Page 61 of 674 Page 1 of 7
PART A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)
Contractual Delivery Date: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
Procurement co-coordinators /Managers: testing at any time prior to shipment and/or despatch
Purchasers authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
INSPECTORS: Inspectors Inspectors deputed / include the raw materials at manufacturers shop, at
authorized by Purchaser including Third Party fabricators shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.
CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Sellers expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspectors instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT or Register of Shipping and Industrial Services as may be
PMC or CONSULTANT shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
PROJECT MANAGEMENT CONSULTANT, PMC& lodging and boarding expenses will not be borne by the
CONSULTANT are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use
A133-01-GPC (Ind.)-R0
Page 62 of 674 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.
- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Sellers or his/its sub-Suppliers works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.
Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Clients Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Sellers responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Sellers Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturers mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institutions
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institutions under (i) above in respect to goods delivered.
A133-01-GPC (Ind.)-R0
Page 63 of 674 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchasers stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.
A133-01-GPC (Ind.)-R0
Page 64 of 674 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Sellers liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Venders agreed price, if any,
The financial settlement of Sellers Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller Delayed Delivery as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:
iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Sellers drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the
A133-01-GPC (Ind.)-R0
Page 65 of 674 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLERS DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Sellers performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.
The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Sellers shop and/or sub-
Suppliers shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of
A133-01-GPC (Ind.)-R0
Page 66 of 674 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLERS PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EILs personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLERS LIABILITIES construction thereof.
A133-01-GPC (Ind.)-R0
Page 67 of 674 Page 7 of 7
Page 68 of 674
Page 69 of 674
Page 70 of 674
Page 71 of 674
Page 72 of 674
Page 73 of 674
Page 74 of 674
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)
(For Indigenous Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi 110 066
Kind Att.: Head (LSTK-Finance)
RFQ NO.: _______________________
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter
called the Purchaser which expression shall include its successors and assigns having awarded
________________________________ work to M/s (Name) _______________________________________
(Constitution) ___________________________ (Address) _____________________________ (hereinafter referred
to as the Supplier which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms inter-alia, of the Purchasers Letter No. ______________________ dated
__________ hereinafter referred to as the Contract and the general purchase conditions of the purchaser and upon
the condition of Suppliers furnishing security for the Performance of the Suppliers obligations and/or discharge of the
Suppliers liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and
irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________
plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the
Purchaser may now or at any time have in relation to the Suppliers obligations liabilities under and/or in
connection with the said supply contract and the Purchaser shall have full authority to take recourse to or
reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part
of the Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing
the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Suppliers obligation and/or liabilities under or in
connection with the said supply contract and to vary the terms vis--vis the Supplier of the said supply
contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the
prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations
of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other
Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),
reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forbearance whatsoever
shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of prejudicing
rights of the Purchaser against the Bank.
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution,
or change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or
of the Purchaser.
Page 75 of 674
5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the
obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute
or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer,
Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever
by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the
Purchaser in terms hereof.
(a) The Banks liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In
figures) ______________________ (In words) ____________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)
thereof, if any; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months
period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person
authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the
Bank and to bind the Bank thereby.
Yours faithfully,
(Signature)
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Sellers Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 76 of 674
PROFORMA OF BANK GUARANTEE
ADVANCE (INDIGENOUS)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi 110 066
Attn.: Head (LSTK-Finance)
Project ______________________
RFQ No. _____________________
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called the Purchaser which
expression shall include its successors and assigns) has awarded M/s ____________________________________
(hereinafter called The Supplier which expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase
Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter
called The Contract which expression include all the amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called The Advance as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank
Guarantee as hereinafter appearing:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary
the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for
the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to
time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the
Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract
and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain
in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or all
the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,
matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the
Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any
time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the
Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser
(including relative to the advance) and notwithstanding that any such security shall at the time when claim is
made against the Bank or proceedings taken against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon
the bank as to the amount payable by the Bank to the Purchaser hereunder.
Page 77 of 674
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,
the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting
these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence of any
instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay or for any
cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding
the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment
to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the
Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies
under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier
extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Purchasers statement that the Supplier is unable to complete supplies under the contract shall
be conclusive and final binding on us.
(a) The Banks liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim
period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the
Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of
the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Sellers Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 78 of 674
ENGINEERS INDIA LIMITED
INDEX
1. DEFINITIONS:
The following expressions used in these General Purchase Conditions (GPC) and the Purchase Order shall have the
meaning indicated against each of them:
PURCHASER/ OWNER: The Purchaser means Engineers India Limited a company incorporated in India having its
registered office at Engineers India Bhawan, 1, Bhikaiji Cama Place, RK Puram, New Delhi-110066, India and shall
include its successors and assignees.
GOODS/MATERIALS: Goods and/or materials shall mean any of the articles, materials, Machinery, Equipments,
Supplies, drawing, data and other property and all services including but not limited to design, delivery, installation,
inspection, testing and commissioning specified or required to complete the order.
SELLER: Seller shall mean the Person, firm or Corporation to whom the Fax of Acceptance / Purchase Order is issued.
INSPECTORS: Inspectors deputed / authorized by Purchaser including Third Party Inspection Agency.
PROJECT: Coker Block of Resid Upgradation Project at Manali Refinery of Chennai Petroleum Corporation Limited.
PMC: PROJECT MANAGEMENT CONSULTANT or PMC or CONSULTANT shall mean any person(s) nominated
by the OWNER as the Project Management Consultant for the Project. The words PROJECT MANAGEMENT
CONSULTANT, PMC& CONSULTANT are synonymous. M/s Jacobs Engineering India Private Limited is the PMC for
this Project.
Purchase Order / Purchase Requisition number must appear on correspondence, drawings, invoices, shipping notes,
packing and on any document or paper connected with the Order.
4. CONFIRMATION OF ORDER:
The Seller shall acknowledge the Fax / Letter of Acceptance (FOA/LOA) / Purchase Order within seven days following
the date of FOA / Purchase Order and shall there by confirm acceptance of FOA(LOA) / Purchase Order without any
exception. This acknowledgment will be on FOA (LOA)/ Purchase Order and General Purchase Conditions. Seller shall
also submit along with order acceptance a Contract cum Bank Guarantee as per Clause 22 hereunder.
5. SALES CONDITIONS:
With Sellers acceptance of provisions of the Purchase Order he waives and considers as cancelled any of his general
sales conditions.
6. COMPLETE AGREEMENT:
The terms and conditions of the Purchase Order constitute the entire Agreement between the parties hereto. Changes
will be binding only if the amendments are made in writing and signed by an authorized representative of the Purchaser.
7. INSPECTION-CHECKING-TESTING:
The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at any
time prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at site. Inspectors
shall have the right to carry out the inspection and testing which will include the raw materials at manufacturers shop, at
fabricators shop and at the time of actual despatch before and after completion of packing.
7.1 All tests, mechanical and others and particularly those required by relevant codes will be performed at the Sellers
expenses and in accordance with Inspectors instructions. The Seller will also bear the expenses concerning preparation
and rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by Lloyds Register of
Shipping as may be required.
A133-02-GPC (Imp.)-R0
Page 80 of 674 Page 2 of 6
7.2 Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by Inspectors who
are authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection
fail to comply with the specification, codes and testing requirements.
- Inform Purchaser at least two weeks in advance of the exact place, date and time of rendering the equipment or
materials for required inspection.
- Provide free access to Inspectors during normal working hours to Sellers or his/its sub-Sellers works and place
at their disposal all useful means of performing, checking, marking, testing, inspection and final stamping with
prior intimation.
7.4 Even if the inspection and tests are fully carried out, Seller is not absolved to any degree from his responsibilities to
ensure that all equipments and materials supplied comply strictly with requirements as per agreement both during
manufacturing, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period
as stipulated in Clause 22 hereof.
7.5 The Sellers responsibility will not be lessened to any degree due to any comments made by Purchaser/Purchasers
representative and Inspectors on the Sellers drawings or specifications or by inspectors witnessing any chemical or
physical tests. In any case, the equipment must be in strict accordance with the Purchase Order and/or its attachments
failing which the Purchaser shall have the right to reject the goods and hold the Seller liable for non-performance of
contract.
8. EXPEDITING:
Purchaser/Purchasers representatives shall expedite both manufacture and shipment of equipment and materials
covered by the Purchase Order. The Purchaser/Purchasers representatives shall have free access to Sellers shop
and/or sub-Sellers shop at any time and they shall be provided all the necessary assistance and information to help
them perform their job.
The first filling of oils and lubricants, if any, required for every equipment shall be supplied inline with MR. The Seller shall
also recommend the quality and quantity of oils and lubricants required for one years continuous operation.
The Seller must furnish item-wised priced list of spare part(s) required for two years normal operation and maintenance
of the equipment.
The Seller shall provide the necessary cross - sectional drawings to identify the spare part(s) numbers and their location
as well as an interchangeability chart.
Time of delivery mentioned in the Purchase Order shall be the essence of the agreement and no variation shall be
permitted except with prior authorization in writing from the Purchaser. Goods should be delivered securely packed and
in good order and condition at the place and within the time specified in the Purchase Order for their delivery. By the time
of delivery, is meant the date on the Bill of Lading/Airway Bill at FOB Port of Exit.
The time and date of delivery of materials/ equipment as stipulated in the Purchase Order shall be deemed to be the
essence of the agreement. For any delay in delivery of equipment / materials or part thereof beyond the delivery date
stipulated, the Seller shall be liable to pay compensation as stipulated in the RFQ document.
Such compensation shall be paid by way of equivalent reduction in the Invoice value before presenting to Purchaser/
Bank for payment. This is without prejudice to Purchasers right of cancelling the purchase order wholly or in part for any
delay exceeding the period of maximum compensation and the Seller shall be liable to all consequences thereof. If the
delay in delivery is due to Force Majeure, the Purchaser shall be free to act in terms under Clause 13 of this text.
A133-02-GPC (Imp.)-R0
Page 81 of 674 Page 3 of 6
on natural calamities, wars and national strikes which have duration of more than seven consecutive calendar days and
Government Acts and other direct legislative enforcement are considered the causes of Force Majeure. The decision of
Purchaser shall be final and binding on Seller.
The Seller must advise the Purchaser by a registered letter duly certified by a local Chamber of Commerce or statutory
authorities, the beginning and the end of the delay immediately, but in no case later than within 10 days of the beginning
and end of each cause of Force Majeure condition as defined above.
The extension of time shall be the sole remedy of the Seller for any cause or event of delay and the Seller shall not be
entitled in addition to or in lieu of such extension to claim any damages or compensation for extended stay or otherwise
whether under the law governing contracts or quasi-contractor or any other relationship, and the Seller hereby waives
and disclaims any and all contrary rights.
In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and workmanship do
not comply with the specification and requirements, the Seller at his/its own expense and risk shall remove the same
within the time allowed by the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods in such a
manner as he may think appropriate, in the event the Seller fails to remove the rejected goods within the period as
aforesaid. All expenses incurred by the Purchaser for such disposal shall be to the account of the Seller. The freight
paid by the Purchaser, if any, on the inward journey of the rejected materials shall be reimbursed by the Seller .The
Seller will have to proceed with the replacement of that equipment or part of the equipment, if so required by the
Purchaser, without claiming any extra payment. The time taken for replacement in such event will not be added to the
contractual delivery period.
15. PRICE:
Unless otherwise agreed to in the terms of the Purchase Order, the price shall be Firm and not subject to escalation for
any reason whatsoever even though it might be necessary for the order execution to take longer than the delivery period
specified in the order.
Payment will be made by the Purchaser against an irrevocable Letter of Credit (L/C) against submission of despatch
documents (bill of lading or air way bill in case of air freight). L/C shall be opened through Government of Indias
Nationalised Bank and hence need not be confirmed. In case any bidder insists for confirmed L/C then the confirmation
charges shall be borne by the bidder. L/C shall be established within 45 days of receipt of acknowledgement of FOA/ PO
alongwith submission of required performance bank guarantee within 30 days of FOA/PO.
Seller hereby agrees to accept part order at Purchasers option without any limitation whatsoever and also accept repeat
order(s) during a period of 6 months from the date of original purchase order on same unit prices, terms and conditions.
Whenever any claim against the Seller for payment of sum(s) of money arises out of or under the contract, the Purchaser
shall be entitled to recover such sum(s) from any sum(s) then due or which at any time thereafter may become due from
the Seller under this or any other contract with the Purchaser including right to encash the PBG. In the event of
encashment of PBG the Seller shall re-store the same to its original amount and should this sum is not sufficient to cover
the recoverable amount, the Seller shall pay to the Purchaser on demand the balance remaining due.
19. MODIFICATIONS:
The Purchaser shall have the right to make technical changes or modification in the technical document/specifications
comprised in the Purchase Order. The Seller shall comply with such a written request or make alternative suggestion.
Any such changes or modifications shall be at the cost, if any, of the Purchaser. As soon as possible after receipt of the
written request for changes, the Seller shall furnish in writing to the Purchaser, an estimate of cost for the changes and
modifications / effect on the FOB delivery date. On receipt of Purchasers written authorization, the Seller shall promptly
proceed with the changes/modifications.
20. CANCELLATION:
The Purchaser reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the
contract wholly or in part in a written notice to the Seller if:
A133-02-GPC (Imp.)-R0
Page 82 of 674 Page 4 of 6
i) The Seller fails to comply with the terms of the Purchase Order
ii) The Seller fails to adhere to delivery schedule in progressing to manufacture or fails to deliver the goods on
time and/or replace the rejected goods promptly.
iv) The Seller makes a general assignment for the benefit of creditors.
Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the Purchase Order and matters
connected with it.
The Purchaser in that event will be entitled to procure the material in the open market and recover excess payment over
the Sellers agreed price, if any, from the Seller reserving to itself the right to forfeit the security deposit (including PBG),
if any.
On acceptance of the order, the Seller will be deemed to have entirely indemnified the Purchaser/Purchasers
representatives from any legal action or claims regarding compensation for breach of patent rights which the Seller
deems necessary to apply for manufacturing the ordered equipment and/or materials or which can in any way be
connected in the manufacture.
The Seller shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict
compliance with characteristics, requirements and specifications and that the same shall be free from any defects.
Checking of the Sellers drawings by the Purchaser/Purchasers representatives and their approval and permission to
ship or despatch the equipment and materials granted by Inspectors shall not relieve the Seller from any part of his/its
responsibilities of proper fulfilment of the requirements.
The Seller will guarantee that all materials and equipments shall be repaired or replaced as the case may be, at his own
expense, in case the same have been found to be defective in respect of material, workmanship or smooth and rated
operation within Guarantee Period as stipulated in the RFQ document.
The guarantee period for the part that may be altered, repaired or replaced shall be 18 months from the date on which
the same is put in service or period as specified above in case of critical items, whichever is later.
Acceptance by the Purchaser or its Inspectors of any equipment and materials or its replacement will not relieve the
Seller of its responsibility of supplying the equipment/materials strictly according to the specification and according to the
guarantees agreed by the Seller. The Seller shall furnish a Bank Guarantee alongwith the order acceptance for the
amount equivalent to 10% of the FOB value of equipment/ materials to support Sellers performance of his obligations
and discharge of liability under the contract, as per proforma hereunder. This Bank Guarantee shall remain in force for
the entire period covered by performance guarantee plus 3 months. It will be the responsibility of the Seller to keep the
Bank Guarantee fully subscribed. Any shortfall in the value of the Bank Guarantee as a result of encashment by the
Purchaser either in full or in part in terms of Sellers Performance shall be made good by the Seller within one week
thereof.
23. NON-WAIVER:
Failure of the Purchaser/Purchasers representatives to insist upon any of the terms or conditions incorporated in the
Purchase Order or failure or delay to exercise any rights or remedies herein or by law or failure to properly notify Seller in
the event of breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the
Seller and shall not be deemed a waiver of any right of the Purchaser / Purchasers representatives to insist upon the
strict performance thereof or any of his or their rights or remedies as to any such goods regardless of when goods are
shipped received or accepted nor shall any purported oral modification or revisions of the order by
Purchaser/Purchasers representative act as waiver of the terms hereof.
The Seller without obtaining prior written consent of the Purchaser shall not assign the Purchase Order to any other
agency.
A133-02-GPC (Imp.)-R0
Page 83 of 674 Page 5 of 6
25. SELLERS DRAWINGS AND DATA REQUIREMENT:
The Seller shall submit drawing, data and documentation in accordance with but not limited to what is specified in the bid
document and/or in the Sellers drawings and data form attached to the Purchase Order. The types, quantities and time
limits of submitting these must be respected in its entirety failing which the Purchase Order shall not be deemed to have
been executed for all purposes including settlement of payment since the said submission is an integral part of Purchase
Order execution. All post order correspondence shall be addressed to Project Manager (Projects), Coker Block of Resid
Upgradation Project of CPCL , Engineers India Limited, 1 Bhikaiji Cama Place , R K Puram, New Delhi-110066, with a
copy to DGM (Inspection), Engineers India Ltd., 1,Bhikaiji Cama Place, New Delhi-110 066.
Drawings, specifications and details shall be the property of the Purchaser and shall be returned by the Seller on
demand. The Seller shall not make use of drawings and specifications for any purpose at any time save and except for
the purpose of the Purchaser. The Seller shall not disclose the technical information furnished to or gained by the Seller
under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body or Corporate
authority and shall make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical
information imparted and supplied to the Seller by the Purchaser shall at all times remain the absolute property of the
Purchaser.
Upon one month advance notice, the Seller shall depute the necessary personnel to India for supervision of erection and
start up of the equipment and train a few of the Purchasers personnel for the operation and maintenance of the
equipment, if required by the Purchaser. The terms and conditions for the services of the Sellers personnel shall be as
per Purchasers enquiry document / Purchase Order.
28. HEADINGS:
The headings of the conditions hereof shall not affect construction thereof.
29. ARBITRATION:
Any dispute or difference between the parties hereof arising out of any notified claim of the SELLER included in his final bill
and /or arising out of any amount claimed by the OWNER (whether or not the amount claimed by the OWNER or any part
thereof shall have been deducted from the Final bill of the supplier or any amount paid by the OWNER to the SELLER in
respect of the work) shall be referred to arbitration in accordance with the UNCITRAL Rules as adopted in India by the
Arbitration & Conciliation Act, 1996.
Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the Seller shall continue and be
bound to continue and perform the works to completion in all respects according to the Contract (unless the Contract or
works be determined by the Owner or by the Seller under the provisions of the Contract), and the Seller shall remain liable
and bound in all respects under the Contract.
It is expressly understood and agreed by and between Seller and Purchaser that they are entering into this agreement
solely on their own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and
agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or right hereunder.
It is expressly understood and agreed that the Purchaser is an independent legal entity with power and authority to enter
into contracts solely on its on behalf under the applicable laws of India and general principles of contracts law. The Seller
expressly agrees, acknowledges and understands that the Purchaser is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for
any acts, omission, and commissions, breaches or other wrongs arising out of the contract. Accordingly, Seller actions or
claims including cross claims, implored claims, or counter claims against the Government of India arising out of the
Contract and covenants not to sue the Government of India as to any manner, claim, and cause of action or thing
whatsoever arising out of or under this agreement.
31. JURISDICTION:
The Seller hereby agrees that the Court situated at New Delhi alone shall have the jurisdiction to hear and determine all
action and proceedings arising out of this contract.
A133-02-GPC (Imp.)-R0
Page 84 of 674 Page 6 of 6
Page 85 of 674
Page 86 of 674
Page 87 of 674
Page 88 of 674
Page 89 of 674
Page 90 of 674
Page 91 of 674
Page 92 of 674
Page 93 of 674
Page 94 of 674
Page 95 of 674
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(For Foreign Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi 110 066
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter called the
Purchaser which expression shall include its successors and assigns having awarded ________________________________
work to M/s (Name) _______________________________________ (Constitution) ___________________________ (Address)
_____________________________ (hereinafter referred to as the Supplier which expression shall wherever the subject or
context so permits include its successors and assigns) a supply contract in terms inter-alia, of the Purchasers Letter No.
______________________ dated __________ hereinafter referred to as the Contract and the general purchase conditions of
the purchaser and upon the condition of Suppliers furnishing security for the Performance of the Suppliers obligations and/or
discharge of the Suppliers liabilities under and/or in connection with the said supply contract for a sum of (Currency)
________________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and irrevocable for all
claims of the Purchaser and liabilities of the Supplier arising upto and until ___________ plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the Purchaser may
now or at any time have in relation to the Suppliers obligations liabilities under and/or in connection with the said supply
contract and the Purchaser shall have full authority to take recourse to or reinforce this security in preference to the other
security(ies) at its sole discretion, and no failure on the part of the Purchaser in enforcing or requiring enforcement of any
other security shall have the effect of releasing the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the Bank
hereunder to take an other security in respect of the Suppliers obligation and/or liabilities under or in connection with the
said supply contract and to vary the terms vis--vis the Supplier of the said supply contract or to grant time and/or
indulgence to the Supplier or to reduce or to increase or otherwise vary the prices of the total contract value or to release
or to forebear from enforcement of all or any of the obligations of the Supplier under the said supply contract and/or the
remedies of the Purchaser under any other Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no
such dealing(s), variation(s), reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of
prejudicing rights of the Purchaser against the Bank.
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution, or change
of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or of the Purchaser.
5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the obligations
of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute or disputes having
been raised by the Supplier (whether or not pending before any Arbitrator, Officer, Tribunal or Court) or any denial of
liability by the Supplier or any other order for Communication whatsoever by the Supplier stopping or preventing or
purporting to stop or prevent any payment by the Bank to the Purchaser in terms hereof.
Page 96 of 674
6. Notwithstanding anything contained herein:
(a) The Banks liability under this Guarantee/Undertaking shall not exceed (Currency in figures)
_________________ (Currency in words ______________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ (here put the entire period required for
the performance of the contract and the defect liability period plus 3 (three) months claim period and any
extensions thereof if any).
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking unless a written
claim or demand is issued to the Bank on or before _____________ plus 3 months period or the date of expiry
of any extension(s) thereof if this guarantee/undertaking has been extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person authorized to
sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the Bank and to bind the Bank
thereby.
Yours faithfully,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank
operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India.
3. Bank Guarantee from Foreign Branch will be accepted only if same is counter signed by their Indian Branch or by any
scheduled Indian Bank.
4. The bank shall provide details viz. contact person, telephone number, fax number, e-mail address and address of the
Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
5. This Guarantee is required to be sent by Sellers Bankers directly to the Head (LSTK-Finance), Engineers India Limited,
rd
EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called the Purchaser which expression shall
include its successors and assigns) has awarded M/s ____________________________________ (hereinafter called The
Supplier which expression shall include its successors and assigns) the work of designing, manufacturing, fabricating and supply
of ______________________ in terms of a contract as constituted by Purchase Order No. ____________________ dated
_________________ issued by the Purchaser to the Supplier (hereinafter called The Contract which expression include all the
amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of (Currency in Figures) _________________
(Currency in Words_________________________________________ only) hereinafter called The Advance as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank Guarantee
as hereinafter appearing:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of
the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the Contract and/or any
of terms and conditions thereof or of or relative to the advance and to extend time for the performance of the Contract
and/or repayment of the advance or to postpone for any time or from time to time the obligations of the Supplier and to
waive or postpone exercise of any of the rights available to the Purchaser against the Supplier or to forebear from
enforcing any of the terms or conditions of the Contract and/or the advance or any security(ies) available to the
Purchaser, AND the liability of the Bank shall remain in full force and effect notwithstanding any exercise by the
Purchaser of the liberty with reference to any or all the matters aforesaid or by reason of time being given to the Supplier
or any forbearance, waiver, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the
Supplier or any other act, matter or thing whatsoever which under the law relating to sureties would have the effect of
releasing the Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any
time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the Bank and this
guarantee/undertaking shall be enforceable against the Bank as principal debtor notwithstanding the existence of any
other security for any indebtedness of the Supplier to the Purchaser (including relative to the advance) and
notwithstanding that any such security shall at the time when claim is made against the Bank or proceedings taken
against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed by the
Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon the bank as to the
amount payable by the Bank to the Purchaser hereunder.
Page 98 of 674
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and effect
notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser, the Supplier and the
Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting these presents or the liability of
the Supplier to the Purchaser, and notwithstanding the existence of any instructions or purported instructions of the
Supplier or any other person(s) to the Bank not to pay or for any cause withhold or defer payment to the Purchaser under
these presents with the intent that notwithstanding the existence of such difference, dispute or instruction, the Bank shall
be and remain liable to make payment to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the Supplier or
the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies under the
Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier extend the validity of this
guarantee/undertaking for a further period of six months. For the purpose of this clause, the Purchasers statement that
the Supplier is unable to complete supplies under the contract shall be conclusive and final binding on us.
(a) The Banks liability under this Guarantee/Undertaking shall not exceed (Currency in Figures)__________
(Currency in Words_______________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s) thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking unless a written
claim or demand is issued to the Bank on or before ________ plus 3 months claim period, or the date of expiry
of any extension(s) thereof, if this guarantee/undertaking has been extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the Bank) who is
_____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of the Bank and to bind the
Bank thereby.
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank
operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India.
3. BG from foreign branch will be accepted only if same is counter signed by their Indian Branch or by any scheduled Indian
Bank.
4. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and address of the
Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
5. This Guarantee is required to be sent by Sellers Bankers directly to the Sr. Manager (F&A), Engineers India Limited, 1,
Bhikaiji Cama Place, New Delhi-110066.
Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/
High Commission in their country in case foreign nationals are required to be deputed to
Indian during execution of the Order.
SPECIFICATION FOR
(HSE) MANAGEMENT
AT DCU,CPCL ,CHENNAI
TABLE OF CONTENTS
TABLE OF CONTENTS
Attachments
Attachment 1. Legal Obligations / Requirements for Construction
Attachment 2. Safety Assurance Plan
Attachment 3. Site Safety Organisation Chart
Attachment 4. Minutes of Meeting
Attachment 5. Field Safety Observation Report (SOR)
Attachment 6. SOR Summary Sheet
Attachment 7. Safe Plan of Action (SPA)
Attachment 8. General Inspection Report
Attachment 9. Routine Inspection Plan
Attachment 10. Safety Audit Checklist
Attachment 11. Safety Induction Checklist
Attachment 12. Tool Box Format
Attachment 13. Training Matrix
Attachment 14. Training Register
Attachment 15. Safety Update Board
Attachment 16. Weekly Safety Report
Attachment 17. Monthly Safety Report
Attachment 18. Incident and Investigation Report
Attachment 19. Incident Report Chain
Attachment 20. Contents of First-aid box
Attachment 21. IS Code for PPE
Attachment 22. PPE Issue Register
Attachment 23. PPE Stock Register
Attachment 24. DG Checklist
Attachment 25. Excavation Checklist
Attachment 26. Hot Work Activity Checklist
Attachment 27. Welding Set Checklist
Attachment 28. Gas Cutting Set Checklist
Attachment 29. Grinding Machine Checklist
Attachments
Attachment 30. Fire Extinguisher Monthly Inspection
Attachment 31. Scaffolding Checklist
Attachment 32. Slings and Lifting Gear Register
Attachment 33. Wire Rope Sling Checklist
Attachment 34. Synthetic Web Sling Checklist
Attachment 35. Crane Register
Attachment 36. Mobile Crane Daily Inspection
Attachment 37. Monthly Mobile Crane Inspection
Attachment 38. Pre-Lift Checklist
Attachment 39. Construction Vehicle Checklist
0.0 Definitions
Owner : Chennai Petroleum Corporation Limited, Manali Refinery, Chennai
Consultant : Jacobs Engineering India Private Limited
Contractor : Person, Firm or Corporation to whom the work will be awarded by the Owner.
LSTK Contractor: Engineers India Limited (EIL)
Shall : Mandatory requirement.
Should : Guideline that is strongly recommended.
May : Guideline that is to be considered.
Supervisor : Contractors engineer responsible for specific tasks.
1.0 Purpose
The field HSE specification set forth is the minimum requirements that shall be implemented
during the project execution. The contractors are required to implement these standards and any
additional requirements as per local laws and statutory requirements and best practices in industry
whichever are higher. Owner, consultant and EIL may issue further changing requirements from
time to time as the work progresses to fit changing site conditions, which will be binding on the
contractor.
The owner is fully committed for providing safe and healthy working conditions for all employees
working on the project and our goal is zero incidents in our operation. Safety is an overriding value
that the operation shall be conducted in such a manner that reasonably practicable measures are
taken to protect people not only in our employment but also others who may be affected by our
activities.
We believe that incidents are caused and eliminating the causes of incident can prevent them.
Safety is the responsibility of every employee but line management is ultimately responsible for the
implementation of safety requirements.
Everyone involved must be committed to achieving high standard of HSE Performance with proactive
approach at all levels in the organization with excellent teamwork.
All personnel should share a sense of empowerment on safety matters with an effective
communication system to facilitate the flow of safety information both up and down through the
organization
2.0 Compliances
All activities shall be in compliance with relevant local laws, statutory requirements, codes and
practices pertaining to health & safety of employees
2.2. The Contractors shall not employ minors (persons below the age of 18 years) in any part of the
refinery.
2.3. Contractor shall display notice at the conspicuous place showing the rates of wages of the workers,
hours of work, wage periods, date of payment of wages, names and addresses of the Inspectors.
having jurisdiction and date of payment of unpaid wages, in English, Hindi and in the local language
understood by the majority of workers.
2.4. Contractors personnel shall abide by the applicable instructions as may be issued from time to time
to handle any emergency situations, such as explosion, fire, terrorist attacks, major accident, etc. In
the event of such emergencies, the Contractors personnel shall stop their work and proceed to a
safe designated place assembly point in the area of their work and inform the Engineer-in-Charge
immediately. If needed, they shall be safely evacuated.
2.5. Contractors vehicles, trucks, tractor, cranes and other portable equipments e.g. Air Compressor, DG
Set, Dewatering pumps etc. used inside Refinery premises (where Hydrocarbon is used as fuel) for
execution of the job must be mechanically sound and have an approved spark arrester and have
exhaust complying pollution norms. Idle running of those vehicles and equipments shall be avoided.
2.6. The Owner or the Engineer-in-charge or EIL may at any time require the Contractor to subject any
contract workman, to a medical examination, generally or in relation to specific jobs such as in
canteen, tank cleaning, work at height, etc.
2.7. Contractor shall not carry any work without having supervisor at site. If it is required to work
simultaneously in more than one location under the same contract, one supervisor must be put in
each of the locations. If a supervisor has to leave his site for any reason, he must stop his activities
for that period of time.
2.8. Female employee shall not be allowed to bring their child to workplace inside Refinery premises.
Contractor shall make suitable arrangement in case need, outside Refinery premises at his own cost.
2.9. The Contractor shall not be entitled to any extra or additional payment or other compensation for the
compliance with all applicable safety rules.
2.10. The requirement to comply with all applicable safety rules shall not entitle or justify the Contractor to
demand or claim any time or cost overrun.
2.11. The Contractor shall be solely responsible for any and all liability under the Workmens
Compensation Act, and other applicable laws with respect to all those engaged by the Contractor or
any sub-contractor.
2.12. In addition to this specification, contractor shall adhere to Health Safety Environment Procedure
(HSEP) of owner, consultant and EIL.
3.0 Objectives
3.1 General
The contractor shall practice safety leadership, demonstrate visible commitment to the project's
safety policy and strategic objectives, and provide resources to promote a culture that embraces and
accepts absolute safety behavior
Developing, signing, distributing, and emphasizing the safety policy at the outset of the project.
Leading and driving the project safety program in order to achieve a world class performance,
together with active participation at all levels with owner and consultant to ensure safe completion
of the project.
Implementing proactive monitoring system that provides feedback to ensure continuous
improvement in HSE performance.
Ensure compliance with all applicable laws, statutory requirements, codes of practices and
standards set forth.
In essence NO SAFETY NO WORK.
3.2 Targets
The following Safety targets apply to the Project:
4.2 The contractor shall submit copy of safety policy, HSE plan and safety assurance plan to
owner/consultant/ EIL in the standard form for implementation and monitoring of HSE requirements.
5.2 Qualifications of Safety Managers and Safety Engineer/officer shall not be less than as prescribed in
local regulations and the general requirements are described as under.
(a) A person shall not be eligible for appointment as Safety Officer unless he :
(i) Possesses a recognised degree in any branch of engineering or technology and has had practical
experience of working in factory in a supervisory capacity for a period of not less than 2 years; or a recognized
degree in physics or chemistry and has had practical experience of working in a factory in a supervisory
capacity for a period of not less than 5 years; or a recognised diploma in any branch of engineering or
technology and has had practical experience of working in a factory in a supervisory capacity for a period of
not less than 5 years.
(ii) Possesses a degree or diploma in industrial safety recognised by the State Government in addition to
possessing other qualification laid down in the said sub rule.
(iii) had adequate knowledge of the language spoken by majority of the workers in the region in which the
factory where he is to be appointed is situated.
(b) Notwithstanding the provision contained in clause (a), any person who:-
Possesses a recognised degree or diploma in engineering or technology and has had experience of not less
than 5 years in a department of the Central or Union Territory, State Government which deals with the
administration or the Factories Act! 1948; or
Possesses a recognised degree or diploma in engineering or technology and had experience of not less than
5 years, Full time, on training education consultancy, or research in the field of accident prevention in industry
or in any institution, shall also be eligible for appointment as a Safety Officer:
5.3 Contractor shall submit site safety organization chart along with HSE plan.
5.4 Working hours per shift shall not exceed 12 hours per day.
5.5 Contractor shall appoint safety personnel as given below for every work shift:
Safety Observer : At all times minimum one observer for workers not exceeding 100 in numbers.
That means contractors are expected to deploy additional safety observers when
number of workers crosses beyond 100 and thereon.
Safety Supervisor: In addition to above, contractor shall depute one Safety Supervisor for every 250
workers.
Safety Engineer : In addition to above, one safety engineer/ officer for every 1000 workers.
Safety Manager : Minimum of one Safety Manager at all times required to be at site.
401-450
Five
451-500
Up to 1000 Ten Four
Up to 2000 Twenty Eight Two
5.6 In case any of the safety personnel leave the contractor the same shall be intimated to the owner/
Consultant/ EI L. The contractor shall recruit new personnel and fill up the vacancy.
Contractor skilled workmen like riggers, scaffold erectors, welders, fitters, crane operators etc
should have sufficient past experience and skill on the relevant jobs. The electrician deployed
must have valid wireman License.
All supervisory staff and workmen shall be capable of following instructions and shall be made
aware of their responsibilities.
Draw to the attention of management /supervision improvements to health and safety which
appear to be necessary or advisable.
Immediately report any incident/ near misses to his/her supervisor.
Demonstrate leadership and commitment to HSE, setting a personal example at all times.
Legal and contractual requirements affecting Health, Safety and Environmental issues.
Assist site management in identifying resources required to work safely.
Monitor the site activities to ensure only safe work methods are practiced at site, Health and
safety requirements are being observed, all welfare and first aid facilities are adequate and
properly maintained.
Inspect the work site and daily, report and correct unsafe conditions/ acts.
Ensure all persons have undergone safety induction training before engaging the on the job.
Check the provision and status of PPE requirements of the site.
Assist supervisor in preparing Safe Plan of Action (SPA).
Conducting investigation of all accidents and incidents at site, measures to prevent recurrence of
such incidents.
Facilitate, conduct and participate safety meetings, trainings, promotional activities at the site.
Initiate safety awareness and safety promotional activities
Review overall safety performance, record and analyse accident/ incidents and
Document and maintain all HSE statistics, reports and records.
Submit all documents related to HSE to owner, Consultant and E IL regularly.
7.2.1 Weekly meeting in weekdays shall be predetermined with mutual agreement between contractor and
owner/consultant.
7.3.2 Site safety committee meeting shall be conducted at least once in a month. The agenda shall include
Review of previous minutes
Review of site safety performance
Monthly safety statistics
Contractors safety performance
Challenges ahead
SOR trend
Safety inspection & Audit reports
Issues by owner/ Consultant/ E IL
7.3.3 Contractor/EIL shall send circular to all safety committee members about the date and venue of
monthly safety committee meeting at least seven days prior to the day of meeting.
7.4 The Minutes of the meeting shall be prepared and sent to all members within 1 working day
preferably by mail/fax followed by hardcopy. Safety Committee meeting minutes shall also be
displayed in the notice board for wider publicity to all concerned.
8.12 It is everyones responsibility to take immediate corrective action if any unsafe act/ conditions are
observed.
8.13 Contractors job supervisor is responsible to close-out the SOR by taking corrective action during
follow-up action.
8.14 SOR shall be submitted to consultant and it shall be summarized periodically for effective tracking, to
analyse the trend and identify frequently occurring unsafe act/ conditions for improved safety
implementation.
Compliance with the procedure on the work method statement and relevancy to current operations
shall be monitored on a daily basis and also shall be discussed on safety meetings.
8.3 Safe Plan of Action (SPA)
8.31 The SPA is the primary tool used at site to identify and plan to mitigate safety hazards. This form
shall be completed by the contractors supervisor along with crew before starting a new activity and
kept at the work place for ready reference.
8.33 It is the responsibility of the supervisor to ensure that all resources (equipment, tools, materials etc)
identified through SPA are implemented and all the steps identified to prevent the hazards are
implemented while executing the job.
8.34 It is the responsibility of the job supervisor to communicate the SPA to all workmen involved in that
specific task
8.35 A copy of SPA shall be displayed proximity to the actual works location in Hindi /vernacular language
& English.
All equipments, machineries, tools, slings, lifting gears, lifting appliances involved in site shall be
inspected periodically.
Monthly colour coding program shall be implemented by the contractor and after the periodical
inspection, stickers for the corresponding month shall be pasted. Documents related to the inspection
shall be maintained and submitted to owner/ Consultant/ EI L regularly.
Based on the audit team observation, the evaluator shall allot the score based on the compliance
observed of the requirement and summarise the overall scoring of the audit.
The audit findings along with the recommended corrective actions with target date shall be circulated
to the respective contractors. The contractor should complete the recommended corrective actions
and submit the corrective action report.
The date for the audit shall be agreed by the owner/ Consultant/ E I L and
contractor.
Contractor must also ensure that specific hazards likely to be experienced on the site are notified
to their workforce together with any precautions to be taken and local rules to be observed.
Where particularly severe or unusual hazards arise, consultant reserves the right at no additional
cost to request contractors employees to attend safety training and instruction sessions, whether
carried out on site or externally.
Contractor shall provide a dedicated training room for conducting training for their workers.
9.12 The contractor shall conduct a site visit for his new employees in groups of less than 25 to familiarize
the new employees with essential services, their work place, and general site layout.
9.13 It is the responsibility of the contractor to familiarize all new personnel to the project on the actual
location of assembly points, fire alarm points, first-aid center, welfare facilities and other important
locations.
9.14 Contractors are responsible for arranging site safety induction for their workmen and they shall
inform consultants safety representative at least one day in advance.
9.15 Induction card duly stamped as Safety Inducted and the date of induction by contractor shall be
issued after the completion of Induction.
Contractors and their supervisory staff shall undergo a one-day training programme annually from
owner on Safe Working Practices in the Refinery Premises so as to familiarize themselves with the
safety rules, regulations and practices. Contractor shall be in possession of valid safety training
badge while working in the Refinery premises.
The Contractors shall ensure that their supervisors must undergo Fire & Safety Training &
subsequent Test at Fire Station before starting the job. All contractors must disclose to CLM Cell the
name of supervisors and arrange safety training at Refinery Fire Station, before obtaining a gate
pass. CISF will issue the gate pass meant for supervisor, only after getting the confirmation from Fire
& Safety. It is the duty of supervisor to train his work force in Fire & Safety on regular basis. The
violation of this will be viewed seriously.
Completion of specific hazard training is mandatory before working on such tasks. A list of all trained
persons shall be maintained at site.
The contractor shall prepare the training calendar for safety activities and submit to owner/
Consultant/ EI L on monthly basis.
Contractor shall maintain records of training register and copy shall be submitted to owner/
Consultant/ EI L after completion of training program
11.2 Contractor shall submit Man Power Report on daily basis at least by 10.00 am every day.
11.3 Contractor shall submit Weekly Safety Report every Monday as per the approved format. The data
shall be from Monday to Sunday.
11.4 Contractor shall submit the listed supporting documents along with the weekly safety report.
Safety Induction
Tool box Talks
Safety Observation Report (SOR)
Safety Observation Summary Sheet
Safety inspection reports
Safety Audit Report (if any)
Safe Plan of Action (SPA) of each activity.
Method statements
11.5 Contractor shall submit Monthly Safety Report as per the approved format
Test Certificates for lifting tools and tackles, lifting gear, lifting equipment and appliances.
Test certificates of air receivers.
Information relating to hazardous materials used and their MSDS.
Employers liability insurance certificate.
Copies of all Statutory Registers maintained by the contractor when asked for.
At all work sites, contractor has to display a board containing following information:-
Name of the Contractor;
Name of the work; Work Order No.;
Job site warning instruction;
Emergency Telephone Number;
Do's and don'ts on safety and security;
Working under the Department;
OWNER site in-charge name;
Permit No. & Validity period.
12.4 Contractor shall ensure that any incident that occurs is fully investigated to find root cause and
preventive measures are adopted to prevent its reoccurrence. owner/ Consultant/ EI L shall have a
right to conduct independent inquiry of the incident.
12.5 Near misses and minor incidents should also be investigated by the Contractor as soon as possible
as they are signals that there are inadequacies in the safety management system.
12.6 Incident reporting chain and emergency contact numbers shall be displayed at conspicuous locations
at site and contractor offices.
13.1 A detailed site emergency procedure shall be worked out and communicated to all employees at site.
Necessary arrangements shall be made to deal with such emergency situations. An emergency
response team will be formed to tackle such situations.
13.2 The contractor shall ensure that an Emergency Response Plan is prepared to deal with emergencies
such as
Fire and explosion
Collapse of lifting appliances and transport equipment
Collapse of building, sheds or structure etc.
Gas leakage or spillage of dangerous goods or chemicals
Excavation collapse
Fall of person from height
13.4 Contractor shall conduct an onsite emergency mock drill once in every month for all his workers.
Dos & Donts in case of Bomb/Unattended baggage lying secluded places in the Plant.
Sl. Sl.
Dos Donts
No. No.
1. On noticing any bomb or unattended 1. Do not touch the bomb / unattended
baggage, in form CISF Control Room baggage.
by quickest possible means or on 2. Do not lift any attended baggage
Intercom Telephone No. 3685 / 3660
and OWNER Fire Control Room on 3. Do not go very close to the object
101 / 3630 / 3663.
2. Move away from the bomb/unattended 4. Do not create panic.
baggage.
3. Help security personnel in identifying 5. Do not fiddle with wires or battery if
unattended baggage. found attached with any object.
4. Help ladies and injured person during 6. Do not open any unattended
evacuation process from the affected baggage.
area.
5. Move back to your place of work after 7. Do not try to defuse any bomb or
clearance has been given by CISF. explosive material
Working under influence of alcohol/ narcotics and entering Refinery premises while in the
influence of alcohol/ narcotics is strictly forbidden. The contractor should ensure compliance of
above by him and all his workmen.
Contractors are prohibited from using Cellular phones within the Refinery premises, except to the
extent permitted by the Owner by special or general order / instruction.
Unsafe Practices: Any unsafe practices or disregard of normal safe working practices by contractor
personnel when pointed out by company personnel shall be immediately corrected.
15.2 The contractor shall not commence the job without the valid permit for the area and for the job.
Clearance shall be obtained from the area-in-charge and shift engineer
15.3 The following is the list of some of the activities, which would require permit, and list may change
depending upon work situation.
Working at Height
Excavations
Lifting Operations
Hot Work
Electrical Works (Isolation & Energisation)
Confined Spaces
Radiography
High Pressure test
Commissioning of equipment
15.4 Before starting any work, contractor shall apply at least one day ahead for fire & safety permit for
excavation, electrical, gas welding and cutting work to Engineer-in-Charge of work/ works who in turn
will arrange for such permits. The contractor shall take all the precautions given in the permit before
starting of the work to the full satisfaction of the Engineer-in-Charge of the sections. On account of
operational problem it is possible that the clearance and permit may get delayed for which the
contractor shall not ask for the idle charges. Fire equipment such as fire extinguishers, fire hoses,
control type nozzles, personal protective equipment, Blow man air apparatus etc required for safety
precautions are to be arranged by contractor himself. However in case of emergency on
authorization from Engineer-in-Charge those items will be issued from the Refinerys Fire Station on
chargeable basis and shall be returned after completion of the work / works in working conditions, to
the full satisfaction of the Fire & Safety Officer. In case of any damage to the fire & safety equipments
issued or used by the contractor, the contractor shall bear the cost of such damage in full and the
same will be recovered from his bills.
15.5 Safety measures stipulated in the respective Work Permits shall be strictly complied at all times when
within the premises of the Owner.
15.6 Owner/EIL reserves the right to cancel a work permit without assigning reasons. When called
upon to stop the work by the Engineer-in-charge/EIL, the Contractor shall immediately cease to
continue the work. Before re-commencement, fresh work permit must be obtained.
15.7 The Engineer-in-Charge/EIL reserves the right to terminate the contract and forfeit any or all
amounts due to him in case he finds that the precautions written on the permit are not strictly
adhered to by the Contractor.
15.8 Permit to work shall be valid for a shift (8 Hours) only. However, Engineer may extend the permit to a
maximum of another 4 hours if necessary.
15.9 A copy Permit to Work shall be displayed, during its validity, in a conspicuous location in close
proximity to the actual works location to which it applies.
A hot work permit issued by the concerned department or area-in-charge must cover any work
carried out within Refinery. In addition a clearance must be obtained from the concerned
departments officer or supervisor prior to commencement of any job. A hot permit is required for:
Any work involving open flames, spark such as welding, gas cutting, soldering, grinding, concrete
breaking, use of hurricane lamps and internal combustion driving vehicles / Radiography / Crane
lifting / Vessel entry.
Sand blasting, Trucks, Jeeps, Cranes, Lifts, Cars or any kind of vehicle driven by an internal
combustion engine or by batteries
Use of gasoline, diesel or electrical power engines or tools.
Entry of vehicles inside battery limits of process area within tank dykes and adjacent to pump
houses and loading gantries etc.
While carrying out the hot job, the contractor and his workmen must ensure the following safety
measures and job should be carried with
Valid hot job permit,
Availability of tested and proper fire extinguisher at the work places
Provision of running fire water hose at work place.
16.12 While locating these drinking water facilities due care shall be taken so that these are easily
accessible within a distance of 200m from the place of work for all workers at all location of work
sites.
16.13 All such points shall be legible marked Drinking Water in a language understood by a majority of the
workmen employed and shall be situated within six meters of any washing places, urinals or latrines.
16.22 When women are employed, separate latrine and urinals accommodation shall be provided.
16.23 Notice shall be displayed outside each block of latrines or urinals a containing therein "For Men
Only" or "For Women Only", where both male and female workers are employed, written in the
language understood by the majority of such workers.
16.3 Canteen
16.31 In every workplace wherein not less than 250 workers are ordinarily employed the contractor shall
provide an adequate canteen.
16.32 The charges for food stuff shall be based on no profit no loss basis. The price list of all items shall
be conspicuously displayed in such canteen.
16.33 Building of the canteen shall be situated at the distance not less than fifteen point two meters from
any latrine or urinal or any source of dust, smoke or obnoxious fumes.
16.34 Waste water from canteen shall be carried away in suitable covered drains and shall not be allowed
to accumulate in the surroundings of canteen
The contractor shall provide sufficient number of stretchers and shall be readily available in an
emergency.
The contractor shall maintain injury record. A separate first-aid register shall be maintained and it
shall be submitted to owner/ Consultant/ EI L on regular basis.
17.2.2Emergency vehicle shall be kept on standby duty during all working hours for the purpose.
17.2.3The emergency vehicle shall not be used for any other purposes other than its indent purpose.
The contractor at periodic interval shall arrange to prevent mosquito breeding by fumigation /
spraying of insecticides.
All PPE provided by the contractor shall confirm to Bureau of Indian Standards (BIS).
Copy of Manufacturers test certificates of PPE used shall be submitted to owner/ Consultant/ EI L.
Contractor shall submit PPE issue register and PPE stock record to owner/ Consultant/ EI L on
regular intervals.
19.3 As a minimum, every worker shall wear safety shoes, safety helmet and safety goggles at project
site.
Depending upon the job requirement other PPE shall used.
Head Protection Safety Helmet
Foot Protection - steel toe cap shoes, steel toe cap gumboot
Eye Protection - Goggles, Helmet mounted face shield
Hand Protection - Gloves
Respiratory Protection - Nose mask, Self Contained Breathing Apparatus
Hearing Protection - Ear plugs, Ear muffs
Personal Fall Protection - Full body harness with double lanyard, Rope-grab fall arrester, etc
Body Protection - Full body apron
19.3.1Head Protection
Safety helmet shall be worn by all persons at all times on project site. It shall consist of
suspension cradle and chin strap.
All persons on the project site shall wear chin strap at all time.
Logo of corresponding main contractor shall be affixed on the safety helmet.
Damaged helmet shall not be used and should be discarded from the site immediately.
19.3.2Foot Protection
All personnel shall wear suitable safety footwear with steel toe cap at all times while on the project
site.
19.3.3Eye/Face Protection
Contractor shall provide suitable eye/face protectors where there is a potential of injury to the
eyes and face from dust, flying particles, molten metal, chemicals, fumes or vapors, light radiation
or combination of these.
Operation Hazards Eye Protectors
Contractor shall inspect the goggles used by workmen and shall replace the defective goggles
immediately.
Eye protection for Helpers exposed to light radiation from welding, gas cutting activity shall be
provided with black shaded welding goggles.
19.3.4Hand Protection
Contractor shall choose and use suitable gloves for the task.
Protection Level
Hand protector Sharp Activity
Heat Chemical Electricity
objects
Cotton dot type Inspection work, Climbing
Medium Poor Poor Poor
glove Ladders.
Leather & cloth
Good Medium Poor Poor Scaffolding
type glove
Leather riggers Hot work, Rigging, Manual
Good Good Poor Poor
Gloves Handling.
Rubber moulded For use with Chemicals &
Poor Medium Good Good
gloves Acids
Rubber Gloves Poor Poor Poor Good Electrical works
In addition to above, gloves shall be used by personnel involved in works with possibility of the
risk from abrasion, cutting, tearing, chemical, or other burn, infection.
19.3.5Respiratory Protection
19.3.5.1 Respiratory protective equipment to be used in confined space and activity involving any
chemicals shall be as advised by owners Engineer-in-Charge / Fire & Safety Dept.
19.3.5.2 Supplied Air Respirators and Self Contained Breathing Apparatus (SCBA) used for working in
hazardous atmosphere shall be advised by owners Engineer-in-Charge / Fire & Safety
Department. The same shall confirm to BIS and shall be approved by owner/ Consultant/ E IL.
19.3.5.3 Contractor shall organise practical demonstration training on the methodology to use SCBA or
Supplied Air Respirators in consultation with owner/ Consultant/ E IL.
dust mask.
Contractor shall use chemical cartridge respirators while performing outdoor spray painting.
19.3.6Hearing Protection
Hearing protection shall be worn by personnel involved in works in areas of high noise levels, or
when working with equipment that generate high noise levels.
Hearing protection can be of an external cup-type protector normally ear muff which fits over
the outside of the ear, or plug-type, usually disposable type ear plugs made of compressible
foam, which fits inside the ear.
Disposable ear plugs shall be of one time use and shall be disposed properly.
19.3.8Body Protection
Full body apron suitable for the task such as hot work, chemical handling shall be used.
Contractor personnel shall not wear loose clothing while working around moving or rotating
equipment.
20.0 Housekeeping
20.1 Contractor shall maintain very high standard of housekeeping at all times.
Keep the site neat and tidy. Keep adequate number of skips / waste bins.
Keep the access clear of all obstructions.
Remove the nails or bend them down from the wooden scrap and remove them from job site.
Store the material in an orderly manner.
20.2 The contractor shall on daily basis keep the premises and surrounding area free from accumulation
of waste materials or rubbish caused by activities.
20.3 At the completion of days work contractor shall remove these materials to avoid Slip/ Trip hazards
and provide safe areas for movement of all workers and supervisors.
20.4 Empty gas cylinders shall be removed from the site and shall send back to the contractors store.
22.5 Contractor should establish regular maintenance program of sweeping and hosing to minimise
accumulation of dirt and dust in such areas.
20.6 If the Contractor does not clear the area after the completion of work, the same shall be got done by
owner /EIL and recoveries shall be made from the bills of the Contractor at double the rate at which
the owner /EIL has got it done.
20.7 On completion of the job the contractor shall remove all his construction material, tools etc. and
remove all temporary constructions and leave the job site thoroughly cleaned up and ready for use. A
job will not be considered completed until all surplus material, scrape and debris / rubbish are
removed from the job site.
20.8 When required contractors should suspend other operations and do housekeeping.
Waste generated at site shall be segregated at source and disposed off in accordance with
environmental control regulations and municipality rules. Consultant shall be informed of procedure
followed by the contractor before disposal.
20.9.1Scrap yard shall be identified and waste shall be disposed temporarily at designated scarp yard.
Scrap yard shall be barricaded and shall be clearly marked as Scrap Yard in English and other local
languages.
22.9.2All receptacles shall be constructed of metal or other suitable types of containers of non-flammable
materials. Cardboard, wooden boxes or crates and similar types of containers shall not be used for
the collection of combustible waste.
22.9.3Skips containing combustible waste should be strategically placed to ensure fire does not spread in
the case of combustion within a skip.
22.9.4Contractor shall maintain routine housekeeping inspection record and shall be submitted to
owner/consultant/ EIL.
21.1 Colours of safety signs, dimension and layout shall confirm to IS 9457:2005
Red : Prohibition signs
Yellow : Warning signs
Green : Mandatory action signs
Blue : Safe condition signs
21.2 Bands
The band colour for indicating hazard location shall be the combination of Yellow and Black.
The band colour for indicating prohibition shall be the combination of Red and White.
The band colour for indicating mandatory action shall be the combination of Blue and White.
The band colour for indicating safe condition shall be the combination of Green and White.
21.3 Tags
Contractor shall implement tag system for scaffold, LOTO and unsafe equipment.
If the electricity supply is in contractor scope, the contractor shall assess required electrical loads and
shall install required capacity diesel generators for power supply.
The contractor shall submit electrical Single Line Diagram (SLD), schematic diagram and the details
of the equipment for all temporary electrical installation to the owner/consultant/ EIL.
22.3.2Contractor shall inspect DG periodically and the record shall be submitted to owner/consultant/ EIL.
22.5 Cables
Periodic check shall be carried out for defective cables, cracked or perished insulation, loose
joints in conduits, damaged fuse boxes and switchboards, loose pins, faulty sockets and defective
earth wire.
Kinking, twisting, binding or crushing of cables shall be avoided all the time. No electrical
equipments shall be left open or unsecured at the end of the days work.
All power distribution cables should be taken overhead with sufficient headroom.
Cabling passing under the walk way and across way for transport and mobile equipment shall be
laid in ducts at a minimum depth of 0.6 meters.
All switch boards, extension boards, etc. should be protected from rain and water. No water
logging should be allowed around switchboards.
The contractor shall ensure plugs; sockets and couplers used shall be splash proof type. The
minimum degree of Ingress Protection should be of IP44 in accordance with national standards.
Plugs and fittings used shall be of the weatherproof type and they should be colour coded in
accordance with the internationally recognised standards
No loose connections or tapped joints shall be allowed any where in the work site, office area, stores
and other areas. Proper cable connectors as per national standards shall only be used to connect
cables
Plugs shall be used to connect with sockets. Inserting the leads into the sockets shall be strictly
prohibited.
22.7 Lighting
The contractor shall provide sufficient lighting at site, of the right type and at the right place.
A far as possible contractor shall provide flood lighting to cover maximum work area.
The access and storage yard shall be well illuminated.
Luminaries should be robust and water proof especially at the point of the cable entry.
Hand held lamps used shall be of 115V and suitably guarded to protect from any mechanical
damage.
Light fitting for hazardous environment shall be of flame proof type which specifications shall
confirm to national standards.
Contractor shall use only 24V lamp in to confined space It shall be guarded and of flame proof
type.
Contractor shall form a LOTO procedure and shall be implemented during any maintenance,
repair, pre-commissioning and commissioning activities.
The equipment shall be isolated from energy sources before carrying any maintenance work.
LOTO register shall be maintained and shall be controlled by a designated person.
Contractor shall be responsible for arranging locks for locking the feeders or panel boards.
All locks shall be neatly labelled for easy identification and the keys of the locks shall be
maintained by the designated person.
22.10 Earthing
Contractor shall ensure all earthing shall confirm to IS 3043:1987
Body of electrically operated tools, equipments, distribution board, electrical panel etc shall be
grounded properly.
Earth pit shall be clearly marked and earth resistance shall be measured on monthly basis and
register shall be maintained by contractor.
24.0 Excavations
24.1 The contractor shall obtain work permit from owner/consultant/ EIL before starting excavation
24.2 Contractor shall prepare a method statement by considering the following factors
Nature & type of the soil
Weather and moisture conditions
Underground utilities
Methodology adopted to avoid cave-in
Depth and width of excavation
Duration of the excavation job
Proximity of other structures, services
Dewatering systems
24.3 Contractor shall stabilise the sides of an excavation by designing the shoring, if the depth is 4 metre
or more and which shall be approved by owner/consultant/ EIL.
24.4 All excavations and trenches depth of 0.60 m or more shall be hard barricaded.
The hard barricade shall be made of steel pipes of minimum 40 NB.
The hard barricade shall have hand rail at 1100mm and mid rail at 550 mm and the spacing
between two vertical members should not be more than 1000 mm.
The hard barricade shall withstand a lateral load of 100 kg.
The hard barricade shall be provided at least 1.0 meter away from the edge of the excavation.
24.5 Excavations and trenches depth less than 600 mm shall be cordoned off and suitable sign boards
warning tapes posted.
24.6 Access shall be provided by mean of portable ladder or ramp if the depth is more than 1.5m.
24.7 Portable ladders shall be provided at intervals of not more than 15 m, depending on the number of
workmen present.
24.8 All excavated materials shall be deposited minimum 1.5 m away from the edge of the excavation.
24.9 Excavating equipments and vehicle shall be operated 2.0 m away from excavated area.
25.1.1As far as possible D.C. Generator / Rectifiers should be used in preference to A.C. Transformer sets.
25.1.2The contractor shall get welding transformer certified by the owner/consultant/ EIL Electrical Engineer
before start of work and shall obtain a certificate valid for a period of three months renewable after
every three months.
Grounding from welding return connection shall be done only on work piece. Return connection
shall not be grounded with scaffold member, pipe racks or pipes containing flammable liquid or
gases.
Used electrode shall be collected and shall be disposed properly.
25.1.5Periodic Inspection shall be carried on the welding transformer and the record shall be submitted to
owner/consultant/ EIL
26.2 The contractors shall provide adequate number of well-maintained fire extinguishers at each work
area.
26.3 Extinguishers should be sited in such a way that it is not necessary to travel more than 15 meters
from the site of the fire to reach the extinguishers. The location of fire extinguishers shall be clearly
marked by sign boards.
26.6 Fire drills should be held at regular intervals to ensure personnel are familiar with the location, of
Assembly Point and response expected of them in case of emergency.
26.7 Smoking on site is strictly prohibited. No Smoking signboards shall be displayed at prominent
location including stores/ storage places.
26.8 Care of flammable materials, oily rags, waste etc. shall not be left lying around or allowed to
accumulate. Covered metal skips should be used for disposal of flammable waste.
26.9 If hot work operations are to be carried out, non-flammable screens and blankets shall be used to
confine sparks hot metal or slag. A fire extinguisher should also be readily available.
26.10 Chemicals and other such goods should be stored in stable racks properly labelled. Mutually
reactive chemicals should be kept away from each other. Storage place should have proper
ventilation.
26.11 Fire extinguishers shall be Periodically Inspected and the record shall be submitted to
owner/consultant/ EIL.
No loose materials shall be kept on working platform and shall be kept on baskets.
Safety net shall be used for all height works, where ever feasible.
28.1 Scaffolds
Scaffolding shall be properly designed and erected, with its intended use, where additional,
anticipated loads are to be applied; the structure shall be redesigned and modified accordingly. All
scaffolding material shall be as per relevant IS specification.
Bamboo and wooden scaffolding is prohibited. Only steel pipe scaffold shall be permitted.
Return cable of welding machine shall not be connected with scaffolds member.
Scaffold shall be inspected every week or after any adverse weather condition like rain, cyclone
etc.
Scaffold inspection record shall be submitted to owner/consultant/ EIL immediately after inspection.
28.1.1Scaffold Erection
Scaffold shall be erected by competent scaffold erectors under the supervision of competent
supervisor.
Scaffold shall be erected with a factor of safety not less than 4.
Survey for all underground utility systems such pipe line shall be identified and possible worst
scenario shall be assessed before erecting the scaffold.
Scaffold should be vertical and plumb.
The footing shall be placed on levelled and firm ground capable of carrying indented load without
settling or displacement.
Base plate shall be provided at a size of 150 mm X 150mm and thickness of not less than 6mm.
Uses of concrete blocks, barrels, boxes, loose bricks as supports are strictly prohibited.
The height of the scaffold shall not be more than four times of its minimum base dimension unless
guy ropes, ties or braces are used.
Scaffold having more than 10 m height shall be secured with fixed structure for stability at every 8
m.
Vertical member shall be connected with horizontal members using right angle type clamp.
Only bracing may be connected with vertical member using swivel clamp.
Landing platform shall be provided at every 9m. Platform shall not be extended beyond 150 mm
from the end.
Platform shall be made of minimum 2 gratings (at least 46 cm) and fastened properly
Hand rail shall be provided at a height of 1100mm, mid rail at 600mm and toe board width shall be
150mm.
Scaffold shall be braced at all four sides.
Access shall be provided by means of portable ladder and it is the duty of supervisor to provide
safe access. It shall be immediately installed after the completion of second level horizontal or 6
m.
Ladders shall be extended at least 3 rungs from platform.
Full body harness with double lanyards fitted with shock absorbers with scaffold type snap hooks
shall be worn by scaffold erectors.
The completed scaffolding shall be inspected and certified by scaffolding supervisor and engineer
using scaffold.
After completion of scaffold inspection if safe, green tag shall be displayed near the access
ladder. If scaffold found unsafe, red tag shall be displayed near access ladder.
28.1.2Scaffold Dismantling
Scaffold shall be dismantled by scaffolders under the supervision of competent supervisor.
Area shall be cordoned-off before commencement of scaffold dismantling.
Warning/ notice board shall be displayed as Scaffold Dismantling under progress Shall be
displayed in Hindi, English or vernacular languages.
Dismantling shall be from top to bottom plan wise.
Bracing shall be removed first and then all horizontal members in one plane.
After reaching to second last horizontal plane, first bracing of 3 m from ground level plane shall be
installed. Then the horizontal members from second level shall be removed.
Loose members shall be segregated and shall be collected in boxes and shall be lowered
properly.
Loose scaffold member shall be lowered down by rope and not by using men chain or throwing.
While dismantling or erecting scaffold spanner shall be used with proper string in hand to avoid
any fall.
28.1.3Mobile Scaffolds
Mobile scaffold shall be used on a level and smooth surface only.
The minimum base dimensions for mobile scaffolds used internally and externally shall be 3.5 and
3.0 times respectively.
If the tower is exposed to movement or exposed to more than light winds, physical ties shall be
used.
Mobile tower scaffolds shall have wheels fitted at base with a locking device.
Mobile scaffold shall not be moved by carrying any workmen or loose materials.
Capability of worker for manual material handling should be considered in before assigning the task.
The contractor shall offer his slings and lifting gears for inspection and approval of
owner/consultant/ EIL before putting it in to the job.
Contractor shall submit manufacturers test certificate and test certificates from Govt. approved
certifying authorities for all of his lifting gear and slings.
Lifting gear in use shall be thoroughly examined once at least in every twelve months by a competent
person.
The Safe Working Load (SWL) and manufacturers serial numbers shall be clearly marked on the
slings and the lifting gears, either by tagging, stamping, engraving or embossing. These markings on
lifting gears and slings shall be inspected and a register shall be maintained.
If SWL and manufacturers serial numbers is not clearly marked, those slings and lifting gears shall
be prohibited to use.
30.5 Hooks
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Loads shall be applied only in the part designed to take them, Point load shall be avoided as point
load results in overstressing the hook causing it to break.
0
The hook shall be removed from the service if there is a visible crack and if it is twisted 10 out of
place.
30.6 Shackles
Contractor shall use the correct pin for each shackle. Rebar, mild steel bolts are not acceptable
replacement for shackle pin.
All lifting appliances including all parts and gears thereof, whether fixed or movable shall be
thoroughly tested and examined by a competent person at least once in a year or after it has
undergone any alterations or repairs liable to affect its strength or stability. Within the validity, if the
lifting appliances are shifted to a new site, re-examination by the same competent person for
ensuring its safety shall also be done.
Contractor shall maintain list of lifting appliances, lifting appliances maintenance register and shall be
submitted to owner/consultant/ EIL on regular basis.
The contractor shall not employ any person to drive or operate lifting appliances unless he is above
twenty-one years of age and possesses a valid heavy transport vehicle driving licence as per Motor
Vehicle Act and Rules.
The operator shall possess the knowledge of the inherent risks involved in the operation of lifting
appliances.
The operator shall be is medically examined and the report shall be submitted to owner/consultant/
EIL.
The laminated photocopies of test certificates issued by competent person, the operators photo,
manufacturers load chart shall be displayed in the operator cabin.
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Lifting appliances shall be periodically inspected and reports shall be submitted to owner/consultant/
EIL.
indicators, etc. shall be periodically examined and maintained always in working condition.
Boom shall be free from bents, cracks, rust, flaking or cracked paint, bulges, greases etc.
Hydraulic pipes any fittings shall be free from any leak.
The operator cabin shall have wind shield, wipers etc. The wind shield shall be clean ad free from
cracks.
Fire extinguisher shall be provided at operator cabin.
Crane Radius
Boom Length
Safe working limits of the crane as per load chart
Ground and site condition
Placement of crane
Swing radius
Sling angles
Hand signal and necessary communication to be used.
Contractor shall submit all manufactures operator manual, third party test certificate to
owner/consultant/ EIL.
Before beginning any crane operation the supervisor and operator shall complete the pre-lifting
checklist. The same shall be submitted to owner/consultant/ EIL.
The outrigger of the crane shall be fully extended prior to the lift and shall be padded on firm base.
Lifting activity shall not be carried out when wind velocities is 25km/hr or greater or during other
adverse condition.
Sufficient clearance shall be maintained while working near over head power lines
Up to 250,000 volts at least six meter clearance shall be maintained.
Above 250,000 volts at least 7.5 meter clearance shall be maintained.
Contractor shall deploy only the riggers having sufficient knowledge, experience and skill.
A trial lift shall be carried out, raising the load a short distance above its pick-up point, to check the
stability of the crane, and the efficiency of the brakes.
Crane boom swing radius shall be barricaded and safety sign boards shall be displayed.
Signal man shall be provided with retro-reflective jacket and he is the only authorised person to give
signal to the operator.
No person shall move beneath the load and travel on the load.
adverse condition.
Suitable anchor points shall be provided in the basket and personnel being lifted shall anchor their
full body safety harness to the anchor points.
The crane operator shall not leave the cabin after personnel are lifted. In case of emergency, all
personnel shall be lowered to ground and leave the cabin.
33.2 The contractors shall provide a list of vehicles needed to be used at site and formulate a procedure
relating to construction vehicle inspection, operation and maintenance. It must be consistent with the
manufacturer's recommendations and consultants requirements.
Contractor's construction vehicles are to be periodically inspected and maintained according to pre-
determined schedule. Records of all inspection and maintenance shall be maintained and submitted
to owner/consultant/ EIL on regular basis.
Vehicle maintenance or repairing work shall not be carried out inside the construction site.
33.3 Operators entering site shall be instructed to follow the safe system of work adopted on site. These
shall be preferably, written instructions showing the relevant site rules, the site layout, delivery areas,
speed limits, etc.
33.4 All vehicle operators shall undergo medical fitness test, audiometric test and vision check test. The
medical certificates of those operators shall be submitted to owner/consultant/ EIL.
All Vehicles shall be fitted with audible reverse alarms and maintained in good working condition.
Reversing shall be done only when there is adequate rear view visibility and under the directions of a
banksman.
All vehicles shall be equipped with wind shields and wipers. Cracked or broken wind shields shall be
replaced.
33.7 At start of each shift operator shall check oil, fuel, water and hydraulic levels, that all gauges are
working and the vehicle is functioning smoothly.
33.8 The maximum speed limit on the construction site is 20-km/ hr. The maximum speed limit in work
areas is 15-km/ hr.
Personnel must not be transported while standing on the bed of trucks or trailers or on material
handling / earth mounting equipment or they shall not be allowed to sit on doors.
Material extending from vehicle bed shall be indicated with red flag.
The latch on the dumper skips shall be in working order and release mechanism shall function
smoothly.
The operators shall turn-off the engine and remove the ignition key before leaving the vehicle.
Before moving the vehicle operator shall walk around it to see the area is clear. No one shall be
allowed to sit or lie around or beneath the vehicle.
Wheel stopper shall be provided to while parked at slopes, place near any excavations etc.
Only hose clamps designed for compressed air service shall be used. Worm drive (jubilee) clips
are not acceptable.
35.0 Noise
Noise must be kept to a minimum at all times and must not exceed acceptable and/or any work
activity which is likely to expose any employee on site to a noise level of 85 db(A) or above,
assessments should be carried out. In such circumstances, the contractor must keep stocks of
ear defenders or other suitable hearing protection and issue to the workmen who are exposed to
the higher levels of noise.
The Contractor shall ensure that noise generated from all powered mechanical equipment shall
be effectively reduced using the most modern techniques available including but not limited to
silencers and mufflers.
The Contractor shall construct acoustic screens or enclosures around any parts of the works from
which excessive noise may be generated.
Grinders, Cutters, Jack Hammer (pneumatic drills), Engine driven plant and the like, all give off
levels of noise that is harmful.
Earplugs and earmuffs are the commonest form of hearing protection to be used.
A person passes through an opening into a confined space and is considered to have occurred as
soon as any part of the entrant's body breaks the plane of an opening into the space is confined
space entry.
The danger may be as a direct result of a process being undertaken by persons in confined space
and the activities such as spray painting, use of cleaning fluids (solvents), hot work, abrasive
blasting, arc air gouging were considered as dangerous activities.
The hazards involved are asphyxiation, fire and explosion, oxygen enrichment or deficiency, dust and
fumes, electrocution, heat exhaustion.
36.2 Preparation
Contractor shall prepare method statement and submit to owner/consultant/ EIL for review at least
seven days prior to the commencement of the activity. Method statement for work in confined space
shall address the following as minimum.
Work scope and methodology
Nominated supervisors for obtaining permit to work and overall controller of the work activity.
Nominated stand by persons
Tools and equipments to be used
Explosion proof fittings
Flame proof lighting arrangement including emergency lighting
Ventilation arrangement
Access
Fire safety and fire extinguisher requirements
First-aid facilities
Rescue procedure and availability of equipment/ resource for rescue
36.3 Authorization
Nominated supervisor is a competent construction engineer who has adequate knowledge, skill,
experience and familiarity about working in confined space.
Contractors nominated supervisor shall ensure that workmen and other supervisors employed for
work in confined space are trained and competent in performing such task before signing the work
permit.
All entry into confined spaces shall be controlled by means of a permit to work and this shall be
obtained from owner/consultant/ EIL.
No new activity shall be introduced in to a confined space without permission and signed approval of
permit to work from owner/consultant/ EIL.
36.4 Access
Clear and safe access shall be maintained continuously while workers are in confined space.
Ladder shall be of suitable size and length.
Adequate lighting shall be provided at all access and egress points.
36.5 Communication
Effective communication shall be maintained between personnel in confined space and outside by
combination of visual/ voice or portable radio.
36.6 Ventilation
Contractor shall check the oxygen level and confined space entry shall only be permitted if level of
oxygen by volume is in between 19.5 percent to 23.5 percent.
The oxygen level shall be surveyed at regular interval while any task is performed in confined space.
The oxygen level survey details shall be maintained in log register.
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
Page 145 of 674
SPECIFICATION No.
SPECIFICATION FOR A133-00-6-82-0001 Rev. 0
HEALTH, SAFETY & ENVIRONMENT
MANAGEMENT AT DCU,CPCL Page 45 of 101
CHENNAI
Exhaust fan or other mechanical means shall be used to bring Lower Explosive Limit (LEL) 0% or
toxic gas below Threshold Limit Value (TLV). Also Self Contained Breathing Apparatus (SCBA) shall
be used if necessary.
Whenever spray painting is carried out in confined space, forced ventilation shall be provided to
avoid any accumulation of flammable vapours.
Stand by person shall be familiar with all possible hazards in confined space and remain outside
confined space entry until relived by another stand by person.
Rescue equipments such as full body safety harness, tripod, lifelines, Self Contained Breathing
Apparatus (SCBA), stretchers, Man basket, crane shall be kept readily available.
37.0 Radiography
Radiography camera must be operated only by licensed radiographers certified by BARC under
the direct supervision of site-in-charge.
Contractor shall submit list of competent persons involved in radiography at least seven days prior
to the commencement of the job.
Contractor shall submit a list of authorised person involved in radiography associated works such
as isolation of sources, radiation survey meter surveyor, area cordon-off crew.
Field radiography shall be carried out during night time where there is no occupancy around.
All radioactive sources must be clearly identified with its strength of the source, activity at different
levels. A warning label should be displayed indicating Danger Radioactive Material.
The area shall be cordoned-off whenever radiography is carried out and the distance to be
cordoned-off is determined by the type and strength of radiation source to be used, the type of
exposure given, nature of occupancy and the total exposure time per week.
The radiation levels along the cordon should be monitored by suitable and calibrated radiation
survey meter to confirm the cordon-off distance is adequate.
Everyone involved in field radiography activity shall wear personnel monitoring badges.
Radiation warning symbols shall be conspicuously posted along the cordon in English, Hindi and
vernacular languages. It shall be readable from a distance of 7 m under normal illumination.
All safeguards should be implemented to ensure that workmen are not crossing the barricades.
The boundary of cordon on all sides shall be adequately illuminated throughout the duration of
radiography.
Red warning lights must be posted at night along boundary of cordon and especially at the point
of entry.
Hand tools used for electrical operations shall be properly insulated and shall be non-conductive
type.
Screwdrivers used shall correct size of tip to fit the slot of the screw.
Screw drivers shall not be carried in pockets of clothing.
Hammers handles shall be made of smooth timber. Hammer head should be secured to wooden
handles with proper wedges.
Chisels edges shall be kept sharp all the time. The original shape and angle shall be maintained.
The chisel should be handled by tongs. Holding chisel by hand while chipping shall be avoided.
Shovel blade shall not be allowed to become blunt, turned, split or jagged.
Only spanners and adjustable wrenches shall be used. Improvised extension of spanners may
cause shearing of bolt and slip of tool.
The ordinary wrenches shall not struck by hammer.
Pipe wrenches should be large enough for the job. It should not be struck with hammer nor, shall
be used as hammer.
Pliers used for electrical works shall be fitted with insulated handle.
The hacksaw blade to cut shall be set in hacksaw frame. The teeth shall point forward direction
and sufficient tension should be applied to ensure the blade is maintained rigid.
39.0 Demolition
Prior to the commencement of any demolition work and also during the process of demolition
contractor shall follow the following additional precautionary steps shall be observed.
All roads and open areas adjacent to the particular site shall either be closed or suitably
controlled.
All underground / overground power / telephone cables or water / sewerage lines in the vicinity of
the particular site shall be either suitably diverted or made non-functional for the duration of the
demolition activity.
All practical steps shall be taken to prevent danger to persons employed from risk of fire or
explosion or flooding. No floor, roof or other part of the building shall be overloaded with debris or
materials as to render it unsafe.
Event Penalty
Failure to submit HSE reports/check Lists, etc., by 5th of Rs 1000 /month and Rs 100 / day
every month to EIL/OWNER for further delay
Working without clearance Rs 5000/occasion
Hot work without proper Clearance / permit Rs 10000 / occasion
For not providing shoring / strutting / proper slope and not
keeping the excavated earth at least 1.5M away from the Rs 5000 / occasion
excavated area
41.2 In case the violation / non-compliance of above Safety, Health & Environment rules results in results
in any Physical Injury or Fatal Accident, an additional penalty as given below shall also be imposed
on to the Contractor:
41.3 For any reportable physical injury as per Indian Factories Act - 1948: Additional penalty of 0.5 % of
the contract value subject to a maximum of Rs.2,00,000 (Rs. Two Lakhs Only) per injury in addition
to the penalty of Rs.5000 as per 41.2 above
41.4 For Fatal accident: Additional penalty of 1 % of the contract value subject to a maximum of
Rs.10,00,000 (Rs. Ten Lakhs Only) per fatality in addition to the penalty of Rs.5000 as per 41.2
above.
42.1 In case of fatal accidents: Rs.1.0 lacs (Rs. One Lakhs) within 5 days of accident.
42.2 In case of loss of both the limbs (hand / legs/eyes/ ears) : Rs.50,000/- (Rs. Fifty Thousand ) within 1
week.
42.3 In case of loss of one limb (hand / legs/eyes/ ears) : Rs.25,000/- (Rs. Twenty Five Thousand ) within
1 week.
42.4 In case of any injury not specified above, Rs.1000/- (Rs. One Thousand) to Rs.5000/- (Rs. Five
Thousand) as directed by Engineer-in-charge within 1 week.
2. Safety committee Through meetings at To be formed consisting Owner, Consultant, Contractor / Sub Contractor and Representatives of workers.
predefined interval.
3. Training (Induction and For everyone As per Training Requirement in HSE Manual Entry passes to be issued only
Periodic) after induction
4. Reporting
4.2 Weekly First Aid and Weekly Weekly W Weekly Once a Week R
Illness Reports
4.3 Labour Report with Work Daily Daily Daily Daily Daily R Summary at the end of
hours month
6. Facilities
iii. Medical examination (Pre & Regular Periodic N.A. N.A. Periodic S Once in a Month
Periodic)
Legends: W Witness
Rw Review of Sub-Contractors document
R Random verification
S Surveillance
NA Not applicable
EIL
Resident Construction Manager
Safety officer
Safety Manager
Safety Engineer
Safety Observer Safety Observer Safety Observer Safety Observer Safety Observer
Agreed date
Sl. Target
Remarks in Previous Action by
No Date
meeting
P - Positive; AR - At Risk: UA - Unsafe Act; UC - Unsafe Condition; LB - Lack of Belief; LT - Lack of Training; LI - Lack of Interest; LR - Lack of Resource; C - Closed; O-Open
SOR
Direct
Observation Indirect Cause SOR SOR Status Closed
Date Time Observer Location Description Cause Corrective Action
category on
P AR UA UC LB LT LI LR C O
Safety Devices
Caution tape/ Barricading Sign/Display boards Fluorescent jackets Lifeline/Fall Arrestor Safety net
pipes
Flash back Arrestor Fire extinguisher Fire blanket Warning lights
Others
Contractor shall complete the corrective action and submit the compliance report to EIL/ owner/consultant
Attachment 9
Attachment 9
Page 2 of 6
18 Fully planked working platform with handrails, mid rails & toe- 5
guards with secured access ladder extending 1 m from
19 Fall
the arrestors, lifelines & safety nets in use wherever 5
necessary?
20 Ensuring everyone anchoring the safety harness when 5
exposed to a fall of 2m and above
E Scaffolds & ladders 40
21 Scaffold designed & erected by trained personnel 5
Page 3 of 6
Project Date Location
Contractor Audit No. Audit Team members:
Page 4 of 6
Page 5 of 6
Page 6 of 6
Project Date Location
Contractor Audit No. Audit Team members:
Note: Contractor shall complete the corrective action and submit the sheet to EIL/Consultant/Owner.
15.0 Fall prevention and protection (Open edges, floor cut outs)
Safety Induction Attendance Register (Required only for two or more attendees)
Date of Induction: Total Number of Attendees: Induction Number:
Emergency Signature/
Gate Pass Blood Experience
Sl.No Full Name Designation Age Contractor Permanent Address Contact Thumb
Number Group in Role
Number impression
Supervisor
Electrician
Strength
Bar binder
Operators
Carpenter
Unskilled
Planned
operator
Scaffold
operato
Grinder
Vehicle
Painter
erector
Sl.No Training Topic
Welder
worker
Rigger
Mason
mover
Crane
Earth
Date
Fitter
r
1. Safety Induction
2. Personal Protective Equipment
3. Housekeeping
4. Work permit
5. First-aid
6. H2S
7. Mock drill
8. Excavation
9. Manual handling
10. Driving Safety
11. Working at Height
12. Scaffold
13. Hot work
14. Heavy lifting and Rigging
15. Fire prevention and protection
16. Electrical Safety
17. Hand and power tools
18. Confined Space Entry
19. Pre-commissioning Safety
20. Lock-out and Tag-out
Contractors Endorsement Date
Contractor Topic
Date Location
Time Conducted by
Signature/ Thumb
Sl.No Name Designation Organisation
Impression
1
10
11
12
13
14
15
16
17
Facultys Signature
Date
1.
Fatal
Recordable
Incidents
Medical Aid
Days away from work
Restricted Workday case
First-aid case
Near miss
Property Damage
Environmental Damage
Motor Vehicle Incident
Brief description of the incident during the week (if any):
Safety Metrics
Safety Induction
Tool Box Talks
Safety Training
Positive SOR
Other SOR
Safety Inspection
Safety Audit
Safe Plan of Action (SPA)
Safety Meeting
Remarks: Contractor shall submit supporting documents along with weekly safety report.
UPTO THIS
ITEM CUMULATIVE
PREVIOUS MONTH
1) Average number of Staff & Workmen MONTH
2) Man-hours worked
(average daily headcount, not man days)
3) Number of Induction programmes conducted
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Lost Time Accidents (LTA) Fatal
Other LTA
8) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
9) Number of Non-Loss Time Accidents
10) Number of First Aid Cases
11) Number of Near Miss Incidents
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen
14) Man-days lost due to accidents
15) LTA Free man-hours i.e. LTA free man-hours counted from the Last
LTA (enter date: .)
16) Frequency Rate (No. of LTA per 2 lacs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lacs man-hours worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
worked)
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner
22) No. of Audits conducted
23) No. of pending NCs in above Audits
24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) Whether workmen compensation policy taken Yes No
27) Whether workmen compensation policy is valid Yes No
28) Whether workmen registered under ESI Act, as applicable Yes No
Remarks, if any
Date: Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
Project: Contractor:
Immediate Supervisor
Consultants RCM
(Name and Contact Number to be updated)
Note:
First witness shall attend the injured person.
Supervisor shall inform emergency services and also the contractors RCM.
All incidents and near miss incidents shall be reported immediately.
Detail report shall be submitted within 24 hours irrespective of Sundays and holidays if any.
CONTENTS OF A FIRST-AID
BOX
A sufficient number of eye wash bottles filled with distilled water or suitable liquid clearly indicated
by a distinctive sign which shall be visible at all times.
4 per cent xylocaine eye drops, and boric acid eye drops and soda by carbonate eye drops.
Twenty-four small sterilised dressings.
Twelve medium size sterilised dressings.
Twelve large size sterilised dressing.
Twelve large size sterilised burn dressings.
Twelve (fifteen cm) packets of sterilised cotton wool.
(Two hundred ml) bottle of certimide solution (1 per cent) or suitable antiseptic solution.
One (two hundred ml) bottle of mercurochrome (2 per cent) solution in water.
One (one hundred twenty ml) bottle of salvolatile having the doses and mode of administration
indicated on the label.
One pair of scissors.
One roll of adhesive plaster (six cm X one metre).
Two rolls of adhesive plaster (two cms X one metre).
Twelve pieces of sterilised eye pads in separate sealed packets.
A bottle containing hundred tablets (each of three hundred twenty-five mg) of aspirin or any
other analgesic.
Twelve roller bandages ten cms wide.
Twelve roller bandages five cms wide.
One tourniquet.
A supply of suitable splints.
Three packets of safety pins.
Kidney tray.
A snake bite lancet.
One (thirty ml) bottle containing potassium permanganate crystals.
One copy of first-aid leaflet issued by the Directorate General.
Six triangular bandages.
Two pairs of suitable, sterilised, latex hand gloves.
IS : 1179 - 1967 Equipment for eye and face protection during welding.
IS : 1989 -1986 (Part - I & III) Leather safety boots and shoes.
Project: Contractor
Personal Protective Equipment Issue Register
Project Contractor
Location: DG ID:
Excavation Checklist
Project Contractor
Description of work: Dimension of the pit/ trench:
Sl. Day Mon Tue Wed Thu Fri Sat Sun
ITEMS
No Date
A) Before excavation
1 Excavation permit no -
Underground/ overhead facilities present are:
2
3 Underground cable detection done?
Has the exact location of excavation been
4
marked?
Has the operator possess a valid operating
5
license?
6 Whether SPA Prepared and displayed on site
The area to be excavated and hazards are clearly
7
communicated to the operator & the helper?
B) After excavation
Has adequate sloping maintained to prevent soil
8
collapse?
9 Any adjoining structure nearby?
10 Shoring / Sloping required?
Has the excavated pit hard barricaded (if
11
depth>0.6m), else soft barricaded?
12 Warning signs displayed?
Excavated earth stored 1m away from edge of
13
barrication?
14 Vehicle movement restricted?
Access/ egress ladder placed every 15m interval,
15
based on no of workmen?
16 Dewatering required?
Walkovers/ passageway provided at necessary
17
places?
18 Sufficient illumination inside the pit at all times?
Signature
Remarks: ( 3) good / YES, ( X ) Poor / NO. If No, Please indicate in the comments column.
Date: Comments
Date: Location
Date: Location
3 Guard in place?
4 Double insulated body?
5 Proper size spanner/ key in place?
Signature
Project
Contractor:
Inspected by:
Visual Inspection
Sl.NO Date Identification No. Result Location Date of Refill Date of Expiry
OK NOT OK
Comments/Remarks
Crane Register
Project Contractor
Third Party
Capacity Certificate Date into service Remarks
Sl.No Crane Type Manufacturer Model Year Current Owner
Rating (SWL) Reference
Number
Date Time
Contractor Make
Owner Operator
Operator
6 License
Competency Certificate
Signature Signature
Date Date
1.7.7.1
Pre-Lift Checklist
Project: Date:
Contractor
Lift Description:
Yes No
1. Crane Operator minimum qualification requirements?
12. The total lifted weight is below 95% of crane capacity capacity?
17. Crane set up per the lift plan (radius, configuration, etc)?
Signature: Date:
Date Date
Page
Format No. 202 of 674
8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
SAFETY PRACTICES DURING CONSTRUCTION
OISD-GDN-192
OISD-192
1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33
OISD-192
OISD-192
OISD-192
OISD-192
Adequate and safe means of access 5.5.1 Construction sites located in built-up
(atleast two, differently located) to areas and alongside vehicular and
and egress from all workplaces pedestrian traffic routes should be
should be provided. Same should be fenced to prevent the entry of
displayed and maintained. unauthorised persons.
5.3 HOUSEKEEPING 5.5.2 Visitors should not be allowed
access to construction sites unless
5.3.1 Ensure: accompanied by or authorised by a
competent person and provided with
i) proper storage of materials and
the appropriate protective
equipment;
equipment.
ii) removal of scrap, inflammable
material, waste and debris at 5.6 FIRE PREVENTION AND FIRE
appropriate intervals. FIGHTING
5.3.2 Removal of loose materials, which
5.6.1 All necessary measures should be
are not required for use, to be
taken by the executing agency and
ensured. Accumulation of these at
owner to:
the site can obstruct means of
access to and egress from i) avoid the risk of fire;
workplaces and passageways. ii) control quickly and efficiently
any outbreak of fire;
5.3.3 Workplaces and passageways, that
iii) bring out a quick and safe
are slippery owing to oil, grease or
evacuation of persons.
other causes, should be cleaned up
iv) Inform unit/fire station control
or strewn with sand, sawdust, ash
room, where construction work
etc.
is carried out within existing
5.4 PRECAUTIONS AGAINST THE operating area.
FALL OF MATERIALS &
5.6.2 Combustible materials such us
PERSONS AND COLLAPSE OF
packing materials, sawdust,
STRUCTURES
greasy/oily waste and scrap wood or
plastics should not be allowed to
5.4.1 Precautions should be taken such as accumulate in workplaces but
the provision of fencing, look-out
should be kept in closed metal
men or barriers to protect any
containers in a safe place.
person against injury by the fall of
materials, or tools or equipment 5.6.3 Places where workers are employed
being raised or lowered. should, if necessary to prevent the
danger of fire, be provided with:
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be i) suitable and sufficient fire-
used or other effective precautions extinguishing equipment, which
should be taken to prevent the should be easily visible and
collapse of structures or parts of accessible;
structures that are being erected, ii) an adequate water supply at
maintained, repaired, dismantled or sufficient pressure meeting the
demolished. requirements of various OISD
standards.
5.4.3 All openings through which workers
are liable to fall should be kept 5.6.4 To guard against danger at places
having combustible material,
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
xxi) The risks of falling, to which workers vii) Ensure barricading and staging for
moving on high or sloping girders supplying and fixing of rods at
are exposed, should be limited by all height.
means of adequate collective viii) For short distance carrying of
protection or, where this is imposs- materials on shoulders, suitable
ible, by the use of a safety harness pads to be provided.
that is well secured to a strong
support. ix) While transporting material by
trucks/trailers, the rods shall not
xxii) Structural steel parts that are to be protrude in front of or by the sides of
erected at a great height should as driver's cabin. In case such
far as practicable be assembled on protrusion cannot be avoided behind
the ground. the deck, then it should not extend
rd
xxiii) When structural steel or 1/3 of deck length or 1.5M which
prefabricated parts are being ever is less and tied with red
erected, a sufficiently extended area flags/lights.
underneath the workplace should be 6.3.4 Concreting
barricaded or guarded
xxiv) Steel trusses that are being erected i) Ensure stability of shuttering work
should be adequately shored, before allowing concreting.
braced or guyed until they are ii) Barricade the concreting area while
permanently secured in position. pouring at height/depths.
xxv) Load-bearing structural member iii) Keep vibrator hoses, pumping
should not be dangerously concrete accessories in healthy
weakened by cutting, holing or other conditions and mechanically locked.
means.
iv) Pipelines in concrete pumping
xxvi) Structural members should not be system shall not be attached to
forced into place by the hoisting temporary structures such as
machine while any worker is in such scaffolds and formwork support as
a position that he could be injured the forces and movements may
by the operation. effect their integrity.
xxvii) Open-web steel joists that are
hoisted singly should be directly
OISD-192
OISD-192
xv) All types of cylinders, whether full or 6.6.1 Following safety practices for
empty, shall be stored at cool, dry working in confined space like
place under shed. towers, columns, tanks and other
vessels should be followed in
xvi) Forced opening of any cylinder
addition to the safety guidelines for
valve should not be attempted.
specific jobs like scaffolding,
xvii) Lighted gas torch shall never be left cutting/welding etc.
unattended.
i) Shut down, isolate, depressurise
xviii) Store acetylene and oxygen
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
ii) Entry inside the vessel and to carry
separately.
out any job should be done after
xx) Avoid cylinders coming into contact issuance of valid permit only in line
with heat. with the requirement of OISD-STD-
105.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on iii) Ensure proper and accessible
their bottom edge but never means of exit before entry inside a
dragged. confined space.
xxii) If cylinders have to be moved, be iv) The number of persons allowed
sure that the cylinder valves are inside the vessel should be limited
shut off. to avoid overcrowding.
xxiii) Before changing torches, shut off v) When the work is going on in the
the gas at the pressure reducing confined space, there should always
regulators and not by crimping the be one man standby at the nearby
hose. manway.
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
xv) On sides not used for loading and xxii) On each side in which access is
unloading, hoist platforms should be provided, the cage should have a
provided with toe-boards and gate fitted with devices which
enclosures of wire mesh or other ensure that the gate cannot be
suitable material to prevent the fall opened except when the cage is at
of parts of loads. a landing and that the gate must be
closed before the cage can move
xvi) Where necessary to prevent danger away from the landing.
from falling objects, hoist platforms
should be provided with adequate xxiii) Every gate in the enclosure of the
covering. hoist shaft which gives access from
a landing place to the cage should
xvii) Counterweights consisting of an be fitted with devices to ensure that
assemblage of several parts should the gate cannot be opened except
be made of specially constructed when the cage is at that landing
parts rigidly connected together. place, and that the cage cannot be
xviii) Counterweights should run in moved away from that landing place
guides. until the gate is closed.
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
OISD-192
01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
Second Revision.
08. IS : 2361 Specification for Building Grips First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 Part I Safety Code for Scaffolds and Ladders : Part I Scaffolds.
14. IS : 3696 Part II Safety Code for Scaffolds and Ladders : Part II Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
OISD-192
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places
OISD-192
FOR RESTRICTED
CIRCULATION ONLY
OCTOBER 2002
CONTRACTOR SAFETY
CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.1 Owner
4.2 Contractor
4.3 Consultant
4.5 Designer
5.5 Training
6.0 REFERENCES
Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of
ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.
iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owners Engineer-in-charge
state of health. immediately.
The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including
5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
Select a job will depend upon size/type/complexity of
Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of
(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study
iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.
All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:
6.0 REFERENCES
1) OISD-GDN-206 on Safety
Management System
4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding First Revision
7 IS: 1989 Part II Leather Safety Boots and shoes for heavy metal industry
8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
Second Revision
12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations First Revision
14 IS: 3696 Part I Safety Code for Scaffolds and Ladders: Part I Scaffolds
15 IS: 3696 Part II Safety Code for Scaffolds and Ladders: Part II Ladders
17 IS: 4014 Part I & II Code of Practice for Steel Tubular Scaffolding
18 IS: 4081 Safety Code for Blasting and Related Drilling Operations
21 IS: 4138 Safety Code for working in compressed air First Revision
23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards First Revision
25 IS: 5121 Safety code for piling and other deep foundations
26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials
27 IS: 6994 Part I Specifications for safety gloves: Part I Leather and Cotton
gloves
32 IS: 7069 Safety Code for Handling and Storage of Building Materials
35 IS: 7969 Safety Code for handling and storage of building materials
41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg
42 IS: 10291 Safety Code for dress divers in civil engineering works
43 IS: 10386 Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects
44 IS: 10386 Part II Safety Code for Construction, Operation and Maintenance for
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building
Statutory Regulations
In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
1.5 Gloves
1.7 Goggles
1.14 Others
2.5 Others
3.18 Others
4.0 PERMITS
4.7 Others
5.21 Others
6.8 Others
7.23 Others
8.17 Others
9.21 Others
10.20 Others
11.5 Others
12.7 Others
13.0 CONCRETING
14.7 Others
15.0 RADIOGRAPHY
15.9 Others
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?
16.14 Others
17.10 Others
18.11 Others
19.0 GENERAL
19.22 Others
Index
1.1 General
1.1.1 The Contractors employees and labour, engaged in the performance of the Work,
shall adhere to safe construction practice and guard against hazardous or unsafe
working conditions and shall comply with the Owners Safety Rules as set forth herein.
The safety rules specified herein are in addition to and not in substitution of the
applicable provisions of the Factories Act, 1948, The Contract Labour Act 1970, and
other statutory provisions, which in all cases shall apply.
1.1.2 Contractors employees shall abide by the Fire & Safety rules and regulations of the
Refinery since the job is to be done in the operational area. The contractor shall
ensure smooth construction activities/ hot works may be suspended temporarily as per
the instruction of the Engineer-in- Charge / Site Engineer / Fire & Safety Engineers.
Any extra claim for whatsoever reasons for such suspension of the work will not be
entertained.
1.1.3 The Contractor shall not be entitled to any extra or additional payment or other
compensation for the compliance with all applicable safety rules.
1.1.4 The requirement to comply with all applicable safety rules shall not entitle or justify the
Contractor to demand or claim any time or cost overrun.
1.1.5 Contractor shall post a qualified and experienced Safety Manager and provide Safety
Engineers / Officers / Supervisors in every shift, to exclusively oversee and ensure
compliance with all applicable safety rules. Contractor shall notify the name of the
safety manager / officer along with their bio-data to the head of F&S department of
owner.
1.1.6 "The contractor/his workmen/supervisor shall fully adhere to the security instructions
issued by Management from time to time.
1.1.7 It shall be the responsibility of the Contractor to keep those engaged in the Work duly
and promptly informed of any patent and latent dangers at the work sites. The
Contractor shall undertake safety talks with his staff and labourers each day before the
commencement of the work and outline dangers on site.
1.1.8 The Contractors shall not employ minors (persons below the age of 18 years) in any
part of the refinery. Also, the women workers shall not be engaged in hazardous
areas. Notwithstanding the requirement under any applicable law, the Owner or the
Engineer-in-charge, may at any time require the Contractor to subject any contract
workman, to a medical examination, generally or in relation to specific jobs such as in
canteen, tank cleaning, work at height, etc.
1.1.9 Female employee shall not be allowed to bring their child to workplace inside Refinery
premises. Contractor shall make suitable arrangement in case need, outside Refinery
premises at his own cost.
1.1.10 The weekly safety report should be submitted in the prescribed format.
1.1.11 For any damage done by the contractors employees to the existing facilities of the
Refinery, the contractor shall be solely responsible to make good as per the instruction
of the Engineer-in-Charge / site engineer.
1.1.12 For any overhead work contractor has to arrange necessary safety belt for his
workman at his own cost.
1.1.13 Contractors are prohibited from using Cellular phones within the Refinery premises,
except to the extent permitted by the Owner by special or general order / instruction.
1.1.14 Contractors personnel shall abide by the applicable instructions as may be issued
from time to time to handle any emergency situations, such as explosion, fire, terrorist
attacks, major accident, etc. In the event of such emergencies, the Contractors
personnel shall stop their work and proceed to a safe designated place assembly point
in the area of their work and inform the Engineer-in-Charge immediately. If needed,
they shall be safely evacuated.
1.1.15 The contractor/his workmen/supervisor shall fully adhere to the security instructions
issued by management from time to time.
1.1.16 The contractor shall ensure that the workmen working with him comply with safety
rules mentioned in the Safety booklet for Contractor and their employee. Booklet can
be had free of cost from CPCLs Fire & Safety Dept.
1.1.17 Contractor personnel shall stop their work and proceed to a safer area in the event an
emergency arises they are working like, in case of fire, oil spillage, power failure, etc.
Before re-commencement of the job they should obtain fresh clearance of supervisor
of area involved.
1.1.18 List of electronic equipments/gadgets brought inside refinery by contractor for official
purpose shall be submitted to the security at Main Gate.
1.2.1 Contractor shall ensure maintenance of first aid facilities for his employees and those
of his sub-contractors. However, if practicable and available, emergency first-aid
treatment may be obtained from Owners First Aid Center / Emergency Care Center.
1.2.2 The contractor has to maintain the following at job site : First Aid Box with required
medicines, Safety Register, Injury Record, Records of weekly staff safety meeting,
Record for safety briefing / Training at site by contractor
1.2.3 Contractor shall make his own arrangements for the transportation and treatment of
his employees and those of his sub-contractors suffering injuries. Name and telephone
numbers of those providing such services shall be prominently displayed in
Contractors Site Office.
1.2.4 All cases of personal injury sustained by the Contractors personnel within the
premises of the Owner shall be promptly reported in writing to the Engineer-in-charge /
Emergency Care Center / Owners Safety Department, if occurring during normal
working hours and to the Shift Manager or Emergency Care Center of the Owner if
occurring at other times. The date on which the injured workmen returned back to work
shall be reported to Engineer-in-charge / CLM cell / Owners Safety Department
1.2.5 The Contractor shall be solely responsible for any and all liability under the Workmens
Compensation Act, and other applicable laws with respect to all those engaged by the
Contractor or any sub-contractor.
1.2.6 All personnel injuries sustained by contractor personnel and damages to vehicle and
property, no matter how slight they are, shall be promptly reported to the concerned
department and safety department during normal working hours and to the Refinery
Shift Manager (RSM), other than normal working hours.
1.2.7 Medical treatment for injured contractor personnel will be entirely the responsibility of
contractors.
1.2.8 Any questions or doubts on the safety regulations enumerated in this booklet or the
generally accepted safety working practices may be clarified with the concerned
department of safety section.
1.3.1 Carrying / Striking of matches, lighters inside the Owners premises or smoking within
the refinery, tank farm or dyke limits are strictly prohibited. Owners regulatory officials
shall be entitled to forthwith remove, using force if necessary, anyone violating the No
Smoking and other fire safety rules.
1.3.2 Any contractors employee who is found smoking or in the possession of matchbox or
lighter or any other means of ignition in a prohibited area will be turned out from the
premises of the Refinery. Suitable action as decided by the Management will also be
taken against the contractor/contractors employees.
1.4.1 Contractor shall obtain the necessary entry permits for all his labour before
commencing the job and abide by the instructions in this regard.
1.4.2 A hot work permit issued by the concerned department or area-in-charge must cover
any work carried out within Refinery. In addition a clearance must be obtained from the
Any work involving open flames, spark such as welding, gas cutting, soldering,
grinding, concrete breaking, use of hurricane lamps and internal combustion driving
vehicles / Radiography / Crane lifting / Vessel entry.
Sand blasting, Trucks, Jeeps, Cranes, Lifts, Cars or any kind of vehicle driven by an
internal combustion engine or by batteries
Entry of vehicles inside battery limits of process area within tank dykes and adjacent
to pump houses and loading gantries etc.
1.4.3 The contractor shall ensure that all labourers / supervisors engaged by him will carry
identify Card/Photo Pass displayed on their person during working hours at the work
place in/out side Refinery for their easy identification
1.4.4 The contractor shall not commence the job without the valid permit for the area and for
the job. The following are the types of permits / clearances to be obtained by the
contractor as per the requirement of the job: Clearance from the area-in-charge and
shift engineer, Cold work / excavation permit, hot work permit, working at height /
depth permit, working in confined area / vessel entry permit, Electrical isolation &
Energisation permit, any other permits
1.4.5 Before starting any work, contractor shall apply at least one day ahead for fire & safety
permit for excavation, electrical, gas welding and cutting work to Engineer-in-Charge of
work/ works who in turn will arrange for such permits. The contractor shall take all the
precautions given in the permit before starting of the work to the full satisfaction of the
Engineer-in-Charge of the sections. On account of operational problem it is possible
that the clearance and permit may get delayed for which the contractor shall not ask
for the idle charges. Fire equipment such as fire extinguishers, fire hoses, control type
nozzles, personal protective equipment, Blow man air apparatus etc required for safety
precautions are to be arranged by contractor himself. However in case of emergency
on authorization from Engineer-in-Charge those items will be issued from the
Refinerys Fire Station on chargeable basis and shall be returned after completion of
the work / works in working conditions, to the full satisfaction of the Fire & Safety
Officer. In case of any damage to the fire & safety equipments issued or used by the
contractor, the contractor shall bear the cost of such damage in full and the same will
be recovered from his bills.
1.4.6 Safety measures stipulated in the respective Work Permits shall be strictly complied at
all times when within the premises of the Owner.
1.4.7 Owner reserves the right to cancel a work permit without assigning reasons. When
called upon to stop the work by the Engineer-in-charge, the Contractor shall
immediately cease to continue the work. Before re-commencement, fresh work permit
must be obtained.
1.4.8 The Engineer-in-Charge reserves the right to terminate the contract and forfeit any or
all amounts due to him in case he finds that the precautions written on the permit are
not strictly adhered to by the Contractor.
1.4.9 Open fire such as burning of wood, coal etc. is strictly prohibited inside the battery
area.
1.4.10 While carrying out the hot job, the contractor and his workmen must ensure the
following safety measures and job should not be carried out without these :
1.4.11 All Flammable / combustible materials should either be removed from the work place
or should be properly protected.
a) Entry of personnel into any process area of storage facilities that has been in
service.
b) Entry into hazardous area where chemicals and hazardous materials are either in
use or stored.
1.6.2 Contractor shall ensure the following at the time of entry into the vessels: Stand by
persons, provision of exhaust fan & use of breathing apparatus
shall ensure that their staff/workmen carry with them valid passes/work permits etc for
proper identification inside the battery area.
1.7.2 Contractor shall arrange to apply for and secure valid gate passes for the entry and
exit of his men, materials and equipment, including those of the sub-contractors, from
the concerned authorities of the Owner.
1.7.3 The complete job is to be carried out within the running unit of Refinery. The
Contractor shall take all necessary safety precautions and obtain required certificates/
fire permits / safety/ work permits etc. from the competent authority before carrying out
any hot works during the execution of the entire works covered by this tender. Safety
barricade wherever necessary are to be put up at his own cost.
1.7.4 The Contractor shall make his own arrangements of Gate Pass with photo for his
employees as prescribed and instructed by the Security dept. i.e. CISF, and Contract
Labour Management Cell (CLM) at his own cost, each gate pass has to be endorsed
by the Security Officer of the Refinery before the pass be used by any employee. In
case of termination of the service of any of his employee during the contractual period,
the contractor shall have to surrender the Gate Pass issued to the employees to the
Security Dept. At the end of the project all the gate passes endorsed by the Security
Dept. for use of the contractors employees shall have to be returned.
1.7.5 The contractor shall ensure that their workmen/ supervisors shall not move to other
places other than their work premises without proper permission / authorisation.
1.7.6 The contractor shall ensure verification of antecedents of the labourers/ supervisors
from Polices / Sarpanch/ other officials before they are engaged by him. No person
having adverse antecedent shall be employed by the contractor. The contractor shall
be held responsible for all the acts carried out by his workmen.
1.8.2 CPCL will provide fire protection equipment wherever it is required. The concerned
department will instruct contractor personnel the operation of such standby fire
protection equipment who are working on such jobs. In the event of an accidental fire,
it is expected of such personnel to make efforts to extinguish the fire with the standby
equipment made available and the contractor personnel should immediately get in
touch with any CPCL personnel available or, inform (Phone 101 / 3630 / 3663) or
break the nearest fire alarm points glass. In all cases accidents fires shall be reported
to the Engineer-in-charge of the area concerned.
1.8.3 Contractor or their workmen shall not remove the fire hose / extinguishers from their
locations under any circumstances.
1.8.4 A work permit must be obtained prior to contractor personnel drawing water from the
Refinery firewater loop through Engineer-In-Charge.
1.8.5 All efforts should be made by contractor personnel to prevent occurrence of any
unwanted fire. Gasoline driven engines, trucks, tractors etc. shall not be filled with fuel
while the motor is still running.
1.8.6 Gasoline, naphtha, benzene or toluene must not be used as a cleaning agent or
solvent.
i) Speed Limit: The speed limit of all vehicles within the refinery is limited to 25
KM per hour. All vehicles must be mechanically sound and have an efficient
exhaust, silencer, horn, brakes and filler cap. Approved type of spark arrestor
shall be fitted on exhaust of vehicles. In any case, vehicle drivers should take
cognizance of load, vehicle conditions and adjusts their driving accordingly.
ii) Vehicles driven inside the refinery premises should have effective brakes
horns, lights, fuel cap, mufflers, flame arrestors etc
iii) Vehicle drivers shall always check overhead and side clearance while driving
vehicles inside refinery
iv) Overtaking of vehicle in side refinery is prohibited
v) PARKING: Park vehicles only in approved area. Vehicles must be parked in
such manner that they will not move while unattended. As a general rule,
vehicles should not be parked at road bends; in front of fire equipment sheds
and fire fighting equipment thereby blocking access to them.
vi) Vehicles shall be parked only in designated areas. No vehicle shall be parked
opposite fire hydrants or at the intersection of roads or within 10 meters of
any road corner or in front of the Fire Station.
1.9.2 No vehicles should enter into any operating area without valid fire permit followed by a
safety clearance from the area-in-charge (this includes process areas, tank farms and
loading racks).
1.9.3 Vehicles shall carry only the number of passengers or weight of load it is authorised to
carry as per law. Loads carried in trucks shall be properly secured so that they will not
accidentally fall off while vehicle is in motion.
1.9.4 Any kind of repair work on Contractor's vehicle is not allowed inside the Battery area.
1.9.5 The contractors shall prominently display the name of their company on all the
vehicles including tractor trolleys, trucks, open jeeps, cranes which are allowed by the
Engineer-in-charge to enter inside the Refinery for carrying out the job. The display
board shall be put on front and rear side of each of the vehicle.
1.9.6 Hand cart, tractor-trolley etc should also bear the name of the contractor clearly.
1.9.7 Only open type of vehicles like jeep etc are allowed inside the Refinery having fitted
with approved spark arrestor
1.9.8 Vehicles such as tractors, cranes or forklifts shall not be used to transport people.
1.9.9 Contractors vehicles, trucks, tractor, cranes and other portable equipments e.g. Air
Compressor, DG Set, Dewatering pumps etc. used inside Refinery premises (where
Hydrocarbon is used as fuel) for execution of the job must be mechanically sound and
have an approved spark arrester and have exhaust complying pollution norms. Idle
running of those vehicles and equipments shall be avoided.
1.9.10 Photocopy of the vehicle gate pass along with the drivers photo shall be pasted on the
windscreen for display. Driver shall keep valid driving license along with him
1.9.11 No Contractors material should be spread or stacked on any of the roads, unless it is
in the performance of the Work.
1.9.12 The Work shall, as far as is practicable, be carried out by the Contractor so as not to
interfere with the normal activities of the Owner and the normal use of all facilities in
the Owners premises.
1.10.1 Contractor shall erect and maintain suitable barricades to guard or protect :
a) Excavations, demolitions
b) Hoisting areas
1.10.2 Contractors employees and those of its Sub-contractors shall become acquainted with
Owners barricading practice and shall respect the provisions thereof.
1.10.3 Barricades and hazardous areas situated in passages, pathways, or roads and in
areas adjacent thereto shall be conspicuously indicated including by red flasher
lanterns at night.
1.11.1 Suitable scaffolding should be provided for workmen for all works that cannot safely be
done from the ground or from solid construction except such short period work as can
be done safely from ladders. When a ladder is used, an extra mazdoor shall be
engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable footholds and handholds shall be given in inclination not steeper than 1 in 4 (1
horizontal and 4 vertical).
1.11.2 While working at height, at more than 2 mtrs. from floor level, following safety
precautions has to be followed:
(i) Contractor has to obtain the permit for working at height duly approved by
competent authority
(ii) Proper type of scaffolding / platform /ladder should be made to facilitate the
job at height. Minimum 2 nos. of ladders should be provided at opposite
sides.
(iii) Use of bamboo scaffolding is strictly prohibited inside the Battery area. Only
steel scaffolding shall be used for work inside the Refinery. The steel
scaffolding material and it's erection shall be done as per relevant IS
specification
(iv) The contractor shall ensure the use of safety belts by the person who is
working at heights. Safety belt to be used should be of good quality (IS
marked) and shall be hooked up with firm support.
(v) Full body safety belt, horizontal & vertical fall arrestor are to be used
(vii) Before starting the job, scaffolding shall be inspected by competent person
and a record of the same shall be kept at site.
1.11.3 All scaffolding material used shall be as per relevant IS specifications and tested
periodically as per statutory requirements.
1.11.4 Scaffolding or staging more than 12 meters above the ground or floor, swing or
suspended from an overhead support or erected with stationery support shall have a
guard rail properly attached, bolted, braced and otherwise guarded at least 1 meter
above the floor or platform of such scaffolding or staging and extending along the
entire length of the outside and ends thereof with only such openings as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so
fastened as to prevent from swaying from the building or structure.
1.11.5 Working platform, gangways and stairways should be so constructed that they should
not sag unduly or unequally and if the height of the platform or the gangway or the
stairway is more than 12 meters above ground level or floor level, they should be
closely guarded, should have adequate width and should be suitably fastened as
described in clause 1.11.4 above.
1.11.6 Any opening in the floor of a building or in working platform be provided with suitable
means to prevent the fall of persons or materials by providing suitable grills, fencing or
railing having a minimum height of 1 meter.
1.11.7 Safe means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over
900 cms. in length, while the width between the side rails in rung ladder shall in no
case be less than 30 cms. for ladder upto and including 300 cms. in length. For longer
ladders, this width should be increased at least 6 mm for each additional foot of length.
Uniform step spacing shall not exceed 30 cms. Adequate precautions shall be taken to
prevent danger from electrical equipment. No materials on any of the sites of work
shall be so stacked or placed as to cause danger or inconvenience to any person or
public. Contractor shall also provide all necessary fencing and lights to protect the
workers and staff from accidents, and shall be bound to bear the expenses of defense
of every suit, action or other proceedings, as law that may be brought by any person
for injury sustained owing to the neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit or action or proceedings
to any such persons or which may be with the consent of the Contractor be paid to
compromise any claim by any such person.
1.11.8 Scaffolding must be inspected and certified fit by the Contractors Safety Manager
weekly or more frequently in the event of adverse weather. Such inspections shall be
recorded.
1.12.1 All trenches 1.2 meters or more in depth, shall at all times be supplied with at least one
ladder for each span of 30 meters length.
1.12.2 Ladder shall be extended from bottom of the trench to at least 100 cms. above the
surface of the ground. The site of the trenches which are 152 cms. or more in depth
shall be stepped back to give suitable slope or securely held by timber bracing, so as
to avoid the danger of sides to collapse. The excavated material shall not be placed
within 152 cms. of the edge of the trench or half of the trench depth whichever is more.
Cutting shall be done from top to bottom. Under no circumstances undermining or
under cutting be done.
1.12.3 All the areas where the existing grading is disturbed in the course of work by the
contractor, shall be made good by him to the full satisfaction of the Engineer-in-
Charge.
1.12.4 This job must be executed only after obtaining a valid excavation permit for the
particular area where the excavation is required to be done. The permit shall be
considered valid only when it is signed by the authorized person of CPCL in addition to
other signatories like F&S officer, Civil Engineer, the electrical section and supervising
Engineer-in-Charge of the particular area where the excavation is to be carried out
1.12.5 If any excavation job is being done at the depth, then following precaution needs to be
taken up.
Contractor has to obtain the permit "Working at Depth" duly authorised by competent
authorities.
Excavation shall be done with adequate slop instead of vertical to avoid collapse of
wall.
Minimum person shall be kept inside the pit. All idle workers should be removed from
there.
Heavy machinery like crane etc. should not be used near the pit.
1.12.6 This job must be covered by an excavation permit, which must be signed by the
concerned authorities as mentioned in the permit. In addition to excavation work
permit, specific work permit shall be required to be obtained depending upon the
nature of work. The company reserves the right to cancel a permit without assigning
any reasons. When called upon to stop the work by any personnel of the company,
contractor shall immediately cease to continue the work. Before re-commencement, a
fresh permit must be obtained.
1.13 Demolition:
1.13.1 Immediately prior to the commencement of any demolition work and also during the
process of demolition the following additional precautionary steps shall be observed.
(i) All roads and open areas adjacent to the particular site shall either be closed
or suitably controlled.
(iii) All practical steps shall be taken to prevent danger to persons employed from
risk of fire or explosion or flooding. No floor, roof or other part of the building
shall be overloaded with debris or materials as to render it unsafe.
1.14.2 For the safe conduct of certain job, the supervisor of the area concerned will stipulate
personnel protective equipment. Contractors shall provide such equipment to their
personnel. However, in certain cases, personnel protective equipment maintained by
the Refinery will be made available for this purpose. Such equipment shall be returned
to the authorities in working condition to the full satisfaction of fire & safety officer. In
case any damage, to the Fire Protective equipment i.e. Fire hoses, safety helmets,
nozzles, fire extinguishers etc., the contractor shall bear the cost of such damage in
full as decided by the Fire & Safety dept. and will be recovered from his bill. Personnel
working in the process area and those engaged in any type of work shall wear
helmets, safety shoes. When working at height they shall use full body safety belt.
They should use, proper goggles when engaged in working or gas cutting, Mask and
suit while vend entries, valve pits, confined spaces.
1.14.3 Workers engaged in mixing asphalt materials, cement and lime mortar shall wear
protective foot ware (Gumboot) and protective gloves.
1.14.4 Contractor shall arrange all Non-Respiratory Type of Personal Protective Equipment
(PPE) (e.g. Safety Goggles, Welding Helmets, Belts etc.) at their own cost and shall
ensure use of these PPE by their workmen/ personnel during execution of the job as
per Fire & Safety Rules and Regulations of the Refinery and as directed by the Site
Engineer-in-Charge. Fire & Safety Dept. may be contacted for any clarification on
Safety Regulations.
1.14.5 Workers engaged in white washing and mixing or stacking of cement bags or any
materials which are injurious to eyes shall be provided with protective goggles / dust
masks.
1.14.6 Those engaged in welding and cutting works, shall be provided with protective face
and eye-shields, hand gloves, apron etc.
1.14.7 Stonebreakers shall be provided with protective goggles, hand gloves, safety shoe and
protective clothing.
1.14.8 When workers are required to work in sewers and manholes, which are in use, the
Contractor shall ensure that the manhole covers are opened, ventilated, gas tested for
hydro carbon / toxic gas / oxygen and obtain vessel entry permit and the manholes so
opened shall be cordoned off with suitable railing and provided with warning signals or
boards to prevent accidents. Respiratory protective equipment shall be used as
advised by Engineer-in-Charge / Fire & Safety Dept.
1.14.9 Special precautions and personal protection shall be taken as per Refinery Safety
Regulation during the following jobs:
(i) Handling of Hazardous Chemicals, gases and Materials etc. (e.g. Hydrogen
Sulphide, Carbon Monoxide, Acids, Chlorine, Ammonia, Pyrophoric Iron etc.);
1.14.10 Contractor personnel shall not wear loose clothing while working around moving or
rotating machinery and equipment, and must wear helmets and safety shoes while
working in Refinery area.
1.14.11 Any questions or doubts on the safety regulations enumerated in this tender or the
generally accepted safety working practices may be clarified with the concerned
department of safety section.
(i) On noticing any bomb/ unattended baggage or object lying in the plant area,
they should immediately inform the CISF control room on Telephone No.3685
& 3660 and CPCL Fire Control Room No. 3630 & 3663.
(ii) They should not touch the object or try to open the baggage or fiddle with the
wires or battery if found attached to the object.
(iii) They should move away to a safety distance of approximate 300 mtrs.
without creating any panic.
(v) They should not move to the area unless clearance is given by security
personnel.
Dos & Donts in case of Bomb/Unattended baggages lying secluded places in the
Plant.
Sl. Sl.
Dos Donts
No. No.
1. On noticing any bomb or 1. Do not touch the bomb /
unattended baggage, in form CISF unattended baggage.
Control Room by quickest possible
means or on Intercom Telephone 2. Do not lift any attended baggage
No. 3685 / 3660 and CPCL Fire
Control Room on 101 / 3630 /
3663. 3. Do not go very close to the object
1.16.1 If there is risk of drowning or such like danger at or near the work site, adequate safety
equipment shall be positioned at such site(s) in ready-to-use condition. Steps
necessary for prompt rescue of any person in danger shall be taken.
1.16.2 When work is required to be performed in areas where H2S / CO gas is likely to be
present, the Contractor should ensure with the Permit Issuing Authority on the total
gas free atmosphere. Care should be exercised when work in a contaminated area up-
to the Threshold Limit Value (TLV) is undertaken, by wearing a Self Contained
Breathing Apparatus (SCBA) or using a Blow Man Apparatus. Such work should not
be performed by a single worker and should always be done under close supervision.
1.17.1 All hoisting machines and tackles including their attachments, anchorage and supports
shall be as per relevant IS specifications, standards and tested / inspected periodically
by the concerned competent authorities. Necessary records / certificates etc., in this
regard shall be maintained as per statutory requirements.
1.17.2 If hoists, cranes, derrick, mixer machine, pumps etc. are used by the contractor, the
following are to be ensured by the contractor and his workmen:-
1.17.3 These shall be of good mechanical construction, sound materials, and adequate
strength and free from patent defect and shall be kept in good repair and in good
working order.
1.17.5 Every crane driver or hoisting appliance operator shall be properly qualified. No
person under the age of 21 years shall be in charge of any hoisting machine
including any scaffolding winch or for giving signals to the operator.
1.17.6 In case of every hoisting machine and of every chain ring hook, shackle swivel and
pulley block used in hoisting or lowering or as means of suspension, the safe
working load shall be ascertained by appropriate means. Every hoisting machine and
all gear referred to above shall be prominently marked to show the safe working
load. In case of a hoisting machine having a variable safe working load, each safe
working load and the respective conditions under which it is applicable shall be
clearly indicated. No part of any machine or any gear shall be loaded beyond the
safe working load except for the purpose of testing.
1.17.7 In respect of machines made available by the Owner, the safe working load shall be
notified by the Engineer-in-charge. As regards Contractors machines, the contractor
shall notify the safe working load of the machine to the Engineer-in-charge,
whenever he brings any machinery to site of work and cause it to be verified by the
Engineer-in-charge.
1.17.8 Hoisting appliances should be provided with such means as will reduce to the
minimum, any risk of accidental descent of the load.
1.17.9 Adequate precautions should be taken to avoid the risk of any part of a suspended
load becoming accidentally displaced.
1.18.1 The Contractor shall deploy a competent Engineer / Electrician to attend to electrical
matters. All temporary power supply boards shall conform to IE Regulations.
1.18.2 Contractor or his nominated subcontractor should have valid electrical contractors
license for working in State. Contractor shall furnish a copy of the same to Engineer-
in-Charge before commencement of any work pertaining to Electrical System. In any
case, no work shall be permitted to be executed at site without a valid Electrical
Contractors License, and the decision of the Engineer-in-charge in this regard shall
be final and binding and no claim / compensation whatsoever shall entertained on
this account.
1.18.3 Motors, Gearing, Transmission, Electric wiring and other dangerous parts of hoisting
appliances should be provided with efficient safeguards.
1.18.4 The contractor should ensure that the portable electrical equipment like grinding
machine, drilling machine etc. is in healthy condition. The contractor should take all
precautionary safety action, as providing of earth leakage circuit breakers for their
portable electric machines, also double insulated portable equipment may be used.
1.18.5 All portable electrical apparatus shall be regularly examined, tested and maintained
to ensure the apparatus and leads are in good order. Temporary jointing of extension
wire, power cables etc. is not allowed.
1.18.6 Ensure that all portable appliances are provided with 3 pin plug and socket
connections and that the metal body of the apparatus is effectively earthed. All loose
wiring such as flexible cables for portable lamps, tools & trailing cables and other
portable and transportable apparatus, shall be tested regularly at frequent intervals
to ensure safety. All temporary board shall have ELCB of 30 ma sensitivity for
personnel safety and double earthed / double insulated hand tools.
1.18.7 When workers are employed on electrical installations, which are already energised,
insulating mats, wearing apparel, such as tested rubber gloves, sleeves and boots as
may be necessary, shall be provided. The workers should not wear any metallic
rings, watches, keys or other materials, which are conductors of electricity.
1.18.8 While working on electrical system, the contractor and his workmen shall ensure that
the following safety measures are in place:-
Proper & valid Electrical line clearance is obtained for the equipment;
The cables are properly insulated and are without any temporary joint;
All Flammable / combustible materials should either be removed from the work
place or should be properly protected;
Suitable Earth leakage Circuit Breaker (ELCB) is provided for incoming and all
outgoing feeders;
Pipe sleeves are provided for road crossings of temporary cables laid by the
contractor for his work;
The power connection should not be overloaded and suitable overload protection
should be provided;
The tools used by the contractor personnel should be properly insulated and in
good condition;
The grinding machine & other power tools should have proper guard.
permit to start the work. Electrical personnel will check the norms and should sign
the register/permit. Keep the register/permit at the site. Times to time the equipment
are to be checked by contractors authorized electrical supervision and necessary
entry shall be made in the register. If any kind of norms are found violated, the work
of those equipment to be stopped till the equipment is either rectified or replaced, the
norms are as below:
i) Contractor should use approved quality earth leakage circuit breakers (ELCB)
on their portable distribution board for all type of electrical equipment used
including welding sets etc.
ii) Also use ELCB on their main distribution board for each feeders. Contractor
should ensure the healthiness of their Electrical Portable Apparatus by
competent electrical supervisors. Contractor shall provide proper earthing for
their distribution board.
iii) Contractor should engage Licensed electrical supervisors for certifying their
equipment and ensuring safety of their connection.
1.18.10 The work area shall always be kept accessible for switching off power supply in case
of emergency. Before leaving the work place, the Contractor shall ensure power
supply is switched off properly. For this purpose a record shall be maintained of the
last person leaving the concerned work site on all days of activity.
1.18.11 No dry battery or accumulator type of electric hand lamp or torch which is not of the
flame proof safety type shall be taken inside the Refinery.
1.19.1 All scaffolds, ladders and other safety devices mentioned or described herein shall
be maintained in safe conditions and no scaffold, ladder or equipment shall be
altered or removed while it is in use. Adequate washing facilities should be provided
at or near places of work.
1.20.1 The Contractor shall display a Safety Policy at a prominent place at his site office
and each work spot.
1.20.2 The safety provisions covered herein should be brought to the notice of all
concerned by display on a notice board at a prominent place at the work spot(s).
1.20.3 At all work sites, contractor has to display a board containing following information:-
Safety Register;
Injury record;
1.21.1 Gambling, fooling on the work, horseplay, mock fighting or fighting is strictly
forbidden in the Refinery premises Project area.
1.21.2 Horseplay:
a) Fooling on the job, mock fighting or fighting within the Refinery premises will
not be tolerated.
d) Contractor personnel shall not pick up quarrel or get into arguments with
Refinery personnel or act in any misunderstanding, such problems should be
referred to appropriate Refinery personnel.
1.21.3 Working under influence of alcohol/ narcotics and entering Refinery premises while
in the influence of alcohol/ narcotics is strictly forbidden. The contractor should
ensure compliance of above by him and all his workmen.
1.21.4 Unsafe Practices: Any unsafe practices or disregard of normal safe working
practices by contractor personnel when pointed out by company personnel shall be
immediately corrected.
1.22 Housekeeping:
1.22.1 The contractor personnel must practice good housekeeping at all times while within
the plant. During and after completion of the work, they are to ensure that their work
area is kept clean and tidy. Materials and equipment should be stored in a safe and
orderly manner so that they will not block exit to roads, building, arises, passage and
approach to fire fighting equipment such as fire hydrants, fire hose and fire
extinguishers or area where emergency safety showers, electrical switch panels and
switch panels and switch rooms are located.
1.22.5 A job will not be considered completed until all surplus material, scrape and debris /
rubbish are removed from the job site.
1.22.6 In case the Contractor does not clear the area within 5 days of completion of work ,
the same shall be got done by CPCL and recoveries shall be made from the bills of
the Contractor at double the rate at which the CPCL has got it done.
1.22.7 Any failure by the contractor in maintaining good housekeeping / clearing the site as
above shall be recorded in the performance report of the contractor.
1.23.1 To ensure effective enforcement of the rules and regulations relating to safety
precautions, the arrangements made by the Contractor shall be open to inspection
by the Engineer-in-Charge or Safety Engineer of the Owner or their representatives.
1.23.2 Contractors and their supervisory staff shall undergo a one-day training programme
annually by CPCL on Safe Working Practices in the Refinery Premises so as to
familiarize themselves with the safety rules, regulations and practices. Contractor
shall be in possession of valid safety training badge while working in the Refinery
premises.
1.23.3 The Contractors shall ensure that their supervisors must undergo Fire & Safety
Training & subsequent Test at Fire Station before starting the job. All contractors
must disclose to CLM Cell the name of supervisors and arrange safety training at
Refinery Fire Station, before obtaining a gate pass. CISF will issue the gate pass
meant for supervisor, only after getting the confirmation from Fire & Safety. It is the
duty of supervisor to train his work force in Fire & Safety on regular basis. The
violation of this will be viewed seriously.
1.23.4 Under no condition shall any contractor personnel tamper with or use any property
belonging to the refinery without obtaining prior sanction from the supervisor of area
concerned.
1.24 Radiography:
1.24.1 The radiography agency employed by the contractor shall be duly approved by
BARC.
1.24.2 Specific approval from the Engr.-in-charge for the radiography agency shall be
obtained by the Contractor prior to any radiography work.
1.24.3 The contractor shall ensure the following safety precautions for the work to be done
by the radiography agency:-
(i) The radiography work shall be carried out under the supervision & guidelines
of their site in-charge duly approved by BARC.
(ii) As far as possible, field radiography should be done only during night time
when there is little or no occupancy around.
(iii) Field radiography during day time may be permitted with due permission of
EIC when the occupancy around is minimum i.e. during lunch interval or on
holidays.
(iv) A suitable area around the radiography job should necessarily be cordoned
off, so that the radiation level outside the area does not exceed the
permissible radiation level. The radiation level along the cordon should be
monitored by suitable & calibrated survey meter.
(v) Radiation warning symbol during daytime & red warning light during the night
to be prominently displayed while carrying the radiography work.
(vi) The concerned radiographer shall remain physically present outside the
cordoned area during exposure.
1.25.1 Before erecting temporary shelters like sheds anywhere within the Refinery
premises, written permission of the Engineer-in-charge be obtained.
1.25.2 Temporary fixtures like sheds, tents, etc. shall be erected in conforming with normal
safety standards. Thatched roof to such fixtures will not be permitted.
1.25.3 Temporary piping, hose connections and electrical wiring must be laid in such
manner that they do not cause tripping or hitting hazard
1.25.4 Temporary sheds can be constructed only for the storing of the material / site office.
It should not be used for any other purpose.
1.25.5 However, for all jobs having value more than Rs. One crore, no temporary sheds
shall be allowed for office / stores of the contractor and instead the contractor shall
arrange for portal cabin for site office / stores.
1.25.6 Following information shall be clearly written on the shed:- Name of the contractor;
Work Order No.; Working under the Department; Name of the Engineer-in-charge;
Permit No. & it's validity period.
1.25.7 The shed shall be made of safe construction material and good aesthetic view. The
shed shall be made strictly at the authorised location and size.
1.25.9 Company has the right to open or break the door at any time to inspect the shed.
1.25.10 After completion of the job shed must be demolished within 10 days and area must
be cleaned.
1.25.11 All precautions should be taken to ensure that any temporary electrics wiring used
within the Refinery will not cause sparks or shock
1.26.1 Compressed gas cylinders should be used in upright position. They must be firmly
located on the ground or to a sturdy stand and the cylinder should be chained to
prevent accidental fall.
1.26.3 Cylinders shall be stacked properly. Empty cylinders shall be stacked separately and
filled cylinders separately. After completion of job, all cylinders must be removed.
2. 1.4.1 The contractor shall not commence the job without the valid
permit for the area and for the job. The following are the types
of permits / clearances to be obtained by the contractor as per
the requirement of the job:
i. Clearance from the Area Incharge and Shift
1.4.4 Engineer;
ii. Cold work;
iii. Hot work permit / excavation permit;
iv. Working at height / depth permit;
v. Working in confined area / Vessel entry permit;
vi. Electrical isolation & Energisation permit;
vii. Any other permits.
3. 1.14 The contractor shall ensure that he and all his workmen shall
use the following (minimum) personal protective equipment:
i. Helmet - while working in the Refinery or any other
hard hit area;
ii. Safety Belt - Working above 2.00 m height;
iii. Eye shields / goggles & Face protecting equipment
while welding / grinding etc;
iv. Hearing Aid - while working in noisy area;
v. Hand gloves and aprons - as per job requirement;
vi. Any other as required
7. 1.4.10 While carrying out the hot job, the contractor and his workmen
must ensure the following safety measures and job should not
be carried out without these:
i. Valid hot job permit;
ii. Availability of Tested and proper Fire Extinguisher
at the work places;
9. 1.17 If hoists, cranes, derrick, mixer machine, pumps etc. are used
by the contractor, the following are to be ensured by the
contractor and his workmen :
10. 1.22 The contractor shall maintain good house keeping at his area
of work and must ensure the following:
i. Passage, walkway and working area should be free
from any blockage are maintained neat and clean;
ii. Debris, scrap etc is removed daily and put to a
proper place;
iii. The temporary structure are removed after
completion of job.
11. 1.9 A. The contractor's vehicles like jeep, cars, trucks and
tractors should maintain the prescribed speed limits and
should not over speed.
B. Obstacles for fire fighting and blockage of road etc.
The contractor has to follow all Safety, Health and Environment rules & regulations of
the Refinery. In case of non-compliance of any of these rules and regulations by
contractor or his employees, the contractor shall be held responsible. If any violation or
non-fulfillment of these Safety, Health and Environment rules and regulation is
observed by Refinery authorities during checking at any time, a penalty of Rs. 5000.00
( Rs. Five Thousand Only ) shall be imposed on the contractor for each occasion of
non-compliance to these rules and regulations by him or his employees. The decision
of Refinery authorities shall be final and binding on to the contractor in this regard. The
amount of penalties so imposed shall be recovered from the next R.A. Bill of the work
or any other dues payable to the contractor by Refinery
Event Penalty
Absence of Resident / safety Engineer of Rs 1000 per meeting
Contractor in CPCLs safety meeting
Failure to have regular site safety Inspection (by Rs 1000 / week
contractors themselves) every week
Failure to conduct Health / Safety / Environment Rs 1000/month
(HSE) meetings by Contractor at site (in-house)
and maintain records
Failure to submit HSE reports/check Lists, etc., by Rs 1000 /month and Rs 100 /
5th of every month to CPCL day for further delay
1.28.1 In case the violation / non-compliance of above Safety, Health & Environment rules
results in results in any Physical Injury or Fatal Accident, an additional penalty as given
below shall also be imposed on to the Contractor:
1.28.2 For any reportable physical injury as per Indian Factories Act - 1948: Additional
penalty of 0.5 % of the contract value subject to a maximum of Rs.2,00,000 (Rs. Two
Lakhs Only) per injury in addition to the penalty of Rs.5000 as per cl.No.1.28.1 above
1.28.3 For Fatal accident: Additional penalty of 1 % of the contract value subject to a
maximum of Rs.10,00,000 (Rs. Ten Lakhs Only) per fatality in addition to the penalty
of Rs.5000 as per cl.No.1.28.1 above.
1.29.1 In case of fatal accidents: Rs.1.0 lacs (Rs. One Lakhs) within 5 days of accident.
1.29.2 In case of loss of both the limbs (hand / legs/eyes/ ears) : Rs.50,000/- (Rs. Fifty
Thousand ) within 1 week.
1.29.3 In case of loss of one limb (hand / legs/eyes/ ears) : Rs.25,000/- (Rs. Twenty Five
Thousand ) within 1 week.
1.29.4 In case of any injury not specified above, Rs.1000/- (Rs. One Thousand) to Rs.5000/-
(Rs. Five Thousand )as directed by Engineer-in-charge within 1 week.
1.30.1 Contractor has to adhere and respond to the on-site emergency plan and coordinate
with the site main controller of Refinery
1.30.2 Contractor personnel shall stop their work and proceed to a safe area in the event an
emergency arises in the area where they are working like, in case of fire, oil spillage,
power failure etc. Before re-commencement of the job they should obtain clearance of
supervisor of area involved.
1.30.3 In view of the hazards associated with Hydrocarbon processing, on site emergency
plan has been prepared in the event of major accident occurring on site. The plan
envisages handling emergency situation, which shall be communicated through siren,
based on nature of emergency as mentioned below.
1.30.4 In case of major emergency, it is the responsibility of the contractor to head count his
personnel and take them out with the help of concerned Refinery Co-ordinator.
Contractor must confirm the safe evacuation of his personnel to Refinery Co-ordinator.
In case of any missing person, it must be brought into the notice of Refinery authorities
immediately.
Type of
Siren
Emergency
Minor Fire No Siren
Major Fire Wailing type siren for two minutes. Sirens will be sounded for
30 seconds with an interval of 15 seconds in between
Disaster Same type of siren as in the case of Major Fire except that it
will be sounded three times at the interval of two minutes.
All clear Sounding of fire sirens continuously for two minutes
1.31.1 Contractor shall inculcate environmental awareness among their workmen/ personnel
and strive for enhancement of systems and skills for minimizing the environmental
impact out of their activities/ services.
1.31.2 Contractor shall avoid wastage of water, compressed Air and Steam supplied to them
from owners source of supply for execution of the job and close the supply valves
properly while not in a use.
1.31.3 Contractor shall ensure that while carrying out Modification/ Repair/ Replacement jobs
of any equipment of pipeline, the spillage of Hydrocarbon Oily sludge etc. are cleaned
and routed to nearby OWS, at regular interval as well as after completion of jobs.
Contractor must ensure that the spillage of hydro-carbon oily sludge etc. are not
drained in Storm water channel or open channel.
1.31.4 Before attending any blinding/ de-blinding jobs, all tools, tackles and spares shall be
kept ready at site in order to minimise Hydrocarbon spillage.
1.31.5 Contractor shall clear and level the job-site and remove all metallic and nonmetallic
surplus materials, scrap and other waste materials generated out of his job, from time
to time as well as after completion of job to a specific location as per Engineer-in-
charge.
1.31.6 Contractor shall ensure to avoid idle running of all electrical equipments e.g. welding
machines etc. used for execution of the job.
The Contractor shall prior to start of work submit his Health, Safety and Environment
Manual or procedure and HSE Plans for approval by CPCL. The Contractor shall
participate in the pre-start meeting with CPCL to finalise HSE plans including the
following:
Arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance etc, as applicable.
Arrange all HSE permits before start of activities (as applicable) like hot work,
confined space, work at heights, storage of chemical / explosive materials and its
use and implement all precautions mentioned therein.
Submit timely the completed checklist on HSE activities, Monthly HSE report,
accident report and investigation reports etc as per CPCL requirements.
Compliance of instructions on HSE shall be done by Contractor and informed
urgently to CPCL.
Display at site office and work locations caution boards, list of hospitals,
emergency services available.
DATE : ___________________________
PROJECT : __________________________
CONTRACTOR : __________________________
DATE : ___________________________
OWNER : ___________________________
INSPECTION BY : ___________________________
________________________________
Signature of Site-in-charge
Report : ______________
Date : ______________
CONTRACTOR : ____________________________________
SUB-CONTRACTOR : M/S.
LOCATION : -----------------------------------------------------------------
_________________________________________________________________________
CAUSE OF ACCIDENT
_________________________________________________________________________
CONTRACTOR : __________________________________________
________________________________________________________________________
DATE:
SIGNATURE OF CONTRACTOR WITH SEAL
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
16 Client: CPCL
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
16
Page 324 of 674
ENGINEERS INDIA LIMITED
TAG NO/
Client:
ITEM CODE/ [ ID. NO. ]
Sheet
A133-086-LZ-MR-4140
REQUISITION NO.
3 of 4
B
QUANTITY
REV.
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 Technical Check List for Coke A133-086-16-44-CL- A
Drum Struture Elevator (Lift) 4140 17/09/2013
(8 sheets)
2 Job Specification for Coke A133-086-16-44-SP- A
Drum Struture Elevator (Lift) 4140 17/09/2013
(9 sheets)
3 PMC's Job specification for 44NC-4600- B
coke drum structure elevator 0086/M.02/0023/A4 30/06/2010
(Lift) (9 sheets)
4 Data Sheet for Coke Drum A133-086-16-44-DS- A
Struture Elevator (Lift) (6 4140 17/09/2013
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
sheets)
5 Vendor Data Requirement for A133-086-16-44- A
Coke Drum Struture Elevator VDR-4140 18/09/2013
(Lift) (4 sheets)
6 Scope of Work & Job A133-086-16-50-SP- A
Specification (Electrical) for 4140 16/09/2013
Coke Drum Struture Elevator
(Lift) (9+125 sheets)
7 General Specification for Shop 44NC-4600-0000- 1
and Feild Painting (45 sheets) V.02-0111-A4 08/07/2010
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.
GENERAL NOTES:
PO No.:
Date of PO: City:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 327 of 674
TECHNICAL CHECK LIST DOCUMENT No.
FOR
A133-086-16-44-CL-4130 Rev. A
COKE DRUM STRUCTURE
ELEVATOR (LIFT) Page 2 of 8
Bidder to note that bidders quotation shall be evaluated (technically) based on bidders
reply/confirmation to this technical checklist. Bidder is required to give categorical reply to
each point of this technical checklist, so that bidders offer is properly evaluated. Therefore
bidder must submit this technical checklist dully filled in, signed & stamped with the
quotation.
Bidder's reply "Not Confirmed" to be supported with reasons (attach separate sheet, if
required). Please answer 'Confirmed' or 'Not Confirmed' to the following:
(Annexure-1)
Bidders proven track record proforma
ITEM : Coke Drum structure Elevator (Lift) (Hazardous Area)
ITEM NO : 86-LZ-20
MR No. : A133-086-LZ-MR-4140
Sl. Name of Contact Whether bidder has Year of Duty/ Application Capacity Lift Travel Area classi- Has the elevator
No. Client & Person and engineered, Commi- (Passenger cum (kg) Length fication completed 8000 hrs
Location Address, Ph. manufacture, ssioning goods/ Goods) (meter) (Hazardous/ without any major
No. & Email packaged, tested and Non-Hazardous) overhaul as on date of
Id supplied the elevator? issue of enquiry?
NOTE:
1. Bidder to submit duly signed and stamped this proven track record proforma with the bid.
2. Only those reference which complies with the requirements specified in cl. 4.1 of PMCs job specification for Coke drum structure elevator (Lift) (Doc. No.
44NC-4600-0086-M.02/0023/A4) needs to listed here.
3. Bidder to submit copy of purchase order/ technical specification/ IRN/ approved drawing/ user certificate/ feedback in support of references being submitted.
4. Incorrect information furnished in this proforma shall render the bid liable for rejection.
5. Bidder to submit their standard reference list also.
Bidders Seal with date Signature of Bidders Authorised Representative
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 331 of 674
SPARE PARTS INTERCHANGEABILITY REPORT (SPIR) (Annexure-3)
REFERENCE NO
TAG NUMBER /
SPIR NUMBER:
SPIR DATE:
MANUFACTURER AND ADDRESS
REVISION NO: EQUIPMENT PO No.
TO BE COMPLETED BY VENDOR
PRICE VALIDITY:
TO BE COMPLETED BY VENDOR
DATE
SUBMITTED:
1
LOCATION:
MODEL NO
PROJECT TITLE:
CONSULTANT AND ADDRESS
PROJECT NO:
2 TO BE COMPLETED BY VENDOR EQUIPMENT DETAILS
SPARES
TO BE COMPLETED BY VENDOR
AVAILABILITY:
CURRENCY:
USER RECOMM'D
MINIMUM STOCK
COMM.SPARES
UNIT OF ISSUE
ITEM NUMBER
INITIAL ORDER
SPARES (2 yrs)
TOTAL NO OF
ITEM STATUS
ORIGINAL
MANDATORY
EST ANNUAL
CRITICALITY
CATEGORY
OPERATING
BIN STOCK
MATER
SERIAL NO
MANUFACTURER
IP CODE
SPARES
USAGE
(V/E/D)
IAL
QTY
QTY
DRAWING AND UNIT Item No.
3 DESCRIPTION OF PARTS SPECIF REMARKS SAVINGS PR NO
NO MANUFACTURER' PRICE (MESC)
ICATIO
S
N
PART NO
NO OF
4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30
UNITS
N
U
M
B
E
R
O
F
5 P
A
R
T
S
P
E
R
U
N
FIELD ORIGINATOR FIELD AUTHORITY COMMERCIAL SUPPORT DIVISION CODING SECTION PROCUREMENT (Opns) APPROVAL
NAME
NAME : NAME : NAME : : NAME :
NOTE:- This format is under development. This is the sample format. Approved format shall be given to vendor later on.
Imbi/SPIR-SPF/03 Page 332 of 674
TECHNICAL CHECK LIST DOCUMENT No.
FOR
A133-086-16-44-CL-4130 Rev. A
COKE DRUM STRUCTURE
ELEVATOR (LIFT) Page 7 of 8
(Annexure-3)
Mandatory Spares List
Note:
1. Bidder to note that detailed list of mandatory spares is not to be submitted at bid
stage. This shall be finalized during detail engineering stage as per the above
mentioned mandatory spares philosophy without any commercial implication.
2. Bidder shall submit duly signed and stamped copy of this Annexure-3 along with bid.
3. The word TYPE means the Make, Model No., Type, Range, Size/length, Rating, and
Material as applicable.
4. Wherever % age is identified, Bidder shall supply next rounded figure.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 333 of 674
TECHNICAL CHECK LIST DOCUMENT No.
FOR
A133-086-16-44-CL-4130 Rev. A
COKE DRUM STRUCTURE
ELEVATOR (LIFT) Page 8 of 8
(Annexure-4)
Deviation/Clarification Schedule
NOTE:
1. Bidder to note that pre-bid meeting shall be held. The date of pre bid meeting will be as
specified elsewhere. Bidder is required to furnish deviation/clarifications, if any, w.r.t.
bid requirement before pre bid meeting, so that the same can be resolved during pre
bid meeting and can be regularized through amended bidding document.
2. However, in exceptional cases, if there is any deviation/clarification (no deviation is
expected in bid); same shall be listed only under this deviation/clarification schedule
format (see above). Deviations/Clarifications brought out by bidder in this
deviations/clarifications schedule format only shall be considered.
Deviations/Clarifications, included elsewhere in the offer shall not be taken cognizance
of and shall be considered as invalid.
3. If there is no deviation to MR requirement, bidder shall write NIL: and submit along-
with the bid.
4. Bidder is requested to submit duly signed and stamped deviation/clarifications schedule
with the bid.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 334 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 1 of 9
JOB SPECIFICATION
FOR
COKE DRUM STRUCTURE ELEVATOR
(LIFT)
(86-LZ-20)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 335 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 2 of 8
1.0 GENERAL
1.1 The intent of this requisition is to outline the Purchasers requirements under which
the bidder shall design, engineer, procure, manufacture, assemble, inspect & test
at works, paint, pack & forward, supply, erect, test and commission One (1) no.
Coke Drum Structure Elevator (LIFT) for transportation of Goods & Passengers,
complete with all auxiliaries and features required for safe, efficient & satisfactory
operation for Delayed Coker unit of CPCL, Chennai, India.
1.2 All equipment and materials supplied under these specifications shall be designed
and manufactured in accordance with sound engineering principles, good
fabrication and construction practices. No omission in these specifications shall
relieve the bidder of his responsibilities for complying with statutory regulations,
codes as applicable. All materials supplied shall be adequate for the intended
service.
1.3 The equipment supplied shall be complete in every respect, ready for installation
and operation. Any item not specifically mentioned in this specification but required
for proper operation, maintenance and safety of the equipment / personnel shall
deem to have been specified and bidder shall include the same in his scope of
supply.
The equipment to be supplied under this requisition shall be installed the Refinery
III Complex of the CPCL Refinery at Manali, Chennai, in the State of Tamil Nadu,
India.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 336 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 3 of 8
3.1 Electric power as detailed in Electrical specification attached with MR (Doc. no.
A133-086-16-50-SP-4140).
4.0 SCOPE
Bidder shall supply One (1) no. Coke Drum Structure Elevator (86-LZ-20) of 3000
kg capacity for the transportation of goods and passengers complete with all
Accessories as per the Technical Specification and Data Sheet attached. Lift shall
be suitable for machine room located immediately over the hoist way/ lift well.
Coke Drum Structure Elevator shall mainly comprise of, but not be limited to,
the following:
4.1.1 Complete Car body with door, Fan on top, Operating device(s), Car Guide rails,
Brackets, etc. with all other accessories.
4.1.2 Counter weight and its guide rails with suitable fixtures, Brackets, etc.
4.1.3 Drive mechanism with support arrangement, rope & sheaves - located in machine room
(non-pressurised).
4.1.5 Accessories such as limit switches, landing stop switches, door contacts, alarm bell, car
buffers, counterweight buffer, channels for buffer support in the pit and all other
necessary accessories for ensuring safe operation of elevator.
4.1.6 Operating device at landing with necessary indicating devices. Following push buttons
are to be provided as minimum:
Car movement
Fan on/off switch
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 337 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 4 of 8
4.1.13 All Electrical equipment as per attached Electrical specification (Doc. no. A133-086-16-
50-SP-4140).
4.1.14 Minor civil/structural works such as Chipping/Grouting/Fixing of all bolts, sills, support
members, indicator and button box etc.
4.1.15 Necessary erection material for erection of elevator in the hoist way.
4.1.16 First fill of all lubricants & oils (To be included in lump sum base price of main
equipment).
4.1.17 Quotation of recommended Spares for two years of normal operation and
maintenance. Vendor to submit separate itemized priced list along with recommended
quantity in the Spare Parts Inter-Changeability Report (SPIR) (Annexure-2 of Technical
Checklist A133-086-16-44-CL-4140) format attached with MR and submit the unpriced
copy of the same alongwith unpriced offer.
4.1.18 Erection & Commissioning spares as required. (To be included in lump sum base
price of main equipment).Vendor to furnish the list of quoted commissioning spares with
bid.
4.1.19 Mandatory spares as per the mandatory spares philosophy given in Annexure-3 of
Technical Checklist (Doc No. A133-086-16-44-CL-4140). (Separate lump sum price to
be quoted).
Detailed list of mandatory spares is not to be submitted at bid stage. This shall be
finalized as per mandatory spares philosophy defined in the Annexure-3 during
detail engineering stage without any commercial implication. Bidder is required to
submit signed & stamped Annexure-3 as a confirmation for supplying of mandatory
spares as per philosophy mentioned therein along with the bid
4.1.20 Special tools and tackles for maintenance. (To be included in lump sum base price of
main equipment). Bidder to furnish the list of offered Special tools and tackles with bid.
4.1.21 All drawings and documents as per Vendor Data Requirement (A133-086-16-44-VR-
4140). (To be included in lump sum base price of main equipment)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 338 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 5 of 8
4.1.22 Any other item not specifically mentioned but required for safe and efficient operation of
the elevator.
5.1 The scope of services shall include, but not be limited to, the following.
5.1.2 Handling and transportation from purchasers store to work site, temporary storage
and assembly of the equipment at work site.
5.1.3 Erection of Elevator equipment including welding supports brackets for car and
counter weight. These shall include drilling holes wherever required and making
good after erection is complete.
5.1.5 Commissioning.
5.1.7 Third party inspection requirement shall be as per commercial part of RFQ.
5.1.8 Bidder's free maintenance service shall be available on the Freight cum passenger
elevator for a period of one year after the Freight cum passenger elevator
equipment is commissioned and handed over to the Purchaser. During free
maintenance period, replacement of damaged parts including supply of
consumables such as lubricants, oils etc. shall be done by Bidder free of cost and
Bidder shall carry out load testing and safety checks once in six month to meet the
statutory requirement.
5.1.9 After free maintenance period, Bidders AMC (Annual Maintenance Contract
Services on Chargeable basis ) services shall also be available for regular
maintenance (i.e. attending breakdown of elevator within short notices, checking of
clearances, necessary adjustment, lubrication etc. including replacement of
damaged parts ) for which Bidder shall quote AMC charges separately on yearly
basis to client, if so required.
5.1.10 Bidder shall be obliged to provide AMC (renewable every year) for lifetime of
equipment.
5.2.1 Bidder to indicate per meter cost for increase/decrease in shaft length .
5.2.2 Bidder shall also indicate cost for increase/decrease per Landing/Opening.
5.2.3 Bidder shall furnish lubrication schedule with specifications & the equivalent grade,
type of lubricants, grease, oils of Indian brand (such as IOCL, HPCL, CPCL etc.)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 339 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 6 of 8
5.3.1 Properly framed and enclosed hoist way including overhead machine room, along
with associated civil/strl. & foundation works. The machine room shall not be
pressurized. All electrical components for hazardous area lift shall be suitable for
non-pressurized machine room.
5.3.2 Elevator pit (RCC type) of proper depth below the lowest landing along with curb
wall.
5.3.3 Trolley mounted chain pulley block along with mono rail shall be provided by the
Purchaser in the machine room. However, Bidder shall provide the capacity &
lift of C.P block.
5.3.4 Continuous sill bearing area for each hoistway entrance of proper
construction so as to achieve anchorage and support for each sill, if
& wherever required.
5.3.6 Power supply shall be made available as per electrical specification (Doc. no. A133-
086-16-50-SP-4140) attached with the MR.
6.1 Coke drum structure elevator shall comply with the requirements given in Document
Job Specification for Coke drum structure elevator (Document No: 44NC-
4600-0086/M.02/0023/A4) and Datasheet for coke drum structure elevator
(Doc. No. 44NC-4600-0086-M.04/0034/A4) attached with this requisition with
following Amendments:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 340 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 7 of 8
4 of 9 Checklist along with the bid. Same shall form the basis of
evaluation for compliance with equipment qualification criteria
as specified in cl. 4.1 of Doc. No. 44NC-4600-
0086/M.02/0023/A4.
5. 5.2/ M Chain pulley block of adequate capacity in machine room for
maintenance purpose shall be supplied by purchaser. However,
8 of 9
lift and capacity of the same shall be provided by vendor.
6.2 All electrical equipment shall meet the technical requirement as per enclosed
Electrical specification (Doc. no. A133-086-16-50-SP-4140) and Electrical data
sheets.
6.3 Vendors drawing/ document shall be subject to reviews by PMC. Comments made
by PMC, during detail engineering, shall be taken care by vendor without any
commercial implication.
Any and all spares required during commissioning, over & above quoted spares, (except
for unsupervised damage or accidental breakage) shall also be supplied by Vendor
without any time & price implication. Also, if any spares are consumed during
commissioning from mandatory spares, the same shall be replenished by Vendor
without any cost implication within a mutually agreed time.
Mandatory spares as per the mandatory spares philosophy given in clause no. 4.1.19
of this Document. Other requirements as stated above for commissioning spare parts
shall be applicable for Mandatory Spare parts as well. Vendor shall not utilize
mandatory spares during commissioning. If the same are used as emergency
requirement during commissioning, Vendor shall replenish the same within a mutually
agreed time without any commercial implication to owner.
Vendor shall provide a list of recommended spares for two years operation and
maintenance of the equipment. Critical important factors for selection of O&M spare
include key operation and safety functions of equipment, possibility of damage during
installation / commissioning, service intervals etc. by manufacturers. The offer validity
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 341 of 674
JOB SPECIFICATION DOCUMENT No.
FOR A133-086-16-44-SP-4140
COKE DRUM STRUCTURE Rev A
ELEVATOR (LIFT) Page 8 of 8
for supply of 2 years operation & maintenance spares shall be as per commercial
documents. These spares shall be ordered separately by client (M/s CPCL). All spare
parts shall be new, of acceptable quality and in unused condition with relevant
warranties and guarantees provided. The spare parts shall be identical in Design,
specification to the original equipment component.
Special tools are those tools which are not readily available. Equipment vendor shall
identify and supply all special tools and tackles required for operation and maintenance
of equipment. Vendor shall ensure that all such items are clearly identified as to the part
for which the special tool/ tackle is required and the list of same shall be furnished with
the bid. All special tools shall be in new condition with warranties and guarantees
provided. In the event Vendor may need to use the special tools during installation, pre-
commissioning and commissioning, same shall be promptly replaced by new one, if
damaged.
Following minimum details for spare parts to be included in spare parts manual to aid
the procurement of such spare parts by client (end user) at later stage:
Reference No. of spare parts.
Description of spare parts.
Name of manufacturer and the complete address with phone no., e-mail ID, Web
address etc.
Address of local representative of spares vendors, if applicable.
Protection and Painting shall be as per attached General specification for shop and
field painting (Document no. 44NC-4600-0000-V.02-0111-A4) suitable for corrosive
environment.
For all equipment, contractor shall follow the requirements in documents in the following
order of precedence:
a) Mechanical datasheets.
b) Job specification.
c) Process data sheet.
d) EIL/PMC Standard
e) Other Codes and standards.
However all conflicts / discrepancies in the above mentioned documents shall be
submitted to EIL for approval and EIL/PMC decision shall be final without any
commercial impact to EIL.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 342 of 674
Page 1 of 9
LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNIT
PART : III
SECTION : B.4.6
DOCUMENT NO : 44NC-4600-0086/M.02/0023/A4
Rev no. Issue date Pages Rev description Prepared Checked Approved
By By By
A 22.03.10 9 Issued for FEED HK GHD SNG
TABLE OF CONTENTS
1.0 SCOPE 3
1.0 SCOPE
1.1 This specification along with other documents attached with FEED describes the minimum
requirements for design, engineering, manufacture, testing, supply, supervision of erection
of the coke drum structure elevator ( Lift).
2.1 Apart from the various codes and standards listed below, vendor shall have to comply with
other requirements of codes and standards mentioned in the FEED documents for design,
manufacture & testing. Latest edition of codes and standards shall be followed
The equipment shall comply with all currently applicable statutes, regulations and safety
codes related to the design, construction and operation in the locality where the unit will be
installed. Nothing in this specification shall be construed to relieve the vendor of
responsibility for proper design, workmanship and materials to meet the specified
conditions.
2.2 The codes and standards to be followed by vendor for design, construction, testing of the
equipment shall be as listed below.
The installation and testing shall be carried out as required by the local codes and as per
normal practice prevalent in the Lift Industry, Lift Act & Rules.
All electrical equipment / works in connection with electric Passenger cum Freight Elevator
shall be in accordance with the latest provisions of Indian Electricity Act1910 and Indian
Electricity Rules.
3.3 In case of conflict between this specification and other attached specifications, in general
the most stringent requirements shall govern. Order of precedence will be as below
(a) Licensors documents
(b) Job Datasheets
(c) P&I diagram (If applicable)
(d) Job specification
(e) Engineering Design basis
(f) National and Local rules and regulations
(g) Indian national codes and standards
(h) International codes and standards
However, all the conflicts shall be referred to PMC/Owner for clarification and the decision
of PMC/ Owner shall be final and binding on the bidder without any cost and delivery
implications.
3.1 This specification, data sheets and other FEED documents along with following shall form
the basis of design.
3.5 Freight-cum-Passenger elevator (Lift) shall be provided for transportation of goods and
passengers from grade to the cutting deck (platform) of coke drum structure with number
of intermediate landings (3 nos minimum). All elevations, number of landings shall be
reviewed post order stage for compliance with operational requirements of the plant. At
grade level entry shall be from both sides.
3.6 Capacity of Lift or Elevator for shall be at least 3000 kg or weight of the largest component
to be handled with a design margin of minimum 20%. The capacity selection calculation
shall be submitted for Owner/PMC review.
3.7 The design, installation and testing of Lift shall comply with local laws and regulations,
as per IS: 14665: Part 1& 2.
3.10 Lift shall be suitable for area classification where it will be installed.
3.11 All motors and electrical items in lift shall be flameproof ( EExd)
4.1.1 The vendor for the complete unit shall be an established manufacturer of elevator( lift) and
he shall also be the manufacturer of the proposed elevator having adequate design,
engineering, manufacturing and testing facilities for the same. Relevant information of the
offered equipment like catalogues, references, users certificates etc. shall be furnished
along with the offer
4.1.2 The vendor shall have engineered, manufactured, packaged, tested and supplied at least
two identical or validly similar elevator in terms of capacity, span, lift, duty, etc. from the
proposed plant in last fifteen years at least one of these shall have successfully operated in
the field for at least 8000 hours without any major overhaul as on the date of issue of
enquiry
4.2 The equipment shall be of proven design. Vendor shall take full responsibility for the
complete design and engineering of the equipment .The Coke drum structure elevator shall
generally be provided with following minimum features. Additional features required as per
elevator vendors standard design shall also be provided. The Coke drum structure
The Drive Unit shall be of the single wrap traction type, and shall include a motor, electro-
mechanical brake, reduction gear, sheave, shaft, all compactly mounted on a single base
plate. The worm shaft and sheave shaft shall be provided with suitable bearings. The
bearings shall be selected for minimum 40,000 hrs life. The driving sheave shall be
grooved to ensure sufficient traction and minimize rope wear. Adequate means of
lubrication shall be provided for all bearings and gearbox.
A properly machined drive unit base plate of steel construction shall be supplied.
4.5 FOUNDATION
The machine shall be placed directly above the hoist way in machine room on suitable
steel structure and RSJ sections with suitable anti vibration pads in between machine base
plate and its support to reduce vibration.
4.6 BRAKE
The direct current brake shall be spring applied and electrically released and designed to
provide smooth stops under variable loads. Mechanism shall be provided to stop freefall of
car incase of any accident.
4.7 CONTROLLER
An automatic controller shall be provided which shall control all the operations starting/
stopping, application of brake in case of power failure etc. An automatic rescue device
shall be provided, that will move lift to the nearest upward and downward landing (subject
to load) in the event of power failure.
4.8 ROPES
The Passenger cum Freight Elevator shall be provided with traction steel hoist ropes
(galvanized).
The car frame consisting of car enclosure and the floor shall be fabricated out of rolled
sheet sections. Suitable guides shall be provided for smooth up/down movement of the
car. The car safety device shall be located underneath the car frame. Floor plate shall be
chequered type. The car frame shall be robust enough to withstand occasional impact
loading by a forklift or platform truck.
These shall be furnished as flush type finished metal panel containing buttons marked to
correspond with landings served. An emergency stop switch and an alarm button
connected to a bell shall serve as an emergency signal. It shall be possible to operate the
Passenger cum Freight Elevator both from inside the car and from various landing floors.
A bell, furnished and installed in the car, shall ring while a landing button is pressed and
the car gate or hoist way door is open. Emergency call bell shall be provided at ground
floor. Contractor shall also make provision to extend the alarm to nearby control room.
An electric contact shall be provided for the car door or gate. The contact shall be
designed to prevent movement of the car away from a landing unless the door or gate is in
properly closed position. For starting the lift, the door shall be closed manually and a
button shall be pressed.
4.13.1 The car shall not start unless the car gate is in the closed position and all hoistway doors
are locked in the closed position.
4.13.2 Momentary pressure of car or hallway button shall send the car to the landing selected
where the car will automatically stop. Car operation shall be of selective/collective type.
4.13.3 Momentary pressure of a landing button shall bring the car to the desired landing. Car
position shall be indicated at all the floors and also inside the car.
4.14 GUIDES
Contractor shall furnish steel Tee guides with necessary brackets for car and
counterweight.
The hoist way door as well as the car door shall be of sliding shutter type (vertical bi-
parting) of steel construction and shall be suitable for manual operation. Each hoist way
door shall be provided with an interlock, which shall prevent movement of car away from
the landing unless all the doors are closed and locked. The interlocks shall also prevent
opening of the doors except at the landing where the car is stopping or has stopped.
Suitable Push button shall be provided at each landing. It shall be possible to load the
Passenger cum Freight Elevator at any floor and send unmanned to any floor.
For economical operation of the Passenger cum Freight Elevator suitable counter weight
arrangement, moving in guided structural steel frame, shall be provided.
An over speed safety device to stop the car whenever the car achieves runaway speed
limit resulting from high speed descending of the car, shall be provided. The device shall
be operated by a centrifugal governor, which continuously and automatically senses the
car speed. The actuation of the safety device shall cut off the power supply to the motor
and apply the brake immediately. An alarm shall be activated. Afterwards it shall be
possible to bring the car safely to the nearest landing to rescue men and materials.
Terminal limit switches shall be provided to slow down and stop the car automatically at
the terminal landing. To arrest movement of car beyond the terminal landings, final limit
switches shall be provided which on operation shall cut off the power and apply the brake
immediately. Inching device shall be provided for accurate positioning of the car with the
landings.
Spring buffers shall be installed as a means of stopping the car and counterweight
at the extreme limits of travel. Buffers in the pit shall be mounted on steel channels
provided by purchaser, placed between both the car and counterweight guide rails.
4.21 INDICATIONS
Complete electrical works for the Elevator shall be in Elevator Vendors scope and shall be
as per enclosed Electrical specification.
Access to elevator door shall not be less than the width of the car. Also, Forklift access to
the grade level landing shall be ensured while making the layout.
4.23 PAINTING
5.1 The minimum scope of supply of freight cum passenger elevator vendor shall consist of
design, engineering, manufacture, testing , painting, erection and supply of the complete
equipment at site.
5.2 The Freight-cum-passenger elevator shall be complete with, but not be limited to,
the following:
- Complete Car body with door, Fan on top, Operating device(s), Car Guide etc.
with all other accessories
- Counterweight and its guide rails with suitable fixtures.
- Drive mechanism with rope & sheaves - located in machine room.
- Accessories such as limit switches, landing stop switches, door contacts, alarm
bell, car buffers, counterweight buffer and all other necessary accessories for
ensuring safe operation of lift.
- Operating device at landing with necessary indicating devices.
- Landing door with necessary contacts.
- Landing door with emergency unlocking facility.
- Over speed safety mechanism
- Pit ladder.
5.4 Properly framed and enclosed hoist way including its extension (machine room) above the
roof. All civil & foundation works.
5.5 Passenger cum Freight Elevator pit of proper depth below the lowest landing.
5.6 Continuous sill bearing area for each hoist way entrance of proper construction so as to
achieve anchorage and support for each sill, if & wherever required.
5.7 Monorail beam in the machine room and rolled steel sections with bearing plates for
support of the machine with metal grating, buffer support channels in the pit.
5.8 Vendor shall arrange inspection and initial certification of Elevator installation at site by
statutory authorities..
5.9 Vendor's free maintenance shall be available on the Passenger cum Freight Elevator for a
period of one year after the Passenger cum Freight Elevator equipment is commissioned
and handed over to the purchaser. During free maintenance period, Vendor shall carry out
load testing and safety checks once in six month to meet the statutory requirement.
5.10 After free maintenance period, the Elevator Vendor's AMC services shall also be available
for regular maintenance (i.e. attending breakdown of elevator within short notices,
checking of clearances, necessary adjustment, lubrication etc. including replacement of
damaged parts ) on chargeable basis, for which Elevator Vendor shall quote AMC charges
separately on yearly basis to Client. Elevator Vendor shall be obliged to provide AMC
(renewable every year) for lifetime of equipment.
6.1 Vendor shall carry out the tests as required by the local code and as per normal practice of
the lift industry.
6.2 Over-load testing shall be done as per applicable codes for coke drum structure elevator.
6.3 Elevator vendor shall comply with the requirement of local laws and statutory authorities.
Lift inspection etc. and getting the requisite certification for operation of lift at site is
included in contractors scope of services. All inspection / certification expenses shall be
borne by contractor.
6.5 All tests shall be witnessed by Owner / PMC / third party. However, such inspection shall
be regarded as check up and in no way absolve the contractor of his responsibility. A
certified record of test figures/results shall be provided.
6.6 Owner/PMC/third partys attendance to such inspection and/or test shall not be interpreted
as in any way to relieve contractor from any liability or responsibility for any defects which
may be found during the guaranteed period.
6.7 Test certificates of all bought out components shall be provided. All electrical equipment
shall be tested as per relevant IS / applicable specifications and test certificates for motors
and brakes shall be provided. All electrical equipment for hazardous areas shall be
certified by CMRI / CEE, BASEEFA or equivalent and necessary certificates shall be
furnished.
7.1 All packaging shall be done in such a manner as to reduce the volume. The equipment
shall be dismantled into major components suitable for shipment and shall be properly
packed to provide adequate protection during shipment. All assemblies shall be properly
match marked for site erection.
7.2 Attachments, spare parts of the equipment and small items shall be packed separately in
wooden-cases. Each item shall be appropriately tagged with identification of main
equipment, item denomination and reference number of the respective assembly drawing.
7.3 Detailed packing list in water proof envelope shall be inserted in the package together with
equipment.
7.4 Each equipment shall have an identification plate giving salient equipment data, make,
year of manufacture, equipment number, name of manufacturer, etc.
DATA SHEET
FOR
COKE DRUM STRUCTURE ELEVATOR
(LIFT)
(86-LZ-20)
1. GENERAL
a. Tag No. 86-LZ-20
b. Service To carry Goods & Passengers
c. Operation Intermittent, 24 Hours/Day
d. Capacity (kg) 3000
e. Area classification in which LIFT to be Hazardous (Refer electrical specification)
installed (Refer Note-3)
f. No. of landings (Refer Note-2)
Operational GF+5
Intermediate Emergency 3
Landings
g. Elevations (Refer Note-1)
GF 100.000 m
1st Intermediate Emergency 108.800 m
Landing
2nd Intermediate Emergency 114.000m
Landing
1st Landing 122.250 m
2nd Landing 130.634 m
rd
3 Landing 140.400 m
4th Landing 151.000 m
3rd Intermediate Emergency 158.500 m
Landing
5th Landing 167.813 m
h. Mode of operation of Lift Automatic, without operator, push button
control
i. No of starts per hour 240
j. Location Coke Drum Structure
k. Control VVVF drive
l. Mode of operation Push button operation
m. Speed of Travel (Refer NOTE-4) 100 ft/min to 120 ft/min (0.5 meter/sec. to 0.6
meter/sec.)
2. CAR
a. Car inside size (mm X mm) 3000 (clear width)X2000(clear depth)
b. Car inside Height (H) (mm) 2200 (As per IS 14665) (min.)
c. Outside dimensions of Car (Width X *
Depth X Height) (mm X mm X mm)
d. Door opening size (mm X mm) *
e. Type of door Vertical bi-parting door (Sliding Shutter)
Ground floor landing Opening from two
sides (through way type)
All other floors landing Opening from one
side
11. MISCELLANEOUS
a. Rails with fixtures Required
b. Counter weight Required
c. Guides for counter weight Required
d. Bearing plates Required
e. Buffer support channels Required
NOTE:-
1. Elevations mentioned in data sheet are tentative and shall be finalised during detail
engineering. Bidder to indicate per meter cost for increase/decrease in shaft length.
2. Bidder shall also indicate cost for increase/decrease per Landing.
3. As the elevator including machine room is located in hazardous area, so all electrical
item, panel etc shall be suitable for hazardous area as per hazardous area
classification mentioned under electrical specification.
4. Bidder to indicate actual selected speed from the range specified.
5. Bidder to furnish dimension with plan view.
6. Bidder to either confirm the given dimension or indicate the requirement of overhead.
7. *:- Bidder to furnish.
The following drawings/documents marked " " shall be furnished by the bidder.
LIFT
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Filled in Technical Check List - Lift
2. Exception/Deviation List (if any) in the
exception/ deviation Schedule format
3. Fully filled in Mechanical datasheets for
equipment, driver, auxiliaries & instruments.
4. General Arrangement (GA) Drawing including
Machine Room with Drive unit and openings
5. General Arrangement (GA) Drawing including
Hoist way with Car, Guide rail with suitable
fixtures and Counterweight
6. General Arrangement (GA) Drawing including
Pit with buffers and ladder
7. General Arrangement (GA) Drawing including
Drive unit foundation plan with load data
8. Sub Assembly drawing alongwith instruction for
assembly/dis-assembly
9. Cross-sectional drawings with bill of materials
10. Equipment technical catalogue for bought out
items
11. Utility Consumption figures
12. Weight Schedule of equipments/package
13. Write-up for on operational philosophy
14. List of sub-vendors
15. Calculations for Selection and sizing of motor
Ratings
16. List of Special Tools & Tackles, if any
17. List of commissioning spares
18. List of recommended spare parts for 2(two)
years normal operation and maintenance (with
itemized price)
19. List of Mandatory spares.
20. Lubrication schedule along with specifications
of lubrication
21. Quality Assurance Plan
22. Test Certificates - Material Test Certificates @
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
25. Installation, operation & maintenance manuals
containing all certified drawings & documents
26. Spare parts manuals
27. Storage instructions, preservation of equipment
for prolonged period
28. Painting Specifications
29. Test Procedure for Shop Testing & Test at Site
30. As Built Drawings
31. Other Department documents, if applicable Refer note-8 & 9
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
5. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
6. "@" indicates submission of documents to Inspection Agency.
7. Bill of Material shall form part of the respective drawing.
8. Also refer other department's VDR :-
9. Electrical
10. Soft copy of the final documents shall be submitted in a single file, indexed and bookmarked form
11. Final documents along with number of hard prints of final documents shall be submitted as per Annexure-1
to Vendor Data Requirement
APPEN DI X 9 T O SCC
Contractor shall ensure that the manuals are provided in the correct format and in accordance
with schedules agreed with Owner.
1.2.2 Language
Operating manuals shall be in English language.
1.2.3 Preparation
Contractor shall produce manuals in accordance with Clause 1.2.4.
Contractor shall submit six draft copies of the manuals to Owner for review and approval in
sufficient time to ensure that bound copies of the final issue are in Owners hands max. four
months after detailed engineering.
Owner shall approve the draft copies of the operating manual within one month.
Such manuals shall be checked against Approved As-built Drawings and necessary
modifications shall be made accordingly.
The standard document shall be produced in twelve sections as listed herein below with a
brief resume of its contents. Typical operating manual index is given in 1.2.4.
1.2.4 Contents of Operating Manual
Section 1 Basis of Design
This section gives the duty conditions of units/facilities, the quantity and
quality of products and feed stocks, material balances, battery limit
conditions and any design features.
Section 2 Description of Process
This section consists of the process flow sheet(s) and a concise
description of the main process stream and side streams, mentioning
the main equipment. This shall include PFDS and PIDs.
Section 3 Description of Units Control
This section gives the method of control anticipated operating
conditions and process variables.
Section 4 Utility and Chemical Requirements
This section gives requirements for fuel, steam, water, power, etc., and
chemicals in the correct system of units.
Section 5 Preparation of initial start-up
This section deals with specific aspects of preparing the relevant unit
for start-up.
Section 6 Normal Start-up
This section covers the final preparations required, and a guide
procedure of the steps to be taken to bring units on to stream at full
throughput.
Section 7 Normal Operation
This section details the normal operating instructions for various
equipments of the unit and trouble-shooting to restore normal operation
in case of deviation.
1.2.5 Typical operating manual index shall include, but not be limited to :
Section 1.0 Basis of Design
1. Duty of unit/facility
2. Feed Characteristics
3. Product Specification
4. Material Balances
5. Battery limit conditions
6. Design Features
Section 2.0 Description of Process
\\Nmumfil01\project\WIP\4401-4600\4401-4600_Procurement\draft_tenders\EPCC_1-Draft\Final_After incorporation of CPCL Comments\26_SCC_Appendix 9_Completion documents.doc
5. Fuel failure
6. Mechanical failure
7. Cooling water failure
Section 10.0 Safety Equipment
1. Safety valves
2. Alarm settings
3. List of interlocks (process and individual equipment)
4. Trip settings
Section 11.0 Instrument Data
1. Control valves
2. Orifice plates
3. Temperature indicators
4. Description of any unconventional instrument loops
Section 12.0 Equipment Summary
Section 13.0 Tests and Chemical Analysis
1. Sample taking
2. Quality tests
3. Quantity tests
4. Analytical methods
5. Laboratory equipment
Section 14.0 Drawings
1. PFDs
2. Plot plan
3. Material balance tables
4. Piping and instrumentation diagrams
5. Hazardous area classification
6. Control panel layout
7 Simplified logic diagram (process & individual equipment)
8 All PIDs of vendors for package units etc., required for
commissioning
Section 15.0 Hazardous substances
1. Chemical and Catalyst hazards
2. Detailed listing and precautionary measures
1.5.5 Content of mechanical catalogues shall include, but not limited to:
a) Index of content
b) Contractors drawing index
c) Vendor drawing index
d) Equipment lists
e) Photographs, maps, survey sketches
f) Requisition index
g) Plot plans
h) Flow-sheets : Process and Engineering
i) Line classification lists
j) Job specifications (including civil, piping, equipment (static and rotating), instrumentation,
electrical, painting, insulation, chemical cleaning, cathodic protection and refractories etc.,
including PMS/VMS.
k) Vessels (towers, reactors, drums, tanks)
i) Contractors requisitions, design data sheets
ii) Contractors drawings which includes vendor drawings, layout drawings,
fabrication drawings etc.
iii) Design calculations
iv) Inspection documents
l) Tubular Heat Exchangers
i) Contractors requisitions
ii) Design calculations, data sheet with design data and boiling / condensation
curves, as applicable
iii) Equipment P&IDs Control Scheme for Air Coolers
iv) GA drawings
v) Code Certificates
vi) Cross Sectional Drawings and Bill of Materials (final as built fabrication
drawings)
vii) Gasket Drawings
viii) List of Testing Accessories as applicable with write up on testing
ix) Fan Performance Curves and Catalogues
x) Material test certificate, inspection reports of third party, release notes etc., for
all equipments
m) Pumps, Turbines and motors, compressors, blowers, etc.
i) Contractors requisitions
ii) Summary Sheet Pumps and Drivers & compressors
iii) Drawings of pump and driver arrangement, driver, mechanical seal, coupling,
cooling water and seal flushing piping.
iv) Manufacturers Pamphlets
v) Manufacturers Installation and Operating Instruction
vi) Specifications and Data sheets : Compressors, Blowers, Fans and Machinery
- Characteristic Curves
- Manufacturers Outline Drawings and Sections
vii) Packing Specifications
viii) Parts Lists with code numbers, along with drawings
ix) Material test certificates, inspection reports of approved third party, release
notes, etc., for all equipment
n) Compressors, Blowers and Motor Drivers
i) Contractors requisitions and P&IDs
ii) General assembly drawings (compressor and driver)
iii) Drawings of foundation, seal and lube oil system, control panel auxiliary
equipment, mechanical details.
iv) Compressor and driver performance curves and data.
v) Test certificates
vi) Descriptive literature on accessories and controls.
vii) Complete parts list, showing for each part the real or factory part number,
including section drawings with parts identified.
xvii) Phone and Signal Systems Layouts, Power and Lighting Layouts, Wiring
Diagrams of Annunciator Panels
xviii) Manufacturers Wiring Diagrams of Elements
xix) Schedule of Motors and Starters
xx) Manufacturers Pamphlets
xxi) Parts Lists
xxii) Fire Alarm
xxiii) List of Electrical Material
xxiv) Approved test reports, inspection documents, material test certificates
t) Instruments
i) Contractors requisitions
ii) Instrument flow diagrams
iii) Panel board panel drawings / DCS documents
iv) Control room layout drawings
v) Instrument electrical single line diagram
vi) Special circuit diagrams and description or operation (if not part of requisition)
vii) Schedule of Reference Data for Recording, Indicating and Controlling
Instruments
viii) Schedules of Reference Data for Pressure Gauges, Temp. Points and Gauge
Glasses
ix) Schedule of Reference Data for Relief Valves
x) Schedule of Reference Data for Bursting Discs
xi) Schedule of Orifice Plates
xii) Orifice Meter Data and Calculation Sheets
xiii) Piping Material for Instruments
xiv) List of Material for Thermocouple and Thermowell Installations
xv) Layout of Main Instrument Board and Alarms
xvi) List of Name Plates for Instruments Annunciator Panel etc.
xvii) Plot Plan and Layout Drawings of Instrument Lines
xviii) Conduit Runs for Instrument Board
xix) Diagrammatic Sketches and Instructions for Special Instrument Installations
xx) Drawing of Special Instrument Installations
xxi) Parts List
xxii) Installation, operating and maintenance instructions including parts lists and
sectionalised drawings
xxiii) Approved test reports, inspection documents, material test certificates
1.6.4 The following documents shall also be submitted in hard binder (4 sets) for records :
However 2 sets of the following drawings shall be submitted before mechanical completion :
a) Welding Procedure Qualification Report
b) Welder Qualification Report
c) Radiographic Procedure Qualification
d) Radiographic Report along with radiographs (Radiographs only with the original)
e) Batch Test Certificate from manufacturers for electrodes
f) Hydrostatic and other test results & reports
g) Pre-commissioning and commissioning checklists
h) Documents indicating satisfaction of all other requirements as specified in the respective
specifications
i) As built drawings
j) Field test reports for all Mechanical, Electrical, Instrumentation and Communication
systems and fire alarm system
k) Material Inspection/Test Report for supply of all materials
l) Any other drawing/document/report specified elsewhere in the bidding documents
E As Built Documents
1 P & IDs 8 1 9 8 1 9
Sepia of Complete set pertaining to civil, mechanical,
2 2 - 2 1 - 1
electrical and instrumentation
3 Set of Equipment Folder containing: 8 - 8 8 1 9
- As built Tracing
- Design drawings, Calculations and documents
- Specifications
- Detailed fabrication / installation drawings
- Stage wise inspection reports
- Third party inspection release notes
- Guarantees / Warrantees Certificates
4 Final Operating Manuals of Process Units 8 1 9 8 1 9
5 Purchase Requisition & PO of each equipment 4 - 4 - - -
Operating and Maintenance manual/Mechanical
6 8 1 9 6 1 7
Catalogue for all bought out items
Hard Binder consisting of: Original +
7 1 4 - - -
3 sets
- Welding Procedure Qualification Report
- Welder Qualification Report
- Radiography/NDT Procedure Qualification/Records
- Weld / NDT Maps
- Radiographic Reports along with Radiographs
(radiographs only with originals)
- Heat Treatment Charts
2 of 3
Notes:
1. All soft files shall be in native (editable) format.
2. All text data shall be on MS Word in Windows XP.
3. All spread sheet work shall be on MS Excel in Windows XP.
4. All other documents like presentation etc. and other data shall be in MS Office in Windows XP.
5. All drawings shall be furnished in PDS format.
6. All drawings / documents shall be furnished on separate Compact Discs (CDs)
3 of 3
DOCUMENT NO : 44NC-4600-003/X.02/0004/A4
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
1.7.7.1
TABLE OF CONTENTS
1.7.7.1
TABLE OF CONTENTS
Attachments
Attachment 1. Legal Obligations / Requirements for Construction
Attachment 2. Safety Assurance Plan
Attachment 3. Site Safety Organisation Chart
Attachment 4. Minutes of Meeting
Attachment 5. Field Safety Observation Report (SOR)
Attachment 6. SOR Summary Sheet
Attachment 7. Safe Plan of Action (SPA)
Attachment 8. General Inspection Report
Attachment 9. Routine Inspection Plan
Attachment 10. Safety Audit Checklist
Attachment 11. Safety Induction Checklist
Attachment 12. Tool Box Format
Attachment 13. Training Matrix
Attachment 14. Training Register
Attachment 15. Safety Update Board
Attachment 16. Weekly Safety Report
Attachment 17. Monthly Safety Report
Attachment 18. Incident and Investigation Report
Attachment 19. Incident Report Chain
Attachment 20. Contents of First-aid box
Attachment 21. IS Code for PPE
Attachment 22. PPE Issue Register
Attachment 23. PPE Stock Register
Attachment 24. DG Checklist
Attachment 25. Excavation Checklist
Attachment 26. Hot Work Activity Checklist
Attachment 27. Welding Set Checklist
Attachment 28. Gas Cutting Set Checklist
Attachment 29. Grinding Machine Checklist
1.7.7.1
Attachments
Attachment 30. Fire Extinguisher Monthly Inspection
Attachment 31. Scaffolding Checklist
Attachment 32. Slings and Lifting Gear Register
Attachment 33. Wire Rope Sling Checklist
Attachment 34. Synthetic Web Sling Checklist
Attachment 35. Crane Register
Attachment 36. Mobile Crane Daily Inspection
Attachment 37. Monthly Mobile Crane Inspection
Attachment 38. Pre-Lift Checklist
Attachment 39. Construction Vehicle Checklist
1.7.7.1
0.0 Definitions
Owner : Chennai Petroleum Corporation Limited, Manali Refinery, Chennai
Consultant : Jacobs Engineering India Private Limited
Contractor : Person, Firm or Corporation to whom the work will be awarded by the Owner.
Shall : Mandatory requirement.
Should : Guideline that is strongly recommended.
May : Guideline that is to be considered.
Supervisor : Contractors engineer responsible for specific tasks.
1.0 Purpose
The field HSE specification set forth is the minimum requirements that shall be implemented
during the project execution. The contractors are required to implement these standards and any
additional requirements as per local laws and statutory requirements and best practices in industry
whichever are higher. Owner and consultant may issue further changing requirements from time to
time as the work progresses to fit changing site conditions, which will be binding on the contractor.
The owner is fully committed for providing safe and healthy working conditions for all employees
working on the project and our goal is zero incidents in our operation. Safety is an overriding value
that the operation shall be conducted in such a manner that reasonably practicable measures are
taken to protect people not only in our employment but also others who may be affected by our
activities.
We believe that incidents are caused and eliminating the causes of incident can prevent them.
Safety is the responsibility of every employee but line management is ultimately responsible for the
implementation of safety requirements.
Everyone involved must be committed to achieving high standard of HSE Performance with proactive
approach at all levels in the organization with excellent teamwork.
All personnel should share a sense of empowerment on safety matters with an effective
communication system to facilitate the flow of safety information both up and down through the
organization
2.0 Compliances
All activities shall be in compliance with relevant local laws, statutory requirements, codes and
practices pertaining to health & safety of employees
2.2. The Contractors shall not employ minors (persons below the age of 18 years) in any part of the
refinery.
2.3. Contractor shall display notice at the conspicuous place showing the rates of wages of the workers,
hours of work, wage periods, date of payment of wages, names and addresses of the Inspectors
1.7.7.1
having jurisdiction and date of payment of unpaid wages, in English, Hindi and in the local language
understood by the majority of workers.
2.4. Contractors personnel shall abide by the applicable instructions as may be issued from time to time
to handle any emergency situations, such as explosion, fire, terrorist attacks, major accident, etc. In
the event of such emergencies, the Contractors personnel shall stop their work and proceed to a
safe designated place assembly point in the area of their work and inform the Engineer-in-Charge
immediately. If needed, they shall be safely evacuated.
2.5. Contractors vehicles, trucks, tractor, cranes and other portable equipments e.g. Air Compressor, DG
Set, Dewatering pumps etc. used inside Refinery premises (where Hydrocarbon is used as fuel) for
execution of the job must be mechanically sound and have an approved spark arrester and have
exhaust complying pollution norms. Idle running of those vehicles and equipments shall be avoided.
2.6. The Owner or the Engineer-in-charge may at any time require the Contractor to subject any contract
workman, to a medical examination, generally or in relation to specific jobs such as in canteen, tank
cleaning, work at height, etc.
2.7. Contractor shall not carry any work without having supervisor at site. If it is required to work
simultaneously in more than one location under the same contract, one supervisor must be put in
each of the locations. If a supervisor has to leave his site for any reason, he must stop his activities
for that period of time.
2.8. Female employee shall not be allowed to bring their child to workplace inside Refinery premises.
Contractor shall make suitable arrangement in case need, outside Refinery premises at his own cost.
2.9. The Contractor shall not be entitled to any extra or additional payment or other compensation for the
compliance with all applicable safety rules.
2.10. The requirement to comply with all applicable safety rules shall not entitle or justify the Contractor to
demand or claim any time or cost overrun.
2.11. The Contractor shall be solely responsible for any and all liability under the Workmens
Compensation Act, and other applicable laws with respect to all those engaged by the Contractor or
any sub-contractor.
2.12. In addition to this specification, contractor shall adhere to Health Safety Environment Procedure
(HSEP) of owner and consultant.
3.0 Objectives
3.1 General
The contractor shall practice safety leadership, demonstrate visible commitment to the project's
safety policy and strategic objectives, and provide resources to promote a culture that embraces and
accepts absolute safety behavior
Developing, signing, distributing, and emphasizing the safety policy at the outset of the project.
Leading and driving the project safety program in order to achieve a world class performance,
together with active participation at all levels with owner and consultant to ensure safe completion
of the project.
Implementing proactive monitoring system that provides feedback to ensure continuous
improvement in HSE performance.
Ensure compliance with all applicable laws, statutory requirements, codes of practices and
standards set forth.
In essence NO SAFETY NO WORK.
1.7.7.1
3.2 Targets
The following Safety targets apply to the Project:
4.2 The contractor shall submit copy of safety policy, HSE plan and safety assurance plan to
owner/consultant in the standard form for implementation and monitoring of HSE requirements.
5.2 Qualifications of Safety Managers and Safety Engineer/officer shall not be less than as prescribed in
local regulations.
5.3 Contractor shall submit site safety organisation chart along with HSE plan.
5.4 Working hours per shift shall not exceed 12 hours per day.
5.5 Contractor shall appoint safety personnel as given below for every work shift:
Safety Observer : At all times minimum one observer for workers not exceeding 100 in numbers.
That means contractors are expected to deploy additional safety observers when
number of workers crosses beyond 100 and thereon.
Safety Supervisor: In addition to above, contractor shall depute one Safety Supervisor for every 250
workers.
Safety Engineer : In addition to above, one safety engineer/ officer for every 1000 workers.
Safety Manager : Minimum of one Safety Manager at all times required to be at site.
1.7.7.1
401-450
Five
451-500
Up to 1000 Ten Four
Up to 2000 Twenty Eight Two
5.6 In case any of the safety personnel leave the contractor the same shall be intimated to the owner/
Consultant. The contractor shall recruit new personnel and fill up the vacancy.
Never intentionally or recklessly interfere with, or misuse, anything provided in the interests of
health, safety or welfare.
Draw to the attention of management /supervision improvements to health and safety which
appear to be necessary or advisable.
Immediately report any incident/ near misses to his/her supervisor.
Demonstrate leadership and commitment to HSE, setting a personal example at all times.
1.7.7.1
7.2.1 Weekly meeting in weekdays shall be predetermined with mutual agreement between contractor and
owner/consultant.
1.7.7.1
7.3.2 Site safety committee meeting shall be conducted at least once in a month. The agenda shall include
Review of previous minutes
Review of site safety performance
Monthly safety statistics
Contractors safety performance
Challenges ahead
SOR trend
Safety inspection & Audit reports
Issues by Owner/ Consultant
7.3.3 Contractor shall send circular to all safety committee members about the date and venue of monthly
safety committee meeting at least seven days prior to the day of meeting.
7.4 The Minutes of the meeting shall be prepared and sent to all members within 1 working day
preferably by mail/fax followed by hardcopy. Safety Committee meeting minutes shall also be
displayed in the notice board for wider publicity to all concerned.
8.12 It is everyones responsibility to take immediate corrective action if any unsafe act/ conditions are
observed.
8.13 Contractors job supervisor is responsible to close-out the SOR by taking corrective action during
follow-up action.
8.14 SOR shall be submitted to consultant and it shall be summarized periodically for effective tracking, to
analyse the trend and identify frequently occurring unsafe act/ conditions for improved safety
implementation.
Compliance with the procedure on the work method statement and relevancy to current operations
shall be monitored on a daily basis and also shall be discussed on safety meetings.
1.7.7.1
8.33 It is the responsibility of the supervisor to ensure that all resources (equipment, tools, materials etc)
identified through SPA are implemented and all the steps identified to prevent the hazards are
implemented while executing the job.
8.34 It is the responsibility of the job supervisor to communicate the SPA to all workmen involved in that
specific task
8.35 A copy of SPA shall be displayed proximity to the actual works location in Hindi /vernacular language
& English.
All equipments, machineries, tools, slings, lifting gears, lifting appliances involved in site shall be
inspected periodically.
Monthly colour coding program shall be implemented by the contractor and after the periodical
inspection, stickers for the corresponding month shall be pasted. Documents related to the inspection
shall be maintained and submitted to owner/consultant regularly.
1.7.7.1
Based on the audit team observation, the evaluator shall allot the score based on the compliance
observed of the requirement and summarise the overall scoring of the audit.
The audit findings along with the recommended corrective actions with target date shall be circulated
to the respective contractors. The contractor should complete the recommended corrective actions
and submit the corrective action report.
The date for the audit shall be agreed by the owner/consultant and contractor.
Contractor must also ensure that specific hazards likely to be experienced on the site are notified
to their workforce together with any precautions to be taken and local rules to be observed.
Where particularly severe or unusual hazards arise, consultant reserves the right at no additional
1.7.7.1
cost to request contractors employees to attend safety training and instruction sessions, whether
carried out on site or externally.
Contractor shall provide a dedicated training room for conducting training for their workers.
9.12 The contractor shall conduct a site visit for his new employees in groups of less than 25 to familiarize
the new employees with essential services, their work place, and general site layout.
9.13 It is the responsibility of the contractor to familiarize all new personnel to the project on the actual
location of assembly points, fire alarm points, first-aid center, welfare facilities and other important
locations.
9.14 Contractors are responsible for arranging site safety induction for their workmen and they shall
inform consultants safety representative at least one day in advance.
9.15 Induction card duly stamped as Safety Inducted and the date of induction by contractor shall be
issued after the completion of Induction.
The Contractors shall ensure that their supervisors must undergo Fire & Safety Training &
subsequent Test at Fire Station before starting the job. All contractors must disclose to CLM Cell the
name of supervisors and arrange safety training at Refinery Fire Station, before obtaining a gate
pass. CISF will issue the gate pass meant for supervisor, only after getting the confirmation from Fire
& Safety. It is the duty of supervisor to train his work force in Fire & Safety on regular basis. The
violation of this will be viewed seriously.
1.7.7.1
Completion of specific hazard training is mandatory before working on such tasks. A list of all trained
persons shall be maintained at site.
The contractor shall prepare the training calendar for safety activities and submit to owner/consultant
on monthly basis.
Contractor shall maintain records of training register and copy shall be submitted to owner/consultant
after completion of training program
11.2 Contractor shall submit Man Power Report on daily basis at least by 10.00 am every day.
11.3 Contractor shall submit Weekly Safety Report every Monday as per the approved format. The data
shall be from Monday to Sunday.
11.4 Contractor shall submit the listed supporting documents along with the weekly safety report.
Safety Induction
Tool box Talks
Safety Observation Report (SOR)
Safety Observation Summary Sheet
Safety inspection reports
Safety Audit Report (if any)
Safe Plan of Action (SPA) of each activity.
Method statements
Safety training and mock drill records
Incident and Investigation Report (if any)
11.5 Contractor shall submit Monthly Safety Report as per the approved format
Test Certificates for lifting tools and tackles, lifting gear, lifting equipment and appliances.
Test certificates of air receivers.
Information relating to hazardous materials used and their MSDS.
Employers liability insurance certificate.
Copies of all Statutory Registers maintained by the contractor when asked for.
At all work sites, contractor has to display a board containing following information:-
Name of the Contractor;
Name of the work; Work Order No.;
Job site warning instruction;
Emergency Telephone Number;
Do's and don'ts on safety and security;
Working under the Department;
OWNER site in-charge name;
Permit No. & Validity period.
12.4 Contractor shall ensure that any incident that occurs is fully investigated to find root cause and
preventive measures are adopted to prevent its reoccurrence. Owner/ Consultant shall have a right to
conduct independent inquiry of the incident.
12.5 Near misses and minor incidents should also be investigated by the Contractor as soon as possible
as they are signals that there are inadequacies in the safety management system.
12.6 Incident reporting chain and emergency contact numbers shall be displayed at conspicuous locations
at site and contractor offices.
13.2 The contractor shall ensure that an Emergency Response Plan is prepared to deal with emergencies
such as
Fire and explosion
Collapse of lifting appliances and transport equipment
Collapse of building, sheds or structure etc.
Gas leakage or spillage of dangerous goods or chemicals
1.7.7.1
Excavation collapse
Fall of person from height
13.4 Contractor shall conduct an onsite emergency mock drill once in every month for all his workers.
Dos & Donts in case of Bomb/Unattended baggage lying secluded places in the Plant.
Sl. Sl.
Dos Donts
No. No.
1. On noticing any bomb or unattended 1. Do not touch the bomb / unattended
baggage, in form CISF Control Room baggage.
by quickest possible means or on 2. Do not lift any attended baggage
Intercom Telephone No. 3685 / 3660
and OWNER Fire Control Room on 3. Do not go very close to the object
101 / 3630 / 3663.
2. Move away from the bomb/unattended 4. Do not create panic.
baggage.
3. Help security personnel in identifying 5. Do not fiddle with wires or battery if
unattended baggage. found attached with any object.
4. Help ladies and injured person during 6. Do not open any unattended
evacuation process from the affected baggage.
area.
5. Move back to your place of work after 7. Do not try to defuse any bomb or
clearance has been given by CISF. explosive material
Refinery is an operational area, therefore, contractor and his employee shall observe all fire &
safety regulations of the refinery and shall so organise his work as not to interfere with the running
of the Refinery in any manner whatsoever. The contractor shall ensure that their staff/workmen
carry with them valid passes/work permits etc for proper identification inside the battery area.
Contractor shall arrange to apply for and secure valid gate passes for the entry and exit of his
men, materials and equipment, including those of the sub-contractors, from the concerned
authorities of the Owner.
The contractor shall ensure that their workmen/ supervisors shall not move to other places other
than their work premises without proper permission / authorisation.
The contractor shall ensure verification of antecedents of the labourers/ supervisors from Polices/
other officials before they are engaged by him. No person having adverse antecedent shall be
employed by the contractor. The contractor shall be held responsible for all the acts carried out by
his workmen.
Access to the site must be at all times via recognized roadways and footpaths. Personnel must
not access to construction areas through unauthorized areas. Anyone found disregarding this rule
would be subject to disciplinary action.
Contractor shall prepare and display the workers and vehicle site movement chart. The same
shall be communicated to all workmen in the site.
Persons without proper PPE shall be restricted at gate by security personnel. Entry to the site will
be permitted with PPE only.
Contractor must obtain this permit prior to the start up of the job, column, vessels, tanks or any
enclosed area where the chemicals or hazardous materials is either used or stored into it. It is the
contractors duty to see that daily, the above permits are obtained from the area-in-charge till the
completion of the job. All points stipulated in the permit must be strictly complied with.
Working under influence of alcohol/ narcotics and entering Refinery premises while in the
influence of alcohol/ narcotics is strictly forbidden. The contractor should ensure compliance of
above by him and all his workmen.
Contractors are prohibited from using Cellular phones within the Refinery premises, except to the
extent permitted by the Owner by special or general order / instruction.
Unsafe Practices: Any unsafe practices or disregard of normal safe working practices by contractor
personnel when pointed out by company personnel shall be immediately corrected.
15.2 The contractor shall not commence the job without the valid permit for the area and for the job.
Clearance shall be obtained from the area-in-charge and shift engineer
15.3 The following is the list of some of the activities, which would require permit, and list may change
depending upon work situation.
Working at Height
Excavations
Lifting Operations
Hot Work
Electrical Works (Isolation & Energisation)
Confined Spaces
Radiography
High Pressure test
Commissioning of equipment
15.4 Before starting any work, contractor shall apply at least one day ahead for fire & safety permit for
excavation, electrical, gas welding and cutting work to Engineer-in-Charge of work/ works who in turn
will arrange for such permits. The contractor shall take all the precautions given in the permit before
starting of the work to the full satisfaction of the Engineer-in-Charge of the sections. On account of
operational problem it is possible that the clearance and permit may get delayed for which the
contractor shall not ask for the idle charges. Fire equipment such as fire extinguishers, fire hoses,
control type nozzles, personal protective equipment, Blow man air apparatus etc required for safety
precautions are to be arranged by contractor himself. However in case of emergency on
authorization from Engineer-in-Charge those items will be issued from the Refinerys Fire Station on
chargeable basis and shall be returned after completion of the work / works in working conditions, to
the full satisfaction of the Fire & Safety Officer. In case of any damage to the fire & safety equipments
1.7.7.1
issued or used by the contractor, the contractor shall bear the cost of such damage in full and the
same will be recovered from his bills.
15.5 Safety measures stipulated in the respective Work Permits shall be strictly complied at all times when
within the premises of the Owner.
15.6 Owner reserves the right to cancel a work permit without assigning reasons. When called upon to
stop the work by the Engineer-in-charge, the Contractor shall immediately cease to continue the
work. Before re-commencement, fresh work permit must be obtained.
15.7 The Engineer-in-Charge reserves the right to terminate the contract and forfeit any or all amounts
due to him in case he finds that the precautions written on the permit are not strictly adhered to by
the Contractor.
15.8 Permit to work shall be valid for a shift (8 Hours) only. However, Engineer may extend the permit to a
maximum of another 4 hours if necessary.
15.9 A copy Permit to Work shall be displayed, during its validity, in a conspicuous location in close
proximity to the actual works location to which it applies.
A hot work permit issued by the concerned department or area-in-charge must cover any work
carried out within Refinery. In addition a clearance must be obtained from the concerned
departments officer or supervisor prior to commencement of any job. A hot permit is required for:
Any work involving open flames, spark such as welding, gas cutting, soldering, grinding, concrete
breaking, use of hurricane lamps and internal combustion driving vehicles / Radiography / Crane
lifting / Vessel entry.
Sand blasting, Trucks, Jeeps, Cranes, Lifts, Cars or any kind of vehicle driven by an internal
combustion engine or by batteries
Use of gasoline, diesel or electrical power engines or tools.
Entry of vehicles inside battery limits of process area within tank dykes and adjacent to pump
houses and loading gantries etc.
While carrying out the hot job, the contractor and his workmen must ensure the following safety
measures and job should be carried with
Valid hot job permit,
Availability of tested and proper fire extinguisher at the work places
Provision of running fire water hose at work place.
1.7.7.1
16.12 While locating these drinking water facilities due care shall be taken so that these are easily
accessible within a distance of 200m from the place of work for all workers at all location of work
sites.
16.13 All such points shall be legible marked Drinking Water in a language understood by a majority of the
workmen employed and shall be situated within six meters of any washing places, urinals or latrines.
16.22 When women are employed, separate latrine and urinals accommodation shall be provided.
16.23 Notice shall be displayed outside each block of latrines or urinals a containing therein "For Men
Only" or "For Women Only", where both male and female workers are employed, written in the
language understood by the majority of such workers.
16.3 Canteen
16.31 In every workplace wherein not less than 250 workers are ordinarily employed the contractor shall
provide an adequate canteen.
16.32 The charges for food stuff shall be based on no profit no loss basis. The price list of all items shall
be conspicuously displayed in such canteen.
16.33 Building of the canteen shall be situated at the distance not less than fifteen point two meters from
any latrine or urinal or any source of dust, smoke or obnoxious fumes.
16.34 Waste water from canteen shall be carried away in suitable covered drains and shall not be allowed
to accumulate in the surroundings of canteen
The contractor shall provide sufficient number of stretchers and shall be readily available in an
emergency.
The contractor shall maintain injury record. A separate first-aid register shall be maintained and it
shall be submitted to owner/ consultant on regular basis.
17.2.2 Emergency vehicle shall be kept on standby duty during all working hours for the purpose.
17.2.3 The emergency vehicle shall not be used for any other purposes other than its indent purpose.
The contractor at periodic interval shall arrange to prevent mosquito breeding by fumigation /
spraying of insecticides.
1.7.7.1
All PPE provided by the contractor shall confirm to Bureau of Indian Standards (BIS).
Copy of Manufacturers test certificates of PPE used shall be submitted to owner/ consultant.
Contractor shall submit PPE issue register and PPE stock record to owner/consultant on regular
intervals.
19.3 As a minimum, every worker shall wear safety shoes, safety helmet and safety goggles at project
site.
Depending upon the job requirement other PPE shall used.
Head Protection Safety Helmet
Foot Protection - steel toe cap shoes, steel toe cap gumboot
Eye Protection - Goggles, Helmet mounted face shield
Hand Protection - Gloves
Respiratory Protection - Nose mask, Self Contained Breathing Apparatus
Hearing Protection - Ear plugs, Ear muffs
Personal Fall Protection - Full body harness with double lanyard, Rope-grab fall arrester, etc
Body Protection - Full body apron
or combination of these.
Operation Hazards Eye Protectors
Contractor shall inspect the goggles used by workmen and shall replace the defective goggles
immediately.
Eye protection for Helpers exposed to light radiation from welding, gas cutting activity shall be
provided with black shaded welding goggles.
In addition to above, gloves shall be used by personnel involved in works with possibility of the
risk from abrasion, cutting, tearing, chemical, or other burn, infection.
19.3.5.2 Supplied Air Respirators and Self Contained Breathing Apparatus (SCBA) used for working in
hazardous atmosphere shall be advised by owners Engineer-in-Charge / Fire & Safety
Department. The same shall confirm to BIS and shall be approved by owner/ consultant.
19.3.5.3 Contractor shall organise practical demonstration training on the methodology to use SCBA or
Supplied Air Respirators in consultation with owner/consultant.
dust mask.
Contractor shall use chemical cartridge respirators while performing outdoor spray painting.
20.0 Housekeeping
20.1 Contractor shall maintain very high standard of housekeeping at all times.
Keep the site neat and tidy. Keep adequate number of skips / waste bins.
Keep the access clear of all obstructions.
Remove the nails or bend them down from the wooden scrap and remove them from job site.
Store the material in an orderly manner.
20.2 The contractor shall on daily basis keep the premises and surrounding area free from accumulation
of waste materials or rubbish caused by activities.
20.3 At the completion of days work contractor shall remove these materials to avoid Slip/ Trip hazards
and provide safe areas for movement of all workers and supervisors.
20.4 Empty gas cylinders shall be removed from the site and shall send back to the contractors store.
22.5 Contractor should establish regular maintenance program of sweeping and hosing to minimise
accumulation of dirt and dust in such areas.
20.6 If the Contractor does not clear the area after the completion of work, the same shall be got done by
owner and recoveries shall be made from the bills of the Contractor at double the rate at which the
owner has got it done.
20.7 On completion of the job the contractor shall remove all his construction material, tools etc. and
remove all temporary constructions and leave the job site thoroughly cleaned up and ready for use. A
job will not be considered completed until all surplus material, scrape and debris / rubbish are
removed from the job site.
20.8 When required contractors should suspend other operations and do housekeeping.
1.7.7.1
Waste generated at site shall be segregated at source and disposed off in accordance with
environmental control regulations and municipality rules. Consultant shall be informed of procedure
followed by the contractor before disposal.
20.9.1 Scrap yard shall be identified and waste shall be disposed temporarily at designated scarp yard.
Scrap yard shall be barricaded and shall be clearly marked as Scrap Yard in English and other local
languages.
22.9.2 All receptacles shall be constructed of metal or other suitable types of containers of non-flammable
materials. Cardboard, wooden boxes or crates and similar types of containers shall not be used for
the collection of combustible waste.
22.9.3 Skips containing combustible waste should be strategically placed to ensure fire does not spread in
the case of combustion within a skip.
22.9.4 Contractor shall maintain routine housekeeping inspection record and shall be submitted to
owner/consultant.
21.1 Colours of safety signs, dimension and layout shall confirm to IS 9457:2005
Red : Prohibition signs
Yellow : Warning signs
Green : Mandatory action signs
Blue : Safe condition signs
21.2 Bands
The band colour for indicating hazard location shall be the combination of Yellow and Black.
The band colour for indicating prohibition shall be the combination of Red and White.
The band colour for indicating mandatory action shall be the combination of Blue and White.
The band colour for indicating safe condition shall be the combination of Green and White.
21.3 Tags
Contractor shall implement tag system for scaffold, LOTO and unsafe equipment.
If the electricity supply is in contractor scope, the contractor shall assess required electrical loads and
shall install required capacity diesel generators for power supply.
1.7.7.1
The contractor shall submit electrical Single Line Diagram (SLD), schematic diagram and the details
of the equipment for all temporary electrical installation to the owner/consultant.
22.3.1 Contractor shall display the following details near the DG.
Name with photograph and contact number of authorised person to operate the DG
Single Line Diagram (SLD)
Safety signs
Cardio Pulmonary Resuscitation (CRP) and electric shock first-aid treatment chart.
Location of nearest first-aid box availability.
List of emergency services contact numbers.
22.3.2 Contractor shall inspect DG periodically and the record shall be submitted to owner/ consultant.
22.5 Cables
Periodic check shall be carried out for defective cables, cracked or perished insulation, loose
joints in conduits, damaged fuse boxes and switchboards, loose pins, faulty sockets and defective
earth wire.
Kinking, twisting, binding or crushing of cables shall be avoided all the time. No electrical
equipments shall be left open or unsecured at the end of the days work.
All power distribution cables should be taken overhead with sufficient headroom.
Cabling passing under the walk way and across way for transport and mobile equipment shall be
laid in ducts at a minimum depth of 0.6 meters.
All switch boards, extension boards, etc. should be protected from rain and water. No water
logging should be allowed around switchboards.
1.7.7.1
The contractor shall ensure plugs; sockets and couplers used shall be splash proof type. The
minimum degree of Ingress Protection should be of IP44 in accordance with national standards.
Plugs and fittings used shall be of the weatherproof type and they should be colour coded in
accordance with the internationally recognised standards
No loose connections or tapped joints shall be allowed any where in the work site, office area, stores
and other areas. Proper cable connectors as per national standards shall only be used to connect
cables
Plugs shall be used to connect with sockets. Inserting the leads into the sockets shall be strictly
prohibited.
22.7 Lighting
The contractor shall provide sufficient lighting at site, of the right type and at the right place.
A far as possible contractor shall provide flood lighting to cover maximum work area.
The access and storage yard shall be well illuminated.
Luminaries should be robust and water proof especially at the point of the cable entry.
Hand held lamps used shall be of 115V and suitably guarded to protect from any mechanical
damage.
Light fitting for hazardous environment shall be of flame proof type which specifications shall
confirm to national standards.
Contractor shall use only 24V lamp in to confined space It shall be guarded and of flame proof
type.
Contractor shall form a LOTO procedure and shall be implemented during any maintenance,
repair, pre-commissioning and commissioning activities.
The equipment shall be isolated from energy sources before carrying any maintenance work.
LOTO register shall be maintained and shall be controlled by a designated person.
Contractor shall be responsible for arranging locks for locking the feeders or panel boards.
All locks shall be neatly labelled for easy identification and the keys of the locks shall be
maintained by the designated person.
22.10 Earthing
Contractor shall ensure all earthing shall confirm to IS 3043:1987
Body of electrically operated tools, equipments, distribution board, electrical panel etc shall be
grounded properly.
Earth pit shall be clearly marked and earth resistance shall be measured on monthly basis and
register shall be maintained by contractor.
24.0 Excavations
24.1 The contractor shall obtain work permit from owner/ consultant before starting excavation
24.2 Contractor shall prepare a method statement by considering the following factors
Nature & type of the soil
Weather and moisture conditions
Underground utilities
Methodology adopted to avoid cave-in
Depth and width of excavation
Duration of the excavation job
Proximity of other structures, services
Dewatering systems
24.3 Contractor shall stabilise the sides of an excavation by designing the shoring, if the depth is 4 metre
or more and which shall be approved by owner/ consultant.
24.4 All excavations and trenches depth of 0.60 m or more shall be hard barricaded.
The hard barricade shall be made of steel pipes of minimum 40 NB.
The hard barricade shall have hand rail at 1100mm and mid rail at 550 mm and the spacing
between two vertical members should not be more than 1000 mm.
The hard barricade shall withstand a lateral load of 100 kg.
The hard barricade shall be provided at least 1.0 meter away from the edge of the excavation.
1.7.7.1
24.5 Excavations and trenches depth less than 600 mm shall be cordoned off and suitable sign boards
warning tapes posted.
24.6 Access shall be provided by mean of portable ladder or ramp if the depth is more than 1.5m.
24.7 Portable ladders shall be provided at intervals of not more than 15 m, depending on the number of
workmen present.
24.8 All excavated materials shall be deposited minimum 1.5 m away from the edge of the excavation.
24.9 Excavating equipments and vehicle shall be operated 2.0 m away from excavated area.
25.1.1 As far as possible D.C. Generator / Rectifiers should be used in preference to A.C. Transformer sets.
25.1.2 The contractor shall get welding transformer certified by the owner/consultant Electrical Engineer
before start of work and shall obtain a certificate valid for a period of three months renewable after
every three months.
Grounding from welding return connection shall be done only on work piece. Return connection
shall not be grounded with scaffold member, pipe racks or pipes containing flammable liquid or
gases.
Used electrode shall be collected and shall be disposed properly.
25.1.5 Periodic Inspection shall be carried on the welding transformer and the record shall be submitted to
owner/ consultant.
metallic body.
All grinding machine shall be fitted with Dead-Man switch and this shall not be bypassed any time.
All grinding/ cutting machines shall be guarded.
Check shall be done for any abnormal sound and/or vibration.
Grinding wheel without manufacturers specification showing size, speed and expiry date shall not
in used.
Portable grinding machine shall not be used as bench grinder. Small work piece shall be fixed on
bench vice.
Proper spanner shall be used for fixing grinding wheel with the machine.
Machine shall be put OFF from the main switch when not in use.
Grinding activity shall not be carried out in confined space without a valid work permit.
Periodic Inspection shall be carried on the grinding/cutting machine and the record shall be
submitted to owner/ consultant.
26.2 The contractors shall provide adequate number of well-maintained fire extinguishers at each work
area.
26.3 Extinguishers should be sited in such a way that it is not necessary to travel more than 15 meters
from the site of the fire to reach the extinguishers. The location of fire extinguishers shall be clearly
marked by sign boards.
26.5 The contractor shall ensure that workmen are trained in the use of fire extinguishers, understands the
basics of fire fighting and train the workmen to become familiar with such Fire Fighting Procedures
26.6 Fire drills should be held at regular intervals to ensure personnel are familiar with the location, of
Assembly Point and response expected of them in case of emergency.
26.7 Smoking on site is strictly prohibited. No Smoking signboards shall be displayed at prominent
location including stores/ storage places.
1.7.7.1
26.8 Care of flammable materials, oily rags, waste etc. shall not be left lying around or allowed to
accumulate. Covered metal skips should be used for disposal of flammable waste.
26.9 If hot work operations are to be carried out, non-flammable screens and blankets shall be used to
confine sparks hot metal or slag. A fire extinguisher should also be readily available.
26.10 Chemicals and other such goods should be stored in stable racks properly labelled. Mutually
reactive chemicals should be kept away from each other. Storage place should have proper
ventilation.
26.11 Fire extinguishers shall be Periodically Inspected and the record shall be submitted to owner/
consultant.
Life line shall be installed and full body safety harness with double lanyard of 1.8m with shock
absorber and scaffold type snap hook shall be used to ensure 100% protection.
Fall protection devices shall be secured to an anchorage point or a structural member which can
support a minimum dead weight 2450kg.
Ladders shall be only used as access for ascending and descending. Using scaffold member as
access is strictly prohibited.
No loose materials shall be kept on working platform and shall be kept on baskets.
28.1 Scaffolds
Scaffolding shall be properly designed and erected, with its intended use, where additional,
anticipated loads are to be applied; the structure shall be redesigned and modified accordingly. All
scaffolding material shall be as per relevant IS specification.
Bamboo and wooden scaffolding is prohibited. Only steel pipe scaffold shall be permitted.
Return cable of welding machine shall not be connected with scaffolds member.
Scaffold shall be inspected every week or after any adverse weather condition like rain, cyclone
etc.
Scaffold inspection record shall be submitted to owner/consultant immediately after inspection.
1.7.7.1
Access shall be provided by means of portable ladder and it is the duty of supervisor to provide
safe access. It shall be immediately installed after the completion of second level horizontal or 6
m.
Ladders shall be extended at least 3 rungs from platform.
Full body harness with double lanyards fitted with shock absorbers with scaffold type snap hooks
shall be worn by scaffold erectors.
The completed scaffolding shall be inspected and certified by scaffolding supervisor and engineer
using scaffold.
After completion of scaffold inspection if safe, green tag shall be displayed near the access
ladder. If scaffold found unsafe, red tag shall be displayed near access ladder.
1.7.7.1
No load shall be carried while ascending and descending the ladder. Load shall be pulled or
lowered by ropes by means of pulley.
Ladders are a means of access, and they should not be used as working platforms.
Ladders shall not be placed in front of the door or in the path of moving object unless it guarded.
While ascending and descending should be facing towards the ladder
Portable ladder used shall be of anti slip base.
Capability of worker for manual material handling should be considered in before assigning the task.
Contractor shall train the workmen on safe lifting posture.
Whenever load-handling operations are essential, consideration should be given to the use of
mechanical handling, like use of lifting appliances or fork lifts. The contractors should consider the
use of such mechanical aids at the planning stage of their activities.
The contractor shall offer his slings and lifting gears for inspection and approval of owner/consultant
before putting it in to the job.
Contractor shall submit manufacturers test certificate and test certificates from Govt. approved
certifying authorities for all of his lifting gear and slings.
Lifting gear in use shall be thoroughly examined once at least in every twelve months by a competent
person.
The Safe Working Load (SWL) and manufacturers serial numbers shall be clearly marked on the
slings and the lifting gears, either by tagging, stamping, engraving or embossing. These markings on
lifting gears and slings shall be inspected and a register shall be maintained.
If SWL and manufacturers serial numbers is not clearly marked, those slings and lifting gears shall
be prohibited to use.
30.5 Hooks
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Loads shall be applied only in the part designed to take them, Point load shall be avoided as point
load results in overstressing the hook causing it to break.
The hook shall be removed from the service if there is a visible crack and if it is twisted 100 out of
place.
30.6 Shackles
Contractor shall use the correct pin for each shackle. Rebar, mild steel bolts are not acceptable
replacement for shackle pin.
All lifting appliances including all parts and gears thereof, whether fixed or movable shall be
thoroughly tested and examined by a competent person at least once in a year or after it has
undergone any alterations or repairs liable to affect its strength or stability. Within the validity, if the
lifting appliances are shifted to a new site, re-examination by the same competent person for
ensuring its safety shall also be done.
Contractor shall maintain list of lifting appliances, lifting appliances maintenance register and shall be
submitted to owner/consultant on regular basis.
The contractor shall not employ any person to drive or operate lifting appliances unless he is above
twenty-one years of age and possesses a valid heavy transport vehicle driving licence as per Motor
Vehicle Act and Rules.
The operator shall possess the knowledge of the inherent risks involved in the operation of lifting
appliances.
1.7.7.1
The operator shall be is medically examined and the report shall be submitted to owner/consultant.
The laminated photocopies of test certificates issued by competent person, the operators photo,
manufacturers load chart shall be displayed in the operator cabin.
Hooks shall be fitted with safety latch on hook opening so that slings cannot be displaced.
Lifting appliances shall be periodically inspected and reports shall be submitted to owner/consultant.
1.7.7.1
Where two or more tower cranes are sited and operated, every care is taken to ensure positive
and proper communication between operators of tower cranes to avoid any dangerous
occurrences.
Contractor shall submit a detailed method statement/ rigging plan for critical and heavy lift by
considering following
Rigging sketch
Details of the crane
Rated capacity of crane
List of rigging hardware
Rated capacity of rigging components
Weight of the rigging gear
Weight of the load
Total weight of the lift (Weight of the rigging gear + Weight of the load)
Dimension of the load
Crane Radius
Boom Length
Safe working limits of the crane as per load chart
Ground and site condition
Placement of crane
Swing radius
Sling angles
Hand signal and necessary communication to be used.
Contractor shall submit all manufactures operator manual, third party test certificate to
owner/consultant.
Before beginning any crane operation the supervisor and operator shall complete the pre-lifting
checklist. The same shall be submitted to owner/consultant.
The outrigger of the crane shall be fully extended prior to the lift and shall be padded on firm base.
Lifting activity shall not be carried out when wind velocities is 25km/hr or greater or during other
adverse condition.
Sufficient clearance shall be maintained while working near over head power lines
Up to 250,000 volts at least six meter clearance shall be maintained.
Above 250,000 volts at least 7.5 meter clearance shall be maintained.
Contractor shall deploy only the riggers having sufficient knowledge, experience and skill.
A trial lift shall be carried out, raising the load a short distance above its pick-up point, to check the
stability of the crane, and the efficiency of the brakes.
1.7.7.1
Crane boom swing radius shall be barricaded and safety sign boards shall be displayed.
Signal man shall be provided with retro-reflective jacket and he is the only authorised person to give
signal to the operator.
No person shall move beneath the load and travel on the load.
33.2 The contractors shall provide a list of vehicles needed to be used at site and formulate a procedure
relating to construction vehicle inspection, operation and maintenance. It must be consistent with the
manufacturer's recommendations and consultants requirements.
Contractor's construction vehicles are to be periodically inspected and maintained according to pre-
determined schedule. Records of all inspection and maintenance shall be maintained and submitted
to owner/consultant on regular basis.
Vehicle maintenance or repairing work shall not be carried out inside the construction site.
33.3 Operators entering site shall be instructed to follow the safe system of work adopted on site. These
shall be preferably, written instructions showing the relevant site rules, the site layout, delivery areas,
speed limits, etc.
33.4 All vehicle operators shall undergo medical fitness test, audiometric test and vision check test. The
medical certificates of those operators shall be submitted to owner/consultant.
All Vehicles shall be fitted with audible reverse alarms and maintained in good working condition.
Reversing shall be done only when there is adequate rear view visibility and under the directions of a
banksman.
All vehicles shall be equipped with wind shields and wipers. Cracked or broken wind shields shall be
replaced.
33.7 At start of each shift operator shall check oil, fuel, water and hydraulic levels, that all gauges are
working and the vehicle is functioning smoothly.
33.8 The maximum speed limit on the construction site is 20-km/ hr. The maximum speed limit in work
areas is 15-km/ hr.
Personnel must not be transported while standing on the bed of trucks or trailers or on material
handling / earth mounting equipment or they shall not be allowed to sit on doors.
Material extending from vehicle bed shall be indicated with red flag.
The latch on the dumper skips shall be in working order and release mechanism shall function
smoothly.
The operators shall turn-off the engine and remove the ignition key before leaving the vehicle.
Before moving the vehicle operator shall walk around it to see the area is clear. No one shall be
allowed to sit or lie around or beneath the vehicle.
Wheel stopper shall be provided to while parked at slopes, place near any excavations etc.
35.0 Noise
Noise must be kept to a minimum at all times and must not exceed acceptable and/or any work
activity which is likely to expose any employee on site to a noise level of 85 db(A) or above,
assessments should be carried out. In such circumstances, the contractor must keep stocks of
ear defenders or other suitable hearing protection and issue to the workmen who are exposed to
the higher levels of noise.
The Contractor shall ensure that noise generated from all powered mechanical equipment shall
be effectively reduced using the most modern techniques available including but not limited to
silencers and mufflers.
The Contractor shall construct acoustic screens or enclosures around any parts of the works from
which excessive noise may be generated.
Grinders, Cutters, Jack Hammer (pneumatic drills), Engine driven plant and the like, all give off
levels of noise that is harmful.
Earplugs and earmuffs are the commonest form of hearing protection to be used.
A person passes through an opening into a confined space and is considered to have occurred as
soon as any part of the entrant's body breaks the plane of an opening into the space is confined
space entry.
The danger may be as a direct result of a process being undertaken by persons in confined space
and the activities such as spray painting, use of cleaning fluids (solvents), hot work, abrasive
blasting, arc air gouging were considered as dangerous activities.
The hazards involved are asphyxiation, fire and explosion, oxygen enrichment or deficiency, dust and
fumes, electrocution, heat exhaustion.
36.2 Preparation
Contractor shall prepare method statement and submit to owner/consultant for review at least seven
days prior to the commencement of the activity. Method statement for work in confined space shall
address the following as minimum.
Work scope and methodology
Nominated supervisors for obtaining permit to work and overall controller of the work activity.
Nominated stand by persons
Tools and equipments to be used
Explosion proof fittings
Flame proof lighting arrangement including emergency lighting
Ventilation arrangement
1.7.7.1
Access
Fire safety and fire extinguisher requirements
First-aid facilities
Rescue procedure and availability of equipment/ resource for rescue
36.3 Authorization
Nominated supervisor is a competent construction engineer who has adequate knowledge, skill,
experience and familiarity about working in confined space.
Contractors nominated supervisor shall ensure that workmen and other supervisors employed for
work in confined space are trained and competent in performing such task before signing the work
permit.
All entry into confined spaces shall be controlled by means of a permit to work and this shall be
obtained from owner/consultant.
No new activity shall be introduced in to a confined space without permission and signed approval of
permit to work from owner/ consultant.
36.4 Access
Clear and safe access shall be maintained continuously while workers are in confined space.
Ladder shall be of suitable size and length.
Adequate lighting shall be provided at all access and egress points.
36.5 Communication
Effective communication shall be maintained between personnel in confined space and outside by
combination of visual/ voice or portable radio.
36.6 Ventilation
Contractor shall check the oxygen level and confined space entry shall only be permitted if level of
oxygen by volume is in between 19.5 percent to 23.5 percent.
The oxygen level shall be surveyed at regular interval while any task is performed in confined space.
The oxygen level survey details shall be maintained in log register.
Exhaust fan or other mechanical means shall be used to bring Lower Explosive Limit (LEL) 0% or
toxic gas below Threshold Limit Value (TLV). Also Self Contained Breathing Apparatus (SCBA) shall
be used if necessary.
Whenever spray painting is carried out in confined space, forced ventilation shall be provided to
avoid any accumulation of flammable vapours.
1.7.7.1
Stand by person shall be familiar with all possible hazards in confined space and remain outside
confined space entry until relived by another stand by person.
Rescue equipments such as full body safety harness, tripod, lifelines, Self Contained Breathing
Apparatus (SCBA), stretchers, Man basket, crane shall be kept readily available.
37.0 Radiography
Radiography camera must be operated only by licensed radiographers certified by BARC under
the direct supervision of site-in-charge.
Contractor shall submit list of competent persons involved in radiography at least seven days prior
to the commencement of the job.
Contractor shall submit a list of authorised person involved in radiography associated works such
as isolation of sources, radiation survey meter surveyor, area cordon-off crew.
Field radiography shall be carried out during night time where there is no occupancy around.
All radioactive sources must be clearly identified with its strength of the source, activity at different
levels. A warning label should be displayed indicating Danger Radioactive Material.
The area shall be cordoned-off whenever radiography is carried out and the distance to be
cordoned-off is determined by the type and strength of radiation source to be used, the type of
exposure given, nature of occupancy and the total exposure time per week.
The radiation levels along the cordon should be monitored by suitable and calibrated radiation
survey meter to confirm the cordon-off distance is adequate.
Everyone involved in field radiography activity shall wear personnel monitoring badges.
Radiation warning symbols shall be conspicuously posted along the cordon in English, Hindi and
vernacular languages. It shall be readable from a distance of 7 m under normal illumination.
All safeguards should be implemented to ensure that workmen are not crossing the barricades.
The boundary of cordon on all sides shall be adequately illuminated throughout the duration of
radiography.
Red warning lights must be posted at night along boundary of cordon and especially at the point
of entry.
39.0 Demolition
Prior to the commencement of any demolition work and also during the process of demolition
contractor shall follow the following additional precautionary steps shall be observed.
All roads and open areas adjacent to the particular site shall either be closed or suitably
controlled.
1.7.7.1
All underground / overground power / telephone cables or water / sewerage lines in the vicinity of
the particular site shall be either suitably diverted or made non-functional for the duration of the
demolition activity.
All practical steps shall be taken to prevent danger to persons employed from risk of fire or
explosion or flooding. No floor, roof or other part of the building shall be overloaded with debris or
materials as to render it unsafe.
Event Penalty
1.7.7.1
Failure to submit HSE reports/check Lists, etc., by 5th of Rs 1000 /month and Rs 100 / day
every month to OWNER for further delay
Working without clearance Rs 5000/occasion
Hot work without proper Clearance / permit Rs 10000 / occasion
For not providing shoring / strutting / proper slope and not
keeping the excavated earth at least 1.5M away from the Rs 5000 / occasion
excavated area
41.2 In case the violation / non-compliance of above Safety, Health & Environment rules results in results
in any Physical Injury or Fatal Accident, an additional penalty as given below shall also be imposed
on to the Contractor:
41.3 For any reportable physical injury as per Indian Factories Act - 1948: Additional penalty of 0.5 % of
the contract value subject to a maximum of Rs.2,00,000 (Rs. Two Lakhs Only) per injury in addition
to the penalty of Rs.5000 as per 41.2 above
41.4 For Fatal accident: Additional penalty of 1 % of the contract value subject to a maximum of
Rs.10,00,000 (Rs. Ten Lakhs Only) per fatality in addition to the penalty of Rs.5000 as per 41.2
above.
42.1 In case of fatal accidents: Rs.1.0 lacs (Rs. One Lakhs) within 5 days of accident.
42.2 In case of loss of both the limbs (hand / legs/eyes/ ears) : Rs.50,000/- (Rs. Fifty Thousand ) within 1
week.
42.3 In case of loss of one limb (hand / legs/eyes/ ears) : Rs.25,000/- (Rs. Twenty Five Thousand ) within
1 week.
42.4 In case of any injury not specified above, Rs.1000/- (Rs. One Thousand) to Rs.5000/- (Rs. Five
Thousand) as directed by Engineer-in-charge within 1 week.
1.7.7.1
1.7.7.1
1.7.7.1
4 Reporting
4.1 Safety Statistics Monthly Monthly NA NA Monthly Monthly
4.2 Weekly First Aid and Weekly Weekly DC Weekly Once a RAN
Illness Reports Week
4.3 Labour Report with Daily Daily Daily Daily Daily RAN
Workhours
4.4 Incident Reports NB As applicable
1.7.7.1
HSE ASSURANCE PLAN
Frequency Extent of Checking
Page 432 of 674
ii Emergency care services Advance RAN N.A Daily Periodic N.B. Once in a Month
(Doctor, Ambulance) arrangement.
iii Medical examination (Pre Regular Periodic N.A N.A Periodic N.B. Once in a Month
& Periodic)
v Drinking Water tank Filling everyday, Through RAN N.A RAN N.B
cleaning once a Records
week.
vi Urinals & Latrines Daily sweeping RAN N.A RAN RAN RAN If applicable
arrangement.
vii Septic tank / Disposal In the NB N.A RAN RAN RAN If applicable
system beginning.
1.7.7.1
HSE ASSURANCE PLAN
Frequency Extent of Checking
Page 433 of 674
viii Mosquito control Once a week, Through N.A RAN RAN RAN If applicable
disinfecting records
arrangement
ix Crches for Children below Required if 50 RAN N.A Daily Monthly RAN
6 yrs. or more females
employed at site
1.7.7.1
HSE ASSURANCE PLAN
Page 434 of 674
20 Load tests For Heavy lifts. DC N.A DTC DTC Formal procedure
Required for heavy
Lifts
1.7.7.1
Site Safety Organisation Chart
Page 435 of 674
Safety Manager
Safety Engineer
Safety Observer Safety Observer Safety Observer Safety Observer Safety Observer
1.7.7.1
Minutes of Meeting
Agreed date
Sl. Target
Remarks in Previous Action by
No Date
meeting
Page 1 of
1.7.7.1
P - Positive; AR - At Risk: UA - Unsafe Act; UC - Unsafe Condition; LB - Lack of Belief; LT - Lack of Training; LI - Lack of Interest; LR - Lack of Resource; C - Closed; O-Open
SOR
Direct
Observation Indirect Cause SOR SOR Status Closed
Date Time Observer Location Description Cause Corrective Action
category on
P AR UA UC LB LT LI LR C O
1.7.7.1
Safe Plan of Action
Job description:
PPE Required
Full body double lanyard
Helmet Safety shoes/ Gumboot Safety goggles Hand gloves
safety harness
Nose mask Ear plug Hard hat with welding Shield Grinding visors/ face shield Others________________
Safety Devices
Caution tape/ Barricading Sign/Display boards Fluorescent jackets Lifeline/Fall Arrestor Safety net
pipes
Flash back Arrestor Fire extinguisher Fire blanket Warning lights
Others________________
Contractor shall complete the corrective action and submit the compliance report to owner/consultant
C House Keeping 35
18 Fully planked working platform with handrails, mid rails & toe- 5
guards with secured access ladder extending 1 m from the
19 Fall arrestors, lifelines & safety nets in use wherever 5
necessary?
20 Ensuring everyone anchoring the safety harness when 5
exposed to a fall of 2m and above
E Scaffolds & ladders 40
1.7.7.1
Monthly Safety Audit Checklist
Page 4 of 6
Project Date Location
Contractor Audit No. Audit Team members:
Page 446 of 674
Note: Contractor shall complete the corrective action and submit the sheet to consultant/owner.
Safety Induction Induction Number
Project Name Project Number
Contractor Date of Induction
Inductee Name Designation
Age Blood Group Experience in Role:
15.0 Fall prevention and protection (Open edges, floor cut outs)
23.0 Dont put yourself and other at risk. If you have any doubts ask your supervisor for help.
1.7.7.1
1.7.7.1 Page 451 of 674
1.7.7.1 Page 452 of 674
Safety Training Matrix
Project Number Project Name
Page 453 of 674
Earth mover
Supervisor
Electrician
Strength
Bar binder
Operators
Carpenter
Planned
Unskilled
operator
operator
Scaffold
Sl.No Training Topic
Grinder
Vehicle
Painter
erector
Welder
worker
Mason
Rigger
Date
Crane
Fitter
1. Safety Induction
2. Personal Protective Equipment
3. Housekeeping
4. Work permit
5. First-aid
6. H2S
7. Mock drill
8. Excavation
9. Manual handling
10. Driving Safety
11. Working at Height
12. Scaffold
13. Hot work
14. Heavy lifting and Rigging
15. Fire prevention and protection
16. Electrical Safety
17. Hand and power tools
18. Confined Space Entry
19. Pre-commissioning Safety
20. Lock-out and Tag-out
1.7.7.1
Attendance Register for Safety Training
Project Project No
Contractor Topic
Date Location
Time Conducted by
Signature/ Thumb
Sl.No Name Designation Organisation
Impression
1
10
11
12
13
14
15
16
17
Facultys Signature
Date
Recordable
Medical Aid
Incidents
Safety Metrics
Safety Induction
Tool Box Talks
Safety Training
Positive SOR
Other SOR
Safety Inspection
Safety Audit
Safe Plan of Action (SPA)
Safety Meeting
Remarks: Contractor shall submit supporting documents along with weekly safety report.
Project: Contractor:
Immediate Supervisor
Consultants RCM
(Name and Contact Number to be updated)
Note:
First witness shall attend the injured person.
Supervisor shall inform emergency services and also the contractors RCM.
All incidents and near miss incidents shall be reported immediately.
Detail report shall be submitted within 24 hours irrespective of Sundays and holidays if any.
A sufficient number of eye wash bottles filled with distilled water or suitable liquid clearly indicated by a
distinctive sign which shall be visible at all times.
4 per cent xylocaine eye drops, and boric acid eye drops and soda by carbonate eye drops.
Twenty-four small sterilised dressings.
Twelve medium size sterilised dressings.
Twelve large size sterilised dressing.
Twelve large size sterilised burn dressings.
Twelve (fifteen cm) packets of sterilised cotton wool.
(Two hundred ml) bottle of certimide solution (1 per cent) or suitable antiseptic solution.
One (two hundred ml) bottle of mercurochrome (2 per cent) solution in water.
One (one hundred twenty ml) bottle of salvolatile having the doses and mode of administration indicated
on the label.
One pair of scissors.
One roll of adhesive plaster (six cm X one metre).
Two rolls of adhesive plaster (two cms X one metre).
Twelve pieces of sterilised eye pads in separate sealed packets.
A bottle containing hundred tablets (each of three hundred twenty-five mg) of aspirin or any other
analgesic.
Twelve roller bandages ten cms wide.
Twelve roller bandages five cms wide.
One tourniquet.
A supply of suitable splints.
Three packets of safety pins.
Kidney tray.
A snake bite lancet.
One (thirty ml) bottle containing potassium permanganate crystals.
One copy of first-aid leaflet issued by the Directorate General.
Six triangular bandages.
Two pairs of suitable, sterilised, latex hand gloves.
IS : 1179 - 1967 Equipment for eye and face protection during welding.
IS : 1989 -1986 (Part - I & III) Leather safety boots and shoes.
1.7.7.1
Personal Protective Equipment & Safety Equipments Stock Register
PPE Quantity
Available in Unit Remarks
Items Procured Issued
Stock
Safety Shoes
Size 6 Pair
Size 7 Pair
Size 8 Pair
Size 9 Pair
Size 10 Pair
Safety Helmet No
Safety Goggles No
Ear Muff No
Ear Plug No
Nose Mask No
Life Line No
Welders Hood No
Grinder Visor No
Fire Blanket No
Fire Extinguisher No
Project Contractor
Location: DG ID:
1 Excavation permit no -
Underground/ overhead facilities present are:
2
_______________________________________
3 Underground cable detection done?
Has the exact location of excavation been
4
marked?
Has the operator possess a valid operating
5
license?
6 Whether SPA Prepared and displayed on site
The area to be excavated and hazards are clearly
7
communicated to the operator & the helper?
B) After excavation
Has adequate sloping maintained to prevent soil
8
collapse?
9 Any adjoining structure nearby?
Signature
Remarks: ( 3) good / YES, ( X ) Poor / NO. If No, Please indicate in the comments column.
Date: Comments
Date: Location
Date: Location
Date: Location
Signature
Project
Contractor:
Inspected by:
Visual Inspection
Sl.NO Date Identification No. Result Location Date of Refill Date of Expiry
OK NOT OK
Comments/Remarks
1.7.7.1
Monthly Wire Rope Inspection Report
Page 475 of 674
1.7.7.1
Monthly Synthetic Web Sling Periodic Inspection Report
Page 476 of 674
Project Contractor
Third Party
Capacity Certificate Date into service Remarks
Sl.No Crane Type Manufacturer Model Year Current Owner
Rating (SWL) Reference
Number
1.7.7.1
Page 478 of 674
Mobile Crane Inspection
Date Time
Contractor Make
Owner Operator
Operator
6 License
Competency Certificate
Signature Signature
Date Date
Project: Date:
Contractor
Lift Description:
Yes No
1. Crane Operator minimum qualification requirements?
12. The total lifted weight is below 95% of crane capacity capacity?
17. Crane set up per the lift plan (radius, configuration, etc)?
Signature: Date:
9 Reverse horn
12 Condition of tyres
Signature Signature
Date Date
PART : III
SECTION : B.12
TABLE OF CONTENTS
1.0 General
2.0 Scope
3.0 Codes & Standards
4.0 Equipment
5.0 Surface Preparation
6.0 Paint Materials
7.0 Paint Systems
7.1 Pre-erection / Pre-fabrication and shop priming for carbon steel, low temperature carbon
steel & low alloy steel, un-insulated and insulated steel structures, piping and equipment,
etc.,
7.2 Repair of pre-erection /fabrication and shop priming after erection / welding for carbon steel,
low temperature carbon steel & low alloy steel uninsulated and insulated items in all
environments.
7.3 Repair of all weld joints and damages of galvanized steel, carbon steel and alloy steel
structures, piping and equipment after erection on above ground / overhead areas at site.
8.0 Field paint system for normal corrosive environment (for carbon steel, low temperature
carbon steel and low alloy steel)
9.0 Field paint system for corrosive areas in plant (for carbon steel, low temperature carbon
steel and low alloy steel)
10.0 Field paint system for highly corrosive areas in plant (for carbon steel, low temperature
carbon steel and low alloy steel)external surfaces of piping & equipment
11.0 Field paint system for carbon steel storage tanks (internal & external) for all environment
and areas
12.0 Coating system for external side of underground carbon steel plant piping and tanks
13.0 Painting under insulation for (hot, cold & safety) Carbon Steel plant piping and tanks
14.0 Internal protection of Carbon Steel water boxes and tube sheets of cooler condensers
15.0 Field painting system for GI towers / Non-Ferrous tueb sheet
16.0 Shop & Field painting system for Effluent treatment plant
17.0 Storage
18.0 Color code for piping as per CPCL
19.0 Identification of vessels, piping, etc.,
20.0 Painting for civil defence requirements
21.0 Inspection and testing
22.0 Guarantee
23.0 Qualification criteria of painting contractor
1.0 GENERAL
1.1 These technical specifications shall be applicable for the work covered by the contract and
without prejudice to the various codes of practice, standard specifications, etc. It is understood
that Contractor shall carry out the work in all respects with the best quality of materials and
workmanship and in accordance with the best engineering practice and instructions of Engineer-
in-Charge.
1.2 1 Wherever it is stated in the specification that a specific material is to be supplied or a specific
work is to be done, it shall be deemed that the same shall be supplied or carried out by the
contractor. Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of job.
2.0 SCOPE
2.1 Scope of work covered in the specification shall include, without being limited to the following
2.1.1 This specification defines the requirements for surface preparation, selection and application of
paints on external surfaces of equipment, vessels, machinery, piping, ducts, steel structures,
external & internal protection of storage tanks for all services. MS chimney without refractory
lining and flare lines etc. The items listed in the heading of tables of paint systems is indicative
only, however the contractor is fully responsible for carrying out all the necessary painting,
coating and lining on external and internal surfaces as per the tender requirement.
2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting :
a. All un-insulated C.S & A.S equipment like columns, vessels, drums, storage tanks, heat
exchangers, pumps, compressors, electrical panels and motors etc., and tanks and
equipment in ETP plant.
b. All un-insulated carbon and low alloy piping fittings and valves (including painting of
identification marks), furnace, ducts and stacks.
d. All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,
platforms, etc.
f. Identification color bands on all piping as required including insulated aluminum clad,
galvanized, SS and nonferrous piping.
i. Supply of all primers, paints and all other materials required for painting other than Owners
supply.
k. Painting under insulation for carbon steel, alloy steel and stainless steel as specified. 1
l. Repair work of damaged / pre-erection / fabrication shop primer and weld joints at field.
2.2.2 The following surfaces and materials shall not require painting in general. However, if there are
any specific requirement by the Owner, the same shall be painted as per the relevant
specifications:
2.3 Unless otherwise instructed final painting on pre-erection / shop primed pipes and equipments
shall be painted in the field, only after the mechanical completion, testing on systems are
completed as well as after completion of steam purging wherever required.
2.4 Changes and deviations required for any specific job due to clients requirements or otherwise
shall be referred to Jacobs for deviation permit.
3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, the following codes and standards shall be followed for the work covered by the
contract.
Color coding Color coding inspection manual for piping issued by CPCL (Ref.
Annexure-2) 1
ASA A 13.1-1981 Scheme for identification of piping systems: American National Standards
Institution.
3.2.1 Swedish Standard SIS-05 5900-1967 (surface preparation standards for painting steel surfaces)
This standard contains photographs of the various standards on four different degrees of rusted
steel and as such is preferable for inspection purpose by the Engineer-in-Charge.
3.2.2 Steel Structures Painting Council, U.S.A (Surface Preparation Specifications (SSPC-SP).
3.2.5 Various International Standards equivalent to Swedish Standard for surface preparations are
given in Table-I.
3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standards
and codes at site.
3.4 The paint manufacturers instructions shall be followed as far as practicable at all times.
Particular attention shall be paid to the following :
4.0 EQUIPMENT
4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning, inspection
instruments, e.g. surface profile gauges, holiday detectors, pin hole detectors, dry film thickness
gauges, etc. and all equipments, scaffolding materials, shot blasting equipments like hooper, grit
etc & air compressors, etc., required to be used shall be suitable for the work and all in good
order and shall be arranged by the Contractor at site and in sufficient quantity. 1
4.2 Mechanical mixing shall be used for paint mixing operations in case of two pack systems except
that the Engineer-in-Charge may allow the hand mixing of small quantities at his discretion.
5.1 General
5.1.1 In order to achieve the maximum durability, blast cleaning is considered the most desirable
method to achieve required profile however one or more of following methods of surface
preparation shall be followed, depending on conditions of steel surface and as instructed by
Engineer-in-Charge. Adhesion of the paint film to surface depends largely on the degree of
cleanliness and surface profile of the metal surface. Proper surface preparation contributes more
to the success of the paint protective system.
5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean and dry
surface is obtained. The minimum acceptable standard in case of manual or hand tool cleaning
shall be St. 2 or equivalent, in case of mechanical or power tool cleaning it shall be St. 3 or
equivalent in case of blast cleaning it shall be Sa 2-1/2 OR equivalent as per Swedish Standard
SIS-055900-1967 or equivalent. Where highly corrosive conditions exist, then blast cleaning shall
be Sa 3 as per Swedish Standard.
Remove all other contaminants, oil, grease, etc. by use of an aromatic solvent prior to surface
cleaning.
5.1.3 Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such
cleaning or during humid weather conditions having humidity exceed 85%.
5.1.4 Irrespective of the method of surface preparation, the first coat of primer must be applied by
airless spray gun on dry surface No brush shall be used except for touchup. This should be done
immediately and in any case within 4 hours of cleaning of surface. However, at times of
unfavorable weather conditions, the Engineer-In-Charge shall have the liberty to control the time
period, at his sole discretion and / or to insist on re-cleaning, as may be required, before primer
application is taken up. In general, during unfavorable weather conditions, blasting and painting
shall be avoided as far as practicable. 1
5.1.5 The external surface of RCC chimney to be painted shall be dry and clean. Any loose particle of
sand, cement, aggregate etc., shall be removed by scrubbing with soft wire brush if necessary
acid etching with 10-15% HCl solution for about 15 minutes shall be carried and surface must be
thoroughly washed with water to remove acid & loose particles then dry completely before
application of paint.
The surfaces shall be blast cleaned using one of the abrasives Al2O3 particles chilled cast iron or
malleable iron and steel at pressure of 7 Kg /cm2 at appropriate distance and angle depending of
nozzle size maintaining constant velocity and pressure. Chilled cast iron, malleable iron and steel
shall be in the form of shot or grit of size not greater than 0.055 maximum in case of steel and
malleable iron and 0.04 maximum in case of chilled iron. Compressed air shall be free from
moisture and oil. The blasting nozzles should be venturi style with tungsten carbide or boron
carbide as the materials for liners. Nozzles orifice may vary from 3/16 to . On completion of
blasting operation, the blasted surface shall be clean and free from any scale or rust and must
show a grey white metallic luster. Primer or first coat of paint shall be applied within 4 hours of
surface preparation. Blast cleaning shall not be done outdoors in bad weather without adequate
protection or when there is dew on the metal, which is to be cleaned. Surface profile shall be
uniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possible vacuum
collector shall be installed for collecting the abrasives and recycling.
Environmental, health and safety problems associated with abrasive blast cleaning limit the
application of Air Blast Cleaning in many installations. In such case water blast cleaning is
resorted to.
Water Blast Cleaning can be applied with or without abrasive and high pressure water blasting.
The water used shall be inhibited with sodium chromate / phosphate. The blast-cleaned surface
shall be washed thoroughly with detergents and wiped with solvent and dried with compressed
air. For effective cleaning abrasives are used. The most commonly used pressure for high
pressure water blast cleaning for maintenance surface preparation is 3000 to 6000 psi at 35-45
lit/minute water volume and pressures upto 1000 psi and water volume at 45 lit/minute provide
maximum cleaning.
The water blast cleaned surface shall be comparable to SSPC-SP-12/nace No. 5. The operation
shall be carried out as per SSPC guidelines for water blast cleaning. The indicative values for
sand injection is :
Special equipments for water blast cleaning with abrasives, now available, shall be used.
Power tool cleaning shall be done by mechanical striking tools, Chipping hammers, grinding
wheels or rotating steel wire brushes. Excessive burnish of surface shall be avoided as it can
reduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall be
removed by clean rags and / or washed by water or stream and thoroughly dried with compressed
air jet before application of paint.
Manual or hand tool cleaning is used only where safety problems limit the application of other
surface preparation procedure and there is approach problem in certain areas and hence does
not appear in the tables of paint systems.
Rust, mill scale spatters, old coatings and other foreign matter, shall be removed by hammering,
scrapping tools, emery paper cleaning, wire brushing or combination of the above methods. On
completion of cleaning, loose material shall be removed from the surface by clean rags and the
surface shall be bushed, swept, dusted and blow off with compressed air/steam to remove all
loose matter. Finally the surface may be washed with water and dried for effective cleaning.
The compatibility of finishing coat should be confirmed from the paint manufacturer. In the event
of use of primer such as zinc rich epoxy, inorganic zinc silicate etc., as shop coat, the paint
system shall depend on condition of shop coat. If the shop coat is in satisfactory condition
showing no major defect, the shop coat shall not be removed. However a non-compatible primer
shall have to be removed before application of compatible paint system for the environment. The
touch up primer and finishing coat(s) shall be identified for application by Engineer-in-Charge.
5.4 Shop coated (coated with primer & finishing coat) equipment should not be repainted unless paint
is damaged.
5.5 Shop primed equipment and surfaces will only be spot cleaned in damaged areas by means of
power tool brush cleaning or hand tool cleaning and then spot primed before applying one coat of
field primer unless otherwise specified. If shop primer is not compatible with field primer then
shop-coated primer should be completely removed before application of selected paint system for
particular environment.
5.6 For Package units / equipment, shop primer should be as per the paint system given in this
specification. However, manufacturers standard can be followed after review.
5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elements
0
exists, when the steel surface temperature is less than 5 F above dew point when the relative
0
humidity is greater than 85% or when the temperature is below 40 F.
5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon as
practicable but in no case later than 4 hrs. the same day.
5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuous film
uniform thickness free of probes. Any spots or areas missed in application shall be recoated and
permitted to dry before the next coat is applied. Applied paint should have the desired wet film
thickness.
5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeeding coat.
Material shall be considered dry for recoating when an additional coat can be applied without the
development of any detrimental film irregularities, such as lifting or loss of adhesion of the under
coat. Manufacturer instruction shall be followed for inter-coat interval.
5.7.5 When the successive coat of the same color have been specified, alternate coat shall be tinted,
when practical, sufficiently to produce enough contrast to indicate complete coverage of the
surface. The tinting material shall be compatible with the material and not detrimental to its
service life.
5.7.6 Deleted 1
5.7.7 Airless spray application shall be in accordance with the following procedure : as per steel
structure paint Manual Vol. 1 & Vol. 2 by SSPC, USA. Air less spray relies on hydraulic pressure
rather than air atomization to produce the desired spray. An air compressor or electric motor is
used to operate a pump to produce pressures of 1000 to 6000 psi, paint is delivered to the spray
gun at this pressure through a single hose within the gun, a single paint stream is divided into
separate streams, which are forced through a small orifice resulting in atomization of paint without
the use of air. This results in more rapid coverage with less over spray. Airless spray usually is
faster, cleaner, more economical and easier to use than conventional air spray.
Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that sucks paint
from any container, including drums. The unit shall have inbuilt agitator that keep the paint
uniformly mixed during the spraying. The unit shall consist of inbuilt strainer. Usually very small
quantity of thinning is required before spray. In case of high build epoxy coating (two pack), 30:1
pump ratio and 0.020-0.023 tip size will provide a good spray pattern. Ideally fluid hoses should
not be less than 3/8 ID and not longer than 50 ft. to obtain optimum results.
a. Brushes shall be of a style and quality that will enable proper application of paint.
b. Round or oval brushes are most suitable for rivets, bolts, irregular surface and rough or pitted
steel. Wide flat brushes are suitable for large flat areas, but they shall not have width over
five inches.
5.7.9 Manual application by sling (where 6 o clock position of pipe is not approachable)
A canvas strip (alternatively a tinplate strip) about 450mm wide and 1.5m long is held under the
pipe by two men holding this sling move it up and down and walk slowly forward while fresh
coating is poured on the pipe and they manipulate the sling so that an even coating is obtained all
round the bottom. This work shall be done very carefully and by experienced personnel. There
shall not be any formation of Whiskers and holes in the coating. The coating film shall be
inspected by mirror.
5.7.10 For each coat the painter should know the WFT corresponding to the specified DFT and
standardize the paint application technique to achieve the desired WFT. This has to be ensured
in the qualification trial.
5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considered dry
for re-coating when another coat can be applied without the development of any film irregularities
such as lifting or loss of adhesion of undercoats. Drying time of the applied coat should not
exceed maximum specified for it as a first coat; if it exceeds the paint material has possibly
deteriorated or mixing is faulty.
5.8.2 No paint shall be force dried under conditions which will cause checking, wrinkling, blistering
formation of pores, or detrimentally affect the conditions of the paint.
5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturers
specification for the paint.
5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dry to
the fullest extent practicable.
5.9 Repair of damaged paint surface
5.9.1 Where paint has been damaged in handling and in transportation, the repair of damaged coating
of pre-erection / fabrication shall be as given below.
5.9.2 Repair of damaged inorganic zinc silicate primer after erection / welding.
Quickly remove the primer from damaged area by mechanical scrapping and emery paper to
expose the white metal. Blast clean the surface if possible. Feather the primer over the intact
adjacent surface surrounding the damaged area by emery paper.
0 0
5.9.3 Repair of damaged pre-erection and shop priming in the design temperature of 90 C to 400 C
One coat of F-9 shall be applied wherever damage was observed on pre-erection / pre-
fabrication / shop primer of inorganic zinc silicate coating (F-9).
5.10.1 Shop priming / pre-erection priming with F9 or F12 shall be done only on blasted surface.
5.10.2 Shop priming / pre-erection priming with F9 shall be done only with airless spray.
5.10.3 For large flat surface field painting shall be done by airless spray otherwise brush can be used.
5.11 Documentation
5.11.1 A written quality plan with procedure for qualification trials and for the actual work.
5.11.2 Daily progress report with details of weather conditions, particular of applications, no. of coats
and type of materials applied, anomalies, progress of work versus program.
5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness, holiday
detection, adhesion tests with signature of appropriate authority.
5.11.4 Particulars of surface preparation and paint application during trials and during the work.
Paint manufacturers shall furnish the characteristics of all paints materials on printed literature
along with the test certificate for all specified characteristics given in this specification. All the paint
materials shall be on first quality and conform to the following general characteristics. As per the
tables 6.1, 6.2 and 6.3.
Sr.
Description P-2 P-4 P-6
No.
2. Type and Single pack, air drying Two pack Two component polyamide
composition chlorinated rubber based polyvinyl butyral cured epoxy resin medium-
medium plasticised with resin medium pigmented with zinc
unsaponifiable plasticizer, cured with phosphate.
pigmented with zinc phosphoric acid
phosphate solution
pigmented with
zinc tetroxy
chromate
2. Type and Two-pack Single pack Two pack Two pack polyamide
composition aliphatic plasticized polyamine (F- cured epoxy resin
isocynate cured chlorinated rubber 6A) / polyamide blended with coaltar
acrylic finish based medium (F-6B) cured medium, suitably
paint with chemical and epoxy resin pigmented.
weather resistant medium suitably
pigments pigmented
9. Over coating Min : Overnight Min : Overnight Min : Overnight Min. : 24 hrs.
interval (12 hrs.) Max. : Unlimited Max : 5 days Max. : 5 days
(approx.) Max. : Unlimited
10. Pot life 6-8 hrs. Not applicable 4-6 hrs. 4-6 hrs.
(approx) at
0
30 C for two
component
paints (approx.)
1. Technical Name Self priming type Inorganic zinc Heat resistant Heat resistant silicone
surface tolerant silicate coating synthetic medium aluminum paint suitable
0 0
high build epoxy based on two pack upto 500 C / 550 C dry
coating (complete Aluminum paint temp.
rust control suitable upto
0
coating) 250 C dry temp.
2. Type and Two-pack epoxy A two pack air Heat resistant Single pack silicone resin
composition resin based drying self curing synthetic medium based medium with
suitable solvent based based two pack Aluminum flakes.
pigmented and inorganic zinc Aluminum paint
capable of silicate coating suitable upto
0
adhering to 250 C
manually
prepared surface
and old coating.
9. Over coating interval Min : 10 hrs Min : 8 hrs at Min : 16 hrs Min. : 16 hrs
0
(approx.) Max. : 6 months 20 C & 50% RH Max : Unlimited Max. : Unlimited
Max. : Unlimited
10. Pot life (approx) at 90 min 4-6 hrs Not applicable Not applicable
0
30 C for two
component paints
(approx.)
0 0
11. Temperature - - 250 C 500 C
Resistance
2 Type and Specially formulated Two pack ambient Amercoat 738 from Ameron
composition polyamine cured temperature curing Products, USA/ Berger 938 from
coal tar epoxy epoxy phenolic coating Berger Paints Ltd., Kolkata or
suitable for suitable for application Intertherm 751 CSA from Akzo
application under under insulation Nobel coating, Bangalore.
insulation
0 0
F-14 Specially formulated polyamide cured Coal-tar epoxy suitable for 45 C to 125 C for application
under insulation.
0 0
F-15 Two pack ambient temperature curing epoxy phenolic coating suitable for 45 C to 125 C for
application under insulation.
F-16A Engineered polysiloxane coating : Amercoat 738 from Ameron Products, USA
F-16B Engineered poly siloxane coating : Berger 938 from Berger Paints Ltd., Kolkatta
NOTES
1 Covering capacity and DFT depends on method of application. Covering capacity specified above
are theoretical. Allowing the losses during application, min. specified DFT should be maintained.
2. All primers and finish coats should be ambient temperature curing and air drying unless otherwise
specified.
3. All paints shall be applied in accordance with manufacturers instructions for surface preparation,
intervals, curing and application. The surface preparation, quality and workmanship should be
ensured.
4. Technical data sheets for all paints shall be supplied at the time of submission of quotations.
The paints shall conform to the specifications given above and best quality in their products range of
manufacturers listed in Annexure-I.
The paint system should vary with type of environment envisaged in and around the plants. Three
types of environment as given below are considered for selection of paint system. The paint system
is also given for specific requirements.
PRIMERS
F-6A : High build epoxy finish coating cured with polyamine hardner
F-6B : High Build epoxy finish coating cured with polyamide hardner
7.1.2 401 to 500 SSPC-SP-10 1 coat of F-12 40-50 Finish coat at site
TABLE 7.3 : REPAIR OF ALL WELD JOINTS AND DAMAGES FOR STRUCTURES, PIPING
AND EQUIPMENT AFTER ERECTION ON ABOVE GROUND OVERHEAD AREAS
AT SITE
Materials : GALVANIZED STEEL, CARBON STEEL AND ALLOY STEEL
TYPE : UNINSULATED AND INSULATED
NOTE 1 : For external surfaces of MS chimney with or without refractory lining 8.3, 8.4 and 8.5 shall
be followed.
NOTE 2 : For external surfaces of RCC chimney: 2 coats of F-6B @ 100 DFT/Coat to obtain
2x100=200 DFT shall be applied after making surface preparation as per guidelines in
5.1.5. The DFT on concrete surfaces can be checked by Tool Gauge or by applying the
same coating system simultaneously on a carbon steel panel of 12"x12" size and measure
the DFT by normal Magnetic gauges/digital electronic gauges for ferrous surfaces.
NOTE 3 : Wherever required S.No.8.3 shall be used for -14C to 80C and S.No.8.2 will be deleted.
TABLE 9 : FIELD PAINT SYSTEM FOR HIGHLY CORROSIVE AREAS IN PLANT AREA
EXTERNAL SURFACES OF UNINSULATED COLUMNS, VESSELS, HEAT
EXCHANGERS, BLOWERS, PIPING, PUMPS, TOWERS, COMPRESSORS,
STRUCTURAL STEEL ETC.
Materials : CARBON STEEL, LOW TEMPERATURE CARBON STEEL & LOW ALLOY STEEL
Surface : Un-insulated
Note : Exposed to spillage or fumes of HCL, H2SO4, salty water, water impingement,
chloride etc
Sl. Design Surface Paint System Total DFT Remarks
No. Temperature Preparation In
inC Microns
(min.)
Field Primer Finish Paint
10.1 -90 to -15 SSPC-SP-10 Repair of pre- None 65-75 Repair procedure of
fabrication primer pre-erection/fabri
1c o at of F- 9 @ cation primer shall be
65-75u DFT/coat followed. No
overcoating is
allowed.
Surface preparation is
required only for
repairing of damaged
pre-erection/
fabrication primer.
TABLE 10 : PAINTING UNDER INSULATION FOR INSULATED (HOT, COLD & SAFETY) PIPING,
STORAGE TANKS AND EQUIPMENTS IN ALL ENVIRONMENT
Materials : CARBON STEEL, LOW ALLOY STEEL, LOW TEMPERATURE CARBON STEEL &
STAINLESS STEEL
Surface : Insulated
Paint System
Sr. Design Surface Field Primer Finish paint Total Remarks
No. Temperatur Preparation DFT in
0
e in C Microns
(min.)
9.1 Insulated carbon steel, low alloy steel and LTCS piping and equipment and tanks
9.2.1 Below 00C Aluminium sheeting with aluminium foil and Chloride free mineral If the piping &
to all minus sealant coating barium chromate shall be applied. equipments are already
temperature erected then surface
shall be prepared by
cleaning with emery
9.2.2 0 to 120 SSPC-SP-10 None 2 coats of F-14 @ 250 or
paper and wash / flush
(15-25 surface 125 DFT / coat 240
with chloride free DM
profile) = 2x125 = 250 or 3
water followed by wiping
coats of F-15 =
with organic solvent.
3x80=240
All the coating materials
9.2.3 121 to 400 SSPC-SP-10 None 3 coats of F-12 60 for SS shall be free from
@20 DFT /Coat = leachable chlorides.
3x20=60 or 1 coat
of Poly siloxane or
coating (F-16 A/B)
@ 75 microns
DFT/coat
TABLE 12.0 COATING SYSTEM FOR EXTERNAL SIDE OF UNDERGROUND CARBON STEEL
PLANT PIPING AND TANKS
12.2.2 221 to 400 SSPC-SP-10 1CoatofF-16@ 75 1 Coat of F- 175 Cold and hot insulation
DFT/coat 16@ 100 shall be provided
DFT/coat
Note: No Coating and Wrapping systems are available for underground high temperature services
TABLE 13.0 PAINTING UNDER INSULATION FOR INSULATED (HOT, COLD & SAFETY) CARBON
STEEL, LOW ALLOY STEEL, LOW TEMPERTURE CARBON STEEL & STAINLESS STEEL
PIPING, STORAGE TANKS AND EQUIPMENTS IN ALL ENVIRONMENT.
13.1 Insulated carbon steel, low alloy steel and LTCS piping and equipment & tanks
13.1.1 -45 to 125 SSPC-SP-10 Repair of 2 coats of F- 315 For other temperature ranges no
pre- 14 @125 painting is required under
fabricatio DFT/coat = insulation F-12 shall be ambient
n primer 2x125=250 temperature curing type till
F-9 @ 65- OR 3 coats of operating temperature is attained
75 DFT. F-15= for full curing. F-16 is completely
3x80=240 ambient temperature curing.
13.1.2 Operating SSPC-SP-10 Repair of 2 Coats of 125-135
temperature pre- F-12 @20
-45 to 125C fabricatio DFT/coat
but design n primer 3x20=60 (or)
temperature F-9 one coat of
126-400C @65-75 Poly-siloxane
DFT coating @ 75
DFT/coat
13.3 No painting is required for insulated Monel, Incoloy and Nickel lines.
TABLE 14.0 INTERNAL PROTECTION OF CARBON STEEL WATER BOXES AND TUBE SHEETS OF
COOLERS / CONDENSERS
Water boxes, channels, partition plates, end covers and tube sheets etc.
15.1 Upto 80 SSPS-SP-3 1 coat of P-4 @ 2 coats of F-2 130 Shade as per
8-10 DFT/coat @40 defence
+ 1 coat of P-6 @ DFT/coat Requirements.
40u DFT/coat 2x40=80
TABLE 16.0 SHOP & FIELD PAINTING SYSTEM FOR EFFLUENT TREATMENT PLANT
17.0 STORAGE
1 All paints and painting materials shall be stored only in rooms to be arranged by
contractor and approved by Engineer-in-charge for the purpose. All necessary precautions
shall be taken to prevent fire. The storage building shall preferably be separate from adjacent
building. A signboard bearing the word "PAINT STORAGE - NO NAKED LIGHT - HIGHLY
INFLAMABLE" shall be clearly displayed outside.
20.1 Following items shall be painted for camouflaging if required by the client.
a. All columns
b. All tanks in off sites
c. Large Vessels
d. Spheres
20.2 Two coats of selected finishing paint as per defence requirement shall be applied in a
particular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.
20.3.1 Disruptive painting for camouflaging shall be done in three colors in the ratio
of
5:3:2 (all matt finish).
21.1 All painting materials including primers and thinners brought to site by contractor for
application shall be procured directly from manufactures as per specifications and
shall be accompanied by manufacturer's test certificates. Paint formulations without
certificates are not acceptable.
21.2 Engineer-In-Charge at his discretion may call for tests for paint formulations. Contractor
shall arrange to have such tests performed including batch-wise test of wet paints for
physical & chemical analysis. All costs there shall be borne by the contractor.
21.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and contractor shall offer the
work for inspection and approval of every stage before proceeding with the next stage. The
record of inspection shall be maintained in the registers. Stages of inspection are as
follows:
In addition to above, record should include type of shop primer already applied on equipment
e.g. Red oxide zinc chromate or zinc chromate or Red lead primer etc.
Any defect noticed during the various stages of inspection shall be rectified by the contractor
to the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, contractor shall be
responsible for making good any defects found during final inspection/guarantee
period/defect liability period as defined in general condition of contract. Dry film thickness (D
F T)) shall be checked and recorded after application of each coat and extra coat of paint
should be applied to make-up the DFT specified without any extra cost to owner, the extra
cost should have prior approval of Engineer-in-charge.
After surface preparation, the primer should be applied to cover the crevices, corners, sharp
edges etc. in the presence of inspector nominated by Engineer-In-Charge.
21.4.1 The shades of successive coats should be slightly different in color in order to ensure
application of individual coats, the thickness of each coat and complete coverage should
be checked as per provision of this specification. This should be approved by
Engineer-In-Charge before application of successive coats.
21.4.2 The contractor shall provide standard thickness measurement instrument with appropriate
range(s) for measuring.
Dry film thickness of each coat, surface profile gauge for checking of surface profile in case
of sand blasting. Holiday detectors and pinhole detector and protector whenever required
for checking in case of immersion conditions.
21.4.2 Prior to application of paints on surfaces of chimneys, the thickness of the individual coat
shall be checked by application of each coat of same paint on M.S.test panel. The
thickness of paint on test panels shall be determined by using gauge such as
'Elkometer'. The thickness of each coat shall be checked as per provision of this
specification. This shall be approved by Engineer-In-Charge before application of paints on
surface of chimney.
21.4.3 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the expert
technical service at site as and when required. This service should be free of cost and
without any obligation to the owner, as it would be in the interest of the manufacturer to
ensure that both surface preparation and application are carried out as per their
recommendations.
21.4.4 Final inspection shall include measurement of paint dry film thickness, Adhesion, Holiday
detection check of finish and workmanship. The thickness should be measured at as
many points/ locations as decided by Engineer-In-Charge and shall be within + 10% of the
dry film thickness, specified in the specifications.
21.4.5 The contractor shall arrange for spot checking of paint materials for Sp.gr., glow time (ford
cup) and spreading rate.
22.0 GUARANTEE
22.1 The contractor shall guarantee that the chemical and physical properties of paint
materials used are in accordance with the specifications contained herein/to be
provided during execution of work.
22.2 The contractor shall produce test reports from manufacturer regarding the quality of the
particular batch of paint supplied. The Engineer-in-Charge shall have the right to test wet
samples of paint at random for quality of same, as per the paint materials specification.
Batch test reports of the manufacturer's for each batch of paints supplied shall be
made available by the contractor. The contractor shall stand guarantee for carrying
out the rectification/repair/re-painting of the defects/ failures of painting found during the
execution of painting job and till the expiry of the defect liability period of total project as
per the directions of the Engineer-in-Charge of CPCL/JE
Painting contractor who is awarded the job under this standard must have necessary
equipments, machinery, tools and tackles for surface preparation, paint application and
inspection. The contractor mush have qualified, trained and experienced surface
preparator, paint applicator, inspector and supervisors. The contractor's supervisor,
inspector, surface preparator and paint applicator must be conversant with the
standards referred in this specification. The painting job shall be carried out by the approved
agencies of paint manufacturers and supervised by the approved paint manufacturers own
representative or paint manufacturer their scheme( supply and apply basis).
ANNEXURE-I
Indian Vendors
Foreign Vendors
The following are approved vendors for speciality items (phosphating chemical) only.
Annexure-II
Paint Color Code for Piping & Equipment given by CPCL Document No. 00-ES-100-004, Rev. 5
dated 24/12/2006 to Specification No.6782-0642-PT-L06 Rev.2
This section of the standard deals with the color coding to he given to in service piping for easy
identification bused on the liqui d contained in the line.
1. Where ever paint is required for piping external surfaces, the finish coat color shall be as follows
except for paragraph 2, Type of paint, surface preparation. DFT etc. shall he as per the
painting specification.
Insulated and austenitic stainless steel lines will he having only color coding for fluid
discrimination as given in 3 below.
2. Fire water lines shall he painted " Red '" as per IS 536 through out the line.
3. All lines, in general, shall he provided with discrimination color coding mark over the final coat or
on the cladding / jacketing surface of insulated piping as mentioned in 1 above . as
well as on the surfaces on which any paint is not provided. The color coding shall be as per the
attachment to this standard and in the following manner. Color codes on Austenitic SS lines should
he done only wit chloride free paint suitable for application on stainless steel surfaces.
As far as possible, paint used for color bands should he of the same specification as the finish
coat. If for some reason a deviation is required for this, then enamel paint can be used over finish
coat after taking approval from the engineer In - Charge'
3.1 The system of color coding shall consist o f a primary identification color band and other color
hand (s) superimposed on the primary band. All the bands shall be painted circumferential!;
around the line.
The primary color hand identifies the basic nature of the fluid carried in the line. The second and
the third color hands will identify the exact fluid carried in the line. The various primary color
bands included in t h i s standard are explained below:
3.2.1 Primary colorblind / color band ( s ) (see Fig I) arc required to be located at
3.2.2 Primary color band shall he intermittently coated along respective lines with primary color
bands of 2V1 length with the following maximum center to center distance between two
adjacent color bands.
Center to center distances at lesser intervals may be given. if" so desired by unit head.
3 AIR
Plant Air Sky Blue Silver Grey
Instrument Air Sky Blue French Blue
Process air ( ex: bitumen, Sky Blue Signal Red
Mereox)
5 AC IDS
6 LIQUID HYDROCARBONS
Notes : 1) Wherever Dark Admiralty Grey is not available due to the nature of the final coat of
paint ( eg: Coal Tar epoxy in high H2S environments ) . Black can be used.
2) Canary Yellow for ladders etc. has been selected for visibility.
1. Equipment number shall be stenciled in black (after initial painting if any) on each vessel,
column, equipment, machinery till a visible location as directed by the "Engineer - in -
charge "'
Rotating equipment shall have tin arrow showing the direction of rotation painted on the
equipment.
Additional stenciling of line numbers and service will be required and shall be provided on
the lines at the direction of Engineer- In - Charge"
80- 150 mm 40 mm
150-250 mm 60 mm
> 250 mm 90 mm
Auxiliary piping in packaged units or on base plates of pumps / compressors wilh in the
scope of vendors do not need numbering at site.
Tank number
Reference height
Stile filling height
Critical /one ( in ease of floating roof tanks only )
Dale of commissioning
Date of last cleaning
4. The following details are to be painted on the tank shell near the top landing platform of the
staircase, in letter size 50 mm high, black color.
Reference height
Sale filling height
Critical zone ( in case of floating roof tanks only )
5. The following details shall he painted on the kink at 2!3 the height of the tank at a
location facing the road, from where normal approach lo the Tank is provided. In addition,
the same details shall be provided on two additional points in the lank 120 degrees apart.
Tank number
Capacity
Service.
The size of the above lettering shall be 500 mm for 20 M high tanks and 300 mm for
smaller tanks.
DGCA requirements for a l l shall be followed in addition to the above.
1.0 The part of the standard covers the method of identification of STORED piping material by
color coding. This standard is applicable to storage during project Stage as well.
2.0 General guide lines of identification by color coding:
a) Piping shall be painted with one color or a combination of two color as
enclosed.
b) Color identification is not required on galvanized material and mm ferrous
material such as Copper. Aluminum etc. because of their peculiar color and
character
e) Special items l i k e bellow, strainers, steam Imps etc. should be lagged and hence do
mil require color identification.
d) Color identification of Austenitic Stainless Steel is not desirable due to r i s k
of contamination from paint material.
e) Ends of piping to be welded shall not be painted. The color band shall start
2" from the pipe ends.
f) Width of color strips shall be 25 mm for .V nominal pipe dia and above. Secondary
color strip where required, shall be half the size of primary strips. For less than 3" size
color strip shall be 12 mm < 1/2") or maximum practical.
Carbon Steels
Alloy Steels
P1, F1. WP1, WP1W etc. Green / Red
P12, F12, W12 etc Green / Yellow
P22, F22, WP22. etc Green / Silver
P11, F11, WP11 etc. Green / Orange
P5, F5, WP5 etc. Green / Blue
P9, F9, WR9 etc. Green / Pink
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 527 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 2 of 9
CONTENTS
S. NO. DESCRIPTION
1.0 GENERAL
8.0 EXCLUSIONS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 528 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 3 of 9
1.0 GENERAL
This specification defines the scope of work and the minimum basic requirement for electrical
system design, engineering, equipment selection, sizing, procurement, testing at manufacturer
works, supply, erection, testing and commissioning of electrical system including supply of
mandatory spares, commissioning spares for Coke Drum Structure Elevator (Lift) Package
system for DCU Project of M/s CPCL at CPCL Refinery, Manali, Tamilnadu.
4.2 The system shall be complete in all respects with required interlocks, for the desired
sequence of operation and controls, selections, indications and alarms etc.
Also refer Cl. No. 4.0 of Specification for Electrical Content of Package Unit Doc.No.44NC-
4600: ESS 027.
5.2.5 Automatic Rescue Device with inverter and DC Batteries (Ni-Cd Vented type).
5.2.7 Lighting within Lift Car, Hoistway, machine room & Pit
5.2.8 All cables & cabling for elevator package including all armoured cables for power, control,
signaling, communication and lighting from Machine room Junction Box (JB) to Hoistway JB
including JBs and all braided trailing cables for power, control, signaling, communication &
lighting from Hoistway JB to Lift Car
5.2.13 All special cables, if required for interconnecting equipment supplied by the bidder and for
interconnecting bidders equipment to purchasers equipments.
5.2.14 Any other field electrical devices not mentioned above but required for normal operation of the
package equipment.
5.3.2 Commissioning spares for all electrical items shall be included in the base price. List of the
commissioning spares shall be furnished.
5.3.3 Bidder shall supply the mandatory spares for all the electrical items, as applicable. In case
any other minimum electrical item over & above is applicable for this package, bidder shall
identify the same in order to enable the owner to identify the mandatory spares. Prices for
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 530 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 5 of 9
the same shall be as a separate lumpsum price. As a minimum, mandatory spares for the
electrical equipment related to this package shall be as per the list below:
a) MV motors
i) Set of bearings (NDE+DE) : 1 No.
ii) Cooling fans : 1 No.
iii) Inner and outer grease cups : 1 No.
iv) Termination board : 1 No.
v) Fan cover : 1 No.
vi) DE & NDE shields : 1 No.
b) VVVFD
i) Rectifier Control Module : 1 Set
ii) Thyristor module : 1 Set
iii) Inverter Control Unit : 1 Set
iv) IGBT driver card : 1 Set
v) IGBT : 10% with min. 1 No. for each rating
vi) PCB of each type : 1 No.
vii) All fuses : 20% of each rating of fuse
viii) Control cards : One set
xi) Power supply card : One set
x) Relays : 10% with min. 1 No. for each type
xi) Contactors : 10% with min. 1 No. for each rating
xii) CT/PT : One No. for each type & rating
xiii) Cooling Fans : One set
xvi) Limiters & protection devices : One set
xv) Indicating lamps : 20% with Min. 3 Nos.
xvi) Indicating lamps covers : 2 nos. of each colour.
5.3.4 Special tools & tackles for electrical items (if required) are included in the bidders scope,
and the price for the same is to be included in the base price. List of these equipments shall
be furnished along with the offer.
7.1.1 All offered induction motors shall comply to specification no. 44NC-4600: ESS 01A
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 531 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 6 of 9
7.1.2 All motors shall be high energy efficient type EFF2 as per IS: 12615.
7.1.3 All motors shall be totally enclosed fan cooled type having degree of protection IPW-55,
suitable for outdoor installation. The bidder shall furnish a copy of test certificate for IPW-55
degree of protection.
7.1.4 All valid certificates as per standard specification requirements for Ex n motors shall be
furnished for Owners review/records.
7.1.5 All the motors shall be with class F insulation with temperature rise limited to class B.
7.1.7 The winding shall be suitably treated for corrosive atmosphere with Epoxy gel treatment on
winding overhang.
7.1.8 Starting current for motors rated up to 75kW shall be limited to 600% (inclusive of +ve
tolerance).
7.1.9 Suitable double compression cable glands and nickel plated tinned copper lugs for motors
shall be in bidders scope of supply.
7.1.10 All motors rated 22KW & above shall be provided with space heater. Separate terminal box
shall be provided for the same.
7.1.11 All motors shall be earthed by two different connections using flexible braided GI wires with
proper lugging.
7.1.12 MV motors shall be suitable for starting under specified load conditions with 85% of the rated
voltage at the terminals. Hot withstand time shall be minimum 2 sec. more than the
acceleration time at reduced voltage.
7.1.13 Induced voltage across the shaft ends of motor shall not exceed 250mV (rms) for ball and
roller bearings and 400mV (rms) for sleeve bearings. Wherever it exceeds the specified limit,
the NDE bearing shall be insulated from the motor frame to avoid circulating currents. The
insulated bearing end shield or pedestal shall bear a prominent warning.
7.1.14 Motors shall have type test certificates as required in the standards for conforming
compliance to the testing requirements.
7.2.1 Power Distribution Board (PDB) shall be flameproof type. It shall have two incomers and
outgoing feeders for feeding all the electrical loads of the package including
microprocessor controller with VVVF Drive, ARD panel etc. Transfer of incomers shall be
manual.
7.2.2 PDB shall be single front, compartmentalized and fixed type. PDB shall be suitable for
415V, 50Hz, TPN, 50 kA (1 sec.). PDB incomer shall consist of SFU, Voltmeter, CT,
ammeter. Power supply ON indicating lamps (3 Nos.) shall also be provided on the PDB.
The number of outgoing feeders in the PDB shall be as per the electrical loads. Control
supply for motor starter feeders shall be 240V AC. All outgoing feeder (except motor
feeder) shall be provided with SFU and CBCT with ELR for all power feeders rated above
5KW. All motor feeders upto 55 kW shall be provided with SFU, contactor, CBCT with ELR
and Bi-metal relay. Field ammeter shall be provided in LCS for motors above 5.5 kW.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 532 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 7 of 9
7.2.3 PDB shall be located in the Non-pressurised machine room. PDB shall be fixed type
requiring no rear access for maintenance. Clear working space for PDB in Front shall be
1000mm with rear flush mounted.
7.2.4 At least 20% spare feeders, subject to minimum one of each rating, shall be provided in
the PDB. Also, outgoing feeders in power distribution board (PDB) shall be sized suitably
considering 20% margin.
7.2.5 The Power distribution boards (PDB) shall be suitable for top cable entry. All cables shall
enter the PDB from top front side. Top Rear side of PDB shall house horizontal busbars.
7.3 Miscellaneous
7.3.1 All motors shall be suitable for S4 duty and number of hourly start/ stops as per
mechanical specifications. Standard motor KW ratings & frame sizes shall be considered
by the bidder.
7.3.2 All electrical equipment shall be earthed by bidder and connected to an earth plate in
machine room which shall be interconnected to main plant earth grid.
7.3.3 Lighting of complete Lift Car, hoistway, machine room & pit is included in the bidders
scope. One no. plug and socket (as a minimum) shall be provided in the machine room by
the bidder. In addition to the normal lighting, emergency light with battery shall be provided
for the lift car.
7.3.4 All cabling from machine room junction box / PDB to the hoist way junction box shall be
done with PVC insulated armoured cables where as cabling between hoist way junction
box to the lift car shall be done with copper conductor, braided trailing cables. Separate
and distinct trailing cable shall be provided for power, control, signaling, and lighting circuit.
Minimum conductor size for power cable shall be 4 sq. mm and for control cables shall be
2.5 sq. mm copper. Power cables up to 16 sq. mm conductor size shall be of copper
conductor. All cables shall be FRLS type.
7.3.5 Hoist way lighting shall be provided at regular interval in the hoist way for carrying out
maintenance. One number of 36W CFL lamp fixture in Flameproof enclosure (Ex d), shall
be provided at each landing in the hoist way, as a minimum. Machine room lighting shall
be done with Flameproof and weatherproof well glass lighting fixture with 125W HPMV
lamp.
7.3.6 Microprocessor Controller with Variable Voltage Variable frequency drive (VVVFD) shall be
provided by the bidder for elevator motor smooth control and energy saving.
Microprocessor Controller with VVVFD unit shall be in flameproof enclosure, Ex d, suitable
for gas group IIA/IIB, temperature class T3.
7.3.7 The control of elevator shall be achieved by automatic activation of operation such as
starting, moving, stopping, emergency stopping, application of brake. For the ARD
(Automatic Rescue Device), being provided by the bidder for safe exit from car in case of
power outage, DC Battery-fed inverter device (Ex d) shall be provided. On power outage, it
shall feed power to the elevator motor, for inching operation, in order to align the car with
the nearest landing.
7.3.8 An emergency alarm push button shall be provided which shall activate a hooter (included
in Bidders scope) to signal an emergency in the elevator. Also, an intercom shall be
provided in the machine room.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 533 of 674
SCOPE OF WORK & JOB DOCUMENT No.
SPECIFICATION FOR
A133-086-16-50-SP-4140 Rev A
COKE DRUM STRUCTURAL
ELEVATOR (LIFT) Page 8 of 9
7.3.9 For the FLP handset being provided in the car, Tag block / JB and wiring upto the car shall
be provided by the bidder. Incoming cable upto Tag block/ JB from Telephone JB at plant
battery limit shall be provided by the bidder.
7.4 Cables
7.4.1 Low-Voltage cables shall comply to specification no. 44NC-4600: ESS 008
8.0 EXCLUSIONS
8.1 All cabling between bidders equipment and Purchasers equipment except for special
cables which shall be in bidders scope.
8.2 All cable trenches, cable tray work outside the package, for installation of cables
interconnecting bidders equipment to purchasers equipment.
8.3 415V feeder for power distribution board for the package.
Makes of the equipments/components shall be strictly as per attached vendor list (Doc.
no. 44NC-4600: 00:R:01:0005:A4 Rev.4)
12. ITP for Medium and high voltage 44NC-4600: ITP 08 Rev.0
heavy duty cables
13. ITP for AC/ DC drives 44NC-4600: ITP 031 Rev.0
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights reserved
Page 535 of 674
DOC. NO. A133-086-16-50-DS-4140 REV.A
DATA SHEET FOR REQN. NO. A133-086-LZ-MR-4140 REV.A
LV INDUCTION MOTOR
APPD. BY SA
PROJECT NO A133 CHKD. BY ANPS
PROJECT LOCATION MANALI PRPD. BY VB
PROJECT TITLE RESID UPGRADATION PROJECT DATE 16.09.13
CLIENT CPCL REV. A 0 1 2
A SERVICE CONDITIONS
7 ENVIRONMENT CORROSIVE
C SYSTEM CHARACTERISTICS
2 VOLTAGE VARIATION 10 %
3 FREQUENCY VARIATION 5%
4 COMBINED VARIATION 10 %
5 EARTHING SYSTEM SOLIDLY EARTHED
2 DUTY
6 WINDING TREATMENT MOISTURE PROTECTION VARNISH / ANTI CORROSIVE TREATMENT (SEE JOB SPEC.)
7 STARTING
8 STARTING PERFORMANCE
11 DIRECTION OF ROTATION ( VIEWED BI-DIRECTIONAL / CLOCKWISE / ANTI-CLOCKWISE (REFER Cl. 5.1.15 OF STD. SPEC.)
FROM COUPLING)
12 GREASING ARRANGEMENT GREASE NIPPLES WITH GREASE RELIEF VALVE OR PLUG / SELF LUBRICATED
13 MAIN NAME PLATE STAINLESS STEEL (300 SERIES) / ANY OTHER NON-CORROSIVE METAL
15 TYPE OF COUPLING
E ENCLOSURE
2 SIZE OF TERMINALS
4 SEPARATE TERMINAL BOX FOR SPACE REQUIRED FOR VFD DRIVEN MOTORS FOR PTC THERMISTORS AND FOR SPACE
G INSPECTION FINAL
TESTS -- ROUTINE TESTS SHALL BE WITNESSED AS PER MENTIONED ELSEWHERE IN FEED DOCUMENT
H SPECIAL REQUIREMENTS :
I PAINTING
J CABLES
ii) GA DRAWING OF MOTOR WITH DIEMENSIONS, FRAME SIZE & FOUNDATION DETAILS
iii) GA DRAWING OF MOTOR TERMINAL BOX WITH SIZE OF CABLE ENTRIES AND
2 ENCLOSURE
TEMPERATURE kW A
VOLTAGE
15 STALLING TORQUE %
16 EFFICIENCY : 50 % LOAD %
: 75 % LOAD %
: 100 % LOAD
: 75 % LOAD
: 100 % LOAD
CONDTION
BETWEEN STARTS
26 GD OF ROTOR
27.1 TYPE
27.3 MATERIAL
(CONTD.)
LUBRICANT
31 PAINT SHADE
LOAD
33 NOISE LEVEL
33 ACCESSORIES
33.4 CANOPY
NOTE : 1) THE EXPLOSION PROTECTION FOR LV INDUCTION MOTORS SHALL BE AS INDICATED IN JOB SPECIFICATION.
3) SAFE STALLING TIME OF MOTOR SHALL BE 2.5 SECS MORE THAN THE STARTING TIME OF MOTOR
AT 80% VOLTAGE.
2 SERVICE CONDITIONS
MINIMUM 80 % AT tmax
3 INSTALLATION
4 SYSTEM PARTICULARS
5 MECHANICAL DATA
6.4 THERMISTER PROVIDED IN MOTOR YES (VSD SHALL HAVE FACILITY TO ACCEPT INPUT FROM THERMISTOR)/NO
8.1 TYPE OF DRIVE CONTROL OPEN LOOP V/F/ SENSORLESS VECTOR/ CLOSED LOOP VECTOR /
SERVO
8.2 TYPE OF INVERTER VOLTAGE SOURCE / PWM / CURRENT SOURCE
8.3 BRAKING OPERATION DC INJECTION/ REGENERATIVE/ BRAKE RESISTOR
8.4 DISPLAY & KEYPAD YES / NO
8.5 SERIAL INTERFACE YES / NO
8.6 CONNECTION TO AUTOMATION SYSTEM THROUGH PROFIBUS / MODBUS / OTHERS
FIELD BUS
8.16.17 AUXILIARY SYSTEM FOR PROTECTION AND FAILURE REQUIRED / NOT REQUIRED
IDENTIFICATION `
8.17.4 LOCAL / REMOTE SELECTOR SW REQUIRED (AUTO / MANUAL SW & LOCAL / REMOTE SW)
9.8 CONFIGURATION
9.8.1 RECTIFIER
9.8.2 INVERTER
9.9 IGBT
9.9.1 PULSE NUMBER
RATED CURRENT
APPLICABLE STANDARD SPECIFICATION : E SS 031
9.10 RECTIFIER
MATERIAL
10.1 MATERIAL
10.2 DEGREE OF PROTECTION
10.3 PAINT
10.4 MAX. TEMP RISE ALLOWED
10.10 MATERIAL
10.11 DEGREE OF PROTECTION
LENGTH
HEIGHT
DEPTH
LENGTH
HEIGHT
DEPTH
NOTE : -
APPLICABLE STANDARD SPECIFICATION : E SS 031
Note: Bidder to furnish the filled-in Electric load data (Equipment-wise) along with the offer.
ANPS
A 16.09.13 Issued with MR VB SA
REV DATE PURPOSE BY CHECKED APPROVED
Legend for Equipment status: # : Based on offer @ : Based on formal data * : Estimated Sheet 2 of 2
DRAWING NO.
Plant: CPCL-DCU Date Rev
ENGINEERS INDIA Location: Manali, Tamilnadu
LIMITED Client: M/s CPCL
Electric Load Data A133-086-16-50-DS-4142 16.09.13 A
NEW DELHI Sheet 2 of 2
The following drawings/documents marked " " shall be furnished by the bidder.
PACKAGED EQUIPMENT
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Guaranteed max. Power Consumption
4. Single line diagram
5. Electrical load data
6. Area classification
7. Block Diagram- FA & PA
8. Equipment layout
9. Cable layout
10. Sizing calculation
11. Cable schedule
12. Interconnection diagram
13. Electrical interface with owner
14. Technical details/Data sheets for major
equipment
15. Motor data sheet
16. GA and internal arrangement drawing for
panels
17. Schematic/Logic diagrams
18. Interconnection/Wiring diagrams
19. Bill Of Material
20. List of Mandatory Spares
21. List of recommended maintenance spares
22. Type Test certificates
23. Test certificates
24. Catalogues and brochures
25. Installation manual
26. Operation/maintenance manual
27. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
28. Equipment storage procedure at site
29. GA and internal arrangement for VVVFD
MV MOTOR
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Data Sheets (Duly filled-in)
4. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
5. Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
6. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
7. Dimensional/Assembly Drawings : Terminal
Box Arrangement
8. Dimensional/Assembly Drawings : Name Plate
Drawing
9. Performance Curves : Speed Torque Curves
10. Performance Curves : Speed-Current/Time
Curves
11. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
12. Performance Curves : P.f. & Efficiency Curves
13. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
14. Test Records
15. Type Test Certificates for similar equipment
16. List of Commissioning Spares
17. List of Maintenance Spares
18. List of Mandatory Spares
19. List of Special Tools & Tackles
20. Data Books/ Manuals : Installation Manual
21. Data Books/ Manuals : Operating/ Maintenance
Manual
22. Data Books/ Manuals : Catalogues/ Brochures
23. Equipment storage procedure at site
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
6. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
7. "@" indicates submission of documents to Inspection Agency.
8. Bill of Material shall form part of the respective drawing.
9. Also refer other department's VDR :-
10. Electrical
11. Instrumentation
12. Packaged Equipment
L. V. INDUCTION MOTORS
TABLE OF CONTENTS
1.0 SCOPE
2.0 STANDARDS
10.0 CERTIFICATION
11.0 SPARES
13.0 DEVIATIONS
1.0 SCOPE
1.1 This specification covers the Design, Manufacture, Testing and Supply of three phase
induction motors of the squirrel cage type.
1.2 This specification shall accompany Data Sheets, technical specification which will stipulate
specific requirements of motors. In case of any contradiction between various referred
standards/specifications/data sheets and statutory regulations, the following order of
precedence shall govern:
- Statutory regulations
- Data sheets
- Technical Specifications
- This Specification
- Codes & Standards
2.0 STANDARDS
2.1 Motors shall be manufactured in accordance with the latest Indian Standard Specification
current at the time of order, including amendments, and in particular following :
7 IS: 2148 Electrical apparatus for explosive gas atmospheres flameproof enclosures d
9 IS: 2253 Designation for types of Construction and Mounting Arrangements of Rotating
Electrical Machines.
13 IS: 4691 Degree of Protection provided by enclosures for rotating Electrical Machinery
15 IS: 4728 Terminal Marking and direction of rotation for Rotating Electrical Machinery.
17 IS: 5571 Guide for selection of electrical equipment for hazardous areas
18 IS: 5572 Classification of hazardous areas (other than mines) having flammable gases
and vapours for electrical installation
20 IS: 6381 Electrical apparatus for explosive gas atmospheres increased safety e
21 IS: 7389 Electrical apparatus for explosive gas atmospheres pressurized enclosures p
27 IS: 12065 Permissible limits of noise level for rotating electrical machines
28 IS: 12075 Mechanical vibration of rotating electrical machines with shaft heights 56 mm &
higher measurement, evaluation & limits of vibration severity
29 IS: 12615 Energy efficient induction motors three phase squirrel cage
31 IS:12824 Type of duty class & rating assigned to rotating electrical machines
32 IS:13408 Code of practice for selection, installation & maintenance of the apparatus for
use in potentially explosive atmospheres
34 IS:13555 Guide for selection & application of three phase A. C. induction motors for
different types of driven equipments
35 IS:14222 Impulse voltage withstand levels for rotating electrical machines with form-wound
stator coils
36 IS:14568 Dimensions & output series for rotating electrical machines, frame numbers 355
to 1000 and flange numbers 1180 to 2360
2.2 In case of motors manufactured in accordance with other standards manufacturer or vendor
shall state the reference number and title of the standards adopted. Generally equivalent
standards by IEC/ BS/ VDE/ IEEE/ NEMA or equivalent standards shall be acceptable.
2.3 In case of imported motors, standards of the country of the origin shall be followed if these are
equivalent / stringent than the applicable Indian Standards.
3.1 Climatic conditions and other environmental conditions will be as specified in the Data
Sheets.
It should be however noted in general that the motors shall be suitable for use in tropical
climate with high humidity, heavy rainfall, and conducive to fungus growth and corrosion.
4.2 Variations in electric supply, under which motor shall be operated continuously without any
adverse effects will be as follows, unless specified otherwise in the Data Sheets:
Voltage variation : + / - 10 %
Frequency Variation : +/-5%
Combined Voltage & Frequency Variation : + / - 10 %
Motors shall be designed to continue running through the following specific conditions against
their specified loads and to recover to normal conditions when the voltage is restored to
normal. This is applicable to HV motors only.
Induction motors: at zero voltage for 0.5 seconds, recovering instantaneously to at least 85%
normal volts.
5.1 GENERAL
5.1.1 The offered equipment shall be brand new with state of the art technology and proven field
track record. No prototype equipment shall be offered.
5.1.2 Availability of spare parts and maintenance support services for the offered equipment shall
be ensured for at least for 15 years from the date of supply.
5.1.3 Vendor shall give a notice of at least one year to the end user of equipment before phasing
out of product/ spares to enable the end user for the placement of order for spares & services
5.1.4 All motors shall be continuous maximum rated unless otherwise specified in Data Sheet.
Intermittent rated motors shall conform to duty cycle specified in Data Sheet.
Unless otherwise specified, three phase squirrel cage induction motors of 2,4,6 & 8 poles for
all frame size up to 315L shall be energy efficient (eff1/ eff2 as specified in data sheet) having
output ratings as specified in IS 1231 for continuous duty (S1) operation at rated voltage and
frequency.
5.1.5 Motors shall be capable of giving rated output without reduction in the expected life span
when operated continuously with the variation in supply conditions as indicated in the data
sheet.
5.1.6 Motor body or frame shall be of close grained cast iron or of welded steel construction in case
of large motors. The design of the body shall ensure ruggedness and damping of vibration.
The rotor alongwith the fan and half coupling or other drive device (if fitted) shall be statically
and dynamically balanced.
5.1.7 All parts of identical motors, such as rotors, bearings and end shields, etc. shall be fully
interchangeable with specific reference to rotor.
5.1.8 Design and construction of the motors shall be such as to facilitate inspection, cleaning,
maintenance and repairs.
5.1.9 Fans provided for fan-cooled motors shall preferably be of the non-directional type, with
protection against accidental contact. In case they are uni-directional, direction of rotation
shall be clearly indicated on the non-driving end of the motor.
5.1.10 All motors shall have single bare shaft extension with key way and key, except where noted
otherwise.
5.1.11 Fans for motors used in hazardous areas (Zone1 and 2) shall be manufactured from non-
sparking material and if non-metallic shall be painted with an electrically conducting paint, to
prevent accumulation of static charge.
5.1.12 Direction of airflow, in case of slip ring motors, shall be such that airflow will carry the carbon
dust away from the winding.
5.1.13 Air to water heat exchanger shall have double tube plates; spray baffles and drip trays with
siphon drains to prevent water reaching the windings.
5.1.15 All L. V. motors shall be Bi-directional. For 2 pole motors of frame size 280 and above the
direction of rotation may be unidirectional.
5.1.16 Normally, clockwise rotation is desired, when viewed from the driving (coupling) end. This is
applicable, when the terminals marked as per IS: 4728 are connected to the supply giving
terminal phase sequence corresponding to the alphabetical sequence of the terminal letters.
5.1.17 Counter-clockwise rotation of the motor shall be obtained by connecting the supply to
terminals so that the phase sequence corresponds to the reversed alphabetical sequence of
the terminal letters. Ample space shall be provided at the terminal box for interchanging any
two external leads for obtaining the reverse phase sequence.
5.2 ENCLOSURE
5.2.1 Enclosures for motors shall be as specified in Data Sheets. Degree of protection in
accordance with IS-4691 shall also be as per Data Sheet.
Motors for outdoor installation shall be of weatherproof construction (IPW 55) such that no
additional protection is required to be provided by the Purchaser. Motor casing shall be
provided with a suitable drain for removal of condensed moisture except in case of flameproof
motors.
5.2.2 Construction of enclosures for flameproof (Exd) motor and the terminal box shall conform to
IS 2148 and shall be suitable for the group of gasses specified in Data Sheet.
5.2.3 Construction of enclosures for increased safety (Exe) motors shall conform to the latest Indian
Standard Specification 6381 and shall be suitable for temperature class specified in Data
Sheet.
5.2.4 Vertical motors with downward shaft shall be provided with fully covering rain canopies.
Vertical motors with upward shaft e.g. on fin-fan coolers, shall be adequately protected, (such
as cowls/canopies) against ingress of water into the enclosure or the bearing housing even
when standing still for long periods of time
5.2.5 All internal and external metallic parts which may come into contact with cooling air shall be of
corrosion resistant material or appropriately treated to resist the corrosive agents which may
be present in the atmosphere. Screws, nuts & bolts shall be hot dip galvanized or zinc
passivated to protect against corrosion.
5.2.6 Type of motors that require variable speed drive system shall be suitable for
variable speed range with temperature rise within limit and also shall be suitable for area
classification.
5.2.7 Flameproof Ex(d) motors operating on variable speed drive system shall have CMRI or
equivalent authority certifying the suitability of drive motor with VSDs.
5.2.8 Increased safety Ex(e) motor operating on variable speed drive system shall be type tested
as a unit in line with latest requirement of IEC (31J/47/FDIS).
5.3.1 All motors shall have grease-lubricated ball and/or roller bearings or bearings of the sleeve
type. Vertical motors shall have special thrust bearings suitable for the load imposed by the
driven equipment.
5.3.2 All bearings shall be of reputed manufacture and of a type interchangeable with other makes
and types. Ball and roller bearings shall have an L10 life of 40, 000 hours at rated operating
conditions. (The L-10 rating life is the number of hours at constant speed that 90% of a group
of identical bearings will complete or exceed before the first evidence of failure). Unless
otherwise specified, the bearing shall be adequate to absorb axial thrust produced by the
motor itself or due to shaft expansion.
5.3.3 All bearings shall be provided with seals to prevent the ingress of dust, moisture and all other
harmful substances.
5.3.4 For large capacity motors, the bearing shall be of the pedestal oil ring lubricated, sleeve type,
fitted with liberally sized oil reservoir and level indicator. Sleeve bearings shall be designed
with low bearing pressures and provided with drain plug. A thermometer with alarm and trip
contacts shall also be provided.
5.3.5 Grease lubricated bearings shall be packed with suitable grease before the motors are
dispatched. These shall be provided with nipples, and relief valves or plugs, suitable for on-
line greasing. Bearing shall be capable of grease injection from outside without removal of
covers with motors in the running conditions. The bearing boxes shall be provided with
necessary features to prevent loss of grease or entry of dust or moisture. Where grease
nipples are provided these shall be associated, where necessary, with appropriately located
relief devices, which ensure passage of grease through the bearing. Pre-lubricated sealed
bearings may be considered provided a full guarantee is given for 4 to 5 years of trouble-free
service without the necessary of re-lubrication.
5.3.6 In cases such as pumps for hot liquids where the driven machine operates at high
temperatures, bearings shall be cooled by a shaft mounted fan. This shall ensure efficient
ventilation of the bearing and disperse the heat transmitted from the driven object by
conduction or convection. For motors operating in hazardous areas, fans shall be of an anti-
static non-sparking material.
5.3.7 Wherever necessary, insulating pads between the bearing pedestals and bed plate shall be
provided to eliminate shaft circulating currents. An earth terminal shall be provided on the
drive and bearing pedestal.
5.3.8 For unlocked shafts, the end clearance on the motor shall exceed the coupling end float.
Permissible limits of rotor movement shall be marked on the shaft.
5.3.9 The as built motor data sheets which shall be submitted by the supplier shall contain bearing
number for easy reference.
5.4.1 The windings shall be connected in delta. However, for motors rated 2.2KW and below, star
connection may be accepted.
5.4.2 If star-delta starting is required, this will be specified in the data sheet and the motor windings
shall be fully insulated for delta connection.
5.5.1 The terminal box shall be robust construction and large enough to facilitate easy connection
of the cables. The terminal box shall be with necessary clearances, creepage distances
between live parts and between live parts to earth considering air insulation and without any
compound filling. Terminal box cover shall be provided with handles to facilitate easy removal.
5.5.2 Terminal boxes shall be cast iron or of welded steel construction with screwed conduit entries.
The size of the terminal boxes, conduit entries and terminals shall be suitable for termination
and connection of specified type and size of cables. Adequate space shall be provided for
termination of aluminium conductor cables. The terminals shall be complete with two flat
washers, one lockwasher and nut to make them secure and vibration-proof.
5.5.4 Terminal boxes for power cables shall be located on right hand side when viewed from the
driving end or on top. The terminal boxes shall be rotatable in steps of 90 without disturbing
the motor winding connections to the terminal block.
Caution nameplates on flameproof or increased safety motor terminal boxes shall be as per
IS 2148 or IS 6381 respectively.
5.5.5 The terminal box shall be capable of withstanding internal short circuit condition without
danger to the personnel or plant from the emission of hot gases or flames due to excessive
distortion or damage to the terminal enclosure.
5.5.6 An adequately sized earth terminal shall be provided in the motor terminal box for termination
of the fourth core of specified cables.
5.5.8 Separate auxiliary terminal boxes shall be provided for anti-condensation heaters and
temperature detectors. Caution nameplates with inscription "Caution-Live Heater / Detector
Terminals" shall be provided on auxiliary terminal boxes for heater and detector terminal
boxes.
5.6.1 Unless otherwise specified, motors shall be designed for direct-on-line starting. Motors shall
be designed for re-acceleration under full load after a momentary loss of voltage with the
residual voltage being 100% out of phase.
5.6.2 All motors shall be suitable for starting under specified load conditions with 85% of the rated
voltage at the terminals.
5.6.3 Minimum locked rotor thermal withstand time at rated voltage shall be 10 seconds under cold
condition and 8 seconds under hot condition. The hot thermal withstand time at 100% voltage
shall be atleast 5 seconds more than the starting time at 80% voltage.
5.6.4 Unless otherwise agreed, the starting time of the motor shall be less than the hot thermal
withstand time of the motor (time tE in case of increased safety motors) to facilitate application
of conventional bimetal relays or thermal release against locked rotor and overload
conditions.
5.6.5 All motors shall be capable of atleast two starts in quick succession after the motor windings
have attained their maximum permissible temperature. If a more onerous duty is required, the
same shall be indicated in the Data Sheet.
5.6.6 Motors shall be designed to allow the minimum number of consecutive starts
indicated below:
5.6.7 Starting current of squirrel cage motor with full voltage starting shall normally not exceed
600% of the full load current with tolerance specified in IS 325.
5.6.8 Starting torque of Squirrel cage induction motors started on full voltage shall generally not be
less than 200% of the full load torque. Cases, where higher starting torque is required, will be
indicated in Data Sheets. Pull out torque (breakdown) of motors shall not be less than 200%
of the full load torque. In case of motors driving equipment with pulsating loads (e.g.
reciprocating compressors) the minimum value of pull out torque at 75% of the rated voltage
shall be more than the peak value the pulsating torque. Unless otherwise agreed, the pull out
torque shall not exceed 300% of the rated load torque.
5.6.9 Starting torque and minimum torque of the motor shall be compatible with the speed torque
curve of the driven equipment under specified operating condition. For heavy-duty drives such
as blowers, fans, etc. high starting torque (min.150%) motors shall be provided.
5.6.10 In case of L.V. Motors driving high inertia equipment, the manufacturer shall provide
calculations for acceleration time, torque speed curves for motor and current time curves.
Necessary Data for the driven equipment such as torque-speed curves, moment of inertia
etc., shall be furnished by others for this purpose.
In case of reciprocating compressor or similar equipment, the stator current pulsations shall
be given by the manufacturer. In all cases, manufacturer shall ensure that the starting current
withstand time of the motors shall be higher than the calculated starting time.
5.6.11 The manufacturer shall also furnish time tE for Exe and Ex n motors.
5.7.1 L.V. motors shall have class 'B' insulation unless Data Sheet specify another class of
insulation.
5.7.2 The windings shall be tropicalized. Winding of motors shall be treated or impregnated with
suitable varnishes to render them non-hygroscopic and resistant to dirt and oil. Windings shall
also be treated to make them resistant to acidic / alkaline vapours when the atmosphere is
specified as corrosive.
5.7.3 In case of SPDP motors, used for outdoor installation, or in case of vertical hollow shaft pump
motors, end turns of windings shall be treated with epoxy based varnishes for weather
resistance. Suitable baffle shall be provided to avoid direct splashing of water on the
windings.
5.7.4 All insulating materials used in the construction of motors shall be non-hygroscopic. Coils
shall be made of copper.
5.7.5 Windings shall be adequately braced to prevent any relative movement during operating and
in this respect, particular care shall be taken for the stator windings of direct-on-line starting
squirrel cage motors. Insulation shall be provided between coils of different phases, which lie
together. Core laminations must be capable of withstanding burnout for rewind at 4000C
without damage or loosening.
5.7.6 In case of motors driving equipment with pulsating loads, special attention shall be paid to the
joints of rotor bars and end rings to avoid premature failures due to induced fatigue stresses.
5.7.7 Insulation and impregnation of windings shall be carried out in a manner which will facilitate
easy removal and replacement of coils. All coils shall be adequately supported to prevent
movement under shock or short circuit stresses, or shocks due to electro-dynamic braking
with phase reversal.
5.7.8 Joints shall be kept to a minimum, where joints are made, conductors shall be tinned to
prevent oxidation, rivetted and soldered or brazed.
5.7.9 All joints shall be supported adequately to relieve them from mechanical strain. Insulation
level of the joints shall not be less than for the motor windings.
5.7.10 Leads from motor windings to the terminal box shall be adequately supported throughout and
shall be kept away from sharp edges to prevent abrasion. Openings in the motor frame
through which the leads are brought out shall be sealed to isolate the terminal box from the
motor.
5.8.1 The temperature rise of motors for all types of enclosures when tested in accordance with IS
325 shall not exceed the limits specified therein, corresponding to the class of insulation used
and on the basis of normal conditions of service stipulated in Data Sheets.
5.8.2 Motor shall be suitable for continuous running, without exceeding temperature limits when the
motor terminal voltage drops to 85% of the motor rated voltage, for 5 minutes, commencing
from hot condition.
All motors shall be self-ventilated, fan cooled. Fans shall be corrosion resistant or
appropriately protected. They shall be suitable for motor rotation in either direction without
affecting the performance of the motor. If this is not possible for large outputs, it shall be
possible to reverse the fan without affecting the balancing of the motor.
5.10 ROTORS
5.10.1 All rotors shall be free from excessive inherent axial thrust. End play of rotor shall be kept to a
minimum, unless Data Sheets specify the end-float required.
5.10.2 The rotor shall be dynamically balanced to provide a low vibration level and long service life
for the bearings. The accepted values of peak to peak vibration amplitudes for a motor at
rated voltage and speed on a machined surface bedplate with the motor leveled and with a
half-key or coupling fitted shall not exceed those given in IS: 12075. Die cast aluminum rotors
for motors in hazardous areas may be accepted provided the same are type tested and
approved by competent authorities.
5.11.1 Embedded temperature detecting sensors may be provided when specifically asked for.
5.11.2 Adequate precaution shall be taken to ensure that detector leads shall not be charged
accidentally to motor potential. Film type arrestors will be fitted at detector terminals in
terminal boxes to prevent danger to detecting equipment and personnel.
5.11.3 All motors operating on VSDs shall have embedded temperature detectors / thermistors for
winding with thermistor relay which will trip the motor in case the temperature of winding
exceeds the permissible limits. For temperature detectors / thermistors 2/3 logic shall be
provided for tripping.
5.12 ANTI-CONDENSATION
5.12.1 Anti-condensation heaters shall be provided when specifically asked for. Heaters shall
normally be suitable for 250 volts, Single Phase, A.C. supply, designed for continuous
operation unless otherwise specified in Data Sheet. Heaters shall be metal encased with a
low surface temperature. In addition, a removable, threaded, plug shall be provided to remove
condensed moisture.
5.12.2 Motors meant for humid location such as cooling tower fans, sump pump motors etc. shall be
provided with space heaters irrespective of the motor rating in motor data sheet. The heaters
shall be permanently ON when the motor is not in service.
5.12.3 For motors to be installed in a hazardous atmosphere (Zone-1 or zone-2) such heaters shall
be confirm to the provisions of applicable IS and temperature classifications defined in the
data sheet.
5.12.4 The heater leads shall be brought out to a separate terminal box of the same specification
and grade of protection as the main power terminal box.
5.12.5 A warning label with indelible red inscription shall be provided on the motor to indicate that the
power line and the heater supply shall be isolated before carrying out any work on the motor.
5.14.1 Two earthing terminals comprising terminal studs, two plain washers, one spring washer shall
be provided preferably on diagonally opposite sides of the frame.
5.15 PAINTING
5.15.1 Before despatch from the motor manufacturer's works, all motors shall have all bright parts
coated with anti-rusting compound.
5.15.2 All motors shall be painted in an approve manner using two priming coats, one undercoat and
one finish coat to the Purchaser's Painting Specification, and shall have all surface throughly
cleaned and degreased prior to painting.
5.15.3 The Purchaser's Painting Specification will be issued to the Vendor when orders are placed.
The final colour shall be to the Purchaser's requirements.
5.16.1 Rating plates shall be provided on all motors. These rating plates together with any labels
giving necessary instructions, shall be of a design so that corrosion will not cause obliteration.
5.16.2 The Purchaser's Motor reference and bearing numbers and other details shall be marked on
an auxiliary stainless steel nameplate if called for in Data Sheets. Rating plates/name plates
shall be fixed to an easily visible, non-removable part of the frame. Rating plates shall give
the necessary information as specified in the applicable standards. Additional nameplate shall
be provided to indicate the service and tag no. of each motor.
5.16.3 For motors to be used in explosive gas atmospheres, indication plate shall have information
such as, the type of construction and the explosion grade and ignition temperature class of
gas.
5.16.4 Motor terminals shall be clearly and permanently marked with reference letters in accordance
with the applicable Indian Standards/IEC.
5.16.5 A non-corrosive connection diagram plate shall be fixed to the motors having special windings
or tappings, such as multi-speed motors.
5.16.6 Uni-directional motors shall have their direction of rotation clearly marked by means of an
arrow.
5.17 VIBRATIONS
Limits of viberations shall be in accordance with IS-12075. The velocity of motor vibration
shall not exceed the value specified in the IS-12075 when measured on the bearing housings
of motors in the horizontal, vertical & axial directions operated with no-load at rated voltage
and rated frequency.
The mean sound pressure level of motors shall not exceed 85 dBA at 1 meter, measured in
accordance with IS-12065 or relevant IEC standard.
The first actual critical speed of stiff rotors shall not be lower than 125% of the synchronous
speed. For flexible rotors this shall be between 60% and 80% of the synchronous speed; the
second actual critical speed shall be above 125% of the synchronous speed.
When slide rails, bedplates or soleplates are supplied alongwith motor, the holding down bolts
for the motor shall also be supplied. All embedded parts shall be supplied and shims of SS
304 shall be used.
A set of any special tools necessary for maintaining the whole of the requirement supplied
shall be provided.
7.1 Test Certificates shall be furnished for all motors indicated in the Data Sheets.
7.2 Routine tests as per IS 4722 shall be carried out on all motors. Type tests shall be carried out
on L.V. Motors, when specifically called for. In case of identical motors, type tests may be
carried out on the first of each rating and speed.
7.3 The manufacturer shall periodically carry out the following type tests as per applicable Indian
Standards for all the frame sizes & ratings of the motors:
a) Full load test and measurement of voltage, current, power & slip
b) Measurement of starting torque, starting current, full load torque & pull out torque
c) Measurement of efficiency & pf at 100%, 75% & 50% load
d) Temperature rise test
e) Momentary overload test
f) Measurement of noise level test
g) Measurement of vibration
h) Over speed test
The above tests shall be witnessed and approved by reputed inspection agencies. The
manufacturer shall maintain the test records and submit to the Owners inspector at the time
of final inspection & testing. In no case the test records shall be more than 5 years old.
In special cases where the type tests are asked to be carried out, these shall be witnessed by
the Owners inspector.
The manufacturer shall carry out routine tests as per applicable Indian Standards. Routine
tests not limited to the following shall form part of the acceptance testing:
a) General visual checks, name plate details, mounting, terminal box location
and cable gland sizes
b) Measurement of shaft height dimensions
c) Measurement of clearances in the terminal boxes
d) Verification of type of terminals (For Ex-e & Ex-n motors)
7.4 The Purchaser reserves the right to witness all tests and the Purchaser shall be given ten
working days notice of all tests being carried out.
7.5 All apparatus, instruments etc. required for tests shall be provided by the manufacture and
shall have been checked and tested for accuracy during the twelve months prior to the test.
Calibration certificates for all indicating meters and instruments used for testing shall be
furnished at the time of inspection.
7.6 A certificate issued by the relevant authorities shall be provided for each Ex-d or Ex-e certified
motor.
The manufacturer shall submit the following certificates for verification to the Owners
Inspector:
(a) Test certificate for the degree of protection of enclosure
(b) Test certificates issued by the recognized independent test house for hazardous area
motors
(c) Approval certificates issued by Statutory Authorities for Ex-d motors
BIS license & marking requirement as required by Statutory Authorities for Ex-d
motors
7.7 Thought the motors shall be accepted on the basis of the satisfactory result of the testing at
shop, it shall not absolve the Vendor from liability regarding the proper functioning of the
motors coupled to the driven equipment at site.
All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for transportation by ship/ rail
or trailer. The equipment shall be wrapped in polythene sheets before being placed in crates/
cases to prevent the damage to finish. Crates/ cases shall have skid bottom for handling.
Special notations such as Fragile, This side up. Centre of gravity, Weight, Owners
particulars, PO no etc shall be clearly marked on the package together with other details as
per purchase order.
The equipment may be stored in outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/ high ambient
temperature, unless otherwise agreed.
9.1 Vendor to furnish these as per Vendor Document Requirements attached with the
specification. The drawings shall generally include the following :
Performance
Characterstics - As specified in data sheet
10 CERTIFICATION
The motors and associated equipment shall have test certificates issued by recognized
independent test house (CMRI/ BASEEFA/ LCIE/ UL/ FM or equivalent). All indigenous
motors shall confirm to the Indian standards and shall be certified by Indian testing agencies.
All motors (indigenous & imported) shall also have valid statutory approvals as applicable for
the specified location. All indigenous flameproof motors shall have valid BIS license &
marking as required by statutory authorities.
11 SPARES
The Vendor shall provide with his quotation, separate priced list of recommended
commissioning and operating spares.
12 QUALITY ASSURANCE
12.2 Quality Assurance will commence at the enquiry stage and follow through to completion and
acceptance, thus ensuring total conformity to Purchaser's requirements.
13 DEVIATIONS
13.1 Deviations from specification must be stated separately in writing at the quotation stage.
13.2 In the absence of such a statement, it will be assumed that the requirements of the
specification are met without exception.
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
1.0 SCOPE
2.0 STANDARDS
6.0 GENERAL
10.0 DEVIATIONS
1.0 SCOPE
1.1 This specification covers design, manufacture, testing and supply of Medium Voltage PVC
Cables and High Voltage XLPE Cables.
1.2 This specification shall accompany data Sheets, technical specification which will stipulate
specific requirements of Medium and High Voltage Heavy Duty Cables. In case of any
contradiction between various referred standards/specifications/data sheets and statutory
regulations, the following order of precedence shall govern:
- Statutory regulations
- Technical Specifications
- This Specification
- Codes & Standards
2.0 STANDARDS
2.1 The cables shall conform to latest edition of the relevant Indian Standard Specifications with
amendment upto the date of issue of Enquiry, particularly the following Standards :-
IS 1554 : PVC insulated (heavy duty) electric cables for working voltages
(Part 1) upto and including 1100 Volts
IS 1554 : PVC insulated (heavy duty) electric cables for working voltages
(Part 2) from 3.3kV upto & including 11kV
IS 3975 : Mild Steel wire, formed wires and tapes for armouring of cables
IS 10810 : Methods of test for cables : Flame Retardant test for bunched
(Part 62) cables
IEC 811 : Test methods for insulating and sheathing materials of electric
cables
IEC 840 : Tests for power cables with extruded insulation for rated voltages
above 30KV upto 150KV
IEC 60540 & : Test methods for insulation and sheaths of electric cables
IEC 60540 A
ASTM D2863 : Standard method for test for flammability of plastics using oxygen
index method
IECAS-61-402 : Thermoplastic insulated wire & cable for transmission & distribution
NEMA-WC5 of electrical energy
IECAS-66-524 : Cross linked thermosetting poly ethylene insulated wire & cable for
NEMA-WC7 transmission & distribution of electrical energy
2.2 In case of medium and high voltage heavy duty cables manufactured in accordance with
other standards, manufacturer or vendor shall state the reference number and title of the
standards adopted. Generally IEC/ BS/ VDE/ IEEE/ NEMA or equivalent standards shall be
acceptable.
2.3 In case of imported medium and high voltage heavy duty cables, standards of the country of
the origin shall be followed if these are equivalent / stringent than the applicable Indian
Standards.
2.4 Medium and high voltage medium voltage heavy duty cables details shall be as specified in
the Technical Specification enclosed with this specification. Manufacturer shall furnish all the
information asked in the enquiry along with the quotation.
Above ground in open air locations (trays ducts) in tropical, humid and corrosive atmosphere
prevalent in refineries/petrochemical plants with severe weathering and exposure to solar
radiation.
Directly buried in underground trenches, conduits with uncontrolled back-fill and possibility of
flooding by water and chemicals.
Laid underground in RCC lined cable trenches with possibility of flooding by water.
All power and control cables for use on medium/high voltage shall be heavy duty type,
aluminium / copper conductor, PVC / XLPE insulated, inner sheathed, armoured and overall
PVC sheathed as described below.
4.1.1 Conductor
The conductor shall be made from high purity aluminium of grade H4 or shall be of annealed
high conductivity copper of sizes as indicated in the enclosed "Specific Requirements" and
conforming to IS 8130. The conductors of nominal area 10 sq.mm and less shall be circular.
Conductors above 10 sq.mm may be circular or sector shaped.
4.1.2 Insulation
The core insulation shall be of PVC and applied over conductor by extrusion. The PVC
compound shall conform to type A of IS 5831. The core identification shall be as per IS 1554
Part 1. The insulation shall have uniform thickness throughout its length. The average
thickness of insulation and tolerance on the same shall be as per IS 1554 Part 1.
For all cables having two or more cores, inner sheath shall be applied over laid cores either
by extrusion or by wrapping, as indicated in enclosed "Specific Requirements". The inner
sheath shall be applied as circular as possible and to fit closely on the laid up cores so that it
can be removed without damage to the insulation.
The inner sheath shall be of PVC compound and shall not be harder than PVC used for
insulation. This shall conform to requirement of type ST-I of IS 5831.
4.1.4 Armouring
Armouring shall be applied over inner sheath, where specified and shall be of galvanised
steel as per IS 3975. The armour shall be applied as closely as possible with left hand
direction of lay. For cables having diameter over the inner sheath less than 13 mm, the
armour shall be of galvanised round steel wires. Where the calculated diameter over the inner
sheath is greater than 13 mm, the armour shall consists of either galvanised round steel wires
or galvanised steel strips. The dimension and resistance of armour shall be as per IS 1554
Part 1.
The outer sheath of the cable shall be applied by extrusion and shall be of black colour PVC
compound conforming to requirements of type ST-1 compound of IS 5831. The thickness of
outer PVC sheath and its tolerance shall be as per IS 1554 (Part 1). To protect the cable
against rodent and termite attack, suitable chemicals shall be added into the PVC compound
of the outer sheath.
4.2.1 Conductors
The conductors shall be made from H4 grade aluminium wires. These shall be stranded and
compacted circular in shape up to 35 sq.mm size cables. The conductors of three core cables
having their nominal cross section 50 sq.mm and above shall be either circular or sector
shaped. The conductor and its construction shall conform to IS 8130 and IS 7098 (Part 2).
4.2.2 Insulation
4.2.3 All cables rated above 4.3/4.3 KV shall be provided with screening. This shall consist of
conductor screening as well as insulation screening.
1 Conductor Screening
Conductor screening shall be non-metallic and shall consist of either semi-conducting
tape or extruded semi-conducting compound.
2 Insulating screening shall be in two parts, first non-metallic semi-conducting part and
second metallic part. Non-metallic part shall be applied directly over insulation of
each core and shall consist of tapped or extruded semi-conducting compound. On
top of this, metallic screening of non-magnetic tap or braid or concentric serving of
wire shall be applied.
In cables having three cores, the individual core shall be laid up with suitable non-
hygroscopic fillers and then applied with common covering of PVC or thermoplastic material
by extrusion or tapping such that circulating of cable is maintained. The sheath shall conform
to requirements of type ST-2 compound of IS 5831. The thickness of sheath shall be as per
IS 7098 (Part 21).
The Armouring and outer sheath of XLPE cables shall be generally in line with Clause 4.1.4
and 4.1.5 , respectively, as described above. However, size and tolerance for XLPE cable
shall be as per IS 7098 (Part 21), except for outer sheath to be of type ST-2 as per IS 5831.
2 AYFY : Same as in '1' above, except that flat steel strip armoured in place of
round steel wire
6.0 GENERAL
6.1 Cables shall be supplied in accordance with the enclosed "Specific Requirements". Cable
lengths indicated therein are tentative and actual requirements will be indicated to the
Supplier at the time of order placement. Quoted unit rate shall be applied for actual length
required without any price variation for change in length.
6.2 Cables less than standard drum length shall be supplied in one length.
6.3 Each type and size of cables ordered shall be supplied in separate non-returnable wooden
drum of robust construction covered with wooden planks all round as per IS 10418. Each
cable drum shall be clearly marked with cable size, type, length of cable, total weight,
direction of drum rotation etc. as per IS 1554.
6.4 Both ends of every cable piece shall be adequately sealed and protected against damage
and ingress of moisture.
6.5 A tolerance of plus or minus 5% maximum shall be permissible for each drum unless
specifically agreed. Short/non-standard length of cable shall not be accepted.
6.6 Following information shall be embossed at every one (1) meter for full length of cable.
- Manufacturer's identification mark
- Standard mark of Bureau of Indian Standard with applicable specification
number
- Sequential marking of cable length in meter
- Cable size
7.1 After completion of manufacturing of cables and prior to despatch, cable shall be subjected to
routine tests, acceptance test and type test (if indicated in "Specific Requirements") in
accordance with latest edition of relevant Indian Standard Specification at manufacturer's
works.
7.2 Purchaser/Consultants reserve the right to inspect cables during process of manufacture in
all its stages as well as after manufacture to witness tests. Final acceptance of materials shall
be subject to satisfactory inspection and testing at manufacturer's works.
Information and test certificates shall be furnished by the Vendor as per the Vendor
Document Requirement enclosed and given below.
8.1 Copy of certification mark license obtained from Bureau of Indian Standards.
8.2 Full constructional data giving details of conductor, insulation, sheath, armour etc.
8.3 Current ratings in air as well as ground under normal condition of installation at an ambient
temperature of 40C. (Also indicate - (a) Normal conditions, (b) Maximum conductor
temperature when it is carrying its rated current, and (c) Maximum conductor temperature
during short circuit );
8.4 Rating factors for different methods of installation with reference to ambient/ground
temperature, grouping, variation in depth of laying in ground, thermal resistivity of soil etc.;
8.1 Quality Assurance shall follow the requirements of Jacobs. Q.A. Documents, as applicable.
8.2 Q.A. involvement will commence at Enquiry and follow through to completion and accep-
tance, thus ensuring total conformity to Purchaser's requirements.
10.0 DEVIATIONS
9.1 Deviation from Specifications must be stated in writing at the quotation stage. In the absence
of such a statement, it will be assumed that the requirements of the Specifications are met
without exception.
ELECTRICAL INSTALLATION
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
1.0 GENERAL 3
2.0 DESIGN 3
3.0 EQUIPMENT & MATERIALS 5
4.0 CIVIL WORK 7
5.0 OUTDOOR SWITCHGEAR INSTALLATION 8
6.0 INSTALLATION OF TRANSFORMERS 8
7.0 INSTALLATION OF EHV, HV & MV SWITCHGEAR & MOTOR CONTROL CENTRES 9
12.0 MOTORS 11
AND INSTALLATION
19.0 INSTRUMENT & TOOLS 26
20.0 LABOUR, SUPERVISION, COORDINATION & PROGRESS, LICENCE, 27
STATUTORY APPROVAL
21.0 QUALITY ASSURANCE - QUALITY CONTROL 27
22.0 ACCEPTANCE OF INSTALLATION 28
REGULATIONS
23.2 APPENDIX II 30
1.0 GENERAL
1.1 SCOPE
This specification covers the technical requirements for equipment, materials and
installation methods, testing and commissioning of electrical system which will generally
include the following:
i) E.H.V & H.V. Outdoor Switchyards
ii) Power & distribution Transformers
iii) E.H.V., H.V. & M.V. Switchgear
iv) Motor Control Centres
v) Power distribution Boards/Power Control Centres
vi) Lighting Installation, including Lighting Distribution Boards, Lighting Fittings &
Socket Outlets.
vii) Wiring for Power, Control, Lighting & Instrumentation
viii) Earthing & bonding of Electrical Equipment, Anti-static Earthing & Lightning
Protection
ix) Emergency Power Generating Equipment
x) Batteries & Associated Equipment.
xi) Communication Systems
xii) Fire Alarm System
2.0 DESIGN
2.1 EQUIPMENT AND MATERIALS
Equipment of a major or specific nature, such as Transformers, Switchgear, Motor
Control Centres, Motors, Starting & Control Gear, Generators, Batteries, Rectifiers,
communication Equipment, Fire & Plant Alarm System etc. shall be provided by the
Contractor. Equipments supplied by the Contractor shall conform to the
Purchaser's/Owner's 'Particular Specifications' for such equipment. These specifications
may also be detailed in the Contract Documents. Materials not specifically described
shall be of the best quality, complying with applicable codes, standards or current
engineering practice. Selection of equipment and materials shall also be based on the
technical details, performance figures and recommendations given by the manufacturer
and site condition.
12.0 MOTORS
12.1 GENERAL
Motor shall be installed along with the driven equipment.
12.2 COMMISSIONING OF MOTORS
The Contractor shall check all the motors installed, carry out the tests required and
commission the motors. The work will include the following:
a. Check rotor for free movement.
b. Check end play in bearings.
c. Check for mechanical defects, if any, by visual inspection.
d. Inspect bearings to ensure they are greased.
e. For D.C. or slip ring induction motors, check commutators, slip rings, brushes,
brush holders and springs, brush lifting gear, etc. for satisfactory condition.
f. Check direction of rotation for correctness and reconnect the leads, if necessary.
g. Check conduit entries on terminal boxes, block unused entries.
h. Carry out insulation test with an appropriate megger.
After laying the cables, they shall be covered with sifted soil or clean sand well compacted,
up to 150 mm above the top of cables. The cables shall be covered by interlocking cable
tiles extending at least 50 mm beyond the cables on both sides. Alternative methods, such
as use of bricks for cable protection or coloured concrete screen, as specified elsewhere.
After placing of cable tiles, the trenches shall be backfilled completely with riddled soil.
Large stones shall not be backfilled. The backfill shall be well rammed and compacted.
At road crossings or at specified locations, cables shall be laid in hume pipes or
prefabricated cable ducts, or any other type of pipes specified elsewhere. After drawing the
cables, the ends of pipes or ducts shall be sealed adequately with wooden plugs or any
other approved means, to prevent ingress of soil or dirt into the pipes and ducts.
When directly buried cables enter the buildings, the openings made in walls shall also be
adequately sealed to prevent ingress of soil or sub--soil water into the building. Bituminous
or suitable type of PVC compound shall be used for this purpose.
Approved type of cable markers shall be fixed along the cable routes at a distance not
exceeding 15 meters along straight routes, and also where cable loops or cable joints are
located. The position of cable markers and cable identification tags shall coincide.
When cables are laid in multiple tiers, space between individual tier shall be filled and
compacted with sifted soil or sand. Spacing between tiers shall be as specified elsewhere.
Protective cable tiles above the topmost tier only.
13.2.5 Cables in Built-up Trenches
Cables run in trenches shall unless otherwise specified, be installed in sand, in layers.
Separators of non-combustible materials shall be provided, where necessary to ensure
adequate segregation between cables.
Each layer of cables shall be laid on a compacted and consolidated bed of clean sand
having well distributed grain sizes (silver sand). Each layer of cables shall be covered by a
well compacted clean sand up to 75 mm above the top of cables. Next layer of cables will
be laid on this sand bed. On completion of laying of cables, the whole trench shall be
completely sand filled and well compacted. The trenches shall then be covered by any one
of the following methods as specified elsewhere.
13.3.5.a All cable cores or conductors shall be connected to the equipment terminals be means of
approved type of connectors. Conductors of small sizes may be directly connected to
equipment terminals, without using special connectors. The sizes of directly connected
conductors will depend on the type of terminals provided. Connections of larger cables or
cables connected to motors shall be made, generally with crimping type cable lugs, unless
best quality, approved type, mechanical connectors are used. Solid conductor of small size
cable shall be connected by forming loop and Ross Cutney.
13.3.5.b Conductors shall be thoroughly cleaned and smeared with conducting petroleum jelly
before they are connected directly or with mechanical connectors, particularly when bi-
metallic connections, such as aluminium and copper or brass are made. Materials used for
mechanical connectors shall also be of suitable type when bi-metallic connections are
involved.
Mechanical connectors or equipment terminals shall be of pressure clamp type (not
pinching type), when aluminium conductors are to be connected. However, if stranded
aluminium conductors have to be made to pinching type terminals, the conductors shall be
soldered solid before connection.
13.3.5.c Core identification ferrules or coloured PVC adhesive tapes shall be provided for all
multicore cables at the point of connection. Generally, red, yellow & blue coloured tapes
may be used for identification of cores in power circuits. Ferrules or numbered tapes shall
be used for identification of control cable cores.
13.3.5.d Jointing & Soldering of Aluminium Conductors
Most of the cables used will be with aluminium conductors, and the contractor shall
exercise care for joining and soldering aluminium cables. The contractor shall ensure that
this work will be carried out by competent persons having a thorough knowledge and
experience of aluminium soldering work in electrical trade and preferably, having a
certificate from cable manufacturers.
The Contractor shall use special soldering materials & accessories such as fluxes, special
wiping cloth, cleaning tongs, special laddies & solder pot with thermometer, which are
essential for joining. The work shall be carried out strictly in accordance with approved
codes of practice for aluminium conductor soldering.
All materials used shall be of approved type. Petroleum conducting jelly or equivalent
corrosion inhibiting compound shall be copiously used after finishing the above work, to
prevent corrosion and its after effects
14.0 LIGHTING INSTALLATION
14.1 GENERAL
The lighting fixtures in the plant shall be fed from lighting panel. All outdoor lighting shall
be group controlled from control stations or through synchronous timer or photocell.
Lighting wiring between panel and lighting fixtures shall be done with PVC insulated
3 core (phase, neutral and earth) copper conductor armoured cable for hazardous areas.
Wiring in the building shall be done by means of 3 core copper conductor, PVC insulated,
armoured cables, or PVC insulated copper conductor wires in conduit / Metsec
channel as specified elsewhere. All joints of conductors in Switchboards / JBs, fittings
shall be made only by means of approved mechanical connectors (nylon / PVC
connectors), Bare twist joints shall be permitted any where in the wiring system.
14.1.7 Circuit cables shall be cleared in a group to structure by using galvanised strip clamps or
run in cable trays wherever trays are available. Spacers and cleats shall be of required
size to accommodate the cables. All hardware shall be galvanised or zinc passivated.
Underground lighting cables (in paved areas) shall be taken in suitable G.I. sleeves buried
at a minimum depth of 300 mm from FFL. GI pipe sleeves shall be extended to 300 mm
above FFL. Exact termination / layout of G.I. pipes ( for protection of cables ) shall be
decided at site as per site convenience.)
14.1.8 Wiring for all socket outlet shall be done with 3 cores of equal sizes of wire for phase,
neutral and earth. The terminals of switch sockets shall be suitable to receive the size of
wire specified elsewhere.
14.1.9 All lighting fixtures shall be provided with terminal block with required terminals suitable for
connection of 2.5 sq. mm conductor size or higher as specified elsewhere.
14.1.10 The cable shall be straightened after unwinding it from the drum. All cables be clamped /
laid in straight run without any sag and kink.
14.1.11 For location where fan points are shown, fan hooks with junction box shall be provided
during concreting. Where fan hooks and J.Bs. are provided separately JB shall be located
within a distance of 300 mm from hook for mounting of ceiling rose.
f) A megger rated 1000 volts or higher shall be used for the test.
g) Check operation of automatic tap changer and its control panels (local and
remote), for correct functioning, if provided.
h) Check operation of forced cooling system complete with its control panel for
correct functioning, if provided.
i) Polarity & Phasing Out Test
j) Check external connection of the transformer in accordance with diagram of
connections and phase sequence (anti - clockwise).
k) Polarity & Connections of Instrument Transformers
l) Check for correctness of CT & PT connections provided with transformer. Check
electrical continuity of secondary circuits with ELV tester.
m) Adjust spacing of arcing horns / rod gaps, if provided.
18.3.2 EHV, HV & MV SWITCHGEAR
STATUTORY APPROVAL
20.1 SUPERVISORY LICENCE
The contractor shall possess a valid contractor's licence for the state in which site is
located and shall ensure its validity during the duration of the contract. The contractor
shall furnish authenticated copies of certificates to the purchaser for himself and his
workmen before commencement of work.
20.2 LABOUR
The Contractor shall employ adequate skilled and unskilled labour to complete all work
according to programme of work. Skilled workers shall possess the minimum
qualifications stipulated by statutory or competent authorities.
20.3 SUPERVISION
The Contractor shall employ adequate number of supervisors to control the labour force
and to carry out the work as per schedule. Supervisory staff shall also possess the
minimum qualifications stipulated by statutory and competent authorities.
20.4 CO-ORDINATION
The Contractor shall coordinate his work with that of other agencies, so that the work
can proceed smoothly and without hindrance to all concerned.
20.5 PROGRESS
The Contractor shall submit periodic Progress Reports to the engineer. The period of
report shall be determined by the Engineer. The Progress Report shall indicate planned
progress as per programme and physical progress. the format in which the reports are
to be submitted shall be decided by the Engineer.
20.6 STATUTORY APPROVAL
The Contractor shall be totally responsible for obtaining statutory approval from the
electrical inspector or any other statutory authority for the entire installation carried out
by him unless otherwise specified and agreed. Necessary test reports shall be
submitted by him to electrical inspector. This will be an integral part of the contract and
shall not be paid for separately.
21.4 The tests which the Contractor must perform, as a minimum requirement, shall be those
described in clause 15.0 of this specification in the order indicated and shall be made in
accordance with the equipment and / or systems Standards and Regulations quoted by
the Engineer in the Contract Documents and any tests required by the particular
equipment / system manufacturer.
21.5 Test values acceptable to the Engineer shall be those laid down in the indicated
standards and specifications by the Engineer, together with any values quoted in the
Contract Documents. Any discrepancy in the acceptable test values discovered by the
Contractor shall be resolved by the Engineer, whose interpretation shall be final. No
equipment shall be set to work unless tests on its associated circuits have been found
satisfactory.
REGULATIONS
23.2 APPENDIX II
1.2.2b The measured loop resistance is converted to ohms per km per conductor as :
R
Rt = ------
2L
Where
R = measured loop resistance in ohms at temperature, tC;
Rt = measured resistance per conductor at tC in ohms; and
L = length of cable (not the loop) in km.
1.2.4b Generally dc test should be preferred as test equipment required is compact, easily
portable and power requirements are low.
1.2.4c The cable cores must be discharged on completion of dc high voltage test and cable
should be kept earthed until it is put into service.
1.2.4d DC test voltage for old cables is 1.5 times voltage or less depending on the age of
cables, repair work or nature of jointing work carried out, etc. In any case, the test
voltage should not be less than the rated voltage. Test voltage in these cases should be
determined by the Engineer - in - charge of the work.
1.2.4e It may be noted that frequent high voltage tests on cable installations should not be
carried out. This test should be carried only when essential. During the high voltage
test, all other electrical equipment related to the cable installation, such as switches,
instrument transformers, bus bars, etc., must be earthed and adequate clearance
should be maintained from the other equipment and framework to prevent flashovers.
1.2.4f In each test, the metallic sheath / screen / armour should be connected, to earth.
2.0 CABLE INSTALLATION PLAN
2.1 On completion of laying, terminating and jointing of the cables, a plan should be
prepared, which should contain the following details of the installation:
2.2 All subsequent changes in the cable plan should also be entered.
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
0 03 May 2010 10 Issued for Engineering VSL PPP RBD
TABLE OF CONTENTS
1.0 SCOPE 2
2.0 DESIGN 3
3.0 SPECIFICATIONS 3
4.0 RESPONSIBILITIES 3
7.0 MOTORS 9
10.0 CABLES 9
13.0 INSTALLATION 10
15.0 SPARES 10
19.0 DEVIATIONS 11
1.0 SCOPE
This specification covers the minimum technical requirements for the Design, manufacture,
supply and commissioning of the electrical content of a Package Unit.
2.0 DESIGN
Electrical equipment and material shall be in accordance with the specifications in
paragraph 3, and the following information: -
2.1 SUPPLY VOLTAGE
Voltage: Volts Phase
Wire: Hz Fault level
Neutral Grounding Solid/Resistance/Unearthed
Variation: Voltage : 10 %
Frequency: : 3%
Combined : 10 %
2.2 CONTROL VOLTAGE: 110V/240V 10%, Single phase, 50 3% Hz.
If the supply voltage is other than the control voltage specified, Vendor shall provide a
suitably rated control transformer with switch and fuse to derive the specified control
voltage.
2.3 POWER SUPPLY
The Contractor shall derive the electric power supply required for the incoming switchgear.
All other scope of supply shall be as per clause 4.0 - "Responsibility".
2.4 SERVICE CONDITIONS
As specified elsewhere
2.4.1 Installation : a) Indoor / outdoor
b) Hazardous / non-hazardous area
c) Classification
Zone: As applicable
Gas group: As applicable
Temp. Class: As applicable
3.0 SPECIFICATIONS
Unless otherwise specified material and equipment shall be in accordance with the brief
specification here under.
4.0 RESPONSIBILITIES
The responsibility for design, supply of material and documentation within the packaged unit
shall be as marked in the appropriate box mentioned below:
6.2 ENCLOSURES
6.2.1 All components shall be contained within enclosures suitable for the specified conditions of
installation and operation. Enclosures shall have a recognised enclosure to IP
designation.
6.2.2 There shall be no fixing holes through the enclosures.
6.7.1 All non-current carrying metal work, which forms the package unit, shall be bonded for
earth continuity to the main skid base.
6.7.2 The minimum of two earth studs (M10) must be provided on the skid base, diagonally
opposite to each other, for connection to the main plant earth system.
6.7.3 Earthing and bonding shall generally be in accordance with Jacobs H&G Pvt. Ltd. standard
practice and as per IS 3043. The entire earthing system shall be of PVC insulated,
unarmoured, single core aluminium conductor cable.
6.7.4 Vendor shall bring his earthing system upto test link to be provided at the ground level from
where it will be connected to the Plant earthing system. All earth conductors shall be above
grade or in-built-up trenches.
6.8 CABLE TRAYS & CABLE INSTALLATION
6.8.1 Cable trays and structural required for laying of all power and control cables including
Purchaser's cable within the battery limit shall be provided by the Contractor. HV cables
will have to be suitably segregated from L.V. cables. All cables shall be laid in cable trays
above grade as far as possible. Where this is not feasible, cables shall be laid in built-up
trenches.
6.8.2 Cables in the trays shall be clamped at every 500mm interval in horizontal run and at every
300mm interval in vertical run.
6.8.3 All power connections shall be made with soldered cable lugs for conductor size upto
10mm. For higher sizes crimping type aluminium lugs shall be used. Control connections
may be done directly.
6.9 TYPE OF COMPONENTS
Component Type
1) Circuit Breaker : Air break manually operated draw-out type without
(Incomer) releases. Unless specified otherwise. Rating - 125%
of feeder rating.
2) Switch (Incomer) : Triple Pole, heavy duty, quick make and break
confirming to IS 13947- Part 3. Rating - 125% of
feeder rating.
3) Switches : Triple pole, motor duty, quick make and quick break
(Motor feeder) type. The rating of switch shall be suitable to make
and break the stalling current of motor. It should be
125% of motor full load current with minimum rating of
25A.
6.10.1 All labels shall be non-corrodible and fixed with non-corrodible screws or bolts. Cubicles
and components shall be identified by labels.
6.10.2 Labels shall have black characters on a white background. Warning labels shall have white
characters on a red background.
6.11.1 All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust,
grease and dirt. Fabricated structures shall be pickled and then rinsed to remove any trace
of acid. The under surface shall be prepared by applying a coat of phosphate paint and
coat of yellow zinc chromate primer. The under surface shall be made free from all
imperfections before undertaking the finishing coat.
7.0 MOTORS
7.1 All motors shall comply with the Standard Specifications and shall be suitably rated for all
duty conditions. The selected enclosure type and materials shall be suitable for the
environmental conditions.
7.2 Motors below 0.37 KW shall be single phase, all others shall be 3-phase. Motor rated
above 160 KW shall be high voltage motors. Make of motors shall be that of other motors
of the plant as per owner's choice.
7.3 Motors shall be 'direct on line' started, unless motor duty conditions impose alternative
starting.
10.0 CABLES
All power cables shall be 1100/650V grade PVC insulated, G.I. wire/flat armoured, PVC
sheathed overall heavy-duty cables conforming to IS 1554 (Part-1). Power cables up to
25mm size will be of copper conductor while those of size above 25mm will be of
aluminium conductor. Cable for system voltage 3.3 KV and above shall be of XLPE
insulated of suitable voltage grade conforming to IS: 7098 (Part 1 & 2). All control cables
shall be 1100/650 V grade PVC insulated G.I. wire armoured PVC sheathed overall
copper conductor cables conforming to IS 1554 (Part 1). Minimum size of control cables
shall be 1.5 mm.
13.0 INSTALLATION
All equipment shall be installed conforming to good engineering practice in general and
particularly conforming to Indian Electricity Rules, Indian Standard Codes of Practices
and Statutory rules applicable in the area. Adequate clean & clear space shall be
provided around all electrical equipment for easy operation and maintenance.
14.2 The electrical equipment within the Process Plant that may require special tools and
spanners for operation and/or maintenance shall be provided by the equipment
Manufacturer.
14.3 The special tools etc, shall be accommodated in a suitable container with locking
facilities.
15.0 SPARES
15.1 Separate priced lists of recommended operation and maintenance spares shall be
provided by each electrical equipment manufacturer.
18.4 The Purchaser reserves the right to inspect equipment at the Manufacturer's works prior
to despatch to prove compliance with specifications
19.0 DEVIATIONS
19.1 Deviations from specification must be stated in writing at the bid stage.
19.2 In the absence of such a statement, it will be assumed that requirements of the
specification are met without exception.
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
1.0 SCOPE 2
2.0 BASIS OF DESIGN 3
3.0 DETAILS OF DESIGN 3
4.0 CUBICLE DESIGN AND CONSTRUCTION 7
5.0 DETAILS OF COMPONENTS 8
6.0 DETAILS OF PROTECTION, CONTROL, METERING AND INDICATION / 9
ANNUNCIATION
7.0 PAINTING 12
9.0 SPARES 13
13.0 DEVIATIONS 15
1.0 SCOPE
1.1 This specification covers design, Manufacture, testing at works and supply of AC variable
6.4.4 CONVERTER
a) Loss of incoming line voltage (U/V)
b) Transient voltage fluctuations
c) DC link over voltage
d) Loss of control voltage
e) Earth fault main circuit
f) Earth fault secondary circuit
g) High temperature inside enclosure
h) Failure of auxiliaries together with identification of the failed unit
i) Overcurrent
7.0 PAINTING
All metal surfaces shall be thoroughly cleaned and degreased to remove scale, rust,
grease and dirt. Fabricated structures shall be pickled and then rinsed to remove any trace
of acid. The surface shall be prepared by applying a coat of phosphate paint and coat of
yellow zinc chromate primer. The surface shall be made free from all imperfections before
undertaking the finishing coat.
After preparation of the surfaces, the board shall be powder coated with two coats of
epoxy based final paint. Colour shade of final paint shall be as specified in datasheet. The
finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall
be free from imperfections like pinholes, orange peels, runoff paint etc.
All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust
formation. If these parts are moving elements then they shall be greased.
9.0 SPARES
The Bidder shall provide with his quotation separate priced list of recommended operation
and maintenance spares.
13.0 DEVIATIONS
Deviations from the Specifications must be stated in writing at the bid stage.
In absence of such a statement, it will be assumed that the requirements of the
Specifications are met without exception.
Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
TABLE OF CONTENTS
1.0 SCOPE 2
7.0 SPARES 8
9.0 DEVIATIONS 9
1.0 SCOPE
This specification covers design, construction, testing and supply of distribution boards,
4.5 CERTIFICATION
All offered equipment shall be of a type already tested by CMRI (Dhanbad) and approved
by CCE for use in specified gas group locations. BIS marking is mandatory. Equivalent
testing and certification of the country of origin may be acceptable for imported equipment.
Type test certificates for each type of offered equipment shall be furnished along with the
offer.
4.6 FINISHING & PAINTING
All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust,
grease and dirt. Fabricated structures shall be pickled and then rinsed to remove any
trace of acid. The surface shall be prepared by applying a coat of phosphate paint and
coat of yellow zinc chromate primer. The surface shall be made free from all imperfections
before undertaking the finishing coat.
After preparation of the surface, the surfaces shall be powder coated with two coats of
epoxy based final paint . Colour shade of final paint shall be 632 as per IS:5. The finished
panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall be free
from imperfections like pinholes, orange peels, runoff paint etc.
All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust
formation. If these parts are moving elements then they shall be greased.
7.0 SPARES
The Bidder shall provide with his quotation, separate priced list of recommended operation
and maintenance spares.
9.0 DEVIATIONS
Deviations from specification must be stated in writing at the bid stage.
In absence of such statement, it will be assumed that the requirements of the specification
are met without exception.
VENDORS LIST
DOCUMENT NO : 44NC-4600:00:R:01:0005:A4
INDEX
No. of
Sheets
v. PIPING 29
vi. ELECTRICAL 22 4
vii. INSTRUMENTATION 26
ix. MISCELLANEOUS 4
A) Part of the unit / plant from OWNER / CONSULTANT approved vendors only. This shall
include sub-ordered items / components also. The Approved Vendors shall be items
specific.
B) OWNER / CONSULTANT approved vendors list for the following items is enclosed in this
section.
Vendors on OWNER / CONSULTANT holiday list shall not be considered for ordering.
Names of such vendors who are put on OWNER / CONSULTANTHoliday List
subsequent to vendor approval at bidding stage shall be informed to the CONTRACTOR
at any stage of the Project. CONTRACTOR shall comply with this requirement without
any time or cost implication to the OWNER.
E) For items not covered in the above list, the vendors list shall be approved by OWNER /
CONSULTANT prior to placement of order by CONTRACTOR. CONTRACTOR shall list
down the proposed suppliers / vendors for such items and submit the same for OWNER /
CONSULTANTs review / approval along with necessary documents / credentials. Non-
acceptance of a particular proposed vendor due to any reasons whatsoever shall not be
a cause of schedule and cost implication.
G) For vendors included in each category, it will be Contractors responsibility to ensure that
item being ordered on approved vendor has been manufactured and supplied by them
(range, thickness, size, capacity, MOC etc.) on past projects of CPCL / CONSULTANT or
any reputed Refinery / Hydrocarbon Sector under TPI.
H) At any stage of the project, if it comes to the notice of OWNER / CONSULTANT that
CONTRACTOR have procured material / equipment, intentionally or unintentionally
whatsoever, from an unapproved vendor and/or items not falling in approved range of
vendor(s), the same shall be rejected forthwith and CONTRACTOR shall be liable to
replace such material / plant / machinery without any schedule and cost implication to the
OWNER.
I) List of vendors appearing anywhere else in the contract document, except for the
vendors list provided by PROCESS LICENSOR, shall not be considered by
CONTRACTOR and shall be superseded by the vendor list enclosed herewith.
Wherever, vendors list is given by Process Licensor, for specific items, it shall be
mandatory. If contractor intends to procure from any other vendors, clearance has to be
obtained from Licensor. Also other aspects like capability, timely delivery, solvency etc.
has to be ascertained by Contractor before placement of Orders.
J) It is understood that, should the name of vendors be changed due to change in their
Company or Corporate share holding, OWNER will accept such Vendors under its new
name with prior approval.
Any such approval shall, however, not release the CONTRACTOR from any of his
obligations under the contract; neither shall any such approval signify nominations or
instruction to use such a vendor. All approved vendors are deemed to have been freely
chosen by the CONTRACTOR at his own risk.
K) The approved vendors list for fabricated equipment (Vessels, Columns, Heat
Exchangers, Ejectors etc.) is for fabrication alone. Where mechanical design of the
equipment is included in CONTRACTORs scope, CONTRACTOR shall either himself or
through his Detailed Engineering sub-contractor be responsible for designing and
obtaining approval / review of Mechanical design calculations as per codes /
specifications specified elsewhere in the Bid / Contract document, from OWNER /
CONSULTANT.
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
3 MECO
4 Pyrotech Electronic
5 Vitronic
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
1. BECKMANN
2. FLUKE
3. AVO
4. KEW
60. VFD
VFD INDIGENOUS
1 BHEL India
2 Eurotherm dell india Ltd. India
3 Kirloskar Electric co. Ltd. India
4 L&T India
5 Rockwell Automation Ltd. India
6 Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
VFD FOREIGN
1 ABB
2 Fuji electronic co. Ltd.
3 Hitachi Ltd. Japan
4 Meidensha corp.
5 Reliance electric co.
6 Siemens AG International
7 Siemens Allis Energy Products
8 Toshiba corporation
9 Vacon oyj
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
76. FUSES
1 Cooper Bussman India
2 GE India (P) Limited India
3 Indo Asian Fusegear Limited India
4 Larsen & Toubro Limited India
5 Siemens Limited India
78. MCCB
1 AEG India
2 GE India (P) Limited India
3 Larsen & Toubro Limited India
4 Schneider Electric India (P) Limited India
5 Siemens India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
80. MCB
1 Datar Switchgear Pvt. Limited India
2 Havells India Pvt. Limited India
3 Indiana Current Control Limited India
4 Indo Asian Fusegear Limited India
5 Legrand (India) Pvt. Limited (Mds) India
6 Schneider Electric India (P) Limited India
7 Siemens India
8 Standard Electricals Limited India
81. METERS
1 Areva T&D India
2 Automatic Electric Limited India
3 Imp India
4 Meco Instruments Pvt. Limited India
5 Nippen Electrical Instruments
6 Rishabh Instruments Pvt. Limited India
82. TIMERS
1 ABB India
2 Bhartia Industries Limited India
3 Electronic Autiomation Pvt. Limited India
4 GEC India
5 Larsen & Toubro Limited
6 Schneider India
7 Siemens Limited
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
87. LT ISOLATOR
1 GE Power India
2 L&T India
3 Siemens India
88. TRANSDUCER
1 ABB India
2 ELSTER India
3 MECO India
4 Pyrotech Electronics India
5 Vitronics India India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
93. CONDUIT
1 M Chandra India
2 Nagarjuna India
3 Senco India
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
97. 110 KV CT
1 ABB Limited India Mumbai
2 Areva Instrument Transformers Ltd. India Bangalore
3 Bharat Heavy Electricals Ltd. India Mumbai
4 Crompton Greeves Ltd. India Mumbai
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc
Note:-
For Electrical Equipment / Components please refer the above Vendor list. For any other Electrical Component
which is not covered in this Vendor List shall be as per Engineering Design Guidelines Electrical Clause 10.0
(44 NC-4600-0000/E.02/0002/A4
C:\Documents and Settings\Mfernandes\Desktop\Vendor List for Tender Rev 4_23.09.10\08_Electrical Vendor list.doc